Loading...
Contract with Shoreline Foundation Inc. MIAMIBEACH CAA 7/2 slly CONTRACT THIS CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida, ("City"), and Shoreline Foundation Inc., 2781 SW 56 Avenue, Pembroke Park, FL. 33023 ("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 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 will not be issued until Contractor's submission to City o f 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 besubstantially completed within two hundred twenty (220) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within forty five (45) calendar days from the date certified by Consultant as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of one thousand dollars ($1,000.00) for each calendar day after the time specified in ITB 2018-181-ZD Venetian Islands Seawalls Replacement/Improvements Page 1 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 2018-181-ZD Venetian Islands Seawalls Replacement/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 $649,825.00, consisting of a base bid in the amount of $590,750.00 and a separate line item in the amount of $59,075.00 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 2018-181-ZD Venetian Islands Seawalls Replacement/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 2018-181-ZD Venetian Islands Seawalls Replacement/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 2018-181-ZD Venetian Islands Seawalls Replacement/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: Capital Improvement Project (CIP) Department 1700 Convention Center Drive, 3rd Floor Miami Beach, FL. 33139 Attn: Sabrina Ba j eri, Sr. Capital Project Coordinator With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Shoreline Foundation Inc 2781 SW 56 Avenue Pembroke Park, FL. 33023 Attn: James A. Royo/President ITB 2018-181-ZD Venetian Islands Seawalls Replacement/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. ITB 2018-181-ZD Venetian Islands Seawalls Replacement/Improvements Page 7 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. 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 2018-181-ZD Venetian Islands Seawalls Replacement/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- 2,1 .464111011110,-- City / City Clerk ATT '� ;� HOR INE FOUNDATION INC. 07 /LIPP 4°'e-/-:": TED- , O `INCpRp Signature/Secretary ##;%••. ,,;' ig re/Presi'ent ervry\ S • wee IV " rne_ . -moo Print Nary "m"` int Nam 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 APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION City Attorney KA p Date ITB 2018-181-ZD Venetian Islands Seawalls Replacement/Improvements Page 9 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Coversheet Page 1 of 2 Competitive Bid Reports-C2 A MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City'Commission , FROM: Jimmy L.Morales,City Manager DATE: July 25,2018 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID(ITB)NO.2018-181-ZD FOR VENETIAN ISLANDS SEAWALLS REPLACEMENT/IMPROVEMENTS. RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB 2018-181-ZD,Venetian Islands seawalls replacements and improvements. ANALYSIS In 2016, during the construction phase of the pump stations for Venetian Islands R.O.W. Improvement project, the City adopted Resolution No. 2016-29454. As part of the resolution, the Seawall Cap Heights Requirement was revised to 5.7 Feet NAVD,in order to combat sea-level rise was revealed. Raising these seawalls would protect City infrastructure from rising seas which is a key component in the City's resiliency plan. This project consists of seawall replacement at two(2)locations,and seawall improvements(raising)at five(5)locations within the Venetian Islands.The locations for seawall replacements are at South San Marino Island (19 LF) and at Southwest DiLido Island (30 LF);and the locations for seawall improvements are at North San Marino Island(25 LF),North DiLido Island(60 LF),Southeast DiLido Island (30 LF), North Rivo Alto Island (30 LF), and South Rivo Alto Island (30 LF). The seawall replacements and seawall improvements shall be in accordance to the specifications and plans as provided in the ITB. The new seawall replacements consist of precast concrete bulkhead panels, king piles, batter piles, retaining walls and concrete cap. The seawall improvements(cap raising)sites consist of new concrete cap,batter piles where noted,and retaining walls. ITB PROCESS ITB No. 2018-181-ZD,was issued on March 22, 2018,with a bid opening date of May 3, 2018. One (1) addendum was issued. The Procurement Department issued bid notices to 161 companies utilizing www.publicpurchase.com website. Sixty-three (63) prospective bidders accessed the advertised solicitation.The notices resulted in the receipt of two(2)responses from:PAC Comm, Inc.and Shoreline Foundation,Inc. The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB will be recommended for award. In its due diligence, the Procurement Department verified that the lowest responsive bid submitted by Shoreline Foundation, Inc. ("Shoreline Foundation")met the requirements of the ITB, including previous experience, licensure and bid bond. Accordingly, Shoreline Foundation has been deemed the lowest responsive and responsible bidder meeting all terms, conditions, and specifications of the ITB. Below is a brief summary of the firm. According to the information provided by the firm, Shoreline Foundation was founded in 1986, Shoreline Foundation provides specialty marine,heavy highway, and deep foundation construction services at locations throughout the eastern United States and the Caribbean. Shoreline Foundation provides specialty construction services to local municipalities, and to County, State and Federal government agencies at locations throughout Florida and surrounding regions. It is committed to working hard and delivering a quality product at a competitive price. Each of its employees shares this philosophy and takes pride in delivering excellence to its clients.As part of this excellence, Shoreline Foundation protects its clientele with extensive insurance coverage, construction bonding, safety certifications & training, and meticulous project management. Additionally, it has previously been awarded City of Miami Beach's contracts for Construction of Seawalls- Citywide (15-267) and for the Construction of Seawalls Type II, Ill,and IV-Citywide(17-215). CONCLUSION After considering the bids received and the evaluation of staff,pursuant to ITB 2018-181-ZD, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Shoreline Foundation, Inc., the lowest responsive, responsible bidder to the ITB in an amount of$590,750.00,plus a 10%owner's contingency of$59,075.00,for a total project not-to-exceed of $ 649,825.00; and further authorize the Mayor and City Clerk to execute a contract. https://m iamibeach.novusagenda.com/agendapub1ic/CoverSheet.aspx?ItemID=8150&Meet... 7/20/2018 Coversheet Page 2 of 2 • KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION Project Cost: $590,750.00 10%Owner's Contingency: $59,075.00 Total: $649,825.00 Grant funding will not be utilized for this project. Amount 1 $649,825.00 Account 1 432-0820-069357-00-418-000-00-00-00- 21270 Total $649,825.00 • Legislative Tracking Capital Improvement Projects/Procurement • ATTACHMENTS: Description D Attachment A • • • https://miamibeach.novusagenda.com/agendapublic/Coversheet.aspx?ItemID=8150&Meet... 7/20/2018 Invitation to Bid (ITB) 2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS & IMPROVEMENTS Shoreline Foundation,Inc.1 PAC COMM, Inc. U Lump Sum Grand Total(Tota Base Il Bid) $ 590,750.00 $ 732,903.00 1 Recommended for Award. ATTACHMENT B INVITATION TO BID (ITB) AND ADDENDUMS • MIAMIBEACHE i Procurement Department, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO.1 INVITATION TO BID NO. 2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS & IMPROVEMENTS April 20,2018 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. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m. ET, on Thursday, May 3, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. II. REVISION(S): A. Invitation to Bid Summary is revised as follows: Project Completion Timeframe: 220 210 calendar days, Substantial Completion 265 240 calendar days, Final Completion III. ATTACHMENTS: • Exhibit A-Bid item#1A14; Photograph IV. RESPONSES TO QUESTIONS RECEIVED: Q1. Are there any weight limits on the causeway for vendor deliveries, such as concrete? Al. Yes. Contractor shall contact the Miami-Dade County Public Works Department and the Florida Department of Transportation (FDOT) for information on bridge weight restrictions. Q2. Where will the designated areas for cleaning, worker parking, and dumpster placement be? A2. Please refer to Section 0300. General Conditions, Subsection 31, Lands for Work. The Contractor will be responsible for securing locations for cleaning, worker parking, and dumpster placement. Q3. Will the City Building Department permit fees be waived? A3. No. Q4. 8.1.Will USL&H insurance be required? A4. Yes. • 1 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS&IMPROVEMENTS Q5. 8.1, D.Will an installation floater be acceptable in lieu of an"All Risk"insurance policy? A5. Yes. Q6. What scope of work should be included in bid item#1A13;Adjust Irrigation? A6. The anticipated scope would include cutting and capping of existing irrigation lines, and the required repairs to heads, piping and plus place risers on each head to allow for the backfilling behind the wall as needed to restore the system for use. It is not anticipated that there will be any need for a new controller, valves or valve boxes. This pay item is to allow for field work(irrigation repairs)that might otherwise not be covered by any of the other pay items. Q7. What scope of work should be included in bid item#1A14; Utility Adjustment? A7. There is an existing below grade utility box behind the seawall that will be affected by the backfilling operations as shown on sheet C-4. It is anticipated that the box will need to be raised approximately 8 inches to bring it up to the new grade once the seawall has been constructed. The cost for this pay item shall include all labor and materials to adjust the top of the box and adjacent valve riser to grade. The box is a 3' by 3' concrete box (6 inch walls) with a prefabricated lid and frame. Refer to Exhibit A.There is no anticipation of any need to adjust any of the piping associated with the water line. Work shall include extending the concrete walls up (and associated rebar and epoxy dowels)and resetting the existing frame and lid. Q8. Sheet C-15 and sheet C-10 indicate the contractor is to supply signed and sealed construction drawings and calculations as part of the scope of work, please confirm. A8. The intent of those statements is specifically for the precast concrete piling and seawall panels to attest that they have been fabricated as per the plans. The shop drawings shall be signed and sealed as verification that they have been fabricated in accordance with the plans and specifications. Q9. All of the cast-in-place concrete items quantities are in cubic yards, what is the basis of payment; by the completed project or by concrete delivered to the site? It may make more sense to change the unit to linear foot. Our calculations do not agree with the provided quantities. A9. Bid quantities include a surplus as contingency; bid shall be based on the bid quantities. Payment shall be for in place concrete and reinforcement, not for the concrete delivered to site. Q10. On our recent site visit revealed many sites have either submerged debris or rip rap boulders which appear to be in conflict with the proposed new improvements, what should the contractor assume to do with these materials. Is this addressed in the permits? A10. Rip rap and/or concrete debris boulders shall be moved to allow for piling installation. This is permitted as long as the debris is relocated adjacent to the work area within the project limits as directed by the City and the EOR and in keeping with the agency permits. The Contractor is to limit the amount of disturbance to the bottom during these operations. Said rip rap can be reused as part of the required rip rap at those specific locations. 2 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS&IMPROVEMENTS Q11. Please confirm that new or existing trees or plantings will need to be removed and disposed of if they are in conflict with proposed new wing walls. • All. Any trees or vegetation that conflicts with the proposed construction shall be removed and disposed of in a suitable manner. Cost to be included in the clear and grub / site prep pay item. Trees that are to remain shall be protected against any damage during construction per Section 01530, Barriers, Subsection 3.03 Tree and Plant Protection. Trees that are within or out of the work zone may require a tree removal permit before removal. Q12. The San Marino North site has what appears to be a retaining wall already installed as part of the pump station project? Please provide details if this is a gravity wall. Please clarify the scope at this site as far as retaining walls. Al2. That gravity wall was installed as part of the pump station projects and is shown on ,i sheet C-9 as to remain. The new seawall cap shall adjoin that wall on the backside but will not be tied structurally to that wall. The reinforcement in that wall is unknown. 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( m lam ibeachfl.qov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson(a.mlam ibeachfl.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. Sinre , . Al Alex Denis Proc r-- ent Director 3 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS&IMPROVEMENTS • . . i EXHIBIT A 1 4 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS&IMPROVEMENTS - r ♦ r.k ' R } !J + 1 '' {' ' ,11 u 1 I k•-#., ' d...f,a/'-Y 61 , .. ,,ii f4` I ' a0. �� ,',1 :=11. � yYFk �' ., �� tll 1 �d A R. �"� r� f��14 o `#. ''''\- '' k', . 't OSt \ 7.':::PV' i I/16' ".' ' :''' 'f' I'S t i 3 - l'I,A *.,.;',.,101391 '\' I'S 4 li' '4., .4' l'Ar',:..,,?,X.,4.41. 1.414 •‘‘,. t` t i.j).&,, ; r/ .•\ '� ' .f 1 -1•'://'ti'' l+I'1 * `' ',is ''1`„w , 4),' , :' ,i, ..'�\ a VI � �' J ,i' P, �• r1,.�. i 1,L'r':' ��� 1r«. .�4*T�,e,i � 6„y���� yy' b.o�j�1 t,.�. .Y €{ All .. , , 11 1 '�•1(�1." 1 ;41 `". y. '1'4 Vt'',0A4.'V . r 7" `6' + "`t',A C� Y's .Y 71,. ` 1'" L� '' i ,J JI.%' l2 �, 4*� *I,k?. ,,�'',�.,Sk t 'I. _' �,, 1Y 4g.--'—'4 . • ' 3 4 , \- \'-'') '.' „AA-11v ,,,, t‘0$...-, 4...t.s;7;ev, .„„..„. ..,.,,,,,-,74i....2, ,:,..z.i....„.,„,... . .. ,..... .....,..±..„ '40"-ki A, '/ 4 4 ,,. a iis ,,, ,tz, .',.. A,::*,,..,..,','f ,, .. I ,, ,"Jf ,• ,,, -A,,.., ,,s,51,;.,,',"<<,..1".;•&•- - ,,,<< kkz,',.q."<<,-/,A,„, „.- �9 yre A if ti ''3wk 44-01_,.,0—./_' t ii ''? S '' '� a4 '• r j,i 3r�,, \_(f e. �ii ,.;, yj '"Y _s3 / 5 ,n , ' ,M/;3.,i ilaa , '` ,,, 1r� .,w�`.y, it Y 4"r v t X'';''''\''TN �, '" la-t ` $'T, r '1`',., i k;r ;'' t -•,f-X' rt r, �} L 1 " ,,z4' "''�i '' )4" aI ,/,,,,,...t: l !a{1 i r: It q i fC.*. ,, L'`1."a °S''j f 1 " ru;, `,?.c. _ .�'`"� .'y'u. ` l " �k ,.r+..w 4 F - z_c. Y" �S. S {,,arr" ...,.::.1N,-4.-->4.,,,, n , ,a : rad +ts ,: ,1 ` g""'�rs .7s. ''-.=wh ,,,,, ,,,"���TM '^ v < r ✓ „� 1 1T � Y i . k ,.�,`�t,�'�&i;"�}5.�' "` .��°l' ,��'��E ' fi �,�qt� 1 `, �"�.''uyl 1<,•••,t4.-74, s""��r a�� ria 1 :<O <.' `,, r"ssc +ra 'cI K+ )' ai : '' 4 4 �k. d;a+4 •e• ' ti,,s r n .. ,.C'r. ..,c , jys� k �- a z ,, r tti 4.,,,......., f� t'*+�y m !t�/ rY= ' �" 8a �+ jf;(sib "s " y� rtt ` �"I �r^+: ._f 4. �v�• Yom'' '3 ... +-li.. }. _ $ + 1 mat $ tNY C` aCry !n9 ggg�x • f t, a' a'9 `4.,,, k'/" f. r 6.,'r r 'kf &.gk't:o.i'�nrix r�i�i i i., z.L, ,t• ,ham.:.�`YJ'F N„,.,4•&,-•-•,,,, s�°'.' �`i7 L�'.3"+' ',�FSS "kyy? y�"�# tr, t�)' °1Y r^ .,.:...,e,,,3 ` 7 y,* f`,+t+ +1 ,y. ,".r'it�{ V�..,� r; a' 7:.4 ,, .t $t .bI''' - i a st K.! 'b . "° tk V4 4 r z,. ,.� �. A , ��°s:.t±iw's,�.,, " !FA: J".. ao�� ��i,P,� ' .� a '---,..:.�*�- . ,u���'' j� � '•�g ;+y r N ,, '3'!° ;0.1i,iP� Yr '"F, ,.. _ ,�-.��--l�k-ii-r t ,,,,:,�14 r« a}• -,-.* y >l „�: y" Y' )v.v`,. "a 1Og-u'' 7+ a• Y r r, +c ,.•< )gist V 1s ¢ , u ,,,.. u r "jai t,.. "7, X.v�y1 �, ' 'k. ,y �,�t 4.itewki 'cvv. A## +=} ar3 i3§ ,t..:+aA': � �1u y,✓. ,, .,t 4y fi g.. -9» i 1.Sa � 3 , +t ��3'C6�" ,,4 !, \ y„!J• " . ::nye' -i + -4 • '.tt dr h i 3 k rfHs`1`,'?ef;2, calY„ i,-�1c 1ti �, 'T, a :;*3;-'1,Z,:, i.:' �`�` < .i �nt�, � ��-„""�``��;•�t�� ,`� �r� � rx.>��'S �?. � F o,a,r'^!w s 03-.-;', *, ` y 4:r.:�d'7 �"R � , r��a'1 ta, t. ke”"'. �? 3 4i sr, 4 •4S�fY q�eG .y jr ,, i • t • a ti ; l'f. Ks#i�b.'q` �} s�p !�vlt€�..,�^ r ,�rrw•�1 � 1 -tt,.,�s'c�'- '� _ • t�� �. Y Y.`,,.. •SYw 5'.'+e`:t �/�' W,y�A`3"ro r° '' a7u � §,rte"" P'!d •-, I, j'°�'`' ' '+t! l t 4 J ... �Cc �'' ,?` .srof S`'�ga rpl ilts , 4 r} 7 l` Y i�"r. �;{` , t� •Nvi it C� TMz Ma \ '"" r �.'y..}�+k r 44 € .A# 't�i 1 h''`" -nl 1 Y�.A ti'V;ra` ,1 6 !<1.',, . � ',�. 't.._v".' '. fes ' yTj x t€S k�rfY°ait h� ('. `�tzgt"i���rs�s r' `c4�1 d' k l Y . 4 ?a • .. 413 4 3 t w {l r 'I', a a:a43•ilJY + A c. •,, d e'�-*CM4:411404M ,y ��§�1x#�. � ci,`�i w�i i �L r� � �'_ �-•s_<S�.+��. i!r 4 ��l'>: P. { .� ti , V:ny<, ;;�'3 �,:411�!',1...` {�.n. '41f-st t'�r?'�"'a 1 a ri,J,tr>r .* r t' I. -',, ay i -pp r '. ti �e s,. �2,11 a• �4 tl,.r�. 'k^t l�'fi 6 N ,"67.1« «4 �»€1 giVi- 'S t\ ± �, '1'•'.1"1.' }. v wy '' w.� *� 7r �€��, �•Sa^+" PrMc'#�`a�''g9" 1 ,tv� .Sr,d "� � c .a ,�, y x. �. � 6,:k,„„'0; It n„ t F. $„� t /' +7' ,i"S 5(.:lit.,'1r i ,b}b *,F / +y,.. _ • " \- ��..i t \—:,...,,,, t �r wi'�'•d.k� * �.�" A040404:„!'�����`'3��l Yk+a't .��ae - +tet a{k�-t' a. ' 'r�'T"' 1 � ' ki d7l�'"moi", v ' C.'1 € 't a� axe iiss' rY, sjSi' C�1^+4 f i , �,f;i_f�41{ t1. r " •l,?- $,r t ar Ae•Bi a' a!� ;kms, .+.: a"`77T11t t . _• \z-... .1. 0'. _�.-s,.?._+ ��-t+ `"`�"Z,.• Y n.fis„ s4"Sa�_1.1�:• .>r+s.� .e,II�mR�a.iP'":'R °. 4�� • 5 6 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS&IMPROVEMENTS INVITATION TO BID (ITB) Venetian Islands Seawalls Replacements & Improvements ITB No. 2018-181-ZD BID ISSUANCE DATE: MARCH 22, 2018 BID OPENING: APRIL 23, 2018 • ISSUED BY: ZULEIKA DAVIDSON MIAMIBEACH Zuleika Davidson, Contracting Officer / PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3`d Floor, Miami Beach, FL 33139 305.673.7000 x7490 I www.miamibeachfl.gov zuleikadavidsonmiamibeachfl.gov BID NO:2018-142-ZD CITYOF MIAMI BEACH MIAMIBEACH 1 INVITATION TO BID SUMMARY MIAMI BEACH Bid Element Description Invitation to Bid No. 2018-181-ZD Estimated Construction Budget $475,000.00 ITB Title: Venetian Islands Seawalls Replacements & Improvements Basic Description of the Scope of Work: The City seeks proposals from qualified firms to provide construction services for the seawall replacement at two (2) locations, and seawall cap raising at five (5) locations within the Venetian Islands. This project entails seawall replacements consisting of precast concrete bulkhead panels, king piles, batter piles, and concrete cap. The seawall cap raising sites consist of new concrete cap, batter piles where noted, and retaining walls as set forth herein and including Appendix F and G, Specifications and Plans. Bid Issuance: March 22, 2018 Technical Drawings and Specifications are available for free download at: www.publicpurchase.com OR are available on CD for pick up for a fee of $20.00 at: Procurement Department Third Floor; 1755 Meridian Avenue Miami Beach, FL 33139 Pre-Bid Conference April 2, 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: April 12, 2018 AT 3:00 PM EST Bid Due Date &Time: April 23, 2018 AT 3:00 PM EST Bid Opening Date and Time: Immediately following the above due time or as close as feasibly possible. BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 2 Formal Bid Opening Location Procurement Department (respond to): Third Floor 1755 Meridian Avenue Miami Beach, FL 33139 Response Format: Per bid documents: 1. Sealed Opaque Envelope (Properly Addressed) As per Section 0400 Below Basic Bid Requirements: 1. Bid Guaranty of 5% Please reference Section 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 ❑ 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: 220 calendar days, Substantial Completion 265 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: zuleikadavidson@miamibeachfl.gov CONE OF SILENCE: Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaeloranado(a�miamibeachfl.gov. NOTIFICATIONS AND AMENDMENTS: Bid Notifications and Amendments are issued through the City's partnership with Public Purchase. To ensure receipt of all amendments to this bid, please make sure that your company is registered at: www.publicpurchase.com BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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 84 APPENDIX C REQUIRED FORMS FOR BID SUBMITTAL 88 APPENDIX D REQUIRED FORMS (POST-AWARD) 93 APPENDIX E SAMPLE CONTRACT 105 APPENDIX F SPECIFICATIONS 114 APPENDIX G PLANS 252 BID NO:2018-142-ZD CITYOF MIAMI BEACH MIAMI 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 MIAMI BEACH 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 Consultant's knowledge, information, and belief, the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. 1.16 Materials: Materials incorporated in this Project, or used or consumed in the performance of the Work. 1.17 Notice(s) to Proceed: Written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents. 1.18 Owner's Contingency: The 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 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 solediscretion 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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 ( 0 )which may be checked ( ❑x ). If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. Background and Scope of Work: This project consists of seawall replacement at two (2) locations, and seawall improvements (raising) at five (5) locations within the Venetian Islands. The locations for seawall replacements are at South San Marino Island (19 LF) and at Southwest DiLido Island (30 LF); and the locations for seawall improvements are at North San Marino Island (25 LF), North DiLido Island (60 LF), Southeast DiLido Island (30 LF), North Rivo Alto Island (30 LF), and South Rivo Alto Island (30 LF). The seawall replacements and seawall improvements shall be as noted and detailed in the two (2) plan sets, included herein as Appendix G. The new seawall replacements consist of precast concrete bulkhead panels, king piles, batter piles, and concrete cap. The seawall improvements (cap raising) sites consist of new concrete cap, batter piles where noted, and retaining walls. Current Permits: DERM: Class I permit (for seawall replacements); Class I Permit(for seawall improvements) SFWMD: ERP Permit USACE: Department of the Army Permit NWP The City will have to notify DERM of the contractor that is selected to construct the approved seawalls. The contractor is required to provide their contact information directly to DERM prior to the initiation of construction (see specific condition number 1 on both Class I permits). The contractor will have to stake out the authorized seawall alignment for the two seawalls to be replaced for inspection by DERM prior to construction (specific condition number 2 in Class I permit for two seawalls to be replaced). 2. 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. 3. Examination of Contract Documents Sand Site: It is the responsibility of each Bidder before submitting a Bid, to: 4.1 Examine the Contract Documents thoroughly. 4.2 Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. 4.3 Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. 4.4 Study and carefully correlate Bidder's observations with the Contract Documents. BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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. 4. Location of Work: This Scope of Work shall be completed at the following locations: Venetian Islands: South San Marino, Southwest DiLido, North San Marino, North DiLido, Southeast DiLido, North Rivo Alto, and South Rivo Alto Islands. 5. 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. 6. 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. 7. 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. 8. Acceptance or Reiection 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. 9. 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. BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMtBEACH 9 • In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 10. 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. 11. 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. 12. 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. 13.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 four 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. 14. 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 BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 10 providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his/her designee determines that the successful Bidder/Contractor shall complete and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that a Bidder is considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Bidders will find Attachment A-6 in Appendix A of this Solicitation which consists of an FAQ Section and Required Forms for Bid Submittal. • 15. 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. 16. 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. 17. 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 lb) If a Dade County Licensed Contractor: • BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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. 18. PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work. I. SOUTH FLORIDA WATER MANAGEMENT DISTRICT(SFWMD) • ERP permit (already obtained by City) II. MIAMI-DADE DEPARTMENT OF REGULATORY& ECONOMIC RESOURCES (DERM) • Class I permits for seawall replacements and improvements (already obtained by City) III. US ARMY CORPS OF ENGINEERS • Department of the Army permit NWP (already obtained by City) IV. CITY OF MIAMI BEACH • Public Works Right-of Way Permit 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 12 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Bidders that fail to comply with minimum requirements shall 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), treasurer's check or bank draft of any national or state bank (United States), in the amount of 5% of the bid amount, payable to City of Miami Beach, Florida. 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 or a Certified Specialty Contractor (Marine) 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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 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 fpr submitting Bidder. • -Declaration regarding company organization, whether as Corporation, Partnership, or other. (Note: if co venture, specify) • Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. • Printed name of the authorized signing officer or other individual. • Title of the authorized signing officer. • Date of signature. • Table of Contents. Tab B. MINIMUM QUALIFICATIONS AND REQUIREMENTS Bidders shall provide evidence 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://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 BID NO:2018-142-ZD CITYOF MIAMI BEACH MIAMI BEACH 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 D&B information, the City may require that proposers submitfinancial 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 three (3) completed projects, similar in scope within the last five (5) years. Submittal Requirement: Bidder shall submit at least three (3) similar projects in scope within the past five (5) years. Similar projects shall be interpreted to mean marine construction projects which include construction services for concrete seawall systems in the past five (5) years, with a minimum'of 60 LF of seawall. 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. BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 15 Tab E. BID PRICE Bidders are required to submit their bid price using the Invitation to Bid Proposal Price Form found in Appendix A, Attachment A-1. Attach Appendix A Price Form, Bid Tender Form, & Supplements fully completed and executed. 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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 4.2, Contractor shall submit to Consultant for Consultant's review and acceptance: 4.1.1 A project "Base Line" schedule, one (1) copy on a CD and One (1) hard copy (activities arranged in "waterfall"), in the indicated form for Final review and approval: () Bar Chart () Modified CPM () CPM (X) Computerized CPM using Primavera P6 software or latest version Microsoft Project software BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") CONTRACTOR shall provide a preliminary man loaded, logic based "Base Line" Project schedule using "Early Start" and "Early Finish" dates for each activity. The Contractor shall include, in addition to normal work activity input, input that encompasses all submittal approvals, delivery durations for important materials and/or equipment, and Logic relationships of activities including physical and site restraints. This input shall be precedence based CPM scheduling using the most recent version of Primavera P6 software. The preliminary Base Line project schedule when submitted shall have attached a run of the programs generated error report that states no errors and be acceptable to CONSULTANT. Monthly, CONTRACTOR shall submit with each progress application an update of the Project Schedule with an error report stating no errors (that does not revise the base line schedule), showing the progress for the month. CONTRACTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY (including a native version and a pdf). In addition to the Progress Schedule CONTRACTOR shall include a narrative report of the months' progress, an explanation of any delays and or additions/deletions to activities. It is strongly recommended that CONTRACTOR or the professional who performs scheduling have a vast knowledge in the use of Primavera P6, to develop and update the project schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an updated (3)week look ahead schedule for review and discussion and monthly be prepared to discuss any: 1) Proposed changes to the Base Line schedule logic; 2) Explain and provide a narrative for reasons why logic changes should be made; 3) Update to individual subcontractor activities; and 4) Integration of changes into the schedule. The Project Schedule shall be the basis of the CONTRACTOR'S work and shall be complied with in all respects. If. CONTRACTOR'S Work becomes more than (30) days behind schedule CONTRACTOR shall be required to submit a "Make-Up" schedule to CONTRACT ADMINISTRATOR for review and acceptance that demonstrates "Catch Up" within seven (7) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or equipment necessary to make-up the lost time. Failure to provide a "Make-Up" schedule or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. 4.1.2 Not Used. BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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 in Appendix D. 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 6. BID NO: 2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 5.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 5.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide City with evidence of such recording. 5.4. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto in Appendix 'D. 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH holder's Size Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class 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 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, defend, 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. This indemnification provision 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 7.1 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 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-waiverof 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 23 Certificate Holder: CITY OF MIAMI BEACH do 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 24 necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility tohave 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 reasonto 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 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 properly restored at Contractor's expense. 14.1.2. Reexamination of any of the Work may be ordered by Consultant with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. 14.2. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the Contract Documents or to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of Consultant. 14.3. The payment of any compensation,.whatever may be its character or form, or the giving of any gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a breach of this Contract. 15. Superintendence and Supervision: 15.1. The orders of City are to be given through Consultant, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project during its progress, a . full-time competent English speaking superintendent and any necessary assistants, all satisfactory to Consultant. The superintendent shall not be changed except with the written consent of Consultant, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Consultant upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. 15.2. Daily, Contractor's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of commencement of work for the day; the work being performed; materials, labor, personnel, equipment BID NO:2018-181-ZD CITYOF MIAMI BEACH 26 MIAMI BEACH and subcontractors at the Project site; visitors to the Project site, including representatives of Consultant; regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by City and Consultant. 15.3. The Contract Administrator, Contractor and Consultant shall meet at least weekly or as determined by the Contract Administrator, during the course of the Work to review and agree upon the work performed to date and to establish the • controlling items of work for the next two weeks. The Consultant shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 15.4. If Contractor, in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Project Manual, it shall ,be Contractor's duty to immediately inform Consultant, in writing, and Consultant will promptly review the same. Any work done after such discovery, until authorized, will be done at Contractor's sole risk. 15.5. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. 16. 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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 (ifany). 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 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 r 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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:2018-181-ZD CITYOF MIAMI BEACH MJAMIBEACH 31 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 4waiver 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 Contractoridentifying 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 32 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 shallexcuse 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 13. 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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 r 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 26 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 35 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 i 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 36 30.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: 30.2.1. City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's intended occupancy of a designated area. 30.2.2. Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto as 00925 from Consultant. 30.2.3. Upon Consultant's issuance of a Certificate of Substantial Completion, City will assume full' responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 37 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'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 bepaid 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 39 • 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 13 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 pf 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 39.4. 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 39.3. 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:2018-181-ZD CITYOF MIAMI BEACH 1v\IAfv\)BEACH 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. Theproportion 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 41 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 partnershipand 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 43 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 Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by Consultant in accordance,with Article 12 hereof, if City and Contractor cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED.IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION. 40.2. The Contract Time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as provided in Section 40.1. Suchdelays 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 42. Excusable Delay; Compensable; Non-Compensable: 42.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances be,Yond 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 40 hereof. Failure of Contractor to comply with Article 40 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, r 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 30 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 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 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 45.2 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: 2018-181-ZD CITYOF MIAMI BEACH MIAN11 BEACH 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 jnterconnecting 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 Drawing's 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 47 l ' 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 47.1.2 and 47.1.3 above, caused directly or indirectly, in whole or in part, by Contractor , any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor . Contractor's duties and responsibilities for the safety • and protection of the work shall continue until such time as all the Work is completed and Consultant has issued a notice to City and Contractor that the Work is acceptable except as otherwise provided in Article 29 hereof. 47.3. Contractor shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to City. 48. ❑x Final Bill of Materials: Contractor shall be required to submit to City and Consultant a final bill of materials with unit costs for each bid item for supply of materials in_place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by Consultant until Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work. 49. Payment by City for Tests: Except when otherwise specified in the Contract Documents, the expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen by Consultant. For road construction projects the procedure for making tests required by Consultant will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which Contractor fails shall be paid for by Contractor. 50. Project Skin: BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 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 38, General Conditions. 51.4. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as noncompensable, excusable delay, and shall not give rise to a claim for compensable delay. 51.5. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to the Owner or Owner Representative a Hurricane Preparedness Plan. 52. Cleaning Up; City's Right to Clean Up: Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as Consultant shall determine to be just. 53. Removal of Equipment: In case of termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City, failing which City shall have the right to remove such equipment and supplies at the expense of Contractor. 54. Nondiscrimination: In connection with the performance of the Services, the Contractor shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income'or family status. - Additionally, Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to BID NO: 2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, 1disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 55. Project Records: City shall have the right to inspect and copy, at'City's expense, the books and records and accounts of Contractor which relate in any way to the Project, and to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to the Project and to any claim for additional compensation made by Contractor. Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for ;a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours written notice. 56. Performance Evaluations: An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful Contractor. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Contractor for future bids with the City. 57. Occupational Health and Safety: \. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: b. The chemical name and the common name of the toxic substance. c. The hazards or other risks in the use of the toxic substance, including: i. The potential for fire, explosion, corrosion, and reaction; ii. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and iii. The primary routes of entry and symptoms of overexposure. d. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. e. The emergency procedure for spills, fire, disposal, and first aid. BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 51 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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. 201ECT TITLE: ITB No. 2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS& IMPROVEMENTS GROUP 1-VENETIAN ISLANDS SEAWALL REPLACEMENT SUBSECTION 1A-DI LIDO ISLAND(SOUTHWEST) ITEM NO. ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY 1A1 MOBILIZATION/DEMOBILIZATION 1 LS $ $ 1A2 MAINTENANCE OF TRAFFIC 1 LS $ $ 1A3 RECORD DRAWINGS 1 LS $ $ 1A4 CLEAR AND GRUB/SITE PREP 1 LS $ $ 1A5 EROSION CONTROL 1 LS $ $ 1A6 PRECAST CONCRETE SEAWALL PANELS 30 LF $ $ 1A7 PRECAST CONCRETE PILES,12"DIA. 7 EA $ $ 1A8.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 15 CY $ $ CIP WING WALL RETURNS,INCL.FOOTING AND $ $ 1A8.2 REINFORCEMENT 19 CY 1A9 ALUMINUM PICKET FENCE,4',ON TOP OF N.SIDE 22 LF $ $ WING WALL 1A10 RIPRAP 8 CY $ $ 1A11 EMBANKMENT/BACKFILL 100 CY $ $ 1Al2 SODDING(ST.AUGUSTINE)INCLUDING 150 SY $ $ WATERING AND MAINTENANCE 1A13 ADJUST IRRIGATION 1 LS $ $ 1A14 UTILITY ADJUSTMENT 1 LS $ $ 1A15 INDEMNIFICATION 1 LS $ TOTAL SUBGROUP 1A $ BID NO:2018-181-ZD CITYOF MIAMI BEACH 53IA, BCH A-1 GROUP 1-VENETIAN ISLANDS SEAWALL IMPROVEMENTS SUBSECTION 1B-DI LIDO ISLAND(NORTH) ITEM NO. ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY 1B1 MOBILIZATION/DEMOBILIZATION 1 LS $ $ 1B2 MAINTENANCE OF TRAFFIC 1 LS $ $ 1B3 RECORD DRAWINGS • 1 LS $ $ 1B4 CLEAR AND GRUB/SITE PREP 1 LS $ $ 1B5 EROSION CONTROL 1 LS $ $ 186.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 20 CY $ $ 1136.2 CIP WING WALL RETURNS,INCL.FOOTING AND 18 CY $ $ REINFORCEMENT 1B7 EMBANKMENT/BACKFILL 80 CY $ $ 1B8 SODDING(BAHIA)INCLUDING WATERING AND 300 SY $ $ MAINTENANCE 1139 INDEMNIFICATION 1 LS $ $ TOTAL SUBGROUP 1B $ GROUP 1-VENETIAN ISLANDS SEAWALL IMPROVEMENTS SUBSECTION C-DI LIDO ISLAND(SOUTHEAST) ITEM NO. ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY 1C1 MOBILIZATION/DEMOBILIZATION 1 LS $ $ 1C2 MAINTENANCE OF TRAFFIC 1 LS $ $ 1C3 RECORD DRAWINGS 1 LS $ $ 1C4 CLEAR AND GRUB/SITE PREP 1 LS $ $ 105 EROSION CONTROL 1 LS $ $ 106 PRECAST CONCRETE PILES,12"DIA. 5 EA $ $ 1C7.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 10 CY $ $ CIP WING WALL RETURNS,INCL.FOOTING AND $ $ 1C7.2 REINFORCEMENT 8 CY 1C8 EMBANKMENT/BACKFILL 80 CY $ $ BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 54 A-1 1C9 SODDING(BAHIA)INCLUDING WATERING AND 150 SY $ $ MAINTENANCE 1C10 INDEMNIFICATION 1 LS $ $ TOTAL SUBGROUP 1C, $ GROUP 2-VENETIAN ISLANDS SEAWALL IMPROVEMENTS- SUBGROUP A-RIVO ALTO ISLAND(NORTH) ITEM NO. ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY 2A1 MOBILIZATION/DEMOBILIZATION 1 LS $ $ 2A2 MAINTENANCE OF TRAFFIC 1 LS $ $ 2A3 RECORD DRAWINGS 1 LS $ $ 2A4 CLEAR AND GRUB/SITE PREP/DEMO 1 LS $ $ 2A5 EROSION CONTROL 1 LS $ $ 2A6 PRECAST CONCRETE PILES,12"DIA. 5 EA $ $ 2A7.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 9 CY $ $ 2A7.2 CIP WING WALL RETURNS,INCL.FOOTING AND 9 CY $ $ REINFORCEMENT 2A8 EMBANKMENT/BACKFILL 100 CY $ $ 2A9 SODDING(BAHIA)INCLUDING WATERING AND 150 SY $ $ MAINTENANCE 2A10 INDEMNIFICATION 1 LS $ $ TOTAL SUBGROUP 2A $ GROUP 2-VENETIAN ISLANDS SEAWALL IMPROVEMENTS- SUGBROUP 2B RIVO ALTO DRIVE(SOUTH) ITEM NO. ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY 2B1 MOBILIZATION/DEMOBILIZATION 1 LS $ $ 2B2 MAINTENANCE OF TRAFFIC 1 LS $ $ 2B3 RECORD DRAWINGS 1 LS $ $ 2B4 CLEAR AND GRUB/SITE PREP/DEMO 1 LS $ $ 2B5 EROSION CONTROL 1 LS $ $ 2B6.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 7 CY $ $ BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAM(BEACH 55 A-1 2B6.2 CIP WING WALL RETURNS,INCL.FOOTING AND 5 CY $ $ REINFORCEMENT 2B7 EMBANKMENT I BACKFILL 100 CY $ $ 268 ' SODDING(BAHIA)INCLUDING WATERING AND 150 SY $ $ MAINTENANCE 2B9 INDEMNIFICATION 1 LS $ $ TOTAL SUBGROUP 2B $ GROUP 3-VENETIAN ISLANDS SEAWALL REPLACEMENT- ' SUBGROUP 3A-SAN MARINO ISLAND(SOUTH) ITEM NO. ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY 3A1 MOBILIZATION/DEMOBILIZATION 1 LS $ $ 3A2 MAINTENANCE OF TRAFFIC 1 LS $ $ 3A3 RECORD DRAWINGS 1 LS $ $ 3A4 CLEAR AND GRUB I SITE PREP I DEMO 1 LS $ $ 3A5 EROSION CONTROL 1 LS $ $ 3A6 PRECAST CONCRETE SEAWALL PANELS 19 LF $ $ 3A7 PRECAST CONCRETE PILES,12"DIA. 6 EA $ $ 3A8.1 CIP CONCRETE CAP',INCL.REINFORCEMENT 6 CY $ $ CIP WING WALL RETURNS,INCL.FOOTING AND $ $ 3A8.2 REINFORCEMENT 10 CY CIP GROUT ANNULAR SPACE ADJACENT TO NEW $ $ 3A8.3 WALL AND AROUND PIPE 8 CY 3A9 DECORATIVE METAL PICKET FENCE,4',ON TOP 25 LF $ $ OF N.SIDE WING WALL 3A10 RIPRAP 4 CY $ $ 3A11 EMBANKMENT I BACKFILL 100 CY $ $ 3Al2 SODDING(BAHIA)INCLUDING WATERING AND 120 SY $ $ MAINTENANCE 3A13 INDEMNIFICATION 1 LS $ $ TOTAL SUBGROUP 3A $ GROUP 3-VENETIAN ISLANDS SEAWALL IMPROVEMENTS- SUBGROUP 3B-SAN MARINO ISLAND(NORTH) ITEM NO. ITEM'DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY 3B1 MOBILIZATION/DEMOBILIZATION 1 LS $ $ 3B2 MAINTENANCE OF TRAFFIC 1 LS $ $ 3B3 RECORD DRAWINGS 1 LS $ $ BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 56 A-1 3B4 CLEAR AND GRUB I SITE PREP 1 LS $ $ • 3B5 EROSION CONTROL 1 LS $ $ 3B6 PRECAST CONCRETE PILES,12"DIA. 4 EA $ $ 3B7.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 27 CY $ $ CIP WING WALL RETURNS,INCL.FOOTING AND 3B7.2 16 CY $ $ REINFORCEMENT 3B8 EMBANKMENT/BACKFILL 150 CY $ $ 369 SODDING(BAHIA)INCLUDING WATERING AND 300 SY $ $ MAINTENANCE 3610 INDEMNIFICATION 1 LS , $ $ TOTAL SUBGROUP 3B $ GRAND TOTAL(GROUP 1-GROUP 3) $ THE CITY MAY AWARD TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER BY BID ITEM, BID GROUP, OR FOR THE ENTIRETY OF ALL BID ITEMS, AS DEEMED IN THE BEST INTEREST OF THE CITY. 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 57 A -2 City of Miami Beach,Florida A 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. 2018-181-ZD Venetian Islands Seawalls Replacements & 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 58 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: G 1111c[16.1.1:1(nit, �.LC `� :; ? Z.`71a1 1,130t1.1.�C 1.1.t L tI U•1a.i11(it 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 ❑, Cash ❑, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check ❑, Bank Draft ❑, Cashier's Check El, or: Certified Check ❑ No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: 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: (Sign below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 59 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 60 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. Li cense/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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 61 A-3 8. Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-venturers): a. Name of Project b. Owner and Point of Contact(Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent(%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan'for its performance? ❑ Yes ❑No 10. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: B. The business is a: ❑ Sole Proprietorship ❑ Partnership ❑ Corporation C. The address of principal place of business is: • D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: ilk BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 62 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 63 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 No O. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? El Yes ❑No If the answer to either number N or 0 is yes, attach a written detailed explanation. BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAN11BEACH 64 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 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 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 65 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 MIAMI BEACH 66 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. 2018-181-ZD. SIGNATURE PRINTED NAME TITLE (IF CORPORATION) • • BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 67 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) , Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; ' (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: ' (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1)through (6). BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 68 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 69 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 70 A-6 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do hot 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 71 • 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:2018-181-ZD CITYOF MIAMI BEACH MIAlvtIBEACH 72 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 ❑ Sex _Yes_No ❑ Color Yes No ❑ Sexual Orientation Yes No ❑ Creed _Yes_No ❑ Gender Identity(transgender status) _Yes_No ❑ Religion _Yes_No 0 Domestic partner status _Yes_No ❑ National origin _Yes_No ❑ Marital status _Yes_No ❑Ancestry _Yes_No ❑ Disability _Yes_No ❑Age _Yes_No ❑AIDS/HIV status _Yes_No • ❑ Height _Yes_No LI 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 73 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.miarnibeachfl.ciov/procurement/ BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 74 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 75 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 76 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 77 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 78 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 79 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 80 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 81 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 82 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 potentialmaterial content in the product that may be extracted and recycled after the product has served its intended purpose. (Jf f ;)c yc 1'>SI BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 83 APPENDIX B List of Plans and Specifications BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 84 MIAMI BEAH B LIST OF PLANS & SPECIFICATIONS CONTRACT DOCUMENTS AS DEVELOPED BY STANTEC, DATED OCTOBER 26, 2017 Sheet No./Spec. PageNo Title/Description ITB 2018-181-ZD :Venetian Islands Seawalls Replacements&Improvements - DRAWINGS Venetian Islannads Sea wall keplacem"entss,( ated Ni rch 2018) "44474 / /, . �� ' � '�.. ., -'14p44104, ,r,<d Ya"vr .�7si+,a;4rp=r^ �a'tz^. `��°:< .:.�&.,,,fs »+s,.��, ..wd., � 1 C-0 COVERSHEET& INDEX OF DRAWINGS 2 SU-1 OVERALL KEY MAP 3 C-1 LOCATION MAP—SAN MARINO ISLAND 4 C-2 LOCATION MAP—DILIDO ISLAND 5 C-3 SITE PLAN—SAN MARINO (5) 6 C-4 SITE PLAN—DILIDO (SW) 7 C-5 SEAWALL DETAILS—SAN MARINO (S) 8 C-6 SEAWALL DETAILS—SAN MARINO (S) 9 C-7 SEAWALL DETAILS—SAN MARINO (S) 10 C-8 SEAWALL DETAILS—DILIDO(SW) 11 C-9 SEAWALL TYPICA DETAILS 12 C-10 GENERAL NOTES 'Ven"etian Islanf:Xds Sea'iwall'lrprovenfents(dated„March 2018),;� ' ` • 4 ;r i .., F u: m�,, mak,"" � ,. ' ` u. > , . 1 C-0 COVER SHEET& INDEX OF DRAWINGS 2 SU-1 OVERALL KEY MAP 3 C-1 LOCATION MAP—SAN MARINO ISLAND 4 C-2 LOCATION MAP—DILIDO ISLAND 5 C-3 LOCATION MAP—RIVO ALTO ISLAND 6 C-4 SITE PLAN—SAN MARINO (N) 7 C-5 SITE PLAN—DILIDO(N) 8 C-6 SITE PLAN—DILIDO(SE) 9 C-7 SITE PLAN—RIVO ALTO (N) 10 C-8 SITE PLAN—RIVO ALTO (5) 11 C-9 SEAWALL DETAILS—SAN MARINO (N) 12 C-10 SEAWALL DETAILS—SAN MARINO (N) BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 85 13 C-11 SEAWALL DETAILS—DILIDO(N) 14 C-12 SEAWALL DETAILS—DILIDO (SE) 15 C-13 SEAWALL DETAILS—RIVO ALTO(N) 16. C-14 SEAWALL DETAILS—RIVO ALTO(S) 17 C-15 SEAWALL TYPICAL DETAILS 18 C-16 GENERAL NOTES ✓ c, rjetr, c r Z Y ' r a„ '"'i ro ;k.,ad" 'a t ., J"; q .`Rr" 5 " vr :117:77.17701 t+a ifw F7,7„7:0737„, T a " ' "74f% Y $' am eTPcocodlol ecicttzny ks d Division 1 01010 Summary of Work 01015 General Requirements 01039 Coordination and Meetings 01045 Cutting and Patching 01050 Field Engineering 01070 Applicable Standards and Codes 01310 Construction Schedules 01340 Submittals and Substitutions 01370 Schedule of Values 01505 Control of Work 01520 Construction Aids 01530 Barriers 01560 Temporary Controls 01570 Traffic Regulation 01600 Materials and Equipment 01700 Contract Closeout 01720 Project Record Documents Division 2 02050 Demolition 02100 Site Preparation 02151 Shoring and Bracing of Excavations 02220 Structural Excavation, Backfill and Compaction 02223 Excavation Below Normal Grade and Gravel Refill 02276 Temporary Erosion and Sediment 02300 Earthwork 02370 Bulkhead Construction 02931 Sodding Division 3 03200 Concrete Reinforcements 03251 Joints 03300 Cast-in-Place Concrete 03315 Grout 03350 Concrete Finishing BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 86 03410 Precast Concrete Seawall Panels 03700 Modifications & Repairs to Existing Concrete Division 4 NOT INCLUDED Division 5 05500 Metal Fabrications Divisions 6-16 NOT INCLUDED Balance of Pape Intentionally Left Blank BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 87 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 MIAMI BEACH 88 MJAMIBEACH C-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 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 89 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 90 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 91 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 92 A.ppENDix 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 Principal 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: 2018-181-ZD CITYOF MIAMI BEACH AMAMI I BEACH MIAMIBEACH D_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 severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 94 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 95 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 96 D-2 The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 97 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 98 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 99 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 100 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 101 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 102 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 103 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 104 APPENDIX E • Sample Contract BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 105 MIAMIBEACH SAMPLE CONTRACT M U .nr ormational p_rpos-0 % u' o ‘sib �° ' based'CIL f [ £ (Wo 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, Contractorshallpay to City the sum of BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 106 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 107 . 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 108 • 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 109 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:2018-181-ZD CITYOF MIAMI BEACH MIAMEBEACH 110 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 111 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 anyprior 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:2018-181-ZD CITYOF MIAMI BEACH MIANMIBEACH 112 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 113 APPENDIX F Specifications • BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 114 M I AM I BEAC H CITY OF MIAMI BEACH TECHNICAL SPECIFICATIONS FOR VENETIAN ISLANDS SEAWALL IMPROVEMENTS Di Lido Drive (North Side) Di Lido Drive (Southeast Side) Di Lido Drive (Southwest Side) San Marino Drive (North Side) San Marino Drive (South Side) Rivo Alto Drive (North Side) • Rivo Alto Drive (South Side) February 2018 Prepared by: Stantec Stantec Consulting Services, Inc. 800 Fairway Drive, Suite 195 Deerfield Beach, FL, 33441 Stantec Project No.: 215613480 TABLE OF CONTENTS CITY OF MIAMI BEACH VENETIAN ISLANDS SEAWALL IMPROVEMENTS TECHNICAL SPECIFICATIONS DIVISION 1 —GENERAL REQUIREMENTS 01010 Summary of Work 01015 General Requirements 01039 Coordination and Meetings 01045 Cutting and Patching 01050 Field Engineering 01070 Applicable Standards and Codes 01310 Construction Schedules 01340 Submittals and Substitutions 01370 Schedule of Values 01505 Control of Work 01520 Construction Aids 01530 Barriers 01560 Temporary Controls 01570 Traffic Regulation 01600 Materials and Equipment 01700 Contract Closeout 01720 Project Record Documents DIVISION 2—SITE CONSTRUCTION 02050 Demolition 02100 Site Preparation 02151 Shoring and Bracing of Excavations 02220 Structural Excavation, Backfill and Compaction 02223 Excavation Below Normal Grade and Gravel Refill 02276 Temporary Erosion and Sediment 02300 Earthwork 02370 Bulkhead Construction 02931 Sodding DIVISION 3—CONCRETE 03200 Concrete Reinforcements 03251 Joints 03300 Cast-in-Place Concrete 03315 Grout 03350 Concrete Finishing 03410 Precast Concrete Seawall Panels 03700 Modifications & Repairs to Existing Concrete DIVISION 4— Not Included DIVISION 5— METALS 05500 Metal Fabrications DIVISION 6 THROUGH DIVISION 16— Not Included SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.01 LOCATION OF WORK A. Work is located in the City of Miami Beach at the following locations: Di Lido Drive North Drainage Easement Di Lido Drive Southeast Drainage Easement Di Lido Drive Southwest Drainage Easement San Marino Drive North Drainage Easement San Marino Drive South Drainage Easement Rivo Alto Drive North Drainage Easement Rivo Alto Drive South Drainage Easement 1.02 WORK TO BE PERFORMED A. The Work to be performed under this Contract shall consist of providing equipment, materials, supplies, and manufactured articles; and for furnishing transportation and services, including fuel, power, water, and essential communications; and for the performance of labor, work, or other operations in strict accordance with the Contract Documents. B. Wherever the Contract Documents address a third party, i.e., subcontractor, manufacturer, vendor, etc., it is to be considered as the Contractor through the third party. C. Wherever a reference to number of days is noted, it shall mean calendar days. 1.03 GENERAL DESCRIPTION OF CONTRACT A. Install new bulkhead seawall at two (2) locations complete with concrete cap B. Install precast concrete piling and new concrete cap at three (3) locations C. Install new concrete cap at two (2) locations D. Demolish specific items within the easements to aid in construction. E. Construct wingwalls to support backfill behind new seawall cap F. Provide backfill and sod G. Install rip rap at specific locations H. Install fencing at two (2) locations 02/18 01010-1 Venetian Islands Seawall Improvements 1.04 SEQUENCE OF CONSTRUCTION A. Following receipt of Notice to Proceed with the Work, the Contractor shall notify the •Engineer and the City at least five days before he is ready to start actual construction to allow the City time to make arrangements for inspection of the Work. B. Work under the Contract shall be scheduled and performed in such a manner as to result in the least possible disruption to the operation of the roadways and waterways. C. Submit a sequence of construction schedule for the entire project. 1.05 ABANDONMENT AND SALVAGE OF EXISTING FACILITIES Not used 1.06 REHABILITATION A. Any areas of the adjacent walkways or green areas that might be affected by work shall be restored to their original condition subsequent to completion of the work. B. Disposal of Debris: All debris, materials, piping, and miscellaneous waste products from the Work described in the section shall be removed from the project as soon as possible. They shall be disposed of in accordance with applicable federal, state, and local regulations. The Contractor is responsible for determining these regulations and shall bear all costs or retain any profit associated with disposal of these items. 1.07 CONTRACTOR USE OF PROJECT SITE A. The Contractor's use of the project site shall be limited to its construction operations, including on-site storage of materials, on-site fabrication facilities, and field offices, as noted on the Contract Drawings. 1.08 CITY USE OF THE PROJECT SITE A. The City may utilize part of the existing facilities during the entire period of construction for the conduct of the City's normal operations. The Contractor shall cooperate with the City to minimize interference with the Contractor's operations and to facilitate the City's operations. 1.09 COORDINATION WITH OTHER CONTRACTS A. Coordinate work with that of other Contractors on site. 1.10 PARTIAL UTILIZATION OF THE WORK BY THE CITY A. The Contractor is hereby advised that the City may accept the responsibility for the maintenance and protection of a specific portion of the Project ifutilized prior to Completion. However, the Contractor shall retain full responsibility for satisfactory completion of the project. 02/18 01010-2 Venetian Islands Seawall Improvements 1.11 PERMITS A. It shall be the Contractor's responsibility to secure all permits required to complete the work under this contract, except permits obtained by the City. B. No separate or direct payment will be made to the Contractor for permits and inspection requirements, but all such costs shall be included in the bid proposal. The City will furnish signed and sealed sets of Contract Documents for permit use as required. 1.12 FIELD ENGINEERING A. The Contractor shall employ a Land Surveyor registered in the State of Florida and acceptable to the Engineer. The Contractor shall locate and protect survey control and reference points. B. Provide Field Engineering Services: Establish elevations, lines, and levels, utilizing recognized engineering survey practices. C. Submit a copy of registered site drawing and certificate signed by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. D. Submit As-built plans upon corrmOpletion that are signed and sealed by the Registered Land Surveyor showing all elevations grades and lines as indicated on the design plans. 1.13 DIMENSIONS AND LOCATIONS OF STRUCTURES, PIPING AND UTILITIES A. Where the dimensions and locations of existing structures, piping, and utilities are of critical importance in the installation or connection of new work, the Contractor shall verify such dimensions and locations in the field before the fabrication of any materials or equipment which is dependent on the correctness of such information. 1.14 COORDINATION WITH UTILITY COMPANIES A. Coordinate the work with all utility companies including but not limited to City of Miami Beach, Miami Dade County, FPL, ATT, Comcast, Atlantic Broadband (ABB) and FPUC prior to construction operations. Contractor shall provide proof to th3e City and the EOR that coordination has been performed. B. Perform work, furnish materials, and provide necessary labor and equipment to perform work without impact to any utility. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 02/18 01010-3 Venetian Islands Seawall Improvements SECTION 01015 GENERAL REQUIREMENTS PART 1 - GENERAL 1.01 RELATED REQUIREMENTS A. General provisions of Contract, including General and Supplementary Conditions. 1.02 PROJECT DESCRIPTION A. Construction includes improvements to the seven (7) drainage easement outfall seawalls on the Venetian Islands. Previous work by others has included the installation of new pump stations with outfalls at six (6) of those locations. The City now desires to upgrade the seawalls within those easements by raising the top of cap elevations throughout the City. Specifically, theseawalls will be raised by construction of a new seawall cap on top of the existing seawall cap or by installation of a new seawall in front of the existing seawall complete with piling and cap. Wing walls will be added to contain the backfill needed to raise the elevation of the property behind the seawalls. 1.03 CONTRACTOR USE OF PREMISES A. Contractor shall have full use of each easement for construction operations. The Con- tractor's use of the premises is limited only by the Owner's right to perform construction operations with its own forces or to employ separate contractors on portions of the project. B. Access to the work site shall be through the street access to each easement and the work shall be performed by a combination of landside operations supplemented by waterside barge work where access is not sufficient forthe heavy equipment on the land side. C. The Contractor shall be responsible for coordinating his daily activities in conjunction with any Contractors presently working within the vicinity of this project. D. Confine operations to areas within rights-of-way and easements. E. Keep existing driveways and entrances serving the premises clear and available to the Owner and the Owner's employees at all times. 1. Do not use these areas for parking or storage of materials. 2. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site. F. Do not dispose of organic and hazardous material on site, either by burial or by burning. 02/18 01015-1 Venetian Islands Seawall Improvements 1.04 ENVIRONMENTAL PROTECTION A. Provide protection, operate temporary facilities and conduct construction in ways and by methods that comply with environmental regulations, and minimize the possibility that air, waterways and subsoil might be contaminated or polluted, or that other undesirable effects might result. 1.05 SUBMITTALS A. General: Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. B. Progress Schedule: Fully developed, horizontal bar chart type Contractor's construction schedule. Revise the schedule after each meeting or activity, where revisions have been recognized or made. Issue updated schedules monthly. C. Daily Construction Report: Record of construction activities, on-site work force and equipment including progress and events at the site; submit two (2) copies to the Engineer at weekly intervals. D. Shop Drawings: Newly prepared information, drawn to accurate scale. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not acceptable. 1. Shop Drawings shall include fabrication and installation drawings, setting diagrams, schedules, patterns, templates and similar drawings. 2. Do not use Shop Drawings without an appropriate final stamp indicating action taken in connection with construction. E. Product Data: Collect into a single submittal for each element of construction or system. Includes printed information such as manufacture's installation instructions, catalog cuts, standard color charts, roughing-in diagrams and templates, standard wiring diagrams and performance curves. F. Samples: Full size, fully fabricated samples cured and finished as specified and physically identical with the material or product proposed. G. Submit shop drawings/product data for each item to be incorporated in the project. 1.06 QUALITY CONTROL A. The Contractor shall provide inspections, tests and similar quality control services,, specified in individual Specification Sections and required by governing authorities, except where they are specifically indicated to be the Owner's responsibility, or are provided by another identified entity. 1. Costs for these services shall be included in the Contract Sum. B. The Contractor is responsible for and shall pay costs of retesting when required by Engineer or Owner and of additional testing needed or required by the Contractor. 02/18 01015-2 Venetian Islands Seawall Improvements C. The Contractor shall pay costs for additional trips to the project by the agency when scheduled times for tests and inspections are canceled and agency is not notified sufficiently in advance of cancellation to avoid the trip. 1.07 MATERIAL AND EQUIPMENT A. Substitutions: After Bidding period, up to 30 days after date of Notice to Proceed, the Engineer will consider written requests from Contractor for proposed substitutions of products. Subsequent requests will only be considered when proof is given to the Engineer of product unavailability or other condition beyond control of the Contractor. Submit a separate request for each proposed substitution; two (2) copies each on the Substitution Request(SR) available from the Engineer. 1. Do not order or install substitute products without written acceptance from the - Engineer. 2. Do not imply or indicate substitutions on shop drawings or product data submittals without a separate formal request. 3. Engineer will determine acceptability of substitution. 4. Only one request for substitution for each product will be considered. If not accepted, Contractor shall provide specified product. • B. Product selection is governed by the Contract Documents and governing regulations, not by previous project experience. 1. Where a single or multiple products or manufacturers are named, provide one of the products indicated or submit a request for substitution for any product or manufacturer not named. 2. Where the Specifications only require compliance with performance requirements, an imposed code, standard or regulation, select a product that complies with the requirements, standards, codes or regulations specified. 3. Manufacturers named in a Specification section are those manufacturers considered capable of manufacturing products conforming to the specified requirements. The naming of a particular manufacturer does not imply acceptance or approval of just any standard product of that manufacturer. 4. The City reserves the right to remove or have removed any installation material which is not approved by the Engineer. The total cost for such replacement shall be borne by the Contractor. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 02/18 01015-3 Venetian Islands Seawall Improvements SECTION 01039 COORDINATION AND MEETINGS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Coordination and Project Conditions B. Field Engineering C. Preconstruction Meeting D. Progress Meetings 1.02 COORDINATION ANIS PROJECT CONDITIONS A. Coordinate scheduling, submittals, and Work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements. B. Verify utility requirements and characteristics of operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. Coordinate work with Owner operations. C. Coordinate space requirements, supports, and installation of mechanical and electrical Work'which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. Obtain Owner acceptance of conduit runs and alignments prior to installation. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. E. Coordinate completion and clean-up of Work of separate sections in preparation for Substantial Completion and for portions of Work designated for Owner's partial occupancy. F. After Owner occupancy of premises, coordinate access to site for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.03 FIELD ENGINEERING A. Employ a Land Surveyor registered in the State of Florida and acceptable to Engineer. B. Contractor shall protect survey control and reference points. 02/18 01039-1 Venetian Islands Seawall Improvements C. Control datum for survey is that established by Owner provided survey. D. Verify set-backs and easements; confirm drawing dimensions and elevations. E. Establish elevations, lines, and levels, utilizing recognized engineering survey practices. F. Submit a copy of site drawing and certificate signed and sealed by the Land Surveyor that the elevations and locations of the Work are in conformance with the Contract Documents. 1.04 PRE-CONSTRUCTION MEETING A. Engineer will schedule a meeting after Notice of Award. B. Attendance Required: Owner, Engineer, Contractor, Contractor Superintendent, and major sub-contractors. C. Agenda: 1. Execution of Owner-Contractor Agreement 2. Submission of Executed Bonds and Insurance Certificates 3. Distribution of Contract Documents 4. Submission of List of Subcontractors, List of Products, Schedule of Values, and Progress Schedule 5. Designation of Personnel Representing the Parties in Contract, Utilities, and the Engineer 6. Procedures and Processing Of Field Decisions, Submittals, Substitutions, Applications for Payments, Proposal Request, Change Orders, and Contract Closeout Procedures 7. Scheduling, Sequence Of Work 8. Use of Premises by Owner and Contractor 9. Owner's Requirements and Partial Occupancy 10. Construction Facilities and Controls Provided By Owner (Where Applicable) 11. Temporary Utilities Provided By Owner 12. Security and Housekeeping Procedures 13. Application for Payment Procedures 14. Procedures for Testing 15. Requirements for Start-Up of Equipment 16. Inspection and Acceptance of Equipment Put into Service During Construction Period D. Record minutes and distribute copies within 5-days after meeting to participants and those affected by decisions made, with two copies to Engineer. 1.05 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum bimonthly intervals. • B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. 02/18 01039-2 Venetian Islands Seawall Improvements C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review Minutes of Previous Meetings 2. Review of Work Progress 3. Field Observations, Problems, and Decisions 4. Identification Of Problems Which Impede Planned Progress 5. Review of Submittals Schedule and Status of Submittals 6. Review of Off-Site Fabrication and Delivery Schedules 7. Maintenance of Progress Schedule 8. Corrective Measures to Regain Projected Schedules 9. Planned Progress During Succeeding Work Period 10. s, Coordination of Projected Progress 11. Maintenance of Quality and Work Standards ' 12. Effect of Proposed Changes on Progress Schedule and Coordination 13. Other Business Relating To Work E. Record minutes and distribute copies within 3-days after meeting to participants, and those affected by decisions made. PART 2—PRODUCTS Not Used PART 3—EXECUTION Not Used END OF SECTION 02/18 01039-3 Venetian Islands Seawall Improvements SECTION 01045 CUTTING AND PATCHING PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification sections, apply to the work specified in this Section. 1.02 REQUIREMENTS INCLUDED A. All necessary cutting, coring, drilling, grouting, and patching to fit together the several parts of the work will be done by the Contractor, except as may be specifically noted otherwise under any particular section of the specifications. B. Definition: Cutting and Patching includes cutting into existing construction to provide for the installation or performance of other work and subsequent fitting and patching required to restore surfaces to their original condition. Cutting and Patching is performed to uncover work for access or inspection, to obtain samples for testing, to permit alterations to be performed or for other similar purposes. 1.03 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural work in a way that would result in a reduction of load-carrying capacity or of a load-deflection ratio. B. Visual Requirements: Do not cut and patch work, in a way that would result in reducing the strength of structures. Do not cut and patch work in a manner that would result in substantial visual evidence. Remove and replace work judged by the Owner to be cut and patched in a visually unsatisfactory manner. 1.04 SUBMITTALS A. Procedure for Cutting and Patching: Where prior approval of cutting and patching is required, submit procedures for this work well in advance of the time work will be performed and request approval to proceed. Include the following information, as applicable, in the submittal: 1. Describe nature of the work and how it is to be performed, indicating why cutting and patching cannot be avoided. Describe anticipated results of the work operation and visual changes as well as other significant elements. 2. List products to be used and firms that will perform work. 3. Give dates when work is expected to be performed. B. Approval by Owner to proceed with cutting and patching work does not waive the Owner's right to later require complete removal and replacement of work found to be cut and patched in an unsatisfactory manner. 02/18 01045-1 Venetian Islands Seawall Improvements • PART 2 - PRODUCTS 2.01 MATERIALS A. Except as otherwise indicated, or as directed by the Owner, use materials for cutting and patching that are identical to existing materials. If identical materials are not available, or cannot be used, use materials that match existing adjacent surfaces to the fullest extent possible. Use material for cutting and patching that will result in equal-or-better performance characteristics. PART 3 - EXECUTION 3.01 INSPECTION A. Before cutting, examine the surfaces to be cut and patched and the conditions under which the work is to be performed. If unsafe or otherwise unsatisfactory conditions are encountered, take corrective action before proceeding with the work. B. Before the start of cutting work, meet at the work site with all parties involved in cutting the patching. Review areas of potential interference and conflict between the various trades. Coordinate layout of the work and resolve potential conflicts before proceeding with the work. 3.02 PREPARATION A. Temporary Support: To prevent failure, provide temporary support of work to be cut. B. Protection: Protect other work during cutting and patching to prevent,damage. Provide protection from adverse weather conditions for that part of the project that may be exposed during cutting and patching operations. 1. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. 3.03 PERFORMANCE A. Employ skilled workman to perform cutting and patching work. Except as otherwise indicated or as approved by the Owner, proceed with cutting and patching at the earliest feasible time and complete work without delay. B. Cut the work using methods that are least likely to damage work to be retained or adjoining work. 1. In general, where cutting is required use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots neatly to size required with minimum disturbance of adjacent work. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. Temporarily cover openings when not in use. C. Patching: Patch with seams which are durable and as invisible as possible. Comply with specified tolerances for the work. 1. Where feasible, inspect and test patched areas to demonstrate integrity of work. 2. Restore exposed finishes of patched areas and where adjoining work in a manner which will eliminate evidence of patching and refinishing. 02/18 01045-2 Venetian Islands Seawall Improvements D. Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection. For an assembly, refinish entire unit. E. Damaged Surfaces: Patch or replace any portion of an existing finished surface which is found to be damaged, lifted, discolored, or shows other imperfections, with matching material. 3.04 TRANSITION FROM EXISTING TO NEW WORK A. When new work abuts,or finishes flush with existing work, make a smooth and workmanlike transition. Patched work shall match existing adjacent work in texture and appearance unless otherwise noted so that the patch or transition is invisible at a distance of five feet. B. When finished surfaces are cut in such a way that a smooth transition with new work is not possible,terminate existing surface in a neat manner along a straight line at a natural line of division, and provide trim appropriate to finished surface. 3.05 CLEANING A. Thoroughly clean area and spaces where work is performed or used as access to work. Remove completely paint, mortar, oils, putting and items of similar nature. END OF SECTION • 02/18 01045-3 Venetian Islands Seawall Improvements SECTION 01050 FIELD ENGINEERING PART 1 - GENERAL 1.01 WORK INCLUDED A. Provide and pay for field engineering services required for Project as follows: 1. Land Surveying work required to lay out the work and for execution of the structures. 2. Civil, structural or other professional engineering services specified, or required to execute the Contractor's construction methods. B. The Contractor shall retain the services of a registered land surveyor licensed in the State of Florida to identify existing control points and property,line corner stakes indicated on the Drawings,as required. Verify all existing structure locations and all proposed building corner locations, tank locations and equipment locations. 1.02 RELATED WORK A. Section 01010: Summary of Work. B. Section 01720: Project Record Documents. 1.03 QUALIFICATIONS OF PROFESSIONAL A. Qualified Engineer or Registered Land Surveyor,acceptable to the Owner and the Engineer. B. Registered Professional Engineer of the specialty required for the specific service on the Project, currently licensed in the State of Florida. 1.04 SURVEY REFERENCE POINTS A. Horizontal and vertical control points for the Project are to be established by the Contractor. B. Locate and protect control points prior to starting work, and preserve all permanent reference points during construction. 1. Make no changes or relocations without prior written notice to the Engineer. 2. Report to the Engineer when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. 3. Require surveyor to replace project control points which may be lost or destroyed. a. Establish replacements based on original survey control. 1.05 PROJECT SURVEY REQUIREMENTS A. Establish a minimum of five temporary bench marks on site, referenced to data by survey control points. 1. Record locations, with horizontal and vertical data, on Project Record Documents. 2. Two bench marks shall be near Athletic Field#4. 02/18 01050-1 Venetian Islands Seawall Improvements B. Establish lines and levels, locate and lay out, by instrumentation and similar appropriate means: 1. Site Improvements a. Stakes for grading, fill and topsoil placement. b. Utility slopes and invert elevations. 2. Batter boards for structures. 3. Building foundation, column locations and floor levels. 4. Controlling lines and levels required for mechanical and electrical trades. C. From time to time, verify layouts by same methods. 1.06 RECORDS A. Maintain a complete, accurate log for all control and survey work as it progresses. B. At the end of the project, submit certified as-built information at the same scale as the Engineer's line drawings indicating elevations and stations of the project at 100 foot increments and at rapid changes in grade. Provide as-built drawings for all portions of the project that have been completed and for which payment is requested. C. At the end,of the project, submit a certified site survey (As-Builts) at 1" = 50' scale on a reproducible tracing sheet 24"x 36", indicating the field corners and location of all structures and site amenities. D. Contractor prior to commencement of work shall obtain cross sections at maximum 100 foot intervals for length of proposed improvements. 1.07 SUBMITTALS A. Submit name and address of registered land surveyor to the Engineer. B. On request of the Engineer, submit documentation to verify accuracy of field engineering work. C. Submit certificate signed by registered engineer or surveyor certifying that elevations and locations of improvements are in conformance or non-conformance, with Contract Documents. D. Submit drawings showing locations of all structures constructed. This drawing shall be included with the project record documents. PART 2— PRODUCTS Not used PART 3— EXECUTION Not used END OF SECTION 02/18 01050-2 Venetian Islands Seawall Improvements SECTION 01070 APPLICABLE STANDARDS AND CODES PART 1 - GENERAL 1.01 ' GENERAL A. Any reference made to published specifications or standards of any organization or association shall comply with the requirements of the specification or standard which is current on the date of Advertisement for Bids. In case of a conflict between the referenced specifications or standards, the one having the more stringent requirements shall govern. In case of conflict between the referenced specifications or standards, the one having the more stringent requirements shall govern. B. The following is a partial list of typical abbreviations which may be used in the Specifications and the organizations to which they refer: AASHTO - American Association of State Highway and Transportation Officials AASHO - American Association of State Highway Officials ACI - American Concrete Institute ACIFS - American Cast Iron Flange Standards AGA - American Gas Association AGC - Associated General Contractors of America AGMA - American Gear Manufacturers Association Al - Asphalt Institute AIA - American Institute of Architects AISC - American Institute of Steel Construction AISI - American Iron and Steel Institute ANSI - American National Standard Institute API - American Petroleum Institute APWA - American Public Works Association ASCE - American Society of Civil Engineers ASHRAE - American Society of Heating, Refrigeration, and Air Conditioning Engineers ASME - American Society of Mechanical Engineers ASTM - American Society of Testing and Materials AWI - Architectural Woodwork Institute AWPA - American Wood Preservers Association AWS - American Welding Society AWWA - American Water Works Association BHMA - Builder's Hardware Manufacturers Association CRSI - Concrete Reinforcing Steel Institute CSA - Canadian Standards Association DHI - Door and Hardware Institute DIPRA - Ductile Iron Pipe Research Association . DOT - Florida Department of Transportation E/A - Engineer and/or Architect EDA - Economic Development Association EEI - Edison Electric Institute 02/18 01070-1 Venetian Islands Seawall Improvements EPA - Environmental Protection Agency FDER - Florida Department of Environmental Regulation ICEA - Insulated Cable Engineers Association IEEE - Institute of Electrical and Electronic Engineers IPCEA - Insulated Power Cable Engineers Association ISO - Insurance Service Offices NAAMM - National Association of Architectural Metal Manufacturers NBS - National Bureau of Standards NCPI - National Clay Pipe Institute NCSPA - National Corrugated Steel Pipe Association NEC - National Electric Code NEMA - National Electrical Manufacturers Association NFPA - National Fire Protection Association NLMA - National Lumber Manufacturers Association NSC - National Safety Council OSHA - Occupational Safety and Health Act PCA - Portland Cement Association SAE - Society of Automotive Engineers Standards SFBC - South Florida Building Code SHBI - Steel Heating Boiler Institute SSPC - Society of Protective Coatings UL - Underwriters' Laboratories, Inc. C. CONTRACTOR shall, when required, furnish evidence satisfactory to . the OWNER & ENGINEER that materials and methods are in accordance with such standards where so specified. D. In the event any questions arise as to the application of these standards or codes, copies shall be supplied on site by the CONTRACTOR. PART 2 - PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 02/18 01070-2 Venetian Islands Seawall Improvements SECTION 01310 CONSTRUCTION SCHEDULES PART 1 —GENERAL 1.01 REQUIREMENTS INCLUDED A. Promptly after Award of the Contract and within ten days after the effective date of the Agreement, prepare and submit to the Engineer estimated construction progress schedules for the work, with subschedules of related activities which are essential to its progress. B. Submit revised progress schedules on a monthly basis. C. No partial payments shall be approved by the Engineer until there is an approved construction progress schedule on hand. D. The Contractor shall designate an authorized representative of his firm who shall be responsible for development and maintenance of the schedule and of progress and payment reports. This representative of the Contractor shall have direct project control and complete authority to act on behalf of the Contractor's schedule. 1.02 RELATED REQUIREMENTS A. Contract Document: Conditions.of.the Contract B. Section 01010: • Summary of Work_ C. Section 01200: Project Meetings D. Section 01340: Shop Drawings, Working Drawings and Samples 1.03 FORM OF SCHEDULES A. Prepare schedules in the form of a horizontal bar chart. 1. Provide separate horizontal bar for each trade or operation within each structure or item. 2. Horizontal time scale: In weeks from start of construction and identify the first work day of each month. 3. Scale and spacing: To allow space for notations and future revisions. 4. Minimum sheet size: 24-inches x 36-inches. B. Format of listings: The chronological order of the start of each item of work for each structure. C. Identification of listings: By major specification section numbers as applicable and structure. 1.04 CONTENT OF SCHEDULES A. Construction Progress Schedule: 1. Show the complete sequence of construction by activity. 2. Show the dates for the beginning of, and completion of, each major element of construction in no more that a two-week increment scale. Specifically, list, but not limit to: 02/18 01310-1 Venetian Islands Seawall Improvements a. Site Clearing b. Foundation Work c. Structural Work d. Subcontractor Work e. Delivery of Materials & Equipment f. Material Installation g. Finishings h. Site Work Record Drawings j. Restoration 3. Show projected percentage of completion for each item, as of the first of each month. 4. Show projected dollar cash flow requirements for each month of construction. B. Submittals Schedule for Shop Drawings, and Samples in accordance with Section 01340. Show: 1. The dates for Contractor's submittals. 2. The dates submittals will be required for owner furnished products, if applicable. 3. The dates approved submittals will be required from the Engineer. C. A list of all long lead items (equipment, materials, etc). 1.05 PROGRESS REVISIONS A. Indicate progress of each activity to date of submission. B. Show changes occurring since previous submission of schedule: 1. Major changes in scope. 2. Activities modified since previous submission. 3. Revised projections of progress and completion. 4. Other identifiable changes. C. Provide a narrative report as needed to define: 1. Problem areas, anticipated delays, and the impact on the schedule. 2. Corrective actions recommended, and its effect. 3. The effect of changes on schedules of other prime contractors. 1.06 SUBMISSIONS A. Submit initial schedules to the Engineer within 10-days after the effective date of the Agreement. 1. The Engineer will review schedules and return review copy within 21-days after receipt. 2. If required, resubmit within 7-days after return of review copy. B. Submit 5-copies of revised monthly progress schedules with that month's application for payment. 1.07 DISTRIBUTION A. Distribute copies of reviewed schedules to: 1. Engineer(Two Copies) 02/18 01310-2 Venetian Islands Seawall Improvements 2. Job Site File 3. Subcontractors 4. Other Concerned Parties 5. Owner(Two Copies) B. Instruct recipients to report promptly to the Contractor, in writing, any problems anticipated by the projections shown in the schedule. PART 2— PRODUCTS Not Used PART 3— EXECUTION Not Used END OF SECTION • 02/18 01310-3 Venetian Islands Seawall Improvements SECTION 01340 SUBMITTALS AND SUBSTITUTIONS PART 1 -GENERAL 1.01 DESCRIPTION A. Make submittals required by the Contract Documents,and revise and resubmit as necessary to establish compliance with the specified requirements. 1.02 RELATED SECTIONS A. 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. B. Individual requirements for submittals also may be described in pertinent Sections of these Specifications. C. Work not included: 1. Submittals which are not required will not be reviewed by the Engineer. 2. The Contractor may require his subcontractors to provide drawings, setting diagrams, and similar information to help coordinate the Work, but such data shall remain between the Contractor and his subcontractors and will not be reviewed by the Engineer. 1.03 SUBMITTALS FOR REVIEW A. Make submittals of Shop Drawings, Samples, substitution requests, and other items in accordance with the provisions of this Section. 1.04 QUALITY ASSURANCE A. Coordination of submittals: 1. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted. 2. Verify that each item and the submittal for it conform in all respects with the specified requirements. 3. By affixing the Contractor's signature to each submittal,certify that this coordination has been performed. B. Substitutions: 1. The Contract is based on the standards of quality established in the Contract Documents. Substitutions will be considered only when listed at time of bidding, on the Contractors letterhead and when substantiated by the Contractor's submittal of required data within 10-calendar days after the bid opening. 2. The following products do not require further approval except for interface within the Work: a. Products specified by reference to standard specifications such as ASTM and similar standards. b. Products specified by manufacturer's name and catalog model number. 02/18 01340-1 Venetian Islands Seawall Improvements 3. Do not substitute materials, equipment, or methods unless such substitution has been specifically approved in writing for this Work by the Engineer. C. "Or Equal": 1. Where the phrase"or equal,"or"or equal as approved by the Engineer,"appears in the Contract Documents, do not assume that the materials, equipment, or methods will be approved as equal unless the item has been specifically so approved for this Work by the Engineer and the Owner. 2. The decision of the Engineer shall be final. PART 2 - PRODUCTS 2.01 SHOP DRAWINGS A. Scale and Measurements: Make Shop Drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the Work. B. Review comments of the Engineer will be shown on the shop drawings when these are returned to the Contractor. The Contractor may make and distribute such copies as are required for his purposes. The Engineer will retain at least one copy of the reviewed shop drawings;therefore, submit the number of copies that are required to be returned, plus one additional copy. 2.02 MANUFACTURER'S LITERATURE A. Where contents of submitted literature from manufacturers includes data not pertinent to the submittal, clearly show which portions of the contents is being submitted for review. B. Submit the number of copies which are required to be returned, plus one copy which will be retained by the Engineer. 2.03 SAMPLES A. Provide Samples identical to the precise materials proposed to be utilized in the Work. Identify as described under"Identification of Submittals" below. B. Number of Samples required: 1. Unless otherwise specified, submit Samples, in the quantity,which is required to be returned, plus one which will be retained by the Engineer. 2. By prearrangement in specific cases, a single Sample may be submitted for review and, when approved, be installed in the Work at a location agreed upon by the Engineer. PART 3 -EXECUTION 3.01 IDENTIFICATION OF SUBMITTALS A. Consecutively number all submittals. 1. When material is resubmitted for any reason, transmit under a new letter of transmittal and with a new transmittal number. 2. On resubmittals, cite the original submittal number for reference. 02/18 01340-2 Venetian Islands Seawall Improvements B. Accompany each submittal with a letter of transmittal showing all information required for identification and checking. C. On at least the first page of each submittal, and elsewhere as required for positive identification, show the appropriate submittal number. D. Maintain an accurate submittal log for the duration of the Work,showing current status of all submittals at all times. Make the submittal log available to the Engineer for his review upon request. 3.02 GROUPING OF SUBMITTALS A. Unless otherwise specified, make submittals in groups containing all items associated with the particular portion of the Work to assure that all necessary information is available for checking each item when it is received. 1. Partial submittals may be rejected as not complying with the provisions of the Contract. 2. The Contractor may be held liable for delays so occasioned. 3.03 TIMING OF SUBMITTALS A. Make submittals far enough in advance of scheduled dates for installation to provide time required for reviews, for securing necessary approvals, for possible revisions and re submittals, and for placing orders,and securing delivery. B. In scheduling,allow at least ten working days for review by the Engineer following his receipt of the submittal. 3.04 ENGINEER'S REVIEW A. Review by the Engineer does not relieve the Contractor from responsibility for errors,which may exist in the submitted data. B. Revisions: 1. Make revisions required by the Engineer. 2. If the Contractor considers any required revision to be a change,pe shall so notify the Engineer within ten calendar days in writing. IF after the review of the Engineer and the owner it is determined that the required revisions are in fact a legitimate change in work or time the procedures set forth in Articles 10, 11,&12 of the Special Conditions shall be followed. 3. Make only those revisions directed or approved by the Engineer and Owner. END OF SECTION 02/18 01340-3 Venetian Islands Seawall Improvements • SECTION 01370 SCHEDULE OF VALUES PART 1 -GENERAL 1.01 REQUIREMENTS INCLUDED A. Submit to the Engineer a Schedule of Values allocated to the various portions of the Work, within 21-days after the effective date of the Agreement. B. Upon request of the Engineer, support the values with data which will substantiate their correctness. C. The Schedule of Values, unless objected to by the Engineer, shall be sued only as the basis for the Contractor's Applications for Payment. 1.02 RELATED REQUIREMENTS A. Contract Document: Conditions of the Contract 1.03 FORM AND CONTENT OF SCHEDULE OF VALUES A. . .Type schedule on an 8-1/2-inch x 11-inch or 8-1/2-inch x 14—inch white paper furnished by the Contractor; Contractor's standard forms and automated printout will be considered for approval by the Engineer upon Contractor's request. Identify schedule with: 1. Title of Project and location 2. Engineer and Project number 3. Name and Address of Contractor 4. Contract designation 5. Date of submission B. Schedule shall list the installed value of the component part of the Work in sufficient detail to serve as a basis for computing values for progress payment during construction. C. Identify each line item with the number and title of the respective major section of the specifications. D. For each major line item, list sub-values of major products or operations under the item. E. For the various portions of the Work: 1. Each item shall include a directly proportional amount of the Contractor's overhead and profit. 2. For items on which progress payments will be requested for stored materials, break down the value into: a. The cost of the materials, delivered and unloaded, with taxes paid. Paid invoices are required for materials upon request by the Engineer. b. The total installed value. F. The sum of all values listed in the schedule shall equal the total Contract Sum. 02/18 0.1370-1 Venetian Islands Seawall Improvements PART 2— PRODUCTS Not Used PART 3— PRODUCTS Not Used END OF SECTION 02/18 01370-2 Venetian Islands Seawall Improvements SECTION 01505 CONTROL OF WORK , PART 1 - GENERAL 1.01 QUALITY OF WORK A. The Contractor shall furnish personnel and equipment which will be efficient, appropriate and large enough to secure a satisfactory quality of work and a rate of progress which will insure the completion of the work within the time stipulated in the Proposal. If at any time such personnel appear to the Engineer to be inefficient, inappropriate or insufficient for securing the quality of work required or for producing the rate of progress aforesaid, he may order the Contractor to increase the efficiency, change the character or increase the personnel and equipment, and the Contractor shall conform to such order. Failure of the Engineer to give such order shall in no way relieve the Contractor of his obligations to secure the quality of the work and rate of progress required. 1.02 PRIVATE LAND A. The Contractor shall not enter or occupy private land outside of easements, except by written permission of the private property owner. 1.03 UTILITY LOCATIONS A. Utilities shall be located substantially as indicated on the Drawings, but the Engineer reserves the right to make such modifications in locations as may be found desirable to avoid interference with existing structures or for other reasons. Contractor is obligated to field locate all utilities prior to construction. 1.04 OPEN EXCAVATIONS A. All open excavations shall be adequately safeguard by providing temporary barricades, caution signs, lights and other means as per OSHA standards to prevent accidents to • persons, and damage to property. The Contractor shall, at his own expense, provide suitable and safe bridges and other crossings for accommodating travel by pedestrians and workmen. Bridges provided for access to private property during construction shall be removed when no longer required. The length of open trench will be controlled by the particular surrounding conditions, but shall always be confined to the limits prescribed by the Engineer. If the excavation becomes a hazard, or if it excessively restricts traffic at any point, the Engineer may require special construction procedures such a limiting the length of open trench, prohibiting stacking excavated material in the street, and requiring that the trench shall not remain open overnight. B. The Contractor shall take precautions to prevent injury to the public due to open trenches. All trenches, excavated material, equipment, or other obstacles which could be dangerous to the public shall be well lighted at night. 02/18 01505-1 Venetian Islands Seawall Improvements 1.05 TEST PITS A. Test pits for the purpose of locating underground pipeline or structures in advance of the construction shall be excavated and backfilled by the Contractor at his cost at the direction of the Engineer. Test pits shall be backfilled immediately after their purpose has been satisfied and the surface restored and maintained in a manner satisfactory to the Engineer. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION 3.01 COOPERATION WITHIN THIS CONTRACT A. All firms or persons authorized to perform any work under this Contract shall cooperate with the General Contractor and his subcontractors or trades, and shall assist in incorporating the work of other trades where necessary or required. B. Cutting and patching, drilling and fitting shall be carried out where required by the trade or subcontractor having jurisdiction, unless otherwise indicated herein or directed by the Engineer. 3.02 PROTECTION OF CONSTRUCTION AND EQUIPMENT A. All newly constructed work shall be carefully protected from damage in any way. No wheeling or walking or placing of heavy loads,on it shall be allowed and all portions damaged shall be reconstructed by the Contractor at his own expense. B. If, in the final inspection of work, any defects, faults or omissions are found, the Contractor shall cause the same to be repaired or removed and replaced by proper materials and workmanship without extra compensation for the materials and labor required. Further, the Contractor shall be fully responsible for the satisfactory maintenance and repair of the construction and other work undertaken herein, for at least the guarantee period described in the contract. C. Further, the Contractor shall take all necessary precaution to prevent damage to any structure due to water pressure during and after construction and until such structure is accepted and taken over by the Owner. END OF SECTION 02/18 01505-2 Venetian Islands Seawall Improvements SECTION 01520 CONSTRUCTION AIDS PART 1 -GENERAL 1.01 REQUIREMENTS INCLUDED • A. Furnish, install and maintain required construction aids, remove on completion of Work 1.02 RELATED REQUIREMENTS A. Section 01010: Summary of Work PART 2—PRODUCTS 2.01 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards including OSHA standards and requirements. 2.02 CONSTRUCTION AIDS A. Provide construction aids and equipment required by personnel and to facilitate execution of the Work; Scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes and other facilities and equipment. 1. Refer to respective sections for particular requirements for each trade. B. Maintain facilities and equipment in first-class condition. 2.03 TEMPORARY ENCLOSURES A. Provide temporary weather-tight enclosure of exterior walls for storage of materials as work progresses, as necessary to, provide weather protection for materials, and to prevent entry of unauthorized persons. 1. Provide temporary exterior doors with self-closing hardware and padlocks. 2. Other enclosures shall be removable as necessary for work and for handling of materials. PART 3 - EXECUTION 3.01 PREPARATION A. Consult with the Engineer, review site conditions and factors which affect construction procedures and construction aids, including adjacent properties and public facilities which may be affected by execution of the Work. 02/18 01520-1 Venetian Islands Seawall Improvements 3.02 GENERAL A. Comply with applicable requirements specified in sections of Division 2 through 16. B. Relocate construction aids as required by progress of construction, by storage or work requirements, and to accommodate legitimate requirements of Owner and other contractors employed at the site. 3.03 REMOVAL A. Completely remove temporary materials, equipment and services: 1. When construction needs can be met by use of permanent construction. 2. At completion of Work. B. , Clean and repair damage caused by installations for construction aids. 1. Remove foundations and underground installations for construction aids. 2. Grade areas of site affected by temporary installations to required elevations and slopes, and clean the area. C. Restore permanent facilities used for temporary purposes to the specified condition or in kind if not specified. END OF SECTION 02/18 01520-2 Venetian Islands Seawall Improvements SECTION 01530 BARRIERS PART 1 -GENERAL 1.01 REQUIREMENTS INCLUDED Furnish, install and maintain suitable barriers and/or fences as required to prevent public entry, prevent entry by children, protect the work, traffic control barriers, protect existing facilities, trees and plants from construction operations; remove when no longer needed, or at completion of work. 1.02 RELATED REQUIREMENTS Section 01010: Summary of Work Section 01570: Traffic Regulation PART 2 -PRODUCTS 2.01 MATERIALS, GENERAL Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. OSHA standards also apply. 2.02 BARRIERS Materials are Contractor's option, as appropriate to serve required purpose. PART 3 -EXECUTION 3.01 GENERAL A. Install facilities of a neat and reasonably uniform appearance, structurally adequate for the required purposes. B. Maintain barriers during entire construction period. C. Relocate barriers as required by the progress of construction. 3.02 FENCES A. Provide and maintain fences necessary to assure security of the site during construction to keep unauthorized people and animals from the site when construction is not in progress. B. Provide additional security measures as deemed necessary and approved by the Engineer. 02/18 01530-1 Venetian Islands Seawall Improvements 3.03 TREE AND PLANT PROTECTION A. Preserve and protect existing trees and plants at site which are designated to remain, and those adjacent to site. B. Consult with the Engineer, and remove agreed-on roots and branches which interfere with construction. C. Protect root zones of trees and plants: 1. Do not allow vehicular traffic or parking. 2. Do not store materials or products. 3. Prevent dumping of refuse or chemically injurious materials or liquids. 4. Prevent puddling or continuous running water. D. Carefully supervise excavating, grading and filling, and other construction operations, to prevent damage. E. Replace, or suitably repair, trees and plants designated to remain which are damaged or destroyed due to construction operations. 3.04 REMOVAL - A. Completely remove barricades, including foundations, when construction has progressed to the point that they are no longer needed and when approved by Engineer. B. Repair damage caused by construction. Fill and grade areas of the site to the required elevations and clean the area. PART 4—MEASUREMENT AND PAYMENT A. Payment shall be no special measurement for the work under this section; payment shall be included in the lump sum amount under Pay Item 1010.4 Mobilization. END OF SECTION 02/18 01530-2 Venetian Islands Seawall Improvements SECTION 01560 TEMPORARY CONTROLS PART 1 -GENERAL 1.01 WORK INCLUDED A. Temporary Controls to protect the Work during construction and until final acceptance of the Work. 1.02 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas to allow for City's use of site, and to protect existing facilities and adjacent properties from damage from construction operations and demolition. B. Provide protection for plant life designated to remain. Replace damaged plant life. C. Protect vehicular traffic, stored materials, site, and structures from damage. 1.03 FENCING A. Provide commercial grade chain link fence or other similar type fencing as needed to protect work. B. Provide 4-foot-high fence around construction site; equip with vehicular gates with locks. 1.04 DRAINAGE CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate, and maintain pumping equipment. B. i Protect site from puddling or running water. 1.05 PROTECTION OF INSTALLED WORK A. Protect installed Work and provide special protection where specified in individual Sections of these Specifications. B. Provide temporary and removable protection for installed Products. Control activity in immediate work area to prevent damage. C. Provide protective coverings at walls, projections,jambs, sills, and soffits of openings. D. Protect finished floors,stairs,and other surfaces from traffic,dirt,wear,damage, or movement of heavy objects, by protecting with durable sheet materials. E. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. 02/18 01560-1 Venetian Islands Seawall Improvements F. Prohibit traffic from landscaped areas. 1.06 SECURITY A. Provide security and facilities to protect Work, and existing facilities,and City's operations from unauthorized entry, vandalism, or theft. B. Coordinate with City's security program. 1.07 DUST CONTROL A. Execute Work by methods to minimize dust generation from construction operations. B. Provide positive means to prevent air-borne dust from dispersing into atmosphere. 1.08 EROSION AND SEDIMENT CONTROL A. Plan and execute construction by methods to control surface drainage from cuts and fills,from borrow and waste disposal areas. Prevent erosion and sedimentation. B. Minimize amount of bare soil exposed at one time. C. Provide temporary measures as needed to prevent water flow into the Work. D. Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. E. Periodically inspect earthwork to detect evidence of erosion and sedimentation;promptly apply corrective measures. 1.09 NOISE CONTROL A. Provide methods, means, and facilities to minimize noise from noise produced by construction operations. 1.10 POLLUTION CONTROL A. Provide methods, means,and facilities to prevent contamination of soil,water,and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. PART 2 -PRODUCTS Not Used PART 3 -EXECUTION Not Used END OF SECTION 02/18 01560-2 Venetian Islands Seawall Improvements ' SECTION 01570 TRAFFIC REGULATION PART 1 -GENERAL 1.01 REQUIREMENTS INCLUDED A. Provide, operate and maintain equipment, services and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow and access for pedestrians around the construction area. B. Remove temporary equipment and facilities when no longer required; restore grounds to original, or to specified conditions. C. Submit maintenance of traffic plan for approval by the City of Miami Beach and Miami Dade County Traffic Engineering Division. D. Maintain safe passageway for pedestrian traffic. Conform to City of Miami Beach Minimum Standards and Miami Dade County Maintenance of Traffic School/Pedestrian requirements. 1.02 RELATED REQUIREMENTS A. Section 01010: Summary of Work B. Section 01530: Barriers 1.03 TRAFFIC SIGNALS AND SIGNS A. Provide and operate, barriers, traffic control and directional signals required to direct and maintain an orderly flow of traffic in all areas under Contractor's control, or affected by Contractor's operations in accordance with an approved maintenance of traffic plan. B. Provide traffic control and directional signs, mounted on barricades or standard posts according to MUTCD, Miami Dade County and FDOT standards: 1. At each change of direction of a roadway and at each crossroad. 2. Lane closures 3. At parking areas 1.04 FLAGMEN A. Provide qualified and suitably equipped flagmen when construction operations encroach on traffic lanes, as required for regulation of traffic. 1.05 FLARES AND LIGHTS A. 'Provide flares and lights during periods of low visibility: 02/18 01570-1 Venetian Islands Seawall Improvements 1. To clearly delineate traffic lanes and to guide traffic. 2. For use by flagmen in directing traffic. B. Provide illumination of critical traffic and parking areas. 1.06 CONSTRUCTION PARKING CONTROL A. Control vehicular parking to preclude interference with public traffic or parking, access by emergency vehicles, Owner's operations, or construction operations. B. Monitor parking of construction personnel's private vehicles. 1. Maintain free vehicular access to and through parking areas. 2. Prohibit parking on or adjacent to access roads, or in non-designated areas. 1.07 HAUL ROUTES A. Consult with governing authorities, establish public thoroughfares, which will be used as haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to expedite traffic flow, to minimize interference with normal public traffic. PART 2-PRODUCTS Not Used PART 3—EXECUTION Not Used END OF SECTION • 02/18 01570-2 Venetian Islands Seawall Improvements SECTION 01600 MATERIALS AND EQUIPMENT PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements governing the Contractor's selection of products for use in the Project. 1.03 DEFINITIONS A. Definitions used in this Article are not intended to change the meaning of other terms used in the Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," and similar terms. Such terms are self-explanatory and have well- recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, whether - purchased for the Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. • • 2. "Named Products" are items identified by the manufacturer's product name, including make or model number or other designation, shown or listed in the manufacturer's published product literature, that is current as of the date of the Contract Documents. 3. "Foreign Products," as distinguished from "domestic products," are items substantially manufactured (50 percent or more of value) outside the United States and its possessions. Products produced or supplied by entities substantially owned (more than 50 percent) by persons who are not citizens of, nor living within, the United States and its possessions are also considered to be foreign products. _ 4. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the Work. 5. "Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping. 1.04 SUBMITTALS A. Product List: Prepare a list showing products specified in tabular form acceptable to the Engineer. Include generic names of products required. Include the manufacturer's name and proprietary product names for each item listed. 1. Coordinate product list with the Contractor's Construction Schedule and the Schedule of Submittals. 02/18 01600-1 Venetian Islands Seawall Improvements 2. Form: Prepare product list with information on each item tabulated under the following column headings: a. Related Specification Section number. b. Generic name used in Contract Documents. c. Proprietary name, model number, and similar designations. d. Manufacturer's name and address. e. Supplier's name and address. f. Installer's name and address. g. Projected delivery date or time span of delivery period. • 3. Initial Submittal: Within 30 days after date of commencement of the Work, submit 3 copies of an initial product list. Provide a written explanation for omissions of data and for known variations from Contract requirements. a. At the Contractor's option, the initial submittal may be limited to product selections and designations that must be established early in the Contract period. 4. Completed List: Within 60 days after date of commencement of the Work, submit 3 copies of the completed product list. Provide a written explanation for omissions of data and for known variations from Contract requirements. 5. Engineer's Action: The Engineer will respond in writing to Contractor within two weeks of receipt of the completed product list. No response within this period constitutes no objection to listed manufacturers or products but does not constitute a waiver of the requirement that products comply with Contract Documents. The Engineer's response will include a list of unacceptable product selections, containing a brief explanation of reasons for this action. 1.05 QUALITY ASSURANCE A. Source Limitations: To the fullest extent possible, provide products of the same kind from a single source. When specified products are available only from sources that do not, or cannot, produce a quantity adequate to complete project requirements in a timely manner, consult with the Engineer to determine the most important product qualities before proceeding. Qualities may include attributes, such as visual appearance, strength, durability, or compatibility. When a determination has been made, select products from sources producing products that possess these qualities, to the fullest extent possible. B. Compatibility of Options: When the Contractor is given the option of selecting between two or more products for'Use on the Project; the product selected shall be compatible with products previously selected, even if previously selected products were also options. 1. Each sub-contractor is responsible for providing products and construction methods that are compatible with products and construction methods of other sub-contractors. 2. If a dispute arises between sub-contractors over concurrently selectable, but incompatible products, the Engineer will determine which products shall be retained and which are incompatible and must be replaced. 02/18 01600-2 Venetian Islands Seawall Improvements C. Foreign Product Limitations: Except under one or more of the following conditions, provide domestic products, not foreign products, for inclusion in the Work: 1. No available domestic product complies with the Contract Documents. 2. Domestic products that comply with the Contract Documents are available only at prices or terms substantially higher than foreign products that comply with the Contract Documents. D. Locate Labels and Nameplates according to the following: 1. Labels: Locate required product labels and stamps on accessible surfaces that are not conspicuous. 2. Equipment Nameplates: Provide a permanent nameplate on each item of service-connected or power-operated equipment. Locate on an easily accessible surface that is inconspicuous in occupied spaces. The nameplate shall contain the following information and other essential operating data: a. Name of product and manufacturer. b. Model and serial number. c. 'Capacity. d. Speed. e. Ratings. 1.06 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products according to the manufacturer's recommendations, using means and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to -deterioration, theft, and other losses. 3. Deliver products to the site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. 6. Store heavy materials away from the immediate Project area in a manner that will not endanger the supporting construction. 7. Store products subject to damage by the elements above ground, under cover in a weather-tight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions. 02/18 01600-3 Venetian Islands Seawall Improvements PART 2 - PRODUCTS 2.01 PRODUCT SELECTION A. General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, new at the time of installation. 1. Provide products complete with accessories, finish, safety guards, and other devices and details needed for a complete installation and the intended use and effect. 2. Standard Products: Where available, provide standard products of types that have been produced and used successfully in similar situations on other projects. B. Product Selection Procedures: The Contract'Documents and Specifications govern product selection. Procedures governing product selection include the following: 1. Proprietary Specification Requirements: Where Specifications name only a single product or manufacturer, provide the product indicated. No substitutions will be permitted. 2. Semi-proprietary Specification Requirements: Where Specifications name two or more products or manufacturers, provide one of the products indicated. No substitutions will be permitted. a. Where Specifications specify products or manufacturers by name, accompanied by the term "or equal" or "or approved equal," comply with the Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. 3. Nonproprietary Specifications: When Specifications list products or manufacturers that are available and may be incorporated in the Work, but do not restrict the Contractor to use of these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. 4. Descriptive Specification Requirements: - Where Specifications describe a product or assembly, listing exact characteristics required, with or without use of a brand or trade name, provide a product or assembly that provides the characteristics and otherwise complies with Contract requirements. 5. Performance Specification Requirements: Where Specifications require compliance with performance requirements, provide products that comply with these requirements and are recommended by the manufacturer for the application indicated. a. Manufacturer's recommendations may be contained in published product literature or by the manufacturer's certification of performance. 6. Compliance with Standards, Codes, and Regulations: Where Specifications only require compliance with an imposed code, standard, or regulation, select a product that complies with the standards, codes, or regulations specified. 02/18 01600-4 Venetian Islands Seawall Improvements 7. Visual Matching: Where Specifications require matching an established Sample, the Engineer's decision will be final on whether a proposed product matches satisfactorily. a. Where no product available within the specified category matches satisfactorily and complies with other specified requirements, comply with provisions of the Contract Documents concerning "substitutions" for selection of a matching product in another product category. 8. Visual Selection: Where specified product requirements include the phrase "... as selected from manufacturer's standard colors, patterns, textures ..." or a similar phrase, select a product and manufacturer that complies with other specified requirements. The Engineer will select the color, pattern, and texture from the product line selected. PART 3 - EXECUTION 3.01 INSTALLATION OF PRODUCTS A. Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place, accurately located and aligned with other Work. B. Install all equipment as indicated in the Contract Documents, and according to the manufacturer's recommendation to assure proper alignment and operation. END OF SECTION 02/18 01600-5 Venetian Islands Seawall Improvements SECTION 01700 PROJECT CLOSE OUT PART 1 -GENERAL 1.01 DESCRIPTION A. Comply with requirements stated in Conditions of the Contract and in Specifications for administrative procedures in closing out the work. B. The items listed in this Section shall not be considered as a complete listing and shall in no way limit requirements that may be stated in other parts of the Contract Documents, but rather should be considered as an aid in preparing for final inspection and project close out. 1.02 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. Conditions of the Contract Documents. 1.03 SUBSTANTIAL COMPLETION A. When CONTRACTOR considers the work is substantially complete, CONTRACTOR shall submit to OWNER's Representative. 1. A written notice that the work, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, OWNER's Representative and ENGINEER will make an inspection to determine the status of completion. C. Should OWNER's Representative determine that the work is not substantially complete: 1. OWNER's Representative will promptly notify the CONTRACTOR in writing, giving the reasons therefore. 2. CONTRACTOR shall remedy the deficiencies in the work, and send a second written notice of substantial completion to the OWNER's Representative. 3. OWNER's Representative and ENGINEER will reinspect the work. D. When OWNER's Representative and ENGINEER concur that the work is substantially complete, OWNER's Representative will: 1. Prepare a Certificate of Substantial Completion form accompanied by CONTRACTOR's list of items to be completed or corrected, as verified and amended by the OWNER's Representative. 02/18 01700-1 Venetian Islands Seawall Improvements 2. Submit the Certificate to the OWNER and the CONTRACTOR for their written acceptance of the responsibilities assigned to them in the Certificate. 1.04 FINAL INSPECTION A. When CONTRACTOR considers the work is complete, CONTRACTOR shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the OWNER's Representative and are operational. 5. Work is completed and ready for final inspection. B. OWNER and ENGINEER will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should OWNER and ENGINEER consider that the work is incomplete and defective: 1. OWNER's Representative will promptly notify the CONTRACTOR, in writing, listing the incomplete or defective work. 2. CONTRACTOR shall take immediate steps to remedy the stated deficiencies, and send' a second written certification to OWNER's Representative that the work is complete. 3. OWNER and ENGINEER will reinspect the work. D. When the OWNER find that the work is acceptable under the Contract Documents, OWNER shall request the CONTRACTOR to make closeout submittals. 1.05 REINSPECTION FEES A. Should OWNER perform re-inspections due to failure of the work to comply with the claims of status of completion made by the CONTRACTOR: 1. OWNER will compensate ENGINEER for such additional services. 2. OWNER will deduct the amount of such compensation from the final payment to the CONTRACTOR. 02/18 01700-2 Venetian Islands Seawall Improvements 1.06 CONTRACTOR'S CLOSEOUT SUBMITTALS TO OWNER'S REPRESENTATIVE A. Evidence of compliance with requirements of governing authorities. 1. Certificate of Occupancy, when applicable. 2. Certificates of Inspection. (a) Structural (b) Mechanical and/or Electrical (c) Other, as may be required. B. Project Record Documents: To requirements of Section 01720. C. Warranties and Bonds: As per the Contract Documents. D. Evidence of Payment and Release of Liens: To requirements of General and Supplementary General Conditions. E. Certificate of Insurance for Products and Completed Operations. 1.07 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to OWNER's Representative. B. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum. 2. Additions and deductions resulting from: (a) Previous Change Orders. (b) Allowances. (c) Unit Prices. (d) Deductions for uncorrected work. (e) Penalties and Bonuses. (f) Deductions for liquidated damages. (g) Deductions for re-inspection payments. (h) Other adjustments. 3. Total Contract Sum, as required. 4. Previous payments. 02/18 01700-3 Venetian Islands Seawall Improvements 5. Sum remaining due. C. OWNER's Representative will prepare a final Change Order, reflecting approved adjustments to the Contract Sum which were not previously made by Change Orders. 1.08 FINAL APPLICATION FOR PAYMENT A. CONTRACTOR shall submit the final Application for Payment in accordance with procedures and requirements stated in the Conditions of the Contract. PART 2 - PRODUCTS Not Applicable PART 3 - EXECUTION Not Applicable END OF SECTION 02/18 01700-4 Venetian Islands Seawall Improvements SECTION 01720 PROJECT RECORD DOCUMENTS PART 1 —GENERAL 1.01 REQUIREMENTS INCLUDED A. Maintain at the site for Owner review one record copy of: 1. Drawings 2. Specifications 3. Addenda 4. Change Orders and other Modifications to the Contract 5. Engineer's Field Orders or Written Instructions 6. Approved Shop Drawings, Working Drawings, and Samples 7. Field Test Reports 1.02 RELATED REQUIREMENTS A. Section 01340: Submittals and Substitutions B. Section 01700: Contract Closeout 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in Contractor's home/field office apart from documents used for construction. B. File documents and samples in accordance with CSI format number system. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by the Engineer. E. As a prerequisite for monthly progress payments, the Contractor is to exhibit the currently updated "record documents"for review by the Engineer and the Owner. 1.04 RECORDING A. Label each document"PROJECT RECORD" in neat large printed letters. B. Record information concurrently with construction progress. C. Drawings; Legibly mark record actual construction: 1. Field changes of dimensions and details. 2. Changes made by Field Order or by Change Order. 3. Details not on original contract drawings. 02/18 01720-1 Venetian Islands Seawall Improvements • D. Specifications and Addenda; legibly mark each Section to record: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Changes made by field order or by Change Order. E. Shop Drawings (after final review and approval): 1. One set of record shop drawings for each process equipment, structures, piping, (including casings) electrical system and instrumentation system. F. Certified site survey and line elevations, and stationing at increments by registered surveyor. 1.05 SUBMITTAL A. At close-out, deliver Record Documents to the Engineer for the Owner. B. In addition to three (3) signed and sealed hard copies, Contractor shall provide one (1) copy of the as-builts in digital format compatible with AutoCAD. Digital format shall meet the City requirements. C Accornpany submittal with transmittal letter in duplicate, containing: 1. Date 2. Project Title and Number 3. Contractor's Name and Address 4. Title and Number of each Record Document 5. Signature of Contractor or his Authorized Representative PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 02/18 01720-2 Venetian Islands Seawall Improvements SECTION 02050 DEMOLITION PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. All applicable provisions of the Bidding and Contract Requirements, and Division 1 - General Requirements shall govern the work under this section. 1.02 WORK INCLUDED A. Provide all labor, materials, necessary equipment and services to complete the site demolition work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS." 1.03 RELATED WORK A. Section 02200 - Earthwork. B. All applicable Sections under Divisions 1, 2, and 3. 1.04 QUALITY ASSURANCE A. Demolition contractor qualifications: Minimum of five (5) years experience in demolition of comparable nature: B. Requirements of All Applicable Regulatory Agencies: 1. All applicable Building Codes and other Public Agencies having jurisdiction upon the work. 1.05 SUBMITTALS A. Certificates of severance of utility services. B. Permit for transport and disposal of debris. C. Demolition procedures and operational sequence for review and acceptance by ENGINEER. 1.06 JOB CONDITIONS A. Existing Conditions 1. The demolition work shall be done as indicated on the construction plans. 2. Remove all demolition debris from the site the same day the work is performed. Leave no deposits of demolished material on site overnight. 02/18 02050-1 Venetian Islands Seawall Improvements 3. Structural demolition, excavation, backfill and compaction as indicated in drawings. B. Protection: 1. Erect barriers, fences, guard rails, enclosures, and shoring to protect personnel, structures, and utilities remaining intact. 2. Protect designated trees and plants from damages. 3. Use all means necessary to protect existing objects and vegetation designated to remain, and, in the event of damage, immediately make all repairs, replacements and dressings to damaged plants necessary, to the approval of the ENGINEER at no additional cost to the OWNER. C. Maintaining Traffic: 1. Ensure minimum interference with roads, streets, driveways, sidewalks, and adjacent facilities. 2. Do not close or obstruct streets and sidewalks without written approval from the ENGINEER. 3. If required by governing authorities, provide alternate routes around closed or obstructed traffic ways. D. Dust Control: • 1. Use all means necessary for preventing dust from demolition operations from being a nuisance to adjacent property-owners and surrounding areas. Methods used for dust control are subject to approval by the ENGINEER prior to use. E. Burning: 1. Burning will not be permitted. F. No explosives will be permitted. 1.07 GENERAL ITEMS A. Scope of work shall comprise the following: Provide all labor, materials, necessary equipment and services to complete the demolition and clearing work, as indicated on the contract plans, and as specified herein. B. The CONTRACTOR shall provide references to the OWNER to demonstrate a minimum of five years experience in demolition of a comparable nature. Current occupational licenses held by CONTRACTOR shall be submitted to OWNER. C. The CONTRACTOR shall be responsible for adherence to all applicable codes of all regulatory agencies having jurisdiction upon the works. 02/18 02050-2 Venetian Islands Seawall Improvements 1.08 PRE-DEMOLITION MEETING A. A meeting shall be held with the OWNER or his representative at the jobsite to describe intended demolition and cleaning procedures and schedules. This shall include identifying access routes for bringing necessary equipment in, removing debris from site, and designation of any trees, drives or other items to remain. 1.09 EXISTING CONDITIONS A. The CONTRACTOR shall become thoroughly familiar with the site, and of existing utilities and their connections, and note all conditions which may influence the work. B. By submitting a bid, the CONTRACTOR affirms that CONTRACTOR has carefully examined the site and all conditions affecting work. No claim for additional costs will be allowed because of lack of full knowledge of existing conditions. PART 2 - PRODUCTS. Not Applicable PART 3 -EXECUTION 3.01 INSPECTION A. Verify that structures to be demolished are discontinued in use and ready for removal. B. Do not commence work until all conditions and requirements of all applicable public agencies are complied with. 3.02 PREPARATION A. Arrange for, and verify termination of utility services to include removing meters and capping lines. B. Notification: 1. Notify the OWNER at least three (3) full working days prior to commencing the work of this Section. 3.03 CLARIFICATION A. The drawings do not purport to show all objects existing on the site. B. Before commencing the work of this Section, verify with the OWNER all objects to be removed and all objects to be preserved. 3.04 SCHEDULING A. Schedule all work in a careful manner with all necessary consideration for the public and the OWNER. 02/18 02050-3 Venetian Islands Seawall Improvements B. Avoid interference with the use of, and passage to and from, adjacent facilities. 3.05 DISCONNECTION OF UTILITIES A. Before starting site operations, disconnect or arrange for the disconnection of all effected utility service. 1. Arrange and pay for disconnecting, removing, capping, and plugging utility services. Disconnect and stub off. Notify affected utility company in advance and obtain approval before starting this work. 2. Do not interrupt existing utilities serving occupied or used facilities, except when authorized in writing by authorities having jurisdiction. 3. Place markers to indicate location of disconnected services. 4. On-site drainage structures and drain fields shall be removed in their entirety by methods approved by the OWNER's representative unless otherwise noted in the contract documents. 3.06 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Utility Services: Maintain existing off-site utilities, keep in service, and protect against damage during demolition operations. B. Prevent movement or settlement of adjacent structures. Provide and place bracing or shoring and be responsible for safety and support of structures. Assume liability for such movement, settlement, damage, or injury. C. Cease operations and notify OWNER immediately if safety of adjacent structures appears to be endangered. Take precautions to properly support structures. Do not resume operations until safety is restored. D. Prevent movement, settlement, damage, or collapse of adjacent services, sidewalks, driveways and trees. Assume liability forsuch movement, settlement, or collapse. Promptly repair damage at no cost to the OWNER. E. Ensure safe passage of persons around areas of demolition. 3.07 MAINTAINING TRAFFIC A. Do not interfere with use of adjacent buildings and facilities. Maintain free and safe passage to and from. Conduct demolition operations and removal of debris to ensure minimum interference with roads, streets, walks, and other adjacent occupied or used facilities. Do not close or obstruct streets, walks, or other occupied or used facilities without permission from authorities having jurisdiction. Provide alternate routes around closed or obstructed travel ways if required by governing authorities. 02/18 02050-4 Venetian Islands Seawall Improvements 3.08 POLLUTION CONTROLS A. Use water sprinkling, temporary enclosures, and other suitable methods to limit dust and dirt rising and scattering in air to lowest practical level. Comply with governing regulations pertaining to environmental protection. B. Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations as directed by the OWNER or his representative orgoverning authorities. Return adjacent areas to condition existing prior to start of work. 3.09 INSPECTION AND PREPARATION A. Verify that structures to be demolished are discontinued in use and ready for removal. B. Do not commence work until all conditions and requirements of all applicable public agencies are complied with. C. Arrange for, and verify termination of utility services to include removing meters and capping lines. D. The drawings do not purport to show all objects existing on the site; at the pre-demolition meeting before commencement of the work, verify with the OWNER all objects to be removed and all objects to be preserved. 3.10 DEMOLITION A. Pull out any existing utility lines designated for abandonment, irrigation, electrical lines, pull boxes and splice boxes, manholes and catch basins to be removed and all other objects designated to be removed or interfering with the work. Contact the utility company or agency involved for their requirements for performing this work. No equipment and materials shall be allowed to remain in the work area after the day it was removed. B. Remove all debris from the site and leave the site in a neat, orderly condition to the full acceptance of the ENGINEER, or the OWNER. No debris shall be left on the site over night. C. Clear and Grub and dispose of all trees, shrubs and other organic matter not otherwise addressed on tree removal and relocation plans and specifications. 3.11 DEMOLITION OF SITE STRUCTURES A. Demolish all site structure items designated to be removed or which are required to be removed to perform the work. This item does not include buildings. 3.12 REMOVAL OF DEBRIS AND DISPOSAL OF MATERIAL A. Material resulting from demolition and not scheduled for salvaging shall become the property of the CONTRACTOR and shall be removed from site and legally disposed of off-site. Disposal shall be timely, performed as promptly as possible and not left until the final cleanup. Material shall not be left on the job site for more than 60 days. 02/18 02050-5 Venetian Islands Seawall Improvements B. Remove from site contaminated, vermin infested, or dangerous materials encountered and dispose of by safe means so as not to endanger health of workers and public. C. Burning of removed materials from demolished structures will not be permitted. 3.13 COMPLETION OF WORK A. Leave the site in a neat, orderly condition to the full acceptance of the OWNER. B. Dirt remaining after demolition shall be graded level and compacted, in preparation for filling operations to follow demolition. Trenches shall be filled in layers of 12" maximum thickness and compacted in accordance with the technical specifications applicable to backfilling of trenches. END OF SECTION 02/18 02050-6 Venetian Islands Seawall Improvements SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 WORK INCLUDED A. Section covers clearing, grubbing, stripping and demucking of the construction site, complete as specified herein. B. Clear and demuck the areas within the limits of construction as required, including drainage easements. The width of the area to be cleared and demucked shall be established by the Engineer prior to the beginning of any work. 1.02 RELATED WORK A. Section 02220: Structural Excavation, Backfill & Compaction PART 2— PRODUCTS Not Used PART 3—EXECUTION 3.01 CLEARING A. The surface of the ground, for the area to be cleared and grubbed shall be completely cleared of all timber, brush, stumps, roots, grass, weeds, rubbish and all other objectionable obstructions resting on or protruding through the surface of the ground. However, those trees which are designated by the Engineer shall be preserved as hereinafter specified. Clearing operations shall be conducted so as to prevent damage to existing structures and installations, and to those under construction, so as to provide for the safety of employees and others. Clearing for structures shall consist of topsoil and vegetation removal. Clearing for pipelines shall consist of vegetation removal. 3.02 GRUBBING A. Grubbing shall consist of the complete removal of all stumps, roots larger than 1-1/2 inches in diameter, mattered roots, brush, timber, logs and any other organic or metallic debris resting on, under or protruding through the surface of the ground to a depth of 18 inches below the subgrade. All depressions excavated below the original ground surface for or by the removal of such objects, shall be refilled with suitable materials and compacted to a density conforming to the surrounding ground surface. 02/18 02100-1 Venetian Islands Seawall Improvements 3.03 STRIPPING A. In areas so designated, top soil, not muck shall be stockpiled. Topsoil so stockpiled shall be protected until it is placed as specified. Any topsoil remaining after all work is in place shall be disposed or by the Contractor. 3.04 DEMUCKING A. When encountered, organic material (muck) shall be excavated and removed. This material may be stockpiled temporarily, but must be disposed of as directed by the Engineer or the Owner. 3.05 DISPOSAL OF CLEARED AND GRUBBED MATERIAL A. The Contractor shall dispose of all material and debris from the clearing and grubbing operation by shipping such material and debris and disposing such material to a suitable location as required by the Engineer or the governmental agencies. Disposal by deep burial will not be permitted. The cost of disposal of material (including hauling) shall be considered a subsidiary obligation of the Contractor, the cost of which shall be included in the contract prices. 3.06 PRESERVATION OF TREES A. Those trees which are designated by the Engineer or as shown on the drawings for preservation shall be carefully protected from damage. The Contractor shall erect such barricades, guards, and enclosures as may be considered necessary by him for the protection of the trees during all construction operations. - 3.07 PRESERVATION OF DEVELOPED PRIVATE PROPERTY A. The Contractor shall exercise extreme care to avoid necessary disturbance of developed private property as applicable. Trees, shrubbery, gardens, lawn and other landscaping, which in the opinion of the Engineer must be removed, shall be replaced and replanted to restore the construction easement to the condition existing prior to construction. B. All soil preparation procedures and replanting operations shall be under the supervision of nurseryman experienced in such operations. C. Improvements to the land such as fences, walls, outbuildings, etc., which of necessity must be removed shall be replaced with equal quality materials and workmanship. D. The Contractor shall clean up the construction site across developed private property directly after construction is complete upon approval of the Engineer. 3.08 PRESERVATION OF PUBLIC PROPERTY A. The appropriate paragraphs of Articles 3.06 and 3.07, of these specifications shall apply to the preservation and restoration of all damaged areas of public lands, rights-of-way, easements, etc. END OF SECTION 02/18 02100-2 Venetian Islands Seawall Improvements SECTION 02151 SHORING AND BRACING OF EXCAVATIONS PART 1 -GENERAL 1.01 WORK INCLUDED A. Work included: Provide shoring at excavations and else where as required to protect workmen, materials, other properties, and the public. 1.02 RELATED WORK A. 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. B. As established in the General Conditions of the Contract, the Contractor is solely responsible for means and methods of construction and for the sequences and procedures to be used. 1.03 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are familiar with the specified requirements and the methods required for proper performance of the work of this Section. B. Employ a Professional Engineer registered in the State of Florida, who is qualified to design the shoring system and to inspect and report on the quality of its construction.All drawings must bear the signature and seal of this engineer. C. Comply with pertinent requirements of governmental agencies having jurisdiction, specifically the Florida Trench Safety Act. D. The shoring design and construction shall take into consideration all the information regarding the following: 1. The plans and specifications prepared for this Work. 2. Existing Utilities. 3. The general geological conditions in the area. 1.04 SUBMITTALS A. Comply with pertinent provisions of Section 01340 "Submittals and Substitutions". B. Submit shoring design for approval by Owner. 1. Should changes in the shoring design be required coordinate all such changes with the Engineer and secure the Owner. 02/18 02151-1 Venetian Islands Seawall Improvements PART 2 - PRODUCTS 2.01 MATERIALS, GENERAL A. Provide list of materials as required for the shoring system. PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 3.02 DESIGN A. Design a shoring system which will safely and adequately prevent collapse of adjacent materials and which will permit construction of the Work to the arrangement shown on the Drawings. B. Secure approval from Owner. 3.03 INSTALLATION A. Construct and install the shoring system in accordance with the design as approved by the Owner. END OF SECTION 02/18 02151-2 Venetian Islands Seawall Improvements SECTION 02220 STRUCTURAL EXCAVATION, BACKFILL &COMPACTION PART 1 - GENERAL 1.01 WORK INCLUDED A. Section includes, except as elsewhere provided, excavation, filling and grading under and around structures to the subgrades and grades indicated on the Drawings. B. Supplemental Foundation and Site Preparation Notes may be indicated on the Structural Drawings. 1.02 RELATED WORK A. Bid Documents: General Conditions B. Section 02100: Site Preparation 1.03 QUALITY ASSURANCE A. Codes and Standards: Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. B. Testing and Inspection Service: The Contractor will engage soil testing and inspection service for quality control testing during earthwork operations. 1.04 JOB CONDITIONS • A. The Contractor shall examine the site and review the available test borings or undertake his own soil borings prior to submitting his bid, taking into consideration all conditions that may affect his work. The Owner and Engineer will not assume responsibility for variations of subsoil quality or conditions at locations other than places shown and at the time the investigation was made. B. Existing Utilities: Locate existing underground utilities in the areas of work. If utilities are to remain in place, provide adequate means of protection during earthwork operations. 1. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult the Engineer and the Owner of such piping or utility immediately for directions. 2. Cooperate with the Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. 3. Demolish and completely remove from site existing underground utilities indicated on the Drawings to be removed. C. Protection of Persons and Property: Barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. Protect structures, utilities, sidewalks, pavements, and 02/18 02220-1 Venetian Islands Seawall Improvements other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. 1.05 PROTECTION A. Sheeting and Bracing in Excavations: 1. In connection with the construction of below grade structures, the Contractor shall construct, brace, and maintain cofferdams consisting of sheeting and bracing as required to support the sides of excavations, to prevent any movement which could in any way diminish the width of the excavation below that necessary for proper constriction, and to protect adjacent structures, existing piping and foundation material from disturbance, undermining, or other damage. Care shall be taken to prevent voids outside of the sheeting, but if voids are formed, they shall be immediately filled and rammed. 2. All sheeting and bracing not left in place shall be carefully removed in such a manner as not to endanger the construction of other structures, utilities, existing piping, or property. Unless otherwise approved or indicated on the Drawings or in the Specifications, all sheeting and bracing shall be removed after completion of substructure, care being taken not to disturb or otherwise injure the finished structures. All voids left or caused by withdrawal of sheeting shall be immediately refilled with sand by ramming with tools especially adapted to that purpose, by watering or otherwise as may be directed. 3. The right of the Engineer to order sheeting and bracing left in place shall not be construed as creating any obligation on his part to issue such orders, and his failure to exercise his right to do so shall not relieve the Contractor from liability for damages to persons or property occurring from or upon the work occassioned by negligence or otherwise, growing out of failure on the part of the Contractor to leave in place sufficient sheeting and bracing to prevent any caving or moving of the ground. 4. The Contractor shall construct the cofferdams and sheeting outside the neat lines of the foundations unless indicated otherwise to the extent, he deems it desirable for his method of operation. Sheeting shall be plumb and securely braced and tied in position. Sheeting, bracing and cofferdams shall be adequate to withstand all pressures to which the structure will be subjected. Pumping, bracing, and other work within the cofferdams shall be done in a manner to avoid disturbing any construction of the masonry enclosed. Any movement or bulging which may expense so as to provide the necessary clearances and dimensions. 5. Drawings of the cofferdams and design computations shall be submitted to the Engineer for approval, and construction shall not be started until such drawings are approved. However, approval of these drawings shall not relieve the Contractor of the responsibility for the cofferdam. The drawings and computations shall be prepared and stamped by a Registered Professional Engineer in the State of Florida and shall be in sufficient detail to disclose the method of operation for each of the various stages of construction, if required, for the completion of the substructures. B. Dewatering, Drainage and Floatation: 1. The Contractor shall construct and place all concrete work, structural fill, bedding rock, and limerock base course, in-the-dry unless authorized by the Engineer or Owner to place in the wet. When dewatering, the Contractor shall 02/18 02220-2 Venetian Islands Seawall Improvements make the final 24-inches of excavation for this work in-the-dry and not until the water level is a minimum of 12-inches below proposed bottom of excavation. 2. The Contractor shall, at all times during construction, provide and maintain proper equipment and facilities to remove promptly and dispose of property all water entering excavations and keep such excavations dry so as to obtain a satisfactory undisturbed subgrade foundation condition until the fill and structure to be built thereon have been completed to such extent that they will not be floated or otherwise damaged by allowing water levels to return to natural elevations. 3. Dewatering shall at all times be conducted in such a manner as to preserve the natural undisturbed bearing capacity of the subgrade soils at proposed bottom of excavation. 4. Wellpoints may be required for predrainage of the soils prior to final excavation for some of the deeper in-ground structures, and for maintaining the lowered groundwater level until construction has been completed to such an extent that the structure or fill will not be floated or otherwise damaged. Wellpoints shall be surrounded by suitable filter sand and no fines shall be removed by pumping. Pumping from wellpoints shall be continuous and standby pumps shall be provided. 5. The Contractor shall furnish all materials and equipment and perform all work required to install and maintain the drainage systems he proposes for handling groundwater and surface water encountered during construction of structures and compacted fills. 6. If requested by the Engineer, the Contractor's proposed method of dewatering shall include a groundwater observation well at each structure to be used to determine the water level during construction of the structure. Locations of the observation wells shall be at structures as approved by the Engineer prior to their installation. The observation wells shall be extended to 6-inches above finished grade, capped with screw-on caps protected by 24" x 24" wide concrete base, and left in place at the completion of this Project. 7. Prior to excavation, the Contractor shall submit his proposed method of dewatering and maintaining dry conditions to the Engineer for approval. However, such approval shall not relieve the Contractor of the responsibility for the satisfactory performance of the system. The contractor shall be responsible for correcting any disturbance or natural bearing soils or damage to structures caused by an inadequate dewatering system or by interruption of the continuous operation of the system as specified. 8. As part of his request for approval of a dewatering system, the Contractor may be requested to demonstrate the adequacy of the proposed system and . wellpoint filter sand by means of a test installation. Discharge water shall be clear, with no visible soil particles in a one-quart sample. 9. During backfilling and construction, water levels shall be measured in observation wells located as directed by the Engineer. 10. Continuous pumping will be required as long as water levels are required to be below natural levels. 1.06 SUBMITTALS A. The Contractor shall furnish the Engineer, for approval, a representative sample of fill material obtained from on-site sources at least 10-calendar days prior to the date of anticipated use of such material. For each material obtained from other than on-site 02/18 02220-3 Venetian Islands Seawall Improvements sources, the Contractor shall notify the Engineer of the source of the material and shall furnish the Engineer, for approval, a representative sample at least 10-calendar days prior to the date of anticipated use of such material. PART 2—PRODUCTS 2.01 MATERIALS A. General: 1. Materials for use as base, fill and backfill shall be as described below. a. Satisfactory soil materials are defined as those complying with American Association of State Highway and Transportation Officials (AASHTO) M- 145, soil classification Groups A-1, A-2-4, A-2-5 and A-3. b. Unsatisfactory soil materials are those defined in AASHTO M-145 soil classification Groups A-2-6, A-2-7, A-4, A-5, A-6 and A-7 along with peat and other highly organic soils. 2. Materials shall be furnished as required from off site sources and hauled to the site. B. Structural Fill: 1. Structural fill material shall be satisfactory soil material consisting of a minimum of 60 percent clean medium to fine grain sized quartz sand, free of organic, deleterious and compressible material. Rock in excess of 2-1/2-inches in diameter shall not be used in the fill material. Structural fill shall not contain hardpan, stones, rocks, cobbles or other similar materials. C. Crusher-Run Gravel: 1. The impervious aggregate base, crusher-on gravel, subbase or shoulder course material shall be uniform quality throughout. The material retained on the No. 10 sieve shall be composed of aggregate meeting the requirements for Class A or.B coarse aggregate, except the percent of soft fragments allowed'shall be as shown in the requirements below. To be used only if requested by Contractor and approved by Engineer. 2. The impervious aggregate may be produced from an approved quarry source, or bank or pit deposit, which will yield a satisfactory mixture conformingto all requirements of these specifications after it has been crushed or processed as a part of the mining operations, or the material may be furnished in two sizes of such gradation that when combined in the central mix plant the resultant mixture shall conform to the requiredspecifications. Impervious aggregate base, subbase or shoulder material shall conform to the following requirements: a. Gradation, Percent by Weight Passing Each Sieve. 12-Inch Sieve 100 3/4-Inch Sieve 60-100 No. 10 Sieve 30-55 No. 60 Sieve 8-35 No. 200 Sieve 5-20 02/18 02220-4 Venetian Islands Seawall Improvements Test on Material Passing No. 10 Sieve Volume Change, Percent 0-18. Test on Material Retained on 3/8 Sieve Soft Fragments, Percent 0-30. 3. Method of tests shall be in accordance with the following: Gradation AASH 0: T27 Volume Change GHD: 6 Soft Fragments AASHTO: T-189 D. Base Course: 1. Limerock shall not contain cherty or other extremely hard pieces, or lumps, or balls or pockets of sand material in sufficient quantity as to be detrimental to the proper bonding, finish or strength of the limerock base. 2. Gradation and Size Limits: 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 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 in place. 3. Limerock shall originate from a Florida Dept. of Transportation (FDOT) certified pit. 4. Crushed or recycled concrete free from deleterious materials may be used as base material conforming to the gradation requirements of limerock. E. Common Fill: 1. Common fill material shall be satisfactory soil material containing no more than 5-percent by weight finer than No. 200-mesh sieve. It shall be free from organic matter, muck, marl, and rock exceeding 2-1/2-inches in diameter. Common fill shall not contain broken concrete, masonry, rubble or other similar material. 2. Material falling within the above 'specification, encountered during the excavation, may be stored in segregated stockpiles for reuse. All material which, in the opinion of the Engineer, is not suitable for reuse shall be spoiled as specified herein for disposal of unsuitable materials. F. Bedding Rock: 1. Bedding rock shall be 3/8" to 3/4-inch washed and graded limerock. This Rock shall be graded so that 99-percent will pass a 3/4-inch screen and 80-percent will be retained on a No. 8 screen. PART 3—EXECUTION 3.01 INSPECTION A. Examine'the areas and conditions under which excavating, filling, and grading are to be performed. Do not proceed with the work until unsatisfactory conditions have been corrected. 02/18 02220-5 Venetian Islands Seawall Improvements B. Examine and accept existing grade of walks, pavements and steps prior to commencement of work and report to Engineer if elevations of existing subgrade substantially vary from elevations shown on the Drawings. 3.02 EXCAVATION A. Excavation consists of removal and disposal of material encountered when establishing required grade elevations. B. Excavation Classifications: The following classifications of excavation will be made when unanticipated rock excavation or unclassified excavation is encountered in the work. Do not perform such work until material to be excavated has been cross- sectioned and classified by Engineer or specialized geotechnical consultant. 1. Authorized earth excavation includes removal and disposal of pavements and other obstructions visible on ground surface, underground structures and utilities indicated to be demolished and removed, material of any classification indicated in soil boring date on subsurface conditions, and other materials encountered that are not classified as rock excavation or unauthorized excavation. 2. Unauthorized excavation consists of removal of material beyond the limits needed to establish required grade and subgrade elevations without specific direction of Engineer. Unauthorized excavation, as well as remedial work directed by the Engineer shall be at the Contractor's expense. a. Under footings and foundation bases, fill unauthorized excavation by extending the indicated bottom elevation of the footing or base to the excavation bottom, without altering required top elevation. Lean (unreinforced) concrete fill may be used to bring bottom elevations to proper position, when acceptable to Engineer. Reinforcement shall be placed as needed or directed by the Engineer. b. Elsewhere, backfill and compact unauthorized excavations as specified for authorized excavations of same classifications, unless otherwise directed by Engineer. C. Additional Excavation: When excavation has reached required subgrade elevations, notify the Engineer who will reserve the right to contact a specialized geotechnical consultant and make an inspection of conditions. 1. If unsuitable bearing materials are encountered at the required subgrade elevations, carry excavations deeper and replace the excavated material as directed by the Engineer. 2. Removal of unsuitable material and its replacement as directed beyond the authorized limits will be paid on the basis of contract conditions relative to changes in work. D. Stability of Excavations: Slope sides of excavations to comply with local codes and ordinances having jurisdiction or as shown on the Drawings. Shore and brace where sloping is not possible because of space restrictions or stability of material excavated. 1. Maintain sides and slopes of excavations in a safe condition until completion of backfilling. 02/18 02220-6 Venetian Islands Seawall Improvements ( • E. Shoring and Bracing: Provide materials for shoring and bracing, such as sheet piling, uprights, stringers and cross-braces, in good serviceable condition. 1. Establish requirements for trench shoring and bracing to comply with local codes and authorities having jurisdiction. • 2. Maintain shoring and bracing in excavations regardless of time period excavations will be open. Carry down shoring and bracing as excavation progresses. F. Dewatering: Prevent surface water and subsurface or groundwater from flowing into excavations and from flooding project site and surrounding area. Maintain groundwater table level a minimum of one-foot below excavation level. 1. Do no allow water to accumulate in excavations. Remove water to prevent softening of foundation bottoms, undercutting footings, and soil changes detrimental to stability of subgrades and foundations. Provide and maintain pumps, wellpoints, sumps, suction and discharge lies, and other dewatering system components necessary to convey water away from excavations. 2. Convey water removed from excavations and rainwater to collecting or run-off areas. Establish and maintain temporary drainage ditches and other diversions outside excavation limits for each structure. Do not use trench excavations as temporary drainage ditches. 3. While dewatering for new Construction in the vicinity of existing structures, depletion of the groundwater level underneath these existing structures may cause settlement. To avoid this settlement, the groundwater level under these structures shall be maintained by appropriate methods of construction as approved by the Engineer. G. Material Storage: Stockpile satisfactory excavated materials where directed, until required for backfill or fill. Place, grade, and shape stockpiles for proper drainage. 1. Locate and retain soil materials away from edge of excavations. 2. Dispose of excess soil material and waste materials as herein specified. H. Excavation for Structures: Conform to elevations and dimensions shown within a tolerance of plus or minus 0.10 feet, and extending a sufficient distance from footings and foundations to. permit placing and removal of concrete formwork, installation of services, other construction, and for inspection, or as shown on the Drawings. 1. In excavating for footings and foundations, take care not to disturb bottom of excavation. Excavated by hand to final grade just before concrete reinforcement is placed. Trim bottoms to required lines and grades to leave solid base to receive concrete. 2. Do not excavate to the bearing levels designated on the drawings until surface compaction is completed. 3.03 BACKFILL AND FILL A. General: Place material in layers to required subgrade elevations, for each area classification listed below. 1. Structural fill shall be used below spread footing foundations, slab-on grade floors, and other structures and as backfill within three feet of the below grade portion of structures. 2. Crusher-run gravel shall be used under and around drainage sumps. It can be used at the request of the Contractor and if approved by the Engineer as base material for areas approved by the Engineer. 02/18 02220-7 Venetian Islands Seawall Improvements 3. Limerock base course shall be used under roadways, parking areas, and walks and for riprap. Limerock base course may be used by the Contractor at other similar locations if approved by the Engineer or indicated on the Drawings. 4. Common fill shall be used at all other locations. 5. Bedding rock shall be used for pipe bedding, under and around manhole base and at other locations indicated on the Drawings or approved by the Engineer. B. Backfill excavations as promptly as work permits, but not until completion of the following: 1. Acceptance by Engineer of construction below finish grade including, where applicable, dampproofing, waterproofing, and perimeter insulation. 2. Inspection, testing, approval, and recording locations of underground utilities. 3. Removal of concrete formwork. 4. Removal of shoring and bracing, and backfilling of voids with satisfactory materials. 5. Removal of trash and debris. 6. Permanent or temporary horizontal bracing is in place on horizontally supported walls. Layout and location of bracing shall consider loads of the structure as well as the effects of the soil and groundwater. C. Ground Surface Preparation: Remove vegetation, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface prior to placement of fills. Plow strip, or break-up sloped surfaces steeper than 1 vertical to 4 horizontal so that fill material will bond with exisitng surface. 1. When existing ground surface has a density less than that specified under "Compaction" for the particular area classification, break up the ground surface, pulverize, moisture-condition to the optimum moisture content, and compact to required depth and percentage of maximum density. D. Fill Placement: 1. Material placed in fill areas under and around structures shall be deposited within the lines and to the grades shown on the Drawings or as directed by the Engineer, making due allowance for settlement of the material. Backfill shall be carried up evenly on all walls of an individual structure simultaneously with no more than a two-foot elevation variation allowed. Fill with no more than a two-foot elevation variation allowed. Fill shall be placed only on properly prepare surfaces which have been inspected and approved by the Engineer. 2. Fill material can be obtained from cut areas within the construction project site. If sufficient satisfactory soil material is not available from excavation on site, the Contractor shall provide fill material as may be required from off-site sources at no additional cost to the Owner. 3. Fill shall be brought up in substantially level lifts throughout the site, starting in the deepest portion of the fill. The entire surface of the work shall be maintained free from ruts, and in such condition that construction equipment can readily travel over any section. Fill shall not be placed on surfaces that are muddy or against concrete structures until they have attained sufficient strength. 4. Fill shall be dumped and spread in layers-by a bulldozer or other approved method. During the process of dumping and spreading, all roots, debris, and stones greater in size than specified under Materials, shall be removed from the fill areas, and the Contractor shall assign a 02/18 02220-8 Venetian Islands Seawall Improvements sufficient number of men to this work to insure satisfactory compliance with these requirements. 5. If the compacted surface of any layer of material is determined to be too smooth to bond properly with the succeeding layer, it shall be loosened by harrowing or by another approved method before the succeeding layer is placed. 6. All fill materials shall be placed and compacted "in-the-dry." The Contractor shall dewater excavated areas as required to perform the work and in such manner as to preserve the undisturbed state of the natural inorganic soils. 3.04 COMPACTION A. General: Control soil compaction during construction providing minimum .percentage of density specified on the structural drawings for each area classification. It shall be the Contractor's responsibility to notify the Engineer in writing that penetration tests can be performed. Written notice from the Contractor shall precede completion of compaction operations by at least 2- working days. B. Percentage of Maximum Density Requirements: 1. Compact soil to not less than the following percentages of maximum dry density in accordance with AASHTO T-180. a. Underneath structures and 5-feet 0-inches around perimeter of foundation: Compact top 12-inches of subgrade and each layer of backfill or fill material to 98-percent maximum dry density. b. Building Slabs and Footings: Compact top 12-inches of subgrade and each layer of backfill or fill material at 95-percent maximum dry density. c. Lawn or Unpaved Areas: Compact top 6-inches of subgrade 90- percent maximum dry density. d. Walkways: Compact to 6-inches of subgrade 95-percent maximum dry density. e. Pavements and Steps: Compact top 6-inches of subgrade to 98- percent maximum dry density. 2. Moisture content of soil shall be within 2-percent of the optimum. C. Moisture Control: Where subgrade or layer of soil material that is too wet to permit compaction to specified density. 1. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. 2. Soil material that has been removed because it is too wet to permit compaction, but is otherwise satisfactory may be stockpiled or spread and allowed to dry. Assist drying by discing, harrowing or pulverizing until moisture content is reduced to satisfactory value. D. Structural fill shall be placed in layers not more than 6-inches compacted depth for material compacted by heavy compaction equipment. Each layer shall be compacted with proper heavy equipment, to the minimum percent of maximum dry density prescribed herein. Incidental compaction due to traffic by construction equipment will not be credited toward the required minimum coverages. 02/18 02220-9 Venetian Islands Seawall Improvements E. Common fill consisting of other than structural fill shall be placed and compacted in a manner similar to that described above for structural fill, with the following exception: layer thickness prior to compaction may be increased the 12-inches in open area; and common fill except dike fill, required below water level in peat excavation areas may be placed as one lift, in-the-wet, to an elevation one foot above the water level at the time of filling. F. Compaction of the fill by such means shall be to the same degree of compaction as obtained by rubber-tired or vibratory roller equipment, and the Engineer may make the necessary tests to determine the amount compactive effort necessary to obtain equal compaction. Large compaction equipment shall not be used,within-5 feet of structures. Compaction equipment is subject to approval by the Engineer. • G. Place fill material in layers not more than 8-inches loose depth for material compacted by hand-operated tampers. Use manually operated sled-type vibratory compactors next to structures and confined areas not accessible to heavy mechanical compaction equipment. H. If the Engineer shall determine that added moisture is required, water shall be applied by sprinkler tanks or other sprinkler systems, which will insure uniform distribution of the water over the area to be treated, distribution of the water over the area to be treated, and give complete and accurate control of the amount of water to be used. If too much water is added, the area shall be permitted to dry before compaction is continued. I. The Contractor shall supply all hose, piping, valves, sprinklers, pumps, sprinkler tanks, hauling equipment, and all other materials and equipment necessary to place the water in the fill in the manner specified. 3.05 GRADING • A. General: Uniformly grade-fill areas within limits of project including adjacent transition areas. Smooth finished surface within specified tolerances, compact with uniform levels or slopes between points where elevations are shown, or between such point and existing grades. No soft spots or uncompacted areas will be allowed in the work. B. Grading Outside Building Lines: Grade areas adjacent to Buildings as shown on the Drawings, to drain away from structures and to prevent ponding. Finish surfaces free from irregular surface changes, and as follows: C. Grading Surface of Fill Under Building Slabs: Grade smooth and even, free of voids, compacted as specified, and to required elevation. Provide final grades within a tolerance of 1/2-inch when tested with a 10-foot straightedge. D. Stones or rock fragments larger than 2-1/2-inches in their greatest dimension will not be permitted in the top 6-inches of the subgrade line of all dike, fills or embankments. E. All cut and fill slopes shall be uniformly dressed to the slope, cross section and alignment shown on the Drawings, or as directed by the Engineer to prevent ponding water on driveways, walkways or against structures. 02/18 02220-10 Venetian Islands Seawall Improvements F. During grading, protect all buried valved extensions and covers, sprinklers and any other mechanical or structural object protruding from below grade. 3.06 FIELD QUALITY CONTROL • A. Quality Control Testing During Construction: Allow testing service to inspect and approve subgrades and fill layers before further construction work is performed. B. If in the opinion of the Engineer, based on testing service reports and inspection, subgrade or fills, which have been placed, are below specified density, provide additional compaction and testing at no additional expense. 3.07 MAINTENANCE A. Protection of Graded Areas: Protect newly graded areas from traffic and erosion. Keep free of trash and debris. 1. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances. B. Reconditioning Compacted Areas: Where completed compacted areas are disturbed by subsequent construction operations or adverse weather, scarify surface, reshape, and compact to required density prior to further construction. 3.08 DISPOSAL OF SURPLUS AND WASTE MATERIAL A. All surplus and unsuitable excavated material shall be disposed of by the Contractor in the following ways. 1. Transport to an appropriate soil storage area and stockpile or spread as needed. 2. Transport and legally dispose of. Any permit required for the hauling and disposing of this material shall be obtained prior to commencing hauling operations. B. Suitable excavated material may used for fill if it meets that specifications for satisfactory material and is approved by the Engineer. Excavated material so approved may be neatly stockpiled at the site where designated by the Engineer provided there is an area available where it will not interfere with the operator of the facility nor inconvenience traffic or adjoining property owners. C. Excavated rock may be used in open fill areas only with the approval of the Engineer. END OF SECTION 02/18 02220-11 Venetian Islands Seawall Improvements SECTION 02223 EXCAVATION BELOW NORMAL GRADE AND GRAVEL REFILL PART 1 -GENERAL 1.01 DESCRIPTION • A. If in the opinion of the Engineer,the material at or below the normal grade of the bottom of the trench (9 inches below the invert of the pipe)is unsuitable for foundation,it shall be removed to the depth directed by the Engineer and replaced by drain rock. 1.02 RELATED WORK A. Documents affecting work of this section include, but are not necessarily limited to General Conditions, and Sections in Division 1 of these Specifications. B. Section 02300: Earthwork • PART 2 - PRODUCTS 2.01 MATERIALS: A. Drain rock shall be 3/8-inch to 3/4-inch washed and graded limerock. The rock shall be graded so that 99 percent will pass a 3/4-inch screen and 80-percent will be retained on a No. 8-screen. PART 3 - EXECUTION 3.01 EXCAVATION AND DRAINAGE: A. Whatever the nature of unstable material encountered or the groundwater conditions, trench drainage shall be complete and effective. B. If the Contractor excavates below grade through error or for his own convenience,or fails to properly dewater the trench,or disturbs the subgrade before dewatering is sufficiently complete, he may be directed by the Engineer to excavate below grade as set forth in the preceding paragraph, in which case the work of excavating below grade and finishing and placing the refill shall be performed at the Contractors own expense. C. Dewatering shall not be permitted unless an approved dewatering plan showing strict environmental control of the effluent can be substantiated.The dewatering plan shall be approved by Miami Dade County Department of Environmental Management (DERM) and the South Florida Water Management District(SFWMD).Applicable permits shall be the responsibility of the CONTRACTOR and all costs associated with the acquisition of that permit shall be borne by the CONTRACTOR 3.02 REFILL A. If the material at the level of trench bottom consists of fine sand, sand and silt or soft earth which may penetrate into the drain rock matrix, the subgrade material shall be 02/18 02223-1 Venetian Islands Seawall Improvements removed to the extent directed and the excavation refilled with coarse sand,or a mixture graded from coarse sand to fine peastone,to form a filter layer preserving the voids in the gravel bed of the pipe. The composition and gradation of gravel shall be approved by the Engineer prior to placement. Refill shall be placed in 6-inch layers thoroughly compacted. If directed by the Engineer, drain rock shall be used for refill of excavation below grade. END OF SECTION 02/18 02223-2 Venetian Islands Seawall Improvements SECTION 02276 TEMPORARY EROSION AND SEDIMENTATION CONTROL PART 1 - GENERAL 1.01 WORK INCLUDED A. Designing, providing, maintaining and removing temporary erosion and sedimentation controls as necessary. B. Temporary erosion controls may include, but are not limited to, turbidity screens on the water side, mulching, netting, and watering, on site surfaces and spoil and borrow area surfaces and providing interceptor ditches at ends of berms and at those locations which will ensure that erosion during construction will be either eliminated or maintained within acceptable limits as established by the Owner. C. Temporary sedimentation controls include, but are not limited to, silt dams, traps, barriers, and appurtenances at the foot of sloped surfaces which will ensure that sedimentation pollution will be either eliminated or maintained within acceptable limits as established by the Owner. • D. Contractor is responsible for providing effective temporary erosion and sediment control measures during construction or until final controls become effective. 1.02 SUBMITTALS A. Submit schedule for temporary erosion and sedimentation control. PART 2— PRODUCTS 2.01 TURBIDITY BARRIERS A. Floating turbidity barriers shall comply with the latest FDOT Standard Index#103 of the Florida Department of Transportation Roadway and Traffic Design Standards, latest edition. B. Temporary erosion control measures shall conform to the latest FDOT Standard Indexes #102 and #103 of the Florida Department of Transportation Roadway and Traffic Design Standards, latest edition. 2.02 EROSION CONTROL A. Mulch: FDOT type per Section 981-3.2, Green Mulch B. Netting: fabricated of material acceptable to the Owner. 02/18 02276-1 Venetian Islands Seawall Improvements 2.03 SEDIMENTATION CONTROL A. Bales: clean, seed free cereal hay type B. Netting: fabricated of material acceptable to the Owner C. Filter stone: crushed stone conforming to Florida Department of Transportation specifications. • PART 3— EXECUTION 3.01 INSTALLATION A. Contractor shall install floating turbidity barrier in the locations detailed in the plans to a depth not less than the canal bottom. The barrier shall be installed in accordance with FDOT Standard Index#103. Other temporary erosion control measures shall conform to FDOT Standard Index#102. 3.02 EROSION CONTROL A. Minimum procedures for mulching and netting are: 1. Apply mulch loosely and to a thickness of between 3/4-inch and 11/2-inches. 2. Apply netting over mulched areas on sloped surfaces. 3.03 SEDIMENTATION CONTROL A. Install and maintain silt dams, traps and barriers as shown on the approved schedule. Hay bales which deteriorate and filter stone which is dislodged shall be replaced as required. 3.04 PERFORMANCE A. Should any of the temporary erosion and sediment control measures employed by the Contractor fail to produce results which comply with the requirements of the Owner, Contractor shall immediately take whatever steps are necessary to correct the deficiency at his own expense. END OF SECTION 02/18 02276-2 Venetian Islands Seawall Improvements SECTION 02300 EARTHWORK PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following: 1. Preparing subgrades for slabs-on-grade, walks, pavements, lawns, and plantings. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for slabs-on-grade. 4. Subbase course for concrete walks and pavements. 5. Base course for asphalt paving. 6. Subsurface drainage backfill for walls and trenches. 7. Excavating and backfilling trenches within building lines. 8. Excavating and backfilling trenches for buried mechanical and electrical utilities and pits for buried utility structures. B. Related Sections include the following: 1. Division 2 Section "Site Clearing" for site stripping, grubbing, removing topsoil, and protecting trees to remain. 2. Division 3 Section "Cast-in-Place Concrete"for structural foundations 1.03 DEFINITIONS A. Backfill: Soil materials used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Bedding Course: Layer placed over the excavated subgrade in a trench before laying pipe. D. Borrow: Satisfactory soil imported from off-site for use as fill or backfill. E. Drainage Course: Layer supporting slab-on-grade used to minimize capillary flow of pore water. F. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Engineer. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 02/18 02300-1 Venetian Islands Seawall Improvements 2. Bulk Excavation: Excavations more than 10 feet in width and pits more than 30 feet in either length or width. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. G. Fill: Soil materials used to raise existing grades. H. Rock: Rock material in beds, ledges, unstratified masses, and conglomerate deposits and boulders of rock material exceeding "1 cu. yd. for bulk excavation or 3/4 cu. yd. for footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: 1. Excavation of Footings, Trenches, and Pits: Late-model, track-mounted hydraulic excavator; equipped with a 42-inch wide, short-tip-radius rock bucket; rated at not less than 120-hp flywheel power with bucket-curling force of not less than 25,000 lbf and stick-crowd force of not less than 18,700 lbf; measured according to SAE J-1179. 2. Bulk Excavation: Late-model, track-mounted loader; rated at not less than 210-hp flywheel power and developing a minimum of 45,000-lbf breakout force; measured according to SAE J-732. I. Rock: Rock material in beds, ledges, unstratified masses, and conglomerate deposits and boulders of rock material 3/4 cu. yd. or more in volume that when tested by an independent geotechnical testing agency, according to ASTM D 1586, exceeds a standard penetration resistance of 100 blows/2 inches. J. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. K. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. L. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. M. Utilities include on-site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.04 SUBMITTALS A. Product Data: For the following: 1. Each type of plastic warning tape. B. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: 1. Classification according to ASTM D 2487 of each on-site or borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 1557 for each on-site or borrow soil material proposed for fill and backfill. 02/18 02300-2 Venetian Islands Seawall Improvements 1.05 QUALITY ASSURANCE A. Geotechnical Testing Agency. Qualifications: An independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock-definition testing, as documented according to ASTM D 3740 and ASTM E,548. B. Preexcavation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." 1.06 PROJECT CONDITIONS A. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. 3. Contact utility-locator service for area where Project is located before excavating. B. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active. PART 2 - PRODUCTS 2.01 .. SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combination of these group symbols; free of rock or gravel larger than 3 inches (75 mm) in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Backfill and Fill: Satisfactory soil materials. E. Subbase: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2- inch (38-mm) sieve and not more than 12 percent passing a No. 200 (0.075-mm) sieve. F. Base: Naturally or artificially graded mixture of limerock material from the Miami Oolite formation. Material should have a minimum of' 70 percent of carbonates (Calcium and Magnesium) With 97 percent passing a 3 1/2 inch screen, and 80 percent passing a 2 inch screen. Material shall be non-plastic and have a liquid limit not greater that 35. Material shall be free from sand, marl, roots, and shall not exceed 1/2 of 1 percent of organics. G. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2- inch (38-mm) sieve and not more than 12 percent passing a No. 200 (0.075-mm) sieve. 02/18 02300-3 Venetian Islands Seawall Improvements H. Bedding: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a 1-inch (25- mm) sieve and not more than 8 percent passing a No. 200 (0.075-mm) sieve. I. Drainage Fill: Washed, narrowly graded mixture of crushed stone, or crushed or uncrushed gravel; ASTM D 448; coarse-aggregate grading Size 57; with 100 percent passing a 1-1/2- inch sieve and 0 to 5 percent passing a No. 8 sieve. 2.02 ACCESSORIES A. , Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches wide and 4 mils thick, continuously inscribed with a description of the utility; colored as follows: B. Detectable Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6 inches wide and 4 mils thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches deep; colored as follows: 1. Red: Electric. 2. Yellow: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Green: Sewer systems. C. Drainage Fabric: Nonwoven geotextile, specifically manufactured as a drainage geotextile; made from polyolefins, polyesters, or polyamides; and with the following minimum properties determined according to ASTM D 4759 and referenced standard test methods: 1. Grab Tensile Strength: 110 lbf(490 N); ASTM D 4632. 2. Tear Strength: 40 lbf(178 N); ASTM D 4533. 3. Puncture Resistance: 50 lbf(222 N); ASTM D 4833. 4. Water Flow Rate: 150 gpm per sq. ft. (100 Us per sq. m); ASTM D 4491. 5. Apparent Opening Size: No. 50 (0.3 mm); ASTM D 4751. D. Separation Fabric: Woven geotextile, specifically manufactured for use as a separation geotextile; made from polyolefins, polyesters, or polyamides; and with the following minimum properties determined according to ASTM D 4759 and referenced standard test methods: 1. Grab Tensile Strength: 200 lbf(890 N); ASTM D 4632. 2. Tear Strength: 75 Ibf(333 N); ASTM D 4533. 3. Puncture Resistance: 90 lbf(400 N); ASTM D 4833. 4. Water Flow Rate: 4 gpm per sq. ft. (2.7 L/s per sq. m); ASTM D 4491. 5. Apparent Opening Size: No. 30 (0.6 mm); ASTM D 4751. PART 3 - EXECUTION 3.01 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. 02/18 02300-4 Venetian Islands Seawall Improvements B. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. C. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. 3.02 DEWATERING A. If permitted, prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. B. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. 3.03 EXPLOSIVES A. Explosives: Do not use explosives. 3.04 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch (25 mm). Extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. 2. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch (25 mm). Do not disturb bottom of excavations intended for bearing surface. 3.05 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated cross sections, elevations, and grades. 3.06 EXCAVATION FOR UTILITY TRENCHES A. Excavate trenches to uniform widths to provide a working clearance on each side of pipe conduit. 1. Clearance: 12 inches on each side of pipe or conduit. 02/18 02300-5 Venetian Islands Seawall Improvements B. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. 1. For pipes and conduit less than 6 inches in nominal diameter and flat-bottomed, multiple-duct conduit units, hand-excavatetrench bottoms and support pipe and conduit on an undisturbed subgrade. 2. For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. 3. Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearingmaterial to allow for bedding course. 3.07 APPROVAL OF SUBGRADE A. Notify Engineer when excavations have reached required subgrade. B. If Engineer determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. 1. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. • C. Proof roll subgrade with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. Do not proof roll wet or saturated subgrades. D. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Engineer. 3.08 UNAUTHORIZED EXCAVATION A. ' Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill may be used when approved by Engineer. 1. Fill unauthorized excavations under other construction or utility pipe as directed by Engineer. 3.09 STORAGE OF SOIL MATERIALS A. Stockpile borrow materials and satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. • 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.10 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for record documents. 02/18 02300-6 Venetian Islands Seawall Improvements 3. Inspecting and testing underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. 3.11 UTILITY TRENCH BACKFILL A. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. B. Backfill trenches excavated under footings and within 18 inches (450 mm) of bottom of footings; fill with concrete to elevation of bottom of footings. C. Provide 4-inch- (100-mm-) thick, concrete-base slab support for piping or conduit less than 30 inches (750 mm) below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches (100 mm) of concrete before backfilling or placing roadway subbase. D. Place and compact initial backfill of subbase material, free of particles larger than 1 inch (25 mm), to a height of 12 inches (300 mm) over the utility pipe or conduit. 1. Carefully compact material under pipe haunches and bring backfill evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of utility system. E. Coordinate backfilling with utilities testing. F. Fill voids with approved backfill materials while shoring and bracing, and as sheeting is removed. G. Place and compact final backfill of satisfactory soil material to final subgrade. H. Install warning tape directly above utilities, 12 inches (300 mm) below finished grade, except 6 inches (150 mm) below subgrade under pavements and slabs. 3.12 FILL A. Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. B. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. C. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and patios, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. 5. Under footings and foundations, use engineered fill. 6. Under pavement use base. 02/18 02300-7 Venetian Islands Seawall Improvements 3.13 MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.14 COMPACTION OF BACKFILLS AND FILLS A. Place backfill and fill materials in layers not more than 8 inches (200 mm) in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand-operated tampers. B. Place backfill and fill materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 1557: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches (300 mm) of existing subgrade and each layer of backfill or fill material at 95 percent. - 2. Under walkways, scarify and recompact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill material at 95 percent. 3. Under lawn or unpaved areas, scarify and recompact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill material at 85 percent. 3.15 GRADING A. General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1/2 inch. 3. Pavements: Plus or minus 1/4 inch. C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch when tested with a 10-foot straightedge. 02/18 02300-8 Venetian Islands Seawall Improvements 3.16 SUBSURFACE DRAINAGE 3.17 SUBBASE AND BASE COURSES A. Under pavements and walks, place subbase course on prepared subgrade and as follows: 1. Place base course material over subbase. 2. Compact subbase and base courses at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 1557. 3. Shape subbase and base to required crown elevations and cross-slope grades. 4. When thickness of compacted subbase or base course is 6 inches or less, place materials in a single layer. 5. When thickness of compacted subbase or base course exceeds 6 inches, place materials in equal layers, with no layer more than 6 inches thick or less than 3 inches thick when compacted. 3.18 FIELD QUALITY CONTROL • A. Testing Agency: The Contrator will engage and pay for a qualified independent geotechnical engineering testing agency to perform field quality-control testing. The Contractor will be responsible for coordinating all testing as needed with the Contractor, the Owner, the Engineer or Architect and the testing agency. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Engineer. D. Testing agency will test compaction of soils in place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937,-as applicable. Tests will be performed at the following locations and frequencies: 1. Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least one test for every 2000 sq. ft. or less of paved area or building slab, but in no case fewer than three tests. 2. Foundation Wall Backfill: At each compacted backfill layer, at least one test for each 100 feet or less of wall length, but no fewer than two tests. 3. Trench Backfill: At each compacted initial and final backfill layer, at least one test for each 150 feet or less of trench length, but no fewer than two tests. E. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.19 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. 02/18 02300-9 Venetian Islands Seawall improvements B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Engineer; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 3.20 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Engineer. 1. Remove waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION • •• 02/18 02300-10 Venetian Islands Seawall Improvements SECTION 02370 BULKHEAD CONSTRUCTION PART 1 - GENERAL 1.01 WORK INCLUDED A. Installation of steel sheet piling bulkhead as shown on the Drawings, including sheet piling, wales, anchor system, miscellaneous metal and hardware. 1.02 RELATED WORK A. Section 02100: Site Preparation B. Section 02200: Structural Excavation Backfill and Compaction C. Section 03410: Precast Concrete Seawall Panels 1.03 APPLICABLE CODES, STANDARDS AND SPECIFICATIONS The construction of the bulkhead under this contract shall be in strict accordance with the applicable provisions of the following codes, standards and specifications. 1.04 , QUALITY ASSURANCE: A. Fabrication and erection shall be in accordance with the requirements of the ACI Specifications. 1.05 SUBMITTALS A. Provide shop drawings submittals in accordance with the provisions of the Section 01340. Included will be: 1. Precast Concrete Piles 2. Precast Concrete Seawall Panels B. Manufacturer's Data: Submit five copies of the manufacturer's specifications and installation instructions for the following products, including laboratory test reports and other data as may be required to show compliance with these specifications, including specified standards. The tests shall have been performed within one year of submittal of the reports for approval. Test reports shall be accompanied by notarized certificates from the manufacturer certifying that the tested material is of the same type, quality, manufacture and make as that proposed to be supplied. Test reports will be required for all tests specified in referenced documents which are applicable to the particular material furnished for use. C. Shop Drawings: 1. Submit shop drawings showing complete details of the fabrication and assembly of members, including precast concrete piles and precast concrete seawall panels. 2. Submit proposed pile guide template for approval prior to installation 02/18 02370-1 Venetian Islands Seawall Improvements 3. Detailed drawings describing the sequence of installation and any deviations to the indicated piling layout shall be submitted to the approved prior to commencement of work. D. Equipment Descriptions: Descriptions of all pipe driving equipment to be employed in the work shall be submitted for approval prior to commencement of the sheet piling installation. This shall include details of the pile hammer, power plant, leads, cushion material, helmet, and templates. 1.06 PRODUCT DELIVERY, STORAGE AND HANDLING: A. Store and handle material carefully to prevent physical damage. Material shall be blocked-up off of the ground for storage. 1.07 TESTS AND INSPECTIONS A. Testing and Inspection: 1. Visually inspect all materials prior to unloading at site for acceptance. 2. Submit all concrete test reports verifying compressive strength and all other material quality requirements have been achieved. PART 2—PRODUCTS 2.01 MATERIALS: A. All precast units shall conform to the requirements of FDOT and ACI. PART 3— EXECUTION 3.01 INSTALLATION A. Pile Hammers: The steel sheet piling shall be driven using a power driven impact-type hammer, approved by the EOR B. / Pile Driving Accessories: Driving helmets and cushions suitable to prevent excessive damage to the tops of the sheet piling shall be used. C. Templates: Templates shall be used to accurately align the piling during installation and to support the sheets prior to backfilling. D. Jetting: Sheet piling may be jetted to set, but shall be driven to grade using a power hammer. No jetting will be allowed within 15-feet of the final tip elevation of the sheets. E. Driving 1. Piling shall be driven in such a manner as not to subject the piling to serious injury and to insure proper interlocking throughout the length of the piling. 2. Piling damaged by driving or driven out of interlock with adjacent piling shall be removed and replaced with new piling at the Contractor's expense. 3. The Contractor may be required to pull certain selected piles after driving for test and inspection, to determine the conditions of the piles. Any pile so pulled and found to be damaged to such extent as would impair its usefulness in the 02/18 02370-2 Venetian Islands Seawall Improvements structure shall be removed from the work and the Contractor shall furnish and drive a new pile to replace the damaged pile. When a pulled pile is found to be sound and in satisfactory condition, it shall be redriven at the Owner's expense. 4. Piling shall be driven to a point where the top of piling is far enough above design elevation so that driving of adjacent piling will not cause dragging of the piling to a point below design elevation. Piling driven to a point below the design elevation shall be spliced as necessary to bring the top of piling to the design elevation. Pulling of pilling back up to design elevations shall not be permitted. 5. Piling shall be supported adequately during driving using templates and guides so as not to buckle due to slenderness or bend due to wind loads. 6. Drive all sheet piling the full length to the tip elevations indicated. F. Prepunching 1. Provide adequate equipment to pre-punch through any obstacles, rock layers or rock lenses that are encountered during driving of the sheet piling. If sheet pilings are to be keyed into a rock layer, pre-punch a trench for installing the piling and backfill with clean granular material. 2. Blasting will not be permitted on this project. 3.02 TOLERANCES A. The top of any seawall panel shall not vary from the design horizontal alignment of the sheet piling wall by more than 2-inches. B. The top of seawall panel shall not vary from the design top elevation by more than 2- inches. C. No single panel or pile shall be out of plumb by more than 3-inches horizontally over its entire length. D. No single panel or pile shall vary from the design alignment of its horizontal axis by more than 3.5-degrees or 1-inch in 18-inches. E. The above tolerances are maximum deviations from the design. The average deviation from design should be equal to zero. F. The design tip elevations of the precast concrete piling are maximum (upper) elevations. No pile shall be driven to a tip elevation higher than that indicated. 3.03 SPLICES A. Splices will not be permitted, except as noted herein. B. Piles driven below grade and piles which, because of damaged heads, have been cut off to permit further driving and are then too short to reach final grade shall be extended to the required grade by welding an additional length, when directed, without cost to the Owner. A back-up plate of the same thickness as the pile shall be used. C. Should splicing of piles be necessary as determined by the Engineer, the splices shall be designed by a professional engineer and drawings submitted to verify the approved repair method. 02/18 02370-3 Venetian Islands Seawall Improvements 3.04 FIELD TESTS AND INSPECTIONS A. All seawall panels and piles shall be inspected prior to driving to insure that dimensions of shapes, lengths and interlock clearances are within manufacturer's and ASTM A6 tolerances. B. Monitor alignment of sheet piling during installation and check the final alignment prior to installation of the concrete cap encasement. Any deviations from the required alignment and elevations beyond the allowed tolerances shall be recorded and submitted for approval. 3.05 BACKFILL A. Compacted backfill shall be as specified in the Section 02220 Structural Excavation, Backfill and Compaction. END OF SECTION 02/18 02370-4 Venetian Islands Seawall Improvements SECTION 02931 SODDING • PART 1 —GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, equipment and incidentals required to prepare lawn bed and install sodding as shown on contract drawings and as specified herein. B. Area to receive sodded grass lawns within the landscape limits shown on the Drawings except as noted herein shall be as designated on the Drawings. 1.02 SUBMITTALS A. Provide technical data as specified on all materials or installation procedures required under this Section. B. Submit representative topsoil samples for analysis by a private laboratory to determine nutrient deficiencies and outline a proper fertilization program. C. Submit certifications required for all sodding supplied. PART 2— PRODUCTS 2.01 SOD A. Sod shall be Bahia, where Sodding is specified, except at the Di Lido Southeast location, where St. Augustine sod is required. B. Sod shall be certified to meet Florida State Plant Board specifications, absolutely true to varietal type, and free from weeds or other objectionable vegetation, fungus, insects and disease of any kind. C. Before being cut and lifted, the sod shall have been moved 3 times with the final mowing not more than 1-week before cutting into uniform dimensions. 2.02 SOIL CONDITIONERS A. Fertilizer: 1. Fertilizer shall be a complete fertilizer, the elements of which are derived from organic sources. Fertilizer shall be a standard product complying with State and Federal fertilizer laws. 2. Percentages of nitrogen, phosphorus and potash shall be based on laboratory tests on soils outlined in Paragraph 1.02B and approved by the Engineer. For purpose of bidding, assume 6% nitrogen, 6% phosphorus and 6% potash by weight. At least 50% of the total nitrogen shall contain no less than 3% water- insoluble nitrogen. 02/18 02931-1 Venetian Islands Seawall Improvements • 3. Fertilizer shall be delivered to the site, mixed as specified, in the original unopened standard size bags showing weight, analysis and name of manufacturer. Containers shall bear the manufacturer's certificate of compliance covering analysis shall be furnished to the Engineer. Store fertilizer in a weather-proof place and in such a manner that it will be kept dry and its effectiveness will not be impaired. B. Super phosphate shall be composed of finely ground phosphate rock as commonly used for agricultural purposes containing not less than 20% available phosphoric acid. PART 3— EXECUTION 3.01 LAWN BED PREPARATION A. Areas to be sodded shall be cleared of all rough grass, weeds and debris, and the ground brought to an even grade as approved. B. The soil shall be then thoroughly tilled to a minimum 8-inch depth. C. Super phosphate at a rate for bidding purposes of 5-pounds per 1000-square foot and complete fertilizer at a rate for bidding purposes of 16-pounds per 1000-square foot shall be evenly distributed over entire area and cross-disced in to a depth of 4-6- inches. D. The areas shall be brought to a proper grade, free of sticks, stones, or other foreign matter over 1 inch diameter or dimension. The surface shall conform to finish grade, less the thickness of sod, free of water-retaining depressions, the soil friable and uniformly firm texture. 3.02 SOD HANDLING AND INSTALLATION A. During delivery, prior to planting, and during the planting of the lawn areas, the sod panels shall at all times be protected from excessive drying and unnecessary exposure of the roots to the sun. All sod shall be stacked during construction and planting so as not to be damaged by sweating or excessive heat and moisture. B. After completion of soil conditioning as specified above, sod panels shall be laid tightly together so as to make a solid sodded lawn area. On mounds and other slopes, the long dimension Of the sod shall be laid perpendicular to the slope. Immediately following sod laying the lawn areas shall be rolled with a lawn roller customarily used for such purposes, and then thoroughly watered. C. Bring the sod edge in a neat, clean matter to the edge of all paving and shrub areas. Top dressing with approved, clean, weed free, sand may be required at no additional cost to the Owner if deemed necessary by the Engineer. 02/18 02931-2 Venetian Islands Seawall Improvements 3.03 MAINTENANCE A. The Contractor shall produce a dense, well-established lawn. The Contractor shall be responsible for the repair and re-sodding of all eroded or bare spots until project acceptance. Repair sodding shall be accomplished as in the original work except that fertilizing may be omitted. B. Sufficient watering shall be done by the Contractor to maintain adequate moisture for optimum development of the lawn areas. Sodded areas shall receive no less than 1.5- inches of water per week. 3.04 REPAIRS TO LAWN AREAS DISTRIBUTED BY CONTRACTOR'S OPERATIONS A. Lawn areas planted under this Contract and lawn areas outside the designated areas damages by Contractor's operations shall be repaired at once by proper sod bed preparation, fertilizing and re-sodding, in accordance with these specifications. Inside fields are sod with Bermuda grass. END OF SECTION 02/18 02931-3 Venetian Islands Seawall Improvements SECTION 03200 CONCRETE REINFORCEMENT PART 1 -GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, equipment and incidentals required to install all steel bars, steel wire, and wire fabric required for the reinforcement of concrete, as shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Concrete is included in Section 03300. 1.03 SUBMITTALS A. Submit to the Engineer, as provided in the General Conditions and Section 01340 completely detailed working drawings and schedules of all reinforcement required. PART 2 - PRODUCTS 2.01 MATERIALS A. Unless otherwise specified or required,_the design, materials, workmanship, and erection shall conform to the requirements of the latest local Building Code and the latest ACI 318 Code. In case of conflict, the latest local Building Code shall govern. B. Concrete reinforcement in sizes No.3 (3/8-inch) and larger shall be deformed steel bars of the sizes and shapes indicated on the Drawings. The steel shall be newly rolled stock of domestic manufacture, substantially free from mill scale, rust, dirt, grease, or other foreign matter. Bars shall be of intermediate grade, deformed billet steel conforming to ASTM Specification A615, Grade 60. C. Rail-steel bars will not be allowed in the work. D. Reinforcement shall be accurately fabricated to •the dimensions indicated on the Drawings. Particular care shall be exercised not to have stirrups oversize in order to maintain proper coverage of concrete. Stirrups and tie bars shall be bent around a revolving collar having a diameter not less than 2 times the minimum thickness of the bar. Bends for other bars shall be made around a pi n having a diameter not less than 6 times the minimum thickness of the bar except for bars 1 larger than 1-inch, in which case the bends shall be made around a pin of 8-bar diameters. All bars shall be bent cold. Bars reduced in section or with kinks or bends not shown on the Drawings will not be accepted. E. Wire fabric shall conform to ASTM Specification A185 for Welded Steel Wire Fabric for Concrete Reinforcement. F. Steel wire shall conform to ASTM Specification A82 for Cold-Drawn Steel 1 for 02/18 03200-1 Venetian Islands Seawall Improvements Concrete Reinforcement. Wire ties shall be zinc coated annealed iron of not less than No. 18 gage. 2.02 HANDLING MATERIALS A. Reinforcement shall be shipped to the work with bars of the same size and shape fastened in bundles with metal identification tags giving size and mark securely wired on. The identification tags shall be labeled with the same designation as shown on submitted bar schedules and shop drawings. B. All bars shall be stored off the ground and shall be protected from moisture and be kept free from dirt, oil, or injurious contaminants. PART 3 - EXECUTION 3.01 INSTALLATION A. No reinforcing bars shall be welded either during fabrication or erection without prior written approval from the Engineer. All bars that have been welded, including tack welds, without such approval shall be immediately removed from the work. B. Unless otherwise shown, splices in reinforcement shall be lapped not less than 24 bar diameters. All bar splices shall be staggered wherever possible. When splicing bars of different diameters, the length of lap is based on the larger bar. C. Before being placed in position, reinforcement shall be thoroughly cleaned of loose mill and rust scale, dirt, and other coatings that reduce or destroy bond. Where there is delay in depositing concrete after reinforcement is in place, bars shall be re- inspected and cleaned when necessary. D. Reinforcement shall be accurately positioned as indicated on the Drawings, and secured against displacement by using wire ties• or suitable clips at intersections. E. All accessories such as chairs, chair bars, and the like are an integral part of the reinforcement and shall be furnished and installed in sufficient quantity to satisfactorily position all steel and in accordance with the latest (ACI 315) Manual of Standard Practice for Detailing Reinforced Concrete Structures. F. Except as otherwise indicated on the Drawings, bars in slabs, beams and girders shall be spliced as per requirements in ACI 315. Splices and laps in columns, piers and struts shall be sufficient to transfer full stress by bond. Splices in adjacent bars shall be staggered if required. G. Except as otherwise indicated on the Drawings, reinforcement shall be installed with clearance for concrete coverage as follows: Footing bottom 3-inch Formed surfaces in contact with soil or exposed to the weather 2-inch Columns, beams and shear-walls 1-1/2-inch Slabs on grade 1-1/2-inch Bottom steel of interior slabs I-inch Top steel of interior slabs 3/4-inch Bottom steel in grid slabs 1-1/2-inch Interior face of walls I-inch H. All slab reinforcing shall be supported on concrete cubes or wafers of the 02/18 03200-2 Venetian Islands Seawall Improvements correct height. Wafers shall contain soft steel wires embedded therein for fastening to reinforcing. Wafers shall have a minimum compressive strength of 3,500 psi and shall have been cured as specified for concrete. Masonry units will not be permitted for supporting steel in bottom mats or elsewhere. For supporting the top steel in slabs, the Contractor shall furnish extra steel supports such as channel s if required and shall construct blocks of concrete having the same quality as specified for the structure for use in supporting both top and bottom mat steel. Wood blocks, stones, brick chips, etc., cinder blocks; or concrete building blocks will not be all owed. Alternate methods for supporting top steel in slabs, such as vertical reinforcing fastened to bottom and top mats, may be used if approved by the Engineer. Alternate methods• of supporting bottom reinforcement for slabs and beams • not exposed to the weather (such as plastic' chairs, but not plastic-tipped bolsters) may be used only if specifically approved by the Engineer. J. Reinforcement for vertical surfaces (beams, columns, walls) shall be properly and firmly positioned from the forms at all points by means of stainless steel (tipped) bolsters or equal, subject to Engineer's approval. K. Reinforcement which is to be exposed for a considerable length of time after being placed shall be painted with a heavy coat of neat cement slurry. L. In no case shall any reinforcing steel be covered with concrete until the amount and position of the reinforcements has been checked by the Engineer and his permission given to proceed with the concreting. The Engineer shall be given ample prior notice of the availability of set reinforcement for checking. END OF SECTION 02/18 03200-3 Venetian Islands Seawall Improvements SECTION 03251 JOINTS PART 1 -GENERAL 1.01 WORK INCLUDED A. Furnish all materials, labor, equipment and incidentals required to make all joints tight in the concrete as detailed on the Drawings and as specified herein. 1.02 SUBMITTALS A. Submit to the Engineer shop drawings showing placement of joints, expansion material and sealant material to be used. PART 2-PRODUCTS 2.01 EXPANSION JOINTS—SEAWALL CAP A. Concrete cap expansion joints shall be marine grade silicon type sealant B. Sealant shall be an electrometric material capable of allowing multidirectional movement while maintaining cohesion and adhesion capabilities.The sealant shall have a maximum hardness of Shore A25 with tensile strength and elongation to meet ASTM 0412. The sealant shall perform between temperatures of -20°F and 150°F. Moisture vapor transmission shall meet ASTM C355. C. The joint assembly shall be capable of a minimum of 50-percent movement in any direction from the normal position. • D. Sealant color shall match natural concrete color. 2.02 EXPANSION JOINTS-OTHER A. Pre-molded joint filler shall be3/4-inch thick or as shown on the Drawings and shall be a self- expanding cork, Servicised Products, W.R. Grace and Company, Code No. 4324 equal by W.R. Meadows, Inc., or equal. _ B. Joint sealant shall be a two component synthetic rubber compound based on Thiokol liquid polysulphide polymer by W.R. Grace and Company, Toch Bros., Tremco Co., or equal. Sealant shall develop a Shore Hardness of at 1 east 30 after seven days curing. Back-up material where required shall be approved closed cell polyethylene foam rods of diameters to suit joint conditions. C. Preparation and/or primer shall be as recommended by sealant manufacturer. PART 3 - EXECUTION 3.01. INSTALLATION A.. Steel water-stops shall have all joints fully welded and shall be carefully set and held in 02/18 03251-1 Venetian Islands Seawall Improvements place so that 4-inches extends straight into concrete placement at each side of joint. B. Pre-molded joint fillers shall be installed at all locations shown on the Drawings. C. Joint sealant for all joints indicated on the Drawings shall be placed tothe depths shown. Preparation of surfaces, priming, and the handling and preparation of materials shall be in complete compliance with the manufacturer's instructions as approved. D. Flex-Seal systems shall be installed in accordance with the manufacturer's recommendations. END OF SECTION 02/18 03251-2 Venetian Islands Seawall Improvements SECTION 03300 CAST-IN-PLACE CONCRETE PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY B. This Section specifies cast-in place concrete, including formwork, reinforcement, concrete materials, mix design, placement procedures and finishes. 1.03 DEFINITIONS C. Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash and other pozzolans, ground granulated blast-furnace slag, and silica fume. 1.04 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. B. Design Mixes: For each concrete mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mix water to be withheld for later addition at Project site. C. Steel Reinforcement Shop Drawings: Details of fabrication, bending, and placement, prepared according to ACI 315, "Details and Detailing of Concrete Reinforcement." Include material, grade, bar schedules, stirrup .spacing, bent bar diagrams, arrangement, and supports of concrete reinforcement. Include special reinforcement required-for openings through concrete structures. D. Formwork Shop Drawings: Prepared by or under the supervision of a qualified professional engineer detailing fabrication, assembly, and support of formwork. Design and engineering of formwork are Contractor's responsibility. 1. Shoring and Re-shoring: Indicate proposed schedule and sequence of stripping formwork, shoring removal, and installing and removing re-shoring. E. Welding Certificates: Copies of certificates for welding procedures and personnel. F. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: 02/18 03300-1 Venetian Islands Seawall Improvements i G. Material Certificates: Signed by manufacturers certifying that each of the following items complies with requirements: 1. Cementitious materials and aggregates. 2. Form materials and form-release agents. 3. Steel reinforcement and reinforcement accessories. 4. Fiber reinforcement. 5. Admixtures. 6. Waterstops. 7. Curing materials. 8. Floor and slab treatments. 9. Bonding agents. 10. Adhesives. 11. Vapor retarders. 12. Epoxy joint filler. 13. Joint-filler strips. 14. Repair materials. H. Minutes of pre-installation conference. 1.05 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has completed concrete Work similar in material, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Professional Engineer. Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering .services of the kind indicated. Engineering services are defined as those performed for formwork and shoring and re-shoring installations that are similar to those indicated for this Project in material, design, and extent. C. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products complying with ASTM C 94 requirements for production facilities and equipment. 1. Manufacturer must be certified according to the National Ready Mixed Concrete Association's Certification of Ready Mixed Concrete Production Facilities. D. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction; qualified according to ASTM C 1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP-1 or an equivalent certification program. E. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. F. Welding: Qualify procedures and personnel according to AWS D1.4, "Structural Welding Code--Reinforcing Steel." G. ACI Publications: Comply with the following, unless more stringent provisions are indicated: 1. ACI 301, "Specification for Structural Concrete." 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." 02/18 03300-2 Venetian Islands Seawall Improvements PART 2 - PRODUCTS 2.01 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. 2. Exterior-grade plywood panels, suitable for concrete forms, complying with DOC PS 1, and as follows: a. High-density overlay, Class 1, or better. b. Medium-density overlay, Class 1, or better, mill-release agent treated and edge sealed. c. Structural 1, B-B, or better, mill oiled and edge sealed. d. B-B (Concrete Form), Class 1, or better, mill oiled and edge sealed. 2.02 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. B. Plain-Steel Wire: ASTM A 82, as drawn., 2.03 REINFORCEMENT ACCESSORIES A. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded. wire fabric in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice"from steel wire, plastic, or precast concrete or fiber-reinforced concrete of greater compressive strength than concrete, and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected or CRSI Class 2 stainless-steel bar supports. B. Joint Dowel Bars: Plain-steel bars, ASTM A 615/A 615M, Grade-60 (Grade-420). Cut bars true to length with'ends square and free of burrs. 2.04 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type II. 1. Fly Ash: ASTM C 618, Class C or F. 2. Fly Ash: ASTM C 618, Class F. 3. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or 120. B. Silica Fume: ASTM C 1240, amorphous silica. C. Normal-Weight Aggregate: ASTM C 33, uniformly graded, and as follows: 1. Class: Moderate weathering region, but not less than 3M. 2. Nominal Maximum Aggregate Size: 1-inch (25 mm). 3. Combined Aggregate Gradation: Well graded from coarsest to finest with not more than 18-percent and not less than 8-percent retained on an individual sieve, except that less than 8-percent may be retained on coarsest sieve and on No. 50 (0.3-mm) sieve, and less than 8-percent may be retained on sieves finer than No. 50 (0.3 mm). 02/18 03300-3 Venetian Islands Seawall Improvements D. Water: Potable and complying with ASTM C 94. 2.05 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1-percent water- soluble chloride ions by mass of cementitious material and to be compatible with other admixtures and cementitious materials. Do not use admixtures containing calcium chloride. B. Air-Entraining Admixture: ASTM C 260. C. Water-Reducing Admixture: ASTM C 494, Type A. D. High-Range, Water-Reducing Admixture: ASTM C 494, Type F. E. Water-Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water-Reducing and Retarding Admixture: ASTM C 494, Type D. G. Corrosion-Inhibiting Admixture: Commercially formulated, anodic inhibitor or mixed cathodic and anodic inhibitor; capable of forming a protective barrier and minimizing chloride reactions with steel reinforcement in concrete. 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 2. Products: Subject to compliance with requirements, provide one of the following: a. Catexol 1000CL; Axim Concrete Technologies. b. MCI 2000 or MCI 2005; Cortec Corporation. c. DCI or DCI-S; W. R. Grace & Co., Construction Products Div. d. Rheocrete 222+; Master Builders, Inc. e. FerroGard-901; Sika Corporation 2.06 WATERSTOPS A. Flexible Rubber Waterstops: CE CRD-C 513, for embedding in concrete to prevent passage of fluids through joints. Factory fabricated corners, intersections, and directional changes. 1. Profile: Flat, dumbbell with center bulb. 2. Profile: Flat, dumbbell without center bulb. 3. Profile: Ribbed with center bulb. 4. Profile: Ribbed without center bulb. 5. Profile: As indicated. B. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: C. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Rubber Waterstops: a. Greenstreak. b. Progress Unlimited Inc. c. Westec Barrier Technologies; Div. of Western Textile Products, Inc. d. Williams Products, Inc. 02/18 03300-4 Venetian Islands Seawall Improvements D. Self-Expanding Strip Waterstops: Manufactured rectangular or trapezoidal strip, sodium bentonite or other hydrophylic material for adhesive bonding to concrete. 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 2. Products: Subject to compliance with requirements, provide one of the following: a. Volclay Waterstop-RX; Colloid Environmental Technologies Co. b. Conseal CS-231; Concrete Sealants Inc. c. Swellseal Joint; De Neef Construction Chemicals (U.S.) Inc. -- d. Hydrotite; Greenstreak. e. Mirastop; Mirafi Moisture Protection, Div. of Royal Ten Cate (USA), Inc. f. Adeka Ultra Seal; Mitsubishi International Corporation. g. Superstop; Progress Unlimited Inc. 2.07 FLOOR AND SLAB TREATMENTS A. Slip-Resistive Aggregate Finish: Factory-graded, packaged, rustproof, non-glazing, abrasive aggregate of fused aluminum-oxide granules or crushed emery with emery aggregate containing not less than 50-percent aluminum oxide and not less than 25-percent ferric oxide; unaffected by freezing, moisture, and cleaning materials. B. Non-pigmented Mineral Dry-Shake Floor Hardener: Factory-packaged dry combination of Portland cement, graded quartz aggregate and plasticizing admixture. C. Pigmented Mineral Dry-Shake Floor Hardener: Factory-packaged dry combination of Portland cement, graded quartz aggregate, coloring pigments, and plasticizing admixture. Use coloring pigments that are finely ground, non-fading mineral oxides interground with cement. 1. Colors: Match Architect's samples. 2. Colors: As indicated by referencing manufacturer's designations. 3. Colors: As selected by Architect from manufacturer's full.range for these characteristics., D. Penetrating Liquid Floor Treatment: Chemically reactive, waterborne solution of inorganic silicate or siliconate materials and proprietary components; odorless; colorless; that penetrates, hardens, and densifies concrete surfaces. E. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: F. Products: Subject to compliance with requirements, provide one of the following: 1. Unpigmented Mineral Dry-Shake Floor Hardener: a. Non-Metallic Floor Hardener; Burke Group, LLC (The). b. Concolor; ChemMasters. c. Conshake 500; Conspec Marketing & Manufacturing Co., Inc. d. Quartz Tuff; Dayton Superior Corporation. e. Surflex; Euclid Chemical Co. f. Tycron; Kaufman Products, Inc. g. Colorhard; Lambert Corporation. h. Quartzplate; L&M Construction Chemicals, Inc. i. Maximent; Master Builders, Inc. j. Floor Quartz; Metalcrete Industries. k. Hard Top; Richmond Screw Anchor Co. I. Lithochrome Color Hardener; L. M. Scofield Co. m. Harcol; Sonneborn, Div. of ChemRex, Inc. n. Durag Premium; Sternson Group. 02/18 03300-5 Venetian Islands Seawall Improvements o. Hard Top; Symons Corporation. 2. Pigmented Mineral Dry-Shake Floor Hardener: a. Non-Metallic Floor Hardener; Burke Group, LLC (The). b. Concolor; ChemMasters. c. Conshake 600; Conspec Marketing & Manufacturing Co., Inc. d. Quartz Tuff; Dayton Superior Corporation. e. Surflex; Euclid Chemical Co. f. Tycron; Kaufman Products, Inc. — g. Colorhard; Lambert Corporation. h. Quartzplate; L&M Construction Chemicals, Inc. i. Maxirnent; Master Builders, Inc. j. Floor Quartz; Metalcrete Industries. k. Lithochrome Color Hardener; L. M. Scofield Co. I. Harcol; Sonneborn, Div. of ChemRex, Inc. m. Colorplete; Sternson Group. 3. Penetrating Liquid Floor Treatment: a. Titan Hard; Burke Group, LLC (The). b. Chemisil Plus; ChemMasters. c. Intraseal; Conspec Marketing & Manufacturing Co., Inc. d. Ashford Formula; Curecrete Chemical Co., Inc. e. Day-Chem Sure Hard; Dayton Superior Corporation. f. Euco Diamond Hard; Euclid Chemical Co. g. Seal Hard; L&M Construction Chemicals, Inc. h. Vexcon Starseal PS; Vexcon Chemicals, Inc. 2.08 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m) dry. C. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. D. Water: Potable. E. Clear, Solvent-Borne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B. F. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B. G. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, 18 to 22-percent solids. H. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. I. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. J. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: 02/18 03300-6 Venetian Islands Seawall Improvements K. Products: Subject to compliance with requirements, provide one of the following: 1. Evaporation Retarder: a. Cimfilm; Axim Concrete Technologies. b. Finishing Aid Concentrate; Burke Group, LLC (The). c. Spray-Film; ChemMasters. d. Aquafilm; Conspec Marketing & Manufacturing Co., Inc. e. Sure Film; Dayton Superior Corporation. - f. Eucobar; Euclid Chemical Co. g. Vapor Aid; Kaufman Products, Inc. h. Lambco Skin; Lambert Corporation. i. E-Con; L&M Construction Chemicals, Inc. j. Confilm; Master Builders, Inc. k. Waterhold; Metalcrete Industries. I. Rich Film; Richmond Screw Anchor Co. m. SikaFilm; Sika Corporation. n. Finishing Aid; Symons Corporation. o. Certi-Vex EnvioAssist; Vexcon Chemicals, Inc. 2. Clear, Solvent-Borne, Membrane-Forming Curing Compound: a. AH Clear Cure; Anti-Hydro International, Inc. b. Spartan-Cote; Burke Group, LLC (The). c. Spray-Cure & Seal 15; ChemMasters. d. Conspec#1-15-percent solids; Conspec Marketing & Manufacturing Co., Inc. e. Day-Chem Cure and Seal; Dayton Superior Corporation. f. Diamond Clear; Euclid Chemical Co. g. Nitocure S; Fosroc. h. Cure & Seal 309; Kaufman Products Inc. i. Lambco 120; Lambert Corporation. j. L&M Dress & Seal 18; L&M Construction Chemicals, Inc. k. CS-309; W. R. Meadows, Inc. I. Seal N Kure; Metalcrete Industries. m. Rich Seal 14-percent UV; Richmond Screw Anchor Co. n. Kure-N-Seal; Sonneborn, Div. of ChemRex, Inc. o. Flortec 14; Sternson Group. p. Cure & Seal 14-percent; Symons Corporation. q. Clear Seal 150; Tamms Industries Co., Div. of LaPorte Construction Chemicals of North America, Inc. r. Acrylic Cure; Unitex. s. Certi-Vex AC 309; Vexcon Chemicals, Inc. 3. Clear, Waterborne, Membrane-Forming Curing Compound: a. AH Clear Cure WB; Anti-Hydro International, Inc. b. Klear Kote WB II Regular; Burke Chemicals. c. Safe-Cure & Seal 20; ChemMasters. d. High Seal; Conspec Marketing & Manufacturing Co., Inc. e. Safe Cure and Seal; Dayton Superior Corporation. f. Aqua Cure VOX; Euclid Chemical Co. g. Cure & Seal 309 Emulsion; Kaufman Products Inc. h. Glazecote Sealer-20; Lambert Corporation. i. Dress & Seal WB; L&M Construction Chemicals, Inc. j. Vocomp-20; W. R. Meadows, Inc. k. Metcure; Metalcrete Industries. I. Cure & Seal 150E; Nox-Crete Products Group, Kinsman Corporation. m. Rich Seal 14-percent E; Richmond Screw Anchor Co. n. Kure-N-Seal WB; Sonneborn, Div. of ChemRex, Inc. 02/18 03300-7 Venetian Islands Seawall Improvements o. Florseal W.B.; Sternson Group. p. Cure & Seal 14-percent E; Symons Corporation. q. Seal Cure WB 150; Tamms Industries Co., Div. of LaPorte Construction Chemicals of North America, Inc. r. Hydro Seal; Unitex. s. Starseal 309; Vexcon Chemicals, Inc. 4. Clear, Waterborne, Membrane-Forming Curing Compound, 18 to 22-percent Solids: a. Klear Kote WB II 20-percent; Burke Chemicals. - - b. Safe-Cure & Seal 20; ChemMasters. c. Conspec 21; Conspec Marketing & Manufacturing Co., Inc. d. Diamond Clear VOX; Euclid Chemical Co. e. SureCure Emulsion; Kaufman Products Inc. f. Glazecote Sealer-20; Lambert Corporation. g. Dress & Seal WB; L&M Construction Chemicals, Inc. h. -Vocomp-20; W. R. Meadows, Inc. i. Metcure 0800;Metalcrete Industries. j. Cure & Seal 200E; Nox-Crete Products Group, Kinsman Corporation. k. Rich Seal 18-percent E; Richmond Screw Anchor Co. I. Kure-N-Seal W; Sonneborn, Div. of ChemRex, Inc. m. Florseal W.B.; Sternson Group. n. Cure & Seal 18-percent E; Symons Corporation. o. Seal Cure WB STD; Tamms Industries Co., Div. of LaPorte Construction Chemicals of North America, Inc. p. Hydro Seal 800; Unitex. q. Starseal 0800; Vexcon Chemicals, Inc. 5. Clear, Solvent-Borne, Membrane-Forming Curing and Sealing Compound: a. Spray-Cure & Seal Plus; ChemMasters. b. UV Super Seal; Lambert Corporation. c. Lumiseal Plus; L&M Construction Chemicals, Inc. d. CS-309/30; W. R. Meadows, Inc. e. Seal N Kure 30; Metalcrete Industries. f. Rich Seal 31-percent UV; Richmond Screw Anchor Co. g. Cure & Seal 31-percent UV; Symons Corporation. h. Certi-Vex AC 1315; Vexcon Chemicals, Inc. 6. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: a. Klear-Kote Cure-Sealer-Hardener, 30-percent solids; Burke Group, LLC (The). b. Polyseal WB; ChemMasters. c. UV Safe Seal; Lambert Corporation. d. Lumiseal WB Plus; L&M Construction Chemicals, Inc. e. Vocomp-30; W. R. Meadows, Inc. f. Metcure 30; Metalcrete Industries. g. Vexcon Starseal 1315; Vexcon Chemicals, Inc. 2.09 RELATED MATERIALS A. Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber. B. Joint-Filler Strips: ASTM D 1752, cork or self-expanding cork. C. Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber, or ASTM D 1752, cork or self-expanding cork. 02/18 03300-8 Venetian Islands Seawall Improvements D. Epoxy Joint Filler: Two-component, semi-rigid, 100-percent solids, epoxy resin with a Shore A hardness of 80 per ASTM D 2240. E. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. F. Epoxy-Bonding Adhesive: ASTM C 881, two-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class and grade to suit requirements, and as follows: - 1. Type II, non-load bearing, for bonding freshly mixed concrete to hardened concrete. 2. Types I and II, non-load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. 3. Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. G. Reglets: Fabricate reglets of not less than 0.0217-inch- (0.55-mm-) thick galvanized steel sheet. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. H. Dovetail Anchor Slots: Hot-dip galvanized steel sheet, not less than 0.0336-inch (0.85 mm) thick, with bent tab anchors. Temporarily fill or cover face opening of slots.to prevent intrusion of concrete or debris. 2.10 REPAIR MATERIALS A. Repair Underlayment: Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses from 1/8-inch (3.2 mm) and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, Portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well-graded, washed gravel, 1/8-to 1/4- inch (3 to 6 mm) or coarse sand as recommended by underlayment manufacturer. 4. Compressive Strength: Not less than 4100 psi (29 MPa) at 28-days when tested according to ASTM C 109/C 109M. B. Repair Topping: Traffic-bearing, cement-based, polymer-modified, self-leveling product that can be applied in thicknesses from 1/4- inch (6 mm). 1. Cement Binder: ASTM C 150, Portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of topping manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well-graded, washed gravel, 1/8-to 1/4 -inch (3 to 6 mm) or coarse sand as recommended by topping manufacturer. 4. Compressive Strength: Not less than 5700 psi (39 MPa) at 28-days when tested according to ASTM C 109/C 109M. 2.11 CONCRETE MIXES A. Prepare design mixes for each type and strength of concrete determined by either laboratory trial mix or field test data bases, as follows: 02/18 03300-9 Venetian Islands Seawall Improvements 1. Proportion normal-weight concrete according to ACI 211.1 and ACI 301. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the laboratory trial mix basis. C. Seawall Cap and wingwalls: Shall be a 5000 psi concrete mix suitable for use in a salt water environment. D. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: 1. Fly Ash: 25-percent. 2. Combined Fly Ash and Pozzolan: 25-percent. 3. Ground Granulated Blast-Furnace Slag: 50-percent. 4. Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 50-percent Portland cement minimum, with fly ash or pozzolan not exceeding 25-percent. • 5. Silica Fume: 10-percent. 6. Combined Fly Ash, Pozzolans, and Silica Fume: 35-percent with fly ash or pozzolans not exceeding 25-percent and silica fume not exceeding 10-percent. 7. Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, and Silica Fume: 50-percent Portland cement minimum, with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10-percent. • E. Maximum Water-Cementitious Materials Ratio: 0.40 for corrosion protection of steel reinforcement in concrete exposed to chlorides from deicing chemicals, salt, saltwater, brackish water, seawater, or spray from these sources. F. Air Content: Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content as follows within a tolerance of plus 1 or minus 1.5-percent, unless otherwise indicated: 1. Air Content: 5.5-percent for 1-1/2-inch- (38-mm-)nominal maximum aggregate size. 2. Air Content: 6-percent for 1-inch- (25-mm-) nominal maximum aggregate size. 3. Air Content: 6-percent for 3/4-inch- (19-mm-) nominal maximum aggregate size. G. Limit water-soluble, chloride-ion content in hardened concrete to 0.15-percent by weight of cement. H. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water-reducing admixture or high-range water-reducing admixture (superplasticizer) in concrete, as required, for placement and workability. 2. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3.. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 4. Use corrosion-inhibiting admixture in concrete mixes where indicated. 2.12 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 02/18 03300-10 Venetian Islands Seawall Improvements 2.13 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94 and ASTM C 1116, and furnish batch ticket information. 1. When air temperature is between 85 and 90-deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2-hours to 75-minutes; when air temperature is above 90- deg F (32 deg C), reduce`mixing and delivery time to 60 minutes. B. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum-type batch machine mixer. 1. For mixer capacity of 1- cu. yd. (0.76 cu. m) or smaller, continue mixing at least one and one-half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 2. For mixer capacity larger than 1- cu. yd. (0.76 cu. m), increase mixing time by 15 seconds for each additional 1- cu. yd. (0.76 cu. m). 3. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. Record approximate location of final deposit in structure. PART 3 - EXECUTION 3.01 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until concrete structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: 1. Class A, 1/8-inch (3 mm). D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. Kerf wood inserts for forming keyways, reglets, recesses, and the like, for easy removal. 1. Do not use rust-stained steel form-facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. G. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings ,in forms at inconspicuous locations. H. Chamfer exterior corners and edges of permanently exposed concrete. 02/18 03300-11 Venetian Islands Seawall Improvements I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. _ J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form-release agent, according to manufacturer's written instructions, before placing reinforcement. 3.02 EMBEDDED ITEMS A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use Setting Drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor bolts, accurately located, to elevations required. 2. Install reglets to receive top edge of foundation sheet waterproofing and to receive through-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. 3. Install dovetail anchor slots in concrete structures as indicated. 3.03 REMOVING AND REUSING FORMS A. General: Formwork, for sides of beams, walls, columns, and similar parts of the Work, that does not support weight of concrete may be removed after cumulatively curing at not less than 50-deg F (10 deg C) for 24-hours after placing concrete.provided concrete is hard enough to not be damaged by form-removal operations and provided curing and protection operations are maintained. B. Leave formwork, for beam soffits, joists, slabs, and other structural elements, that supports weight of concrete in place until concrete has achieved the following: 1. 28-day design compressive strength. 2. At least 70-percent of 28-day design compressive strength. 3. Determine compressive strength of in-place concrete by testing representative field- or laboratory-cured test specimens according to ACI 301. 4. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. C. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. D. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. , Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. • 02/18 03300-12 Venetian Islands Seawall Improvements 3.04 SHORES AND RESHORES A. Comply with ACI 318 (ACI 318M), ACI 301, and recommendations in ACI 347R for design, installation, and removal of shoring and re-shoring. B. Plan sequence of removal of shores and re-shore to avoid damage to concrete. Locate and provide adequate re-shoring to support construction without excessive stress or deflection. 3.05 VAPOR RETARDERS A. Vapor Retarder: Place, protect, and repair vapor-retarder sheets according to ASTM E 1643 and manufacturer's written instructions. B. Fine-Graded Granular Material: Cover vapor retarder with fine-graded granular material, moisten, and compact with mechanical equipment to elevation tolerances of plus 0- inch (0 mm) or minus 3/4- inch (19 mm). C. Granular Fill: Cover vapor retarder with granular fill, moisten, and compact with mechanical equipment to elevation tolerances of plus 0- inch (0 mm) or minus 3/4-inch (19 mm). 1. Place and compact a 1/2-inch- (13-mm-) thick layer of fine-graded granular material over , granular fill. 3.06 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice"for placing reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. 1. Shop- or field-weld reinforcement according to AWS D1.4, where indicated. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Install welded wire fabric in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire. 3.07 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 02/18 03300-13 Venetian Islands Seawall Improvements 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Form from preformed galvanized steel, plastic keyway-section forms, or bulkhead forms with keys, unless otherwise indicated. Embed keys at least 1-1/2- inches (38 mm) into concrete. 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. 4. Locate horizontal joints in walls and columns at undersideof floors, slabs, beams, and girders and at the top of footings or floor slabs. 5. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. 6. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 7. Use epoxy-bonding adhesive at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Contraction Joints' in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least oneT fourth of concrete thickness, as follows: 1. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint to a radius oft/8- inch (3 mm). Repeat grooving of contraction joints after applying surface finishes. Eliminate groover tool marks on concrete surfaces. 2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- (3-mm-) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. • D. Dowel Joints: Install dowel sleeves and dowels or dowel bar and support assemblies at joints where indicated. Use dowel sleeves or lubricate or asphalt-coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.08 WATERSTOPS E. Flexible Waterstops: Install in construction joints as indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of Work. Field-fabricate joints in waterstops according to manufacturer's written instructions. F. Self-Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, bonding or mechanically fastening and firmly pressing into place. Install in longest lengths practicable. 3.09 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement, unless approved by Architect. 02/18 03300-14 Venetian Islands Seawall Improvements C. Before placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high-range water-reducing admixtures to mix. D. Deposit concrete continuously or in layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as specified. Deposit concrete to avoid segregation. E. Deposit concrete in forms in horizontal layers no deeper than 24-inches (600 mm) and in a manner to avoid inclined construction joints. Place each layer while preceding layer is still plastic, to avoid cold joints. 1. Consolidate placed concrete with mechanical vibrating equipment. Use equipment and procedures for consolidating concrete recommended by ACI 309R. 2. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations no farther than the visible effectiveness of the vibrator. Place vibrators to rapidly penetrate placed layer and at least 6-inches (150 mm) into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mix constituents to segregate. F. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. 2. Maintain reinforcement in position on chairs during concrete placement. 3.. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. 5. Begin initial floating .using bull floats or darbies to form a uniform and open-textured surface plane, free of humps or hollows, before excess moisture or bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. G. Hot-Weather Placement: Place concrete according to recommendations in ACI 305R and as follows, when hot-weather conditions exist: 1. Cool ingredients before mixing to maintain concrete temperature below 90-deg F (32- deg C) at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Cover steel reinforcement with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. 3.10 FINISHING FORMED SURFACES A. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8- inch (3 mm) in height. 1. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, or painting. 2. Do not apply rubbed finish to smooth-formed finish. 02/18 03300-15 Venetian Islands Seawall Improvements B. Rubbed Finish: Apply the following to smooth-formed finished concrete: 1. Smooth-Rubbed Finish: Not later than 1-day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform color and texture. Do not apply cement grout other than that created by the rubbing process. 2. Grout-Cleaned Finish: Wet concrete surfaces and apply grout of a consistency of thick paint to coat surfaces and fill small holes. Mix one part Portland cement to one and one- half parts fine sand with a 1:1 mixture of bonding admixture and water. Add white - Portland cement in amounts determined by trial patches so color of dry grout will match adjacent surfaces. Scrub grout into voids and remove excess grout. When grout whitens, rub surface with clean burlap and keep surface damp by fog spray for at least 36-hours. 3. Cork-Floated Finish: Wet concrete surfaces and apply a stiff grout. Mix one part Portland cement and one part fine sand with a 1:1 mixture of bonding agent and water. Add white Portland cement in amounts determined by trial patches so color of dry grout will match adjacent surfaces. Compress grout into voids by grinding surface. In a swirling motion, finish surface with a cork float. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.11 FINISHING FLOORS AND SLABS A. General: Comply with recommendations in ACI 302.1R for screeding, re-straightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Scratch Finish: While still plastic, texture concrete surface that has been screeded and bull- floated or darbied. Use stiff brushes, brooms, or rakes. 1. Apply scratch finish to surfaces indicated and to surfaces to receive concrete floor topping or mortar setting beds for ceramic or quarry tile, Portland cement terrazzo, and other bonded cementitious floor finishes. C. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power driven floats. Re-straighten, cut,down high spots, and fill low spots. Repeat float passes and re-straightening until surface is left with a uniform, smooth, granular texture. 1. Apply float finish to surfaces indicated, to surfaces to receive trowel finish, and to floor and slab surfaces to be covered with fluid-applied or sheet waterproofing, built-up or membrane roofing, or sand-bed terrazzo. D. Trowel Finish: After applying float finish, apply first trowel finish and consolidate concrete by hand or power-driven trowel. Continue troweling passes and re-straighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces indicated and to floor and slab surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin film-finish coating system 02/18 03300-16 Venetian Islands Seawall Improvements 2. Finish surfaces to the following tolerances, measured within 24-hours according to ASTM E 1155/E 1155M for a randomly trafficked floor surface: a. Specified overall values of flatness, F(F) 25; and levelness, F(L) 20; with minimum local values of flatness, F(F) 17; and levelness, F(L) 15. b. Specified overall values of flatness, F (F) 35; and levelness, F (L) 25; with minimum local values of flatness, F (F) 24; and levelness, •F (L) 17; for slabs-on- grade. c. Specified overall values of flatness, F (F) 30; and levelness, F (L) 20; with minimum local values of flatness, F (F) 24; and levelness, F (L) 15; for suspended slabs. d. Specified overall values of flatness, F (F) 45; and levelness, F (L) 35; with minimum local values of flatness, F (F) 30; and levelness, F (L) 24. 3. Finish and measure surface so gap at any point between concrete surface and an unleveled freestanding 10-foot- (3.05-m-) long straightedge, resting on two high spots and placed anywhere on the surface, does not exceed the following: a. 1/4- inch (6.4 mm). b. 3/16- inch (4.8 mm). c. 1/8- inch (3.2 mm). E. Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin-set method. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. F. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. Coordinate required final finish with.Architect before application: - G. Slip-Resistive Aggregate Finish: Before final floating, apply slip-resistive aggregate finish where indicated and to concrete stair treads, platforms, and ramps. Apply according to manufacturer's written instructions and as follows: 1. Uniformly spread 25- lb/100 sq. ft. (12 kg/10 sq. m) of dampened slip-resistive aggregate over surface in one or two applications. Tamp aggregate flush with surface, but do not force below surface. 2. After broadcasting and tamping, apply float finish. 3. After curing, lightly work surface with a steel wire brush or an abrasive stone, and water to expose slip-resistive aggregate. H. Mineral Dry-Shake Floor Hardener Finish: After initial floating, apply mineral dry-shake materials to surfaces according to manufacturer's written instructions and as follows: 1. Uniformly apply mineral dry-shake materials at a rate of 100 lb/100- sq. ft. (49 kg/10 sq. m), unless greater amount is recommended by manufacturer. 2. Uniformly distribute approximately two-thirds of mineral dry-shake materials over surface by hand or with mechanical spreader, and embed by power floating. Follow power floating with a second mineral dry-shake application, uniformly distributing remainder of material, and embed by power floating. 3. After final floating, apply a trowel finish. Cure concrete with curing compound recommended by dry-shake material manufacturer and apply immediately after final finishing. 02/18 03300-17 Venetian Islands Seawall Improvements 3.12 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place construction. Provide other miscellaneous concrete filling indicated or required to complete Work. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. C. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates of manufacturer furnishing machines and equipment. D. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items. Cast-in inserts and accessories as shown on Drawings. Screed, tamp, and trowel- finish concrete surfaces. 3.13 CONCRETE PROTECTION AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and with recommendations in ACI 305R for hot-weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h (1 kg/sq. m x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after Loosening forms'. If removing forms before end of curing period, continue curing by one or a combination of the following methods: D. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces, by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not less than 7-days with the following materials: a. Water. b. Continuous water-fog spray. c. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch (300-mm) lap over adjacent absorptive covers. 2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12- inches (300 mm), and sealed by waterproof tape or adhesive. Cure for not less than 7-days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. a. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive floor coverings. 02/18 03300-18 Venetian Islands Seawall Improvements b. Moisture cure or use moisture-retaining covers to cure concrete surfaces to receive penetrating liquid floor treatments. c. Cure concrete surfaces to receive floor coverings with either a moisture-retaining cover or a curing compound that the manufacturer recommends for use with floor coverings. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3-hours after initial application. Maintain continuity of coating and repair - damage during curing period. 4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within 3-hours after initial application. Repeat process 24-hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.14 LIQUID FLOOR TREATMENTS A. Penetrating Liquid Floor Treatment: Prepare, apply, and finish penetrating liquid floor treatment according to manufacturer's written instructions. 1. Remove curing compounds, sealers, oil, dirt, laitance, and other contaminants and • complete surface repairs. 2. Do not apply to concrete that is less than 7-days old. 3. Apply liquid until surface is saturated, scrubbing into surface until a gel forms; rewet; and repeat brooming or scrubbing. Rinse with water; remove excess material until surface is dry. Apply a second coat in a similar manner if surface is rough or porous. B. Sealing Coat: Uniformly apply a continuous sealing coat of curing and sealing compound to hardened concrete by power spray or roller according to manufacturer's written instructions. 3.15 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Defer joint filling until concrete has aged at least six months. Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joint clean and dry. C. Install semi-rigid epoxy joint filler full depth in saw-cut joints and at least 2- inches (50 mm) deep in formed joints. Overfill joint and trim joint filler flush with top of joint after hardening. 3.16 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry-pack patching mortar, consisting of one part Portland cement to two and one-half parts fine aggregate passing a No. 16 (1.2-mm) sieve, using only enough water for handling and placing. 02/18 03300-19 Venetian Islands Seawall Improvements C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs,rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2- inch (13 mm) in any dimension in solid concrete but not less than 1- inch (25 mm) in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white Portland cement and standard Portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01- inch (0.25 mm) wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14-days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. Feather edges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed with a repair topping. Cut out low areas to ensure a minimum repair topping depth of 1/4- inch (6 mm) to match adjacent floor elevations. Prepare, mix, and apply repair topping and primer according to manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 6. Repair defective areas, except random cracks and single holes 1- inch (25 mm) or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least 3/4- inch (19 mm) clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mix as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent finished concrete. Cure in same manner as adjacent concrete. 7. Repair random cracks and single holes 1- inch (25 mm) or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and finish to match adjacent concrete. Keep patched area continuously moist for at least 72- hours. 02/18 03300-20 Venetian Islands Seawall Improvements E. Perform structural repairs of concrete, .subject to Architect's approval, using epoxy adhesive and patching mortar. F. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.17 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to sample materials, perform tests, and submit test reports during concrete placement according to requirements specified in this Article. B. Testing Services: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix exceeding 5- cu. yd. (4 cu. m), but less than 25- cu. yd. (19 cu. m), plus one set for each additional 50-cu. yd. (38 cu. m) or fraction thereof. 2. Testing Frequency: Obtain at least one composite sample for each 100- cu. yd. (76- cu. m) or fraction thereof of each concrete mix placed each day. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mix, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 3. Slump: ASTM C 143; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mix. Perform additional tests when concrete consistency appears to change. 4. Air Content: ASTM C 231, pressure method, for normal-weight concrete; ASTM C 173, volumetric method, for "structural lightweight concrete; one test for each composite sample, but not less than-one test for each day's pour of each concrete mix. 5. Concrete Temperature: ASTM C 1064; one test hourly when air temperature is 40- deg F (4.4 deg C) and below and when 80-deg F (27 deg C) and above, and one test for each composite sample. 6. Unit Weight: ASTM C 567, fresh unit weight of structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mix. 7. Compression Test Specimens: ASTM C 31/C 31M; cast and laboratory cure one set of four standard cylinder specimens for each composite sample. a. Cast and field cure one set of four standard cylinder specimens for each composite sample. 8. Compressive-Strength Tests: ASTM C 39; test two laboratory-cured specimens at 7- days and two at 28-days. a. Test two field-cured specimens at 7-days and two at 28-days. b. A compressive-strength test shall be the average compressive strength from two specimens obtained from same composite sample and tested at age indicated. C. When strength of field-cured cylinders is less than 85-percent of companion laboratory-cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in-place concrete. D. Strength of each concrete mix will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi (3.4 MPa). 02/18 03300-21 Venetian Islands Seawall Improvements E. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48-hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28- days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7-and 28-day tests. F. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. G. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when . test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42 or by other methods as directed by Architect. END OF SECTION 02/18 03300-22 Venetian Islands Seawall Improvements SECTION 03315 GROUT PART 1 - GENERAL 1.01 WORK INCLUDED - - A. The Contractor shall furnish all materials for grout in accordance with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished grout, all in accordance with the requirements of the Contract Documents. 1.02 RELATED WORK A. Section 03300—"Cast-in-Place Concrete" 1.03 REFERENCES A. Specifications, codes, and standards shall be as specified in Section 03300 "Cast- in-Place Concrete," and as referred to herein. B. Additional Commercial Standards: CRD-C 621 Corps of Engineers Specification for Non-Shrink Grout 1.04 SUBMITTALS A. The Contractor shall submit certified test results verifying the compressive strength, shrinkage, and expansion requirements specified herein; and manufacturer's literature containing instructions and recommendations on the mixing, handling, placement and appropriate uses for each type of grout used in the work. PART 2 - PRODUCTS 2.01 NON-SHRINK GROUT A. Non-shrink grout shall be a pre-packaged, non-organic, non-gas liberating, non- metallic, cement-based grout requiring only the addition of water. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. The specific formulation for each class of non-shrink grout specified herein shall be that recommended by the manufacturer for each particular application. B. Non-shrink grouts shall have a minimum 28-day compressive strength of 5000 psi, shall have no shrinkage (0.0-percent) and a maximum 4.0-percent expansion in the plastic state when tested in accordance with ASTM C 827, and shall have no shrinkage (0.0-percent) and a maximum of 0.2 percent expansion in the hardened state when tested in accordance with CRD C 621. 02/18 03315-1 Venetian Islands Seawall Improvements 2.02 EPDXY GROUT , A. Epoxy mortar(grout) shall be used to set items specified. Epoxy mortar(grout) shall be a pre-packaged mix containing aggregate and epoxy mortar adhesive; utilize "Permatop" as manufactured by Permagile Corp. of America, or approved equal. 2.03 CURING MATERIALS A. Curing materials shall be as recommended by the manufacturer. 2.04 CONSISTENCY A. The consistency of grouts shall be that necessary to completely fill the space to be grouted for the particular application. Dry pack consistency is such that the grout is plastic and moldable but will not flow. Where "dry pack" is called for in the Contract Documents, it shall mean a grout of the above described consistency. 2.05 MEASUREMENT OF INGREDIENTS A. Pre-packaged grouts shall have ingredients measured by means recommended by the manufacturer. PART 3— EXECUTION 3.01 GENERAL. A. All surface preparation, curing, and protection of cement grout shall be as specified in Section 03300 "Cast-in-Place Concrete". The finish of the grout surface shall match that of the adjacent concrete. • B. All mixing, surface preparation, handling, placing, consolidation, and other means of execution for pre-packaged grouts shall be done according to the instructions and recommendations of the manufacturer. 3.02 CONSOLIDATION A. Grout shall be placed in such a manner, for the consistency necessary for each application, so as to assure that the space to be grouted is completely filled. END OF SECTION • 02/18 03315-2 Venetian Islands Seawall Improvements SECTION 03350 CONCRETE FINISHING PART 1 - GENERAL 1.01 WORK INCLUDED - - - A. Work included: Provide finishes on cast-in-place concrete as called for on the Drawings, specified herein, and needed for a complete and proper installation. 1.02 RELATED DOCUMENTS A. 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. 1.03 RELATED WORK A. Related Sections: 1. Section 03300 -"Cast-in-Place Concrete". 2. Section 03480—"Precast Concrete Specialties". 1.04 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this Section. B. Except as may be modified herein or otherwise directed by the Engineer, comply with ACI 301 -"Specifications for Structural Concrete for Buildings." 1.05 SUBMITTALS A. Comply with pertinent provisions of Section 01340—"Submittals and Substitutions". B. Product Data:Within 35-calendar days after the Contractor has received the Owner's Notice to Proceed, submit: 1. Materials list of items proposed to be provided under this Section. 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements. 3. Manufacturer's recommended installation procedures which,when approved by the Engineer, will become the basis for accepting or rejecting actual installation procedures used for this work. 1.06 DELIVERY, STORAGE AND HANDLING A. Comply with pertinent provisions of Section 01640—"Product Handling". 02/18 03350-1 Venetian Islands Seawall Improvements PART 2 - PRODUCTS 2.01 MATERIALS A. General: 1. Carefully study the Drawings and these Specifications, and determine the location, extent, and type of required concrete finishes. 2. As required for this work, provide the materials specified herein, or equals approved in advance by the Engineer. B. Concrete Materials: Comply with pertinent provisions of Section 03300 - "Cast-in-Place Concrete", except as may be modified herein. C. Liquid Bonding Agent: "Weld-Crete", manufactured by the Larsen Products Corporation. D. Curing and Protection Paper: 1. Approved products: a. "Sisalkraft, Orange Label", or; b. Equal products complying with ASTM C171. 2. Where concrete will be exposed and will be subjected to abrasion, such as floor slabs, use non-staining paper such as "Sisalkraft, Seekure 896," or equal paper faced with polyethylene film. E. Liquid Curing Agents: 1. Where application of specified finish materials will be inhibited by use of curing agents, cure the surface by water only; do not use chemical cure. 2. For chemical curing, use"Hunt TLF"manufactured by Hunt Process Company, Inc. F. Floor Sealer: Acceptable products: 1. "Superkote Special Clear Sealer"manufactured by Ven-Chem Company, Inc., P.O. • Box 3186, Santa Barbara, California, 93105, (213)342-1195. 2. "Supershield"manufactured by James Darcey Company,Inc., 19712 Merridy Street, Chatsworth, California, 91311, (213)349-3705. G. Slip-Resistant Abrasive Aggregate: 1. Provide aluminum oxide, 14/36 grading. 2. Acceptable manufacturers: a. Carborundum Company. b. Norton Company. c. L.•M. Scofield Company. 2.02 OTHER MATERIALS A. Contractor shall provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor subject for the approval of the Engineer. PART 3 - EXECUTION 3.01 SURFACE CONDITIONS A. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of the Work. Do not proceed until unsatisfactory conditions are corrected. 02/18 03350-2 Venetian Islands Seawall Improvements 3.02 FINISHING OF FORMED SURFACES A. General: 1. After removal of forms, give the concrete surfaces one or more of the finishes specified below where so indicated on the Drawings. 2. Revise the finishes as needed to secure the approval of the Engineer.. B. As-cast finish: 1. Rough form finish: a. Leave surfaces with the texture imparted by forms, except patch tie holes and defects. b. Remove fins exceeding 1/4-inch in height. 2. Smooth form finish: a. Coordinate as necessary to secure form construction using smooth, hard, uniform surfaces,with number of seams kept to a practical minimum and in a uniform and orderly pattern. b. Patch tie-holes and defects. c. Remove fins completely. C. Rubbed Finished: 1. Provide these finishes only where specifically called for,and then only on a"smooth form finish" base as described above. 2. Smooth rubbed finish: a. Produce on newly hardened concrete no later than the day following form removal. b. Wet the surfaces, and rub with carborundum brick or other abrasive until uniform color and texture are produced. c. Do not use a cement grout other than the cement paste drawn from the concrete itself by the rubbing process. , 3. Grout cleaned finish: a. Do not start cleaning operations until all contiguous surfaces to be cleaned are completed and accessible. b. Do not permit cleaning while the work progresses. c. Mix one part Portland cement and 1-1/2 parts fine sand with sufficient water to produce a grout having the consistency of thick paint. d. Substitute white Portland cement for part of the gray Portland cement as required to produce a color matching the color of surrounding concrete, as determined by a trial patch. e. Wet the surface of the concrete sufficiently to prevent absorption of water from the grout, and apply the grout uniformly with brushes or spray gun. f. Immediately after applying the grout, scrub the surface vigorously with a cork float or stone to coat the surface and fill all air bubbles and holes. g. While the grout is still plastic, remove all excess grout by working the surface with a rubber float, sack, or other means. h. After the surface whites from drying (about 30-minutes at normal temperatures), rub vigorously with clean burlap. i. Keep the surface damp for at least 36-hours after final rubbing. D. Unspecified Finish: If the finish of formed surfaces is not specifically called out elsewhere in the Contract Documents, provide the following finishes as applicable. 1. Rough form finish: a. For all concrete surfaces not exposed to public view. 2. Smooth form finish: a. For all concrete surfaces exposed to public view. 02/18 03350-3 Venetian Islands Seawall Improvements 3.03 FINISHING SLABS A. Definition of Finishing Tolerances: 1. "Class A": True plane within 1/8-inch in 10-feet as determined by a 10-foot ` straightedge placed anywhere on the slab and in any direction. 2. "Class B": True plane within 1/4-inch in 10-feet as determined by a 10-foot straightedge placed anywhere on the slab and in any direction. 3. "Class C": True plane within 1/4-inch in two feet as determined by a 2-foot straightedge placed anywhere on the slab and in any direction. B. Scratched Finish:After the concrete has been placed, consolidated,struck off,and leveled to a Class C tolerance, roughen the surface with stiff brushes or rakes before the final set. C. Floated Finish: , 1. After the concrete has been placed, consolidated, struck off, and leveled, do not work the concrete further until ready for floating. 2. Begin floating when the water sheen has disappeared and when the surface has stiffened sufficiently to permit the operation. 3. During or after the first floating, check the planeness of the surface with a ten foot straightedge applied at not less than two different angles. 4. Cut down high spots and fill low spots to produce a surface with a Class B tolerance throughout. 5. Re-float the slab immediately to a uniform sandy texture. D. Troweled Finish: 1. Provide a floated finish as described above,followed by a power troweling and then a hand troweling. a. Produce an initial surface which is relatively free from defects, but which still may show some trowel marks. b. Provide hand troweling when a.ringing sound is produced as the trowel is moved over the surface. c. Thoroughly consolidate the surface by hand troweling. 2. Provide a finished surface essentially free from trowel marks, uniform in texture and appearance, and in a plane of Class A tolerance. a. For concrete on metal deck, Class B plane tolerance is acceptable. b. On surfaces intended to support floor coverings, use grinding or other means as necessary and remove all defects of such magnitude as would show through the floor covering. E. Broom Finish: 1. Provide a floated finish as described above. 2. While the surface is still plastic, provide a textured finish by drawing a fiber bristle broom uniformly over the surface. 3. Unless otherwise directed by the Engineer, provide the texturing in one direction only. 4. Provide "light", "medium" of "coarse" texturing as directed by the Engineer or otherwise called for on the Drawings. F. Unspecified Finish: If the finish of slab surfaces is not specifically called for elsewhere in the Contract Documents, provide the following finishes as applicable: 1. Scratched finish: a. For surfaces scheduled to receive bond-applied cementitious applications. 2. , Floated finish: a. For surfaces intended to receive roofing. 3. Troweled finish: a. For floors intended as walking surfaces. 02/18 03350-4 Venetian Islands Seawall Improvements b. Floors scheduled to receive floor coverings or waterproof membrane. 4. Broom finish: a. Exterior pedestrian ramps. 5. Non-slip finish: a. Platforms, steps, and landings. b. Exterior pedestrian ramps. 3.04 CURING AND PROTECTION A. Beginning immediately after placement,protect concrete from premature drying,excessively hot and cold temperatures, and mechanical injury. B. Preservation of Moisture: 1. Unless otherwise directed by the Engineer,apply one of the following procedures to concrete not in contact with forms immediately after completion of placement and finishing: a. Ponding or continuous sprinkling. b. Application of absorptive mats or fabric kept continuously wet. c. Application of sand kept continuously wet. d. Continuous application of steam(not exceeding 150-degrees Fahrenheit)or mist spray. e. Application of waterproof sheet materials specified in Part 2 of this Section. f. Application of other moisture-retaining covering as approved by the Engineer. g. Application of the curing agent specified in Part 2 of this Section or elsewhere in the Contract Documents. 2. Where forms are exposed to the sun, minimize moisture loss by keeping the forms wet until they can be removed safely. 3. Cure concrete by preserving moisture as specified above for at least seven days. C. Temperature, Wind, and Humidity: 1. Cold weather: a. When the mean daily temperature outdoors is less than 40-degrees Fahrenheit, maintain the temperature of the concrete between 50-degrees Fahrenheit and 70-degrees Fahrenheit for the required curing period. b. When necessary, provide proper and adequate heating system capable of maintaining the required heat without injury due to concentration of heat. c. Do not use combustion heaters during the first 24-hours unless precautions are taken to prevent exposure of the concrete to exhaust gases which contain carbon dioxide. 2. Hot weather:When necessary, provide wind breaks,fog spraying, shading, sprinkling, ponding,or wet covering with a light colored material,applying as quickly as concrete hardening and finishing operations will allow. 3. Rate of temperature change: Keep the temperature of the air immediately adjacent to the concrete during and immediately following the curing period as uniform as possible and not exceeding a change of 5-degrees Fahrenheit in any one hour period, or 50-degrees Fahrenheit in any 24-hour period. D. Protection from Mechanical Injury: 1. During the curing period, protect the concrete from damaging mechanical disturbances such as heavy shock, load stresses, and excessive vibration. 2. Protect finished concrete surfaces from damage from construction equipment, materials, and methods, from the application of curing procedures, and from rain and running water. 02/18 03350-5 Venetian Islands Seawall Improvements 3. Do not load self-supporting structures in such a way as to overstress the concrete. END OF SECTION 02/18 03350-6 Venetian Islands Seawall Improvements SECTION 03480 PRECAST CONCRETE SPECIALTIES PART 1 -GENERAL 1.01 WORK INCLUDED - A. General: The Contractor shall furnish all materials, labor and equipment to precast manholes, wet-wells, valve pits, meter pits and other utility structures as shown on the Drawings. 1.02 RELATED DOCUMENTS A. 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. Section 02221 —"Trenching, Bedding, and Backfill for Pipe" 2. Section 03200—"Concrete Reinforcement" 1.03 REQUIREMENTS, GENERAL A. Manholes shall have an invert channel shaped to correspond with the lower half of the pipe. The top of the shelf shall be at the elevation indicated and shall be sloped to drain toward the flowing-through channel. Every effort shall be made by the Contractor to construct watertight structures. B. The forms, dimensions, concrete, and construction methods shall be approved by the Engineer in advance of construction. 1.04 QUALITY ASSURANCE A. Quality Assurance: Use a pre-casting plant which has been certified by the precast concrete institute and has been engaged for more than five-years in the manufacturing of precast utility structures. 1.05 SUBMITTALS A. Product Data: Within 21-calendar days after award of the Contract, submit the following: 1. Materials list of items proposed to be provided under this Section. 2. Manufacturer's specifications, catalog cuts, and other data needed to prove compliance with the specified requirements. 3. Manufacturer's recommend installation procedures which, when approved by the Engineer, will become the basis for accepting or rejecting actual installation procedure used on the work. 4. Shop Drawings showing complete details and reinforcement schedules for fabrication, assembly and installation. 02/18 03480-1 Venetian Islands Seawall Improvements 1.06 DELIVERY, STORAGE AND HANDLING A. The quality of all materials,the process of manufacture, and the finished sections shall be subject to inspection and approval by the Engineer, or other representatives of the Owner. Such inspection may be made at the places, and the sections shall be subject to rejection at any time on account of failure to meet any of the Specification requirements;even though sample sections may have been accepted as satisfactory at the place of manufacture. Sections rejected after delivery to the job shall be marked for identification and shall be removed from the job at once. All sections which have been damaged after delivery will be rejected, and if already installed, shall be acceptably repaired, if permitted, or removed and replaced, entirely at the Contractor's expense. B. At the time of inspection,the section will be carefully examined for compliance with the ASTM designation specified below and these Specifications, and with the approved manufacturer's drawings. All sections shall be inspected for general appearance, dimensions, "scratch-strength", blisters, cracks, roughness, soundness, etc. The surface shall be dense and close-textured. C. Imperfections may be repaired, subject to the approval of the Engineer, after demonstration by the manufacturer that strong and permanent repairs result. Repairs shall be carefully inspected before final approval. Cement mortar used for repairs shall have a minimum compressive strength of 4,000 psi at the end of 7-days and 5,000 psi at the end of 28-days, when tested in 3-inch by 6-inch cylinder stored in the standard manner. Epoxy mortar may be utilized for repairs subject to the approval of the Engineer. D. Each section of the utility structure must be inspected and stamped at the casting yard by an accredited testing laboratory. PART 2 - PRODUCTS 2.01 PRECAST CONCRETE MANHOLE SECTIONS A. Precast concrete manhole barrel sections and eccentric top sections shall conform to Specifications for Precast Reinforced Concrete Manhole Sections,ASTM C478,except as otherwise specified below. The method of constructions shall conform to the detailed Drawings appended to these specifications and the following additional requirements: 1. The minimum wall thickness for the various size barrel sections shall be 8- inches, unless otherwise specified herein and approved by the Engineer. 2. Barrel sections shall have tongue and groove joints. Joints shall have round rubber gaskets performed and set in specially provided indentations. The round rubber gasket shall conform to ASTM C443 standard specifications,or Federal Specification SS-S-00210(GSA-FSS),"Ram-Nek"'as manufactured by the K.T. Snyder Co., Houston, Texas, or approved equal. 3. Concrete shall conform to ASTM C94, Type 2 cement, with a minimum compressive strength of 4,000 psi, unless otherwise specified herein. Mortar shall be composed of one part cement to two parts sand. 4. The date of manufacture and the name or trademark of the manufacturer shall be clearly marked on the inside of each precast section. Each precast section of the structure must be inspected and stamped by an accredited testing laboratory. 02/18 03480-2 Venetian Islands Seawall Improvements 5. Sections shall be cured by an approved method for at least 28-days prior to painting, and shall not be shipped until at least 2-days after having been painted. 6. Top sections shall be eccentric cone type unless otherwise specified. 7. Precast concrete slab tops,where required, shall be capable of supporting the overburden plus a live load equivalent to AASHTO H-20 loading. 8. The tops of base sections shall be suitable shaped to mate with the precast barrel sections. 9. Reinforcement bars for wet wells shall be as specified on the Drawings. 10. The exterior of sanitary sewer structures shall be coated with Tnemec heavy duty coal tar epoxy (16 mils thick), containing not less than 72-percent by volume non-volatile solids. B. Precast electrical hand-holes and covers shall be as specified and as shown on the Drawings. C. Precast leveling rings for setting cast iron frames over manholes shall be 2-inch thick and have one No. 2 continuous reinforcing steel bar. D. Where pipes enter or exit sanitary sewer structures, a"Kor-N-Seal" molded neoprene boot with stainless steel internal and external bonds as manufactured by the National pollution Control Systems, Inc., Nashua, New Hampshire,or an approved equal shall be provided, unless otherwise specified. PART 3 - EXECUTION 3.01 INSTALLATION A. Manholes and other precast structures shall be constructed to the dimensions as shown on the Drawings and as specified in these Specifications. B. The base section shall be cast-in-place concrete, as specified in Section 03300"Cast- in-Place Concrete", placed on a thoroughly compacted gravel sub-base. The tops of the cast-in-place base section shall be shaped to mate with the precast barrel section, and shall be adjusted in grade so that the top of the section is at the approximately correct elevation. Precast concrete structure sections shall be set so as to be vertical and with section in true alignment, with a maximum allowed tolerance of 1/2-inch, unless otherwise specified.The Contractor shall install the precast sections in a manner that will result in a watertight joint. C. Precast base sections,conforming to all requirements of ASTM C478 and above listed requirements for precast sections may be used. D. The outside and inside joint shall be filled with mortar and finished flush with the adjoining surfaces. Allow joints to set for 24-hours before coating. While setting concrete for manholes or while plastering manholes, great care shall be taken not to allow mortar or other materials to get into the sewer lines. The Contractor shall provide two plumbers test plugs of each size sewer pipe on the job to plug the lines during the work of this section. E. Backfilling shall be performed in a careful manner, bringing the fill up evenly on all sides. If leaks appear in the structures, the inside joints shall be caulked to the satisfaction of the Engineer. 02/18 03480-3 Venetian Islands Seawall Improvements G. Where holes must be cut in the precast sections to accommodate pipes,cutting shall be done prior to setting them in place to prevent any subsequent jarring which may loosen the mortar joints. All cutting is to be performed only by power driven abrasive wheels or saws. F. Cast iron frames specified shall be placed over precast concrete leveling rings, shimmed and set in Portland cement mortar to the required grade. No more than 3- courses of leveling rings shall be used. • • G. Brick may be used for leveling only upon the approval of the Engineer. H. New pipe connections to new and existing manholes are to be caulked watertight with non-shrinking grout in accordance with the details shown on the Drawings. END OF SECTION 02/18 03480-4 Venetian Islands Seawall Improvements SECTION 03700 MODIFICATIONS AND REPAIR TO EXISTING CONCRETE PART 1 —GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, equipment and incidentals required to cut, repair, demolish, excavate or otherwise modify parts of existing structures or appurtenances as shown on the Drawings and as specified herein as necessary to complete the work under this Contract. B. Work under this Section shall also include connecting new concrete to existing concrete. 1.02 RELATED WORK A. Excavation and backfill are included in Division 2. B. Concrete is included in Section 03300. 1.03 GENERAL A. No existing structure or concrete shall be shifted, cut, removed, or otherwise altered until authorization is given by the Engineer. B. When removing materials or portions of existing structures and when making openings in existing structures, the Contractor shall take all precautions and use all necessary barriers and other protective devices so as not to. damage the structures beyond the limits necessary for the new work, nor to damage the structures or contents by falling or flying debris. Unless otherwise permitted, line drilling will be required in cutting existing concrete. PART 2—PRODUCTS 2.01 MATERIALS A. Epoxy Bonding Compound: 1. The epoxy bonding compound shall be furnished in two components for combining immediately prior to use in accordance with the manufacturer's written instructions and as stipulated in these Specifications. 2. The components of the epoxy resin system shall conform to the following requirements. a. Component A - Component A shall be a modified epoxy resin of the epichlorohydrin bisphenol A condensation type, containing suitable viscosity control agents and having an epoxide equivalent of 180-200. b. Component B Component B shall be primarily a reaction product of an alkyl glycidyl ether and a poly-functional aliphatic amine containing suitable viscosity agents modified with 2, 4, 6 tri (dimethylamino-methyl) phenol. c. The component ratio of B:A shall be 1:1 by volume. d. The resultant compound shall be polysulfide free. 02/18 03700-1 Venetian Islands Seawall Improvements 3. PROPERTIES OF MIXED COMPONENTS Solids Content -100% by weight Pot Life -20-30 min at 73° F Tack-Free Time (thin film) - 3-5 hrs at 73° F Final Cure ASTM D-695 - 3 days at 73° F (75% ultimate strength) Initial Viscosity (A+B) - 2400-3200 cps min at 73° F Color mixed - Straw 4. PROPERTIES OF CURED MATERIAL Neat Material Tensile Strength - 5300 PSI min at (ASTM D-638) 14-days 73° F cure Tensile Elongation -4.8% at 14-days, (ASTM 0-638 modified) 73° F cure Compressive Strength - 7000 PSI in at (ASTM 0-695) 28-days 73° F cure Compressive Modulus -250,000 PSI min at (ASTM 0-695) 28-days 73° F cure Water Pick-Up - 1.0% max (ASTM 0570) Bond Strength - 1500 PSI min • (Plastic to Hardened) 14-days, 73° F cure Deflection Temperature - 180° F min (ASTM - D1525) 5. Epoxy bonding compound shall be Sikadur Hi—Mod as manufactured by Sika Chemical Corp., Lyndhurst, N.J., or equal as manufactured by W.R. Grace Co., Cambridge, MA, or Adhesive Engineering Co., Lawrence, MA be polysulfide free. PART 3 - EXECUTION 3.01 INSTALLATION A. Field measurements shall be taken at the required buildings and at the required yard structures to determine the amount of concrete to be removed and/or repaired and the amount of patching to be done. 3.02 CONSTRUCTION METHODS A. Where new concrete is to be made integral with existing concrete, either ofthe following methods as noted, shown or specified in Contract Drawings shall be used by the Contractor: 1. Bonding to a saturated surface. 2. Bonding by using bonding agent. 3. Use of anchor bolts, expansion bolts or dowels in connecting concrete. 3.03 MODIFYING OR REPAIRING EXISTING CONCRETE A. Remove concrete to the depths shown or required. Roughen contact surfaces by chipping, sandblasting, scarifying ori other approved methods. Thoroughly clean the surface removing loose particles and dust. 02/18 03700-2 Venetian Islands Seawall Improvements B. Cut off projecting reinforcement when required to provide at least 1-inch cover. Where shown, reinforcement shall be bent across cut face and covered with new concrete. C. Thoroughly wash the roughened concrete surfaces and keep the surfaces saturated for at least 6-hours before placing new concrete. All free water shall be removed prior to placing the concrete. An epoxy bonding compound as specified may be used in lieu of saturating surface for 6-hours. D. Cement mortar, where required, shall be placed to a thickness slightly in excess of the finished surface and shall be steel trowel-finished, flush with the adjacent surface. E. When the finish surface is not specified to be coated the color of new concrete in the exposed surfaces shall match the color of the existing adjoining concrete as closely as possible. F. Cement mortar shall consist of 1-part Portland cement and 2-parts of sand by volume. No accelerating ad-mixtures shall be employed in surface treatment. Where shown on the Drawings, a non-shrink grout shall be used for patching and filling. 3.04 CONNECTIONS, NEW CONCRETE TO EXISTING CONCRETE A. The Contractor shall drill 1-1/2-inch holes for dowels. The drilled hole shall first be filled with epoxy bonding compound, then dowels shall be inserted by tapping. These holes shall be blown clear of loose particles and dust prior to installing epoxy bonding compound. Where shown on the Drawings, expansion bolts shall be installed in place of bonded dowels. B. Unless otherwise noted on the Drawings, No. 5 dowels set 12-inches into the concrete, and projecting 12-inches, 24-inches on center shall be used. C. Where it is necessary to expose existing reinforcement, the rein forcing rods shall be cleaned by wire brushing and new reinforcement shall be hooked into existing reinforcement and lapped or welded as directed. Reinforcing rods shall have at least 3/4- inch clearance around each bar. D. All mixing and application of the epoxy shall be done in strict accordance with the printed instructions of the approved manufacturer. The Contractor shall submit to the Engineer, when re quested, evidence indicating that the proposed applicators are fully qualified to perform the work and any proposed applicator found to be not qualified shall, be removed forthwith by the Contractor. E. Preparation of Concrete Surfaces: 1. Surfaces must be clean and sound. Surfaces may be dry, damp, or wet, but free of standing , water. Remove dust, laitance, grease, curing compounds, impregnations, waxes, foreign particles, and disintegrated materials by mechanical abrasion methods such as sandblasting. 2. If the concrete surfaces are sound and it is only necessary to remove laitance, grease or dust, the Contractor may, with the prior written approval of the Engineer, forego sandblasting and wash the concrete with a degreasing and etching chemical applied in accordance with the manufacturer's (ProSoCo, Inc. Kansas City, Kansas, Sure-Klean Degreaser & Etch, or approved equal written instructions and as stipulated in these Specifications hereinafter. 02/18 03700-3 Venetian Islands Seawall Improvements 3. Degreasing and Etching Chemical; Color: Water White; Flash Point: Above 150-degree VF; Weight/ gallon: 9.0 lbs; Composition and Materials: A blend of organic and inorganic acids with a special solvent system incorporating wetting agents for emulsification. 4. Application of degrease and etching compound. Pre-wet concrete surfaces with clean water. Brush concentrated cleaner onto concrete surface. Let stand 3 to 4-minutes and reapply, brushing stained areas vigorously. Rinse off with fresh water applied at a minimum pressure of 800 psi. and a minimum volume of five gallons per minute. F. Proportioning/Mixing/Applying Epoxy Compound: 1. Volumetric ratio of bonding compound is 1:1 (B: A). To mix, proportion 1 part-B and 1 part-A into clean pail. Mix thoroughly for 3-minutes with a steel mixing paddle on low- speed (400 to 600 rpm) drill until blend is a uniform straw color. Mix only that amount of epoxy that can be used in 30-minutes at 73-degrees F. 2. Application for Bonding: a. The area to be overlayed shall be covered with one coat of the epoxy compound applied with long-nap paint rollers, brushes, brooms or by spray. The rate of application shall be 80-sq. ft. /gal. maximum or smooth concrete (20 mils). As the concrete increases in .roughness, the rate of coverage decreases proportionately. b. While the epoxy compound is still tacky (3-5 hrs. at 73° F) place the concrete. If the bonding compound should harden before the concrete is placed, apply a fresh coat over the hardened coat and proceed. 3. Application for Grouting: To prepare a grout to anchor bolts or level base plates, mix the epoxy compound with granules recommended and supplied by the epoxy manufacturer. The amount of granules used should be the maximum amount possible while still maintaining a pourable consistency. The ratio should be approximately 1:1 -1/2 by loose volume (Granules). See technical data on anchor bolt grouting and grouting base plates published by the manufacturer. 4. Limitations: a. Do not thin the epoxy bonding compound. Solvents will prevent proper cure. b. Use only oven-dry granules to avoid encapsulation of moisture. Exposure to temperatures (after cure) above 180-degrees F (dry) and 120- degrees F (wet) not recommended. G. WEATHER LIMITATIONS 1. The epoxy compound shall be placed only when both the concrete surface temperature and the ambient temperature is 40-degrees F and rising. H. SAFETY 1. The Contractor shall require applicators to wear protective clothing, gloves, goggles and barrier creams. 3.05 OPENINGS IN CONCRETE A. Where openings are required for pipes, thimbles for gates, gate stems or other installations in existing concrete structures, the Contractor shall cut the existing concrete within the limits required, as shown on Drawings or specified, expose the existing 02/18 03700-4 Venetian Islands Seawall Improvements reinforcing steel and perform the work in such a manner as to pre vent damage to the existing adjacent structures or equipment. B. Unless otherwise permitted, line drilling will be required. C. Where concrete is cut to provide openings for gate stems, pipe sleeves shall be accurately installed and grouted in place in an approved manner. 1. The exposed reinforcement shall be cleaned by wire brushing, then cut and bent to permit the installation and finally bent around the new pipe or thimble. Additional reinforcement shall be provided as shown on the Contract Drawings for typical rein forcing details of openings in walls and slabs, except as otherwise shown, specified or required. 2. After installation of pipelines and thimbles. etc., the existing concrete shall be prepared as specified above in Paragraph 3.03C and the void between the outside of the pipe or thimble and the existing concrete shall be filled with non- shrink grout. END OF SECTION 02/18 03700-5 Venetian Islands Seawall Improvements • SECTION 05500 METAL FABRICATIONS PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, equipment, and incidentals required and install covers, access hatches, grates, frames, manhole castings, catch basin castings and other miscellaneous metal fabrications as shown on the Drawings and specified herein. Metal items include but are not limited to the following: 1. All metal fencing as shown in the plans 2. Metal Manatee Grates as indicated in the plans. 3. Railings, posts and supports both interior and exterior. 1.02 RELATED WORK A. Contract Documents • 1.03 COORDINATION A. The work of this Section shall be completely coordinated with the work of other Sections Verify at the site both the dimensions and work of other trades adjoining items of work in this Section before fabrication and installation of items herein specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other Sections. 1.04 SHOP DRAWINGS AND SAMPLES A. Detail drawings, as provided for in the General Conditions and Section 01340, showing sizes of members, method of assembly, anchorage and connection to other members shall be submitted to the Engineer for approval before fabrication. B. Samples shall be submitted at the request of the Engineer for concurrent review with Shop Drawings. 1.05 FIELD MEASUREMENTS A. Field Measurements shall be taken at the site to verify or supplement indicated dimensions and to insure proper fitting of all items. 1.06 REFERENCE SPECIFICATIONS A. Unless otherwise specified, materials shall conform to the following: Structural Steel ASTM A36 Welded & Seamless Steel Pipe ASTM A53 Gray Iron Castings ASTM A48, Class 30 Galvanizing, general ASTM A123 02/18 05500-1 Venetian Islands Seawall Improvements Galvanizing, hardware ASTM A153 Galvanizing, assemblies ASTM A386 Aluminum (Extended Shapes) 6053 T5 (Alum, Alloy) Aluminum (Extended Pipe) 6063 T6 (Alum, Alloy) Aluminum Bars Structural 6061 T6 (Alum Alloy) Bolts and Nuts ASTM, A325 Stain, Steel Bolts & Fasteners AISI, Type 304 Stain, Steel Plate & Sheet, Wire AISI, Type 316 Welding Rods for Steel AWS Spec. for Arc Welding PART 2—PRODUCTS 2.01 ANCHORS, BOLTS AND FASTENING DEVICES A. Anchors, bolts, etc. shall be Stainless Steel 2.02 ALUMINUM A. Fencing: 1. All fencing shall match that of the existing fencing at the specified locations PART 3—EXECUTION 3.01 FABRICATION A. All miscellaneous metal work shall be formed true to detail with clean, straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength of durability. B. Connections and accessories shall be of sufficient strength to safely withstand stresses and strains to which they will be subjected. Steel accessories and connections to steel or cast iron shall be steel, unless otherwise specified. Threaded connections shall be made so that the threads are concealed by fitting. C. Welded joints shall be rigid continuously welded or spot-welded as specified or shown. The face of welds shall be dressed flush and smooth. Exposed joints shall be close fitting and jointed where least conspicuous. • D. Welding of parts shall be in accordance with the Standard Code for Arc and Gas Welding in Building Construction of the AWS and shall only be performed where shown, specified, or permitted by the Engineer. All welding shall be performed only by welders certified as to their ability to perform welding in accordance with the requirements of the AWS Code. Component parts of built-up members to be welded shall be adequately supported and clamped or held by other adequate means to hold the part in proper relation for welding. E. Welding of aluminum work shall be on the unexposed side as much as possible in order to present pitting or discoloration. F. All aluminum finish exposed surfaces, except as specified below, shall have manufacturer's standard mill finish. Aluminum handrails shall be given an anodic oxide 02/18 05500-2 Venetian Islands Seawall Improvements treatment in accordance with the Aluminum Association Specification AA-C22-A41. A coating of methacruclate lacquer shall be applied to all aluminum before shipment from the factory. 3.02 INSTALLATION A. Install all items furnished except items to be imbedded in concrete or other masonry which shall be installed under Division 3 and Division 5 respectively. Items to be attached to concrete or masonry after such work is completed shall be installed in accordance with the details shown. Fastening to wood plugs in masonry will not be permitted. All dimensions shall be verified at the site before fabrication is started. B. All steel surfaces to come in contact with exposed concrete or masonry shall receive a protective coating of an approved heavy bitumastic trowling mastic applied in accor- dance with the manufacturer's instructions prior to installation. C. Where aluminum contacts a dissimilar metal, apply a heavy brush coat of zinc-cromate primer followed by two coats of aluminum metal and masonry paint to dissimilar metal. D. Where aluminum contacts masonry or concrete, apply a heavy coat of approved alkali resistant paint to the masonry or concrete. E. Where aluminum contacts wood, apply two coats of aluminum metal and masonry paint to the wood. END OF SECTION • 02/18 05500-3 Venetian Islands Seawall Improvements APPENDIX G Plans BID NO:2018-142-ZD CITYOF MIAMI BEACH MIAMI BEACH 115 MIAMI BEACH PUBLIC WORKS DEPARTMENT VENETIAN ISLANDS SEAWALL IMPROVEMENTS VENETIAN ISLANDS, MIAMI BEACH MARCH, 2018 PROJECT LOCATION(S) O - LOCATION OF PROJECT g'MIAMI BEACH 811 1124.:." a/Sr w feu WWw<wWNnN.mWi0.� < -v CITY OF MIAMI BEACH .LI s INDEX OF DRAWINGS MEL u C-0 DEV W.WSIL EE MAYOR: DAN GELBER c-o COVER SHEET°INDEX a DRAWINGS : SU-+ OVERALL KEY YAP COMMISSIONERS: MICKY$TEINBERG — y c-+ LOCATION YAP-SAN MARINO ISLAND •MARK SAMUELIAN 2 8 A • c-x LOCATION MAP-muco ISLAND MICHAEL GONGORA 1 4 d S B S c_y LOCATION YAP-NIw ALTO ISLAND KRISTEN ROSEN GONZALEZ a 8 a C_A SITE PLAN-SAN MARNO 151 • RICKY ARRIOLA j 4E: fT — - 11: RW SITE AN-MALTO(S) ASSISTANT CITY MANAGER: , Ty c-++ suWAu dErAILs-011.100(N) +A c-+z SEAWALL DETAILS-OILDO(SLE) ACTING CITY ENGINEER: LUIS SOTO, P.E. POI +s c-+S sEAwu.L DETAILS-Mw ALro(5) w c-u SEAWALL DETAILS-Mw ALTO(S) +T c-is SEAWALL TYPICAL DETAILS ® Stantec le ` GENERAL NOTES PROJECT LOCATION(S) BID SET 800 Fairway Drive,Suite 195 LOCATION M A P Deerfield Beach,FL,33441 ENGINEER OF RECORD' www.stantec.com Work Oros Sheet 1 or 17 Drawing C-C imam! /It , ---, my 0 ,00 ow ,00 Vtt. EINIEllil • -- -,.. ' . .- • it—ihig, .t.,...r••, _,• i — fl gam •%-.. , % -.1.115',,,,,1.IP, "7 'it-4e ja-. i - i' •-.... . . , _ I.- .•••bdu A...Y-411 jty , -.4WD- ,41°. lir '111, - •Nr., 220-2. •‘- .00 I .1-4' ii= .,4,ii t 1 T.PIPsi 0 ' ;610 47 "Vr 11114 - i ..oil 'riiS I 1_ , 'Agra, 4,-nr. in.... - ••111." — -vu , . ..:• to. . ...z . , ..,- *.--. - f ...... Am&- -• , , ' IliF .- •-, , . Illr- I Tip. :E.,. ,r• — . Y I"' 1.!t c ....4, ... •,, :Pt '•itAIM .0.11 . ;.:=51110EI 1. ' 1 4' KEY MAP MIAMIBEACH CITY OF MIAMI BEACH ail Sant= .Y............... "VALID WORKS DEPARTMENT °A. VENETIAN ISLANDS SEAWALL IMPROVEMENTS OVERALL SEAWALL PLAN r.1747:Tr „,,,,,..... ,,, ............ V.— .„..........,.....,.. 1 ,.....1..,/ ,.. MM.. ..... ...L.16/C. v..LALLL ....., bi• , r RAISE 24.20 LF ii, OF SEAWALL CAP 411 r. ' - N: 531505.7646 r E: 931539.5654 ao 'O .• 'I..if. s..�p®.r i . — a I "_ N 531504.4318M E: 93151 5 3985 ' _1. • __ ' i I rsy KEY MAP . 1. 4 40. • • .. ��eeell1111 `. ' . 1111111/0 z , SAN MARINO ISLAND — NORTHERN SEAWALL XML 1,20. (3)9tantSe eml.a wcraw we'e w.au.y `"' o e 9 e 4M0° MI AMI BEACH CITY OF MIAMI BEACH m wows M c wo pA T nne. VENETIAN ISLANDS SEAWALL IMPROVEMENTS anemww wuwe.wwr rnu er uwe.."/• .•.."LA ...o-r L ,......,,.,a....w,.........,." LOCATION MAP-SAN MARINO -^^..- e.. --r^•-^�• .o DAN mama n.ow e.....YMCA w..•-Lr it m...,..-s,-_ UI i4 ; , I RAISE 60.11 LF OF N: 532289.8426 ; OF SEAWALLCAP E 9328.11.6569 M% y l =rI..a . :� jw . N 532286 'T ,7 . • 932751.7 ., r �. "i ' KEY MAP d - / RAISE 30 LF OF �` ,�,.t , 1 g. *OM f■�{w. } SEAWALL CAP i. . N�529367 5911 1 ' Jr E 01115 � /W 6 J ` �.'"''�4� je J3 R 1k {'7""i d Ii ..s 1:. r41 ' .. sT Dwoo TER. , _ �,; ... ,,,w,r4,.. .,, :,16,_ ., 004.......:E__,592...39_3_334,162,7:6g 4, . y' y 'r oi t „ 44" 4,,, al. L.° „ ..• I . 1140 ),,, yip ,Jy px 7 • �i : I W - _ ;a DILIDO ISLAND - NORTHERN SEAWALL DILIDO ISLAND - SOUTHEASTERN SEAWALL Q[ SGNE.•.M' SGLL.'.30' • MIAMI BEACH � CIT/OF MIAMI BEACH COSLanteC uwc. uc.cw.me.... ""'•"�- ..p.«na..mo irw....sn.uwwa nom,:wegmg ee►AeT uliT ^^E VENETIAN ISLANDS SEAWALL IMPROVEMENTS cm.�....a..u....w.no n w...:"�• .+� ...er=L _....,.....,.^.^+•�'a-"'•-.• LOCATION MAP-DILIDO —�.*.. ..-w. �+•--�� w wn r.on o.o>ilLiL. .* L D..._fL ea � 111 .111 vi 1Ip RISE 30L e N: 5318602963 0 At. j' SEAWALL CAP TO �• E. 934124.9390OR 44!., ti- r -i w iet ' � I - N: 531858 4009 - '� � E: 934094 7622' - w.•. • r s Pri - KEY UA? . 1:' (.1.....'S ' , , a _ i bk .s. , ., \ ..N , ii: ''" ., IP ,.. d '.., e 1'-•11i`-'w*:"' ..tri` k ro..u.. ` 529452.959a , . ..,1 .., , , 2,6,e6546% {�� • '' x.x N: 529449 5176 •' s •'` E: 934236.0456 -AISE 30 LF OF EAWALL CAP RIVO ALTO ISLAND — NORTHERN SEAWALL RIVO ALTO ISLAND — SOUTHERN SEAWALL � WALE I1..2(YSCALE:I•.AC MIAMII/RVA�{..��.1 1 CITY OF MIAMI BEACHunarm MIC..uwrme.e �"..1— wow,eweom --- arc_„¢ww.ew pupuc WON=pppMIYpNT nu: VENETIAN ISLANDS SEAWALL IMPROVEMENTS rnvewww enu To. w�� +1•— '.. K.w....o.'`.. LOCATION MAP-RIVO ALTO =.:.:= '' - e.ae �+�~•. r_ ,o onn coma rrv.e. o_,oinene w.iW-L y�.y 1 '& ,k, NEW SEAWALL „ F II,F CAP EXISTING ® "n EXISTING PRIVACY WALL SEAWALL CAP KM I. P"'°'•1°I (i0 REMAIN) A` /moi \\ • EXISTING ALUMINUM , '- .8: dA . PICKET FENCE / \\ `is q. • N o • (TO REMAIN) / 6l r - --IA►liik BISCAYNE BAY V i. RAISE 24.20 LF ) _____,----V 1 f OF SEAWALL CAP f - 1 I I I 12-SO.BATTER PILES 1 N: 531504.4318 3,64' :.42' 10.15' TYP. [(4)TOTAL] 1 ( KEY MAP E 931515.3985 N: 531505.7646 1�-----._- -� _ _------ B G. E: 931539.5654 / + ^. TY WALL r n 1 - •li:• ,-. ���__—_._..—_. \ �1 (0 REMAIN) VI ._-_ _ - I 1 31 PREFORMED EPDXY ..-..------ "_"-~ �; / i i 4. I ./ MATERIAL -"< I iI III i 17 LF OF RETAINING - -i MARINE SILICON SEALANT ' I WALL SEE DETAIL ON % \ <z ] // Q SHEET C-14 t °I a i I I ® PROPOSED SEAWALL CAP 0 •I 34 ®EXISTING ADJACENT SEAWALL PLAN NTS I. ER/'N1 __, illiii. R OUTFALL L E%ISTING ALUMINUM 111111111111111II IIIIIIIIIII R 11 Fi�-� �] I PICKET FENCE NEW 36•x36•CONCRETE II I II �I II it (TO REMAIN) 1111111111111W 111111111111 SEWALL CAP. SEE SHEET II I SUITABLE BACKFILL IIII C-9 FOR DETAILS. i I, I� �I i MATERIAL ., L J.O.PROPOSED CAP 1I I L_{7�= _¢=i_J i GRADE ,'. 'MIN. EL-(+)5.70'NAVD88 II .1 I 1 ii 111, i 'I ��\j�\j�\�//�\/\ III K u' EXISTING WALL ON I j I i 11 N I /\/\/\/101 I 1 I /\ \ \ ,' ADJACENT PROPERTY II (70 REMAIN) I, I ii ii i I \ ' '\/ �T� ,TOP OF EXISTING CAP SAN MARINO ISLAND�-1 NORTHERN SEAWALL >\\\\ 78 APPROX.EL-(+)2.70'NAVD86 NOTE: CONTRACTOR TO INSTALL BATTER PILES AGAINST EXISTING BOT.ELEV/ "/ �1 SEAWALL CAP WITH EXTREME CAUTION TO MITIGATE THE UNKNOWN\#\ NEW BATTER PILE. POTENTIAL FOR UNDUE DAMAGE/SPALLING DUE TO CONDITION T/�/I 7 /I EXISTING CCA,IN ORDER TO MAINTAIN STRUCTURAL -/y�\�, INTEGRITY OF CAR ® PROPOSED SEAWALL CAP 0 EXISTING ADJACENT SEAWALL SECTION NTS MIAMIBEACH °°""°� CITY OF MIAMI BEACHail -NcuwNNA". ea es,w w�— `9rz WNW d, PUBLIC WORKS DEPARTMENT "^F' VENETIAN ISLANDS SEAWALL IMPROVEMENTS rnv.---MAI c.. . ..w n—�"` nom.._L. nn L w..o—L --.'-�--------..�..•Q.+..-,^ SITE PLAN-SAN MARINO NORTH --�� rr.. •�-- w wn ...... .won o.W@LL r J_tl_!L o,..N 1,= g I Oh ..p h� II__, ....W ow Wm a., yry9e 1 f SC). s . 4'WIDE SEA ACL' WALL CONC. RAISE 60.11 LF OF SEAWALL CAP ,,6 ' EXISTING PILING It 532289.8426 164,, E 932811.6569 N: 532286.0612 ®D .> E932751.7757 .:. b� h w • . • Ilk, ! . . IIIIMM .: I:4-j, .xf -- eB le t I I N _- II l•• . ; ; KEY MAP ',1.L - - - I I W 38'«60" -b, R i 79 1Lfi ' I' EWPTICAL ,. ; I OUTFALL I 60 ; ' , ' 1 35 LF OF RETAINING I s I ; I � ; WALL SEE DETAIL ON ; i 7p'V I SHEET C-14 ' I s 35 LF OF RETAINING ; „ 6 ' I I ;I I !F WALL SEE DETAIL ON I .a ; I ; >J5' SHEET C-14 i 00 h t' ; ; Y K ; I ; 0� h ZU ', ; ^p' ..N• ----.k.....,_ <LL ;;.t_11:------L S-t----L-1 W j - I /' R/WII UNDERGROUND PUMP �' I •\ • yi + I E0 T BOX \ n0 I! ! DILIDO ISLAND - NORTHERN SEAWALL • MIAMI BEACH CITY OF MIMII BEACH allStant= we.a S.W. �^ . . '""°"��� 1... `9 PLAN 'SIA.). MERCK WORKS DEPARTMENT nu VENETIAN ISLANDS SEAWALL IMPROVEMENTS rn.www...o. ® � - ,,.r_ ...Lor ,..�^+^as+a"+......,... SITE PLAN-DILIDO NORTH iew.. ...o..r .,. S .,.W ,..,___Q-3_ iik 119 HrI. . , UNDERGROUND PUMP •EQUIPMENT BOXR N: 529374.5639 < i E 933309.9120 38'x60' 18 LF OF RETAINING ELLIPTCAL I "� WALL SEE DETAIL ON OUTFALL I. SHEET C-14 - _o LT___- ; i 2g 12 SO. BATTER -r �a- _______*7 /_` 1 I «1'1- PILES TYP. i"a I i I I .'z [(5) TOTAL) 1... L-------... f i RAISE 30 LF KEY MAP _ --------- OF SEAWALL A __ } CAP hJTFALLj I I�' N. 529344.3784 _—__—_.—._—__—..—__—__—"_— _--.—._—__ II;I•9 E: 933311.8800 0 18 LF OF RETAINING hb I WALL SEE DETAIL ON SHEET C-14 I ,53 sS00 R I i.• I DILIDO ISLAND — SOUTHEASTERN SEAWALL SCALE:1••S• MIAMI BEACH °°....°.. CITY OF MIAMI BEACH — 0Siant= a. xa+v......" tr.."—2' "°'""-�' ^—'rt^"w°w°^ P11[LIC NDIIICS[[�M1A[NT ""L VENETIAN ISLANDS SEAWALL IMPROVEMENTS arxwra + ry�— ......,_a_" r.n x/. vw o.. 51* ^^�'•'"^a�T'^®�""•^•''••�^ SITE PIAN-DILIDO SOUTHEAST —�0 avx --•��- won 6.66. urvry .....,wN/n w.i o,..wi s_S III ili. 15 N rel -'_= 0. x NM 0 x xN * 12"SQ. PORTION OF EXISTING ." ARAISE 30 LF OF BATTER PILES WALL/FENCE TO BE .� � SEAWALL CAP ((5) TOTAL] DEMOLISHED - *II* M x A\ 2'CONC. SEAWALL KEY MAP ry0 WALL CAP N: 531858.4009 x 6 N: 531860.}}79 E: 934094.7622 nt4 E: 934124.9375 ,ham ___ 19 LF OF RETAINING WALL SEE DETAIL ON Ili^ ] SHEET C-14 WV i 34'x5J' I y, , i% ELLIPTICAL 19 LF OF RETAINING I ] �I� OUTFALL WALL SEE DETAIL ON ] , i I ` R SHEET C-14 J I__ i_ ,1 I ' - , j. UNDERGROUND PUMP EQUIPMENT BOX t II t. 1, 11 111111 1.':.1._...7 -iF_-J 'I II ?Ilk I RA 111t11 o 11 II � E 1 1 RIVO ALTO ISLAND - NORTHERN SEAWALL SCALE:1'.3• MIAMI BEACH °"'°°� CITY OF MIAMI BEACH 0Sdnt= �T..n..n .a K" �°�°�-� --•n� � PUBLIC WORKS DEPARTMENT "AA VENETIAN ISLANDS SEAWALL IMPROVEMENTS wrawra mo .ww no "" war."/" n..x/• w.u.. SITE PLAN-RIVO ALTO NORTH ........... cra. was�w� .m....�o.o....� ,y o"n www /pro re ....,yea n..y-ELi_ OM—C frb II P ..-•"?A �InI y - At f. ;L111 I 0 r 1.N-'� IIS i u a F 11( 11\i,x901 11 11 it ;' UNDERGROUND PUMP ' i� I. EQUIPMENT BOX it ig R s 1 '1,W,. aT.'S iii A , a it x0(1 1, , R 34'x53'ELLIPTICAL 1 i� �� r OUTFALL '1 ;I KEY MAP CHAIN UNK /.0 L_=3- -••44 I,L `1, sli, FENCE / , 0 I- - __ 4 — — —_— I ` 0— ,/.. I I I y� �0 .14_ x, �` --I v xk'x b , ---- I cf 22 LF OF RETAINING EXISTING PRIVACY WALL�i j ' 1 1 WALL SEE DETAIL ON . (TO REMAIN) ;; 41) I i - O SHEET C-14 v1 „M' xi�N: 529449.8433 N: 529452.9594 E: 934236.0363 E: 934266.5467 P RAISE 30 LF OF x 4 SEAWALL CAP O"A F''''. v yv a x 9' x . RIVO ALTO ISLAND — SOUTHERN SEAWALL SCALE 1'.S• MIAMI BEACH ..7....._ CITY OF MIAMI BEACH ail&WM= O.Kweu ,., + ee.a0515.55.0,--50/— n0700;0700•5{.“"2—'--151— "����"� ...ft. .n ..2015"15..1•°. PUBLIC WORKS 01O 7..,..::`"' VENETIAN ISLANDS SEAWALL IMPROVEMENTS " rn. .,,x.e" To — .'".•` . ."L" L- w1or� U ---' SITE PN•RIVO ALTO SOUTH Nn 301Or CONCRETE SUM,CAP MTN]1•MO (5)0 OGI DCG N CLo0 nNT.PAS Top im mama00.1.A MOl y lot •Jr n[.AND(3)OS CLOSED MS Tru rovarrra •v.SOL or RLL IO.O.C. INTO ORT.COR•it OC COSMO GROTTY EAU.(TD KAHN) a0wn7,,mNi°.♦1.nMAMMAL OOS° 3. 11 11.1 TTI I �r.a EOLP..CULVERT TO Rc.N aru � LATOS NwMmw ADJACENT PROPERTY) � � �/ / gc� /,GRq .sr .ro M GRA1il!FL{01I'11Mr411 /�/� TM (..)211A \ \-!` ilin ' 1_00 El6TOO ME DIALTRGRaRn.r ECREGROOLDI •/\\/\\\ \ I Dr11r OLE (ro ROUA) MOMS 41 1 (ro REM. FL V' 41001111 . ♦ %\/ (TSO TMI MN TEE ORATE '/ _... ,..,T..,...,.:,.... LS ,..TEE MAIL rnw •,/,,,,,(,,,,a/ \/\\,�/ . �a-(.Plr Nnwr /�r.....„--(TO aNANI X11 �Ta ,' ":"''40110. o ..a• L p �w ' LL-(-)I.Er CO —d,-. 1//)I [Li-11.500 MOO Oy Wry, OT NET. FLK-IE)e \i/V/V/'/ / - EL-(-rix N•.ST CLOW.WIiNE I, 0.NAPM(AMMO SPdT CSMK oulT \ P WOG.(.PPROR) II � "(-�� LNMINO WONT `//�//� '0//7/Z7,1 / 01 /7 ( �rE1_(-W O dieUdo=MX NOTE MOO MATT,WAS WAS MULLED AAP F.,.CONSTRUCTED f0</ A�ERATE PROT.GRA31 PLACE A. VE Bvu Svly BOOT OTOS ALE TO EMBEDMENT 0t 55Y MOM TOP DT PILEE %EOPACITY. � R.L.�M ® LE EXISTING SEAWALL SECTION - SAN MARINO(N) ®PROPOSED SEAWALL SECTION -SAN MARINO(N) SCA3/e-1• SCALE:we O. MIAMI BEACH � CITY OF MIAMI BEACH aSta(L� 0. 3333.1'11.131.3 gum WxTms.Nl.F. we or mwp� wwx.e.wmSEANNJ.a.yy♦y PUSLIC WORKS DEPARTMENT VENETIAN ISLANDS SEAWALL IMPROVEMENTS ay.00xw wuv.. ,. .e-0` nOru s/. ..w.L ..Lo..x�O �,�•,•'^.•..,•, ...,ff.�^�^ SEAWALL DETAILS ..••••_•0 0000.. W..w" •-r......�..� 01,.;:;.,----::::- .....r a.w I.I Il 0...R 00 0.00 wmN/II . A..o [ urn warmaxVow.cvra.ro mm,...r....xo v s amar•11.1p wx m r v. wun[ \�I .• �n®u.Cr •JILMI MAIM CM. srem w xnwr / \ 1 // ./a.;‘,.45Ir 4 e a{.P,.•x.w.. i �.� ��/ o .-` pi nll se. �Xp1"e)now* / pl, .4E_ ::::: 11111<71. _, , i i _ v I p 49w. _J at-nx aner mn'°`.aro.e Irwon wre v u KT ` nweerI.ergel \� �,,,1 .1.4-47, �• -, \I�� ' a.:„.../..;±.. mnr war[ I ,,/ / C1�'. % . _ [osnxc caurclm REIMO)_///////../:::.i/71,../.\..,I'A... /`//' SM..to OW. /• R�rU xc AE //(TO MONO / ME FL.OMAN 44 em.atv MOON 1 ®EXISTING'SEAWALL SECTION AT OUTFALL- DIUDO ISLAND(N) 2 PROPOSED SEAWALL SECTION AT OUTFALL-DILIDO ISLAND(N) SGIE 3/• -,' C-,O SCALE:3/4.-, °° MIAMI BEACH �° � a x... ....wc.u. o.ma.. CITY OF MIAMI BEACH CO SEAWALL OM..',mu,. wra YWO,FL4•. SEAWALL DETAILS OiA1igNT .ne. VENETIAN ISLANDS SEAWALL IMPROVEMENT mr.xwx��. nn se�- .xo_a.rcam. x..r..x�• ..o 1_ '"-.^•r.=L —••-•0 ew. nm.-- . . m_._..-_.- xo un PRISM r.ory ...,,4 O r,.., 1. iL .....,_S-gyp_ New • CONCRETE ..DVD[A 4 D0 DoeL u ur. TI.or DEEP 5)r C.T.was rm*0330(R)F CONT.PARS UM INTO DOT.CN r IY 0.0 (3)AlIXx CLOSED TIES•EA.r8Eor EYe:TNa MOM SEAWALL eM ,,,,,DE RM.= . EWE! 11 ^ �rrl.a.(* 1T.*06564 (TO N:REMOVED) >\\\� A WOOL " a.t.CAP MOW a HP. /\/\\ �� r:11.:ro7co COMO PILL ;</". API..' ErSTNG ME n RI V fELi.ri.e'64.40 /I 0_-44�w(.xi,r wror t- - - J. — /1 i EEaMANATEE MATE /Ii snxa CRAW 0 (TO REMAH) •.LIT NAVIN , ` fan-n.w x.654 I Dp. 1 :- .r�ra.6544(A...... / Al J 1[a rq.r[(ArweG) O0fN1°ED'DRrE a (- n•rr Evnri.E MEAL J ' a l-Aw ■MDw TO raw �PO .f/II. /.2V,(' 2�-/c_/� -MONO WHINE c..xxulEm REqux /�;(c4..\ r\,/// /i �. =MO..a,r 41 mem IIIMINORN-\ Ij w,a,•PRECAST RATTER Ha I/ ✓ CITY Zia m°'ErE ar"i:say.:.rKI.PILE WM 12.kollt PILLS TO MAW A iS TON �ac.r a ® EXISTING SEAWALL SECTION AT OUTFALL-DIUDO ISLAND(SE) 2 PROPOSED SEAWALL SECTION AT OUTFALL-DILIDO ISLAND(SE) sr-ALL S/4 -)• D-I•scat:3/4.-I. MIAMIBEACH CITY OF MIAMI BEACH Ci)mantic a EMT us.xn... i1'"� •�•_.r..me rx�,u.M xr 0013, PUBLIC WORKS DEPARTMENT .. VENETIAN ISLANDS SEAWALL IMPROVEMENTS rn..wr.. .Mw.wr mn .r�� .r.rix ..'L •••••••, ^ ^• - .y. SEAWALL DETAILS - xx. m.^^+.~�•�. xa an ..xIMG ....r OM.,mm1)4 n..IVa II a•.._,_ DEP a'SIDE.IT DEFY CC.CRETE .1•=11_14001•00 CAMEL OW. m(3)w tort pm, , SIN.NTA OW SIRE NO 131 w CWT.BARS Iva w aDgD TES.,Y nC.ivo —jr— ill (PE w CLOSED DES 0 CAM SCL Cr Of O.c. BE MOW DE DOING SEAWALL CAP ALL EXPOSED Er CNA ER OD EE REND,m•urn.PRE:cAn Doo SID' �a' �' 1ST MEMO PILE r J I bra rRVDm GAP [Re9a earALL w I FL-(.IxM'w.wY (TO MINN) E.riNO eRa /<//C4/ )? CIO MINN) ` woe 111, �EL EIeSTIIa CAPHEIGHTj j\/,� .r(7,- .. t. .AWR ERKoa PRL PRONG•HOMED C,ON// /�/�\ /� (ro RFrASI) EGGS GATE OR.MD EPDXY!'W /\• / �f Y�\/T [r0 REMAIN) WO MST.CAP r,T 0.C.,/, 4 FISIREO 1.[ DO WNW ll N'ST FNPMK W1fTIL , 3fdT ELLIPTICAL WTE I s¢.-l.µ1e•xAwr ' ' e0.-(+µw•*KOs t 1 7 ' WINO r¢LATE (TO Rwrj �a.(-n.Rr Irws ,I , �a.K-n.Er xA)aee 1 nK-zw 1 aTl2w• ii ra ras[ I J •0.r OUNEW'Nwu1.AD TD /10,4 4ESIT.Ran uola. A.TOP PRECAST 12.111 PLC 01. .CAPAa . El•SOWENT INTO PRY WARM, TC CiAv mn PEE TO REST DIRECTLY W ,91E EWE Of fTSf.SEAM.CAP. ©EXISTING SEAWALL SECTION AT OUTFALL-RIVO ALTO ISLAND(N) ®PROPOSED SEAWALL SECTION AT OUTFALL-RIVO ALTO ISLAND(N) SCALE:3/P-1' SCALL:S/s'.1 MIAMI BEACH nom®P.m CITY OF MIAMI BEACH la 'D rcrnvwm.r. °`w .0.e.s ww • ��>SWIM, VENETIAN ISLANDS SEAWALL IMPROVEMENTS DMA.. ti.e..P�_ ... PUBLIC WORKS DEPARTMENT "TIL. an.w.rr rur A...,v,. :"/A AAAA"iA or. " ••�*'•Pa+••,••••.•-,• SEAWALL DETAILS .rx. —e^^^—^-- .o an Pompom Ar...Rr .r:DIM& a* - .....Vii_ PRONE 0 HOMO DONT DILL ARD EPDXY r w WO NST.CAP•IS.QC ALL EPOS[O EDGES TO NEW.r RSR: 1 DEEP r CniT.6U5 it um NClD�p nEs e.D1o5 aEC.ANO(n[N CLOSED TOP a MIT.ALdG Q D.G Tor or HEAD . muDE suT.R�E w,u.L ' m ER 1 BTI.r a-(.nTD•R.ww „„\t„ , or.. c.P NNRT liV ��j \� E11611Ro SLOE / /'/Or u a ///\\%\/\\j/ AiiiL e COMO M'Rows 7 \Y//\V may, i�i . WD RATIO 4,;., r WD R. P� �< % RELW, \ /\/ % ro,.W,�ER SWDP.E y ' (ro REA,wI DRAT / � �EL.(.np'N,ws ������ //`��/ , (m�..�R.>E � �Etd.nu•R.w. Lit NOIORD R.R.,Q DMTf I , (10 a 0PILE 131) (TO RLDARN) _ _ __ _ ` ��. $I - WREEr �w. RW ELEY. I*-)t.s•R.ws FL-(-)1.M'MA OR•RM'GITICN.DO,i.L N-`�4.-(-)AM' \/�j�\�\ e, ' EL-[-)R.w' to O RLOURE(.PAptj , . .IY.Si•NMY DIEIrK TA„IprIE(.RrROR) IMMO(E SØj \\00000. . // Vii,. ' &1 4 Nm.uaR IRSOIOM�� V � ...\\l\r/l\\ DEXISTING SEAWALL SECTION AT OUTFALL—RIVO ALTO ISLAND(S) C2 PROPOSED SEAWALL SECTION AT OUTFALL—RIVO ALTO ISLAND(S) ®SCALE:]/,-1' CD SCALE S/,-1' wolicqoaxMIAMIBEACH CITY OF MIAMI BEACH COSIMI= 300 000"PE E....A '.s®''' we qm it PETALS.. ••••,••••••• moue wpm.op pT RRr. VENETIAN ISLANDS SEAWALL IMPROVEMENTS crv. ..,RWa,.e..r no ergo_ _R/• r...R/• A.A.or. _ „^ ••••••,•••"•' SEAWALL DETAILS r..e =••• w Pm MILAN wore D. MO a.r L Pte..s--'i_ CHAMFER EXPOSED CORNERS%'(TYP) R' T.O.WALL GRADE S' MIN.EL..(+)5.70•NAVD88 /S O 12'VERTICAL 14 \\j\�\ /S 0 TO HORIZONTAL TO EACH FACE WI 3 CC(TYP) RESTORE GRADE TO / V EXISTING ELEVATION 4' E SEEnV PLAN / /// /// / // /S HOOK �,/1 O 12 /\/HOOK/5 VERT.BAR • \�TkB. / (SEE DETAIL / 1r 1 PROPOSED RETAINING WALL TYP. 5 HOOK EMBEDMENT DETAIL <-ta SCALE:]/a'.t' ®SCALE.]/a-.1' MI AMI BEAC1 1 CITY OF MIAMI BEACH all Stant= cm womowt AIM�n �A., w� ""w'"� - P.'"'..KAM.Onr""•'° PUBLICWORKS!!►AR..y SCE VENETIAN ISLANDS SEAWALL IMPROVEMENTS rnnm..n wuew.w.wr nu n.�<— wfp.µ -L M n/A e.. "/A m. ••� SEAWALL DETAILS ^'•`•� - a0•u. �+^^^—��- w w.4. w.vio. 4.1.00. On.wPoyn ...tom a.„.ys_ • NOTES ME FOLLOMNO STRUCTURAL NOTES ARE FOR USE ASA GUIDE STANDARD.A STRUCTURAL ENGINEER OR ARCHITECT LICENSED IN FLORIDA SHALL PREPARE CALCUUTIONS AND STRUCTURAL DRAW.AS PER FLORIDA BUILDING CODE (FSC)M B4 RSUBMITTAL THE DESIGN SHALL PROS.A CONCRETE SEAWALL ASSEMBLY M A b-TEAR USEFUL CE SEANLIFE THESE GUIDE STANDARDS ARE FOR THE RPAIR OO LLSEAWAS AND FOR THE CONSTRUCTOR OF NEW SEAWALLS.THE STANDARD SEAWALL DETAILS SNOW THE REPNR. GENERAL I. EEVAMES SHORN REFER TO THE NORTH AMERICAN MEMOCAL DATUM O 1988. THE E SITE SPECIFIC MEAN HIGH WATER(NNW)ANO MEAN LOW WATER(MLR)LEVEL MUST RE w4U0ED IN THE PLANS. 3. ITIS THE INTENT OF OF HEES WIDE VING USTANCA S TO BE IN ACCORDANCE YAM APPLICABLE CODES AND REQUIN. INTENT OF MESE PLANS TO COMP,NTH LOCA,STATE,AND FEDERAL ENVIRMMENTA PERMITS ISSUED FOR THIS PROJECT.IT SHALL BE ME OWNER'S RESPONSIBILITY TO FAMILIARIZE AND GOVERN HIMSELF BY ALL PROVIOES Cf THESE PERAPTS 5. APPU9 BLE°MONO CODE:RORTOA WILDNG CODE(FSC)2010 CR CURRENT EDITCN. STANDARD SEAWALL DESIGN IS FOR NCR-OCEANFRONT PROPERTIES 0 TO STORM S. SURGES R POUNDING SURF,ERODING SHORELINES ANO WALES OVERTOPPING FROM COASTAL STORM EVENTS, THE STANDARD SEAWALL DESIGN SHALL TBE USED. 7. AS-BUILT/RECON SURVEY RLL BEREQUIRED UPON COMPLETIOO N SEAWALL SURVEY SHALL BE PERFORMED BY PRCFES90NAL SURVEYOR AND MAPPERUCENSEU IN ME STATE OF FLORIDA.REFER TO OTT O:RAMI BEACH WORKSPUBUC MANUAL 1 SECTION I A.2. B. LL EXISTING UNDERGROUND OR ABOVEGROUND UTUTES PIPES,CABLE,OUCTS,EQUIPMENT,DES ETC. MOR TSICE THE POECT CONSTRUCTION LIMITS WHICH ARE DAMAGED OR OSRUPTEASA RESULT OF E CONTRACTOR'S OPERATION,SHALL BE 1MMECIATELT REPAIRED AT THE CONTRACTOR'S EXPENSE AND TO THE SATISFACTION THE UTUTY OWNER'S AUTHORIZED REPRESENTATIVE.REGARDLESS OF*NETHER THEY WERE SHOWNCR NOT 9IOWN M THE PUNS CR LOCATED OR NOT BY ME OWNER'S REPRESENTATIVE,THE UIUTY COMPANY.ON SUNSHINE STATE ONE CALL O FLORIDA NC. 9,1TN0S: UTUTY COMPANIES OT CITY OFDEPARTMENT TEL(305)673-7080(WATER.SEWER,lt DRNNACE) STATE OF RORIDA DEPARTMENTGHTTEL ON TRANSPORT AEON TEL(305)170-5387(ERODES) POWER k LIGHT TEL(305) 8(ELECTRICITY) MIAMI-DADE WATER AND SEWER DEPARTMENT TEL(305)889-7658(WATER A SEWER) MIAMI-DADE PUBLIC WOENS DEPARTMENT TEL(455)5E2-3170(TRAFFIC) BELL SOUTH TELECOMMUNICATIONS TEL(305)222-8745(CtlMMUNICATONS) PEOPLES GAS SYSTEMS,TECO TEL(951)153-0817(GAS) ATLANTIC BROADENED TEL(455)861-8089(COMMUNICATIONS) PRECAST CONCRETE RUNG 1. PRECAST CONCRETE PIES SHALL SE 12"112"OR 14'x14"PILES RM 5000 P. MIN.CONCRETE AND 4-1/2"OA. 270 N.U.ASM AN6 LO,LAX STRANDS RM 2 lS"MN.MO..COVER TO DES. 2 PRAM BATTER PILES:18 RxC PILES 8 CONCRETE AND REINFORCING STEEL T. ALL CONCRETE(EXCEPT PRECAST PILES)SHALL HAVE A OA0 WATER/CEMENT RATIO AND SHALL ATTAIN A MOIMUR COMPRESSIVE STRENGTH OF(T[)5000 PSI AT THE END OF 28 DAYS FOUR(A)CONCRETE CYLINDERS SIAL BE TAKEN FOR EACH 50 CUBIC YARDS OR FRACTION THEREOF AND SHALL BE TESTED AT;7 AND 28 DAYS SLUMP SHALL NOT EXCEED S"(a/-I"). 2. AU_RENFORCEMPIT SHALL BE 80000 PLO(Fy)NEW M A815 GRADE 60.ALL EAR UPS SHALL BEA MOF 48 PLACING OF REINFORCEMENT SIAL CONFORM TO THE UTEST ACI MANUAL OF STANDARD PRACTICE CCOESS TIERS 3. ALL CONCRETE SHALL BE PLACED REIN MINUTES FROM BA TIME AND MBRRT AS REWIRED BY THE ACI • PLO CONCRETE PRACTICE TEMPERATURECFCONCRETE AT THE ME OF PLACEMENT SHALL BE BETWEEN SOL I. NEW MAN 12'(MAL AE)SEUFTSS TO CLEAN AT LEAST 9 NTH NO ORGANICPTHEA OTHER MOONED PROCTOR DELETERIOUS COMPONENTS.DRY (SBE O-1557) u MAXIMUMNASTY(ASIM MIAMI BEACH �°'°°°°P CITY OFMIAMAIBEACH ()sbmsc anl« �TusEEB �» ALM aT WW, _� mum wows DlBImRT en ^^t VENETIAN ISLANDS SEAWALL IMPROVEMENTS - Fr.� es.N/A ,F,��.N/A inecm,^^'4N'.•a•,e•^•••m FL v'• GENERAL NOTES .......m. grvENRIIEWI.WNUAw.w.,.w c..F. sF WILT ..o..A....®e� „W CATS PAOSAN *PA WT r0.2MLe W.. .333•••• • MIAMI BEACH PUBLIC WORKS DEPARTMENT VENETIAN ISLANDS SEAWALL REPLACEMENTS VENETIAN ISLANDS, MIAMI BEACH MARCH, 2018 0 LOCATION OF PROJECT N �'MIAMI BEACH 1 �[� J 8• mm 0\7-�� (--n--- N s� P o�Y TEAR. CITY OF MIAMI BEACH / DotlI MAYOR: DAN GELBER / ` INDEX OF DRAWINGS COMMISSIONERS: MICKY STEINBERG (I1E99�)I meEE meE xs�nm MARK SAMUELIAN 2 g 4 Sw 1 1 C-o cow+SLEET A INDEX CF MAYANCS MICHAEL GONGORA 1 § x w-1 owlALL KEY NAP KRISTEN ROSEN GONZALEZ RICKY ARRIOLA ,A i � a x c-1 LncATul MAP-SAN MARINO!SLUM JOHN ELIZABETH ALEMAN WAY •a c-x LOCATION Mev-pUDOMIl ISLAND (SI I(� Q g S c-J SITE RAN-W1 wMNo(5) CITY MANAGER: JIMMY L. MORALES it w{I 3a a] 9 c-a 9TE RAN-p00-MO (rpm.1 t 2 S C-s SFAMOa OVALS-Sm 5AMNo(s) CITY ATTORNEY: RAUL J. AGUILA III v"wIL %II M-"L"SII a c-e SEAWALL o[ruLs-SAN uAIANo(5) 75 9 C-7 SEAWALL DETAILS-SAN MARINO(9) ASSISTANT CITY MANAGER: ERIC T. CARPENTER, P.E. 10 c-e SEAWALL tarots-00300(SW) 11 C-9 SEAWALL TYPICAL DETNLS ACTING CITY ENGINEER: LUIS SOTO, P.E. IR C-ID GENERAL NOTES I DI UC9 ® Stantec BID SET PROJECT LOCATION(S) 800 Fairway Drive,Suite 195 LOCATION M A P Deerfield Beach,FL,33441 ENGINEER OF RECORD www.stantec.com work Order sheet 1 et 12 Drawing C-0 (f 'I, litt. 71.1kiiiiir 'reit .i. *L 491" .5 I Ai.. . • j11. i i . ,„tahANA4-S.., . -.4..- lit =:'fliii" 1'' -44 o ' •Is - .c gi,NO I.dilM ' .ir AIM'4, ,1111 I. 1 .04 4 4" ' -- 4644 Vitt ' ,lir:,..* r,,,,.. .....,. .:,.......,, ..., T .' 1 II IMPI''4,i.4 4 •'...: SO . ts441 ' • 4,:i St 71r OS*• • , . . -ss l'. - - ''..1 ,IIM.r.e. ww.P.I ';01.011'1 i Pr74,' '''''''•' ir ',IV',. ,tA4. ." , -...• r',A.W. IP' Rit. • .'"' IA — KEY MAP .0.40........ MIAMIBEACH .TY OF MIAMI BEACH Clii Stant= .,.......,...--........ 7..7.=..E/: ''''3"--- : ow,.cAveffnk•• 0.1.BY-21.- r........1.SG./R.. ........ PliEt.IDDIORKS DEPARTMENT "‘A VENETIAN ISLANDS SEAWALL REPLACEMENTS _ ,..,.. ' 0., ___ OVERALL SEAWALL PLAN .. _. N.. ... .v cy,0.1,V116 .1.j,,__, I L ,„.... yAN "eti !.WS ,bMA , r MS ° / E �1 ,- RiryO � 5N- � ‘ ®tl � • I ~� ! t f AKEY MAP 4 i 9 r. r -1 j w.l« N: 529503.0058 653/136JA - 0:,931651.8160 1 / � �. - ZPIR . 1 .50 L ONC. + ca...6X ION 5.99 LF CONC. .•P XTEN I• 18.78 LF SEAWALL REPLACEMENT SAN MARINO ISLAND - SOUTHERN SEAWALL wur.�'•p' MIAMI BEACH CITY OF MIAMI BEACH _ CO Stant.c • .....•••^-T.- .• °n " PUBLIC WORM Od1111TrfNT ... VENETIAN ISLANDS SEAWALL REPLACEMENTS an•w.•wwuuw.o...... we.•"Z• ..._L ...e.."2 ...n....,,...M...^o.........o.^." LOCATION MAP.SAN MARINO ^""'- •u• m^^^•�^-� wan w>w Anew ...Llaqap •,.._7..t2_ •...• e-1 '?ow, • . LF EAWALL REPLACEMENT 1 N: 529332.5135 ;=�% ; �. o o KEY MAP ° ° E: 932597.3866 Ilk)/.la...* h', 'ST DILIDD TER. I*, -- � �I-L r terrr7 '/C'' —,..1_411 eat- ° 529302.548(1 - -.—— • E 932598.865C DILIDO ISLAND — SOUTHWESTERN SEAWALL SCALE�••zo MIAMIBEACH1 .00X CITY OF MIAMI BEACH ()SIM11611C `m' .22.22 later Pow.* -� ••o•a•v'•� �.—o_a,¢.w.en PUBLIC WORKS DSPARTYBNT ^Ac VENETIAN ISLANDS SEAWALL REPLACEMENTS uv.�era euee �nn x�_ LOCATION MAP-DILIDD •••••••• rx.. vsa. .>�.�.r.� man wwrw r.n.. o_.o••."/• .�."/L e..."/" ,LLa ono,�L - I1 — _ @9 Ii I SII �� I V b..t.y ;1,4.. ,`'� Z I. . j � V)I II II J - 2 r — W ii ii iI ".. ' �1 It 1 1 — YF ''1 1 1 W ,` _ =1 11 11 1 i - ^ 11 1 1 II 11 1 I ..< , I II II 1 w`.1 r. 11 II 1 , 11 I i 27 LF OF RETAINING 27 LF OF RETAINING f'f=�= WALL SEE DETAIL ON 1 T_ '�-��I f i SHEET C-9 - WALL SEE DETAIL ON „ r, II 1 q , SHEET C-9 I - 11.00' 1, Ip1, ( ,EA;, 1 11.00' 'SA <ElY UAP �__ -j I I 4111. 34'x53'ELLIPTICAL ,1V L___C_ _�' OUTFALL R 1 1 , B cP q15 ,ry� , Q�6• a *BACKFILL— TAPER FROM 6"BELOW 9a •Op• I i R ,�. — SEAWALL CAP TO EXISTING :�' R/W `�, XIST. 2' CONC. GROUND ELEVATION AT HIGH EXISTING �{. I �h �A �II SEA WALL CAP — END OF DISSIPATER BOX BATTER PILE I Y.�I 1 I IO' :(b' -- __ (TO REMAIN) I 1 '- .aFILL‘ANNULANOTEN PILE.5. CONTRACTOR IS DIRECTED TO THE I. ��RI (THISA,REA ONLY RSEE ADETAIL ONCE E SHE7 C-6) REQUIREMENTS IN THE CLASS 1 DERM PERMIT REGARDING MOORING yry q�;:F EXISTING PILES OF BARGE. WHILE WATER SIDE >7 1°G��? WORK IS ALLOWED, THE BARGE s`.. VED TRO BOAT DAVIT itellinigial (TO^REMAIN) CANNOT BE MOORED DIRECTLY ' (TO BE REMOVED FROM CITY R/W) " ADJACENT TO THE SEAWALL; DUE EXIST. 3' CONC. TO THE SHALLOW NATURE OF THE EXIST. 3' CONC. SEAWALL CAP BOTTOM. SEE NOTE 3 OF'SPECIFIC SEA WALL CAP 5.99 IF CONC. CONDITIONS'IN THE CLASS 1 PERMIT. 5.50 LF CONC. CAP EXTENSION CAP EXTENSION N: 529503.0058 E 931651.8160 oaN: 529502.1017 12'SQ.BATTER PILE P. . ,O. TYE: 931633.4969 ;a [(2)TOTAL] 90 " 12'SO.KING PILE TYP.- x' 18.78IF SEAWALL ` [(4)TOTAL] REPLACEMENT BISCAYNE BAY SAN MARINO ISLAND — SOUTHERN SEAWALL MIAMI BEACH CITY OF MIAMI BEACH shrt.c on wraps "° " " °°" -- ,..�srt^^' j 0 MOM WO1JIS 0lpARTrlNT ""r• —VENETIAN ISLANDS SEAWALL REPLACEMENTS '"," w-2` A....:L ..n ....+.../ . •p•=^-• `-• ..v.. SITE PLAN-SAN MARINO SOUTH —M— ...,www�. w u.ar m1:::Z=._ .,.." 1.,.d. ...n o..%Mil. .,.,,yZ ....—ca1— 16 1►\l \ / EXISTING CABLE TV EQUIPMENT „� F-S� p y 1 (TO BE ABANDONED AS PER •;4 b'?' !`��w.n..l x% 0 I ATLANTIC BROADBAND) igi�. x,° 1 WING WALL ON OFFSET z 1 FOUNDATION y • If 22 LF OF RETAINING 4'ALUMINUM PICKET FENCE a I WALL SEE DETAIL ON I (ANODIZED BRONZE FINISH) SHEET C-9 UTIUTY BOX TO REMAIN. y..�. ADJUST TOP OF BOX AND • yl N: 529332.5135 I R HATCH TO MATCH NEW - pT 4 E: 932597.3864 GRADE 12-S0. BATTER PILES TVP. I ------ Rf '1 Fi [(3)TOTAL] '4.1: __ —__ ' -- EXISTING 4'UTILITY CONDUIT , • agg - (TELECOMMUNICATIONS) -- .._ __ 530x ,gyp 5 HIGH •LF. (TO BE ABANDONED AS PER i 'HEDE __- �" --I I'�� ATLANTIC BROADBAND) ' ' 03 - -- - 0 0 0 >_ O0 '33 , p 9 METAL _—_ x Q ./ x, x6?p q •. .. R/W c KEY MAP ^p 02 ��ry , 14ry ti9 on 0 30 LF SEAWALL - C 1 } xp1O z NOTE:CONTRACTOR IS DIRECTED TO THE z REPLACEMENT hti x ® iI PROVIDE BACKFILL £'I, REQUIREMENTS IN THE CLASS 1 DERM z "''.O xb MATERIAL: TAPER FROM xy PERMIT REGARDING MOORING OF BARGE. 0' } 8" (/ I BACK OF WALL TO WHILE WATER SIDE WORK ID ALLOWED. x 0' J'. 1 EXISTING.SEE SECTION THE BARGE CANNOT BE MOORED 8'pOx0�" p`V` I aB tiO A' DETAIL ON C-8 DIRECTLY ADJACENT TO THE SEAWALL; U ,(1t_---- --, DUE TO THE SHALLOW NATURE OF THE ( ) c"" BOTTOM.SEE NOTE 3 OF'SPECIFIC 00 �� -6.68x -- " ------.�i•'ry--- xp0 CONDITIONS'IN THE CLASS 1 PERMIT. x z �1.3y R 12'SQ.KING PILES TVP. 81 1 [(4)TOTAL] i N: 529302.7602 CONSTRUCTACWALL ALONG E: 932599.5001 .1,1, 22.00' ADJACENT R/W UNE 22 LF OF RETAINING EXISTING SEAWALL A°j WALL SEE DETAIL ON W/BRICK CAP 11, DILIDO ISLAND - SOUTHWESTERN SEAWALL dog MIAMI BEACH _ CITY OF MIAMI BEACH LL _ ()Str,tWc a •OPIKTM w¢"`r••xm re ""�'��� .-=--, - „"W�• PUBLIC WORKS DEPARTMENT ""L VENETIAN ISLANDS SEAWAREPLACEMENTS rnexww tam �x "+�•+'L ••••2L. .."^"—L '�.�� •."^,<'•�•-^�'..•• SITE PLAN-DILIDO SOUTHWEST ^-•�0 w .gear.. -..•.�.� to,Pon 'MON •n.•. ...IMP." a.1•n .....em t ONE LON DOITO(L • G PILE ALL EXPOSED EDY6 TD RE t auMRnNr_ `M• SSEW LL P .155 BEEF CW.BAR .� NEWALL LW eTN(5) E[MAT.SMS Sm BFx�D ANDT. N CLOSELCSED TS•EACH nn AND(AN Of PNeFCI�ar DTEE•FTY MMATCH E°.TNn TM DF CONC WALL MAMMAL sum.WATDeIAL 6 )�ax D_.(.)SA'�AVOa M(C S> VC M MG SME MI 4. ELLIPTICAL CONGO .SWNTO RENNALL \ \//\\\�/\\\//\� . Sep` 1�S'MG MO CM NEL ae1W ESTDD PeE GRAw5 NEW �"S PRECAST CA PA OGG EL:(.1aW.a r / I.s _ . • ki NWTI ET,1.#R EMBEDT NST I OLE TO41,Ee51GRADE \ \ •� �T! I'Yx EIaEDMExi WTO i1Ru EL-(.12Y'NA tai• WTEAtlAALPIES TD NAVE A L'TON / TS PefR ro RE _ELN MANATEE CRATE SEE \AN NL, • IMY SPREE C-e FOR DETAILS \ SS 0/c01-;\\.101\113. \ D �wW %(/\xEx'�AA\ 1\( N_, . .$11..(1.X1.16.NA d D i.xiu•NAG. NA,g7.21,712,\ mo'M '\ • ; 9 _ i1 I o I o — _ �:. — �a-(-ria•GAGS �I — �a�->,.Nr MANDu \—• f I is Euv.M. • :x� KW'// J amAu \ • — ox r-.' N'.55'MM.W 1EALL / I$VØ:jg .TALL FP RM.(,Y D DAM WIIOla rum OF EMsnNC ..e././7., , 1`, SI LOT SLOPE SHET sAwTO GNAW .. )An •La we UNaD SPACE wTCr _ S � O) ` =`r \jy '/ MOLE: SEEPPFxE CW NET w L wAS REPLA11 / x N WAIL NEW GENT PRECASTnew MATM1 PSE N ASO /0 MC PRE SM,rwl MDT.acv wear N WO-SAME NING pus TOaHAVE°A u TON MATERIAL pLVA,ON a DTOP ® EXISTING SEAWALL SECTION -SAN MARINO(S) ®PROPOSED SEAWALL SECTION -SAN MARINO(S) SCALE:3/.#...# SCALE:S/.'.1• MIAMIBEAC1 1 - CITY OF MIAMI BEACH COSH AA..AA serc.AAAA w"narE �� •w.a.'""Ca'. •..N...suvu o<.Aua.e VENETIAN ISLANDS SEAWALL REPLACEMENTS ��` w ./A •.•.N/A Wwos"L_ PUBLIC WORKS DEPARTMENT "^L NVNn �a ^°��"<^"^'. ""''�'•'^ SAN MARINO SOUTH SEAWALL DETAILS —..-..m. anawNew.NwYA Me"w..Nn. :ANu „..�.�__ �DAx awiw wDn ....IMO ®,.._L yy- Gw.,e,�.-._ EXTEND NiNx G w�LL 1 roCAPAMWrce SEE onw S/FS .._20. N (a7p rC�� ANO SMALL CAP wu La?i�iit �;1"'aMFL nE5 w ix•o.Gtl (i)p OARS EA.UN • �T 0IAN.P OARS ECAP RAVENS SEAWALL it [�-(�)S) wee 4,EMTNO GAP NNW e_[$ENOTeM CN Ir1WT �/ d=(.M Td / d=(.Mta MADE usao.Aal ' SEAWALL LLP fl-.2T wM /, 1/ L We eA OE a,E= _ 11 v .SEL. (}Ty TELT) v �W. Ei-(.p.Tr ruwee CE"W 7'.x.wr ru uR mA¢w/ �r. 7 .:2 Ew.-(-n.e.•x.w.e ///,/ el-(-n.w xewr (PARR.,SEAWALL " L»,CE (TO eouw7 ��CONCRETE F::::, No RMMLL TO WY N SEAWALL ro REMAINUOIM ;1;0M01 LLO011NE lAmROT) T.D.IMMUNE{APPROe) �.�y�- rEo„w.MM NE7\c' v . !E.WV MOWN e0i.FILM UMW= 7.,.. ri-- iiiii EXISTING SEAWALL SECTION—SAN MARINO(5) PROPOSED SEAWALL SECTION— SAN MARINO(S) ®EAST AOJACENT SEAWALL CAP EXTENSION ®EAST ADJACENT SEAWALL CAP EXTENSION SCALE:3/4'-I' SCALE:3/C-T' MI AMI BEACH M"°"°°R CITY OF MIAMI BEACH ()StanrtsC wn W www.. �cwe.re E w Eng a o"..a c.a... >uYLL°�Yu`° VENETIAN ISLANDS SEAWALL REPLACEMENTS an_Oa_ :." ......2 .-.nNr WMLC wows OV11RTMICMT 91� .wxa.nree.ww...n „r„..„..„,,,,,„.,..,„„„‘„ ........ SAN MARINO SOUTH SEAWALL DETAILS •••'^•�^^ mw. .eww .r.on o1.a.121Ls w*yy_Z uu,W�y_ OARS MOM R4ETZIADE MTD GP.Y.Pr PROPOSED RETAINING 1001 OPTM IQ p CENT WS MS 0.0 DIMINO one N ROWED DES•13.D.C.. .roeu SEAWALL DI (3)N CLOSED 16 e Y O.CNO O-.(391.7r99.133 wMMe Tr- (3)AI WB FA OK MOP NC ��.. 10 p PAWAOP COSMO ON WOE( V •comm W NPMi \ I ...um! :12-9031.11E iuwr PM mO / Ba_Nn�r PASO / v AAAA /../ Ba-(„.w MA F�,lP eEMOO (A eFWY) MING COMM (IBI PA•NL f A EO1P NMF B•3 PAWL MR. !POLL A MOW Øi (�pP®eAL CE) PAWL A•OPLL 0,130:3 ePAVD em ALL) TO PAl•E INPPZ) • TA PAPE(APRON '0'.'P �. 1323.3 1•101334 �'�T‘V -/""/ : ke\'7,AN,C- _ /"C-4-#* \.-/-, MOP POI. --- -...-:\ NA FIEv PMMDeMA --- iiS, MT.DIV LOO OM // EXISTING SEAWALL SECTION -SAN MARINO(5) PROPOSED SEAWALL SECTION - SAN MARINO(5) ® I'WEST ADJACENT SEAWALL CAP EXTENSION ®WEST ADJACENT SEAWALL CAP EXTENSION SCALE:3/c- SCALE 3/c-r MI AMI BEACH CITY OF MIAMI BEACH I,sumac cm wove.ANAL 939(Ess ee r39—N- M 'w 0eI "° mime NOLO(..NARTM.NT "I. VENETIAN ISLANDS SEAWALL REPLACEMENTS tlM1epM�MMa•..Mwr�. oePMen�� au 999999_1L' Ry.M/• v.v. "/. '^' ^' ' •- "Y" SAN MARINO SOUTH SEAWALL DETAILS —'ice w. --�--..--• w Pm w.+w. (Po sr oP aemne .,..•a,z D..... o-I • I -e EPDXY ED OM.DRILL ROOM E,OSTw CHAIN IMN FENCE I ,u[POSED EDGES Cx,xEFANI TE EZALL.L p le ¢P[ON ixs)b c�ice (m RE REMOVED) BEND , 0.1 CL ]' I AND Cf P •3'0C.s s urh SEE Qf PIIEAMD Aias� ..00 I RRrASE IeAAaru. • 1 Lir.o.E oaosE _ ( TND) MF. }, `RNw. (+)srD�NAvoee TOP Or 121 I SAD uv xExwi AERMINE N ireEAREPLACEl /\/\/,\\\\/ ■ll 1 REPLACED. � //\/\\/\//\�\/, . r . wAOE TO xExraD.wroScO r EIS A.EATMO w N ' CONCRETE NEW V MAME.PANEL \. //\\ ,CN`I,PRIOR m RACIFIL Nw,YN,Y PRECAST MC PILE.'n n,TEAW/////\ 111 nESS TO NAPPER 23 TON CA.PACTYTM PLACED///X/\// T RDMONMONO OM •EL_(.)0.10'MA COMM TallyNI MCNT Of • •71-'(.)0.,0•NAV= b CONCRETE REMAx ,ACE Mm��\\\/\ . v •ELN-Il.w'MV000 MPR 1t,PACE O /. \ : •E1-�I-),.fY MMIO [mitt Mu PARMur AMNO Rw ROTAIMD \�\/j\ ,, MPROl E (_)AN' O. N '` • •iMPROR FL_(-KM.P RAP ��%r5/‹.\3\ te \�\/ P ›Ig \<; �� IIIAX NSTALL LL M ON SHEET 12 IA,n •,•V‘\/\,),//./ .. ...‘ \�\�,�C, /` yam\�\\ ...\\,‘,....,,_______/ .�� MNTH A IM-P ES TO N PE A 2 vTO 11 iNW PR CA NAVE NTO R0,UN SOT.ncv MM.1 ' em.ELM Iwaawl ��^'. \ I ® EXISTING SEAWALL SECTION-DILIDO ISLAND(SW) ®PROPOSED SEAWALL SECTION -DILIDO ISLAND(SW) SCALE:3/1'-, SCALA 3/e., MIAMIBEA1 xowmrvam CITU OF MIAMI BEACH ail SUM= m �crnMm.PE w•••.—- •aa o. ouc+a. ..ra~.w�i 'Mv.«u ay.., OLE MOORS DEPARTMENT nTc VENETIAN ISLANDS SEAWALL REPLACEMENTS .. -- enNr "^ DILIDO SOUTHWEST SEAWALL DETAILS — �,w.Ru aw �.. •++.� .n RcnR �,.•.•..--... 'I,DATEx�D. °"L v.r+/. u.."/. IS• S' I— •=4r- I I r " COR ERS CHAMFP(TIP) B" �' FILL MATERIAL T'0'WALL . I —r—r T T—i. GRADE VARIES B" 6WIN.EL-(+)5.70'NANDBB TICAL . l \-GP�^ •o o�LaGi /5 O 1A HORIZON \` EACM FACE W/23"CC(TVP) • \ \ / RESTORE GRADE TO • • Taw wC Wm g"npAsj rw \ \ V EXISTING ELEVATION ( 4' (EXISTING ELEV. SEE PLAN • ;; I"T'irr. {ILA•Er P �E�T128, /\//(P DETAIL 2/C-9) ��j4 ot2HOOK kir nNau - 'fie,O. \/ • / � INA« /5 VERT • / _ P.N. mmow ®PROPOSED RETAINING WALL TYP. • `E LIC —L /5 NOOK (M.) FOR 10'-0'0/L OC PILfS,MM+RC COMMON No ' FAAOILR MOS Y SNOOD NW Tw IOC PILE( — 75- TO S SPbC Filw TWO i ORS EOM 12.ON BOO PER ssrnw ani; .z IN n.r.E. 10• PROPOSED TVP. SEAWALL PANEL ELEVATION PROPOSED SEAWALL PANEL ELEVATION W/OUTFALL 5 HOOK EMBEDMENT DETAIL SCALE'.J/4'•I SCALE:7/a•.1' SCALE:S/a'�I' �ax4 I� � /--rt - - 'MOTO 1.. SSTAAMOBSVASSSTEE.BSMSA PLATE MPS DOLTS NO MOTS SMALL OE OF WANE QUALM ®MANATEE GRATE AT PIPE END SCALE:S/a•A1• MIAMI BEACH "--°°" CITY OF MIAMI BEACH co$tontec n c » . F wP�� "�� �"wm `"..".A'14C•11. WORKSPUBLIWORKS DEPARTMENT "'LL VENETIAN ISLANDS SEAWALL REPLACEMENTS n. 5 --_ M.N.• r• NAA •• N/• W..pt.- " .m...,a.a.,..o......:.".. ,,,. SEAWALL DETAILS a..•w".w.'''''''''''''''''''''73c./.6. ........,..�.. w.A., ,aww M.O..' a...•AL L M...1.AL1 "•ter • NOTES: E FOLLOW.STRUCTURAL NOTES ARE FOR USE ASA WIDE STANDARD.A STRUCTURAL ENGINEER OR ARCHITECT LENSED IN FLORIDA SHALL PREPARE CALCULATIONS AND STRUCTURAL DRAWINGS AS PER FLMEA BUILDING CODE (TIBC)NM SUBMITTAL.THE DESIGN SHALL PROWDE A CONCRETE SEAWALL ASSEMBLY NTH A 30-VEAR USENL SEANCE UEE. THEY WIDE STANDARDS ARE FOR THE REPAIR CP EXISTING SEAWALLS ANO FOR PE CONSTRUCTION OF NEW SEAWALLS.THE STANDARD SEAWALL DETAILS SHOW THE REPAIR. GENERAL T. F3EVAPONS SH001 REFER TOTNE AMERICAN RPCAL DAVM OF 1988. PIE TR EA SKOOG MN HEN WATTH ER MHN)AND MEAN LOW WATER(EEL R)LEVMUST BE INCLU0E0 IN THE Z PLANS. 3. IT IS THE INTENT CF MESE WIDE STANDARDS TO BE IN ACCORDANCE NM APPLICABLE CODES ANO REQUIREMENTS OF AUMONEES HAYING.UN 4. IT IS THE NTENT OF THESE PLANS TO IT 94 V M LOCAL STATE,AND FECERAL ENVVIONA.TAL PERMITS ISSUED FOR NE PROJECT.a.ALL BE ME GALEAS RESPCNSRWUTY TO FAMILIARIZE AND GDACIN HIMSELF BY ALL PROYS.S OF NESE MIMES 5. APPUABLE Bur ONG CODE:RONDA BOLDING CODE(FBC)2010 OR CURRENT EDITION. 6. S ALL DES.IS FOR STANDARD G SURF.ERODING.Ot D WAVES OVERTOPPING FROM COASTAL SON EVEN. ME ANLL CEO.SHALL NOT BE USED. ArR 7. HILT/STANDARD SEAWALL ALL BE PERFORMED BY AS-BUILT/RECORD PgOESSONAL SURVEYOR AND MAPPER LICENSED COMPLETION STA.OF FLORIDA.REFER TO OTY OF MAN SEACH 8. ALL Ix10ESUaMSDDUCT.EQUIPMENT.DEWCES.ETC.• n OR.11ENR CT CONSTRUCTION UTILITIES AREANAGEO OR OSNEPIEO As ME CONTRACTOR'S OPERATION,SHALL BE MMECIATELY REPAIRED AT ME CONTRACTOR'S EXPENSE AND TO ME .115FAw ME PUNS ORNEP WERE SHOWNOR NOT SHORN LOCATED M NOT BY ME OWNER'S REPRESENTATIVE,ME UTILITY COWAN,OR SUNSHINE STATE ME CALL OF FLMIUA INC. 9.KNOWN UPON IES:MIAMI BEACH PUBLIC MCNKS CITY OF NT TEL(305)673-2080(WATER..VER,•MENACE) STATE O FLORIDA DEPARTMENT GP PORTATION TEL(305)420-536>(BRIDGES) FLORIDA ROWER k LIGHT TEL(305)5)042-442-5966(ELECTRICITY) AM-000E WATER AND SEER DEPARTMENT TEL(305)669-2658(WATER R SEWER) AMI-OADE PUBLIC WORKS DEPARTMENT TEL(305)582-3420(TRAFFIC) BELL SWM TELECOMMUNICATIONS TEL(305)222-8243(GOYMUNE.1.S) PEOPLES GAS SYSTEMS.TECO TEL(954)453-0812(GAS) ATLANTIC BROADBAND'TEL.(305)861-6069(COMMUNCAEMS) PRECAST CONCRETE PILING 1. PRECAST CONCRETE PILES SHALL BE tt.TZ M 1i.Ti PILES NM 5000 P.SI MN.CONCRETE AND 4-1/2'DA. 220 I.SI.ASM A416 LOM-UX STRANDS NON 2)S'MN CMCRETE COVER TO TES 2. PENCE BATTER PILES 5 E NG NUE CONCRETE ANO REINFORCE°STEEL CONCRETEI ALL (EO NES)91 TW/qY METGM O(Fc)15000 P.SIALAT THE END OF a DAYS TOR(A)CORCRETEALCYuEMO SHALL Y TAKEN EFOR EACH 50 MSC YENS OR FRACTION MEREOF ANO SHALL BE TESTED AT;2 ANO 26 OATS SLUMP 91011 NOT EXCEED V(4/-1•). R. REINFORCEMENT SHALL BE 60000 PSN EN YIELD(FY)NBILLET STEEL AT ACCORDANCE MIN M CODE 60.NL BAR LAPS SHALL PLACING REINFORCEMENT BE O RN RPR 9L OTI L ON TH N E UTEST AO MANN1 O CG STANDARD PRACTICE OES 3. ALL CONCRETE SHALL BE PLACED WEAN 90 MINUTES FROM BATCH TIME ANDVIBR TETED AS REQUIRED BY ME AO OF• AL CONCRETE PRACTICE TEMPERATURE OF CONCRETE ME ME O CEMENT SHALL BE SETWEEN SOIL t WYPACTEOAW 4(*0)LIR TO AT LEAST SSS 90I ME 001RE0 PROCTOR SU0x 0MN M OEN5TY(050* D-1552). RIP RAP I. RIP RAP STABI)ZAECN HAS BEEN EVALUATED FOR USE TO STABILIZE THE BASE OF THE NEW WALL PANELS PLANS ENONNG EERS AD. IP RAP NALYSS INOICA'TE5 RN RAP OSHALL BE FTHISSUE IS STABLE AT 1.5 TO ED AT MAANUIA L.5 TO I ROPE.AS SHORN IN ME MIAMI BEAC1 OIM CITY OF MIAMI BEACH 'SU NWr1K1.T`wW en... 09. e.o.a«a Neem • w.H_sA.NL rcnurR VENETIAN ISLANDS SEAWALL REPLACEMENTS omopm .r N/A s."/A WMCf. PUMAS WORKS 0BAl17rAlIT "^E' FAIYAERXNa1/No. HAIL E.1 GENERAL NOTES —'�� W.V.- am. �--^-_-=-- WR SUN am. *pm.' R..W2/LR ATTACHMENT C CONSULTANTS RESPONSE TO THE (ITB) Detail by Entity Name Page 1 of 3 Florida Department of State DIVISION OF CORPORATIONS DIM C A-1 CJ ,tip.z.org c'O r2D1 :Y11(Oi'f an of/kin!Suits of Florida wetalls Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Florida Profit Corporation SHORELINE FOUNDATION, INC. Filing Information Document Number J17125 FEI/EIN Number 59-2695595 Date Filed 06/02/1986 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 04/17/1996 Event Effective Date NONE Principal Address 2781 SW 56TH AVE PEMBROKE, FL 33023 Changed: 02/06/2002 Mailing Address 2781 SW 56TH AVE PEMBROKE, FL 33023 Changed: 02/06/2002 Registered Agent Name&Address ROYO, JAMES ADP 1316 NW 127TH AVE SUNRISE, FL 33323 Name Changed: 01/06/2011 Address Changed:02/06/2002 Officer/Director Detail Name&Address Title DVP REED, BARRY S. 11060 SW 23RD STREET DAVIE, FL 33328 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 7/23/2018 Detail by Entity Name Page 2 of 3 Title DVP MCGEE,JOHN R. 11050 SW 23RD STREET DAVIE, FL 33328 Title DP ROYO, JAMES A. 1316 NW 127TH AVENUE SUNRISE, FL Annual Reports Report Year Filed Date 2016 01/05/2016 2017 01/05/2017 2018 01/10/2018 Document Images 01/10/2018--ANNUAL REPORT View image in PDF format 01/05/2017—ANNUAL REPORT View image in PDF format 01/05/2016—ANNUAL REPORT View image in PDF format 02/27/2015--ANNUAL REPORT View image in PDF format 01/13/2014—ANNUAL REPORT View image in PDF format 01/29/2013—ANNUAL REPORT View image in PDF format 01/12/2012—ANNUAL REPORT View image in PDF format 01/06/2011—ANNUAL REPORT View image in PDF format 01/05/2010--ANNUAL REPORT View image in PDF format 01/21/2009—ANNUAL REPORT View image in PDF format 07/09/2008--ANNUAL REPORT View image in PDF format 04/07/2008--ANNUAL REPORT View image in PDF format 04/03/2007—ANNUAL REPORT View image in PDF format 03/28/2006—ANNUAL REPORT View image in PDF format 04/09/2005—ANNUAL REPORT View image in PDF format 04/20/2004—ANNUAL REPORT View image in PDF format 01/23/2003--ANNUAL REPORT View image in PDF format 02/06/2002—ANNUAL REPORT View image in PDF format 01/22/2001—ANNUAL REPORT View image in PDF format 02/07/2000—ANNUAL REPORT View image in PDF format 02/20/1999—ANNUAL REPORT View image in PDF format 04/07/1998—ANNUAL REPORT View image in PDF format 04/11/1997—ANNUAL REPORT View image in PDF format 08/05/1996—ANNUAL REPORT View image in PDF format 04/26/1996—ANNUAL REPORT View image in PDF format 05/01/1995—ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 7/23/2018 Detail by Entity Name Page 3 of 3 Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 7/23/2018 Table of Contents A Identification Page and Table of Contents Bidder Certification, Questionniare&Requirements Affidavit Financial Statements Previous Experience and Key Personnel Bid Prices Exhibits • Sb .FT • - Inc., � 2781 S.W..S56`"Avenue .Pembroke Park, Florida 33023 Phone: (954) 985-0460. . Fax: (954) 985=0462 . www.shorelinefo,u'n'dation.corim May 3,2018 • Shoreline' Foundation, Inc. • Bid Submission for Venetian Islands Seawalls Replacement • • James A. Royo Federal Tax Id# 59-269595 4"E - -resident • tony@shorelinefoundation.com Shoreline Foundation,Inc. (a corporation) 2781 SW 56"Avenue Pembroke Park,FL 33023 Phone:(954) 985-0460 , Fax: (954) 985-0462 Members of: Deep Foundation Institute.Pile Drivers-Contractors Association.CASF -2 City of Miami Beach,Florida A 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, inall respects, made fairly and in good faith without collusion or fraud. 1 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. 2018-181-ZD Venetian Islands Seawalls Replacements& 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: jAmendmentr Amendments t� ' > Numer �Datelssu�ed ,rNurriber •Date Issued ' Amendment 1 4/20/18 Amendment 6 Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond ®, Cash ❑, Money Order ❑, Unconditional Letter of Credit 0, Treasurer's Check 0, Bank Draft ❑, Cashier's Check ❑, or: Certified Check 0 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: Shoreline Foundation,Inc. Address Line 1: 2781 SW 56th Avenue,Pembroke Park,FL 33023 Address Line 2: Telephone Number: (954) 985-0460 E-mail Address: tony@shorelinefoundation.com Social Security Number: OR Federal I.D. Number: 59-2695595 Dun &Bradstreet No.: 154650147 If a partnership, names and addresses of partners: Tames A.Royo,President Barry S.Reed,Vice President/Secretary John R.McGee,Vice President/Treasuer (Sion below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) BID NO:2018-181-ZD CITYOF MIAMI BEACH tvtIAAA I BEACH 59 A-2 (Siqn below if incorporated) • Shoreline.Foundation,Inc. ATTEST: (Type or Print Name of Corporation) ecr-t.• ---�5 Bar S.Reed �' .,_a►/r `Sld ignatu e and Title) (CORPORATE SEAL) Tames A.Royo (Type or Print Name Signed Above) Incorporated under the laws of the State of: Florida • BID NO:2018-181-ZD CITYOF MIAMI BEACH IvtIAMI BEACH 60 • 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 • CGC#1517337 . 30 FDOT _5_ CTQB- Certificate#El 922 30 2. Attach.a list of the Key Personnel, the intended role for this Project, and resumes for each individual. *Please see"Tab D"" 3. What business are you in? Certified General Contractor-Heavy Marine&Civil Work 4. Please indiCatethe Iasi project- f similar scope and-.volume; thatyouur organization has completed`and,its completion—date. Please see attached"Tab D" * 5. Have you ever failed to complete any work awarded to you? If so, where and why? No. 6. List owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. N/A • 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address,4)Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. *Please see attached/behind"Tab D" BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 61 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): Please see"Tab B" 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 tb 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? E Yes 0N 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: Shoreline Foundation,Inc. B. The business is a: O Sole Proprietorship O Partnership E Corporation C. The address of principal place of business is: 2781 SW 56th Avenue,Pembroke Park,FL 33023 D. The names of the corporate officers,-or partners, or individuals doing business under a trade name, areas follows: }Name j j Title , 4 Tames A.Royo President Barry S.Reed Vice President/Secretary John R.McGee Vice President/Treauser " I BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAJ' i!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. None. F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in thedescription the disposition of each such petition. N/A G. List and describe all successful Performance or Payment Bond claims made to your surety(ies). during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). None. H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. Please see attached"Tab B" 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. None. - BID NO:2018-181-ZD - CITYOF MIAMI BEACH MIAMIBEACH 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. No. K. Under what conditions does the Bidder request Change Orders? When sight conditions vary from the design drawings or unforseen.conditions. 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. James A.Royo,President -33.3% (Corporation) Barry S.Reed,Vice President[Secretary -33.3% John R.McGee,Vice President/Treasurer -33.3% M. Individuals or entities. (including our sub-consultants) with a controlling financial interest: have X 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 contributionwas 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 KINo O. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? ❑Yes ®No If the answer to either number N or 0 is yes; attach a written detailed explanation.. BID-NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 64 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 ®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 certifiesin 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 statementon 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 toany damages that may be available at law and in equity. BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 65 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: Prin .,s�J Shoreline Foundation,Inc. filature Print Name of Corporation /� es A.Rta 2781 SW 56th Avenue,Pembroke Park,FL 33023 t7r--"r Address Title: President WI IfitrmS . . /4/ "WA:.2.e.y..il ature 3 (SSICa- WaCI Print Name Title:4MNIA• -A-St. (CORPORATE SEAL) ,• . ,/ , Attest: ! ---% Secretary ar ' . 'eed , BID NO:2018-142-ZD CITYOF MIAMI BEACH MIAMIBEACH 66 • A-4 SUPPLEMENT TO BIDITENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR. BIDDER TO BE DEEMED RESPONSIBLE., Submitted this Z' 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. 2018-181-ZD. 111 21111 amen .. RINTED NAME President TITLE (IF CORPORATION) BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance, is prohibited in the offeror's workplace, and_specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program.to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a.drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug', abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of thestatement required by subparagraph (1); (4) Notifying all employees, inwriting, of the statement requiredby 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:2018-181-ZD , CITYOF MIAMI BEACH MIAMI BEAC H 68 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION (Bidd: gnatur- • � . a.sA.R.;o Print V31rr Name) , STATE OF Florida COUNTY OF Broward , • `, The foregoing instrument was acknowledged before me this Z day of i A- 20 IQ, by. 3' t'S A-. (2.o"/o, as (name of person whose signature is being notarized) PaeS-Vb fNk (title) of Sho(tl t he_ c•ci VA d 34 oV1 ,1 INC. (name of corporation/company) known to meto be the person described herein, or who produced as idelitification, and who did/did not take an oath., NOTARY PUBLIC: • °ftAlt- - ( 1:11:t' re) 30SOO' Skt o0 (Print Name) My commission expires: Q f'Z2 „20 BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH • A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points ofthe proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doingbusiness 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 beoffered 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 toprovide all the above-described benefits. Contractors are only required tooffer 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 morecalendar 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 performingwork on the City contract(covered by the.Ordinance). BID NO:2018-181-ZD' CITYOF MIAMI BEACH MIAMI BEACH A-6 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; • The City contract is valued at less than $100,000;. • The contractor has less than 51 employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale.or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; • Contracts for professional NE, landscape NE, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; • Contracts for the procurement of life, health, accident, hospitalization,, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance • plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is receiived;. •. 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 itintends 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 71 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 a 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH A-6 • MEAMIBEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: Shoreline Foundation,Inc. Name of Company Contact Person: James A.Royo Phone Number: (954) 985-0460 Fax Number: (954) 985-0462 E-mail: tony@shorelinefoundation.com Vendor Number(if known): Federal ID or Social Security Number: 59-2695595 Approximate Number of Employees in the U.S.: 100 (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): International Union of Operations Engineers Local Union 487 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 x Yes_No 0 Sex x Yes_No U Color xYes_No u Sexual Orientation x.Yes_No ❑ Creed g Yes_No 0 Gender Identity(transgender status) g Yes_No 0 Religion gYes._No 0 Domestic partner status gYes_No 0 National origin gYes_No 0 Marital status g Yes_No ❑Ancestry gYes_No 0 Disability . g Yes_No 0 Age gYes_No 0 AIDS/HIV status g Yes_No ❑ Height icYes_No 0 Weight g 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. x Yes_No MIAMI BEACH CITYOF . BID NO:2018-181-ZD 78 MIAMI BEACH 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? x 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? x 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 x Sick Leave • Family Medical Leave x Bereavement Leave x 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 74 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? xYes_No Section 4.Executing_the Document Please see"Tab B" 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. 61 1Ii Executed this 7J day of NGS, ,in the year 7.01t ,at 2781 SW 56th Avenue Si•r" Mailing Address • .Royo Pembroke Park,FL 33023 Name of Signatory City,State,Zip Code President Title BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 76 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. N/A N/A Name of Company(please print) Mailing Address of Company N/A N/A Signature City,State,Zip N/A N/A Name of Signatory(please print) Telephone Number N/A N/A Title Date BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH it 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 spousethat 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:2018-181-ZD CITYOF MIAMI BEACH MI,gMi BEACH 77 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 thecontract 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: N/A Date nondiscriminatory benefits will be available: N/A Reason for Delay:. N/A Description of efforts being undertaken to end discrimination in benefits: N/A BID NO:2018-181-ZO CITYOF MIAMI BEACH MIAMI BEACH B. Administrative Actions and Request for Extension A-6 Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary.and may not exceed three months. An extension of this time may be granted at the discretion of the. Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: N/A If requesting extension beyond three months, please explain basis: N/A • 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 theagreements 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 79 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. N/A N/A Name of Company(please print) Mailing Address of Company Signature City,State,Zip Name of Signatory(please print) Telephone Number Title Date • • BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety& Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue'of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicabletrench 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 Barricades Ea. 10 $100.00 $1,000.00 Total $ 1,000.00 James A.Royo Name of Bidder A ori -d S gnature of Bidder BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 81 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 !Xl 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.] Ii BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH. A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested. in the type of recycled material used (such as paper, plastic, glass,. metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potentialmaterial content in the product that may be extracted and recycled after the product has served its intended purpose. 14,1-14' {{t arg . ° c br Percentage $ F • #?ce } t 4 a4 4' EV Recycled g fit{ 4 �} � ,. Material Used • Content Printed Copy Paper ' 30% • • BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 83 Minimum Requirements • • Contracts in progress o Litigation History o Equal Benefits for Employees and Domestic Employees . I SFT WORK IN PROGRESS Page 1 of4 ..., ,..,...., Balance left of Estimated Contract Description Owner/Owner's Representative Architect/Engineer Completion contract Date Orkin Miami Seawall Orkin,LLC Geosyntec Consultants 2170 Piedmont Road NIJ. 900 Broken Sound Partway 1960 NW 27th Avenue 5340,545.00 Oct-18 Lakeshore Building Suite 200 Miami,FL Atlanta,GA 30324 Boca Raton,FL 33487 Department of Army,USACE Herbert Hoover S281&S282 12783 W.Forest Hill Blvd US Army Corp of Engineers. $518,171.00 Sep 18 Glades County,FL Suite 9E Jacksonville District,FL Wellington,FL 33414 Department of Army,USACE. Herbert Hoover'S273&S227 12783 W.Forest Hill Blvd US Army Corp of Engineers $373,995.00 Sep-18 Glades County,FL Suite 9E - Jacksonville District,FL Wellington,FL 33414 Continuing Svcs for Construction of Seawalls City of Miami Beach Miami Beach Public Works Department Citywide 1755 Meridian Drive 1700 Convention Center Drive $1,542,747.00 Dec-18 Miami Miami Beach,FL 33139 Miami Beach,FL 33139 ,FL MDWASD Pump Station 356 Maxon Groupe,LLC APCT Engineers Temp Sheet Piling 7001 N.Waterway Drive,Suite 108 ,10305 NW 41st Street,Suite 115 $31,225.00 May-1B 5595 NW 194 Circle Terrace Miami FL 33155 Doral,FL 33178 Miami,FL 33055 Hurricane and Storm Damage Army Core of Engineers-Jacksonville Army Core of Engineers-Jacksonville Reduction Project 701 San Marco Blvd., 701 San Marco Blvd., $6,723,592.00 May-18 Jacksonville,FL Jacksonville,FL 32207 Jacksonville,FL 32207 Central District WWTP Plant 2 Poole&Kent Company of Florida BND Engineers,Inc. Cluster 1 Digester 1781 SW North River Drive 2100 Ponce De Leon Blvd.,Suite 1270 $58,925.00 Jun-18 Miami,FL Miami,FL 33125 Coral Gables,FL 33134 SFT WORK IN PROGRESS Page 2 of 4 ••.. . Balance left of Estimated Contract Description Owner/Owner's Representative Architect/Engineer Completion contract Date Coastal Towers Condominium Association,Inc. Cumming&Cederber Coastal&Marine Coastal Towers Waterfront Engineering Sunny Isles Beach,FL 400 Kings Point Drive 7550 Red Road,Suite 217 $1,569,364.00 Dec-18 Sunny Isles Beach,FL 33160 South Miami,FL 33143 • Pump Station No.14 Downrite Engineering Bolton Perez&Associates Doral,FL 14241 SW 143 Court 7205 Corporate Center Drive,Suite 201 $217,517.00 May-18 Miami,FL 33186 Miami,FL 33126 44th Street Aerial Crossing Metro Equipment Servcies,Inc. Arcadis Miami,FL 9415 SW 72 St,Suite 131 8201 Peters Road,Suite 3400 $14,795.00 May-18 Miami,FL 33173 Plantation,FL 33324 Dania Beach Megaport Dania Marina Parteners LLC Gutierrez&-Lozano Architects Dania Beach,FL 630 Maplewood Drive,Suite 100 2823 W.State Road 84,Suite 117 $3,981,229.00 Dec-18 Jupiter,FL 33458 Ft.Lauderdale,FL 33312 • San Remo San Remo,Inc.a Condominium CBI Environmental&Infrastructure,Inc Boca Raton,FL 2871 North Ocean Blvd., 2481 SW Boca Raton Blvd., $1,849,333.00 Aug-18 Boca Raton,FL 33431 Boca Raton,FL 33431 Port Tampa Berth 219 Tampa Port Auhtority Hall Engineering Group Tampa,FL 1101 Channelside Drive 14499 N.Dale Mabry Highway,Suite 179, $4,112,331.00 Oct-18 Tampa,FL 33602 Tampa,FL 33618 WORK Illi PROGRESSSFT - Balance left of Estimated Contract Description Owner/Owner's Representative Architect/Engineer Completion contract Date SW FL Intetnarional Airport . DeAngelis Diamond Construction,LLC.` AECOM Ft.mats,FL 6635 Willow Park Drive 9240 Marketplace Road,Suite 2 $35,626.00 May-18 Naples,FL 34109 Fort Myers,FL 33912 Miami Dade County Parks,Recreation and Pelican Island Day Dock Arriman&Whitney Open Spaces Replacement 470 S..Andrews Avenue,Suite 206 5344,699.00 Jun-18' 275 NW 2nd Street Miami,FL 33023 Pompano Beach,FL 33069 Miami,FL 33023 P Pump Station 109 Metro Equipment Servcies,Inc. King Engineering Associates,Inc. 9415 SW 72 St,Suite 131 8700 West Flagler Street,Suite 340 $41,551.00 May18 , Miami,F1- . Miami,FL 33173 Miami,FL 33174 Moses Lake Shoreline Ph III Galveston Bay Foundation. AECOM Houston,TX 77058 1100 Hercules Avenue,Suite 200 9219 Katy Freeway,Suite 100 51,788,529.00 Oct-18 Houston,TX 77058 Houston,TX 77094 Dinner Key Marina City of Miami City of Miami Miami, 33132 401 Biscayne Boulevard 401 Biscayne Boulevard $3,294.00 May-18 Miami,FL 33132. Miami,FL 33132 Florida Department of Environemental Florida Department of Environmental Bahia Honda State Park Protection Agency Protection Agenry. $97,689.00 Aug-18 Monroe County,FL 3900 Commonwealth Blvd., 3900 Commonwealth Blvd., Tallahassee,FL 32399 Tallahassee,FL 32399 SFT , WORK LI PROGRESS Page 4 of 4. 51 w/in�l�nurdrtmm lru. - • Balance left of Estimated • Contract Description Owner/Owner's Representative Architect/Engineer Completion contract Date Seawall Replacement City of Punta Gorda City of Punta Gorda Punta Gorda,FL 33950 326 West Marion Avenue 3130 Cooper Street $8,029,497.00. Dec-18 -Punta Gorda,FL 33950 Punta Gorda,FL 33950 Colonial Club Colonial Club Condominium Associates Cummins I Cederberg • Boynton Beach,FL 334435 26 Colonial.Club,Drive 7750 Red Road,Suite 217 $2,069,576.00 Oct-18 •Boynton"Beach,FL 33435 South Miami,FL 33143 • • • • Florida Department of Environmental Florida Department of Environmental John Pennekatrip State Park Protection Agency Protection Agency Monroe County,FL 3900 Commonwealth Blvd., 3900-Commonwealth Blvd., $244,500.00 Aug-18 Tallahassee,FL 32399 Tallahassee,FL 32399 Bahia Honda State Park Fender Florida Department of Environmental Florida Department of l:nvironemental Protection Agency Protection Agency Replacement $97,500.00 Jul-18 Monroe.County,FL 3900 Commonwealth Blvd., 3900 Commonwealth Blvd., Tallahassee,FL 32399 Tallahassee,FL 32399 MARSHALL DENNEHEY PENNSYLVANIA OHIO Allentown Cincinnati WARNER COLEMAN &GOGGIN Doylestown Cleveland Erie FLORIDA Mitt vE 1 5' 'fi'' A Harrisburg King of Prussia Ft. Lauderdale A PROFESSIONAL CORPORATIONJacksonville Philadelphia Orlando 2000 Market Street, Suite 2300 •Philadelphia,PA 19103 Pittsburgh Tampa 215) 575-2600 • Fax(215) 575-0856 Scranton ( ` J JERSEY YORK NEW jL Cherry Hill Long Island • Roseland New York City Direct Dial:215-575-2623Westchester DELAWARE Email:tdrau@mdweg.com mdwcg.com Wilmington May 13,2015 BY EMAIL ,Frank P.Reilly,Assistant Vice President Southeast Regional Marine Claims Manager Starr Adjustment Services Inc. 3353 Peachtree Road NE Atlanta, GA 30326 RE: Rhoads Industries,Inc.,et al.v. Shoreline Foundation,Inc.,et al. USDC ED of PA,Docket No. 15-CV-00921 Our File: 19262.00123 (DGM/TDR) Dear Mr.Reilly: Kindly accept this letter as a status report in this matter. Please be advised that I recently received initial discovery disclosures,Plaintiffs investigative expert reportsand an engineering expert report prepared by Richard Ramirez on behalf of Shoreline Foundation. I have attached copies of the reports.A.summary and analysis of the disclosures and reports is contained below. Discovery Disclosures We recently received written discovery disclosures which included the identity of witnesses likely to have information about the cause of the sinkhole and the impact on business loss and damages. The witnesses include employees of Rhoads,Shoreline,TranSystems,Duffield Associates and the Department of the Navy. The Rhoads witnesses included Joseph Rhoads,Joseph.Hare,Robert Orbaugh,and Charles Felix. These witnesses are identified as persons with knowledge about business loss and damages related to the sinkhole. Plaintiff identified Shoreline witnesses James Royo and Chris Gonzalez and TranSystems employees Edwin Fabila and Robert Snyder. Plaintiff finrther identified Duffield Associates'employees Matt McNichol, Frank Rossi and Patrick Houston. They appear to be contending that Duffield Associates actually performed some or all ofthe actual pile driving. • Frank P.Reilly • May 13,2015 Page 2 Navy employees Identified included Andrew Sullivan, William Garitner,and Marian Sumner. These witnesses were identified as persons with knowledge of the contract and project. . S.T.Hudson Report Plaintiff produced an expert report from S.T.Hudson Engineers that was prepared at the request of the plaintiffs., The report-includes several,additional reports including a radar siuvey, a geotechnical report,and an engineering consultants report from Schnabel Engineering. The report•and its parts discuss the alleged damage and.cause of the damage'at Dry Dock No.2,'which is occupied by Rhoads: • The Hudson report,discusses the soil analysis and other reports. The report notes that there is obvious • ground settlement around the:crane rails as well as settlement around building 590. The report also notes,that no vibration;monitoring was done nor was it required under the contract. In the summary of the findings, the report indicates-that the fact that'the settlement occurred in an isolated area along the crane rail and not along the entire south west side of the dock indicates that the settlement "may be due to unknown nature of the soils in these areas." It further notes that the settlement of • building 590 may indicatevibration susceptible soils in the area. • • • The report concludes that the crane rail settlement was most likely caused.by the vibrations of driving • the piles in the Navy Barge Dock-south of Dry.Dock No. 2. The conclusion is based primarily on,the fact that the crane rail had been in.existence for 83 years with no settlement of the rail,there had been no overloading of the crane,and no other changes in the conditions. • • • The Hudson report ntakes several recommendations and projected costs foi•.frxing the ground settlement.. A load test on.the-crane and supporting the rail with piles is recommended, Underwood Engineering estimates I • the cost of reinforcing the ground with compaction.grouting at a costs of$75,000. The report recommends removing the concrete foundation and installing 90 micropiles at an estimated cost of$275,000. The report' further recommends installing 62 auger-cast.piles on either side of the rail.at a cost of$330,000. Regardless-of theremedialmeasure chosen, the cost of repairs appears to be less than what had previously been claimed by, theplaiintiff. Ramirez Report • -Richard Rarniiez,a civil consulting engineer,was retained by Shoreline prior to our office's current involvement in the defense of this case. Mr.Ramirez reviewed the Hudson report and set forth.his findings in a report dated 3/25/15: The report was prepared in response to Rhoads'allegations that the quay wall constriction project 170'south of the dry dock caused 11 inches of settlement of the crane.rail after 83 years of service. • The Ramirez report concludes that the settlement of the crane rail was not a direct result of soil liquefaction caused by pile installation. He concludes-that the root case was the lack of maintenance at dry dock #2 along with previous water leakage and soil erosion. Frank P.Reilly May 13,2015 Page 3 In reaching his conclusions,Mr.Ramirez analyzed the Hudson report. He states that he takes no exception to the amount of crane rail settlement, but h is not in agreementwith the claimed cause. He states that the lack of maintenance at the dry dock Was evident and that the unknown usage and overloading of the crane and the unknown scope of remediation/irnprovements over the last 80 years make it unclear:as to whether the crane rail had been in use without issue:A visual inspection of the utility tunnel showed that the tunnel.and equipment were in poor condition dire to soil erosion issues prior to the rail settlement. Also,he take's issue with the Underwood soils.report which concluded that the soils.were susceptible to liquefaction. Mr.Ramirez states thatthe fact that the soils are susceptible does not mean the pile driving caused the settlement. He points out that the settlement was.localized to the crane tails and nowhere else even though the soils were`the same in the entire dry dock area. He reviewed the radar survey that Was performed by'Substrate Testing and included as part.of the Hudson report. The voids indicate that the soil has Leached through the dry dock wall joints and cracks for decades,which subsequently caused'the crane rail to settle. He disagrees with the size and exactness of the void location depicted in the sketch in the Hudson report. Mr.Ramirez states that the condition of dry dock#2 is very poor as evidenced by the construction joints and cracks which have permitted water and soil ihfiltrationthrough the.openings. The water infiltration was • noted in'the Selmabel_Engineering report,. • Mr. Ramirez spoke with Chris Thornton,who was the project superintendent for Shoreline,and the indicated that the east side road,which Was usedas an access road, was:one which he had concerns about. The road was deteriorated due to'water leakage and soil erosion to the point that they could not use the road for equipment. There are numerous buildings between the area where the pile driving occurred and the crane settlement area: Mr.Ramirez points out that none of the other areas or facilities in between.were impacted by the construction. Conclusions and Recommendations As a result of the plaintiffs report:f om Hudson:and the Ramirez report,it appears thatthe main issue in the case will be whether the plaintiffs can.show that the settlement around the crane rail was due to vibrations as opposed to lack of maintenance or other causes. I will touch.base with Mr.Ramirez to find out exactly what additional documents,if any,he will need.to strengthen or report moving forward. We are in the early stages of discovery and I am preparing interrogatories and requests for production of documents to Rhoads Industries which will.request production of any and all documents related to maintenance of the cranes,crane rails,and other structures for which the plaintiffs are claiming were damaged.by pile driving activities. Depending on the.responses we receive regarding maintenance of the crane rail and buildings,we can determine what,if any,additional experts we need moving forward. • We are scheduled to meet with the'judge again in July to discuss the cutrent status of the case and establish deadlines moving forward: I have been advised by counsellor the plaintiff that the principal of Rhoads Industries.recently endured a personal tragedy involving the murder of his sister by her ex-husband. As • • Frank.P. Reilly May 13,,2015 Page 4 • • a result,there May be some.delays moving forward in obtaining discovery from Rhoads Industries. Obviously, the circumstances regarding the.delay will be looked upon by the-court as excusable., I will continue to keep you apprised of any developments in this'matter as they Decor. Should.you have any questions or concerns regarding,this matter,please do not 1iesit tte to contact-me. Very truly yours, • /s/Timothy D. Rau TIMOTHY D.RAU TDR cc: Paul Ferguson(by email) Sandy DiDomenico'(by email) J.Scott Scherban.(by email) Tony Royo(by email) .Anthony Baiathonte,III,Esquire(by.email) LEGAIJL0007372G.v1 • . i fE iI 11 o 0 13 m Florida,Blue eV s An Independent licensee of the Oleo Cron and Woe Shield Aooedatlon t0_. v a' SHORELINE FOUNDATION INC ATTN BOBBIE NORDINGER 2781 SW 56TH AVE PEMBROKE PINES FL 33023-4166 Please disregard this page. It is used for packaging purposes Only. Form#: Description: DIV PACKAGE LIST PAGE Division-Package List Page 87768 0217R Meaningful Access Notice BCR.LG.SOB.NFQBR R0515 BCR LG NFQ Schedule of Benefits(G3) ' BCR.LG.RXS.3TBR(08/11) BCRX LG Schedule Open Formulary(3 Tier) 20764 0617R BCA Privacy Notice/Breast Reconstruction Notice BCR.LG.POL 0617 BCR LG Group Master Policy BCR.LG.BB 0616 • LG NFQ Benefit Booklet Y4 BCR.LG.COE.DPE 0812 BCR Dom Partner Same/Opp Dep-C016. . 0 0 o o 0 1 � 0 7 7 9 5 6 0 0 4 0, 0 0 0 0 0 0 0 0 Health Insurance is offered by Blue Cross and Blue Shield of Florida,Inc.,D/B/A Florida Blue.HMO coverage Is offered 9 by Health Options,Inc.,D/B/A Florida Blue HMO,an HMO affiliate of Blue Cross and Blue Shield of Florida,Inc. These companies are Independent Licensees of the Blue Cross and Blue Shield Association. a . 0 4' 0 3' 5. 1 4 7 3 0 1 ri DOMESTIC PARTNER COVERAGE ENDORSEMENT a a THIS ENDORSEMENT CHANGES THE DEPENDENT ELIGIBILITY UNDER YOUR HEALTH PLAN. PLEASE READ IT CAREFULLY. Your health plan has been customized at the request of your Group,to provide the option for coverage of a Domestic Partner(including his or her dependent children). This means that some of the standard language in,this Booklet does not apply to your health plan. These changes are listed below. In addition to all other applicable provisions in the Benefit Booklet,the following Eligibility requirements are added for a Domestic Partner and his or her dependent children The term Eligible Dependent is modified throughout the Benefit Booklet to also include the reference to Domestic Partner when spouse is referenced. ELIGIBILITY FOR COVERAGE Domestic Partner Eligibility 71 The following individuals areeligible to apply for coverage under the Benefit Booklet: rt !' . 1. the Covered Employee's (employee only) present Domestic.Partner,as defined in this Endorsement; 2. the Covered Domestic Partner's dependent child who meets all of theeligibility requirements under the Benefit Booklet. Note: Covered Domestic Partners and their Covered Dependent children are subject to all eligibility and enrollment provisions contained:in the Benefit Booklet.• ' TERMINATION OF COVERAGE 4 In addition to the provisions stated in the Covered Dependent subsection, coverage under the Benefit o Booklet for a Covered Domestic Partner and his or her Covered Dependent children will terminate at, 12:01 a.m.on the date that the Domestic Partnership terminates or the date of death of the Covered Domestic Partner. The Covered Employee must notify the Group within 10 days of when the Domestic Partnership eligibility requirements are no longer met or within 10 days:of thedeath of.the Covered 9 Domestic Partner. 5 6 0 O CONTINUING COVERAGE 4 Covered Domestic Partners and their Covered Dependents are not entitled to COBRA continuation of o coverage, but may be entitled to apply for one of our conversion policies as set forth in the Conversion o Privilege subsection. o 0 O DEFINITIONS. o I 9 Domestic Partner means a person of the same or opposite gender withwhom the Covered Employee has established a Domestic Partnership. 6 0 1 4 3 G99.NFQ.FQ.CO16' 5 BCR.LG.COE.DPE 0613 1 5 3 4 Domestic Partnership means a relationship between a Covered Employee and one other person of the same or opposite gender who meet at a minimum,the following eligibility requirements: 1. both individuals are each other's sole Domestic Partner and intend to remain so indefinitely; 2. individuals are not related by blood to a degree of closeness (e.g.,siblings)that would prohibit legal marriage in the state in which they legally reside; 3. both individuals are unmarried, at least 18 years of age,and are mentally competent to consent to the Domestic Partnership;. 4. both individualsare financially interdependent and intend to continue:to reside together indefinitely; 5. the Covered Employee has submitted acceptable proof of evidence of common residence and joint financial responsibility to the Group;and 6. the Covered Employee has completed and submitted any required forms to the Group and the Group has determined the Domestic Partnership eligibility requirements have been met. This Endorsement shall not extend,vary, alter, replace, or waive any of the provisions, benefits, exclusions, limitations, or conditions contained in the Benefit Booklet, other than as specifically stated in this Endorsement. In the event of any inconsistencies between the provisions contained in this Endorsement and the provisions contained in the Benefit Booklet,the provisions contained in this Endorsement shall control to the extent necessary to effectuate the intent of Health Options, Inc.as expressed herein. - If you have any questions or complaints concerning this Endorsement, please call us toll free at 800-FLA- BLU E. Health 6e/Opptio��n�s,-Inc. . R.Chris Doerr Chief Executive Officer G99.NFQ.FQ.CO16 BCR.LG.COE.DPE 0613 2 ti Tab C Minimum Requirements o Financial Statement • SHORELINE FOUNDATION, INC. Financial Statements as of andfor the Year Ended • December 31, 2016 and Independent Auditors'Report •• • • • SHORELINE FOUNDATION, INC. TABLE OF CONTENTS Page FINANCIAL STATEMENTS AS OF AND FOR THE YEAR ENDED DECEMBER 31,2016: Independent Auditors' Report 2 Balance Sheet 4 Statement of Income and Retained Earnings 5 Statement of Cash Flows 6 Notes to Financial Statements 7 Supplemental Schedules Cost of Revenues Earned 12 General and Administrative Expenses 13 Earnings from Contracts 14 Contracts in Progress 15 Contracts Completed 16 • 4800 S.W.64th AVENUE SUITE 110 FORT LAUDERDALE,FLORIDA 33314 (954)681-1860 n n (954)321-8066 FAX earc.7,oLL CO O / INFO@MYCPAOFFICE.COM CERTIFIED PUBLIC ACCOUNTANTS rte' (A.PARTNERSHIP OF PROFESSIONAL ASSOCIATIONS) INDEPENDENT AUDITORS'REPORT To the Stockholders of Shoreline Foundation,Inc.: We have audited the accompanying financial statements of Shoreline Foundation,Inc.(a Sub-Chapter S Florida Corporation),which comprise the balance sheet as of December 31,2016,and the related statements of income and retained earnings and cash flows for the year then ended,and the related notes to the financial statements. Management's Responsibility for the Financial Statements • Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America;this includes the design,implementation,and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement,whether due to fraud or error. Auditor's Responsibility Our responsibility is to express an opinion on these financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the fmancial statements are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements. The procedures selected depend on the auditor's judgment,including the assessment of the risks of material misstatement of the financial statements,whether due to fraud or error.In making those risk assessments,the auditor considers internal control relevant to the entity's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate in the circumstances,but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control.. Accordingly,we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. • Opinion In our opinion,the financial statements referred to above present fairly,in all material respects,the financial position of Shoreline Foundation,Inc.as of December 31,2016,and the results of its operations and its cash flows for the year then ended in accordance with accounting principles generally accepted in the United States of America. • Member American Institute of Certified Public Accountants Florida Institute of Certified Public Accountants Report on Supplementary Information Our audit was conducted for the purpose of forming an opinion on the basic financial statements as a whole. The supplemental schedules listed in the Table of Contentsare presented for the purpose of additional analysis and are not a required part of the financial statements. Such information is theresponsibility of management and was derived from and relates directly to the underlying accounting and other records used to prepare the financial statements. The information has been subjected to the auditing procedures applied in the audit of the financial statements and certain additional procedures,including comparing and reconciling such information directly to the underlying accounting and other records used to prepare the financial statements or to the financial statements themselves,and other additional proceduresin accordance with auditing standards. generally accepted in the United States of America. In our opinion,the information is fairly stated in all material respects in relation to the financial statements as a whole. AA April 21,2017 • • . _3_ SHORELINE FOUNDATION,INC. BALANCE SHEET DECEMBER 31,2016 ASSETS CURRENT ASSETS: Cash $ 237,520, Accounts receivable-trade 7,687,989 Accounts receivable-other 97,575 Costs and estimated earnings in excess of billings on uncompleted contracts 1,691,712. Total current assets 9,714,796 PROPERTY AND EQUIPMENT,net of accumulated depreciation of$8,994,338 1,707,218 TOTAL $11,422,014 LIABILITIES AND STOCKHOLDERS'EQUITY CURRENT LIABILITIES: Accounts payable-trade $ 3,542,341 Accrued expenses 329,111 Billings in excess of costs and estimated earnings on uncompleted contracts 1,084,918 Line of credit 1,245,000. Currentportion of long-term debt 102,966 Total current liabilities 6,304,336 LONG TERM DEBT,net of current portion 64,860 COMMITMENTS AND CONTINGENCIES(Note 6,7,10) STOCKHOLDERS'EQUITY: Common stock,$1 par value;100 shares authorized, issued and outstanding 100 Treasury stock,at cost, 15 shares (675,000) Additional paid-in capital 238,710 Retained earnings 5,489,008 Total stockholders'equity 5,052,818 TOTAL $11,422,014 See Accompanying Notes and Independent Auditors'Report -4- SHORELINE FOUNDATION,INC. STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE YEAR ENDED DECEMBER 31,2016 REVENUES Contract revenues earned $ 22,849,363 COSTS AND EXPENSES Cost of revenues earned 19,197,740 Depreciation 242,844 Interest 72,210 General and administrative 3,160,728 Total 22,673,522 INCOME FROM OPERATIONS175,841 INTEREST AND OTHER INCOME _ 14,036 INCOME BEFORE INCOME.TAXES 189,877 PROVISION FOR INCOME TAXES 0 NET INCOME 189,877 RETAINED EARNINGS,January 1,2016 5,299,131 Less:Distributions to Stockholders 0 RETAINED EARNINGS,December 31,2016 $ 5,489,008 See Accompanying Notes and Independent Auditors' Report -5 SHORELINE FOUNDATION,INC. STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31,2016 CASH FLOWS FROM OPERATING ACTIVITIES: 'Net income $ 189,877 Adjustments to reconcile net income to net cash used in operating activities: Depreciation ` 242,844 Gain on disposal of equipment (10,016) Changes in operating assets and liabilities: Accounts receivable-trade (2,529,783) Accounts receivable-other 80,360 Costs and estimated earnings in excess of billings on uncompleted contracts (584,717) Accounts payable.-trade 1,312,776 Billings in excess of costs and estimated earnings on uncompleted contracts 772,450 Accrued expenses 215,437 Net cash used in operating activities (310,772) CASH FLOWS USED IN INVESTING ACTIVITIES:. Proceeds from disposition of property and equipment 10,016 Acquisitions of property and equipment _ (195,388) Net cash used in investing activities (185,372) CASH FLOWS USED.INFINANCING ACTIVITIES: Repayments of long-term debt (1,410,658) Proceeds from borrowings 1,326,030 Net cash used in financing activities (84,628) NET DECREASE IN CASH (580,772) CASH.AT BEGINNING OF YEAR 818,292 CASH AT END OF YEAR $ 237,520 SUPPLEMENTAL DISCLOSURE OF CASH FLOW INFORMATION: Cash paid during the year for:. Interest $ 72,210 Income taxes $ 0 See Accompanying Notes and Independent Auditors'Report -6- SHORELINE.FOUNDATION,INC. NOTES TO FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31,2016 1. GENERAL AND SUMMARY OF SIGNIFICANT ACCOUNTING POLICES General—Shoreline Foundation,Inc.("The Company")was incorporated in 1986 pursuant to the laws of the State of Florida to engage in the maritime construction business. Its principal activities are the installation,maintenance,and repair of sea walls,docks,pilings,and related maritime services,along with construction of embankment stabilization on various interstate highways. Their customers primarily consist of developers,contractors,government agencies and private owners of existing waterfront properties in the.United States and the Caribbean. The work performed by the Company is substantially under fixed-price contracts modified by incentive provisions. The Company follows the practice of filing statutory liens on all construction projects where collection problems are anticipated. The_liens serve as collateral for accounts receivable. Use of Estimates—The,preparation of financial statements in conformity with accounting principles generally accepted in the United States of America requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the,date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results,could differ from those estimates. Revenue Recognition—The Company recognizes revenue on long-term construction contracts using the percentage of completion method,measured by the cost-to-cost method. Revenue on short-term and time and material contracts are recognized currently as the work is performed. Contract costs include all direct material and labor costs and those indirect costs related to contract performance,such as indirect labor,supplies,tools and repairs. Selling,general and administrative costs are charged to expenses as incurred. Provisions for estimated losses on uncompleted contractsare made in the period in which such losses are determined.Changes in job performance,job conditions,and estimated profitability may resultin revisions to costs and income,which are recognized in the period in which the revisions are determined. The asset,"Costs and estimated earnings in excess of billings on uncompleted contracts",represents revenues recognized in excess of amounts billed. The liability,"Billings in excess of costs and estimated earnings on uncompleted contracts",represents billings in excess of revenues recognized. Significant Customers-During the year ended December 31,2016,the Company derived approximately $2,672,000(12%)of its contract revenues earned from one customer.Included in accounts receivable-trade as of December 31,2016 is approximately$905,000(12%)from a second customer.Additionally,the Company purchased equipment as a subcontractor on behalf of a prime contractor. The Company is owed approximately$1,400,000(18%)from the prime contractor as of December 31,2016 for this purchase. Cash Equivalents-The Company considers all highly liquid investments purchased with an original maturity of three months or less to be cash equivalents. As of December 31,2016,the Company does not have any cash equivalents. -7- Concentrations of Credit Risk—The Company maintains cash balances with high credit quality financial institutions and by policy,limits the amount of credit exposure to any one financial institution. While at times bank balances exceed federally, insured limits,the Company believes such amounts are not in excess of operating requirements.At December 31,2016 the Company's cash balance its within the FDIC limit. Accounts Receivable—The Company considers accounts receivable to be fully collectible;accordingly,no allowance for doubtful accounts is required. If amounts become uncollectible,they will be charged to operations when that determination is made. Property and Equipment-Property and equipment is stated at cost less accumulated depreciation. Depreciation is recorded using the Modified Accelerated Cost Recovery System(MACRS)for both financial reporting and income tax purposes. Advertising—The Company expenses advertising costs as they are incurred. Advertising expense for the year ended December 31,2016 was$4,656. Impairment of Long-Lived Assets—The Company evaluates the carrying value of long-lived assets whenever events or changes in circumstances indicate that the carrying amount of such assets may not be recoverable. An impairment loss is recorded when the net book value of assets exceed their fair value,as measured by projected undiscounted future cash flows. The amount of impairment,if any,is measured using a fair value equal to the discounted future cash flows. No impairment charges were recorded during the year ended December 31,2016 Subsequent Events—Subsequent events have been evaluated through April 21,2017,which is the date the financial statements were available to be issued. Fair Value of Financial Instruments—At December 31,2016,management believes that the carrying amounts of cash,accounts receivables and:payables approximate fair value because of the short maturity of these financial instruments. 2. ACCOUNTS,RECEIVABLE TRADE Contract receivables: Billed December 31,2016 Completed contracts $2,386,929 Contracts in progress 3,818,943 Retained 1,482,117 $7,687,989 -8- 3. COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS Costs,estimated earnings,and billings on uncompleted contracts are summarized as follows: Job costs expensed on uncompleted contracts $11,097,067 Estimated earnings 2,404,682 13,501,749 Less:Billings to date (12,894,955) $ 606,794 Included in accompanying balance sheet under the following captions: Costs and estimated earnings in excess of billings on uncompleted contracts $ 1,691,712 Billings in excess of costs and estimated • earnings on uncompleted contracts (1,084,918) $ 606,794 4. PROPERTY AND EQUIPMENT Property and equipment consists of the following: Estimated Useful Balance Lives Vehicles $1,386,743 5 Years Equipment 7,584,286 5-7 Years Furniture-Fixtures 16,568 5-7 Years Land-Building 1,713,959 39 Years 10,701,556 Less:Accumulated Depreciation (8,994,338) $1,707,218 Depreciation expense for the year ended December 31,2016 totaled$242,844. -9- 5. BENEFIT OBLIGATIONS On January1,2000,the Company adopted a 401(k) lan which allows employees to defer a percentage of their compensation. Under the plan,employees may elect to defer up to 15%of their compensation, subject to the Internal Revenue Service limits.The Company may match employee deferrals of up to 3%. of the employee compensation.The Company elected to suspend employer matching contributions as of July 1,2009. 6. LONG-TERM DEBT Long-term debt consists of a note payable to Sun Trust Bank collateralized by the Company's assets for $64,167.The note is payable in 36 monthly installments of$9,166.66 plus interest at 3%plus one month LIBOR through July 17,2017. The Company also finances,two trucks with Ford Credit at a monthly payment of$557.62,including interest of 5.97%,until September 18,2017 and at a monthly payment of $942.51,including interest of$3.74%,until March 2,2020. The balance of the truck notes at December 31,2016 is$4,311 and$29,959,respectively.In addition,there are two equipment loans at a monthly payment of$1,274 without interest until November 8,2020 and$780 a month at 5.9%interest until March 12,2018. Balances of the equipment loans are$58,624 and$10,765,respectively at December 31,2016. The principal payments for the notes due are as follows: 2017 $ 102,966 2018 28,217 2019. 26,311 2020' 10,332 167,826 Less:Current portion ' 102,966 $ 64,860 7. LINE OF CREDIT The Company has an unsecured line of credit in the amount of$4,000,000 with.Sun Trust Bank,which expires October 31,2017. Interest is at 2.75%plus one-month LIBOR. As of December 31,2016,.the Company has$1,245,000 outstanding against the line of credit. -1.0= 8. INCOME TAXES The Company,with the consent of its stockholders,has elected under the Internal Revenue Code to be a Sub-Chapter S corporation.In lieu of corporate income taxes,the stockholders are taxed on their proportionate share of the Company's taxable income. Therefore,no provision or liability for Federal income taxes has been included in the financial statements. The Florida corporation income tax does not apply,except where the Company is liable for Federal income tax. The Company has analyzed tax positions for filing with the Internal Revenue Service and all state jurisdictions where it operates. The Company believes that income tax filing positions will be sustained upon examination and does not anticipate any adjustments that would result in a material adverse affect on the Company's financial condition,results of operations or cash flows. Accordingly,the Company has not recorded any reserves,or related accruals for interest and penalties for uncertain tax positions at December 31,2016 The Company is subject to routine audits by taxing jurisdictions;however,there are currently no audits for any tax periods in progress. The Company believes it is no longer subject to income tax examinations for years prior to 2013 The Company's policy is to classify income tax related interest and penalties in interest expense and other expenses,respectively. 9. TREASURY STOCK The Company and one of its Officers terminated their relationship as of August 31,2008. The Company redeemed the Officer's 15 shares of Common Stock,representing 15%of the outstanding Common Stock of the Company,for a purchase price of$675,000. 10. COMMITMENTS AND CONTINGENCIES The Company is involved in litigation arising in the ordinary course of business. While the ultimate outcome of these matters is not presently determinable,it is the opinion of management that the resolution of outstanding claims will not have a material adverse effect on the financial position or results of operations of the Company. * * * * * * • - 11 - . i SHORELINE FOUNDATION,INC. SCHEDULE OF COST OF REVENUES EARNED FOR THE YEAR ENDED DECEMBER 31,2016 COST OF REVENUES EARNED Materials $ 5,342,632. Contract Services 3,884,345 Equipment Rental&Maintenance 3,190,326 Labor 3,707,397 General Conditions/Permits&Fees 3,073,040 $19,197,740 See Accompanying.Independent Auditors'Report - 12 } SHORELINE FOUNDATION,INC. SCHEDULE OF GENERAL AND ADMINISTRATIVE EXPENSES. FOR THE YEAR ENDED DECEMBER 31,2016 GENERAL AND ADMINISTRATIVE EXPENSES Advertising and promotion $ 34,711 Auto and truck 148,963 Insurance 537,119 License,taxes and bond fees 118,392 Office supplies 207,700 Professional fees 192,064 Repairs and maintenance 33,464 Salaries 1,765,651 Telephone and communications 54,225 Travel 48,666 Utilities 19,773 $ 3,160,728 • I See Accompanying Independent Auditors' Report - 13- SHORELINE FOUNDATION,INC. EARNINGS FROM CONTRACTS FOR THE YEAR ENDED DECEMBER 31,2016 Cost of Revenues Gross Profit Revenues Earned Earned (Loss) f�f - i Contracts completed during the year $ 10,871,915 $ 9,294,216. $ 1,577,699 Contracts in progress at year-end 11,977,448 9,903,524 2,073,924 $ 22,849,363 $ 19,197,740 $ 3,651,623 See Accompanying Independent Auditors' Report - 14.- • • SHORELINE FOUNDATION,INC. CONTRACTS IN PROGRESS: YEAR ENDING DECEMBER 31,2016 TOTAL CONTRACT FROM INCEPTION TO DECEMBER 31,2016 - DECEMBER 31,2016 YEAR ENDED DECEMBER 31,2016 ' Coats and II'Mop Estimated In Exeess Innings Of Oasts • Estimated Estimated Estimated In Excess and Gross Revenues Job Cost Gram Billed to Coat,to of Estimated Reverters Cost of Gross Number Revenues Profit Earned Expensed Profit Date Complete Billings Emulous Earned Revenues Profit M-16,001 S 2,550,353 S 556,289 0 2,023,630 S 1,582,231 S 441,399 S 1,778,403 .0 411,833 S 245,227 S 2,023,630 S 1,582,231 S 441,399 • M-14-009 1,113,139 272,049 134,106 101,331 32,775 125,062 739,759 9,044 41,412 31,287 10,125 M-16-006 541,714 99,759 283,227 231,603 51,624 360,814 ' 215,952 S 77,507 283,227 231,603 51,624 CPS•14.054 1,177,801 278,058 744,930 569,065 175,865 470,251 730,678 314,679 14,247 10,883 3,364 C1'S•14-855 903,667 178,437 573,654 460,381 113,273 307,167 264,849 266,482 80,179 64,347 15,832 M-16,008 3,057,680 304,407 1,374,082 1,231,285 136,797 1,097,420 1,515,988 276,662 1,374,082 1,237,285 136,797 ' 141-16,010 1,157,000 152,721 229,870 199,528 30542 421,084 804,751 191,214 229,810 1.99,528 10,342 9-16401 243,500. 40,583 7,738 6,448 1,290 15,50D 196,469 7,762 7,738 6,448 1,290 CPM-15,510 207,519'' 85,332 37,614 22,147 15,467 100,040 37,614 37,614 22,147 15,467 C1'M.15-511 147,142, 34,271 146,751 112,571 34,180. 142,186 300. 4,565 146,751 112,571 31,180 0.15-902 747,083. 106,404 745,406 639,241 106,165 712,628 1,438 32,778, 574,621 500,240 74,381 • CPM45.512. 127,802 27,784 48,693 38,107 10,586 60,424 61,911 11,731 48,693. 38,107 10,586 CPM-15,513 620,793 159,127 552,651 410,991 141,660 563,337 50,677 10,686 552,651: 410,991 141,660 ' CP4545.506 2,644,912 460,445 1,467,145 1,211,734 255,411 1510,682 972,733 43,537 1,430,480 1,181,452 279,026 CPM-15,521 141,096 18,161 15,539 13,539 2,000 15,505 109,396 34 15,539 • 13,539 2,000 CPM-15,525 207,645 31,147' 94,655 80,457 14,198 107,938 96,041 93,283 94,655 80,457 14,198 CPM45.526 606,153. 155,492 405,809 301,710 104,099 583,106 148,951 177,297 405,809 301,710 104,099 CPM-15,328 1,876,915 281,538 10,638 9,042 - 1,596 1,506,235 10,638 10,638 9,042 1,596 CPM•16-004 1,598,969 350,330 1,214,482. .948,392' 266,090 1,386,989 . 300,247 172,503 1,214,482 948,392 266,090 CPM-16,005 1,900,993- 201,242 927,285 829,121 98,164 - 690,564 870,630 236,721 527,285' 829,121 98,164 CP61.16.001 3,148,300 379,043 542,628 477,298. 65,330 589,729 2,291,959 47,101' -542,628 477,298 65,330. CPM-16,009 12,609,830 1,672,387 1,438,124 1,224,582 213,542 1,420,476 9,512,861 17,648 1,438,124 1,224,582 213,542 CPM-16-011 243,344 36,521 81,862 69576- 12,286 134,033 137,247 52,171 81,862 69,576 12,286 CPM-16-0I2 13236,255 1587,695 191,607 173,504 23,753 11,474,656 197,607 191,607 173,904 23,703 . CPM-16013 1,069,030 163,475 41,956 35,663 6,293 890,692 41,956 41,956 35,663 6,291 CPS-16-615 140,849 30,849 55,844 43613. 12,231 140,849 66,387 85,005 55,044 43,613 12,231 SMALL.1013S 338,337 __2_,_4280 105,824 67,507 38,317 220,812 176,550 33 115.042 - 105,824 67,507 38,317 552,384,223 $7,953,826 513501,749 $11,097,067 02,404682 582,894,955 533529,330 $1,691,712 51,084,918 581,977,448 59,903,524 02,073,924 • r SEE ACCOMPAN9ING INDEPENDENT AUDITORS'REPORT PAGE 15 • • • I • • SHORELINE FOUNDATION,INC. CONTRACTS COMPLETED YEAR ENDING DECEMBER 31,2016 DURING THE YEAR ENDED CONTRACT CONTRACT TOTALS BEFORE JANUARY 1,2016 DECEMBER 31,2016 Gross GrossGross Revenues Cost of Profit Revenues Cost of Profit Revenues Cost of Profit Number Earned Revenues (Loss) Earned Revenues (Loss) Earned Revenues _ (Loss) A-16-600 $ 359,062 S. 344,666 $ 14,396 S 359,062 S 344,666 S 14,396 A-16-604 848,435 656,910 191,525 848,435 656,910 191,525 A-16-610 211,925 221,127 (9,202) 211,925 221,127 1(9,202) - CPA-16,606 306,652 287,864 18,788 306,652 287,864 18,788 CPM-14-406 8,127,002 6,611,935 1,515,067 $ 5,454,762 $ 4,312,635 S 1,142,127 2,672,240 2,299,300 372,940 C1'M-15-502 469,074 628,571 (159,497) 490,094 626,769 (136,675) (21,020) 1,802 (22,822) CPM-15-505 1,897,240 1,784,162 113,078 31,854 28,222 3,632 1,865,386 1,755,940 109,446 CPM-15,509 1,035,750 964,750 71,000 1,035,750 964,750 71,000 C1'M-16,002 1,870,888 1,724,974 145,914 1,870,888 1,724,974 145,914 ' CPS-16-607 635,763 306,263 329,500 ,635,763 306,263 329,500 CPS-16-611 124,710 73,230 51,480 124,710 73,230 51,480 M-14-407 858,842 640,365 218,477 787,425 587,608 199,817 71,417 52,757 18,660 M-15-503 1,906,889 1,956,379 (49,490) 1,742272 1,770,927 (28,655) 164,617 185,452 (20,835) M-15,504 100,000 174,666 (74,666) 488,735 334,615 154,120 (388,735). (159,949) (228,786) • 8,1-15-507 457,134, 200,314 256,820 101,038 45,285 55,753 356,096 155,029 201,067 - 8f-15-508 83,400 26,146 57,254' 36,618 25,795 10,823 46,782 351 46,431 • -`M-16,003 417,727 188,587 229,140 _ 417,727 188,587 229,140 • 5-15,901 75,150 21,206 53,944 • .42,620 21,206 21,414 32,530 • 32,530 SMALL JOBS 261,690 235,163 26,527 261,690 235,163' 26,527 S 20,047,333 S 17,047,278 $ 3,000,055 S 9,175,418 S. 7,753,062 $ 1,422,356 $ 10,871,915 $ 9,294,216 $ 1,577,699 • SEE ACCOMPANYING INDEPENDENT AUDITORS'REPORT PAGE 16 4 { Tab D Previous Experience and • Key Personnel • ® Resumes of Key Personnel • SFI Organization Chart • Staffing Plan • Previous Experience References • � t , , Shoreline Foundation Inc. 2781 S.W. 56th Avenue . Pembroke Park, Florida 33023 Phone: (954) 985-0460 . Fax: (954) 985-0462 . www.shorelinefoundation.com QUALIFICATION STATEMENT Shoreline Foundation,Inc.is a premier Marine Contractor with offices throughout Florida,The Bahamas,and Caribbean.Shoreline Foundation,Inc.has built a steadfast reputation on delivering high-end projects that exceed the owner's expectations.We strive to incorporate local suppliers and labor forces on all our projects.We are fully outfitted with licensures in Florida,Georgia,Texas,Louisiana,Maine,New Hampshire,Nassau Bahamas,and The Turks and Caicos Islands. Shoreline Foundation, Inc. was founded in 1986 and is a fully licensed,insured and bondable contractor capable of handling all of your heavy, deep pile driving and marine construction needs. Over the last 31 years, the founding partners of Shoreline Foundation have worked hard to build our company into an organization of over 140 employees dedicated to providing you with the best possible product at the best possible price. Our 18 construction crews,administrative support staff,and professional engineers,provide unequaled customer service. SFI expert crews have been installing floating dock systems and constructing marine structures throughout Florida and the Caribbean for over 25 years.With an average tenure of over 14 years for our key field personnel there is little left to chance when it comes to challenges on-site.Our Full-time OSHA Safety Training Officer,Professional Engineers and Project Management Team are the best in the industry. Your project will have a dedicated Project Manager who will visit the site as needed,and who will be accessible to you 24 hours a day throughout the duration of the project. We will dedicate full time onsite Superintendents who will oversee our work and assist in coordinating the work of the other trades. All of the SFI Foreman and Supervisors are OSHA 10-hour certified and CPR Certified. These are our minimum requirements which are continually supplemented by a continuing;education process as facilitated by our full-time corporate safety officer in coordination with our independent safety officer consultant. Safety is job one: We have included some representative projects that not only highlight our steel sheet pile installation experience but also offer a glimpse into other large projects we have completed. I hope this information is helpful in your evaluation of this proposal and in convincing you that your experience working with Shoreline Foundation,Inc.will be memorable and pleasant.Thank you for your consideration and feel free to contact me or any of my team for assistance or additional information. Sincerely, James A.Royo President ' I Members of: Deep Foundation Institute.Pile Drivers Contractors Association.CASF Resumes o Key . Personnel James (Tony) A. Royo 9/15/58 President/ Co-Founder/Partner Overview: A Senior-level Business Management Executive, James (Tony) Royo has more_than 3.5 years of diverse experience and proven record of developing business growth programs and implementing directives achieving strong, sustainable results. As oneof the Founding Partners, Mr. Royo has served as President of Shoreline Foundation,Inc.since its inception in 1986 and has led the company to becoming highly-successful. With overall responsibility for corporate reputation, his extensive experience includes fmance, property and job procurement, workers compensation and liability insurance, project bidding, legal matters, bonding, licenses, and foreign marketing. Mr. Royo oversees all operational aspects of Shoreline Foundation, Inc. in order to insure the company's success and profitability. He is accountable for providing strategic direction for the organization, coordinating the day-to-day development and investment activities of the firm,and ensuring company objectives are consistently achieved. Mr. Royo is also responsible for coordinating and overseeing growth opportunities for Shoreline outside the United States, and for targeting new businesses, growing and increasing penetration of existingbusinesses, and leading the development of business and operations in emerging markets.Tony is at the forefront of identifying • foreign market opportunities andunderstanding the complexities affiliated with these new ventures. Tony serves as the company's chief strategist,responsible for leading Shoreline's strategic management processes and • development activities as well as managing the company's relationship with alliance partners. Areas of-Expertise: O Financial Capital/Investment Solutions O Strategic Leadership&Execution 0 Market/Industry Trends Cl Foreign Marketing, Cl Budget/Finance/Administration Cl Key Partnerships&Alliances Cl Organizational Development Cl Licenses,Insurance&.Legal Matters Cl Risk Assessment/Management Cl Project Administration/Implementation Cl Multi-Million Dollar Contract Negotiation Cl Business Plans and Due Diligence Qualifications Summary: • Successful strategist, architect and engineer on all business matters with theability to develop inventive, cutting-edge marketing and financial strategies,which consistently deliver return on investment for the firm. • Well-developed client relationship skills. Developed vital network of business contacts and formulated relationships with key centers of influence and individuals in corporations, as well as, financial and investment institutions. Instrumental in the acquisition and retention of key clients and new business. • Strategic thinker and visionary leader experienced developing and executing short-and long-term tactical financial plans,and managing project implementations for aggressive growth.Experienced in environments of rapid expansion,reorganization,and operational challenges. • Consistent ability to positively impact the bottom line through effective development of financial models, budgetmanagement and establishing profitable business units. Ethical, committed professional capable of upholding the highest standards of compliance. James(Tony)A.Royo Page Two President/Co-Founder/Partner Educational Background: Studies in Marine Biology Former Employment: Tony worked for Miami Marine Contractors as a Project Manager and Carpenter. Certificates: Certificate of Competency in Marine Construction, Structural Engineering, General Builder, and Pile Driving in Dade,Broward,Monroe,Palm Beach,Collier and Indian River counties in Florida. State of Florida General Contractors License#CGC1517337 Broward County Certificate of Competency#88-1022 Broward County Occupational License Tax#188-0000564 City of Key West Occupational License#99-04139 City of Key West Certificate of Competency#763 Collier County Occupational License Tax#914035/02101201 Collier County Contractor Licensing#11879 Indian River County Competency Card#8111 Metropolitan Dade County Certificate of Competency#E1922 Miami-Dade County Municipal Contractors Occupational License#30-1649368 Monroe County Certificate of Competency#Eng.II 238B Palm Beach County Certificate of Competency#U-16S7S Town of Pembroke Park Occupational License#7990 r � � { Charles M. Diveto Ill, PE, GC 525 North Ocean Blvd-#1418, Pompano Beach, FL 33062 Telephone:(305)345-0742*Email:cmdiveto(E comcast.net CONSTRUCTION PROJECT MANAGER Goal driven, results orientated construction manager with more than nine years field experience possessing excellent detail-orientated planning, management&financial responsibility. Open minded leader recognized for creative thinking,strong organizational skills and effective problem solving. Outstanding relationship building skills with subcontractors,clients and team members. Professional .Strengths: • Contract Negotiations • Team Player • Professional Civil Engineer(PE) • Multi-tasking • Project Closeout • Certified General Contractor(GC) • Proactive Management • Construction Scheduling • Pay Application Review • Detail Orientated • Structural Inspector • Construction Estimator Key Achievements: • Project Manager of the Trump International Hotel and Tower, a 24-story, $120M five-star condo-hotel • Review and coordinate all design plan scopes including Architectural, Structural, Mechanical, Plumbing. Electrical, Irrigation,and Landscaping with ongoing field conditions • Project Manager of public andprivate marine projects for US Army Corps of Engineers„Palm Beach County, Miami.Dade County, Sarasota County,City of Sunny Isles Beach, and Moss&Associates • Project Engineer for Broward County Convention Center Access Ramp project reviewing all submittals, pay applications, and liaison to Port Everglades • Civil Engineering design including water,sewer, paving and drainage for multipleprojects including Riviera Isles by MINTO in Miramar, Florida Professional Experience: SENIOR PROJECT MANAGER 2010-2012 Shoreline Foundation,Inc.—2781 SW 56 Avenue,Pembroke Park,FL 33023 • Project Manager of public and private marine projects for US Army Corps of Engineers, Palm Beach County, Miami Dade County, Sarasota County,City of Sunny Isles Beach, and Moss&Associates • Hands on responsibilities include managing subcontractors contracts, schedules and financial activities from change orders to pay applications, implementing material delivery schedules,coordinating field activities with superintendents,and acting liaison with Owner representative • Review and coordinate all design plan scopes including Civil,Architectural, Structural, Plumbing.. Electrical, Irrigation,and Landscaping with ongoing field conditions CONSTRUCTION PROJECT MANAGER 2006-2009 Stiles Corporation-300 SE 2nd Street,Fort Lauderdale,FL 33301 • Project Manager of the Trump International Hotel and Tower,a 24-story, $120M five-star condo-hotel. resort on Fort Lauderdale Beach, Florida • Hands on responsibilities include managing subcontractors contracts, schedules and financial activities from change orders to pay applications,implementing material delivery schedules,coordinating field. activities with superintendents,.and acting,liaison with Owner representative • Review and coordinate all design plan scopes including.Architectural,Structural, Mechanical,Plumbing. Electrical, Irrigation,and Landscaping with ongoing field conditions • Project completed ahead of schedule,with a savings of$500,000 on the preliminary project budget • STRUCTURAL INSPECTOR/CIVIL ENGINEER 2003-2006 DeRose Design Consultants-470 South Andrews Avenue,Ste 206, Pompano Beach,FL 33069 • AutoCAD designer and structural field inspector for commercial and residential projects in Broward and Palm Beach Counties • Reviewed civil and structural shopdrawings for residential and commercial projects, including but not limited to: rebar, post-tension cables, sewer and drainage structures,water materials and concrete mixes • Project Engineer for Broward County Convention Center Access Ramp project reviewing all submittals, pay applications, and liaison to Port Everglades • Authored'2005 Conditional Assessment Report for Facilities within Port Everglades' Charles M.Diveto III,PE,GC Page 2 of 2 CIVIL ENGINEER 2000-2003 Winningham and Fradley, Inc-111 Northeast 44`h Street.Oakland Park, FL 33334 • Microstation drafting for commercial and residential projects in Broward and Palm Beach Counties • Civil Engineering design including water,sewer, paving and drainage for projects including Hawk's Landing in Plantation, Florida; Bank of America, Rick Case Honda, the intersection of Dykes Road and Miramar Parkway, Honey Hill Road, and Riviera Isles by MINTO in Miramar, Florida • Participated in Local Municipal Development Review Committee(DRC),Architect Advisory Committee (MC), Planning and Zoning (P&Z)Meetings;and, participated in Broward County Commission Hearings • Conduct field inspections for Water&Sewer, including pipe connections and pressure tests, main flushing and bacteriological sampling,and sewer lamping &video; and, Paving&Drainage including subgrade, limerock, asphalt, lamping and asbuilt review. • • Calculate project cost estimates, prepare schematic site planning designs, and review civil shopdrawing submittals • Conducts permit acquisitions with the local municipal building departments, and required civil agencies Education: • Bachelor of Science in Civil Engineering,August 2000 • Florida International University, Miami, Florida • Graduated: Magna Cum Laude,GPA=3.77 Licenses: • Certified General Contractor License#CGC1517146,April 2009, State of Florida • Professional Engineering License#63942,October 2005,State of Florida • Real Estate Sales License#SL3072866,January 2004,State of Florida Computer Experience: • Proficient in the use of AutoCAD and Microsoft Office • Educated in Microstation,Primavera and ProLog Honors and Awards: • National Dean's List Publication-2000&1999 • FIU Dean's List-2000(spring, summer), 1999(spring,summer,fall), 1998(summer,fall) • Chi Epsilon, National Civil Engineering Honor Society—2000 • Phi Kappa Phi Honor Society—.2000 • Tau Beta Pi, National Engineering Honor Society—1999 • Golden Key National Honors Society-1998 MARK J. OSBURN, Project Man'ager OVERVIEW Mark serves as a Project Manager for Shoreline Foundation, Inc. He has managed numerous construction projects including the tunnel extension at Miami International Airport, bulkhead construction at Bicentennial Park, and the structural and mooring improvements at the Port'of Miami. AREAS OF EXPERTISE O Estimating Commercial&Residential Projects 0 Scheduling O RFIs O Multiple Subcontractor Management 0 Permitting 0 Change Orders O Plan Review/Change Management 0 OSHA Compliance 0 Payment Requisitions 0 Claims and Disputes 0 Job Site Safety 0 Quality Control QUALIFICATIONS SUMMARY • Seasoned staff manager, mentor and developer. Excellent interpersonal and communication skills resulting in effective relationships with city and state officials, owner representatives, architects, engineers, subcontractors, vendors,clients,and project associates at all levels,from diverse multicultural backgrounds. • • Creative problem solver, adept in evaluating critical business needs. Resourceful troubleshooter capable of developing and initiating creative solutions to complex operating problems,performing well under pressure. • Outstanding record of meeting budgetary, schedule and performance requirements. Highly involved with and committed to superior quality control, and ensuringclient expectations are met/exceeded. Impeccable work ethic, meticulous attention to detail,and exceptionally driven to exceed expectations. PROFESSIONAL EXPERIENCE Shoreline Foundation,Inc.—Hallandale,FL 1998 to present •Project Manager/Estimator (2001—present) Serve as Project Manager and Estimator responsible for planning, directing, and coordinating all project-related field activities.Provide management,coordination and oversight in all aspects of project delivery systems including budgeting, estimating, constructability, scheduling and phasing, regulatory authorities, purchasing, and quality control. Supervise Project Managers,staff,and subcontractors. • Conduct meetings with department to remain apprised of progress of ongoing projects and mentor construction team. • Monitor construction process to anticipate difficulties,resolve issues early and avoid interruption of workflow. • Track and control construction costs against the project budget to avoid cost overruns. • Consistently complete all assigned projects on time and within budget parameters, and in accordance with client- specific needs and concerns. Inspect jobs at inception and ongoing to assure proper progress. • Recognized for attention to detail and consistent ability to meet/exceed performance guarantee criteria. • Select key projects include Port of Miami,Bicentennial Park,Biscayne Yacht Club,and Key.Biscayne Yacht Club. •Estimator (1999—2001) la Carpenter (1998—1999) Initially hired as the Senior Carpenter responsible for planning, organizing, scheduling and implementing all crafts and architectural plans with structural drawings.Interpreted blueprints to specification. • Applied standard carpentry techniques for marine and residential.projects.Assisted with various projects.layouts. • Extensive knowledge of and experience with design concepts, project layout,, control lines, grades and plan assessment. • Outstanding,record of completing multiple projects meeting both time and budgetary requirements. PRIOR WORK EXPERIENCE Cava Constructions,Inc.—Bronx,NY ■Foreman Apprentice/Carpenter 1996 to 1998 • Supervised and trained full mechanics and carpenters. • Expedited projects ahead of projected construction schedules. • Interpreted and implemented drawings for project,layouts. • Estimated the necessary building material per project. • Documented progress reports,extra work orders,RFI's,and time schedules for management. Kurland Passaretti Group—New York,NY E Draftsperson May to October 1995 • Performed architectural field surveys of proposed workspaces.Assisted in the production of construction documents. • Performed visual site inspections prior to proposal development. Estimated time and material needed for construction projects. • Interacted with prospective and existing clients.Handled day-to-day administrative responsibilities. • Assisted in management of assigned projects to obtain successful project completions. • Participated in management's budgetary meetings.Coordinated weekly job schedules among involved contractors. Milrose Consultants,Inc.—New York,NY ■Expediter 1994 to 1995 S&M Masonry,Inc.—Brooklyn,NY U Foreman Apprentice/Laborer May to October 1994 All Trades Construction,Inc..—Brooklyn,NY ■Mechanic/Carpenter 1993 to 1994 EDUCATION Associate of Occupational Studies in Building Technology Institute of Design and Construction,Brooklyn,NY COMPUTER SKILLS Auto CAD,Microsoft Word,Excel,and Internet Applications FRED MAXWELL, Superintendent OVERVIEW With over 25 years of marine construction experience, Fred is responsible for overseeing daily operations of the Marine Division. Transforming construction drawings into steel,concrete,and wooden structures requires daily coordination of eight construction crews,scheduling of specialty equipment,and the provision of constant attention to the needs of the client. Over the last 18 years, Fred's dedication to detail has resulted in the creation of landmark marine facilities throughout South Florida and the Caribbean. AREAS OF EXPERTISE O Multiple Site Project Management O Construction Operations 0 Production O Contract Administration 0 Cost Control Measures O Estimates/Bidding O Scheduling and Phasing O Relationship Management O OSHA Compliance 0 Purchasing/Procurement/Logistics O Plan Review/Change Management O Regulatory Authorities O Subcontractor Relations/Management O Strategic Planning/Budgeting Cl Quality Control/Safety O Governmental Guidelines O Building Codes and Permits O Closeouts and Finishes QUALIFICATIONS SUMMARY • Seasoned Superintendent in the marine construction industry including new and retrofit projects. Excellent construction specifications analysis with success directing operations,enhancing growth and implementing directives achieving strong results. • Exceptional leadership skills with extensive experience in planning, development, administration and management of multi- million dollar marine project operations.Consistent record of achievement in improving quality,accountability and efficiency. PROFESSIONAL EXPERIENCE Shoreline Foundation Inc: 1989 to present lD Superintendent Manage operational and project performance in areas encompassing project life cycle management, field operations, contract fulfillment, scheduling, material procurement, resource allocation, client service delivery, subcontractor relations and management, quality assurance, job site safety, budgets/fiscal management, and strategic execution of projects. Hold full fiscal accountability and manage culturally diverse staff. • Effectively schedule highly qualified foremen,subcontractors,and field employees. • Resolve daily problemson job site and personally inspect all work during,project to ensure compliance with client requirements. Oversee project activity through to completion. • Improved overall quality of service delivery by developing,.implementing,and documenting best practices. • Negotiated supply contracts for materials that resulted in significant decrease in costs while maintaining delivery schedules. • Developed several company operating codes and labor,safety and performance standards. • Proven ability to coordinate all aspects of a project,and lead,direct and motivate staff to accomplish desired goals. • Consistently meet project deadlines on-time,within budget,as well as,adhere to the highest quality standards. Select key projects include TRAINING AND CERTIFICATIONS 40-Hour Training Course,OSHA Certification of Completion,Caterpillar Salix A, Daher Loxahatchee,FL 33407 Telephone: (305)345-3278/Email:sdaher@shorelinefoundation.com SUPERINTENDENT OBJECTIVE: To retain sustainableemployment as a Superintendent.&pile driver foreman. EXPERIENCE: 1989—Present: SHORELINE FOUNDATION,INC.,Pembroke Park,FL Title:Superintendent • Scheduling of field employees • Scheduling of Subcontractors • Quality Control Assurance • Job Site Safety • Ensure Equipment Maintenance is performed on delegated equipment • Tug Boat Captain 0 Forman of Barge,Crew#3,110'x 32'barge with a 75 ton American Crane on board RECENT PROTECTS: KING'S BAY NAVAL SUBMARINE BASE . Project-scope:Installation of temporary cofferdam within open bay;remove existing vegetation and -excavate--Within cofferdam from+7 to-18.Install Permanent King/Sheet Pile configuration (approximately 470 If) to create a new Land/Water Interface(LWI).Install Concrete pile anchor system within LWI with 3.5"Tie Rods to stabilize LWI. Encapsulate steel pile with 5000 psi Marine concrete wall/cap and surround entire LWI with filter fabric,bedding stone and Rip Rap (8'thick) extending,40'into thebay on 3 sides from the LWI. GATOR LAKE SHORELINE STABLIZATION Project Scope: Construction of four(4)Breakwater Structures(48'x 120') each,one(1) Groin Structure(48'x 200') &four(4)Warning Signs&Marine Navigational Lights on Timber Piles.The construction of the four(4)Breakwater&(1) Groin Structures included the placement of approximately 7,865 Tons of Armor Stone,approximately 1,501 Tons of Core Stone placed on 33,840 square feet of Marine Mattress filledwith approximately 2,765 Tons of Bedding Stone. USCG MIAMI MAIN& GOV'T CUT CHANNEL RANGE LIGHTS Project Scope:Furnish and install four channel markers constructed of 66 inch steel caissons at four different locations in the Atlantic waters located off of Port of Miami. MARGATE CANAL STABILIZATION Project Scope:A design/build project in partnership with ADA Engineering,Inc.to stabilize the existing canal bank,including engineering and calculations,layout survey,construction drawings, constructed from within the canal via barge,slope grading and sod,supply and install 7,500 tons bedding stone.Supply and install 1,800 tons of rip rap boulders. LAUDERHILL CANAL.EWP 26,28&29 • Project Scope:Demolition and reconstruction of the canal banks with sand cement bags rip rap boulders,and sheet piling in the City of Lauderhill,FL. BICENTENNIAL PARK PHASES I-IV Project Scope:As designed by Edwards&Kelcey,this project required the stabilization of the Bicentennial Park Shoreline.Work was comprised of 3,400 linear feet of steel sheet-pile,bulkhead, 10'high cast-in-place reinforced concrete bulkhead cap,10'widepedestrian walkway and placement of 8,000 tons of rip rap type limestone boulders along the newly constructed seawall. SFI and the City were required to insure and maintain public safety during construction while still allowing the remainder of the park to be used for public events. EDUCATION: • US Merchant Marine Officer License"Master of near coastal steam or motor vessels of not more than 50 gross tons;also,authorized to engage in commercial assistance towing",March 24,1995. • Caterpillar,Certificate of Completion,March 9,2002. • OSHA,40 Hour Training Course,October 2004. Organizational Chart Project-Organizational Chart • Shoreline Foundation, Other Projects City of Miami Beach. Other Projects • Inc. -This Project • 1 • Senior Project Manager Senior Staff Charles Diveto. • V Project Manager " Consultatnt/Design Mark.Osburn < Engineer• Contract Specialist • Project Superintendani • Fred Maxwell • Crew Foreman, Sal Daher_ _ • • V Work Crews • �.. - • • Staffing SFT ty®I Shoreline Foundation Inc. - �-;:- 2781 S.W. 56th.Avenue . Pembroke Park, Florida 33023 Phone: (954) 985-0460 . Fax: (954) 985-0462 . www:shorelinefoundation.com Shoreline Foundation, Inc. Staffing Plan for Venetian Islands Seawalls Replacement The primary contacts for this project: James A. Royo (President)' # tone@shorclinefoundation.com 954.985.0460 Mark Osburn (Project Manager) mosburn@shorelinefoundation.com. 954.985.0460 Fred Maxwell (Superintendent) fmax-well@shorelinefoundation.com 954.985.0460 ,Sal Daher(Foreman) sdaher@shorelinefoundation.com 954.985.0640 SFL will utilize the above referenced personnel for this project. Due to the'extended time required forthe permitting process for each project it may be necessary to substitute a different foreman based on prior commitments. If this should occur we can assure you that Sal's replacement will be as skilled and knowledgeable. All of the SFI Foreman and Supervisors are OSHA 10-hour certified and CPR Certified. These are our minimum requirements which are continually supplemented by a continuing education process asfacilitated by our full-time corporate safety officer. Safety is job one. Members of: Deep Foundation Institute.Pile Drivers Contractors Association.CASF SFI Previous Experience ,.. '` /:`_ , ..... ir .„,...:.i..„,,,,.... , ;4:4 •,.,4,i", Shoreline Foundation The. ,+i;: PAST AND TECHNICAL RELEVANT BUILDING EXPERIENCE Project: City of Miami Beach (COMB) Seawall Replacement—Various Locations Location: Typical construction at: Lincoln Ct., Bay Rd., i> �; � � Dade Blvd., West Ave, Indian Creek Dr., t" ', �'' *1,=' "'` Cherokee Ave.,Normandy Shores Park,Maurice �.?1 .`. J Gibb Park a Miami Beach,Florida ,-, . , ;. f ?$; Owners Representative: F',,,,°'1..;„*"..,.:-.;:°,„.7 a . -,, City of Miami Beach : , ".;' 4 `t 5 -;t':, - - s.,. : Public Worker Department, *1 ;` 'r":� Y , ° t ,m �x E Engineering Division y � � . -..? ��g ... _- a f 1700 Convention Center Drive r` ,-N .. 11/liami Beach,FL 33139 I _ '. Office: (305) 673-7000 Fax: (305) ®¢ ...: Construction Dates: °+ 4 r ; 4 _ „*,,,'-...,,....„4,,,,s4, START:201 S _” y "' " FINISH: 2017 i w. ` r • , - V� Construction cost: -- $5,500,000.00•+ V ! i, ne c 9 E Change Orders: s , .t nnrlo; it it^ c,ITu1:- °1f o a :s „!�a,. u r Project Status: i ° I� z Ill !I""1 :MIL n - - LtElf1L-7 Completed ,, .,.t„.\ " '`.7-P"',....„4- •Ca "•'t a a a _rt r-TT :.--r ..Aotk(� ` ,. ,z ,� SFI Project Manager: .. � 4j � 1t � ,irc �n'L9t-���' ifl Mark Osburn ' �" " y ''t.1/11.- u r /i"i+ u '8 ` 1. ,? / it,,„:, , f ,. ,', ' 2, Sig a ,�}'`r " ,- :(a [id�16 tP I ' SFI Project Superintendent: ' t.°, J 'c I r, _.. Mark Osborn f..,',,,,Z,.. " - t•. a y },� v w rF . , w„. , ,...... 4Wilea ; ' , \ MS Relevance/Scope of Work: i + ��,�, ' 411 Work consisted of: Fabrication&Installation or "' fr ' ,, pre-cast concrete seawall panels up to 14'in 1,,,:,,,-„, :„.,,,611;74-1,,,,,,„,,..-7„44-"2.1 t "- ; length x 10'wide 9"thick,Installation of 14"x ,; ' s ,, 'x a`- - 14"x 35'long concrete pile and 2'a 1.33' 1,-,. �, f ... . _ ;� concrete seawall cap,placement of rip rap _`-'4.,-,..&-..'2.4:-.„-41„,,,,,,,'" , s. boulders. k .- _" - 2781 S.W.56`"Avenue. Pembroke Park, Florida 33023 Phone: (954) 985-0460: . Fax:(954) 985-0462 -. wwwahorelinefoundation.com 1 I { j - I ,„,,,, S SFT ,.\.,....,. , .. :rte Shoreline Foundation Inc u.—..i., Project: Dania Beach Municipal Marina Location: -r-- trip'�.`�;1�-44' � � . � , 100 West Dania Beach Blvd. • 1 r Dania Beach,FL 33004 -r, a(( o Tt-- /.t,-+ -.,--.F.-,,,-,%-,, ri �� T ;G 1' � Owners Representative: .y i 1m. --?... ,..-":"-41,:-.....:L. om ® �r•I'< +ki• `l';t ” ,"� ° Ronnie S.Navarro,P.E. '..,v• i X„,..,. •' +, CITY OF DANIA BEACH !Y '' • ,,'_ r = ,�` , ( 't..�'' Cyf ! > + - 1201 Stirling Road I ` -``.. pp'` + i�f + .--� ' ' '(' "r-et ,,.' 4 y Dania Beach,FL 33004 , ' '` ;; '` .u - s 1t f i (954) 924-6808 +* :.,;4...>_...,,--' ; `4 "' : `•-;44.1 _ Fax (954) 923-1109 F. %, rnavarra(a),ci.dania-beach.fl.us ! xt.t. ,,1`,t ' S%• .L!� j ,, . --- - tri,'.1,!, `i. 1 . 4. Construction Dates: -,% ,t • - 61O l i+ , �' fie,/ START: 01/07/2013 �`• / FINISH:06/23/2014 :,..1„: M:: r, /1 r.. ,, { I iii '' R ollti' Construction cost: -(- __-._'.:a�►d a `-'- i $6,186,787.00 SFN Dania Beach Municipal Marino Renovation till JA.-.P.:1! Change Orders: • >- 1 .'•PP" ...,-,•-• ,. - • , a �, ��. , . ', ;9f-1,—A, '+�°'•1 i Yes+$105,856.49(Totaling$6,292,643.49) l ' t3Gw r ' , , , �"�' Sir. ..4.'+ 7r t!Y ., i , Project Status: j9 is:�� 1 1 Completed F , .x-.. '...,' ` fir- ,� I I I �l I ni r,F • .-.4 ''''---.:4,e., ,r<1,,i0.4-^, „1 j� 1 1 SFI Project Manager: - 1 ' �, :s.t: , ,`Ay r rli,� 1 Kevin Land : '''-'-'.1`;''':1.1",,II- �' ,° .�,.. ', ,1 I 'C. 1 SFI Project Superintendant: 4' e7 L, ! •.. , ';;�'•- ��+ ti ,r Mike Bosowicz/Mark Posson �/,' '”, ' ',�, 41" " _ ' .r' y�' , 4' v _v t..14. •.e Relevance/Scope of Work: v�' . �' ��� r '=' l ''.�.+ gr4' 0 { � Engineer on record was Craven Thompson& ` ' ,, • g p �'+r"yti; ' -' y .,4 _ .t -4'ear �. Associates.The project consisted of a new i7/. r.�, st, y'� ate" ae. t ry r seawall,a 120-slipfloatingdock system,and new 0. - ,e'er',-, 1' ��' 7"/fs% � �`' �^v ,'„,hli Dock Master upland facilities,further described --471 -_ f.:` AZZA111;71 -.i .'� :__J as the following:installation of 1,450 If of SF'1\ Dania Br precast concrete panel seawall with 12"concretBeach Municipal Marina Renovation '^�' }, ,Y,.",.11 e emend fa batter and king piles,topped with a 5'-0 wide poured-in-place concrete cap. A floating concrete dock system anchored with 14"precast concrete piles,and finished with 118-12"diameter wood mooring piles,equipped with electrical,water,sewer and fire services. Upland work includes underground utility services feeding the dock system,a new paver sidewalk, four(4)dock entry kiosk structures,over 100 electrical bollard lights,and the associated seawall landscaping. The new Dock Master facility includes a new 1-story dock master building structuredesigned with an office,lounge,men&women's restrooms, and laundry facilities for the boat owners. The,facility is enclosed with an aluminum fence,a new Pavilion structure,. and finished with architectural features including multiple benches,trash cans,BBQ grills,picnic tables,and an electronic fish cleaning and grinding facility. 1 2781 S.W. 56th Avenue ..Pembroke Park, Florida 3302311 Phone: (954) 985=0460 . Fax: (954) 985-0462 . www,shorelinefoundation.corii ' I.'; SFT „... Shoreline Foundation Inc.. ,-A.-4 1 11213 1 Project: NSU Seawall - . • Location: �-,. `a. r--,-.+, ---__ NSU 1 3301 College Avenue ‘' �'3� 1e�`• _ ,y'' "`- 7 .t. , _ Fort Lauderdale,FL 33314 mss,- _, iso L.Lsti ' ,.'.. « Owners Representative: - ' -T • ..(/ Cody Miller ,. , �' r l 1 1 r� MOSS/MILLER,LLC , 614South Federal Highway 1 9 ',,'��� � 5. Suite 300 ' N 'o• p , Fort Lauderdale,FL 33301 ��",`P`` �� , (954) 524-5678 ,:_ `,1 1': '.t''`' 4 Fax: (954) 524-5677 r; ” cmiller@millerconstruction.com � c ' '44'. r ,t./" ,_ . Construction Dates: 1 `'Z:•st9'.• y;11 „... 1. START: 10/18/2011 I ."-. 2.-t....- - - : • - FINISH: 1/9/2013 SF,\X NSU Seawall Maraud gd1111.1 let, 0:.21.17 Construction cost: $4,117,404.00 , Change Orders: :- $751,354.03 (Totaling$3,366,049.97) 1,,..i`... ''`` , Ifir '' ,y� Project Status: ;.„ ; '�% ., .i ,", Completed ,�t . -1,....-r--;"--- SFI Project Manager: t � E ' ' Charles Diveto f ../4-,-,- • ' SFI Project Superintendant: - "` I;, „ ,i ,. � Fred Maxwell �� ,�r err 7 _, / , ,• 1ii Relevance/Scope of Work: ' .^a `,; d ,r ,., r Project designed by Derose Engineering, this n, , r‘ -' 0 I project included demolition, excavation and ''� " `1.4 I • \. ., legal disposal of existing concrete seawall and � , r ,.�.-. , �: _ . . L Il bulkhead. Relocation of existing rip rap e` NSU Sall{PIIJ,�ilI1J�IJ,I Ll ,....2,.:....2,.:boulders. Installation of pre-cast concrete pile ��+c <J„ '� bulkhead with cast-in-place bulkhead cap. Aluminum floating dock marina.Pre-cast/cast-in-place concrete wharf structure. 2781 S.W.56th Avenue ..Pembroke Park, Florida 33023 Phone: (954) 985-0460 Fax: (954) 985-0462 .. www.shorelinefoundation.com TabE Bid Pricing • City of Miami Beach ITB Bid From } i 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 an 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 201ECT TITLE:ITB No.2018 181ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS&IMPROVEMENTS GROUP 1-VENETIAN ISLANDS SEAWALL REPLACEMENT SUBSECTION 1A-DI LIDO ISLAND(SOUTHWEST) ITEM NO. ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY 1A1 MOBILIZATION/DEMOBILIZATION 1 LS $ 8,477.00 $8,477.00 1A2 MAINTENANCE OF TRAFFIC 1 LS $ 1,059.00 $1,059.00 1A3 RECORD DRAWINGS 1 LS $ 3,367.00 $3,367.00 1A4 CLEAR AND GRUB/SITE PREP 1 LS $ 1,687.00 $1,687.00 1A5 EROSION CONTROL 1 LS $ 1,468.00 $ 1,468.00 1A6 PRECAST CONCRETE SEAWALL PANELS 30 LF $420.00 $12,600.00 1A7 PRECAST CONCRETE.PILES,12'DIA. 7 EA $ 2,439.00 $ 17,073.00 1A8.1 CIPCONCRETE CAP,INCL REINFORCEMENT 15 CY $ 1,108.00 $ 16,620.00 1A8.2 CIP WING WALL RETURNS,INCL FOOTING AND 19 CY $ 1,070.00 $20,330.00 REINFORCEMENT • 1A9 ALUMINUM PICKET FENCE,4',ON TOP OF N.SIDE 22 LF $ 202.00 $ 4,444.00 WING WALL 1A10 RIPRAP 8 CY $569.00 $4,552.00 1A1 EMBANKMENT/BACKFILL 100 CY $ 75.50 $ 7,550.00 1Al2 SODDING(ST.AUGUSTINE)INCLUDING 150 SY $ 25.50 $ 3,825.00 WATERING AND MAINTENANCE 1A13 ADJUST IRRIGATION 1 LS. $500.00 $ 500.00 1A14 UTILITY ADJUSTMENT 1 LS $ 1,566.00 $ 1,566.00 1A15 INDEMNIFICATION 1 LS $ 100,00 $100.00 TOTAL.SUBGROUP 1A $ 105,218.00 BID NO:2018-181-ZD CITYOF MIAMI BEACH Mtn IBEACH 1 4 A-1 GROUP 1-VENETIAN ISLANDS SEAWALL IMPROVEMENTS SUBSECTION 1B-DI LIDO ISLAND(NORTH) ITEM NO, ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY 181 MOBILIZATION/DEMOBILIZATION I LS $ 8,477.00 $8,477.00 1B2 MAINTENANCE OF TRAFFIC 1 LS $1,059.00 $ 1,059.00 1B3 RECORD DRAWINGS, 1LS $3,367.00 $ 3,367.00 1B4 CLEAR AND.GRUB/.SITE PREP 1 LS $ 1,687.00 $,1,687.00 185 EROSION CONTROL 1 LS $ 1,468.00 $ 1,468.00 1B6.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 20 CY $ 1,645.00 $32,900.00 186.2 CIP WING WALL RETURNS,INCL.FOOTING AND 18 CY $ 1,553.00 $ 27,954.00 REINFORCEMENT 1B7 EMBANKMENT/BACKFILL 80 CY $ 78.00 $6,240.00 1B8 SODDING(BAHIA)INCLUDING WATERING.AND 300 Sy $23.00 $6,900.00 MAINTENANCE 1B9 INDEMNIFICATION 1 LS $ 100.00 $ 100.00 $ 00 L SUBGROUP 90,152. IOTA OUP�1B GROUP 1-VENETIAN ISLANDS SEAWALL IMPROVEMENTS SUBSECTION C-DILIDO'ISLAND(SOUTHEAST) • ITEM NO. ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST , QUANTITY 1C1 MOBILIZATION/DEMOBILIZATION 1 LS $ 8,477.00 $ 8,477.00 1C2 MAINTENANCE OF TRAFFIC 1 LS $ 1,059.00 $' 1,059.00 1C3 RECORD DRAWINGS 1. LS $3,367.00 $3,367.00 1C4 CLEAR AND GRUB 1 SITE PREP 1 LS $ 1,687;00 $ 1,687.00 105 EROSION CONTROL 1 LS $ 1,045.00 $ 1,045.00 106 PRECAST CONCRETE PILES,12"DIA. 5 EA $2,447.00 $ 12,235.00 1C7.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 10 CY $ 1,653.00 $ 16,530.0.0 107.2 CIP WING WALL RETURNS,INCL.FOOTING AND 8 CY $ 1,977.00 $ 15,816.00 REINFORCEMENT 1C8 EMBANKMENT/BACKFILL 80 CY $ 78.00 $ 6,240.00 BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 54 A-1 1C9 SODDINMAINTENAG(BAHIA)NCE 150 SY INCLUDING WATERING AND $ 25.50 $3,825.00 f 1C10 INDEMNIFICATION 1 LS $ 100.00 $ 100.00 • TOTAL SUBGROUP 1C $ 70,381.00 r ' GROUP 2-VENETIAN ISLANDS SEAWALL IMPROVEMENTS- SUBGROUP A-RIVO ALTO ISLAND(NORTH) ITEM NO. ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY" 2A1 MOBILIZATION/DEMOBILIZATION 1 LS $ 8,477.00 $ 8,477.00 2A2 MAINTENANCE OF TRAFFIC 1 LS $ 1,059.00 $1,059.00 2A3 RECORD DRAWINGS 1 LS $:3,367.00 $3,367.00 2A4 CLEAR AND GRUB!SITE PREP/DEMO 1 LS $ 1,687.00 $ 1,687.00 2A5 EROSION CONTROL 1 LS $ 1,468.00 $ 1,468.00 2A6 PRECAST CONCRETE PILES,12°DIA,. 5 EA $ 2,447.00 $ 12,235.00 2A7.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 9 CY $ 1,812.00 $16,308.00 2A7.2 CIP WING WALL RETURNS,INCL.FOOTING AND 9 CY $1,862.00 $ 16,758.00. REINFORCEMENT 2A8. EMBANKMENT!BACKFILL 100 CY $ 75.50 $ 7,550.00 2A9 SODDING(BAHIA)INCLUDING WATERING AND 150 SY $ 25.50 $ 3,825.00 MAINTENANCE 2A10 INDEMNIFICATION 1. LS $ 100.00 $ 100.00 TOTAL'SUBGROUP,2A, $ 72,834.00 GROUP 2-VENETIAN ISLANDS SEAWALL IMPROVEMENTS- SUGBROUP2B RIVO ALTO DRIVE(SOUTH) ITEM N0. 'ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY 261 MOBILIZATION/DEMOBILIZATION 1 LS $ 8,477.00 $ 8,477.00 2B2 MAINTENANCE OF TRAFFIC 1 LS $ 1,059.00 $1,059.00 2B3 RECORD DRAWINGS 1 LS $ 3,367.00 $3,367.00 284 CLEAR AND GRUB/SITE PREP I DEMO. 1 LS $ 1,687.00 $ 1,687.00 285 EROSION CONTROL 1 IS $ 1,468.00 $ 1,468.00 286.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 7 CV $ 989,00 $19,780.00 BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 55 A-1 2B6 2 CIP WING WALL RETURNS,INCL.FOOTING AND 5 CY $ 1,119.00 $ 20,142.00 REINFORCEMENT )� 2B7 EMBANKMENT/BACKFILL 100 CY $78.00 $ 6,240.00 268 SODDING(BAHIA)INCLUDING WATERING AND 150 SY $23.00 $6,900.00 MAINTENANCE 2B9 INDEMNIFICATION 1 LS $100.00 $ 100.00 TOTAL SUBGROUP 2B. $ 69,220.00 GROUP 3-VENETIAN ISLANDS SEAWALL REPLACEMENT- SUBGROUP 3A-SAN MARINO ISLAND(SOUTH) • ITEM NO. ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST • - , QUANTITY 3A1 MOBILIZATION/DEMOBILIZATION 1 LS $ 8,477.00 $8,477.00 3A2 MAINTENANCE OF TRAFFIC 1 LS $ 1,059.00 $ 1,059.00 3A3 RECORD DRAWINGS 1 LS $ 3,367.00 $ 3,367.00 3A4 CLEAR AND GRUB/SITE PREP!DEMO 1 LS $3,307.00 $3,307.00 3A5 EROSION CONTROL 1 LS $ 1,468.00 $ 1,468.00 3A6 PRECAST CONCRETE SEAWALL PANELS. 19 LF $429.00 $8,151.00 3A7 PRECAST CONCRETE PILES,1 Z'DIA. 6 EA. $ 2,442.00 $14,652.00 3A8.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 6 CY $ 2,817.00 $ 16,902.00 CIP WING WALL RETURNS,INCL.FOOTING AND $2,132.00 $ 21,320.00 3A8.2 REINFORCEMENT 10 CY CIP GROUT ANNULAR SPACE ADJACENT TO NEW $.1,316.00 $ 10,528.00 3A8.3 8 CY WALL AND AROUND PIPE 3A9 DECORATIVE METAL PICKET FENCE,4',ON TOP 25 LF $ 269.00 $ 6,725.00 OF N.SIDE WING WALL 3A10 RIPRAP 4 CY $ 597.00 $ 2,388.00 3A11 EMBANKMENT/BACKFILL 100 CY $ 75.50 $7,550.00 3Al2 SODDING(BAHIA)INCLUDING WATERING AND 120SY $26.50 $ 3,180.00 MAINTENANCE 3A13 INDEMNIFICATION 1 LS $ 100.00 $ 100.00 TOTAL SUBGROUP 3A: $ 109,174.00 GROUP 3-VENETIAN ISLANDS SEAWALL IMPROVEMENTS- SUBGROUP 3B-SAN MARINO ISLAND(NORTH) ' ITEM NO. ` ITEM DESCRIPTION ESTIMATED UNIT UNIT COST TOTAL COST QUANTITY 3B1 MOBILIZATION/DEMOBILIZATION 1 LS $ 8,477.00 $8,477.00 382 MAINTENANCE OF TRAFFIC: 1 LS $1,059.00 $ 1,059.00 3B3 RECORD DRAWINGS 1 LS $ 3,367.00 $3,367.00 BID NO:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 56 A-1 3B4 CLEAR AND GRUB/SITE PREP 1 LS $. 1,687.00 5 1,687.00 3B5 EROSION CONTROL 1 LS $ 1,468.00 $ 1,468.00 3B6 PRECAST CONCRETE PILES,12'DIA. 4 EA $ 2,454.00 $ 9,816.00 387.1 CIP CONCRETE CAP,INCL.REINFORCEMENT 27 CV $675.00 $ 18,225.00 387.2 CIP WING WALL RETURNS,INCL FOOTING AND 16' CY $,742.00 $ 11,872.00 REINFORCEMENT 388 EMBANKMENT/BACKFILL, 150 CV $ 72.00 $ 10,800.00 3B9 SODDING(BAHIA)INCLUDING WATERING AND 300 SY $ 23.00 $ 6,900.00 MAINTENANCE 1 JI 3B10 INDEMNIFICATION 1 LS $ 100.00 $ 100.00 TOTAL SUBGROUP 3B $73,771.00 _ 5.90,750:`0 GRAND TOAL T (GROUP 1-GROUP 3) $ 0 THE CITY MAY AWARD TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER BY BID ITEM, BID GROUP,OR FOR THE ENTIRETY OF ALL BID ITEMS,AS DEEMED IN THE BEST INTEREST OF THE CITY. Section 2—Bidders Affirmation: Company: Shoreline Foundation,Inc. Address Line 1: 2781 SW 56th Avenue,Pembroke Park,FL 33023 Address Line 2: Telephone: (954) 985-0460 Email: ti y@shore'nefoundation.com Signature: � Title/Printed Name: 'la 'oyo,President FAILURE TO SUB IT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO:2018-181-ZD CITYOF MIA MIAMI BEACH BEAC{ (. I I TabF Exhibits o Addendums if any) • Bid Bond • Licensing o Proof of Insurance MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 34 Floor, Miami Beach, Florida 33139,.www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO.1 INVITATION TO BID NO.2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS&IMPROVEMENTS April 20,'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. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m. ET, on Thursday,May 3,2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficienttime to allow for traffic or other delays for which the Bidder is solely responsible. II. REVISION(S):. - A. Invitation to Bid Summary is revised as follows: Project Completion Timeframe: 220 210 calendar days,Substantial Completion 265 240 calendar days, Final Completion III. ATTACHMENTS: • Exhibit A-Bid item#1A14;Photograph. IV. RESPONSES TO QUESTIONS RECEIVED: Q1. Are there any weight limits on the causeway for vendor deliveries,such as concrete? , Al. Yes. Contractor shall contact the Miami-Dade County Public Works Department and the Florida Department of Transportation.(FOOT)for information on bridge weight restrictions. Q2. Where will the designated areas for cleaning,worker parking, and dumpster placement be? A2. Please refer to Section 0300. General Conditions, Subsection 31, Lands for Work. The Contractor will be responsible for securinglocations for cleaning,- worker parking, and dumpster placement. Q3. Will the.City Building Department permit fees be waived? A3. No. Q4. 8.1..Will USL&H.insurance be required? , A4. Yes., 1 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS'&IMPROVEMENTS I I Q5. 8.1,D.Will an installation floater be acceptable in lieu of an"All Risk"insurance policy? A5. Yes. Q6. What scope of work should be included,in bid Item#1A13;Adjust Irrigation? A6. The anticipated scope would include cutting and capping of existing irrigation lines, and the required repairs to heads,piping and plus place risers on each head to allow for the backfilling behind the wall as needed to restore the system for use. It is not anticipated that there will be any need for a new controller, valves or valve boxes. • This pay item is to allow for field work(irrigation repairs)that might otherwise not be covered by any of the other pay items. Q7. What scope of work should be:included in bid item#1A14;.Utility Adjustment? A7. There is an existing below grade utility box behind the seawall that will be affected I. by the backfilling operations as shown on sheet C-4. It is anticipated that the box will need to be raised approximately 8 inches to bring it up to the new grade once the seawall has been constructed. Thecost for this pay item shall include all labor and materials to adjust the top of the box and adjacent valve riser to grade.The box is a 3' by 3' concrete box (6 inch walls)with a prefabricated lid and frame. Refer to. Exhibit A.There is no anticipation of any need to adjust any of the piping associated with the water line. Work shall include extending the concrete walls up (and associated rebar and epoxy dowels)and resetting the existing frame and lid. Q8. Sheet C-15 and sheet C-10 indicate the contractor is to supply signed and sealed construction drawings and calculations as part of the scope of work,please confirm. A8. The intent of those statements is specifically for the precast concrete piling and seawall panels to attest that they have been fabricated as per the plans. The shop drawings shall be signed and sealed as verification that they have been fabricated in • accordance with the plans and specifications. Q9. Ail,of the cast-in-place concrete items quantities are in cubic yards, what is the basis of payment; by the-completed project or by concrete delivered to the site? It may make more sense to change the unit to linear foot.Our calculations do not agree with the provided quantities. A9. Bid quantities include a surplus as contingency; bid shall be based on the bid quantities. Payment shall be for in place concrete and reinforcement, not for the concrete delivered to site. ' Q10. On our recent site visit revealed many sites have either submerged debris or rip rap boulders which appear to be in conflict with the proposed new improvements, what should the contractor assume to do with these materials. Is this addressed in the permits? A10. Rip rap and/or concrete debris boulders shall be moved to allow for piling installation.This is permitted as long as the debris is relocated adjacent to the work area within the project limits as directed by the City and the EOR and in keeping with the agency permits. The Contractor is to limit the amount of disturbance to the bottom during these operations. Said rip rap can be reused as part of the required rip rap at those specific locations. . • 2 ADDENDUM NO.1 INVITATION TO BID(ITS)NO.2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS&IMPROVEMENTS Q11. Please confirm that new or existing trees or plantings will need to be removed and disposed of if they are in conflict with proposed new wing wails. All. Any trees or vegetation that conflictswith the proposed construction shall be removed and disposed of in a suitable manner. Cost to be included in the clear and grub / site prep pay item. Trees that are to remain shall be protected: against any damage during construction per Section 01530, Barriers, Subsection 3.03 Tree and Plant Protection. Trees that are withinor out of the work zone may require a tree removal permit before removal. Q12. The San Marino North site has what appears to be a retaining wall already installed as part of the pump station project? Please provide details if this is a gravity wall. Please clarify the scope at this site as far as retaining walls. Al2. That gravity wall was installed as part of the pump station projects and is shown on .1 sheet C-9 as to remain. The new seawall cap shall adjoin that wall on the backside but will not be tied structurally to that wall. The reinforcement in that wall is unknown. 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 at7miamibeachfl.aov 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 notsubmitting a proposal. Sin :re , Alex Denis Proc r- ent Director • 3 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-181-ZD - VENETIAN ISLANDS SEAWALLS REPLACEMENTS&IMPROVEMENTS • • . • I EXHIBIT A f i f i • 1 f i I • I 1 i i I i I 1 1 1 1 I 1 4 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-181-ZD VENETIAN ISLANDS SEAWALLS REPLACEMENTS&IMPROVEMENTS 1 I f t •71, 1, ik 'rff I/44 ' 'I 4k\ff'1''' 181 ' V. . "I''''' z A ). L . r. 1 ZS1f y{ dryyi\ ,7 Ex /I , o1 ^«..:cif f A11 ;V_% ,. t/1V t/144 ,S ; ivi:•;' 1( �r i• ,'rV'f' ,','Y..1,1" ��t ,:thS 1( A./ ; 414 11 m,: c �1 i .' �* 'I ` "• A' r 411 M+ry4 ,ka' .' ��{3`11,' l/rrTT 1,b a �"` ,t �� �"� tit 1 ' �0/CC ,���'.-_,'‘:="1:44,r , ;4r ilk). :,,,-11....;z :� ,rl L` l �. ��', ` n�� • IA 1+1./k,,i >, ,4'Actti v,1•r l f�'. ; '2 1 +r i I C .``', S G,J( �k >� . 5 . ,,,,,s4' .:7_4:1-, %17 4 "`Yi'' t, • .r z %,..`'.1 rT r.' fi t r }kvl jkr q�x t} 4a, Z'r ✓y� • s tt f ry f ,•'$),',",,41,`I` I 4 r q..T�::"N f •^fft, } �y'r,L i t ..',.<'4.': .' 4'1'{ 1yty tr fy j " ...1 r ,{Q _.r.`}`t , 7 k, `�'� ,('} 1 �`._" 1, ',i r`iI3 1' "``i 1t" iii i„ ,: p ''+o-i'44;;-7".'''.-.4'j,'",'•rz ' % r ‘). ``‘4‘„‘%,w rt C �i`F✓,; ,sem r� x.,.}yam "4�, � �4 ,� � a , �� y,„tip }� �a� ? 1� F( ,� � i.J; Y"�Yi. rr. 4.t i ,' `' ` �! �,. � „�,d t�r p+. y>� f w w�' �v � ' Y? �i �{ •••�.• �� ,'v zE 1 ...+ r �.qn. 0' t i y.t r, t�L' A•S,4,,,,,,v,:•,::... ``'� 1 y,'k,.".,-. �'':--4,'f��;w"c', ,: h T^" rt- n': ,,s*y i{y "Alr ,I+ f 4o-i t r r f c } .st•y'�,4c"".;tt. ' 4 Ri- t ter#�"a Y.44 ��,�+ f� T� / � #', f LLg { L,iC. t��ri�.M1 Lz;.�4z•^y..2L�' fi 1}, e'}✓ Gt 4� �+�^+y, � 1}+ ,,, �L y a( il7m' 3 4 h i\.'.-''I 5S r i{,r ', ., +&s19tr j`iW ,'a l' ` j 4 '�� t� +'in'7 ..- .z'F c 1 r �,,y, 1 ;" x, '� t+lr h 4s r t 4121. :i,"1 "Sl,, t .,i",i •*'.{ r y } S d 1•,,f .trr 6 .' ' "J*j i 'f y' s s ie r't r S 6 i i - t Rd ,A Su'sa 5,7 y z rr'ias _tl 2),:e�r 'v ,,, . '''.1,1.,:',2.-.,°;;.L....$.."...,1 .t v t- � t- f t s r x x'L i i #' ts { r� r , , � rta4f Yet F .s�s�Y rt,, - ' }, .,+,, r':• i:,01,17,,,,,,-.4.,, s S c Ta '3' T ,, j,. •1:-...:,4-",;,,"*, Z.-,'?`• r4•c^fp'•c `ter a. ra ''''. L':• '7\'''',1:"5 s ` ,. *, f r ..t ,%,,,,,£'t� xi,',,r"..J..,;7.,'„ )� „;"`h „,,r,—.c::-.:,,,,,r45-11�A .i 4 , f , ”".1.' rlh i•• LY+s`l 1.4"^. �y>b i4` .t.f'n i. .l* k ( ri'l . "<tc�, f fir^: r�t ,g k w'*yC°tf,pErcy �,rr, es^ ua a, ',"t :r. .,.F ,-Y)' r 1� x a < ' v...v.,.i.„- i; 1 .i na'�,i {{L A..*,4 rzFs.:,,.li't^y �•?r{��v h:q y{ril..''t& pz t 'T.y„x'-Q #. r r• ' .I y� r .+ftrt S" �+ .C.re. ", + F 4+'� .D. Ytr P' { ,,,,o,,,..„-!,,,,ft •;:/"..f,,l'a;,.,,t '",,,, p �),j 'm.—1. 'r; r ,x -.7t"'2. 't U+, r t,`a--, Vii- `�w•9"VP ,f r/-` t iu• j��'' r+'sIS.i�t J 's:.. (,�ysr ayr'�1 sq? 't'-; [F' 1 -,y. t' frr , _%? ; M: 9 t4 1,r, ,rf.r y ` �.5`G°S` � r1it,r��� r� �~w t7 SSyA"•4fy��t,+ �nt.Ai�t •"+t7jy t �' !{� 'T} F� s t r � S,r,r , v,..,. ,.`�`a•-t(4n. t� y - ``s• i`'t'rile , , .,4.-k. i• .I ill. < ' j e;tAtir t "�u^LtsJ��f�,a' 2 ,: _ •f i.ry,� a .,, g � .t'fl 7, >}!'>,�is,. t F''C�l,'+t'`1f', 7,�A t _1 i a �,,(t e+'y c a iS , a 'c( �• ^'•�?+t tJ1Gry '`•Qrr"^i`4fr a`'f-3,;�"r`y Rs.Z•'✓'naal lt ` h ,rl+ 1�C�.�.1' tir -g, a , � ,ads ,p D% }� i621.',--0,0-132_,..-37w'nfif n"` '1"h4`,k t f� it t-,.ii, 4rG is ii'� I - 1 as ' �{f t t1r c3.0?,1 t c 3'+7'! f.• ., , (p f ;i tT " . ,.'. v.,,r:,y+` ',.ksIg �:� ° t ,,r 1 t, } 4-f� E l,�,e lC` Y„, S' y ;x,. . .�r p ,P r 3f,•/, -� _, -i n 'l r�twtiR>°/J ,- { r tQ.lff' ♦h+,e i.: t t f' a,1 tl tsin,_, r .'r j a_,-...is „- '-r "1 x 3 'r��t14-4-.ri •.fir,'tT,$' V� //1 T&, Vic,ra 3 r�1,' c.' i'�t`'f.z y .,/ .w, Jl,, ,: c- Y •p-•- " ,+'y.' i t`" ;�►,ir'w, 6• -•r� iC,`tiT(SYj� zi� l.�t,YVa �1�'�r 40 `'�1#�7/��YNtrib'9 ��•�� �.r, .r. .r {'���r .�,r�\.te ...441,,300,A,.-4 � "rU ..rl'�arl. � n hitt r}� t , r •'ettt.j..,-, va9 ics 4S ``,�i ' �.",i.., i��e�• o ' If � `S t.7,/( i• c�,.,,,,,,fif 3r rt'ti \ j ;:i., Tpo+f ,t rt r ,- t v -s1., 'k � 'r�'.A '�,7 z', a,+�;�- ,,,'- rrzn,}��+, �S f1['f�'r�� +;�vyt�,,;ti,rvS..b�n.1�rs.�'t ' ,� •. �. F� r •�'..,�y, tFi` r�,+�y, v' 'Y:�"•\r e 3t;fr4� t Pa�tg'rc{it iRtL`✓•ifi a;.>,4'.`trgl r aril t�'"'N.N.,,', ,e4/$1,0:',:.4.:'.;1 ,-fit 1 a r ,,r.k,7 }', ya ��'`;,4;, +r• 'y yr.Z 9�,,,i, k.f iAft•' cif'rt f ) 4. jil n�, h'' a t�/ii'•'st iat 4��y"'r" d !y_, y.C'' `�+0/.. . j '°`t�7 ��✓{t.�{r�t�iM�I1t�ttY'•,.pwt�'>; ter. 4ti.ratJ 'r f t�.P �t�,t`l � Si"+�r 2 ,��r�•s � ��"''�L�. �'y` '.._r+H7 y ( 6'" � f�'i ttt Q'i[ r (t?r r �y ;iC+FM (I + ( r� j f • t.r y (, A �S 'c+t4�' ;t r,t��.a�ly�tj7C' T* r �Y+` h3 .ny F,'q} "'Ssail CS'yt �-'''+ r�v . 1 \. M j'k `y`� '?'i °Y�,f - + 7. , S y f jf� Y ,,, ./9,0 Z, Srvt, "(ivi•-r t .,. ' 1+9tj - ti_,•,t.• i Y' +t ii'� s�l} a }'� '�,��'"n�� �4�� �'trrr' �<+J�t��� r���;y `�T�. r� r� 5���.' �•( _'f�� i rR v ?xY�rya .,,-,,,,-,,,I.,1 „ k STS f v�'�,,y-1��y ski-7;1'i'.,''r t 4y E`Tt Yf f9f,.'t,�s Stz sy`�i � i,,U`�"�as Hfl�i�'t �1(S 1, P S: �.¢�� ++.�,0 y wyY1E �.1 "s�i5r�t'-��1r4' c�.f_:fC,_'yp ,� �y fE7'�(q�ji, y t�{� ✓r•.• +.� 2_ �a'tSU�rr t r t e',1 'r Y i� z����.1. ' E �� a ,�r r l s`,t.5,+ �J t.r �' rr-• aY 7 q � 1 �. �: i`2�'L ;� .w,,�:vy,�,rp5 7��1�Ir,�C r ', , } . r Pit { >•,�vr; 5� 1 , -j (t �� y� ,,.Y t L'; 'i/ry�, ,.'�$�m, Q{(r a.�1,t'11,' yr+sr! •a ftg11•t/t y,E•C+),1f C.t:>„^,ir��/r•)'�f�r7> ��, -�+L�f''L1 ' A'1� "�",{a �1 ,r� F'1 nt�+.E:1 .arct:}�`.t�,�y ` ��.'. �.°��r7a'W r ', tS+ae `E..( �erl r a•S•r'l'a't��Y.�+fjry lila int ')f�, _i. 4. q'�:1�}r 7. M'. Si:;''"3i , �n •01 T� 1Y f.. /.+V '4�t�t , .„ . '4,,,,, ,�t r .7 'r.r 1 �Y r. ,- 1r `sA ' %.....7,.L. �,,, 1 bt✓fG�+ F''RU r' t'�lli+.tY 4rit1 + ytiP' 'L�''�tai tii7 l' ML't I t1. !�i%h)� � ��,1t,ti .�F fJ S ¢ �} 61"I' ;%$*,4 1 ,/t ,d i 1 f�i?:. -'l r} 1 -1- '(t. 'O r 41,'I '44 "iS iAi l'.4j, y 11 n �r 5.:: �\ ..k 'y� . ate mfr '-a 7n X ,�}� 77Yf t o.ti(i�r a rt(+ti kP { '11!"s ,,. `� ,J'prt'.':hyyttlt�t x�ll,,,t".. t } :-.,:;-.4i70. Y\ 1� mr� ' '' y r, t� �J`.Pj�fj� �,. 5+���.xK�C��r 4T "r` r t a}ja�1 p {cro �Il s4yk'{ "7��- ib ` —L.�4., '‘.111. � < fl..�� 'p as f pt{ n0. T f v 1, Lf;,T 9 PH,.mi' Q r lls +•o f akk { , $ t [�"" �1 9�y'�A '(b ��I"Y, : 1 ,t.�r�l � l�S ��1�2i �t��//'' ���Lt�r t *,^Y'{1 r". �. �-v ¢ l v 'y �Sr."' .::/./-4 rrlY'ttr Sl•rv"' }r�,,Jt{p F i A:. t +�ik-'i`rl v;k1 r�`AIi fj� 5- 1, '#r' s.1' 1 �- �.;:A T`.,7"' t � ‘',,:-;.q4 1 `` �. {t}�ypl/'E,Sn `•k✓C V "il�� i'1.1 i\ N J ,,, 1 + t.,1l , I� ✓/ j4 ie. r )> ir.1� ifc her"r+j+t l ' t ly �r� tr , � t� ,'- �i. s . ,i ' •_ y tr %� __E S 2*2"M. c F a.Mit, {r4 f2A y.i; , .,t°`, r'jt�,>''T 117t•. , •. �tlr �E��'r��sP�'��`'t ,,r nye���Z+s�"`.Jrs� �4i;;/,i.,�w�"'k)� ty ��� rt � ,t;,���"' E `�c r( t ' `+, ' ob' f ig-.1.11 1, r, .14 , { , rJ,',1� •9.;fl / y, T.,�-a..�-,ih'.l(, / p ✓et AY/S . j�j f .^' + $it rr' 4()Jj +: rT 'x ��( •� {< L ,�-r,� � .rr r� T ✓ ,t,`. g a A l,4 ,'� c i t ` 'rt,mJY� t/( .� r ,ii.,r"�,Ir f,,4-ii'4:;,. ,144.rt'�t,,ri'or,1 y,,,ity,�i'fy,4,4v1 E/i'r.x... ft ter, t �;` t ;��.� �-. t `� a *`r � ` `�'a F.t rR' rrly�t ` n 4,,,v :•4a� :1.0... r 4f'�r E's, �•-..'.e..,._. ,..,e ms"' v 't `s k �'.1 i rl':°^?t:✓_;.r`: ..�,•. '' �F.,-.,#.6.,:...1 � '1 J.}tilt 1i..en aA `33ieA..1 1. :v i.�,5..1.R's.� Ya t.�..r...._ h_:etR�3o-*r�.a_,3. f.f• s..ti,...._ i'� .fit _..... ...._ _ _._ 5 M 1ID(IT INVITATION TONO.BB) . _, - ZD VENETIANADDENDUISLANDS SEAWANOLLS2018REPLAC181- EMENTS&IMPROVEMENTS THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS,THAT WE SHORELINE FOUNDATION, INC. 2781 S.W. 56 Avenue, Pembroke Park, FL 33023 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America 2420 Lakemont Ave.. 4th fl, Orlando, FL 32814 a corporation duly organized under the laws of the State of CT as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF MIAMI BEACH 1755 MERIDIAN AVENUE, MIAMI BEACH, FL 33139 as Obligee, hereinafter called the Obligee,in the sum of Five Percent of Amount Bid Dollars($ 5% ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors,administrators,successors and assigns,Jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for 2018-181-ZD-VENETIAN ISLANDS SEAWALLS REPLACEMENTS AND IMPROVEMENTS NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordancewith the terms of such bid, and give such bond or bonds as maybe specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principalshall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform.the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. • . Signed and sealed this 23rd day of April ; . 2018 • •Lr , SHORELINE FOUNDATION, INC. • ' ' ' (Principal) (Seal) (Witness) 1, • B :_AV P j r (Title) 1 \\ \ Trave • s Casu- y and Surety Company of America ' (Surety) (Seal) Ant . .l (Wtness) . B :o oma -,act D.W. Matson III (Title) AIA DOCUMENT A310•BID BOND•AIA.•FEBRUARY 1970 ED.•THE AMERICAN' INSTITUTE OF ARCHITECTS,1735 N.Y,AVE.,N.W.,WASHINGTON,D.C.20006 d WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJFarmington Casualty Company St.Paul Mercury Insurance Company ' Fidelity and Guaranty Insurance Company Travelers Casually and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Conipany United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 216588. Certificate No. 00-7368789' KNOW ALL MEN BY THESE PRESENTS:That Farmington Casualty Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety.Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the-laws of the•State of-Connecticut;that Fidelity and Guaranty Insurance Company is'a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the ! laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint D.W.Matson III,and John W.Charlton of the City of Coral Gables ,State of Florida ,.their true and lawful Attomey(s)-in-Fact, eachin their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and j other writings obligatory in the nature thereof on behalf of the Companies in their business of.guaranteeing the fidelity of persons,guaranteeing the performance of , contracts and executing or guaranteeing bonds and undertakings required or permitied.in any actions.or proceedings allowed by law. Any and all consents required by the Department.of Transportation,or the Central Florida,Expressway Authority,State of Florida,incident to the release of retained percentages and/or final estimates. ' '' ' '•''•'•' , 1 i` t. 6th IN WITNESS WHEREOF,the Companies have caused this instnument,to'be sioned'and their`corporate seals to be hereto affixed,this day of September 2017 Farmington Casualty Company " ' St.Paul Mercury Insurance Company 1 Fidelity and Guaranty Insdrance'Contpany ', ' Travelers Casualty and Surety Company Fidelity and Guaranty Insurance'Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company 4 04, r onsuA�` • t`� (,rr.. 'd41 f1Pe Ot, 9 op+rnsflq�t 9J,,btT A'oe` e.-41\u .SUSiY% �y�p G @i 7 4 f" %•( 6 '?oqP £acanPawtto Artifi-P i ,i'oe Pyq.,,e, Ii,000RAl�.'-n} a ttnnrroaa,9A 'w ".^u,y1977 ( d S n � � n �i 'o epryry, o �i 1898 I �, rctc'- n ' 1951 �„�,' ;56ItLIo. ;SBRL%.r �' 60 r°b`y. >`'+ "ted 1� o .0%�y ~ ,,naN.,0 `:'JS:,i.H l els.. *a°' °4yf . 00. % try/ A • State of Connecticut By: City of Hartford ss. Robert L.Raney,Senior Vice President On this the 6th` day of, September 2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing 1 instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p•Trr 1 In Witness Whereof,.I hereunto set my hand arid official seal. , WANaftilt C ' ..4kiattAiLi My Commission expires the 30th day of June,2021. * AMP * Marie.C.Tetreault,,Notary Public COPI 58440-5-16 Printed in U.S.A. -WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER - - - State of Florida Department State of I certify from the records of this office that SHORELINE FOUNDATION, INC. is a corporation organized under the laws of the State of Florida, filed on June 2, 1986. The document number of this corporation is J17125. I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on January 10, 2018, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Fourteenth day of February, 2018 .4,04......k . t E Ifiti 0. 1(.244. 044". t1I; Ia " " ' Secretaiy of State Tracking Number: CU1352817887 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://se rvices.su n b iz.o rg/Filings/CertificateOfStatu s/Ce rtificateAuth enticatio n I v� , STATE OF FLORIDA t`nj2:4) DEPARTMENT OF BUSINESS,AND PROFESSIONAL REGULATION 4 �x� rza _ :"�l` ,;. 1. .CONSTRUCTION INDUSTRY LICENSING BOARD (850)'487-139.5 `'°o; it 1940 NORTH MONROESTREET TALLAHASSEE FL 32399-0783 � i 1 1 1 • ` ROYO,JAMES ANTHONY' SHORELINE FOUNDATION INC i � '1316NW127DRIVE SUNRISE FL 33323. :, I I. i i • Congratulations! With this license you become•one of the nearly t,,,,,.:.-------.'•-- - — -- ...._ .—._ one million Floridians licensed bythe Department of Business and 1,' �,�•�. , STATE.OF FLORIDA ' ! Professional Regulation. Our professionals and businesses range '• from architects to yacht brokers,from boxers to barbeque pt DEPARTMENTOF BUSINESS AND , 1 restaurants,and they keep Florida's economy strong. .i ��•t�-� PROFESSIONAL REGULATION 11.1 Everyday we work to irrr rove the way we do business In order ;' 7 ISS '0 p b CGC151733 '' UED 6/23!2016 ' to serve you better. For information a out our services,please : •- .. ,� , log onto www.m floridalicense.com There you can-find more f` CERTIFIED GENERAL CONTRACTOR.. --- {, information about our divisions and the'regulations that impactROYO,JAMESANTHONY 4 - you,subscribe to department newsletters and learn.more about t SHORELINE FOUNDATION'INC ^�'' �t f '1 the Department's initiatives. 1 " . — i' 1: _. I dY9f f h rFr •t=1 , v4 Our mission at the Department is:License Efficiently,Regulate 0.,-",---',.- :. . .`.. =I: � Fairly.We constantly strive to serve you better so that you can 10./.-'-;--'--,--...----.1-1,--.7.::::.---7.----.,••.. - t I, serve-yourcustomers..Thank you for doing business in Florida; i{` ftS CERTIFIED under-theprovisions of ch.4B9FS. ,E i and congratulations on your new license! Expiraliondate. AUG 31 2019 L1e06230000934 . . I DETACH HERE RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY 1 ` •STATE OF FLORIDA, • s DEPARTMENT O BUSINESDAND PROFESSIONAL REGULATION, �, -ate f�� . ,; - - ;CONSTR CTION�IN USTRY.L CENSING BOARD.. ,.•• .: ?vr.��— 4 • L_ICENSE'NUMBER - . - �� S pr� a CGC157 337 c,la I. The GENERAL CONTRACTO�t. :< y • • 'V4, 4', - ' Named below IS CERTIFIED - r<P n.:• Under the'provisions of Chapter.489 FS. 3Expiration'date AUG. 1,.2018 . p F t .. r =„ -: + ROYO, JAMES ANTHONY 'ti `M F tl*`+� E .t SHORELINE FOUNDATION�INC ,~* ` ,.`> ''."-•,`, :' .k - _ 2781 SW 56 AVENUE -.-",..",,x'-'-'',•\,"' .;` ,t PEMBROKE PARK FL 33023Y ;`' \' e. V+ - ' - - .,-17,'"',,,'"' r' cls, '.',,,'N-1-.,:: k : Y ; 'R t, } 4 l ., O �' 1 ISSUED: 06/23/2016 DISPLAY AS REQUIRED BY SEQ# L1606230000934. i • • To find out about business and economic opportunities for Florida veteran business enterprises,as well as Florida's small minority and i i, women=owned businesses,please contact or visit the Department of Management Scivice's.Office of:Supplier Diversity at: S(19+4� Fillp://minn'.dm.c.mpflorido.conr/utlrer tiroerru►,s/office of supplier diversify out • To find out about State of Florida tools supporting statewide centralized procurement activities which have streamlined interactions /HIP';" between vendors and stale,government entities;please.cont'ict or visit the,Department of Management Services'MyFloridaMarketPlace at: hffps:I/vetrdrir.nty/loridrinitnitelpFace�.coin • . f ' f AC# 0.150 B390 AU '4146. ;NATURE, (For the protection.of our professional license holders,this license'contains hidden security featuresto prevent counterfeiting. Unauthorized• reproduction is strictly pr ohibited'and will be prosecuted to the fullest extent of the law) The Department of Business and.Professional Regulation(DBPR),,issues licenses formany licensed businesses and practitioners in the State of. Florida. DBPR is changing the way you interact with state government. Many'of DBPR's services are available online at www.MyFloridaLicense.com. We encourage you to utilize these services to.Make address_changes;licensing changes or to renew your license. Name changes require legal documentation veiifying'the nine change;which must be mailed to the DBPR. An original;a certified copy or.a duplicate copy of an original or certified copy of a docuinent that,shows the legal name change will be accepted,unless the DBPR has a tiitestion about the authenticity of the document. If applicable,the DBPR will send.a renewal notice.to your last known address or email address'of record. If you have not received your renewal'notice,please call our Customer.Contact Center at350.437.1,395 or online at wwiv.MyFloridaLicense:coin/cotitactus. Please refer to your profession's governing statutes and Administrative codes.for.further information regarding renewals. These may be. accessed from..our website. AC 015.08390 • . mem- i ,.._, ` ' , ` ` � , � LOCO 'ii / ' mxoro ' | i . • . O | i ThiaLaeat BusineenTax floodlit Only mintitain iialimni•of MiLocal,Buniness Tax.The Ilineirit tenor a license, • , ,pennit Or a certification*the holdet7S qualillcatiene,to aa Witness.Holder mint nontplymIth any govotamental ` .~r~lfiv— �` � ____ _____—_— — —_ _'_ ... _ _+ ' ' •| |! | | / | ` ' ' ' . , . • . • • , 017400 Municipal Contractor's Receipt - Miami—Dade County,State of Florida —THIS IS NOTA BILL—DO NOT PAY 1 1649368: • BUSINESS'N/ME/LOCATION RECEIPT NO. EXPIRES SHORELINE FOUNDATION:INC NEW SEPTEMBER-30, 2018 DOING BUSINESS IN DADS COUNIY 7517,012: Must he displayed atplace of business. • Pursuant to County Code .Chapter 8A—Art.9&10. OWNER. SEC.TYPE OF BUSINESS YMENT RECEIVED SHORELINE FOUNDATION INC MMC SPECIALTY ENGINEERING CONTRACTPiTAXCOLLECTOR. Category(s) 4 El 922 525.0.00-09/20/2017 CHECK21=1.7-088510 This beat Business Tax Amelia only Confirms payment of the Local Business Tex,The Receipt is nota license, permit,or a certification'of the holders qualifications,to de business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to Ikebusiness: The RECEIPT NO above must,be displayed on all commercial vehicles-Miami-DadeCode Sec 111a=276. For more information,visit In+uvw.miamida te.tio ha%collector • • , 1 II• . .•-•!.;.:31r.14:.:";:77.11:,;41:1: Constructionng Board TTS18.„,y, . • • , . fi.2.'W.A.::: :*',..,:e-%S,4‘n BUSINESS CERTIFICATE OF COMPETENCY .!. • • El 922 . . ;:,i,-,.i.•:,-;:1-•.:,• : :i::.,...„:.....c.:::-::-;:•:-: 1 ; 2,- SHORE LINE FOUNDATION INC' --,,o , 1 ......,.., ....::. .,J;!••••• •,.,...:.L.. ..:x. I- I • '(,--10-5 ,-0 DBA: i I ..!I c)tcv4r_Th ,.:-:-,::::::..:•:::::.::•:•••:.:..-.;,.. i :::..:::iii:•:•:.,.:•.!‘::::.:.:•1*- :I 1 • - • -...- - • :, . I R 0 JA S ANTHONY .„-...,,:..... 1 I 1 Is certified under the provisions of Chapter 10 of Miami-Dade Cigkty i I s .Or.airi--0.V.Xiworep-igF.r.z.lr:0;:vpim.71-o-ar.-91345-4ttiA••$qj,y.w.kA I 4 I I . 3 i ! I / QUALIFYING TRADE(S) i I [ 0004 STRUCTURAL ENG I 1 0005 ' SEAWALUSM DOCK 1 . i• 0006 PILE DRIVING&FOUND I • 0009 EXCAU&GRADING ENG I 1 MIA 0 a (WWI .i .......o.......:„ : Secretary of the BOald reremiamidade.govicacaumr/ i Meml-Oade County;Mains sli property Mee hetet& :',1'.' .'" ,::'•Y'-...:•' :i."..•..'fi,.'."::':!..:':':...',';..."': ,'",• :',.:. .'•.4'., :'...'.';... •.:. . t 1 I i 1 I t t I, .. ; ; i ,-, I I .. i . _ -.-� ---.------ ------.7-7,...--7,7'._n r_ ,___ .:. . ;-; ..-+•.^.ear'-�.....:. '"-tgs �..:. - `- .. —"j --- - SROW%�rRD-000�NTY�L-OCAL BUSINESS TAX RECEIPT------ --- N 115 S.Andrews Ave., Rm.A-100, Ft. Lauderdale, FL 33301-1895_954-831-4000 VALID OCTOBER 1,2017 THROUGH SEPTEMBER 30,2018 DBA: Receipt#:180-762 SHORELINE .FOUNDATION INC GENERAL' CONTRACTOR Business Name: Business Type: Owner Name:JAMES ANTHONY ROYO (QUAL) Business Opened:12/12/1988 ' Business_ Location:2781 SW 56 AVE State!County/Cert/Reg:CGC1517337 ' PEMBROKE' PARK Exemption Code: { k Business Phone:954-B85-0460 R Rooms Seats Employees • 'Machines Professionals .t3 i p, For Vending Business Only i» s Number of Machines: Vending Type: Ta_x Amount Transfer Fee NSF;Fee .Penally Prior Years Collection Cost Total Paid ; ' 27.00 0.00 0:.00 0,.00 0.00 0.00 27.00 111 f Y it r I' THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT This taxis levied for the privilege of doing business within Broward County and is non-regulatory in nature.You must meet all County and/or Municipality planning WHEN VALIDATED and zoning requirements.This Business Tax Receipt must betransferred when the business is sold, business name has changed or you have moved the , business location.This receipt:does not indicate that the.business is legal or that 0 it is in compliance with State or local laws and regulations, r. li Mailing Address: i • • JAMES ANTHONY ROYO (QUAL), Receipt #03A-16-00007699; 4 v; 2781 SW 56TH:AVENUE Paid 07/14/2017 27.00 PEMBROKE PARK, FL 33023 1 v • I i 2017 209.$ — _--_J___ i • • �^ ti w A .• . tmC f . , • x : - - 1 , 1 1 =GENERALENGINEERED+CONSTRUCTION!,BUILDER „'•' . Ii ,),88 1022 't r t r ROYO;„JAMES A rQUALIEYING ` ; ' , 'SHO1::::"r":,'-`';`.',''';:r'''..'''''''''''''';:LINE OUNDATION INC , y i „ ..: tf ":2781 /5 :- VE .HOLLYWOOD FL 33023 ` 2 XPIRES 08131/ 019 f 1'1;-:—_,::::::'"' . : r R • I . ry :CERTIFICATEOF COMPETENCY t 'D `1 ARLI.,Detach and SIGN the,reverse°side of this COUNTY card IIVIMEDIATELY upon tegeiptl You �< M1 v..7 ` P. , t ,7>~ <,:�F ui' ,£ r�i,;,27.7...,:k-h.,-75,31,, i "-F z_L,`.0 .7R..11- -1).::::A.".. s ca ,1i $rr;�r. f OF C�5 dR Ji"-:;•4 t t l+x6C should=carry ti l r- "-t-r you at all times t - D C U ,FL RIDA ,, r I`, BROWAR NTY Contractor must`obtaln a photo I.D Certificate of,Competency Card' >>`°CERTIFICATE OF C(OMPET NG � ' y`�5 S r ,: ,.,_ . 1 •every two yearn; - f t: 4 Lr 1l :c[i, : r `...''''',:i.::,'-'„} ' i d 1'`C I 'S+ !S.. r - #,4 b'E I NE ED` S UCT ,Lt1}`` w _ QN TR ibN k�,�>, -.a CC ,`BUNDERL Rte”C 1. ,,tr, {, .i,, ys ,, }—� ' �-� `ENG E 4..G f iL ' Ji,'*.:'''' ',1184022....t.s .. ,C.,-i.,' i-0,'',,'•+..'Tr - P \• s • • i�^`V,4�.},4,+ROYO,`JAMESA=x4 rOU,ALIF,YING' -r4z `2 {..°i'tii�l „ ';1. , SHORELINE FOUNDATION,INC'••� `4 sr lvi},. zi•t C3 1' t. 278 SW,56AVE• k{4 . Ie . f, 'tC,e u TF ROYO•-JAMES A. •- ,I'''T �f 1 jOLLYVFVOOD FL33023.. , :y ,c.F "if, -„._-,,,,,,y.—tii� i 13.16 NW 127-10R • •- , ' �.R , c ti a3 t\ >c +,, ,'+' `^`,:�' �,�� .. /' SUNRISE,FL 333•233109' int tit t 1 `t , .�} �w,t e r s ,14,,,,,:„, s r G Y< f . 1` ti ,, Pi ESF08/3.1/2019 "' ' ``• ; ,s �1,•, ,r,. i- ,503.2070104.11121.PC201247908 , - ' r _ i ' • i I 11.1 Florida Department of Transportation RICK SCOTT 605'Suwannee Street MIKE DEW GOVERNOR Tallahassee, FL 32399-0450 SECRETARY June 14, 2017 SHORELINE FOUNDATION, INC. 2781 SW 56TH AVE PEMBROKE PARK FL 33023 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/ContractorPreQualifi.cation/ Once logged in, select "View" for the most recently approved application, and then click the "Manage" and "Application Summary" tabs. FDOT' APPROVED WORK CLASSES: MINOR BRIDGES, RIP RAP; SHEET PILE'; BULKHEAD 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. I�! Sincerely, • 47114 Alan Autry, anager Contracts Administration. Office. AA:cj www.fdot.gov • SHORELI OP ID:Z7 .A►CORO CERTIFICATE OF LIABILITY INSURANCE DATE 910!/03/03/22017017 ) ��• THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. I,I IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 954-776-2222 CONTACT• NAME: Brown&Brown of Florida,Inc. PHONE • FAX 1201 W Cypress Creek.Rd#130 (A/C,No,Ext):954-776-2222 (NC,No):954-776-4446 P.O.Box 5727 E-ADDRESS: Ft.Lauderdale,FL 33310-5727 Christian Zanartu INSURER(S)AFFORDING COVERAGE NAIC# INSURER A;The First Liberty Ins.Corp.+ 33588 INSURED Shoreline Foundation Inc INSURER B:Liberty Mutual Fire Ins.Co.+ 23035 Attn:Tony Royo. INSURER C: 2781 SW 56th Avenue Hollywood,FL 33023 INSURERD: INSURER E: INSURER F 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. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR • LTYPE OF INSURANCE ADDLNS4WD POLICY NUMBER IMMIR DDY/YYYY) IMMIODIYYYYI - LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE _S CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES(Ea occurrence) $ MED EXP(Any one person) S • PERSONAL&ADV INJURY S GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S. POLICY ypef LOC PRODUCTS-COMP/OP AGG S OTHER: $ (COMBINED BBrSINGLE LIMIT S 1,000,000 A AUTOMOBILE LIABILITY X ANY AUTO _ AS6Z51292092017 10/01/2017 10/01/2018 BODILY INJURY(Per person) S • OWNED SCHEDULED AUTOSRE� ONLY _ AUTOS /y Ep BODILY INJURY(Per accident) S _AUTOS ONLY AUUTOS ONLY (Peracr�id nDAMAGE S UMBRELLA LIAB OCCUR EACH OCCURRENCE S EXCESS LIAB CLAIMS-MADE' AGGREGATE $ DED RETENTION$ S B WORKERS COMPENSATION X STATUTE ER TH AND EMPLOYERS'LIABILITY WC2Z51292091027 10/01/2017 10/01/2018 1,000,000 OFFICER/MEEMBER EXCLUDED?ECUTNE f I N 1 A E.L.EACH ACCIDENT $ (Mandatory In NH) I I E.L.DISEASE-EA EMPLOYEE S 1.000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) { I CERTIFICATE HOLDER CANCELLATION SHORELI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE • THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Shoreline Foundation;Inc. ACCORDANCE WITH THE POLICY PROVISIONS. 2781 SW 56 Avenue Pembroke Park,FL.33023 • AUTHORIZED REPRESENTATIVE • I ACORD 25(2016/03) • ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD - i Client#:25889 SHOREFOU ACORDT., CERTIFICATE OF LIABILITY INSURANCE DATE(MM10O/YYYY)10/05/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT. USI Insurance Services,LLC/CL PHONEFAX (Arc,No,Ext):305 669-6000 (Am.No): 305 669-6030 PO Box 141916 &MAILESS: usicerts@usi.com usicertsusi:com ADDR Coral Gables,FL 33114-1916 INSURER(S)AFFORDING COVERAGE NAIL 0 INSURER A:XL Specially Insurance Company 37885 INSURED INSURER B:Navigators Insurance Company 42307 Shoreline Foundation Inc INSURER C:Everest National Insurance Company 10120 2781 SW 56 Ave INSURER D American Modern Homo Insurance Company 23469 Pembroke Park,FL 33023-4166 INSURER E: INSURER F: 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. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DDIYYYY) (MMIDDIYYYY) A X COMMERCIAL GENERAL LIABILITY UM00027959MA17A 02/15/2017 02/15/2018 EACH OCCURRENCE $1,000,000 pAMAGETO D�ENTED CLAIMS-MADE X OCCUR PREMISES(Ea accuttence) $100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'LAGGREGATE LIMIT APPLIES.PER: GENERAL AGGREGATE $2,000,000 POLICY I 1 ECT LOC PRODUCTS-COMP/OPAGG $2,000,000 II OTHER: $ D AUTOMOBILE LIABILITY 2LA4CA000001000 11/15/2016 11/15/2017 (a adBU INGLE LIMIT " x1,000,000 X ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X AUTOS ONLY X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY (Per accident) S B X UMBRELLA LIAB v n. OCCUR NYI7LIA15334601 02/15/2017 02/15/2018 EACH OCCURRENCE $10,000,000 B X EXCESS LIAB CLAIMS-MADE NY17LIA15334602 02/15/2017 02/15/2018 AGGREGATE $10,000,000 DED RETENTIONS $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY PER UTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVE RIETOREMBER EXRTNERD ECUTIVE Y I N NIA E.L.EACH ACCIDENT $ O(Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C CONTR EQUIP IM8ML00019171 03/12/2017 03/12/2018 PER SCHEDULE ON FILE ALL RISK INCL LEASED/RENTED$1000000 BOOM COLLAPSE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) CERTIFICATE HOLDER CANCELLATION Shoreline Foundation Inc SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2781 SW 56 Ave ACCORDANCE WITH THE POLICY PROVISIONS. Pembroke Park,FL 33023-4166 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD • #S21662565/M21627563 BYPZP 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, 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI 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:2018-181-ZD CITYOF MIAMI BEACH MIAMIBEACH 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 ofthe 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 23 Certificate Holder: CITY OF MIAMI BEACH do 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:2018-181-ZD CITYOF MIAMI BEACH MIAMI BEACH 24