Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract with Brightview Landscape Development Inc.
CITY CLERK OFFICE: RAFAEL GRANADO or LILIA CARDILLO DATE: 06/01/2021 FROM : Jorge Gueimunde /Valerie Velez DEPARTMENT: PROCUREMENT EXTENSION : 7490 CONTRACT: ITB-2020-026-DF for NO BEACH OCEANSIDE PARK BEACHWALK CONTRACTOR: BRIGHTVIEW LANDSCAPE DEVELOPMENT INC. COMMISSION DATE: 02/10/2021 ITEM NUMBER: C2-A RESOLUTION : NA Could the executed signature page please be emailed to jorgegueimunde@miamibeachfl.gov and valerievelez@miamibeachfl.gov MIAMI BEACH CONTRACT THIS CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida ("City"), and Brightview Landscape Development, Inc., a California corporation ("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 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 following are City's conditions precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the Work: (1)the receipt of all necessary permits by Contractor; (2) acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule,Contractor's schedule of values, and list of subcontractors; (3) Contractor's hurricane preparedness; and (4) Contractor's submission to City and Consultant of any other documents required by the Contract Documents. 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 Work shall be substantially completed within two hundred seventy (270) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within thirty(30)calendar days from the date certified by Consultant as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Work, Contractor shall pay to City the applicable liquidated damages amount established in the following schedule and shall be assessed for each calendar day after the time specified in Section 2.2 above, plus any ITB 2020-026-OF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-53-01 Page 1 .01551111 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 applicable liquidated damages amount established in the following schedule. 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. Original Contract Amount Daily Charge Per Calendar Day $50,000 and under $1,015.00 Over$50,000 but less than $250,000 $1,045.00 $250,000 but less than $500,000 $1,170.00 $500,000 but less than $2,500,000 $1,690.00 $2,500,000 but less than $5,000,000 $2,579.00 $5,000,000 but less than $10,000,000 $3,756.00 $10,000,000 but less than $15,000,000 $4,344.00 $15,000,000 but less than $20,000,000 $5,574.00 $20,000,000 and over $10,203.00 plus 0.00005 of any amount over$20 million (Round to nearest whole dollar) 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 [ j 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 ITB 2020-026-DF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-58-01 Page 2 #155184 r for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [X] This is a Lump Sum Price Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 The Contract Price is $3,777,768.47, consisting of a base bid in the amount of $3,302,345.93 and a separate line item in the amount of $131,989.04 for Alternate D (Security Cameras CCTV) and 343,433.50 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 ITS 2020-026-DF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-58-01 Page 3 #155184 `'" 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 Contract. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to Contractor, until Substantial Completion as provided in ITB Section 0600, Sub-Section 43. Any reduction in retainage shall be in accordance with Section 255.078, 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. Upon receipt by Contractor of a Certificate of Substantial Completion pursuant to ITB Section 0600, 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, 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. ITB 2020-026-DF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-58-01 Page 4 #155184 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. 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 ITB 2020-026-DF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-58-01 Page 5 rh $1155184 ' submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers,employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested,or by hand- delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Mr. David Martinez, Director Capital Improvement Project(CIP) Department City of Miami Beach, Florida 1700 Convention Center Drive, 3rd Floor Miami Beach, FL. 33139 With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 ITB 2020-026-DF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-58-01 Page 6 #155184 For Contractor: Mr. Andy Johnson, Vice President Briqhtview Landscape Development Inc. 4155 E Mowry Drive Homestead, FL,33033 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 2020-026-OF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-58-01 Page 7 #155141 t;: 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 6.13.1 Contractor shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. 6.13.2 The term "public records"shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 6.13.3 Pursuant to Section 119.0701 of the Florida Statutes, if Contractor meets the definition of"Contractor" as defined in Section 119.0701(1)(a), Contractor shall: (a) Keep and maintain public records required by City to perform the service; (b) Upon request from City's custodian of public records, provide City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes oras otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if Contractor does not transfer the records to City; (d) Upon completion of the Contract,transfer,at no cost to City,all public records in possession of Contractor or keep and maintain public records required by City to perform the service. If Contractor transfers all public records to City upon completion of the Contract, Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If Contractor keeps and maintains public records upon completion of the Contract, Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to City, upon request from City's custodian of public records, in a format that is compatible with the information technology ITB 2020-026-DF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-58-01 Page 8 #155184 systems of City. 6.13.4 REQUEST FOR RECORDS; NONCOMPLIANCE 6.13.4.1 A request to inspect or copy public records relating to City's contract for services must be made directly to City. If City does not possess the requested records, City shall immediately notify Contractor of the request, and Contractor must provide the records to City or allow the records to be inspected or copied within a reasonable time. 6.13.4.2 Contractor's failure to comply with City's request for records shall constitute a breach of this Contract, and City, at its sole discretion, may: (1) unilaterally terminate the Contract; (2) avail itself of the remedies set forth under the Contract; and/or (3) avail itself of any available remedies at law or in equity. 6.13.4.3 Contractor who fails to provide the public records to City within a reasonable time, may be subject to penalties under s. 119.10. 6.13.5 CIVIL ACTION. 6.13.5.1 If a civil action is filed against Contractor to compel production of public records relating to City's contract for services, the court shall assess and award against Contractor the reasonable costs of enforcement, including reasonable attorneys' fees, if: (a) The court determines that Contractor unlawfully refused to comply with the public records request within a reasonable time; and (b) At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that Contractor has not complied with the request, to City and to Contractor. 6.13.5.2 A notice complies with subparagraph (16.13.5.1)(b) if it is sent to City's custodian of public records and to Contractor at Contractor's address listed on its contract with City or to Contractor's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail,with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. 6.13.5.3 Contractor who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 6.13.6 IF CONSTRACTOR HAS QUESTIONS REGARDING THE APPTRACTOR OF CHAPTER 119, FLORIDA STATUTES, TO CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, ITB 2020-026-DF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-58-01 Page 9 #155184 ti CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO@MIAMIBEACHFL.GOV PHONE: 305-673-7411 6.14 Force Majeure 16.14.1 A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of Contractor or City's obligations under the Contract, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party,and(iv)could not have reasonably been foreseen • and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Contract, 16.14.2 If City or Contractor's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case within fifteen (15) business days thereof, provide notice of (i) of the occurrence of event of Force Majeure, (ii)of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Contract, (iv)of the anticipated period of the delay, and (v)of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. 16.14.3 No party hereto shall be liable for its failure to carry out its obligations under the Contract during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Contract due to a Force Majeure event. shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its ITB 2020-026-DF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)Ftvi#440841-1-58-01 Page 10 #155184 f,r'r obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. 16.14.4 Obligations pursuant to the Contract that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. 16.14.5 Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, City may, at the sole discretion of the City Manager,suspend City's payment obligations under the Contract, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Contract for a time period greater than thirty (30) days, City may, at the sole discretion of the City Manager, terminate the Contract on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Contractor shall be paid for any Work satisfactorily performed up to the date of termination; following which City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Contract. In no event will any condition of Force Majeure extend this Contract beyond its stated term. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by Contractor for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. 6.15 Inspector General Audit Rights 6.15.1 Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections, and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of City. 6.15.2 The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit,investigate,monitor,oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of Contractor, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents ITB 2020-026-DF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-58-01 Page 11 #135184 and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 6.15.3 Upon ten (10) days written notice to Contractor, Contractor shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor,oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of Contractor its officers, agents and employees, lobbyists,City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 6.15.4 The Inspector General shall have the right to inspect and copy all documents and records in Contractor's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files,change order estimate files,worksheets,proposals and agreements from and with successful subconsultants and suppliers, all project-related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back-change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 6.15.5 Contractor shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this Contract, for examination, audit, or reproduction, until three(3)years after final payment under this Contract or for any longer period required by statute or by other clauses of this Contract. In addition: (a) If this Contract is completely or partially terminated, Contractor shall make available records relating to the work terminated until three (3)years after any resulting final termination settlement; and (b) Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this Contract until such appeals, litigation, or claims are finally resolved. 6.15.6 The provisions in this section shall apply to Contractor, its officers, agents, employees, subconsultants and suppliers. Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by Contractor in connection with the performance of this Contract. 6.15.7 Nothing in this section shall impair any independent right of City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on City by Contractor or third parties. ITB 2020-026-OF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-58-01 Page 12 #155184 ';' IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: CITY OF MIAMI BEACH, FLORIDA (0 ZSSZ-I .1<=2—z„--,----___ City Cl rk — Mayor '\ ^ :. ,,i IS ki >0 ; t!CO RI •. '4....!!. z6,B ATTRIGHTVIEW LANDSCAPE 1 DEVELOPMENT, I0 ATIIIIAPIP • ,,,'--iti , / ' dig t f-tSecretary Sigl�ature/, dent ,/ lird (_4hnsrvi .p. gerit/4,k. Print me Print N e 05/714/2-7 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 APPROVED AS TO APPENDIX D-7: Form of Final Receipt FORM & LANGUAGE & FOP EXECUTION C... ,i l�i rtte (*x i( ,.:ily AtkMney/xc Dote ITB 2020-026-OF No Beach Oceanside Park Beachwalk(From 79th to 87th ST)FM#440841-1-56-01 Page 13 #15c5I84 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM 2/5/2021 Coversheet Competitive Bid Reports-C2 A MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Raul J.Aguila,Interim City Manager DATE: February 10,2021 SUBJECT: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB)NO. 2020-026-DF FOR NORTH BEACH OCEANSIDE PARK BEACHWALK (FROM 79TH TO 87TH ST) FM#440841-1-58-01, CONTINGENT UPON APPROVAL OF AWARD FROM FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT). 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 bids received, pursuant to ITB 2020-026-DF,for North Beach Oceanside Park Beachwalk (from 79TH Street to 87TH Street)FM#440841-58-01. BACKGROUND/HISTORY The Beachwalk projects are part of the larger Atlantic Greenway Network (AGN), which is a system of walkways and bikeways designed to promote alternative transportation.They extend in a north/south direction and run between the erosion control line and the dune system. They complement the neighborhood bicycle facilities, which extend in an east-west as well as north-south directions through the south, middle, and north beach neighborhoods. The Beachwalk will connect area business districts, cultural and tourism centers, residential neighborhoods,parking facilities,parks,schools, and the beaches. This project consists of construction of an on-grade ADA compliant pedestrian paver walkway, with bollard lights, beach showers, and landscape. The path will run north from approximately 79th street to 87th street. Landscaping scope will include the removal of all invasive exotic vegetation and its replacement with native dune vegetation. The proposed pathway lighting will meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. This is a partially funded Florida Department of Transportation (FDOT)Local Agency Program(LAP)project ANALYSIS ITB No. 2020-026-DF, was issued on October 2, 2020, with a bid opening date of December 16, 2020. Five (5) addenda were issued. The Procurement Department issued bid notices to approximately 40,000 companies utilizing https://prod.bidsync.com/Miami-Beach website. 258 prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of six (6) responses from: Continental Construction USA; Brightview Landscape Development, Inc.; Florida Engineering and Development; Superior Landscaping & Lawn Service, Inc.; J.R.T Construction, Co.; and H G Construction Development&Investment The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB will be recommended for award. However, the lowest bid received by Continental Construction USA was deemed non-responsive for failure to meet the minimum requirements of the ITB and could not be further considered. In its due diligence, the Procurement Department verified that the second lowest responsive bid submitted by Brightview Landscape Development, Inc. ("Brightview")met the requirements of the ITB, including: 1. Bid Bond: Bidder shall submit, WITH ITS BID, either an original bid bond, in a form acceptable to the City, executed by a surety company meeting the qualifications specified herein, in the amount of 5%of the bid amount, payable to City of Miami Beach, Florida. In the alternative, Bidder may submit a certified check or cashier's check issued by any national or state bank (United States). Brightview submitted a bid bond for 5%of the bid amount,as required. 2. Licensing Requirements: Bidder shall be State of Florida Certified General Contractor in the State of Florida, Division of Business and Professional Regulations OR Miami-Dade County Licensed Contractor to be considered for award. Brightview is State certified as a General Contractor. State license number is: CGC1525297 and expires on August 31, 2022. Furthermore, the Procurement and Office of Capital Improvement Projects departments verified that Brightview complied with the submittal requirements of the ITB which include the previous experience of the firm, as detailed below. 1. Previous Experience (Firm)_Bidder and/or it's principals shall have worked on a total of three (3)similar projects in scope within the past five (5)years,two(2)which must be successfully completed,the third of which may be ongoing. https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID=20462&MeetinglD=890 1/3 2/5/2021 Coversheet Submittal Requirement: Bidder and/or it's principals shall submit at least three(3)similar projects in scope within the past five (5) years, two (2) of which must be successfully completed, the third of which may be ongoing. Of the three (3) submitted projects, one (1) must involve the construction of an on-grade ADA compliant pedestrian paver walkway with pedestrian lights, and landscaping, within environmentally sensitive areas and/or within proximity to sea-turtle nesting zones. Similar projects shall be interpreted to mean the construction of on-grade paver pathways or plazas, with a minimum gross paver area of 25,000 square feet. Brightview submitted the required projects, which were similar in size, scope, and in the timeframe requested. Project references were verified and provided positive feedback. Consequently, Brightview 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. As a requirement of this federally funded project, FDOT has to concur with the City's determination that Brightview has met all of the terms, conditions, and specifications of the ITB. Therefore, award of this project is contingent upon FDOT's concurrence of award. Below is a brief summary of the firm. Brightview is a Florida Profit Corporation established as Brightview in 1995. In 2014, Brickman and ValleyCrest combined to form BrightView, uniting under the shared belief that caring for our team members and clients are at the heart of what they do, over 140 years of combined experience.Through consistent excellence, proactive service, and a steady client focus, BrightView is delivering brighter futures—every day, everywhere, and with everyone (as articulated in their website). In addition, Brightview has worked with the City of Miami Beach for the last five (5)years, providing grounds maintenance services for parks and right-of-way parking facilities,with positive performance evaluations by staff. SUPPORTING SURVEY DATA According to the 2019 Community Satisfaction Survey conducted by ETC Institute, 17% of the resident's primary mode of transportation for trips within the city is walking. This project will develop on-grade ADA compliant pedestrian paver walkway with bollard lights,therefore will continue to facilitate mobility for the residents in the City. FINANCIAL INFORMATION Lump Sum Grand Total $3,302,345.93 Alternate D $ 131,989.04 Subtotal $3,434,334.97 10%Contingency $343,433.50 Grand Total $3,777,768.47 Amount(s)/Account(s): Account Description Amount to be Account Number used Beachwalk 303-Construction Fund (LAP 303-0820-069357-26-410-519-00-00-00- AGREEMENT FDOT $ 1,000,000.00 53020 BEACH WALK);Munis: 303-Capital-Contracts 391-Construction 391-0820-069357-26-410-546-00-00-00- GOB Fund; Munis: $ 1,765,812.62 23319 391-Capital Contracts 301-Construction 301-0820-069357-26-410-546-00-00-00- Fund; Munis: 301- $536,533.31 27850 Capital-Contracts Totals $3,302,345.93 Security Cameras 307-Construction 307-0820-069357-26-410-546-00-00-00- Fund; Munis: 307- $ 131,989.04 27950 Capital Contracts Totals $ 131,989.04 Contingency 10% 301 Construction 301-0820-069357-26-410-546-00-00-00- Fund; Munis: 301- $343,433.50 27950 Capital-Contracts Totals $343,433.50 https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemID=20462&MeetingID=890 2/3 2/5/2021 Coversheet CONCLUSION After considering the bids received and the evaluation of staff, pursuant to ITB 2020-026-DF, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contract to Brightview Landscape Development, Inc., the lowest responsive, responsible bidder to the ITB; and further authorize the Mayor and City Clerk to execute a contract, which shall be contingent upon written notice of FDOTs'concurrence of award. Applicable Area North Beach is this a"Residents Right to Does this item utilize G.O. Know"item,-pursuant to Bond Funds? City Code Section 2-14? Yes Yes Strategic Connection Neighborhoods-Evolve parks and green spaces to meet the changing needs of the community. Legislative Tracking Capital Improvement Projects/Procurement ATTACHMENTS: Description Attachment A https://miamibeach.novusagenda.com/agendapublic/CoverSheet.aspx?ItemlD=20462&MeetingID=890 3/3 Jobbers Equipment INVITATION TO BID ITB)2021.014-WO FleetVehicle Lifts Jobbers Equipment Warehouse Inc.* Tools and Equipment Flamingo Shop Servl Alen Construction Warehouse Inc.* Alternate g Services LLC Reladyne Florida LLC Group Inc. g TOTAL BASE BID AMOUNT IN FORM A2 $ 594,000.00 $ 674,273.15 $1,144,856.00 Permit Allowance$2500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 GRAND TOTAL (TOTAL BASE BID+PERMIT ALLOWANCE) $ 589,765.15 $ 623,765.15 $596,500.00 $676,773.15 $1,147,356.00 Turnkey Demo, Furnish and Install lifts with a minimum lifting capacity of 64,000 Lbs."OMER model KAR 290 or approved Steril-Koni USA Skylift alternate"(See Appendix E Specifications) Omer KAR 290 Rotary V64-32-F 250-10$226,303.00 X $115,550.00 X 4 $129,833.11 X 4 4 Make and Model Bid Turnkey Demo,Furnish and install one(1)lift with a minimum lifting capacity of 77,000 Lbs."OMER model KAR 350 or approved Steril-Koni USA Skylift alternate"(See Appendix E Specifications) Omer KAR 350 Rotary V80-48-F 250-12$242,144.00 X $131,800.00 X 1 $157,440.71 X 1 1 Make and Model Bid TOTAL BASE BID AMOUNT Item 1 and 2 *Bidder found non-responsive for failure to submit a fully executed Bid Price Form. ATTACHMENT B SOLICITATION AND ADDENDUMS M I AM I BE \cF-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 5 Invitation to Bid No. 2020-026-DF North Beach Oceanside Park Beachwalk(From 79th to 87th ST) FM#440841-1-58-01 December 9,2020 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers,or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. REMINDER. The deadline for the electronic receipt of bids is extended until 3:00 p.m.,on Wednesday,December 16,2020. PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial-in Instructions: •Dial the Telephone Number: 1-786-636-1480 •Enter the Conference ID No.:691 358 925# All bids received and time stamped through BidSync,prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile,submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II. ATTACHMENT(S). EXHIBIT A: REVISED ITB Price Form; DELETE and REPLACE prior ITB Price Form(released via Addendum No. 4 with this REVISED ITB Price Form FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1)ITB PRICE FORM, ATTACHMENT Al (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND WITH ITS BID SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. EXHIBIT B: State of Florida Department of Transportation Project Commitments Record Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Kristy Bada 305-673-7000 ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. ine •ly, ex Deni• 'v. roc •nt Director s ADDENDUM NO.5 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I AMI B EACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT A: Revised ITB Price Form; DELETE and REPLACE prior ITB Price Form [released via Addendum No. 4] with this REVISED ITB Price Form FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1) ITB PRICE FORM, ATTACHMENT Al (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND WITH ITS BID SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. 2 ADDENDUM NO.5 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 JM f A 1 BEi\ H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 A-1 www.miamibeachfl.gov FAILURE TO SUBMIT THE REVISED ITB PRICE FORM SHALL RENDER PROPOSAL NON RESPONSIVE AND SAID NON-RESPONSIVE PROPOSAL SHALL NOT BE CONSIDERED BY TH CITY. DELETE and REPLACE •rior ITB Price Form with this REVISED ITB Price Form City of Miami Beach REVISED 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. PROJECT SHALL BE AWARDED TO THE LOWEST,RESPONSIVE,RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID)' SECTION 1 — BIDDERS PRICE: PROJECT TITLE: ITB NO. 2020-026-DF North Beach Oceanside Park Beachwalk - From 79th to 87th ST.) FM#440841-1-58-01 Item Div Description of Item Cost 1 01 General Requirements-Mobilization $ 2 01 General Requirements-Construction Fence $ 3 01 General Requirements-Erosion Control $ 4 01 General Requirements-General $ 5 02 Site Work-Demolition and Site Preparation $ 6 02 Site Work-Earthwork $ 7 02 Site Work-Concrete Curbs and Slabs,incl.soil preparation $ 8 02 Site Work-Pavers $ 9 02 Site Work-Site Furnishings-Beach Showers,incl walls $ 10 02 Site Work-Site Furnishings-Trash Receptacles $ 11 02 Site Work-Site Furnishings-Volleyball Area $ 12 02 Site Work-Post-and-Rope $ 13 02 Site Work-Landscape $ 4,4 g2 Site Work Concrete Walls and Ramps $ 1514 02 Site Work-Utilities and Connections $ 4-6 15 02 Site Work-Landscape-Trees&Shrubs $ 4-7 16 02 Site Work-Landscape-Dune Planting $ 48 17 02 Site Work-Landscape-Dune Invasives Removal West of Erosion Control Line $ 4-9 18 02 Site Work-Irrigation $ 24)19 15 Plumbing $ 220 16 Electrical and Lighting $ 2-2 21 - Bond $ 2-3 22 - Insurance $ Subtotal $ 'CONTINUED*CONTINUED ON THE FOLLOWING PAGE * * * ADDENDUM NO.5 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I AMI B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Allowance for City Indemnification $25,000.00 Permit Allowance $15,000.00 Lump Sum Grand Total (Total Based Bid; Line Items 1-2a 22 + Indemnification + Permit Allowance) $ Bid Alternates Item Description of Item Total Cost ALT A Pavers Design A $ ALT B Pavers Design B $ Site Work-Oolite Walls,incl footing and cap per detail 1 on ALT C sheet SD-B204 $ ALT D Security Cameras CCTV $ Invasive removal and dune planting East of the Erosion Control Line: Provide unit cost as per responses in Unit Cost A addendum#3. $ Post&Rope Installation: Provide a unit cost per linear foot Unit Cost B to furnish and install post-and-rope fencing $ Section 2 - Bidders Affirmation Company: Address: Telephone: Email: Signature: Title/Printed Name: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE ITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE ADDENDUM NO 5 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) g FM#440841-1-58-01 MIAMI BEAC PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT D. State of Florida Department of Transportation Project Commitments Record ADDENDUM N0.5 INVITATION TO BID NO 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov State of Florida Department of Transportation Project Commitments Record FM: 440841-1 FAP#: D620-029-B Project Name: CITY OF MIAMI BEACH-NORTHSHORE OPEN SPACE BEACHWALK Environmental Document Type 1 Categorical Exclusion Environmental Document 6/1/2020 Type: Approval Date: Commitment Title: NEPA—Staging Commitment Made To: Project Leader Environmental Commitment: Yes Status: Commitment Added Affects Any Other Environmental Commitment: No Implementation Discipline: Construction Commitment Approval Date: Transmittal Date: 5/28/2020 Commitment Description: NEPA Commitment: Consistent with the Staging Plan, Sheet G-010, all staging activities will occur within a bare-sand area located within the park boundaries, immediately west of the maintenance yard.The proposed staging will not interfere with the public functions of the park on either a temporary or permanent basis. This staging area will be temporary in nature,to be utilized as such only for the duration of construction of the proposed improvements. All staging areas will be cleared of machinery, equipment and materials,and it will be restored prior to the completion of the project. Comments/Notes: (Most Recent Comment Shown) Projects Linked to the Commitment There are no other projects linked to this commitment. l M4: 440841..1 Page 1 of 1 Print Date 7/14/2020 11.02:21 AM ADDENDUM NO.5 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I A j\( � I PROCUREMENT DEPARTMENT r 1755 Meridian Avenue.3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 4 Invitation to Bid No. 2020-026-DF North Beach Oceanside Park Beachwalk (From 79th to 87th ST) FM#440841-1-58-01 December 7, 2020 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers,or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ATTACHMENT(S): EXHIBIT A: Davis Bacon Wage Rate Determination-General Decision Number: FL20200125 09/04/2020 EXHIBIT B: Pre-Bid Meeting Sign In Sheet EXHIBIT C: DELETE and REPLACE ITB Price Form with REVISED ITB Price Form FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED:1)ITB PRICE FORM, ATTACHMENT Al (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND WITH ITS BID SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. EXHIBIT D: Revised Plans D-B101 SITE DEMOLITION PLAN - BEACHIIVALK L-B401 PROPOSED MITIGATION PLANTING PLAN L-B402 PROPOSED MITIGATION PLANTING PLAN L-B403 PROPOSED MITIGATION PLANTING PLAN L-B404 PROPOSED MITIGATION PLANTING PLAN L-B405 PROPOSED MITIGATION PLANTING PLAN L-B406 PROPOSED MITIGATION PLANTING PLAN L-B407 PROPOSED MITIGATION PLANTING PLAN L-B501 PROPOSED PLANTING SCHEDULES-BEACHIIVALK L-B502 PROPOSED PLANTING SCHEDULES-BEACHWALK L-B503 PROPOSED PLANTING SCHEDULES-BEACHWALK L-B801 PROPOSED PLANTING PLAN -BEACHWALK L-B802 PROPOSED PLANTING PLAN -BEACHIIVALK L-B803 PROPOSED PLANTING PLAN -BEACHWALK L-B804 PROPOSED PLANTING PLAN -BEACHWALK L-B805 PROPOSED PLANTING PLAN -BEACHWALK L-B806 PROPOSED PLANTING PLAN -BEACHWALK L-B807 PROPOSED PLANTING PLAN -BEACHIIVALK SD-B251 PAVING& EDGING DETAILS-BEACHWALK SD-B251A BID ALTERNATE PAVING DESIGN -BEACHWALK A SD-B251B BID ALTERNATE PAVING DESIGN -BEACHWALK B SD-B430 BEACH SHOWER DETAILS SP-B001 LIMITS OF CONSTRUCTION FENCE SP-B002 LIMITS OF CONSTRUCTION FENCE SP-B003 LIMITS OF CONSTRUCTION FENCE SP-B004 LIMITS OF CONSTRUCTION FENCE ADDENDUM NO.3 � INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) x FM#440841-1-58-01 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov II. RESPONSES TO QUESTIONS RECEIVED: 01:What days and times will the watering service be required for? Al: See water note and schedule on sheet L-B001 Q2: The construction fence configuration is very clear on the west side ( N.I.C.) but the east side is not. The County wants a construction fence on the east side so the construction area is fully involved? A2: The temporary construction fence should be placed along the project limits shown on the plans. The easternmost temporary construction fence is being placed immediately east of the vegetated dune areas, as shown. See new sheets issued with this addendum(Sheets SP-B001 through SP-B004). Q3: In the Specifications I see 01380(Construction Photography), 01381(AN Pre-Construction Record) , and 01540(Security). Are these items part of the project? A3:Yes,all the sections mentioned above 01380,01381,and 01540 are part of the project. Q4: In Sheet SD-B203 Detail 6, it calls for the skate deterrent to be in a white Tombasil.The supplier informed us that the item is no longer manufactured in this finish.They do however have the same item in stainless steel.Will this finish be acceptable? A4: Please replace all mentions of Intellicept Morgan Rev A Model skate deterrent, color white by Tombasil with the specification included below for Skate Deterrent Model: GMR05SS(SkateStoppers"G-mini" Series— Surface Mount Stainless Steel) PRODUCT DETAILS SAi/1F GMR05SSo 0 2 1547 K CaYswaut B Cape CA 92020 Tel 519-447-6374 Fas 619-447-6396 ("6-mini"Series-Surface Mount Stainless)Steel) Description:This Stainless Steel part is designed for curbs with 1/2"radius edge. GM1RO5SS is most commonly used on concrete to complement larger(3-series parts.This part uses two concealed G-mini anchors. u kt k al i Material:316 Stainless Steel Standard Finish:Brushed Corner Radius: For corners with 1/2"radius. Outside Dimensions: 1"(wide)x 5.5"(deep) Anchoring:Anchored with two blind G-mini anchor pins. Use anchors in conjunction with two-pan epoxy Product Spacing:18"-24"from end of curbs and approximately 36"centers(not to exceed 48").Do not apply product at grout joint. For applications with grout joints,layout should be symmetric but pan locations must be safe drilling distance from joint(min 41. Ameemeeneemeeeeeeeeeeeeeeeeeeeeeeeensnereemairmioremen ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I A MI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q5: Will the temporary construction fence require a wind screen? A5: No not required. Q6: Please provide list of plan holders or Pre-Bid Conference sign-in sheet.? A6: Refer to Exhibit B. Q7: Sheet D-B101 identifies a braided hash as"indicates improvements to be removed."There is existing pavement and pavers on 79th sheet with this hash mark that lay outside the project limits, are the pavement and paver removals on 79th Street that lay outside of the project limits to be removed in this contract? A7: Demolition and replacement of the existing paver circle at 79th Street is hereby removed from the scope of work for this project. Contractor shall be responsible for connecting the new beachwalk to the existing paver circle. See Revision Notes 13 on revised sheet D-B101 addressing modifications to the paver circle demolition, as well as impacts to the existing sand pile. Q8: Sheet D-B101 identifies a braided hash as"indicates improvements to be removed."There is existing pavement and pavers on 79th sheet with this hash mark that lay outside the project limits, are the pavement and paver removals on 79th Street that lay outside of the project limits to be removed in this contract? A8: See response to question 7. Q9: The landscaping plans detail a PLATI-MAT dead-man anchor system, under what pay item is this paid for? A9: Please include in the landscape line item Q10: It is a plan requirement that the contractor remove all invasive species within the project footprint is there a tree removal schedule or other document which details trees/plants to be removed? A10: All tree removals and relocations are being conducted by others prior to commencement of construction; all existing trees will be removed from any conflict areas with the path layout. All invasive exotics shall be removed within the construction site west of the Erosion Control Line. Contractor shall provide a unit cost (a) per square yard to hand-pull and remove invasive shrubs within the beach dunes east of the Erosion Control Line and (b)furnish and install the following: BEACH DUNE NATIVE-UNIT COST Quaitity i Symhoi ;Botanical ..... Comn,or Rn,sks `UllauMaIG[esbxiam•yrxiflcl_C,:':eIR:1 N;aYq:1-441:131:1It 2 Cansvafie rrort ma Beach Bean 72 Cell Liner Size @ 18"0.C.,6-12'Varied Ht 2 fponeaenpsrar Beach hi ornnglory 72 Cell Liner Si e_@ 18"0 C,6 12'Vaned Ht __.. 21tpammea prescaprea Rairoad'Vine 72 Cell Liner See @ 18'O.C,6-12'Varied Ht 21Panrcr.rnama txn _ ___ Dune Panic Grass 72 Cell Liner Size 18"O.C."6-12"Vaned Ht 2iFaspaturn tagvrat m. Shore PaspaWm 72 Cell Caner Size @ 18`0.C.,6-12-Varied Ht 2Sporoboras wirginrc ......... Virginia Dropseed Grass 72 Cell Liner Size @ 18'CC.,6-12'Varied kit 251 Jniota porricatals :Sea Oats 72 Cell Liner Size @ 18`°O.C.,6-12"Varied Ht — UNE PLANTING PHASE 2-COASTAL STRAND ZONE SPECIES" ._._..........._2A.�gusia4nspSs es...__...__.._......................................................:Sea Lavender.,..........._..._.._.._......72 Cell Liner Size @18'0:C:,6-12"Varied HL..._................ 2f8orrchra arborescens .Sea Oxeye Daisy 72 Cell Liner Size @ 18"O.C.,6-12'Vaned Ht.__- 2,Crrpsoltanusicaco'Honzontairs.....,__, !Horizontal Cocoplum............_..72Cell Liner Size,@ 18`O.C,8-12"Varied Ht 12 8nodea.rttcrafra Golden Beach Creeper 72 Cell Liner Size @ 18"0.C..6-12"Varied Ht. 21 Gaitardia prdcnetie • Beads Blanket Flower 72 Cell Liner Size @ 18 0.C..6 12 Varied Ht 2.He ranehis deters Dune Sunflower 72 Cell Liner Size @ 18"oz..5 12 Varied Ht 2:7tairntr'cafa .--._v__—_-_---_---_.'Seaside Elder _......... 72 CO Liner Size @18 0C.,6-12 Vaned Ht. 7 Panrcurnama m ._..... .__...._......._.....................Dune Panic Grass ......... ...72 Cell Liner Size_.@ 18 0.C.,6-12"varied HI. 21 Randia au:leafs !White Indigo Berry '72 Cell Liner Size @ 18"O.C.,6-121 Vaned Ht. .-..._.___..__.._2ispartinapatens.._._....._ :Salt Meadow Cord Grass 72 Cell Liner Size@18"O.C.,6-12`Vaned tt..... 2 Surrana maritime 1Bay Cedar 72 Cell Liner Size Q 18 0.C.,6-12'Varied Ht. ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF - NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I AM I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q11: What are the work time restrictions associated with this project? Al1:contractor shall refer to the city code Q12: Section 02490 3.03 outlines the depth of shrub and tree excavation required to accommodate planting soil(with Terrasorb additive)and rootball size, under what pay item is this over-excavation paid for? Al2: Please include in the landscape line item. Q13: The water lines for irrigation and showers end at the project limit and are completed in the adjacent park project, these items will not be able to be commissioned until the park completes the connection etc. What is the scope delineation? Do contractors assume we will test and pass the showers and irrigation that is within this project limit only and leave capped so the next contractor can make the connection, and open the final system? A13: Yes, Contractors will test and pass the showers and irrigation that is within this project limit only and leave capped with the called-for ball valve and meter boxes shown on the plans so the next contractor can make the connection,and open the final system. Q14: Section 02780-1.04,outlines the requirement for paver mockups—is a mockup required per paver pattern/type? A14: Yes Q15: Section 02780-1.04- Paver Certification—outlines the requirement for paver installers to have the Interlocking Concrete Pavement Institute—Concrete Paver Installer Certification, is this certification required at bid time? A15: Yes,Certification shall be held by the contractor prior to bid;contractor shall comply with all procurement requirements. Q16: Sheet SP-B200 shows a paver herringbone pattern hash in the legend without a color,what color is this paver to be? A16:The annotation reads"Refer to Plan Enlargements for Color." Each Plan Enlargement identifies the color paver it calls out at that scale. Q17: Section 02780-2.03 A.6 requires the use of a paver Bedding Sand Conforming to ASTM C33, under what pay item is this paid for? A17: Please include costs in line item for 02-Site Work-Pavers Q18: Section 02780-2.03 A. 7 requires the use of a paver Joint Sand Conforming to ASTM C144, under what pay item is this paid for? A18: Please include costs in line item for 02-Site Work-Pavers Q19: Section 01060 1.01-C requires the contractor to"obtain and pay the cost of all building permits,fees, tie-in or connection charges associated with the project."Please confirm these charges will all be reimbursed per section 1025-1.05-A and B. A19: Yes.Refer to Addendum No. 1, Exhibit B Revised ITB Price Form Q20: Section 01590 1.01-A requires the Contractor to"furnish, Install and maintain temporary field offices...." Under what pay item is this paid? ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I AAA I BEAc:2F—I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov A20: Please include under"General Conditions" Q21: Section 02420-2.01 requires the use of 80-20 topsoil mix(80%freshwater sand, 20% inland glades muck)is this mix only required at planting beds&tree relocation areas? A21: This mix is required for all planting areas (shrub planting areas and all backfill) west(landward) of the Erosion Control Line. Q22: Section 02430, 02450 and 02490 requires the contractor to guarantee the turfgrass sod, shrubs and trees for a period of 12 months,the irrigation system is largely dependent upon the adjacent park project being completed, in the event the park is not completed in time,will the city irrigate these plantings or will the contractor be required to do so? A22: Contractors shall include a 12-month truck watering contract to irrigate the areas immediately east of the maintenance yard,until such time that the park's irrigation system is operational. Truck access will be provided through the City's maintenance yard. All dune planting areas east of the beachwalk shall be watered by hand/truck only until established. Q23: Appendix B, Minimum Qualifications and Requirements, Section 3 outlines the experience requirements of prospective bidders, requiring that Bidder and/or principal have completed three similar projects,further defining similar projects as projects with the construction of on-grade paver pathways or plazas, with a minimum gross paver area of 25,000 SF. In order to promote competition,and maximize the amount of responsive bidders,can this requirement(25k sf of paver installation on three jobs within last 5 years)be satisfied through subcontractors,dedicated or otherwise? A23: No. Bidders need to comply with the experience outlined in Appendix B. Q24: Appendix B, Minimum Qualifications and Requirements, Section 3 outlines the experience requirements of prospective bidders, requiring that Bidder and/or principal have completed three similar projects,further defining similar projects as projects with the construction of on-grade paver pathways or plazas, with a minimum gross paver area of 25,000 SF. In order to promote competition,and maximize the amount of responsive bidders,can this requirement(25k sf of paver installation on three jobs within last 5 years)be expanded to include the same quantity of installation of flexible pavement,or concrete ADA compliant pathways? A24: No. Bidders need to comply with the experience outlined in Appendix B. Q25: Appendix B, Minimum Qualifications and Requirements, Section 3 outlines the experience requirements of prospective bidders, requiring that Bidder and/or principal have completed three similar projects,further defining similar projects as projects with the construction of on-grade paver pathways or plazas, with a minimum gross paver area of 25,000 SF. In order to promote competition,and maximize the amount of responsive bidders,can this requirement(25k sf of paver installation on three jobs within last 5 years), be expanded to include applicable FDOT Work Class Qualifications such as, Flexible Pavement, Portland Cement Concrete Roadway Pavement, Sidewalk,Curb&Gutter,Underground Utilities(Water&Sewer), Underground Utilities(Electric), as there is FDOT funding attached to this project. A25: No.Bidders need to comply with the experience outlined in Appendix B. Q26: Is the Field Office mandatory? A26: Yes. Q27: Please confirm that the Contractor has to use Davis Beacon-Heavy Wages(page 122). A27: Yes, refer Exhibit A for applicable Davis Bacon wage rates. ADDENDUM NO.3 INVITATION TO BID NO 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I A M I B EACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q28: Can you please provide a Tree Disposition Drawing or detail? A28: Tree disposition (removals and relocations) are not part of the scope of work for this project. All tree removals and relocations are being conducted by others prior to commencement of construction; all existing trees will be removed from any conflict areas with the path layout. Q29: Should the Contractor use the Bid Bond Form included in the bid package and upload it or should the Surety 2000(BidSync) form be used? A29: Bidder shall submit,WITH ITS BID,an original bid bond,certified check,or cashier's check,in the amount of 5%of the bid amount,payable to City of Miami Beach, Florida. A copy of the Bid Bond must be submitted electronically through BidSync and the original must be mailed to the address below. Failure to submit the original within seven (7) days of request shall result in bid being deemed not responsive and not being further considered. Original bid bond submittal address: Attn: Procurement Department City of Miami Beach City Clerk's Office 1700 Convention Center Dr., 1st Floor Miami Beach, 33139- 1st Floor Failure to include copy in the electronic submittal and submittal of the original bid bond WITH THE BID shall result in the bid being deemed nonresponsive and not being considered. Q30: The plans nor the bid package show any kind of phases. Is it the intention of the City for the Contractor to set up the construction fence in its entirety(which would practically close off access to the beach for the duration of the project)or does the City want to do it in phases to maintain some access to the beach? A30. No project phasing.The contractor shall provide temporary access connecting from the park to the beach at each existing dune cross-over for a period of no less than 3 months. Q31: Regarding the Water Plans-Park,the proposed lines of the water services are superimposed over the future paths, not the existing conditions. How can the Contractor know what they will damage (mostly existing asphalt paths) and how they should repair it? A31: All plan sheets are provided at the same scale. Contractors are free to overlay them to determine any areas being impacted. Regarding water line: All water line services shown on the Water Plans—PARK(sheets C-P401 through C-P407)sheets have been provided for information purposes only. The contractor for the park, whenever it goes into construction,will be responsible for providing the water services to this beachwalk project and connect at the various Proposed Ball Valve & Meter Boxes shown on the Water Plans — BEACHWALK plans(sheets C-B401 through C-B407). Please also refer to response to question 13. Q32: What is the thickness of the Limerock Base under the Pavers? A32: Refer to the construction details sheet SD-B202 Q33: In reference to Section 8.1 Insurance Requirements, we believe the insurance requirements are unreasonably high for a project of this nature. They are so high that they will significantly limit the amount of bidders that will be able to competitively ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 MIA IMI I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov participate in this Bid.We kindly suggest that the City of Miami Beach review the current insurance requirements and revise them to reflect coverages actually required for the risks associated with this type of project.We believe the industry standard$1 M/$2M General Liability Policy should suffice. A33:City of Miami Beach Risk Management has reviewed the insurance requirements and stands by the limits recommended. Q34: Phasing-Is there a preference for phasing the project or can we recommend phasing? A34: There is no project phasing; Contractor will have access to the entire project area Q35: Drawing References- the Index of Drawings on G-002 state the C — P series of drawings are for provided only for reference. Should any portion of work shown on those drawings be priced by us? A35: No. The drawings identified as being "provided for reference" are included so the contractor on this project understands how the improvements for this project will interface with those being done in the park's construction project. Q36: Can you provide a list of confirmed attendees at your convenience? A36: Please refer to Exhibit B. Q37: What is the anticipated start date for this work? A37: Spring 2021 Q38: We are having problems downloading the Drawings File , it is not allowed to download either as a Zip File or Single File ; how can we download this file? A38: Please contact Kristy Bada at kristybada@miamibeachfl.gov for assistance in downloading the drawings. Q39: Is there an engineer's estimate for the project? A39:Yes but the engineer's estimate will not be available till after the commission award 040: What days and times will the watering service be required for? A40: See water note and schedule on sheet L-B001 Q41: Regarding Note 5 on the SP Sheets" Rope along all existing dune areas,even where not shown." Should the Contractor assume that all the dunes must be closed off? A41: Contractor is to remove any post-and-rope depicted on Demolition plans. New post and rope shall be installed only in areas west of the Erosion Control Line. Contractor shall provide a unit cost per linear foot to furnish and install post-and-rope fencing. Q42: In sheets C-B101 through C-B107 it is clearly shown that the Erosion Control Fencing runs along both sides of the Pavers Path. Please confirm if the Erosion Control Fencing also runs along the East Side with the Construction Fence as shown on the bottom of Sheet C-B101. ADDENDUM N0.3 INVITATION TO BID NO 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) g FM#440841-1-58-01 M \/\/\ BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov A42:Erosion Control fencing on the EAST side of the beachwalk shall be located immediately along the Erosion Control Line. Q43: Is the construction fence require to have green screen? A43: No not required a) There seems to be a discrepancy on the counts for the pull boxes, according to the layout on plans there are 81 pull boxes and on sheet E-B301 shows a total of 40 pull boxes. A43(a): Layout plans shall determine the number of pullboxes b) Who is supplying the bollards? A43(b): Contractor shall furnish and install the bollards. Refer to specification on plans Sheet SP-B100 for manufacturer c) There are 2 details on the bollard one shows anchored to sidewalk and the other mounted on a concrete base? A43(c): Bollards shall be installed on a concrete base per sheet SD-B501 Q44: (a)In the planting schedule there are quantities list for each item.and in the description, it calls for 72 cell liner size.Just want to verify if the quantity list is for individual plant or for tray size(72 per tray) A44(a): Quantities shown are per plant, not per tray (b)it appears that because of the current pandemic,we have been experiencing a marked delay in response from some vendors. In an effort to compile a most responsible bid,will there be an extension in bid due date? A44(b): Bid date has been extended Refer to Addendum#2. Q45: There are two Water Plans:One for Beachwalk(C-B401 -C-B407)and another for Park(C-P401 -C-P407). They contradict each other,one says the East Side is part of the contract but the other says it isn't. The Water Plan-Park appears to not be part of the Beachwalk Scope. Please confirm. A45: C-P401 through C-P407 are not within this scope of work. They are being included for informational purposes as a phasing coordination between the park improvements and the beachwalk need to be accommodated. Q46: We have completed a site visit and there is no mitigation plan,will there be a tree mitigation plan that shows what will remain, be relocated,and removed. Sheet D-B201. The legend shows trees to relocated/removed but there are no plans. A46: Tree relocations and removals specific to this project have been eliminated from the scope of work and will be performed by others prior to commencement of work for this contract. Q47: Please confirm the wage rates on the Bid Manual Appendix C-8. Does Davis Bacon Wages or Prevailing Wage Rate supersede the other? A47: Please refer to Exhibit A for applicable Davis Bacon Wages Rates. Q48: SP-B100 Beachwalk paver patterns with colors are conflicting with SP-B200 paver patterns. Specifically,one sheet show ADDENDUM NO.3 INVITATION TO BID NO 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Grey,the other shows Malt. A48: Refer to revised Detail 02 on Sheet SD-B251 and to new sheets issued with this addendum Sheets SD- B251A and SD-B251 B for color assignments. Q49: SP-B253 The roundabout shows the paver pattern for the type however no color is specified on this sheet A49: Per response to Question#7,the roundabout is eliminated from the scope of work. Q50: What is the preferred staking method,wood staking or platipus anchoring system? A50:All new tree and palm plantings within 10 feet of the beachwalk and any sand pathways to be staked using the Platipus method;all others to use wood stakes Q51: Will the new dune pods to be added be planted within the existing graded elevations? A51: Areas shown as'new dune pods'shall be areas designated as receptor areas for any potential excess fill if such condition is found on-site. Additionally, the existing sand stockpile located near 79th Street shall be in dispersed in these new dune pods areas. Contractor shall include this in their bid costs under"Earthwork.' See Revision Notes 13 on revised sheet D-B101 addressing modifications to the existing sand pile. Q52: The planting plan refers to Phase 1 and Phase 2 succession planting. Phase one meant to be a part of the beach project or is Phase 1 part of a separate park project not a part of this bid. A52: Contractors to omit and ignore succession plantings Detail #3 Sheet L-8903. Contractor shall assume that all plantings shall be installed at the same time. Q53: There are two Water Plans: One for Beachwalk(C-B401 -C-B407)and another for Park(C-P401 -C-P407).They contradict each other,one says the East Side is part of the contract but the other says it isn't.The Water Plan-Park appears to not be part of the Beachwalk Scope. Please confirm. A53: C-P401 through C-P407 are not within this scope of work. They are being included for informational purposes as a phasing coordination between the park improvements and the beachwalk need to be accommodated. Q54: In D-B101 the plan shows a symbol for"Construction Fence(typ)".This note is seen throughout the plans referencing the west side of the project. On some pages this symbol also appears on the eastside of the project limits, but isn't clear as to where its limits are.Are we to assume"Construction Fence(typ)"on both east and west sides of the project from north to south limits? A54: Refer to new sheets SP-B001 through SP-B004 for project limits and location of construction fence. Q55: For the new 3/4"water service shown are we to assume connection to an active line,or just a stub up and cap for future service? A55: Contract shall install the new 3/4'water service up to the water main located in the park. Contractor shall install the proposed water service system,per plans,from the water main located in the park up to the showers. Q56: it appears that because of the current pandemic, we have been experiencing a marked delay in response from some vendors. In an effort to compile a most responsible bid,will there be an extension in bid due date? 1 ADDENDUM N0.3��m INVITATION TO BID NO 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I 1 \f Y 1 ' B E AC 1 1 PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov A56: Bid date has been extended Refer to Addendum#2. Q57: In the planting schedule there are quantities list for each item.and in the description, it calls for 72 cell liner size.Just want to verify if the quantity list is for individual plant or for tray size(72 per tray) A57:Quantities shown are per plant, not per tray Q58: There seems to be a discrepancy on the counts for the pull boxes,according to the layout on plans there are 81 pull boxes and on sheet E-B301 shows a total of 40 pull boxes. A58: Refer to response A43a. Q59: Who is supplying the bollards? A59: Refer to response A43b. Q60: There are 2 details on the bollard one shows anchored to sidewalk and the other mounted on a concrete base? A60: Bollards shall be installed on a concrete base per sheet SD-B501 Q61: Is the construction fence require to have green screen? A61: No not required. Q62: In sheets C-B101 through C-B107 it is clearly shown that the Erosion Control Fencing runs along both sides of the Pavers Path. Please confirm if the Erosion Control Fencing also runs along the East Side with the Construction Fence as shown on the bottom of Sheet C-B101. A62:Erosion Control fencing on the EAST side of the beachwalk shall be located immediately along the Erosion Control Line. Q63: ITB page 3 shows that Davis-Bacon wages shall apply to this project and Prevailing Wages & Local Workforce program shall not apply.Appendix D included (pages 129 to137)several forms regarding Prevailing Wages and Local Workforce. Please confirm that only Davis—Bacon Wages apply to this project. A63: Please refer to Exhibit A for applicable Davis Bacon Wage rates. Q64: ITB page 14 from Instructions to Bidders contains item#19 for Permits and calls for the Contractor to"obtain and pay for any permits", but ITB page 13, Item#18, includes a paragraph that states that all permits required by the City, County or State are included as an Allowance,as shown in Price Form A-1.Please confirm all permit fees mentioned in Item#18 will be reimbursed to Contractor from the Permit Allowance. A64:Yes.Refer to Addendum No. 1, Exhibit B Revised ITB Price Form Q65: ITB Page 21 showing the Insurance requirements does not specifically mentions if a "Builders Risk" insurance policy is required. Please clarify is a Builders Risk Policy is to be furnish by Contractor and if so,what is the insurable value Owner wants to include. A65: Builder's Risk is not required. ADDENDUM N0.3 INVITATION TO BID NO 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I I \M I B EACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q66: ITB Appendix A contains the Price Form A-1 which provides the proposed breakdown of major cost divisions included, but it is not clear to us where to include the Earthwork, including excavation, fill, grading, etc. Are we to include it in "Site Work- Concrete and Asphalt"?Please clarify. A66: Include in Site Work-Earthwork. Refer to Addendum No. 1,Exhibit B Revised ITB Price Form Q67: Specification Section 01010, Item 1.06-D-9 calls for the Contractor to provide off-site parking for its employees and its subcontractor's employees. Is there a possibility by the City to rent spaces to the GC for the project employees and subcontractors at the existing City parking lots or parks?There will be an approximately requirement for 12 parking spaces. Please advise if the City will provide these spaces for rent. If so,please provide locations and monthly fees for the same. A67: City will not be renting spaces for the contractor. Contractor is responsible to coordinate all off-site employee parking with the parking department.Contractor is responsible for all cost. Q68: Specification Section 01010, Item 1.06-D-10 calls for the Owner to provide a staging area for the Contractor. The project requires a large staging area,due to the Contractors office, materials storage units and heavy equipment requirements. Please clarify as to the proposed main staging area location, and size so we may determine logistics and estimate the extent of any existing finishes that would need to be restored. A68: The owner will not be providing a staging area for the contractor. Contractor shall select a staging area within the project limits and provide a logistic plan to the owner for review and approval. Q69: Plans and specifications are silent about the access points to the beach for trucks and heavy equipment. Please clarify if access to the project area will be only thru the existing 79 Street road or if there are other beach access points available for trucks and equipment. A69: Project access shall be only through the existing 79th Street access point. Contractor is responsible for any restoration that is required. Contractor shall document all pre-construction conditions. Q70: Specification Section 02240, item 3.1 calls for bituminous tack coat to be applied to the Limerock base but no asphalt is being applied in this project. Please clarify if we are to disregard this instruction. A70:Contactor may ignore this instruction. Q71: Specification Section 02260 for Finish Grading calls for providing topsoil at planting areas.This could be for the Park areas, but we believe no topsoil is require at the Dune Planting areas. Please clarify if we can omit all mention of topsoil being required at the Dune Planting areas. A71:Topsoil to be used for all planting areas shown west(landward)of the Erosion Control Line. Q72: Specification Section 02276 regarding Stormwater Pollution Prevention, item 1.02-B calls for implementing a SWPPP and states"The SWPPP found in drawings", but no SWPPP plan was found in drawings provided, only some notes and forms about the SWPPP were provided. Please provide the missing SWPPP plan as required by the NPDES permit. A72: SWPPP are not being provided. Please refer to the Civil Sheets C-B101 through C-B107 for location of the silt fence location with the following clarifications. Silt fencing shall be required to be placed as follows: • North: to match north construction fence line • South:to match south construction fence line as it ties into the existing maintenance yard • West: no silt fencing required along the west construction fence line as it abuts the future park project area ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov • East: to be placed along the Erosion Control Line or the extent of harmonization shown on the civil plans,whichever is most east. Q73: Specification Section 02276 does not mention "turbidity barriers" as part of the possible controls, but plan C-B002 shows possible"Floating"turbidity barriers details as a means of sedimentation control. We believe the proposed walkway is removed enough from the water line as to not require a floating turbidity barrier, but we cannot find a SWPPP plan. Please advise if a floating turbidity barrier is required, and if not, please omit such details from plans. A73: Turbidity barriers will not be required for this project. Q74: Specification Section 02420 regarding soil preparation and soil mixes, seems to be suitable for the Park project but not for the Dune Planting areas included in this Beachwalk project. Item 2.03 calls for using an 80/20 mix for plating soil and item 3.02 calls for using"Roundup"herbicide as part of the site preparation.Please clarify if these requirements should apply for the Dune Planting areas,and if not, please provide specific landscape site preparation procedures for the new Dune Planting areas. A74:For any planting areas WEST of the Erosion Control Line(ECL),Contractors shall use the specified 80/20 mix. For any plantings in areas EAST of the Erosion Control Line(ECL),Contractors shall use 90%Sand-and- 10%Organic mix as backfill. Contractors shall omit/ignore"3.02"requiring the use of a herbicide. Q75: Specification Section 02430 for sodding is included, but we have no sodding in this project. Please clarify if wan we omit specification section 02430. A75: Specification 02430 can be ignored. Q76: Specification Section 02780, item 1.07 regarding the concrete pavers calls for the Contractor to provide an additional 5% of materials for use by Owner. This will amount to a large quantity of pavers to be deliver to the Owner. Please confirm an additional 5%of paver material is to be provided to the City. A76: 5%of additional paver material shall be provided. Q77: Specification 03200, item 2.02-B calls for all the reinforcing steel to be "epoxy coated" steel. Please confirm this is a requirement of the reinforcing steel for the concrete curbs, Oolite low walls, and for the shower structures. A77: Specification 03200, item 2.02-B shall apply to all reinforcing steel. Q78: Specification Section 03350 for Concrete Floor Slabs contains item 3.03 calling for adding a "Hardener"to be applied to floor slabs. Please clarify if a concrete hardener is required at the exterior concrete slabs included in this project. A78: A concrete hardener will not be required. Q79: Specification Section 15065 for PVC Water Mains is included, but there are no PVC Water Mains on this project. Please clarify if we can omit specification section 15065. A79: Specification 15065 is included. Contractors are hereby instructed to design, furnish, and install a temporary irrigation system for all new trees shown on new sheets L-B401-L-B407 for their establishment period. These sheets L-B401-L-B407 are being provided as a part of this addendum 3. Contractor to provide a water main(s)for temporary irrigation use to be coordinated with the proposed waterlines feeding any of the showers. Q80: Plan Sheet G-B004 includes General Note#1 which includes Phase 1 and Phase 2 covering work activities not included in this project. Phase 1 refers to tree relocations and removals, and Phase 2 covers the Park proper scope of work and both are ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov excluded in the Scope of Work of this project. Please clarify Contractor is to only include Scope shown in Phase 3 of such plan note. A80: Contractor shall omit General Note#1, located on Sheet G-B004. Contractor shall limits scope of work as what is depicted throughout the issued plans Q81: During the Pre-Bid meeting on 10/13/20 the City consultant mentioned that all the trees located in the way of the new Beachwalk path were being removed or relocated by the City and that such activities were already underway.Plans show no trees removals or relocations being done by Contractor, and that the entire new path and new planting areas are shown as being free from any existing trees. Please confirm ALL existing trees are being removed by the City and that the entire proposed work area will not have any existing trees. A81:All existing trees to be relocated or removed by others and therefore is not included in this scope of work. Q82: Plan Sheet G-B004 includes note#3 regarding "crown raising"of Seagrape trees to provide a 6.5' height clearance.This note seems intended for the park and not for the existing dune planting areas.Please confirm if this note does not apply to existing and"to remain"dune planting areas. A82: Contractor shall remove all lower branches for all trees within 10 feet of the beachwalk once installed, or any area within the limits-of-work intended for public use, to achieve a minimum 8-foot vertical clearance consistent with CPTED standards and best practices. All tree pruning shall be supervised and directed by an on-site arborist and shall be performed in a manner that does not promote sucker-growth or that may adversely impact the future health of the tree. Q83: Plan Sheet G-B004 includes note#4 calling for Contractor to have a Certified Arborist on site for the duration of all tree removals and relocations, site clearing and concrete forming activities. In the scope of work included in this project, there is no proposed work near any existing trees that would require the services of a Certified Arborist,since all trees will be removed from work area by the City per the Pre-Bid meeting, and there is buffer of at least 10'or more from edge of proposed path, as shown on Site Layout plans. Please clarify if Owner will still require the Contractor to obtain the services of a Certified Arborist for the entire project duration. A83: A Certified Arborist is required under the following circumstances: During excavations, if tree roots from large trees offset greater than 10-feet from the edge of the beachwalk need to be root-pruned,then such root- pruning shall be conducted under the supervision of a Certified Arborist. If after installation, branches from existing trees project over the beachwalk with a vertical clearance of less than 8.5 feet, then those branches will need to be pruned under the supervision of a Certified Arborist. If after installation, any branches from existing trees project over the beachwalk and exhibit any reason for liability, then those branches will need to be pruned under the supervision of a Certified Arborist. i 3 ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I AMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q84: Plan Sheet G-B004 includes General Note#20 that requires Contractor to provide Structural and Geotechnical engineering services for the design of all"walls and other structures",which would include the shower structures and the Oolite low walls within our scope of work.The Geotechnical report provided by Nutting Engineers dated January 2019 includes a Site Preparation section that calls for compacting the bottom of foundation excavations to 98%. The proposed structures are located within areas of existing loose beach sand, as shown in soil borings B-9 thru B-13 provided. Will the Contractor's Geotechnical Engineer be responsible for providing Site Preparation Recommendations for any soil remediation work required under the foundations of the proposed structures? Please provide revised Site Preparation specific procedures for the structures and revised percentage of compaction required under the Beachwalk footings. A84: Geotechnical Report is being provided as a guidance for Contractors to determine pricing. Contractors shall provide a geotechnical report with site preparations for the required footing as recommended by that geotechnical engineer. The contractor's geotechnical engineer shall determine the compaction rate and the site preparation requirements.The contractor shall furnish a hardcopy of the report, signed and sealed by the Florida Registered Engineer. Q85: Plan Sheet D-B001 includes Demolition note#2-C, and plan D-B201 note#13, both calls for the removal of"all invasive exotic vegetation anywhere where it occurs within the project area". We find this statement needs clarification as to what is the "project area"to be included for this operation. Is the intent for the Contractor to expand the demolition/clearing areas shown and also remove existing dune planting areas if invasive are found within the areas to remain?Unless Owner provides a plan showing the actual invasive removal areas required,this could potentially add up to 300,000 SF of existing dune planting removals. Please clarify the scope of work to be included regarding invasive removal at existing dune planting areas to remain. A85: All invasive exotics shall be removed within the construction site west of the Erosion Control Line. Contractor shall provide a unit cost(a)per square yard to remove invasive shrubs within the beach dunes east of the Erosion Control Line and (b)furnish and install the following: BEACH DUNE NAT1VE-UNIT COST Quantity Symbol 11Sotan Oat Common Remarks DUNE PLANTING PHASE 1-COASTAL HAMMOCK PIONEER ZONE SPECIES' 2 Ca.navaira rrart ma Beach Bean .72 Cell Liner Size 4118"O.0. 6-12"Vaned Ht 2 ipomea rmperarr .Beach Morrnnglory - _ 72 Cell Liner Size#18 O.C.,6-12"Varied Ht 2 1paree prey caprea RairoadVine_ CeII Liner Size 18...0,C,A 6-17 Varied Ht 2 Pant curramarum ._. ..... _—"Dune Panic Grass 72 Cell Liner Size 01 18"0.C.6-17 Varied Ht. 2 Paspolurnvagioatum Shore Paspakrm 172 Cell Liner Size a18"O.C.,6-12'Varied Ht. 2 Sporobotus virgintus iVirgiria Dropseed Grass 172 Cell Liner Size 18"O.C..6-12.Varied Ht 25 Unlotapanlculata .._......__._ __._..__... Sea Oats. .._.__.__ [72Cd.Liner Size g 18`0.C..6-12-Varied Ht DUNE PLANTING PHASE 2-COASTAL STRAND ZONE SPECIES" 2 Argusia gnaphabdes i Sea Lavendar 172 Cell Liner Size 18"O.C.,6-12"Vaned Ht. 2 Borrichie arborescens aSea Oxeye Daisy 172 Cell Liner Size @ 18'O.C.,6-17 Varied Ht 2 Chrrsobalarwsicaco'Horizontalis' 4Horizordal Cocoplum 172 Cell Liner Sizeat 18'0.C:,.§-17 Varied Ht ------ --- ----- 12 Ernodea Malts Golden Beach Creeper 172 Cell Liner Sizet 18"0.C. 6_12'Varied Ht 2 GaI1erdia puchella .Beach Blanket Flower 172 Cell Liner Size 218"0.C.,6-12-Varied Ht 2 Hehanthus debts Dune Sunflower 72 Cell Liner Size gig-O.C.,6-17 Varied Ht 2 iva imbricate Seaside Elder !72 Cell Liner Size_@ 18"O.C.,6-12"Varied Ht 2 Panicumamarun Dune Panic Grass 172 Cell Liner Size p 18"O.C..6-12`Vaned Ht 2 Randle aculeata White Indigo Berry i72 Cell Liner Size a 18"O_C_6_12"Vaned Ht 2 SpaRriaFaters iSalt M eadow Cord Grass 12 Cdl Liner Size.11.18 0.C.,6-12 Vaned Ht 2 Suiranameritima....... ---_..Bay._Cedar 72CellLinerSize.(a� .. _18".OJc16-12'Varied Ht. ....._......_..._.. ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58.01 M I A I I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q86: Continuing with the invasive removals at dune vegetated areas to remain,what is to be done at removed areas afterward? Are they to stay bare?Are we to add new dune plantings?This could potentially add up to 300,000 SF of grading and new dune plantings. Please clarify scope of work to be included after above mentioned removals. A86: All invasive exotics shall be removed within the construction site west of the Erosion Control Line. Contractor shall provide a unit cost(a) per square yard to remove invasive shrubs within the beach dunes east of the Erosion Control Line and (b)furnish and install the following: BEACH DUNE NA'TWVE-UNIT COST .uantity .Symbol ISotancal Common lRemaks DUNE PLANTING PHASE 1-COASTAL HAMMOCK PIONEER ZONE SPECIES 2 Canavaiia maritime ;Beach Bean 72 Cell Liner Size @ 18"O.C.,6-17 Varied Ht 2 Ipomea imperati !Beach M ominglory i 72 Cell Liner Size @ 18"O.C.,6-17 Varied Ht. 2(lpomea pies caprea_ !Railroad Vine 72 Cell Liner Size..fj 18"O.C.,6-17 Varied Ht._..._..^_ 2 Panicumamarur IDune Panic Grass 172 Cell Liner Srze-@18'O.C.,6-17 Varied Ht. 2 Paspafumvaginatum ;Shore Paspalum 172 Cell Liner Size CO 18'O.C,6-17 Varied Ht. Sporobolrzs v rrginct s ;Virginia Dropseed Grass 72 Cell Liner Size @ 18'0.C.,6-17 Varied Ht. 'r,reta palicufata !Sea Oats -: Cell Liner Size @ 18'O.C.,6-17 Varied Ht DUNE PLANTING PHASE 2-COASTAL STRAND ZONE SPECIES' 2'Arqusra yraphaiodes i Sea Lavendar i 72 Cell Liner Size 18'O.C.,6-12"Varied Ht 2 Borrchia arborescens Sea Oxeye Daisy 172 Cell Liner Size 18 O.C.,6-12"Varied Ht v2,Cte zobalanus icaco'Horizontalis' :Horizontal Cocoplum 72 Cell Liner Size El0 18"O.C.,6-17 Varied Ht 12'Ernodea liltcratis IGdden Beach Creeper 172 Cell Liner Size tal 18'O.C.,6-17 Varied HE 2 Gailardia ptl'chella ;Beach Blanket Flower 172 Cell Liner Sizeit 18'O.C.,6-17 Varied Ht. 2 Hellanthus deblis :.Dune Sunflower __ 72 Cell Liner Size 18'O.C.,6-17 Varied Ht 2 Iva imbricate Seaside Elder 72 Celt Liner Size 18'O.C. 6.17 Vaned Ht 2 Panicumamartm ----._..._....__.._.._..._._.____._..__.._.—._.IDune Panic Grass 172 Cell Liner Size..@18"O C.,..!:12"Varied 1-tt ..._._.._...... 2 Randa acuieata ,White Indigo Berry in Cell Liner Size @ 18"O.C.,6-17 Varied Ht 2:SpaRina petens Salt Meadow Cord Grass i72 Cell Liner Size @ 18"O.C.,6-17 Varied Ht 2 Suriana maritime__ _BayCedar172 Cell Liner Size @_18"O.C.,_6-12'Varied Ht _.T ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I / \M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q87: Continuing with the invasive removals at dune vegetated areas to remain, Plan Sheet L-8001 contains environmental note #5 that also calls for the removals of all invasive vegetation from all existing dune planting areas, but it calls for the Contractor to submit plans showing the affected areas to be removed and submit a Change Order to Owner for approval. We believe this is a much better approach if no plans showing the affected areas are available. Please clarify if this instruction shall apply, or which way Owner wants Contractor to proceed. A87: All invasive exotics shall be removed within the construction site west of the Erosion Control Line. Contractor shall provide a unit cost(a)per square yard to remove invasive shrubs within the beach dunes east of the Erosion Control Line and (b)furnish and install the following: BEACH DUNE NATIVE-UNIT COST Quantity 1 Symbol Satan ieai C.anmon Remarks DUNE PLANTING PHASE 1-COASTAL HAMMOCK PIONEER ZONE SPECIES' 2 Carsavaira rnatirma i Beach Bean 72 Cell Liner Size§18'O.C.,6-12"Varied Ht 2 ipomea anperer/ Beath tot arninglaY X72 Cell Liner Size 18'O.C.:6-12'Varied Ht 2 ipomea preacaprea...............__.._._..................... ._. Railroad Vine..........._........... 72 Cell Liner Size§18.._0 C6-12"Varied Ht 2 Panicumamerum 1Dune Panc Grass..___._.............. 72Cell Liner Size.J18_0.C.,6-12"Varied_Ht.___._ 2 Paspaiumvagrtatum .Shore Paspalum 172 Cell Liner Size§18"O.C.,6-12"Varied Ht s 2 Sporobol virgtnc a :Virginia Dropseed Grass 72 Cell Liner Size 1, 18'O.C.,6-12"Varied Ht. 25 Uniola paniculata_....__... .----....----__----.__...._.__._._..._..._..!Sea Oats 172 Cell Liner Size ff2 18"O C,6-12"Varied Ht:._._..._.__ DUNE PLANTING PHASE 2-COASTAL STRAND ZONE SPECIES* 2 Argusia gnaphabdes :Sea Lavendar 172 Cell Liner Size 18"O.C.,6-17 Varied Ht. 2 8o1y,chia arborescens :Sea Oxeye Daisy 172 Cell Liner Size. 18'O.C.6-12"Varied Ht. 2 Chrysobatanus icaco Horizontalis' iHorizontal Cocoplum 172 Cell Liner Size(d 18'O.C.,6-12'Varied Ht 12 Ernodea littorals 1GGdden Beath Creeper 172 Cell Liner Size@18„OTC.6-17 Varied Ht_ 2 Gaitardia prlchella _...._...__..__.._._..._._.............:Beath Blanket Flower 172 Cell Liner Size 1§.,._18'0.0,6-12'Varied_Ht 2 Hetienthus debtors Dune Sunflower..._.__..._. 72 Cell Liner Size 18`0.C.,6-12'Varied Ht .......... 2 Ara imbrscata___..._._.._...._. --------._...._!Seaside Elder......----...........__._...172 Cell Liner Size _18'0.C,6-12°Varied Ht.�—.. 2 Panrcumamerrxn :Dune Panic Grass 172 Cell Liner Size @ 18"O.C.,6-12"Varied Ht 2 Randle acueaia White Indigo Berry 172 Cell Liner Size§18'O.C.,6-17 Varied Ht 2 Spattina patens Salt Meadow Cord Grass .72 Cell Liner Size 18"O.C.,6-1T Varied Ht 2&Mena maritime ....................._...._..._.. Bay.Cedar...._.. _.. ....._........_172Cell Liner Size._18O_C:,5-12 Vaned Ht Q88: Continuing with the invasive removals at Dune vegetated areas to remain,if the intent is to remove invasive between existing Dune planting to remain, removal by equipment cannot be used, resulting in grow back of the invasive since their root system cannot be removed by hand. If existing invasive are to be removed by hand, please confirm the Contractor will not be required to remove any"grow back"that may occur after removal by hand. A88: For any areas where the contractor has removed invasive exotic vegetation, contractor shall be responsible to maintain those areas free from grow-back until such time that the project is closed-out and accepted by the Florida Department of Environmental Protection(FDEP)and the City. Q89: Plan sheet D-8201 shows several Tree Preservation and Tree relocation notes that are not part of the scope of work, since all trees will be been removed from our work area, and only the notes for the Dune Vegetation areas may apply. Please clarify if we can omit all tree notes from this plan sheet. A89:All notes provided shall apply. ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M r /\t\A ( BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q90: Plan Sheet D-B201 shows detail#1 for a typical tree protection fencing, which will apply to any trees needing protection along the access road to the Beachwalk area, since all existing trees or relocated trees will be behind the proposed construction fencing shown in plans. Please confirm there are no existing trees to protect within the proposed construction fenced areas. A90: Two (2) Dune planting areas depicted on Sheets L-B802 and L-B803 shall be designated and utilized as the receptor locations for all existing trees to be relocated by others prior to the commencement of this contract. That contractor will have erected a tree protection fencing around those planting areas. If the selected contractor for the beachwalk project damages or needs to replace/relocate the provided fence, then the contractor shall do so consistent with the provided detail. Note that while tree relocations to the indicated areas are outside of the scope of work for this contract, providing shrub planting per the proposed planting plans in these areas are still within the scope of work of this contract. From Sheet L-B802NTS): 7 "Tr..+2174e,---4-!-A-77.---,--,„- 7D•FTGATE 9D-FT GATE AREA TO OE SIGNATED AS NECEPTODER AREA TO RECEIVE ALL TREES TO BE RELOCATED CONTRACTOR TO SURVEY AND PROVIDE A TEMPORARY FENCE ENCLOSURE WITH 10-FOOT WCKA0LE ACCESS GATES , WHERE SHOWN:AREA TO OE ,'` IRRIGATED FOR TREE �• ESTALSLISERAENT AND CANOPY IRRIGATION:WATER SOURCE TO 11.1. RE CITIDENTIFIEDY STAFF.AND COORDINATED } z RY „ . 10-FT GATE t From Sheet L-B803(NTS): AREA TO RE DESIGNATED I.C. AS RECEPTOR AREA TO RECEIVE ` ALL TREES TO NE RELOCATED: CONTRACTOR TO SURVEY AND PROVIDE A TEMPORARY FENCE ENCLOSURE WON 10,f GOT LDCEARLE ACCESS GATES WHERE SHOWN;AREA TO RE IRRIGATED FOR TREE ESTARLISHMENT AND CANOPY IRRIGATION;WATER SOURCE TO BE IDENTIFIED AND COORDINATED 8Y CITY STAFF. , -ter, Jr ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q91: Plan Sheet SP-B100 contains a Paver Pattern table showing paver colors also, but it does not seem to match the pavers colors table provided in Plan Sheet SP-B200 Materials Plan. Please clarify if color table provided at Material Plan SP-B200 are the correct pavers colors to include. A91: Refer to revised sheets SD-B251, SD-B251A and SD-8251 B for color assignments. Q92: Plan Sheet SP-8101 shows a note calling for new trash receptacles near the beach access slab but no receptacle symbol is shown. Please clarify if a new pair of trash receptacles are required at such location. A92:Yes,contractor shall include a new pair of trash receptacles at the designated location. Q93: Plan Sheets SP-B101 thru SP-B107 include a note calling for Contractor to furnish and install new"Post&Rope"fencing along all existing dune areas, even where not shown in plans. Demolition plans only show certain sections to be removed. Is the intent to disregard the notes on demolition plans and remove ALL existing Post&Rope fence on all existing dune areas,including the seaside facing segments? Please clarify if all Post&Rope is to be removed and replaced with new Post&Rope fencing. A93: Contractor is to remove any post-and-rope depicted on Demolition plans. New post and rope shall be installed only in areas west of the Erosion Control Line. Contractor shall provide a unit cost per linear foot to furnish and install post-and-rope fencing. Q94: Plan Sheet SP-B101 shows three (3)added Triada bollards in the middle of the paver path, near the beach access road. These 3 bollards are not show in the electrical plans. Please clarify. A94:The 3 bollards on SP-B101 are not to wired for illumination.Contractor to install the bollards without lamp. Q95: Plan Sheet SP-B200 showing the table of paver colors includes a"Peach"color that is not easily identified in the materials plans. Is this the color of the soldier-course paver?Please clarify. A95: Refer to revised sheets SD-B251,SD-B251A and SD-B251 B for color assignments. Q96: Plan Sheets C-B301 and C-B302 showing the Cut&Fill profiles along the proposed path seem like some areas will require new sand fill to be imported, but no Cut& Fill Summary was provided. Please provide Cut& Fill Summary for this project so we can confirm if import of sand fill is necessary and amount of sand fill to be imported. A96:Contractor shall perform their own take-offs to comply with the plans. Q97: Specification Section 02200 for Earthwork states"no soil is to be imported or exported from the site". Please confirm that State of Florida permit and other permits covering this site permits the import of sand fill if necessary to reach the desired grades. A97:Yes, beach compatible sand may be imported if necessary Q98: Continuing with the statement above about no soil being imported into the site, we are importing the limerock materials required for the base under pavers and curbs. Please confirm the import of limerock base is excluded from that specification statement. A98: Limerock shall be imported per plans. ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) f FM#440841-1-58-01 M I / \M I B E AC N PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q99: Does the Owner have sand fill stockpiled near the site to provide the additional fill if required? If so, is Contractor to load and transport said sand fill to jobsite?Please clarify. A99: No. The City does not have any sand fill stockpiled near the site. Q100: If Contractor is to load and transport the fill mentioned above, please provide location of stockpile so we can estimate transport to jobsite. A100:The city does not have a stockpile of fill. Contractor to furnish any needed fill material. Q101: If new sand fill needs to be furnish&imported by Contractor, please provide detailed specifications for the beach sand to be imported. Specification Section 02200-2.01-I calls for any proposed sand fill to be FDOT approved Silica sand. Please clarify that the sand to be imported is to be FDOT Silica sand if import of fill is required. A101: Sand needed for the paver walkway and physical improvements shall comply with Specification Section 02200-2.01-I. Any additional sand needed for harmonization shall comply with the Florida Administrative Code's definition for'beach compatible sand'. Q102: Plan Sheets C-B501, C-B502 and C-B503 all show Civil engineering details for new water meter services, and backflow preventers, none of which are applicable to the Scope of Work included in this Beachwalk project. Please clarify if we can omit the plans mentioned above. A102: Contractor shall include and install the proposed water service system as shown on sheets C-B501, C- B502 and C-B503. Contractor shall install the proposed water service system from the water main located in the park up to the showers. Q103: Plan SD-3202 contains detail#2 showing a typical header curb against a planting area,and calls for a Geotextile vertical barrier along the header curbs. Is the intent to apply the Geotextile barrier to the entire length of the Beachwalk on both sides, at all dune planting areas?Please clarify at which locations the Geotextile barrier is required and the depth of such barrier. A103:Contractor to ignore/omit the Geotextile referenced only in Detail 2, Sheet SD-B202 0104: Plan Sheet SD-B204 contain detail#2 and #4 for retaining wall conditions, but can find no locations at the Beachwalk project where retaining walls are required. Please clarify if details#2 and#4 can be omitted. A104:Contractor to ignore/omit detail#2 and#4 on SD-B204 Q105: Plan SD-B251 showing the paver patterns includes a section for the"wave pattern"installation and shows an enlargement area showing the pavers being installed following the wave of the design centerline, which means the paver lines are actually curving around creating the wave pattern. But the drawing of the wave pattern"not enlarged"shows the pavers as being installed on straight lines and the waves being created by cutting each paver along the change of color, to create a wave effect in color only. Please advise as to what the intent of the drawings is regarding installation paver lines as both approaches are shown in plan. A105: The enlargement note reads that the 4"x8" concrete unit pavers shall be installed in a soldier-course pattern and aligned along the geometric centerline. The pavers shall be installed accordingly with the paver lines creating the wave pattern. ADDENDUM NO.3 INVITATION TO BID NO 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I A/v\ I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q106: Plan Sheet SD-B430 showing the beach showers details includes detail#2 for the shower drain and it shows a 4"inclined drain by Nyloplast with a 4" pedestrian H-10 grate,that is not shown in the shower plan view. Furthermore, the plan view detail shows the shower floor slabs with slopes towards the sand interceptor and not towards a 4" drain. Please clarify if the drain is necessary and show the location at plan view. A106: Refer to updated details#1 and#2(Revision 13)on Sheet SD-B430 Q107: Plan Sheet SD-6430 showing the detail for the beach showers, shows a washed rock drain field to collect the shower drainage water,but it only shows one dimension of 6'and is missing the width and depth of the required drain field.Please provide missing dimensions of the required drain fields and show its locations in the plan view for each beach shower. A107: Refer to updated detail#2(Revision 13)on Sheet SD-B430: drain field as revised to be 6 ft wide X 6 ft long x 4 ft deep Q108: Plan Sheet SD-480 shows concrete slab dimensions for a beach access near the maintenance yard,but it does not identify that some of the dimensioned slab areas are NIC. Please confirm only slab area east of proposed low wall is to be included in this contract,as shown in plan SP-B102. A108: Correct.Only the slab east of new 32-inch ht Miami oolite clad concrete wall is included in this contract. Q109: Plan Sheet SD-B501 includes Triada bollard written description below detail #1 and the installation portion calls for "Galvanized" steel j-bolts anchors, but both details#1 and#2 above calls for SS anchors bolts. Please clarify which instruction prevails. A109: Contractor shall use a Stainless Steel anchor bolts for all bollards. Q110: Plan Sheet L-B001 General Planting note#2 calls for a watering services for all relocated, disturbed and new planting. Our scope of work only includes the new planting and no relocations.Please confirm the Contractor is only to include the watering of new planting provided by Contractor. A110: Correct, Contractor shall only be responsible for any new plantings included the scope of work for this project. Q111: Plan Sheet L-B001 General Notes#34.1 and#34.2 calls for adding a large amount of Dune Planting at areas not shown in proposed planting plans L-B801 thru L-B807,to include a strip 5'wide for areas abutting the east side of the walk and another 5'wide strip abutting the west side of the walk also.This represent approx 30,000 SF of added Dune Planting that has not been included in the proposed planting schedules and counts shown in plans. Please clarify if Owner wants to add such areas as per notes above. A111: Yes,this shall be included. Contractor to include costs in bid for all areas to be planted with a mix and groundcovers consistent in specifications with the specified 72-cell liner size. Q112: Plan L-B001 includes a"Watering note"that requires an"Establishing period"of 12 months after final acceptance,in which the landscape subcontractor shall be responsible for watering as per schedule shown in plan. Please confirm this requirement is to be included in our base bid amount. A112:Yes this is to be included in the base bid. ' ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I /�H M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q113: Plan L-B001 includes a"Watering note"that requires an"Establishing period"of 12 months after final acceptance,in which the landscape subcontractor shall be responsible for replacing any sick/dead trees and all other care required for growth. Please confirm this requirement is to be included in our base bid amount. A113:Yes this is to be included in the base bid. Q114: Plan Sheet L-B801 includes note calling for Dune planting at area 01,but no area is defined in plan as no shading is visible for such area. Please clarify and add missing shading to area. A114: Refer to revised planting plan Sheet LB801, Rev 13. Planting Schedules on Sheets L-B501 through L- B503 have also been updated to reflect the quantities of each re-defined planting areas. Q115: Plan Sheet L-B802 is missing Dune planting area 03. Please clarify. A115: Refer to revised planting plan Sheet LB802, Rev 13. Planting Schedules on Sheets L-B501 through L- B503 have also been updated to reflect the quantities of each re-defined planting areas. Q116: Plan Sheet L-6803 is missing Dune Planting area 11. Please clarify. A116: Refer to revised planting plan Sheet LB803, Rev 13. Planting Schedules on Sheets L-B501 through L- B503 have also been updated to reflect the quantities of each re-defined planting areas. Q117: Plan Sheet L-B804 is missing notes for areas #13 and #14, but there is a large shaded are with no number attached. Please clarify. A117: Refer to revised planting plan Sheet LB804, Rev 13. Planting Schedules on Sheets L-B501 through L- B503 have also been updated to reflect the quantities of each re-defined planting areas. Q118: Plan Sheet L-B805 seems to be missing shading for Dune planting area#18. Please clarify. A118: Refer to revised planting plan Sheet LB805, Rev 13. Planting Schedules on Sheets L-6501 through L- B503 have also been updated to reflect the quantities of each re-defined planting areas. Q119: Plan Sheet L-B806 is missing Dune Planting areas#19 and#20. Please clarify. A119: Refer to revised planting plan Sheet LB806, Rev 13. Planting Schedules on Sheets L-B501 through L- B503 have also been updated to reflect the quantities of each re-defined planting areas. Q120: Plan Sheet L-B807 is missing Dune planting areas#22 and#23.Please clarify. A120: Refer to revised planting plan Sheet LB807, Rev 13. Planting Schedules on Sheets L-B501 through L- B503 have also been updated to reflect the quantities of each re-defined planting areas. Q121: Plan Sheet L-B902 includes details#7 and#8,both for areas west of ECL,but one shows a 3"layer of mulch required and the other 3"of loose sand. Please clarify which one applies to the new Dune planting areas. A121: New dune planting areas west of the proposed beachwalk shall be governed by Detail 8, Sheet L-B902. f ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF j NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I i\/Y 1 I B 1 AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q122: Plan Sheet L-B902 includes details#7 and#8, both for areas west of ECL, and calls for excavating 12"for planting bed and backfilling with planting soil. Please clarify if Dune planting installation requires an 80/20 planting soil mix and excavation in this project or provide a planting bed detail specific for Dune Planting areas. A122: Contractors shall provide 80/20 planting mix for all areas west of the Erosion Control Line (ECL). For any plantings in areas EAST of the Erosion Control Line(ECL),Contractors shall use 90/10(Sand:Organic)mix as backfill. Q123: Plan Sheet L-B903 includes detail#3 showing the proposed phasing requirement for the Dune Planting areas. There is an arrow between the two shown phases with a note calling for a"min. 3 month/max. 6 months later" but written note under the detail calls for Phase 2 to not occur less than 6 months after phase 1. Please clarify if we can omit the written note below and confirm that the min.of 3 months is the correct phasing period. A123: Contractors to omit and ignore succession plantings Detail#3 Sheet L-B903. Contractor shall assume that all plantings shall be installed at the same time. Q124: If desired phasing between phase 1 and phase 2 of Dune planting is to be min. 6 months (as per note below the detail above mentioned), Owner will need to extend the project duration by 90 additional days, as it would be impossible to complete the Phase 2 Dune planting in the proposed 300 calendar days duration. A124: Contractors to omit and ignore succession plantings Detail#3 Sheet L-B903. Contractor shall assume that all plantings shall be installed at the same time. Q125: Plan Sheet L-B903 contains details#1 for tree pruning, and details#4 and#5 for the Cupolex soil cells systems, both of which are not included in the Beachwalk scope of work. Please clarify if we can omit details#1,#4 and#5 from this plan sheet. A125:Contractor shall ignore&omit details#4 and#5 from Sheet L-B903. 0126: Plan E-B100, Luminaries schedule note No. 2 mentions that the contractor shall provide 10% additional bollard lights in unopened containers to the Owner. Is this referencing complete bollard fixtures for turnover to the Owner?Please clarify. A126: This refers to complete replacement kits for the bollard fixture lights only and does not include extra bollards. Q127: Plan Sheet E-B204 shows a new directional bore from the new electric service pedestal serving the Beachwalk to the existing FPL transformer inside the Park area,and inside the NIC areas. Please clarify if directional boring,which requires a bore pit inside the park, is to be include in our scope of work. A127:Yes,the directional bore per plans shall be included. Q128: Regarding Note 5 on the SP Sheets"Rope along all existing dune areas,even where not shown". Should the Contractor assume that all the dunes must be closed off? A128: Contractor is to remove any post and rope depicted on Demolition plans, and Contractor shall furnish and install new post and rope limited per the issued plans. Q129: My concern is about item#14 of the bid -form because in the drawings I only see the oolite clad concrete wall applicable to alternate C . The drawing does not show any concrete wall other than the oolite clad concrete wall. Can you tell me what concrete wall is applicable for the item#14 of the bid -form. A129: Line item#14 has been removed but a bid alternate line item has been added to the cost tender form. Refer to Exhibit C. ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 AA I /\fv\ I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q130:What sections of the drawings is applicable for the alternatives A and B? A130: Plans for alternate A&B are included in this addendum refer to Exhibit D. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Kristy Bada 305-673-7000 ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. time -ly, I / Alex .- Pre •ment Director ADDENDUM NO.3 INVITATION TO BID NO 2020-026-DF • NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 miAmi E/\C (� PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT A: Davis Bacon Wage Rate Determination - General Decision Number: FL20200125 09/04/2020 ADDENDUM NO.3 INVITATION TO BID NO 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I A AA I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov 9242020 beta.SAM.gov I Search "General Decision Number: FL20200125 09/04/2020 Superseded General Decision Number: FL20190125 State: Florida Construction Type: Heavy County: Miami-Dade County in Florida. HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.S(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 1 08/14/2020 2 09/04/2020 * ELEC0349-007 09/01/2020 Rates Fringes ELECTRICIAN $ 36.36 11.82 ENGI0487-017 07/01/2013 Rates Fringes OPERATOR: Backhoe (Except Loader Combo) $ 28.32 8.80 OPERATOR: Crane All Tower Cranes (Must have 2 operators) Mobile, Rail, Climbers, Static- Mount; All Cranes with Boom Length 150 Feet & Over (With or without jib) Friction, Hydro, Electric or Otherwise; Cranes 150 hops://beta.sam.gov/wage-determination/FL202001252?index=wd&keywords=&is_active=true&sort=-modified Date&date_filter_index=0&date rad se... 1/5 INVITATION TO BID NO.2020-026-DF s NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 MI /\/\/\ B E At H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov 9/24/2020 beta.SAM.gov I Search Tons & Over (Must have 2 operators); Cranes with 3 Drums (When 3rd drum is rigged for work); Gantry & Overhead Cranes; Hydro Cranes Over 25 Tons but not more than 50 Tons (Without Oiler/Apprentice); Hydro/Friction Cranes without Oiler/Apprentices when Approved by Union; & All Type of Flying Cranes; Boom Truck $ 29.05 8.80 Cranes with Boom Length Less than 150 Feet (With or without jib); Hydro Cranes 25 Tons & Under, & Over 50 Tons (With Oiler/Apprentice); Boom Truck $ 28.32 8.80 OPERATOR: Drill $ 25.80 8.80 OPERATOR: Loader $ 25.64 8.80 OPERATOR: Oiler $ 22.99 8.80 IRON0272-005 10/01/2019 Rates Fringes IRONWORKER, STRUCTURAL $ 25.49 11.99 LAB01652-004 05/01/2018 Rates Fringes LABORER: Grade Checker $ 22.05 7.27 PAIN0365-007 08/01/2020 Rates Fringes PAINTER: Brush, Roller and Spray $ 20.21 11.83 SUFL2009-164 06/24/2009 Rates Fringes CARPENTER, Includes Form Work $ 17.00 2.51 CEMENT MASON/CONCRETE FINISHER $ 16.61 5.52 LABORER: Common or General $ 13.09 1.26 LABORER: Landscape $ 7.25 0.00 LABORER: Power Tool Operator (Hand Held Drills/Saws, Jackhammer and Power Saws Only) $ 10.63 2.20 OPERATOR: Asphalt Paver $ 11.59 0.00 OPERATOR: Backhoe Loader Combo $ 16.10 2.44 https://beta.sam.gov/vrage-determination/FL20200125/2?indexed&keywords=&is_active=true&sort=-modified Date&date_filter index=0&date_rad_se... 2/5 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I AM I B[j\t ' (iPROCUREMENT DEPARTMENT ) 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov 9242020 beta.SAM.gov I Search OPERATOR: Bulldozer $ 14.95 0.81 OPERATOR: Excavator $ 21.16 1.67 OPERATOR: Grader/Blade $ 16.00 2.84 OPERATOR: Mechanic $ 14.32 0.00 OPERATOR: Roller $ 10.95 0.00 OPERATOR: Scraper $ 11.00 1.74 OPERATOR: Trackhoe $ 20.92 5.50 OPERATOR: Tractor $ 10.54 0.00 TRUCK DRIVER, Includes Dump Truck $ 9.60 0.00 TRUCK DRIVER: Lowboy Truck $ 12.73 0.00 TRUCK DRIVER: Off the Road Truck $ 12.21 1.97 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (i) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate https:Ubeta.sam.govlwage-determination/F L202001252?index=wd&keywords=&is_a ctive=true&sort=-modified Date&date_filter_in dex=0&date_rad_se... 36 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 AAI AM II3EACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov 9242020 beta.SAM.gov I Search (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS haps://beta.sam.gov/wage-determinationtF L202001252?index=wd&keywords=&is_a ctive=true&sort=-modified Date&date_t'ilter_index=0&dat e_rad_se... 4/5 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I A AA I B E At H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov 9242020 beta.SAM.gov I Search 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" https:/beta.sam.gov/wage-determinetion/FL202001252?index=wd&keywords=&is_active=true&sort=-modified Date&date_filter_index=0&date rad_se... 5/5 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I AM I B EACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue. 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT B: Pre-Bid Meeting Sign In Sheet 30 ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 MI / \C\AI B E I( H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Org Name Email 1=M1111 PhoneST 300 Engineering Group,P.A. reremon@300engineering.com Rodolfo Remon 7863526788 FL AARYA Construction&Design Inc. eric@aaryaconstruction.com eric sami 1786267743 FL AVR Contractors Corp. arodriguez@avrcontractors.com Ricardo Vera 3058928770 FL BEA Architects,Inc. beamarketing@beai.com Katherine Mas 3054612053 FL Bergen Sign Company rmurphy@bergensign.com Ryan Murphy 9549579961 FL BikeKeeper LLC sales@bikekeeper.com Juho Sillanpaa 5612096863 FL Brightview Landscape Development jennifer.jaikissoon@brightview.com Jennifer Jaikissoon 3052131964 FL C&I Construction and Design Inc. juan@cicdinc.com Juan C Moreno 7864882184 FL Carivon Construction Company chemandez@carivon.com Carlos Hernandez 3052329024 FL Carivon Construction Company scastillo@carivon.com samuel castillo 3052329024 FL CAYO,LLC wcs@cayo.us Chris Saul 8175686828 TX CES Construction,LLC construction@cesconsult.com Rachel Sak 9546134353 FL CES Consultants,Inc. cesinfo@cesconsult.com Rudy Ortiz 3058272220 FL Iperera@cesconsult.com Luciano Perera 3058272220 FL Cnc Management Group,INC. cncmanagement@comcast.net carlos vazquez 7862504907 FL Coastal Systems info@coastalsystemsint.com Li Joan Baculi 3056613655 FL Concentric Municipal Advisors jbeard@concentricma.com Jim Beard 4047369342 GA ConstnictConnect content@constructconnect.com Morgan Stinson 8003642059 OH Critical Path Services Inc. rhitchins@criticalpathconstruction.com Russell Hitchins 3058563919 FL Cummins Cederberg colnick@cumminscederberg.com Cat Olnick 9548801646 FL D'Catasus Inc. dcatasus@hotmail.com Luis Catasus 3054311618 FL Dock and Marine Construction Corp. john@dockandmarine.net John Korvick 3057519911 FL Dodge Data&Analytics dodge.bidding@construction.com Dodge Reports 4139304513 NJ E-Chem,LLC antoinette@e-chem.net Antoinette 5052172121 NM Fernandez Ecological Associates,Inc. jimmy@ecological-associates.com Jimmy Sellers 772-334-3729 FL EarthBalance bids@earthbalance.com Tanya Lukowiak 9412005031 FL Ecological Associates p.loringer@ecological-associates.com Paige Loringer 7723343729 FL EdenVA chin@constructionbidsource.com chin Godinez 2097723573 NC ENCOP,INC encopinc@hotmail.com WOLMER 7543672115 FL OLIVEIRA Ferreira Construction Co.,Inc. jbaez@ferreiraconstruction.com Jorge A Baez 7868310838 FL Florida Engineering and Development raul@floridaengineering.net Raul Cabrera 3058208333 FL Griff's Handyman Service,LLC miltongriffin@aol.com Milton Griffin 7866442214 FL Holophane Lighting philip.schmalz@holophane.com Phil Schmalz 9544471051 FL Home Express Corp sandra@home-express.com Matias Otero 7867183887 FL Interstate Construction,LLC. estimating@interstate13.com Gustavo H 7542082525 FL Graupera ConstructConnect content@constructconnect.com Morgan Stinson 8003642059 OH ITSoI,LLC mcsb2012@yahoo.com Roger Cooper 4077651224 FL J.R.T Construction,Co. jtarafa@tarafaconstruction.com Jeovanni Tarafa 3055579911 FL Jacobs ilker.tutuncu@jacobs.com Ilker Tutuncu 6469086550 NY JCI International,Inc. ibuergo@jci.us.com IVONNE BUERGO 3052541844 FL Johnson-Laux Construction,LLC richard@johnson-laux.com Richard Reinhart 7542818205 FL 31 ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF ' NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 ' v `f� /� I A M I B EACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue. 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov JVA Engineering Contractor,Inc. ac@jvaengineering.com Adanay Cabrera 305-696-7902 FL Kailas,Corp jpaz@kailascontractors.com Jorge Paz 3057220099 FL Kimley-Hom and Associates,Inc. amy.mcgreger@kimley-hom.com Amy McGreger 4078981511 FL Laubs landscape&drainage solutions dave@laubslandscape.com Dave Laub 7274233182 FL LEE Construction Group.Inc. leenriquez@leecgi.com Luis Enriquez 7864870876 FL M&J Engineering,P.0 bgonzalez@mjengineers.com Bonny Gonzalez 7864415142 FL M.C.Harry Associates,Inc. ecosta@mcharry.com Elena M Costa 3054453765 FL MAGGOLC INC maggolc@yahoo.com Mario M Gonzalez 7862912949 FL MCM civil-estimating@mcm-us.com Daniel Munilla 3055410000 FL MILIANI CONSTRUCTION CORP amiliani@milianiconstruction.com Adolfo U Miliani 3055425075 FL Moffatt&Nichol bemmett@moffattnichol.com Brian Emmett 9197814626 NC Nadic Engineering Services,Inc. nadic@nadicinc.com Shana ward 4075214771 FL Nailed it Creatives kristi@naileditcreatives.com Kristi Ortiz 9544155660 FL OHL Building iscottsharoni@arellanogc.com India Scott-Sharoni 7864183740 FL PCL Construction Services,Inc. calopez@pcl.com Carlos Lopez 9543559261 FL PCX Inc gil@pcxco.com Gilles Aouizerat 7144487213 CA Perrin International Services,Inc. gperry@perrintl.com Greg Perry 7862519291 FL Ranger Construction Industries estimating@rangerconstruction.com Steve Skubal 4077496266 FL RFX ANALYST INC rfp@rfxanalyst.com Ryan Champion 3022445650 CA RIC-MAN INTERNATIONAL bid@ric-man.us Hamill Andrade 9544261042 FL SESCO Lighting jlongstreth@sescolighting.com James Longstreth 9544749888 FL Signal Technology Inc. jmader@sti-fl.com JOHN MADER 9542143622 FL Solution Construction,Inc luis@solutionconstruction.net Luis Sanchez 7864055444 FL Abarca STAR PAVING.CORP starpaving@aol.com Lucy Batista 3054639030 FL Sun Eagle General Contractors.Corp. yamil@suneaglegc.com yamil Castillo 3057413847 FL Superior Landscaping&Lawn Service, superlandscape@bellsouth.net Maria Valdes 3056340717 FL Inc. Tadeos Engineering LLC luis@tadeosengineering.com Luis Oscar De La 3056475205 FL Hoz TC&F Builders,Corp. cristina@tcfbuilders.com Cristina Chaljub 3057461717 FL TerraVista Landscape Solutions,LLC sstriblin@gmail.com Sam Striblin 8503906240 FL The Stout Group.LLC jsanchez@thestoutgroup.com Jose Sanchez 7864521481 FL Triangulo Construction alan@trianguloconstruction.com Alan Mourad 3059341966 FL Urban Robot Associates peter@urbanrobot.net Peter Salamon 4402895987 FL V&H Construction,Inc. vhinfo@vhconstruction.net Rade Vujaklija 2399897633 FL ValleyCrest Landscape Development acaballero@valleycrest.com Ariel Caballero 3052588011 FL Waypoint Contracting,Inc. kgonzalez@waypointci.com Katrina Gonzalez 7866081406 FL West Construction,Inc. rbarrett@westconstructioninc.net Racquel Barrett 5615882027 FL 32 ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I / fy\ E CI-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT C : Revised ITB Price Form (DELETE and REPLACE prior ITB Price Form [released via Addendum No. 1 ] with this REVISED ITB Price Form) FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1) ITB PRICE FORM, ATTACHMENT Al (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND WITH ITS BID SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I A Ai I B E At H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 A-1 www.miamibeachfl.gov FAILURE TO SUBMIT THE REVISED ITB PRICE FORM SHALL RENDER PROPOSAL NON RESPONSIVE AND SAID NON-RESPONSIVE PROPOSAL SHALL NOT BE CONSIDERED BY THE CITY. DELETE and REPLACE .rior ITB Price Form with this REVISED ITB Price Form City of Miami Beach REVISED 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,maybe 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. *PROJECT SHALL BE AWARDED TO THE LOWEST,RESPONSIVE,RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID)* SECTION 1 — BIDDERS PRICE: PROJECT TITLE: ITB NO. 2020-026-DF North Beach Oceanside Park Beachwalk - From 79th to 87th ST.) FM#440841-1-58-01 Item Div Description of Item Cost 1 01 General Requirements-Mobilization $ 2 01 General Requirements-Construction Fence $ 3 01 General Requirements-Erosion Control $ 4 01 General Requirements-General $ 5 02 Site Work-Demolition and Site Preparation $ 6 02 Site Work-Earthwork $ 7 02 Site Work-Concrete Curbs and Slabs,incl.soil preparation $ 8 02 Site Work-Pavers $ 9 02 Site Work-Site Furnishings-Beach Showers,incl walls $ 10 02 Site Work-Site Furnishings-Trash Receptacles $ 11 02 Site Work-Site Furnishings-Volleyball Area $ 12 02 Site Work-Post-and-Rope $ 13 02 Site Work-Landscape $ 14 02 Site Work-Concrete Walls and Ramps $ 15 02 Site Work-Utilities and Connections $ 16 02 Site Work-Landscape-Trees&Shrubs $ 17 02 Site Work-Landscape-Dune Planting $ 18 02 Site Work-Landscape-Dune Invasives Removal West of Erosion Control Line $ 19 02 Site Work-Irrigation $ 20 15 Plumbing $ 21 16 Electrical and Lighting $ .22 4g Security Cameras CCTV $ .23 22 - Bond $ 2423 - Insurance $ Subtotal $ 'CONTINUED*CONTINUED ON THE FOLLOWING PAGE ADDENDUM NO.3 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I / \M T B E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Allowance for City Indemnification $25,000.00 Permit Allowance $15,000.00 Lump Sum Grand Total (Total Based Bid; Line Items 1-23 + Indemnification + Permit Allowance) $ Bid Alternates Item Description of Item Total Cost ALT A Pavers Design A $ ALT B Pavers Design B $ Site Work-Oolite Walls,incl footing and cap per detail 1 on ALT C sheet SD-B204 $ ALT D Security Cameras CCTV $ Invasive removal and dune planting East of the Erosion Control Line: Provide unit cost as per responses in Unit Cost A addendum#3. $ Post&Rope Installation: Provide a unit cost per linear foot Unit Cost B to furnish and install post-and-rope fencing $ Section 2 - Bidders Affirmation Company: Address: Telephone: Email: Signature: Title/Printed Name: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE ITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE ; ADDENDUM N0.3 INVITATION TO BID NO 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I /\t' '\ I B E/\ H PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach. Florida 33139 www.miamibeachfl.gov EXHIBIT D: Revised Plans ADDENDUM N0.3 INVITATION TO BID NO 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M ( AM I E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 3 Invitation to Bid No. 2020-026-DF North Beach Oceanside Park Beachwalk (From 79th to 87th ST) FM#440841-1-58-01 November 30, 2020 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME: The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Wednesday, December 16, 2020. PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial-in Instructions: • Dial the Telephone Number: 1-786-636-1480 • Enter the Conference ID No.:691 358 925# All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. _ANAidKsLd6[e1_111114kleAtIIIIKCIi_11►IN :LiL-10/11111111CI_1Me1IIIl[.Lti:lxili►1*J Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Contact: Telephone: Email: Kristy Bada 305-673-7000 ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sincerely, Alex Denis Procurement Director ADDENDUM N0.3 Invitation to Bid No.2020-026-DF North Beach Oceanside Park Beachwalk(From 79th to 87th ST)-FM#440841-1-58-01 M t \/ I E AC Fl PROCUREMENT DEPARTMENT 1755 Meridian Avenue.3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 2 Invitation to Bid No. 2020-026-DF North Beach Oceanside Park Beachwalk (From 79th to 87th ST) FM#440841-1-58-01 November 9, 2020 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME: The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Thursday, December 3, 2020. PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial-in Instructions: • Dial the Telephone Number: 1-786-636-1480 • Enter the Conference ID No.: 691 358 925# All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. FORTHCOMING ADDENDA WILL CONTAIN RESPONSES TO ADDITIONAL QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Contact: Telephone: Email: Kristy Bada 305-673-7000 ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sincerely, 71\ is Alex D Procurement Director .ADDENDUM N0.2 Invitation to Bid No.2020-026-DF North Beach Oceanside Park Beachwalk(From 79th to 87th ST)-FPA#440841-1-58-01 MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 Invitation to Bid No. 2020-026-DF North Beach Oceanside Park Beachwalk (From 79th to 87th ST) FM#440841-1-58-01 October 29, 2020 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME: The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Thursday, November 12, 2020. PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial-in Instructions: • Dial the Telephone Number: 1-786-636-1480 • Enter the Conference ID No.: 691 358 925# All bids received and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy bids or bids received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of bids are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. II. ATTACHMENTS: EXHIBIT A: Security Cameras Plans and Specifications EXHIBIT B: DELETE and REPLACE ITB Price Form with REVISED ITB Price Form FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1) ITB PRICE FORM, ATTACHMENT Al (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM)AND 2) BID BOND WITH ITS BID SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. EXHIBIT C: Bid Alternate for Paver Design A & B III. RESPONSES TO QUESTIONS RECEIVED: 01 Appendix B, Minimum Qualifications and Requirements, Section 3 outlines the experience requirements of prospective bidders, requiring that Bidder and/or principal have completed three similar projects, further defining similar projects as projects with the construction of on-grade paver pathways or plazas, with a minimum gross paver area of 25,000 SF. In order to promote competition, and maximize the amount of responsive bidders, can this requirement (25k sf of paver installation on three jobs within last 5 years) be satisfied through subcontractors, dedicated or otherwise? Al: No. The prime contractor must demonstrate previous and on-going experience that comply with the specified minimum qualifications and requirements. ADDENDUM NO, . Invitation to Bid No.2020-026-DF North Beach Oceanside Park Beachwalk(From 79th to 87th ST) FM#440841-1-58-01 M I /\/ V \ I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q2 Appendix B, Minimum Qualifications and Requirements, Section 3 outlines the experience requirements of prospective bidders, requiring that Bidder and/or principal have completed three similar projects, further defining similar projects as projects with the construction of on-grade paver pathways or plazas, with a minimum gross paver area of 25,000 SF. In order to promote competition, and maximize the amount of responsive bidders, can this requirement (25k sf of paver installation on three jobs within last 5 years) be expanded to include the same quantity of installation of flexible pavement, or concrete ADA compliant pathways? A2: No,this minimum requirement will not be modified. Q3 Appendix B, Minimum Qualifications and Requirements, Section 3 outlines the experience requirements of prospective bidders, requiring that Bidder and/or principal have completed three similar projects, further defining similar projects as projects with the construction of on-grade paver pathways or plazas, with a minimum gross paver area of 25,000 SF. In order to promote competition, and maximize the amount of responsive bidders, can this requirement (25k sf of paver installation on three jobs within last 5 years), be expanded to include applicable FDOT Work Class Qualifications such as, Flexible Pavement, Portland Cement Concrete Roadway Pavement, Sidewalk, Curb & Gutter, Underground Utilities (Water & Sewer), Underground Utilities (Electric), as there is FDOT funding attached to this project. A3: No,this minimum requirement will not be modified. (_A7•1:i1.[de]till►[CLICI1#►117_l1l111DiCkk ll►Ia4.•dlel►E-14.107170111[01►1_110114-11101kE-�:14.0114.a Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Contact: Telephone: Email: Kristy Bada 305-673-7000 ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. erely, Alex Be iso Pro u -ment Director ADDENDUM NO.1 I Invitation to Bid No.2020-026-DF I North Beach Oceanside Park Beachwalk(From 79th to 87th ST)-FM#440841-1-58-01 M I /\ I f PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT A: Security Cameras Plans and Specifications .�... .,. , ADDENDUM N0.1•.�,�..�..._.,.. .:.,�, F,��.._. �.....:......._._.._.. �.�� �>�,� �..__._... ... ._.__.�, ,�>, Invitation to Bid No.2020-026-DF North Beach Oceanside Park Beachwalk(From 79th to 87th ST) FM#440841-1-58-01 M I AMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT B: Revised ITB Price Form (DELETE and REPLACE prior ITB Price Form with this REVISED ITB Price Form) FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1) ITB PRICE FORM, ATTACHMENT Al (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND WITH ITS BID SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. ADDENDUM NO.1 Invitation to Bid No.2020-026 DF NorthBeach Oceanside Park Beachwalk(From 79th to 87th ST) FM#440841-1-58-01 MI A� I BEAC � PROCUREMENT DEPARTMENT C 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 A-1 www.miamibeachfl.gov 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. DELETE and REPLACE prior ITB Price Form with this REVISED ITB Price Form City of Miami Beach REVISED 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. *PROJECT SHALL BE AWARDED TO THE LOWEST,RESPONSIVE,RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID)* SECTION 1 — BIDDERS PRICE: PROJECT TITLE: ITB NO. 2020-026-DF North Beach Oceanside Park Beachwalk - From 79th to 87th ST.) FM#440841-1-58-01 Item Div Description of Item Cost 1 01 General Requirements-Mobilization $ 2 01 General Requirements-Construction Fence $ 3 01 General Requirements-Erosion Control $ 4 01 General Requirements-General $ 5 02 Site Work-Demolition and Site Preparation $ 6 02 Site Work-Earthwork $ 7 02 Site Work-Concrete Curbs and Slabs,incl.soil preparation $ 8 02 Site Work-Pavers $ 9 02 Site Work-Site Furnishings-Beach Showers,incl walls $ 10 02 Site Work-Site Furnishings-Trash Receptacles $ 11 02 Site Work-Site Furnishings-Volleyball Area $ 12 02 Site Work-Post-and-Rope $ 13 02 Site Work-Landscape $ 14 02 Site Work-Concrete Walls and Ramps $ 15 02 Site Work-Utilities and Connections $ 16 02 Site Work-Landscape-Trees&Shrubs $ 17 02 Site Work-Landscape-Dune Planting $ 18 02 Site Work-Landscape-Dune Invasives Removal $ 19 02 Site Work-Irrigation $ 20 15 Plumbing $ 21 16 Electrical and Lighting $ 22 16 Security Cameras CCTV $ 23 - Bond $ 24 - Insurance $ Subtotal $ 'CONTINUED*CONTINUED ON THE FOLLOWING PAGE * * * • ADDENDUM NO.1 Invitation to Bid No.2020-026-DF North Beach Oceanside Park Beachwalk(From 79th to 87th ST)-FM#440841-1-58-01 M I A Y 1 I DE AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Allowance for City Indemnification $25,000.00 Permit Allowance $15,000.00 Lump Sum Grand Total (Total Based Bid) $ Bid Alternates Item Description of Item Total Cost ALT A Pavers Design A $ ALT B Pavers Design B $ Site Work-Oolite Walls,incl footing and cap per detail 1 on ALT C sheet SD-B204 $ Section 2 - Bidders Affirmation Company: Address: 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. ADDENDUM NO.1 Invitation to Bid No.2020-026-DF North Beach Oceanside Park Beachwalk(From 79th to 87th ST)-FM#440841-1-58-01 M ( /\tv\ I E1Ac:2 Fl PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov EXHIBIT C: Bid Alternate for Paver Design A & B ADDENDUM NO.1 Invitation to Bid No.2020-026-DF North Beach Oceanside Park Beachwalk(From 79th to 87th ST)-FM#440841-1-58-01 INVITATION TO BID (ITB) North Beach Oceanside Park Beachwalk (From 79th to 87th ST) FM#440841 -1 -58-01 ITB No. 2020-026-DF BID ISSUANCE DATE: OCTOBER 2, 2020 BID DUE DATE: NOVEMBER 2, 2020 @ 3:00PM E.T. ISSUED BY: KRISTY BADA MIAMI BEACH Kristy Bada, CPPO, CPPB, MPA Contracting Officer III PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x7490 I kristybada@miamibeachfl.gov I www.miamibeachfl.gov BID NO: 2020-026-DF CITY OF MIAMI BEACH AA AM!BEACH 1 INVITATION TO BID SUMMARY MIAMI BEACH Bid Element Description Invitation to Bid No. 2020-026-DF Estimated Construction Budget $3,950,500.00 ITB Title: North Beach Oceanside Park Beachwalk (From 79th to 87th ST) FM#440841-1-58-01 Basic Description of the Scope of Work: The City seeks bid submittals from, construction firms to provide construction services for the construction of an on- grade ADA compliant pedestrian paver walkway, with bollard lights, beach showers, and landscape. The path will run north from approximately 79th street to 87th street. Landscaping scope will include the removal of all invasive exotic vegetation and its replacement with native dune vegetation. The proposed pathway lighting will meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. Bid Issuance: October 2, 2020 Technical Drawings and Specifications are available for free download at: www.bidsync.com Pre-Bid Conference October 13, 2020 @ 11:00 AM ET Date, Time, & Location: VIA CONFERENCE CALL ONLY ❑ Meeting is Mandatory (only if box is Dial-in Instructions: checked) • Dial the Telephone Number: +1 786 636 1480 • Enter the Conference ID: 820 001 232 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 n Site Visit is Mandatory (only if box is convenience. checked) Last Day for Receipt of Questions: OCTOBER 22, 2020 AT 5:00 PM ET Bid Due Date &Time: NOVEMBER 2, 2020 AT 3:00 PM ET BID NO: 2020-026-DF CITY OF MIAMI BEACH 2 Bid Opening Date and Time: Immediately following the above due time or as close as feasibly possible. Formal Bid Opening Conference Call VIA CONFERENCE CALL ONLY (respond to): Dial-in Instructions: • Dial the Telephone Number: +1 786 636 1480 Enter the Conference ID: 691 358 925 and then press the pound (#) key 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 exceeds Please refer to Section 0200 and $1,000,000 for a covered project. Appendix C for detailed information and required forms for bid submittal. Davis-Bacon Wage Requirements xi SHALL be applied. ❑ SHALL NOT be applied. Federal Requirements X SHALL be applied. (Federal Grant) ❑ SHALL NOT be applied. Project Completion Timeframe: 270 calendar days, Substantial Completion 30 calendar days, Final Completion Liquidated Damages: Amount of Liquidated Damages: Applicable liquidated damages are the amounts established in the following schedule and shall be assessed for each day after substantial completion that the work is not complete: Original Contract Amount/ Daily Charge Per Calendar Day $50,000 and under/ $1,015 Over$50,000 but less than $250,000 / $1,045 $250,000 but less than $500,000 / $1,170 $500,000 but less than $2,500,000 / $1,690 $2,500,000 but less than $5,000,000 I $2,579 $5,000,000 but less than $10,000,000 / $3,756 BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH 3 $10,000,000 but less than $15,000,000 / $4,344 $15,000,000 but less than $20,000,000 / $5,574 $20,000,000 and over / $10,203 plus 0.00005 of any amount over $20 million (Round to nearest whole dollar) Procurement Contact Information: Kristy Bada, CPPO, CPPB, MPA Contracting Officer 111 Phone: 305.673.7000 ext. 26218 E-mail: kristybada a(�miarnibeachfl.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 rafaelgranado@miamibeachfl.gov. NOTIFICATIONS AND AMENDMENTS: Bid Notifications and Amendments are issued through the City's partnership with BidSync. To ensure receipt of all amendments to this bid, please make sure that your company is registered at: www.bidsync.com BID NO: 2020-026-DF CITY OF MIAMI BEACH RA AMM BEACH 4 tv\ IAAA1BEACH City of Miami Beach Procurement Department 1755 Meridian Avenue,3`°Floor Miami Beach,Florida 33139 Tel:305-673-7490 I www.miamibeachfl.gov INVITATION TO BID(ITB)No.2020.026-DF NORTH MIAMI OCEANSIDE PARK BEACHWALK(FROM 79th TO 87th Street)FM#440841-1-58-01 Miami Beach,Florida Electronically sealed proposals will be received until 3:00 PM ET on November 2, 2020 via Periscope Source formally known as BidSync (https://prod.bidsync.com/Miami-Beach). A public bid opening will be held via conference call only,to call in dial+1 786 636 1480 and enter the Conference ID 691 358 925 and then press the pound(#)key.The City seeks bid submittals from,construction firms to provide construction services for the construction of an on-grade ADA compliant pedestrian paver walkway,with bollard lights,beach showers,and landscape.The path will run north from approximately 79th street to 87th street. Landscaping scope will include the removal of all invasive exotic vegetation and its replacement with native dune vegetation. The proposed pathway lighting will meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. A Pre-Bid Meeting will be held on October 13, 2020 at 11:00am ET at via conference only,to call in dial+1 786 636 1480 and enter the Conference ID 820 001 232 and then press the pound(#)key. Attendance is recommended as a source of information.For further information regarding this ITB and to receive any addendum issued,interested parties are required to register for free with the BidSync at www.bidsync.com, Failure to receive an addendum issued through BidSync may result in disqualification of bid. YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS UNDER THE CONE OF SILENCE—ORDINANCE NO.2002-3378 WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE:http://web.miamibeachfl.qov/procurement/scroll.aspx?id=23510. BID NO: 2020-026-DF CITY OF MIAMI BEACH i),r EACH 5 TABLE OF CONTENTS SOLICITATION SECTIONS PAGE 0100 INVITATION TO BID SUMMARY 2 0200 PUBLIC NOTICE 5 0300 DEFINITIONS 7 0400 INSTRUCTIONS TO BIDDERS 10 0500 BID SUBMITTAL REQUIREMENTS AND FORMAT 15 0600 GENERAL TERMS AND CONDITIONS 17 APPENDICES: PAGE APPENDIX A ITB PRICE FORM, BID TENDER FORM, AND SUPPLEMENTS 54 APPENDIX B MINIMUM QUALIFICATION REQUIREMENTS 103 APPENDIX C FDOT SUPPLEMENTAL CONDITIONS 105 APPENDIX D REQUIRED FORMS FOR BID SUBMITTAL 128 APPENDIX E REQUIRED FORMS (POST AWARD) 137 APPENDIX F SAMPLE CONTRACT 149 APPENDIX G LIST OF PLANS AND SPECIFICATIONS 173 APPENDIX H SPECIFICATIONS 176 APPENDIX I PLANS 177 BID NO: 2020-026-DF CITY OF MIAMI BEACH 6 0300 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: 2020-026-DF CITY OF MIAMI BEACH 7 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. No portion of the Owner's Contingency shall not include any grant-related funds. 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: 2020-026-DF CITY OF ,� {MIAMI BEACH $ �,�., BEACH 1.24 Responsible Bidder: An offeror who has the capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. 1.25 Responsive Bidder: A person or entity who has submitted a bid which conforms in all material respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements by the bid documents to be submitted at the time of bid opening. 1.26 Subcontractor: A person or entity having a direct contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. 1.27 Substantial Completion: The date certified in writing by Consultant, and as fully determined by the Contract Administrator in his/her sole discretion the work, or a portion thereof, is at a level of completion in substantial compliance with the Contract Documents such that all conditions and requirements of permits and regulatory agencies have been satisfied and the Work is sufficiently complete in accordance with the Contract Documents so the Project is available for beneficial occupancy by City. A Certificate of Occupancy or Certificate of Completion and/or other authorization from the City acceptable to Contract Administrator must be issued for Substantial Completion to be achieved; however, the issuance of a Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of Substantial Completion. 1.28 Surety: The surety company or individual which is bound by the performance bond and payment bond with and for Contractor who is primarily liable, and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.29 Work: The construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. Balance of Page Intentionally Left Blank BID NO: 2020-026-DF CITY OF MIAMI BEACH MIAMI y/ BEACH 9 0400 INSTRUCTIONS TO BIDDERS: 1. General: The following instructions are given for the purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with all the provisions contained in the instructions. Bidders shall note that various paragraphs within these bid documents have a box ❑ ) which may be checked ( ). If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. 2. Background and Scope of Work: The North Beach Oceanside Park Beachwalk project consists of construction services for the construction of an on-grade ADA compliant pedestrian paver walkway, with bollard lights, beach showers, and landscape. The path will run north from approximately 79th street to 87th street. Landscaping scope will include the removal of all invasive exotic vegetation and its replacement with native dune vegetation. The proposed pathway lighting will meet Florida Fish and Wildlife Commission's marine turtle nesting requirements. 3. Abbreviations and Symbols: The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. 4. Examination of Contract Documents and Site: It is the responsibility of each Bidder before submitting a Bid, to: 4.1 Examine the Contract Documents thoroughly. 4.2 Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. 4.3 Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. 4.4 Study and carefully correlate Bidder's observations with the Contract Documents. 4.5 Carefully review the Contract Documents and notify Consultant of all conflicts, errors or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5. Location of Work: This Scope of Work shall be completed at the following location: East of the Erosion Control Line, inclusive of street end improvements, from approximately 79' Street to approximately 87th Street within the City of Miami Beach. BID NO: 2020-026-DF CITY OF MIAMI BEACH EACH 10 6. Pre-Bid Interpretations: Only questions answered by written Addenda will be binding and may supersede terms noted in this ITB. Oral and other interpretations or clarifications will be without legal effect. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. 7. Printed Form of Bid: All bids must be made upon the blank Bid/Tender Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. 8. - . . . . - e . . - e - - e . - • ---e - - •• - - - , - Code of City of Miami Beach requires that the rate of wages and fringe benefits, or cash wages and fringe benefit payments or cash equivalence for similar skills or clac ifications 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 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 9. Acceptance or Rejection of Bids: The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one- hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 10. Method of Award: The City Commission shall award the contract to the lowest and best bidder. The "lowest and best bidder" shall be defined as the lowest, responsive, and responsible bidder. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: 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. BID NO: 2020-026-DF CITY OF MIAMI BEACH h, BEACH 11 11. Contract Price: The Contract Price is to include the furnishing of all labor, materials, equipment including tools, shoring, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. The cost of any item(s) of Work not covered by a specific Contract unit price or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s) is most applicable. 12. Postponement of Date for Presenting and Opening Bids: The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least five (5) calendar days written notice of any such postponement to all prospective Bidders. 13. Protested Solicitation Award: Protests concerning the bid specifications, requirements, and/or terms; or protests after the bid opening date in accordance with City Code Section 2-371, which establishes procedures for protested bids and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 14. Veteran Business Enterprises: Not Applicable. 15. Equal Benefits Ordinance: Bidders are advised that this Bid and any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Ordinance No. 2005- 3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. Bidders shall complete and return,with their bid. the"Declaration: Non-discrimination in Contracts and Benefits" form contained herein. The City shall not enter into any contract unless the Bidder certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his/her designee determines that the successful Bidder/Contractor shall complete and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that a Bidder is considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Bidders will find Attachment A-6 in Appendix A of this Solicitation which consists of an FAQ Section and Required Forms for Bid Submittal. 16. City Manager's Review: After considering the staff recommendation for award, the City Manager shall exercise due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. 17. City Commission Authority: The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. The selection or approval by the City Commission shall not constitute a binding contract between the City and the selected or approved bidder(s). A binding contract will exist upon the completion BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH 12 as determined by the Administration, the City Attorney's Office form approving the contract or contracts, and the Mayor and City Clerk or their respective designees signing the contract(s) after the selected or approved bidder(s) has (or have) done so. Only the executed contract(s) will be binding on the contracting parties. 18. CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES: THE SUBSEQUENT SECTION PROVISION SHALL ONLY APPLY TO THOSE FIRMS THAT ARE REQUIRED BY CITY OF MIAMI BEACH CODE TO OBTAIN A BUSINESS TAX RECEIPT. 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: Business Tax Receipt will be required pursuant to Chapter 205.065 Florida Statutes. The City of Miami Beach requires valid Business Tax Receipt (formerly known as an "Occupational License") for Contractors as well as sub-contractors. Business Tax Receipt from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. For more information about a City of Miami Beach Business Tax Receipt, call the Finance Department's Business Tax Receipt's Office at 305.673.7420. 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. NOTE: a) If the Contractor is a State of Florida Certified Contractor, the following will be required: 1) Copy of State Contractors Certification. 2) Place of Business Occupational License. 3) Liability and Property Damage Insurance Certificate made to City of Miami Beach. 4) Workers compensation or the exemption. b) If a Dade County Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed. 2) Municipal Contractors Occupational License. 3) Liability and Property damage Insurance Certificate made to City of Miami Beach. 4) Workers Compensation or the exemption. NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR BID SUBMITTAL. BID NO: 2020-026-DF CITY OF MIAMI BEACH ,_,A jx , 1BEACH 13 19. PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work. 1. CITY OF MIAMI BEACH 2. Florida Department of Environmental Protection 3. DERM The successful contractor shall be responsible for obtaining a Building Permit from the City of Miami Beach Building Department. The successful contractor shall be responsible for obtaining a dewatering permit from the appropriate agencies, if necessary. Balance of Page Intentionally Left Blank BID NO: 2020-026-DF CITY OF MIAMI BEACH 1f BEACH 0500. ELECTRONIC BID SUBMITTAL REQUIREMENTS AND FORMAT 1. ELECTRONIC RESPONSES (ONLY). Electronic responses to this ITB are to be submitted through BidSync until the date and time as indicated in this document. It is the sole responsibility of the Proposer to ensure its proposal reaches BidSync before the Solicitation closing date and time. There is no cost to the Bidder to submit a bid in response to a City of Miami Beach solicitation via BidSync. Electronic bid submissions may require the uploading of electronic attachments. The submission of attachments containing embedded documents or proprietary file extensions is prohibited. All documents should be attached as separate files (bid format indicated below). All bid submittals received, and time stamped through BidSync, prior to the bid submittal deadline shall be accepted as timely submitted. Bids will be opened promptly at the time and date specified. Hard copy proposals or proposals received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals are not acceptable and will be rejected. Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. The City will only consider the latest version of the bid. 2. NON-RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non-responsiveness. Non-responsive bids will not be considered. a. Bid Submittal Questionnaire (completed and submitted electronically) b. Bid Price Form, Form Al c. Bid Bond (Fully Executed) 3. OMITTED INFORMATION. The City reserves the right to request any documentation omitted, with exception of the signed Bid Price Form and Bid Bond (if applicable), which must be submitted at time of bid. Bid Submittals received with no Bid Price Form or Bid Bond (if applicable), or with an unsigned Bid Price Form or Bid Bond (if applicable), shall be deemed non-responsive. Bidder must submit any other omitted documentation within three (3) business days upon request from the City, or the bid may be deemed non- responsive. Non-responsive bid packages will receive no further consideration. 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the in the review of bid submittals, it is strongly recommended that bids be organized and tabbed in accordance with the tabs, and sections as specified in the below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items" attachment tab in BidSync. TAB 1: BID SUBMITTAL QUESTIONNAIRE -- CONSTRUCTION Submit the Bid Submittal Questionnaire—Construction; must be completed and submitted electronically, found in Appendix A, forms Al through A11. TAB 2: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS Submit evidence, as specifically requested in Appendix B Minimum Qualification Requirements, of compliance with each minimum requirement(s) of this ITB. Bidders that do not comply, or for whom the City cannot verify compliance, shall be deemed non-responsive and its bid shall BID NO: 2020-026-DF CITY OF MIAMI BEACH 15 not be considered as further detailed in Appendix B Minimum Requirements. TAB 3: BID PRICE FORM & BID BOND The following documents shall be submitted with the by the deadline for submittal of bids: 1. Bid Price Form. (APPENDIX A, Attachment Al ITB Price Form). 2. Bid Bond FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1) ITB PRICE FORM, ATTACHMENT Al (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM)AND 2) BID BOND WITH ITS BID SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. TAB 4: OTHER BID FORMS Submit any other form requested on the ITB Summary, including but not limited to: 1. FDOT required FORMS, found in APPENDIX A, forms Al 2 through A19 2. Appendix D - Required Forms for Bid Submittal (as applicable). 0600. 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH MIAM BEACH 16 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. (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. BID NO: 2020-026-DF CITY OF MIAMI BEACH V\ AV BEACH 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. 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH 18 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. 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH ''.'` ,'a^.,^;BEACH 19 in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 6.1.2. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 6.1.3. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general,the acceptable parameters for bonds: Policy Financial holder's Size 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 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 To the extent provided by law, contractor shall indemnify, defend, and hold harmless the City of Miami Beach and the State of Florida, Department of Transportation, including the BID NO: 2020-026-DF CITY OF MIAMI BEACH t,F p BEACH 20 Department's and City's officers, agents, and employees, against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of contractor, or any of its officers, agents, or employees, acting within the scope of their office or employment, in connection with the rights granted to or exercised by contractor hereunder, to the extent and within the limitations of Section 768.28, Florida Statutes. 7.2 The foregoing indemnification shall not constitute a waiver of sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28. Nor shall the same be construed to constitute agreement by contractor to indemnify City of Miami Beach for the negligent acts or omissions of City of Miami Beach, its officers, agents, or employees, or third parties. Nor shall the same be construed to constitute agreement by Contractor to indemnify the Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or third parties. This indemnification shall survive the termination of this Agreement. 8. Insurance Requirements: 8.1 The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or(ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence, and $4,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D. Installation Floater Insurance against damage or destruction of the materials or equipment in transit to, or stored on or off the Project Site, which is to be used (installed into a building or structure) in the Project. (City of Miami Beach shall Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability Insurance in an amount no less than $3,000,000 per occurrence. The umbrella coverage must be as broad as the primary General BID NO: 2020-026-DF CITY OF MIAMI BEACH AMBEACH 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 City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Further, the State of Florida Department of Transportation is an additional insured under the general liability when required by contract. The below shall be incorporated: Florida Department of Transportation, District Six 1000 NW 111th Avenue, Miami, FL 33172 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. 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. BID NO: 2020-026-DF CITY OF MIAMI BEACH ,=\tt':!A:1\A,.;BEACH 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 must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds(i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. 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. Certificate Holder: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668— ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(u�riskworks.com 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. BID NO: 2020-026-DF CITY OF MIAMI BEACH r V! ; x x" BEACH 23 �: i 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 of the Sample Contract (attached). 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 necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 12.2. Impact fees levied by the City and/or Miami-Dade County shall be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to Contractor in no event shall include profit or overhead of Contractor. 13. Resolution of Disputes: BID NO: 2020-026-DF CITY OF MIAMI BEACH r ;. BEACH 24 ' " 13.1 To prevent all disputes and litigation, it is agreed by the parties hereto that Consultant shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Consultant's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to Consultant in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, Consultant shall notify City and Contractor in writing of Consultant's decision within twenty-one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless Consultant requires additional time to gather information or allow the parties to provide additional information. All non-technical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, Contractor, Consultant and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 13.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 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. BID NO: 2020-026-DF CITY OF MIAMI BEACH ",,!I:. ,` BEACH 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 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH 26 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; 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; BID NO: 2020-026-DF CITY OF MIAMI BEACH 27 vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City (if any); viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and any property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest; and ix. Complete performance of the Work not terminated (if any). b. Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed shall be determined by the City in good faith, in accordance with the percent completion of the Work, less all amounts previously paid to the Contractor in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any,for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor. Contractor shall submit, for the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within 30 days of the effective date of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually agreed upon by the City and the Contractor and absent such agreement,the City shall, no less than fifteen(15) days prior to making final payment, provide the Contractor with written notice of the amount the City intends to pay to the Contractor. Such final 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH 1\:A v11 BEACH 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; 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH ,/,AMI BEACH 29 satisfaction of the City in the time period set forth in Section 16.2, or as otherwise specified in the Notice of Default. b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or remedies of the City, whether provided by this Agreement, the other Contract Documents or as otherwise provided at law or in equity, the City may issue a Notice of Termination for Cause to Contractor, copied to the Surety, rendering termination effective immediately, and may take any of the following actions, subject to any prior rights of the Surety: i. Take possession of the Project site and of all materials, equipment, tools, construction equipment and machinery thereon owned by Contractor; ii. Accept assignments of subcontracts; iii. Direct Contractor to transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and iv. Finish the Work by whatever reasonable method the City may deem expedient. c. Upon the issuance of a Notice of Termination for Cause, the Contractor shall: i. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished or partially completed documents, and any and all 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. BID NO: 2020-026-DF CITY OF MIAMI BEACH 30 d. The rights and remedies of the City under Section 16 shall apply to all Defaults that are non-curable in nature, or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. 16.4. Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the Contractor,the City may(i) make demand upon the Surety to perform its obligations under the Performance Bond and Payment Bond, including completion of the Work, without requiring any further agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of Contractor as a condition precedent to assuming the bond obligations; or (ii) in the alternative, the City may take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a new contract or contracts for the completion of the Work, or using such other methods as in the City's sole opinion shall be required for the proper completion of the Work, including succeeding to the rights of the Contractor under all subcontracts as contemplated by Article 16. b. The City may also charge against the Performance and Payment Bond all fees and expenses for services incidental to ascertaining and collecting losses under the Performance and Payment Bond including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred in connection with renegotiation of the Agreement. 16.5. Costs and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing, to the Contractor's late cure of such Default), together with the costs of completing the Work, shall be deducted from any monies due or to become due to the Contractor under this Agreement, irrespective of whether the City ultimately terminates Contractor. 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH \v" rfx, AIBEACH 31 the notice of termination had been issued pursuant to the termination for convenience clause contained in Section 16.1. The Contractor shall have no further recourse of any nature for wrongful termination. 16.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Agreement is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. 16.8. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or Amendment of this Agreement. A waiver shall not be effective unless it is in writing and approved by the City. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and the failure of the City to exercise its rights and remedies under this Article 16 at any time shall not constitute a waiver of such rights and remedies. 17. Contractor Right to Terminate Contract or Stop Work: If the Project should be stopped under an order of any court or other public authority for a period of more than ninety (90) days due to no act or fault of Contractor or persons or entities within its control, or if the City should fail to pay the Contractor any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required pursuant Article 8, and if the City fails to make such payment within ninety (90) days after receipt of written notice from the Contractor identifying the Approved Application for Payment for which payment is outstanding, then, unless the City is withholding such payment pursuant to any provision of this Agreement which entitles the City to so withhold such payment, the Contractor shall have the right upon the expiration of the aforesaid ninety (90) day period to stop its performance of the Work, provided that Contractor has sent a Notice to Cure to the City via certified mail, allowing for a 7 day cure period. In such event, Contractor may terminate this Agreement and recover from City payment for all Work executed and reasonable expense sustained (but excluding compensation for any item prohibited by any provisions of the Contract Documents). In the alternative to termination, Contractor shall not be obligated to recommence the Work until such time as the City shall have made payment to the Contractor in respect of such Approved Application for Payment, plus any actual and reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory to the City. Except as set forth in this Section 16.8, no act, event, circumstance or omission shall excuse or relieve the Contractor from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH r n; h MIBEACH 32 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. No request by Contractor for an equitable adjustment to the Contract under this provision shall be allowed unless Contractor has given written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by Consultant as the date of substantial completion. 21. Plans and Working Drawings: City, through Consultant, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and graphic portions of the Project Manual, the written portion shall govern. 22. Contractor to Check Plans, Specifications and Data: BID NO: 2020-026-DF CITY OF MIAMI BEACH 33 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 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH � AMI BEACH 34 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. 28.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and City or any obligation on the part of City to pay or to see the payment of any monies due any subcontractor. City or Consultant may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific work performed. 28.3 Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 28.4. Contractor shall perform the Work with its own organization, amounting to not less than 30% percent of the Contract Price. 28.5. The above reference provisions shall also incorporate Section 61 Office of the Inspector General. BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH 35 29. Separate Contracts: 29.1. Contractor shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 29.2. If any part of Contractor's Work depends for proper execution or results upon the work of any other persons, Contractor shall inspect and promptly report to Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as to defects which may develop in other contractor's work after the execution of Contractor's. 29.3. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. Should such interference or impact occur, Contractor shall be liable to the affected contractor for the cost of such interference or impact. 29.4. To insure the proper execution of subsequent work, Contractor shall inspect the work already in place and shall at once report to Consultant any discrepancy between the executed work and the requirements of the Contract Documents. 30. Use of Completed Portions: 30.1. City shall have the right at its sole option to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to reasonable extra compensation or reasonable extension of time or both, as recommended by Consultant and approved by City. 30.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: 30.2.1. City shall give notice to Contractor in writing at least thirty(30)calendar days prior to City's intended occupancy of a designated area. 30.2.2. Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto as 00925 from Consultant. 30.2.3. Upon Consultant's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH 1'`IAt'n.i BEACH 36 final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, Consultant shall issue a Final Certificate of Payment relative to the occupied area. 30.2.5. If City finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by City and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. 31. Lands for Work: 31.1. City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto and such other lands as are designated by City or the use of Contractor. 31.2. Contractor shall provide, at Contractor's own expense and without liability to City, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 32. Legal Restrictions and Traffic Provisions: Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and Contractor's general operations. Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 33. Location and Damage to Existing Facilities, Equipment or Utilities: 33.1. As far as possible, all existing utility lines in the Project area have been shown on the plans. However, City does not guarantee that all lines are shown, or that, the ones indicated are in their true location. It shall be the Contractor's responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 33.2. The Contractor shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be BID NO: 2020-026-DF CITY OF MIAMI BEACH ANA I BEACH 37 the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. 33.3. The Contractor shall schedule the work in such a manner that the work is not delayed by the utility providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the Contractor for any loss of time or delay. 33.4. All overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. 34. Value Engineering: Contractor may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to Consultant in writing after award of contract. Consultant will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for substitution, whether or not the request for substitution is accepted by Consultant. Any substitution submitted by Contractor must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and there must be a net dollar savings including Consultant review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between Contractor and City and shall be processed as a deductive Change Order. City may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 35. Continuing the Work: Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 36. Changes in the Work or Terms of Contract Documents: 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH 38 Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 36.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 37. Field Orders and Supplemental Instructions: 37.1. The Contract Administrator, through Consultant, shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 37.2. Consultant shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. 38. Chancre Orders: 38.1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. 38.2. All changes to construction contracts which exceed the Commission-approved contingency must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $50,000 or more shall be approved in advance by the Mayor and City Commission. All Change Orders with a value of less than $50,000 shall be approved in advance by the City Manager or his designee. 38.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to Consultant as set forth in Article 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. BID NO: 2020-026-DF CITY OF MIAMI BEACH 39 i; 39. Value of Change Order Work: 39.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 39.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved. 39.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 39.1.3. On the basis of the "cost of work," determined as provided in Sections 38.2 and 38.3, plus a Contractor's fee for overhead and profit which is determined as provided in Section 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 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 BID NO:2020-026-DF CITY OF MIAMI BEACH t:n ;n BEACH 40 terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 39.2.3. Payments made by Contractor to Subcontractors for work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to City who will then determine, with the advice of Consultant, which bids will be accepted. If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of the work plus a fee, the Subcontractor's cost of the work shall be determined in the same manner as Contractor's cost of the work.All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. 39.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 39.2.5. Supplemental costs including the following: 39.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work. 39.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remains the property of Contractor. 39.2.5.3. Sales, use, or similar taxes related to the work, and for which Contractor is liable, imposed by any governmental authority. 39.2.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. 39.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 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. BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH 41 �`✓,. 39.3. The term "cost of the work" shall not include any of the following: 39.3.1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in its principal or a branch office for general administration of the work and not specifically included in the agreed- upon schedule of job classifications, all of which are to be considered administrative costs covered by Contractor's fee. 39.3.2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 39.3.3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 39.3.4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the work. 39.3.5. Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 39.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 38.2. 39.4. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 39.4.1.A mutually acceptable fixed fee or if none can be agreed upon, 39.4.2.A fee based on the following percentages of the various portions of the cost of the work: 39.4.2.1. For costs incurred under Sections 39.2.1 and 39.2.2, Contractor's fee shall not exceed ten percent (10%). 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH 42 39.4.2.3. No fee shall be payable on the basis of costs itemized under Sections 39.2.4 and 39.2.5, (except Section 39.2.5.3), and Section 39.3. 39.5. The amount of credit to be allowed by Contractor to City for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed. 39.6. Whenever the cost of any work is to be determined pursuant to Sections 38.2 and 38.3, Contractor will submit in a form acceptable to Consultant an itemized cost breakdown together with the supporting data. 39.7. Where the quantity of any item of the Work that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued to adjust the unit price, if warranted. 39.8. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change-in-cost, Contractor shall submit an initial cost estimate acceptable to Consultant and Contract Administrator. 39.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 39.8.2. Whenever a change involves Contractor and one or more Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. 39.9. Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or"cost of the work." 40. Notification and Claim for Change of Contract Time or Contract Price: 40.1. Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the Contract Administrator and to Consultant within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH ^• At��,.^iBEACH 43 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. Such delays shall include, but not be limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. 41. No Damages for Delay: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Consultant. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. 42. Excusable Delay; Compensable; Non-Compensable: 42.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of Contractor or its subcontractors, suppliers or vendors is Excusable Delay. Contractor is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 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. BID NO: 2020-026-DF CITY OF MIAMI BEACH 44 (b) Non-Compensable Excusable Delay. When Excusable Delay is(i) caused by circumstances beyond the control of Contractor, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the City or Consultant, or(ii) is caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Consultant, then Contractor shall be entitled only to a time extension and no further compensation for the delay. 43. Substantial Completion: When Contractor considers that the Work,or a portion thereof designated by City pursuant to Article 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 which shall establish the Date of Substantial Completion; shall state the responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to City through the Contract Administrator and Contractor for their written acceptance of the responsibilities assigned to them in such Certificate. 44. No Interest: Any monies not paid by City when claimed to be due to Contractor under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of City's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes 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. BID NO:2020-026-DF CITY OF MIAMI BEACH BEACH 45 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. 45.7. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to Consultant along with its comments as to compliance, noncompliance, or features requiring special attention. 45.8. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. 45.9. Contractor shall submit the number of copies required by Consultant. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 46. Field Layout of the Work and Record Drawings: 46.1. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. Contractor shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, structures, maintenance access structures, handholes, fittings and the like and shall prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. Contractor shall deliver these records in good order to Consultant as the Work is completed. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be BID NO: 2020-026-DF CITY OF MIAMI BEACH ^ ANA,i BEACH 46 -', made on reproducible paper and shall be delivered to Consultant prior to, and as a condition of, final payment. 46.2. Contractor shall maintain in a safe place at the Project site one record copy of all Drawings, Plans, Specifications, Addenda, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings shall be available at all times to Consultant for reference. Upon Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. 46.3. Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City, Contractor's record drawings or as-built drawings acceptable to Consultant. 47. Safety and Protection: 47.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 47.1.1. All employees on the work site and other persons who may be affected thereby; 47.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 47.1.3. Other property at the Project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 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 BID NO:2020-026-DF CITY OF MIAMI BEACH y rr;{`IBEACH 47 °` Contractor's superintendent unless otherwise designated in writing by Contractor to City. 48. Final Bill of Materials: Contractor shall be required to submit to City and Consultant a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by Consultant until Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work. 49. Payment by City for Tests: Except when otherwise specified in the Contract Documents, the expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen by Consultant. For road construction projects the procedure for making tests required by Consultant will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which Contractor fails shall be paid for by Contractor. 50. Project Sign: 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 non-compensable, 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH M 1 A v1\BEACH 48 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 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, disability, 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 the City the Department and the Federal Highway Administration, all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of five (5) years following acceptance of final payment of the Project. During the Project and the five(5)year period following Final Payment 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. BID NO:2020-026-DF CITY OF MIAMI BEACH 1\oA {:a;`;'; BEACH 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: a. The chemical name and the common name of the toxic substance. b. 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. c. 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. d. The emergency procedure for spills, fire, disposal, and first aid. e. 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. f. 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH AA AM I BEACH 50 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. 60. Restrictions, Prohibitions, Controls, and Labor Provisions: No member, officer or employee of the City or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or proceeds thereof. 61. Office of the Inspector General The parties involved agree to comply with S.20.055(5) Florida Statutes and to incorporate in all subcontracts the obligation to comply with S.20.055(5), Florida Statutes. The statute states "It is the duty of every state officer, employee, agency, special district, board, commission, contractor, and subcontractor to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to this section." 62. Foreign Contractor and Supplier Restriction This solicitation may not limit project to domestic owned contractors only. 63. Incentive/Disincentive Clauses This solicitation will not include incentive/disincentive clauses. 64. Owner Force Account/Cost-Effective Justification Owner force account contracting is now allowed for the project. Balance of Page Intentionally Left Blank BID NO:2020-026-DF CITY OF MIAMI BEACH A AM!BEACH 51 APPENDIX A ITB Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown form ATTACHMENT A-2: Bid Tender Form and Bid Bond 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 ATTACHMENT A-9: Supplement to Bid Tender Form: Sub-Contractors ATTACHMENT A-10: Supplement to Bid Tender Form: Davis Bacon Act ATTACHMENT A-11: Supplement to Bid Tender Form: Bid Certification, Questionnaire & Requirements Affidavit FDOT Required Forms ATTACHMENT A-12: FDOT Form # 525-010-46 ATTACHMENT A-13: FDOT Form# 375-030-33 ATTACHMENT A-14: FDOT Form# 375-030-40 ATTACHMENT A-15: FDOT Form# 575-060-13 ATTACHMENT A-16: FDOT Form# 375-030-32 ATTACHMENT A-17: FDOT Form # 375-030-34 ATTACHMENT A-18: FDOT Form # 375-030-91 ATTACHMENT A-19: FDOT Form #275-030-11 BID NO: 2020-026-DF CITY OF MIAMI BEACH '•v^;'AMI BEACH Failure to submit the attached ITB Price Form shall render proposal non-responsive, an. A-I said non-responsive proposal shall not be considered by the City. 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. 2020-026-DF North Beach Oceanside Park Beachwalk - From 79th to 87th ST.) FM#440841-1-58-01 Cost 01-General Requirements - $ 02- Site Work - Demolition , $ 02-Site Work—Concrete and Asphalt $ 02-Site Work - Pavers $ 02—Site Work -Site Furnishings $ 02-Site Work Landscape $ 02-Site Work - Utilities - $ 15 - Plumbing . $ 16-Electrical and Lighting - $ Bond $ Insurance $ Subtotal $ Allowance for City Indemnification $25.00 Permit Allowance $15,000.00 Lump Sum Grand Total (Total Based Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Section 2 - Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2020-026-DF CITY OF MIAMI BEACH MiAMIBEACH 53 A-2 City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID (ITB) No. 2020-026-DF North Beach Oceanside Park Beachwalk - From 79th to 87th ST.) FM#440841-1-58-01 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 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: 2020-026-DF CITY OF MIAMI BEACH 54 A-2 Attached is a Bid Bond ❑, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check ❑, Bank Draft ❑, Cashier's Check ❑, or: Certified Check El No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: Address Line 1: Address Line 2: Telephone Number: E-mail Address: Federal I.D. Number: Dun & Bradstreet No.: If a partnership, names and addresses of partners: (Type or Print Name of Bidder) (Signature) A-2 BID NO:2020-026-DF CITY OF MIAMI BEACH M :SMI BEACH 55 BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, as Principal,hereinafter referred to as Contractor,and as Surety,are held and firmly bound unto the City of Miami Beach, Florida,as a municipal corporation of the State of Florida,hereinafter called the City, in the sum of five percent(5%)of the Contractor's Base Bid amount of$ lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor,materials,equipment,machinery,tools,apparatus,means of transportation for,and the performance of the Work covered in the Bid Documents which include the Project Manual,the detailed Plans and Specifications, and any Addenda thereto,for the following solicitation. Bid No.: Title: WHEREAS,it was a condition precedent to the submission of said Bid that a cashier's check,certified check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a guarantee that the Contractor would,if awarded the Contract,enter into a written Contract with the City for the performance of said Contract,within ten(10)consecutive calendar days after notice having been given of the Award of the Contract.' NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10)consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds,satisfactory to the City, each in an amount equal to one hundred percent(100%)of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void;otherwise the sum herein stated shall be due and payable to the City of North Miami and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. IN WITNESS WHEREOF,the said Principal and the said Surety have duly executed this bond the day of___-- .20_. ATTEST: PRINCIPAL: (Contractor Name) Signature Signature Print Name Print Name(Principal) Title Title COUNTERSIGNED BY RESIDENT FLORIDA AGENT SURETY: OF SURETY: Signature (Surety Name) Print Name Attorney-in-Fact(Print Name) Signature (CORPORATE SEAL) (Power of Attorney must be attached.) BID NO: 2020-026-DF CITY OF MIAMI BEACH p,,,_ r,BEACH 56 A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN TWO (2) BUSINESS DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# #Years 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: 2020-026-DF CITY OF MIAMI BEACH "_'BEACH A-3 8. Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-venturers): a. Name of Project b. Owner and Point of Contact (Minimum of Phone Number & E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent (%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? ❑ Yes ❑No 10. State the true, exact,correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: B. The business is a: ❑ Sole Proprietorship ❑ Partnership ❑ Corporation C. The address of principal place of business is: D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: BID NO:2020-026-DF CITY OF MIAMI BEACH A;AV-BEACH 58 .. 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: 2020-026-DF CITY OF MIAMI BEACH AAA!BEACH 59 V:.i 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? PYes No 0. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? CIYes No If the answer to either number N or 0 is yes, attach a written detailed explanation. BID NO: 2020-026-DF CITY OF MIAMI BEACH AV'BEACH 60 A-3 business owned and controlled by veterans, as defined on Section 502 of the Veteran • _ • ■g_ - Veteran owned Busine"s? ❑Yes El 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, 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 Misic'sippi, nor shall any product or services it provides to the City be sourced from these states. ecuting 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: 2020-026-DF CITY OF MIAMI BEACH M 1 SNA BEACH 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: 2020-026-DF CITY OF MIAMI BEACH 62 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this day of , 20_ The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein;that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this Bid is accepted,to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 2020-026-DF. SIGNATURE PRINTED NAME TITLE (IF CORPORATION) BID NO: 2020-026-DF CITY OF MIAMI BEACH ,ti..AAA1 BEACH A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty(30)calendar days after receiving notice under subparagraph(4)of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs (1) through (6). BID NO: 2020-026-DF CITY OF r� MIA � , MI BEACH ' M:BEACH 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: 2020-026-DF CITY OF MIAMI BEACH BEACH 65 A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of"Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The"Benefits"defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-XXX of the City Code]. Notwithstanding the definition of"Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over$100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). BID NO: 2020-026-DF CITY OF MIAMI BEACH :AAA BEACH 66 A-6 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been 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; • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; BID NO: 2020-026-DF CITY OF MIAMI BEACH ANA BEACH A-6 • 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: 2020-026-DF CITY OF MIAMI BEACH BEACH 68 A-6 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 o Sex _Yes_No ❑ Color Yes No ❑ Sexual Orientation Yes No ❑ Creed _Yes_No ❑ Gender Identity(transgender status) _Yes_No ❑ Religion _Yes_No ❑ 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 L]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: 2020-026-DF CITY OF MIAMI BEACH , 69 A-6 Question 2. Nondiscrimination-Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners* or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. Firm Provides Firm Provides BENEFIT for Employees for Employees Firm does not with Spouses with Domestic Provide Benefit Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: www.miamibeachfl.gov/procurement/ BID NO: 2020-026-DF CITY OF MIAMI BEACH 70 A-6 Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C.Without proper documentation,your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document; to document leave programs,submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist,attach an explanation. Have you submitted supporting documentation for each benefit offered? _Yes_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: 2020-026-DF CITY OF MIAMI BEACH ,',A,N J BEACH A-6 AA AM BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; B. Are unable to do so; and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s) you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 12 Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including,but not limited to,reference to federal or state laws which preclude the ending of discrimination in benefits. I declare(or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature City, State, Zip Name of Signatory (please print) Telephone Number Title Date BID NO: 2020-026-DF CITY OF MIAMI BEACH \A .At'r"MI BEACH A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits.A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor; and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner (or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner(or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO: 2020-026-DF CITY OF MIAMI BEACH _/' :BEACH 73 v ; A-6 M AMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Department evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be available: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: BID NO: 2020-026-DF CITY OF MIAMI BEACH /LACVAI BEACH A-6 B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure.The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months.An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: 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:2020-026-DF CITY OF MIAMI BEACH AAA 1 BEACH 75 A-6 I declare(or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature City, State, Zip Name of Signatory (please print) Telephone Number Title Date Balance of Page Intentionally Left Blank BID NO: 2020-026-DF CITY OF MIAMI BEACH ^ , BEACH A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Total $ Name of Bidder Authorized Signature of Bidder BID NO: 2020-026-DF CITY OF MIAMI BEACH RA/WI¢_I 77 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] Balance of Page Intentionally Left Blank BID NO: 2020-026-DF CITY OF MIAMI BEACH M. t'I BEACH A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. Percentage Material Used of Recycled Content BID NO: 2020-026-DF CITY OF MIAMI BEACH i,n r BEACH A-9 INVITATION TO BID (ITB) No. 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK (FROM 79TH TO 87TH ST) FM#440841-1-58-01 SUB-CONTRACTORS PROVIDING SERVICES TO THIS PROJECT Name of Subcontractor Work to be completed % of Work to be performed (Telephone and fax no.) Name: Tel: Fax: Name: Tel: Fax: Name: Tel: Fax: Name: Tel: Fax: Name: Tel: Fax: Name: Tel: Fax: (Attach additional forms if necessary) BID NO: 2020-026-DF CITY OF MIAMI BEACH 80 A-10 LI 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: 2020-026-DF CITY OF MIAMI BEACH NA!AM 1 BEACH 81 A-10 ADDITIONAL ARTICLES: Federal Grant Projects 1. By virtue of the fact that the funding of this Project will be delivered in full or in part from the United States government through the Department of Housing and Urban Development, federal assurances must follow the grant application in addition to any and all supervening assurances set forth in Rules and Regulations published in Federal Register or CFR. 2. Clauses, terms or conditions required by federal grantor agency are hereby attached and made a part of this appendix. Balance of Page Intentionally Left Blank BID NO: 2020-026-DF CITY OF MIAMI BEACH M!AM!BEACH A-11 Solicitation No: Solicitation Title: 2020-026-DF North Beach Oceanside Park Beachwalk(From 79th to 87th ST) FM#440841-1-58-01 Procurement Contact: ' Tel: Email: Kristy Bada ' (305)673-7490 krist\bada(c.miamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated.This Statement of Qualifications Certification,Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: No of Employees: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. CITY OF MIAMI BEACH n, BEACH BID NO: 2020-026-DF i 83 A-11 1. • • . - E. ••• • et: - . ..••••e . .. ••• . . . NO SUBMIT--T-AL-R€QUIR€ME : • ... - .. business status •. .. . e•.. •-• . e that firm is certified as a veteran owned business or a service disabled veteran owned business by the State of Florida or United States federal government.as required pursuant to ordinance 2011 3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director. agent. or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director,agent.or immediate family member(spouse. parent.sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer 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: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name &Title, 3)Address,4) Telephone, 5)Contact's Email and 6) Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred. suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? YES NO SUBMITTAL REQUIREMENT:If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions. as prescribed therein.including disqualification of their Proposals. in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has 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. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including. among others, the conflict of interest. lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. BID NO: 2020-026-DF CITY OF MIAMI BEACH M!AM IBEACF-i 84 A-11 7. Living Wage. Pursuant to Section 2 408 of the Miami Beach City Code. as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant-to--t A. --•••• , •- •.. Commencing with City fiscal year 2012 13(October 1. 2012),the hourly living rate will be$11.281hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commi-cion be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI U) Miami/Ft. Lauderdale, issued by the U.S. it would not be fiscally sound to implement same(in a particular year). Proposers''failure to comply with this provision shall be deemed a material br ach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non responsive, and may further subject Proposer to . . • .. • - •-• • 8. 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 proposals, 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. D. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO E. 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 F. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH "s'',%', BEACH 85 A-11 decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 9. Public Entity Crimes. Section 287.133(2)(a), Florida Statutes, as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal.proposal,or reply on a contract to provide any goods or services to a public entity:may not submit a proposal,proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work: may not submit proposals, proposals, or replies on leases of real property to a public entity: may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity: and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 10. 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. 11. to--Resolution-21 . , •- -• . . • _ , . • . . . - . •- • -. e• . provides to the City be sourced from these states. -RENo 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. 12. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, https i!prod.bidsync.com!Miami-Beach. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. BID NO: 2020-026-DF CITY OF MIAMI BEACH MAI- //BEACH 86 A-11 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City, with prior concurrence by Florida Department of Transportation. The Florida Department of Transportation specifically reserves the right to review the qualifications of any consultant or contractor to approve or disapprove the employment of such consultant or contractor In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest.In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances,including financial and disclosure data,relating to the Statement of Qualifications and the applicant including,without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto,are approved and executed by the parties,and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes,until the date and time selected for opening the responses.At that time,all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto,or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. BID NO: 2020-026-DF CITY OF MIAMI BEACH i A-11 In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer,am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto,and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal;proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses,data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: BID NO: 2020-026-DF CITY OF MIAMI BEACH f,AM!BEACH BID NO: 2020-026-DF CITY OF MIAMI BEACH Mt AMI BEACH 89 A-12 STATE Or FLORIDA.DEPARTMENT OF TRANSPORTATION 525-CIO-AC LAP CERTIFICATION OF CURRENT CAPACITY PROGRAM MANAGEMEN' 12•x5 Pg3e€u!2 CONFIDENTIAL Fill in your FDOT Vendor Number For bids to be received on (Letting Date) VF (Only applicable to FDOT pre-qualified contractors) CERTIFICATE I hereby certify that the amount of any proposal submitted by this bidder for the above letting does not exceed the amount of the Firm's CURRENT CAPACITY(maximum capacity rating less total uncompleted work). The total uncompleted work as shown on the"Status of Contracts on Hand"report(page 2) S I further certify that the"Status of Contracts on Hand"report(page 2)was prepared as follows: 1. If the letting is before the 25'day of the month,the certificate and report reflect the uncompleted work as of the 15' day of the month,last preceding the month of the letting. 2. If the letting is after the 25'day of the month,the certificate and report reflects the uncompleted work in progress as of the 15th day of the month of the letting. 3. All new contracts(and subcontracts)awarded earlier than five days before the letting date are included in the report and charged against our total rating. I certify that the information above is correct. NAME OF FIRM Swom to and subscribed this day By: of ,20 Title BID NO: 2020-026-DF CITY OF MIAMI BEACH kA,Ate^,!BEACH W v z 0 N O 525-0?Cab N STATUS OF CONTRACTS ON HAND PROGRAM MANAGEMENT fz,cc! O Page 2of2 N v (Furnish complete information about all your contracts,whether prime or subcontracts; whether in progress or awarded,but not yet begun;and regardless of whom contracted with.) 1 2 3 4 5 6 UNCOMPLETED AMOUNT TO BE DONE PROJECTS CONTRACT(OR AMOUNT BALANCE OF BY YOU OWNER.LOCATION AND DESCRIPTION SUBCONTRACT) SUBLET CONTRACT AMOUNT TO OTHERS AMOUNT AS PRIME AS CONTRACTOR SUBCONTRACTOR C) 0 m to D to m C) 2 NOTE: Columns 2 and 3 to show total contract(or subcontract)amounts. Column 4 to be difference TOTALS $0.00 $0.00 between columns 2 and 3. Amount in columns 5 or 6 to be uncompleted portion of amount in column 4. All amounts to be shown to nearest$100. The Contractor may consolidate and list as a single item all contracts which,individually,do not exceed 3%of total,and which,in the aggregate,amount to less than TOTAL UNCOMPLETED WORK ON W 20%of the total. HAND TO BE DONE BY YOU $0.00 rT (TOTAL COLUMNS 5 AND 6) N t) A-13 375-03033 PROCUREMENT 10101 CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL—AID CONTRACTS (Compliance with 49CFR, Section 20.100 (b)) The prospective participant certifies, by signing this certification, that to the best of his or her knowledge and belief: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer of employee of Congress,or an employee of a Member of Congress in connection with the awarding of any federal contract,the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal,amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency,a Member of Congress,an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract,grant, loan, or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities", in accordance with its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts,which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Name of Consultant: By: Date: Authorized Signature Title: BID NO: 2020-026-DF CITY OF MIAMI BEACH _ nr. BEACH A-14 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 975-030-40 CERTIFICATION OF USE OF SUBS&ALL LOWER TIER PROCUREMENT SUBS Advertisement No.: Financial Project No.: Project Description: I,the undersigned,certify that I have disclosed all subs and lower tier subconsultants/sub-vendors proposed to be used by my firm to perform services on the subject FDOT contract In accordance with Section 7A of the Standard Professional Services Contract,I understand that The Consultant will not sublet,assign or transfer any work under this Agreement to other subconsultants/sub-vendors not specified in the Agreement without the written consent of the Department. I will comply with the aforementioned FDOT contractual requirement. Additionally,I certify that all rates proposed by my firm in the fee proposal do not reflect blending of costs with subs and all lower tier subconsultants/sub-vendors. I further certify that either: (Indicate choice by checking box) ❑ There are no subs or lower tier subconsultants/sub-vendors to my consultant firm on this contract. Or ❑ I have disclosed all subs and lower tier subconsultants/sub-vendors to my firm,and the full list of subs and all lower tier subconsultants/sub-vendors who may be utilized by my firm on this contract is provided below: Firm Name: Signature: Name of Certifying Official(Print): Title: Date of Certification: BID NO: 2020-026-DF CITY OF MIAMI BEACH l- 93 A-15 NON-COLLUSION DECLARATION 29AND COMPLIANCE WITH 49 CFR§ ITEM/SEGMENT NO.: F.A.P. NO: MANAGING DISTRICT: PARCEL NO.: COUNTY OF: BID LETTING OF: I. , hereby declare that I am (NAME) of Viz. (TITLE) (FI Rtur) of (CITY AND STATE) andthat I am the person responsible within myfirmforthe final decision as to the price(s)and amount of this Bid on this State Project. I further declare that: 1. The prices(s)and amount of this bid have been arrived at independently,without consultation, communication or agreement.forthe purpose of restricting competition with any other contractor,bidder or potential bidder. 2. Neitherthe price(s)nor the amount of this bid have been disclosedto anyother firm orperson who is a bidder or potential bidder on this project,andwill not be so disclosed priorto the bid opening. 3. No attempt has been made orwill be madeto solicit,cause or induce any other firm or person to refrain from bidding on this project.or to submit a bid higherthan the bid of this firm.or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in goodfaith and not pursuantto any agreement or discussion with.or inducementfrom,anyfirm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontractor agreement regarding the purchase of materials or services from anyfirm or person,or offered.promised or paid cash or anything of value to any firm or person,whether in connection with this or any other project.in consideration for an agreement or promise by anyfirm or person to refrain from bidding or to submit a complementary bidon this project. 6. My firm has not accepted or been promised any subcontractor agreement regarding the sale of materials or services to any firm or person,and has not been promised or paid cash or anything of value by anyfirm or person, whether in connection with this or any other project,in consideration for myfirm*s submitting a complementary bid,or agreeing to do so,on this project. 7. I have made a diligent inquiryof all members,officers,employees,and agents of myfirm with responsibilities relating to the preparation,approval or submission of myfirm's bid on this project and have been advised by each of them that he or she has not participated in any communication,consultation,discussion,agreement,collusion,actor other conduct inconsistentwith any of the statements and representations made in this Declaration. 8. As required by Section 337.165,Florida Statutes,the firm has fully informedthe Department of Transportation in writing of all convictions of the firm,its affiliates(as defined in Section 337.165(I)(a),Florida Statutes), and all directors,officers,and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract or for violation of anystate or federal law involving fraud,bribery,collusion,conspiracy or material misrepresentation with respectto a public contract. This includes disclosure of the names of current employees of the firm or affiliates who were convicted of contract crimes while in the employ of another company. BID NO: 2020-026-DF CITY OF MIAMI BEACH M AM!BEACH 94 A-15 9. I certify that;except as noted below,neither myfirm nor any person associated therewith in the capacity of owner.partner,director.officer,principal.investigator,project director.manager.auditor.and/or position involving the administration of Federal funds: (a) is presently debarred,suspended,proposedfor debarment;declared ineligible,orvoluntarily excluded from coveredtransactions.as defined in 49 CFR§29.110(a),by any Federal department or agency; (b) has within a three-year period preceding this certification been convicted of or had a civil judgment rendered against him or herfor: commissionof fraud or a criminal offense in connection with obtaining. attempting to obtain.or performing a Federal,State or local governmenttransaction or public contract: violation of Federal or State antitrust statutes;or commission of embezzlement.theft,forgery.bribery', falsification or destruction of records.making false statements or receiving stolen property: (c) is presently inclicteci for or otherwise criminally or civilly charged by a Federal,State or local governmental entitywith commission of any of the offenses enumerated in paragraph 9(b)of this certification:and (d) has within a threeyear period preceding this certification had one or more Federal.State or local government publictransactions terminatedforcause or default. 10. l(We).certify that l(We).shall not knowingly enter into any transaction with any subcontractor,material supplier,orvendorwho is debarred,suspended declared ineligible,orvoluntarilyexcludedfromparticipation in this contract by any Federal Agency unless authorized bythe Department. Where I am unable to declare or certify as to any of the statements contained in the above stated paragraphs numbered(1)through(10).I have provided an explanation in the-Exceptions"portion below or by attached separate sheet. EXCEPTIONS: (Any exception listed above will not necessarily result in denial of award,but will be considered in determining bidder responsibility. For any exception noted,indicate to whom it applies,initiating agency and dates of agency action. Providing false information may result in criminal prosecution and/or administrative sanctions.) I declare under penalty of perjury thatthe foregoing is true and correct. CONTRACTOR: (Seal) BY. WITNESS: NAME AND TITLE PRINTED BY: WITNESS: SIGNATURE Executed on this day of FAILURE TO FULLY COMPLETE AND EXECUTE THIS DOCUMENT MAY RESULT IN THE BID BEING DECLARED NONRESPONSIVE BID NO: 2020-026-DF CITY OF MIAMI BEACH „vA AM` H 95 A-15 M�. REQUIRED CONTRACT PROVISIONS This certification applies to subcontractors,material suppliers,vendors and other lowertier participants. -AppendixB of 49 CFR Part 29– Appendix B—Certification Regarding Debarment,Suspension.Ineligibility and Voluntary Exclusion—LowerTier Covered Transactions Instructions for Certification 1. By signing and submitting this proposal,the prospective lowertier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered. If it is later determined that the prospective lowertier participant knowingly rendered an erroneous certification,in addition to otherremedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies.including suspension andlor debarment. 3. The prospective lowertier participant shall provide immediate written notice to the person to which this proposal is submitted if at anytime the prospective lowertier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms"covered transaction,'"debarred,""suspended.""ineligible,""lower tier covered transaction," "participant.""person.""primary coveredtransaction,""principal;""proposal."and'voluntarily excluded,"as used in this clause,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You maycontactthe person to whom this proposal is submittedfor assistance in obtaining a copyof those regulations. 5. The prospective lowertier participant agrees bysubmitting this proposal that it shall not knowingly enter into any lowertier covered transaction with a person who is debarred,suspended,declared ineligible,or voluntarily excluded from participation in this covered transaction,unless authorized bythe department or agencywith which this transaction originated. 6. The prospective lowertier participantfurther agrees bysubmitting this proposal that it will include this clause titled "Certification Regarding Debarment.Suspension,Ineligiblityand Voluntary Exclusion–Lower Tier Covered Transaction."without modification,in all lowertier covered transactions and in all solicitations for lowertier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lowertier coveredtransaction that it is not debarred,suspended,ineligible,ovoluntarily excluded fromthe coveredtransaction, unless it knows that the certification is erroneous. Aparticipantmaydecidethe method and frequency by which it determines the eligibility of its principals. Each participant may,but is not required to,checkthe Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in orderto render in good faith the certification required bythis clause. The knowledge and information of a participant is not required to exceedthat which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except fortransactions authorized under paragraph 5 of these instructions,if a participant in a covered transaction knowingly enters into a lowertier coveredtransaction with a person who is suspended,debarred,ineligible,or voluntarily excluded from participation in this transaction,in addition to other remedies available to the Federal Government,the department or agencywith which this transaction originated may pursue available remedies,including suspension andlor debarment. Certification Regarding Debarment.Suspension,Ineligibility and Voluntary Exclusion—Lower Tier Covered Transactions (1) The prospective lowertier participant certifies,by submission of this proposal,that neither it nor its principals is presently debarred,suspended,proposedfor debarment,declared ineligible.or voluntary excludedfrom participation in this transaction by anyFederal department or agency. (2) Where the prospective lowertier participant is unable to certifyto any of the statements in this certification. such prospective participantshali attach an explanation to this proposal. BID NO: 2020-026-OF CITY OF MIAMI BEACH /V\LAM'BEACH 96 A-16 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-030-32 CERTIFICATION REGARDING DEBARMENT,SUSPENSION, PROCUREMENT I/15 INELIGIBILITY AND VOLUNTARY EXCLUSION- LOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS (Compliance with 2 CFR Parts 180 and 1200) It is certified that neither the below identified firm nor its principals are presently suspended,proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any federal department or agency. Name of Consultant/Contractor: By: Date: Title: Instructions for Certification Instructions for Certification-Lower Tier Participants: (Applicable to all subcontracts,purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost$25,000 or more-2 CFR Parts 180 and 1200) a.By signing and submitting this proposal,the prospective lower tier is providing the certification set out below. b.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into.If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Government,the department,or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. c.The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d.The terms"covered transaction,""debarred,""suspended,""ineligible,""participant,""person,""principal,"and'Voluntarily excluded,"as used in this clause,are defined in 2 CFR Parts 180 and 1200.You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations."First Tier Covered Transactions"refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant(such as the prime or general contract)."Lower Tier Covered Transactions"refers to any covered transaction under a First Tier Covered Transaction(such as subcontracts). "First Tier Participant"refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds(such as the prime or general contractor)."Lower Tier Participant"refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants(such as subcontractors and suppliers). e.The prospective lower tier participant agrees by submitting this proposal that,should the proposed covered transaction be entered into,it shall not knowingly enter into any lower tier covered transaction with a person who is debarred,suspended, declared ineligible,or voluntarily excluded from participation in this covered transaction,unless authorized by the department or agency with which this transaction originated. f.The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction,"without modification,in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction,unless it knows that the certification is erroneous.A participant is responsible for ensuring that its principals are not suspended,debarred,or otherwise ineligible to participate in covered transactions.To verify the eligibility of its principals,as well as the eligibility of any lower tier prospective participants,each participant may,but is not required to,check the Excluded Parties List System website (https://www.epls.gov/),which is compiled by the General Services Administration. h.Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause.The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i.Except for transactions authorized under paragraph e of these instructions,if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily excluded from participation in this transaction,in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. BID NO: 2020-026-DF CITY OF MIAMI BEACH I AiLAM!BEACH 97 A-17 S TATE OF F LORIDA DEPARTMENT OF TRANSPORTATION 375-030-3A DISCLOSURE OF LOBBYING ACTIVITIES PROCUREMENT 01116 Is this form applicable to your firm? YES❑ NO❑ If no,then please complete section 4 below for"Prime" 1.Type of Federal Action: 2.Status of Federal Action: 3.Report Type: a.contract a.bid/offer/application a.initial filing b.grant b.initial award b.material change c.cooperative agreement c.post-award For Material Change Only: d.loan Year: Quarter: e.loan guarantee Date of last report: f.loan insurance (mm/dd/yyyy) 4.Name and Address of Reporting Entity: 5.If Reporting Entity in No.4 is a Subawardee,Enter Name and ❑ Prime ❑ Subawardee Address of Prime: Tier ,if known: Congressional District.if known:-k_ Congressional District,if known: 6.Federal Department/Agency: 7.Federal Program Name/Description: CFDA Number,if applicable: 8.Federal Action Number,if known: 9.Award Amount,if known: $ 10.a.Name and Address of Lobbying Registrant b.Individuals Performing Services(including address if (if individual,last name,first name,MI): different from No. 10a) (last name,first name,MI): 11.Information requested through this form is authorized by title 31 U.S.C.section 1352.This disclosure of lobbying activities is a Signature: material representation of fact upon which reliance was placed by the tier above when this transaction was made a entered into.This disclosure is required pursuant to 31 U.S.C.1352. Print Name: This infeimabon will be available fa-public inspection.Any person who fails to file the required disclosure shall be subject Title: to a dvil penalty of not less than$10,000 and not more than $100,000 to each such failure Telephone No.: Date(mm/dd/yyyy): Federal Use Only: Authorized t nit d Form LLLI(Revvf 77--97)� CITY OF MIAMI BEACH BID NO: 2020-026-DF 9$ ;,h, ,��/=ya„BEACH A-17 375-030-34 PROCUREMENT 04/14 Page 2 012 INSTRUCTIONS FOR COMPLETION OF SF-LLL,DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient,at the initiation or receipt of a covered Federal action,or a material change to a previous filing,pursuant to title 31 U.S.C. section 1352.The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with a covered Federal action.Complete all items that apply for both the initial filing and material change report.Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report.If this is a followup report caused by a material change to the information previously reported,enter the year and quarter in which the change occurred.Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. 4. Enter the fullname,address,city,State and zip code of the reporting entity.Include Congressional District,if known.Check the appropriate classification of the reporting entity that designates if it is,or expects to be,a prime or subaward recipient.Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts,subgrants and contract awards under grants. 5. If the organization filing the report in item 4 checks'Subawardee,'then enter the full name,address,city,State and zip code of the prime Federal recipient.Include Congressional District,if known. 6. Enter the name of the Federal agency making the award or loan commitment.Include at least one organizational level below agency name,if known.For example,Department of Transportation,United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action(item 1).If known,enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans,and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1(e.g., Request for Proposal(RFP)number,Invitation for Bid(IFB)number,grant announcement number,the contract, grant,or loan award number,the application/proposal control number assigned by the Federal agency).Include prefixes,e.g.,"RFP-DE-90-001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10. (a)Enter the full name,address,city,State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b)Enter the full names of the individual(s)performing services,and include full address if different from 10(a). Enter Last Name,First Name,and Middle Initial(MI). 11. The certifying official shall sign and date the form,print his/her name,title,and telephone number. According to the Paperwork Reduction Act,as amended,no persons are required to respond to a collection of intamaticn unless it displays a valid OMB Control Number.The valid OMB control number for this information collection is OMB No.0348-0046.Public reporting burden for this collection of information is estimated to average 10 minutes per response,including time for renewing instructions,searching existing data sources. gathering and maintaining the data needed,and completing and reviewing the collection of information.Send comments regarding the burden estimate or any other aspect of this collection of information,including suggestions for reducing this burden,to the Office of Management and Budget,Paperwork Reduction Project(0348-0046),Washington.DC 20503. BID NO: 2020-026-DF CITY OF MIAMI BEACH AA,Ar"v"`.I BEACH 99 A-18 STATE OF FLOE DA DEPARTMENT OF TRANSPORTATION 375-030.91 Vendor Eligibility Check Prior to Contract Award PROCUREMENT Project Description(s): Financial Project Number(s): In accordance with State law: Section 287.133(2)(b),Florida Statutes,provides that public entities may not contract with firms that have been excluded from participating in the public contracting process. A public entity may not accept any bid,proposal,or reply from,award any contract to,or transact any business in excess of the threshold amount provided in s.287.017.F.S.,for CATEGORY TWO with any person or affiliate on the convicted vendor list for a period of 36 months following the date that person or affiliate was placed on the convicted vendor list unless that person or affiliate has been removed from the list pursuant to Section 287.133(3)(f),F.S.A public entity that was transacting business with a person at the time of the commission of a public entity crime resulting in that person being placed on the convicted vendor list may not accept any bid,proposal,or reply from,award any contract to,or transact any business with any other person who is under the same,or substantially the same,control as the person whose name appears on the convicted vendor list so long as that person's name appears on the convicted vendor list. A contract award(reference 2 CFR 1200 and 2 CFR 180)must not be made to parties listed on the government-wide Excluded Parties List System in the System for Award Management(SAM),in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549(3 CFR Part 1986 Comp.,p.189)and 12689(3 CFR Part 1989 Comp.,p.235),"Debarment and Suspension." Pursuant to 23 CFR 172.7(b)(3),a contracting agency shall verify suspension and debarment actions and eligibility status of consultants and subconsultants prior to entering into an agreement or contract in accordance with 2 CFR part 1200 and 2 CFR part 180,when the identities of such subconsultants are known prior to execution of the subject agreement or contract.The Excluded Parties List System in SAM contains the names of parties debarred,suspended,or otherwise excluded by agencies,as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. The Convicted Vendor List/Suspended Vendor List/Discriminatory Vendor List/Federal Excluded Parties List/Vendor Complaint Lists are available at the following Department of Management Services site: http://www.dms.myflorida.com/business operations/state purchasing,/vendor information/convicted suspended discriminatory complaints vendor lists Section 287.135,F.S.prohibits a company from bidding on,submitting a proposal for,or entering into or renewing a contract for goods or services of any amount if the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section 215.4725,F.S.or is engaged in a boycott of Israel. Section 287.135,F.S.also prohibits a company from bidding on, submitting a proposal for,or entering into or renewing a contract for goods or services of $1,000,000 or more,if the company is on either the Scrutinized Companies with Activities in Sudan List,or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which are created pursuant to s.215.473,F.S. BID NO:2020-026-DF CITY OF MIAMI BEACH \A AM!BEACH 100 A-18 STATE OF Ft OR IDA DEPARTMENT OF TRANSPORTATION 375-030-91 Vendor Eligibility Check Prior to Contract Award PROCUREMEN/18 T The List of Scrutinized Companies that Boycott Israel,and the Scrutinized List of Prohibited Companies(Activities in Sudan/Iran Petroleum Energy Sector)are available at the following Florida State Board of Administration site: https://www.sbafla.com/fsb/FundsWeMa nage/FRSPensionPlan/GlobalGovernanceMandates.aspx I have checked the aforementioned lists that apply to this procurement,as applicable to verify that the vendor(and all subs where known)is eligible for contract award/execution: Procurement Office or Contracting Awarding Office: Printed Name Signature Date: BID NO: 2020-026-DF CITY OF MIAMI BEACH ;. rtN\ BEACH 101 A-19 STAFF nr Pi C>.R'rPALN-or 164A%`.,1x,PTAT,:7,,i Z1S,x33(3.11 DBE BID PACKAGE INFORMATION EA21144..CYr+F`e.7XTr1.1%1TYLFtr . Pwye t of 2 DBE Utilization The Department began its DBE race neutral program January 1, 2000. Contract specific goals are not placed on FederallState contracts; however, the Department has an overall 10.65% DBE goal it must achieve. In order to assist contractors in determining their DBE commitment level. the Department has reviewed the estimates for this letting. As you prepare your bid, please monitor potential or anticipated DBE utilization for contracts. When the low bidder executes the contract with the Department, information will be requested of the contractor's DBE participation for the project. While the utilization is not mandatory in order to be awarded the project, continuing utilization of DBE firms on contracts supports the success of Florida's DBE Program, and supports contractors' Equal Employment Opportunity and DBE Affirmative Action Programs. Any project listed as 0% DBE availability does not mean that a DBE may not be used on that project. A 0% DBE availability may have been established due to any of the following reasons: limited identified subcontracting opportunities,minimal contract days,and/or small contract dollar amount. Contractors are encouraged to identify any opportunities to subcontract to DBE's. Please contact the Equal Opportunity Office at(850)414-4747 if you have any questions regarding this information. DBE Reporting If you are the prime contractor on a project, enter your DBE participation in the Equal Opportunity Compliance system prior to the pre-construction or pre-work conference for all federal and state funded projects. This will not become a mandatory part of the contract. It will assist the Department in tracking and reporting planned or estimated DBE utilization. During the contract the prime contractor is required to report actual payments to DBE and MBE subcontractors through the web-based Equal Opportunity Compliance(EOC)system. All DBE payments must be reported whether or not you initially planned to utilize the company. In order for our race neutral DBE Program to be successful, your cooperation is imperative. If you have any questions, please contact.EOOHelpQdot.state.ft.us. Bid Opportunity List The Federal DBE Program requires States to maintain a database of all firms that are participating or attempting to participate on FDOT-assisted contracts. The list must include all firms that bid on prime contracts or bid or quote subcontracts on FOOT-assisted projects,including both DBE's and non-DBEs. Please complete the Bidders Opportunity List through the Equal Opportunity Compliance system within 3 business days of submission of the bid or proposal for ALL subcontractors or sub-consultants who quoted to you for specific project for this letting. The web address to the Equal Opportunity Compliance system is:httos:ftwww_fdot.gov/eaual0000rtunitvieoc.shtm. DBE/AA Plans Contractors bidding on FOOT contracts are to have an approved DBE Affirmative Action Plan (FOOT Form 275-030-11B) on file with the FOOT Equal Opportunity Office before execution of a contract. DBE/AA Plans must be received with the contractors bid or received by the Equal Opportunity Office prior to the award of the contract. Plans are approved by the Equal Opportunity Office in accordance with Ch. 14-78, Florida Administrative Code. Plans that do not meet these mandatory requirements may not be approved. Approvals are for a (3) three year period and should be updated at anytime there is a change in the company's DBE Liaison Officer and/or President. Contractors may evidence adoption of the DBE/AA Policy and Plan and/or a change in the designated DBE Liaison officer as follows: Print the first page of the document on company stationery ("letterhead') that indicates the company's name, mailing address,phone number,etc. • Print the company's name in the" "space; next to'Date" print the month/day/year the policy is being signed; record the signature of the company's Chief Executive Officer, President or Chairperson in the space next to-by" and print the full first and last name and position title of the official signing the policy. • Print the DBE Liaison's full name,email address, business mailing address and phone number the bottom of email. E-mail the completed and signed OBE AA Plan to: eeoforms(a dot.state 1.US. The Department will review the policy,update department records and issue a notification of approval or disapproval:a copy of the submitted plan will not be returned to the contractor. BID NO: 2020-026-DF CITY OF MIAMI BEACH ; ' ;` BEA .H 102 APPENDIX B MINIMUM QUALIFICATION REQUIREMENTS BID NO: 2020-026-DF CITY OF MIAMI BEACH i tll`v I BEACH 103 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, 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 Certified General Contractor in the State of Florida, Division of Business and Professional Regulations OR Miami-Dade County Licensed Contractor to be considered for award. The qualified bidder shall hold all required certified licenses at the time of the bid and throughout the term of the project in order to provide the scope of work as set forth in the bid documents. 3. Previous Experience of Bidder(Firm): Bidder and/or it's principals shall have worked on a total of three (3) similar projects in scope within the past five (5) years, two (2) which must be successfully completed, the third of which may be ongoing. Submittal Requirement: Bidder and/or it's principals shall submit at least three (3) similar projects in scope within the past five (5) years, two (2) of which must be successfully completed, the third of which may be ongoing. Of the three (3) submitted projects, one (1) must involve the construction of an on-grade ADA compliant pedestrian paver walkway with pedestrian lights, and landscaping, within environmentally sensitive areas and/or within proximity to sea-turtle nesting zones. Similar projects shall be interpreted to mean the construction of on-grade paver pathways or plazas, with a minimum gross paver area of 25,000 square feet. 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, and 7) Contract amount and completion date and Inability to verify project information may result in the submittal being found non-responsive. BID NO: 2020-026-DF CITY OF MIAMI BEACH ;;r;AM;BEACH 104 • BID NO: 2020-026-DF CITY OF MIAMI BEACH ^, AM.', I BEACH APPENDIX C FDOT Supplemental Conditions C-1: FDOT Standard Specifications for Road and Bridge Construction C-2: Contractor Purchased Equipment for State or Local Ownership C-3: Prequalification C-4: Public Agencies in Competition with the Private Sector C-5: Publicly-Owned Equipment C-6: Salvage Credits C-7: Standardized Changed Conditions Contract Clauses C-8: Davis-Bacon Wage Table(s) C-9: Patented/Proprietary Materials C-10: State (Florida or other) - Produced Materials C-11: State/Local/Owned/ Furnished/ Designated Materials C-12: Equipment Rental Rates BID NO: 2020-026-DF CITY OF MIAMI BEACH .^•i MI BEACH 106 t, C-1: FDOT Standard Specifications for Road and Bridge Construction 6-5 Products and Source of Supply. 6-5.1 Source of Supply—Convict Labor (Federal-Aid Contracts Only): Do not use materials that were produced after July 1, 1991, by convict labor for Federal-aid highway construction projects unless the prison facility has been producing convict-made materials for Federal-aid highway construction projects before July 1, 1987. Use materials that were produced prior to July 2, 1991, by convicts on Federal-aid highway construction projects free from the restrictions placed on the use of these materials by 23 U.S.C. 114. The Department will limit the use of materials produced by convict labor for use in Federal-aid highway construction projects to: 1. Materials produced by convicts on parole, supervised release, or probation from a prison or, 2. Materials produced in a qualified prison facility. The amount of such materials produced for Federal-aid highway construction during any 12-month period shall not exceed the amount produced in such facility for use in such construction during the 12-month period ending July 1, 1987. 6-5.2 Source of Supply-Steel: Use steel and iron manufactured in the United States, in accordance with the Buy America provisions of 23 CFR 635.410, as amended. Ensure that all manufacturing processes for this material occur in the United States. As used in this specification, a manufacturing process is any process that modifies the chemical content, physical shape or size, or final finish of a product, beginning with the initial melting and continuing through the final shaping and coating. If a steel or iron product is taken outside the United States for any manufacturing process, it becomes foreign source material. When using steel or iron materials as a component of any manufactured product (e.g., concrete pipe, prestressed beams, corrugated steel pipe, etc.), these same provisions apply. Foreign steel and iron may be used when the total actual cost of such foreign materials does not exceed 0.1%of the total Contract amount or $2,500, whichever is greater. These requirements are applicable to all steel and iron materials incorporated into the finished work, but are not applicable to steel and iron items that the Contractor uses but does not incorporate into the finished work. Submit a certification from the manufacturer of steel or iron, or any product containing steel or iron, stating that all steel or iron furnished or incorporated into the furnished product was produced and manufactured in the United States or a statement that the product was produced within the United States except for minimal quantities of foreign steel and iron valued at$ (actual cost). Submit each such certification to the Engineer prior to incorporating the material or product into the project. Prior to the use of foreign steel or iron materials on a project, submit invoices to document the actual cost of such material, and obtain the Engineer's written approval prior to incorporating the material into the project 7-1.4 Compliance with Federal Endangered Species Act and other Wildlife Regulations: The Federal Endangered Species Act requires that the Department investigate the potential impact to a threatened or endangered species prior to initiating an activity BID NO: 2020-026-DF CITY OF MIAMI BEACHh r1�; 107 ;... ', EAC N performed in conjunction with a highway construction project. If the Department's investigation determines that there is a potential impact to a protected, threatened or an endangered species, the Department will conduct an evaluation to determine what measures may be necessary to mitigate such impact. When mitigation measures and/or special conditions are necessary, these measures and conditions will be addressed in the Contract Documents or in permits as identified in 7-2.1. In addition, in cases where certain protected, threatened or endangered species are found or appear within close proximity to the project boundaries, the Department has established guidelines that will apply when interaction with certain species occurs, absent of any special mitigation measures or permit conditions otherwise identified for the project. These guidelines are posted at the following URL address: http://www.fdot.qov/programmanagement/Implemented/URLinSpecs/files/endanqeredwil dlifequidelines.pdf. Take responsibility to obtain this information and take all actions and precautions necessary to comply with the conditions of these guidelines during all project activities. Prior to establishing any off-project activity in conjunction with a project, notify the Engineer of the proposed activity. Covered activities include but are not necessarily limited to borrow pits, concrete or asphalt plant sites, disposal sites, field offices, and material or equipment storage sites. Include in the notification the Financial Project ID, a description of the activity, the location of the site by township, range, section, county, and city, a site location map including the access route, the name of the property owner, and a person to contact to arrange a site inspection. Submit this notification at least 30 days in advance of planned commencement of the off-site activity, to allow for the Department to conduct an investigation without delaying job progress. Do not perform any off-project activity without obtaining written clearance from the Engineer. In the event the Department's investigation determines a potential impact to a protected, threatened or endangered species and mitigation measures or permits are necessary, coordinate with the appropriate resource agencies for clearance, obtain permits and perform mitigation measures as necessary. Immediately notify the Engineer in writing of the results of this coordination with the appropriate resource agencies. Additional compensation or time will not be allowed for permitting or mitigation, associated with Contractor initiated off-project activities. 7-1.8 Compliance with Section 4(f) of the USDOT Act: Section 4(f) of the USDOT Act prohibits the U. S. Secretary of Transportation from approving a project which requires the use of publicly owned land of a public park, recreation area or a wildlife and waterfowl refuge, or of any historic site of national, state, or local significance unless there is no prudent or feasible alternative to using that land and the program or project includes all possible planning to minimize the harm to the site resulting from the use. Before undertaking any off-project activity associated with any federally assisted undertaking, ensure that the proposed site does not represent a public park, recreation area, wildlife or waterfowl refuge, or a historic site (according to the results of the Cultural Resources Survey discussed in 120 6.2). If such a site is proposed, notify the Engineer and provide a description of the proposed off-site activity, the Financial Project ID, the BID NO: 2020-026-DF CITY OF MIAMI BEACH E_ H 108 location of the site by township, range, section, a county or city map showing the site location, including the access route and the name of the property. It is the Contractor's responsibility to submit justification for use of Section 4(f) property that is sufficient for the Florida Department of Transportation and the Federal Highway Administration to make a Section 4(f) determination. Submit this notification sufficiently in advance of planned commencement of the off-site activity to allow a reasonable time for the Engineer to conduct an investigation without delaying job progress. Do not begin any off-project activity without obtaining written clearance from the Engineer. From Section 7 Legal Requirements and Responsibilities to the Public(FHWA 1273, Wage Rates, E-Verify, Title VI, DBE, and On-The-Job Training): The FHWA-1273 Electronic version, dated May 1, 2012 is posted on the Department's website at the following URL address: http://www.dot.state.fl.us/programmanagement/Implemented/URLinSpecs/Files/FHWA1273.pdf Take responsibility to obtain this information and comply with all requirements posted on this website up through five calendar days before the opening of bids. Comply with the provisions contained in FHWA-1273. If the Department's website cannot be accessed, contact the Department's Specifications Office Web Coordinator at (850) 414-4101. 7-16 Wage Rates for Federal-Aid Projects. For this Contract, payment of predetermined minimum wages applies. The U.S. Department of Labor (USDOL) Wage Rates applicable to this Contract are listed in table below, as modified up through ten days prior to the opening of bids. (For complete table(s) refer to C-8: Davis-Bacon Wage Table(s)). Wage Rate Associated Work Decision Number FL20190125 Construction Type: Heavy 8/30/2019 County: Miami-Dade County in Florida. Obtain the applicable General Decision(s) (Wage Tables) through the Department's Office of Construction website and ensure that employees receive the minimum compensation applicable. Review the General Decisions for all classifications necessary to complete the project. Request additional classifications through the Engineer's office when needed. For guidance on the requirements for the payment of wages and benefits and the submittal of certified payrolls, and for general guidance and examples of multiple wage rates when assigned to a Contract, refer to the Department's Office of Construction website. Questions regarding wage rates and the applicability of wage tables should be submitted in accordance with 2-4. Contact the Department's Prevailing Wage Rate Coordinator at (850) 414-4688 if the Department's website cannot be accessed or there are questions. BID NO: 2020-026-DF CITY OF MIAMI BEACH tyh j_i= !BEACH 109 7-24 Disadvantaged Business Enterprise Program. the Contract, have an approved Disadvantaged Businec's Enterprise (DBE) Affirmative Action Program Plan filed with the Equal Opportunity Office. Update and resubmit the plan • -- - . ' - -e• -- • - - - - - -• • •- '---• •. • --- - • -•. The DBE Affirmative Action Program Plan is incorporated into and made a part of the Contract. 7-24.2 Required Contract and Subcontract 1 Assurance Language: In accordance with 49 CFR 26.13 (b), the Contract FDOT signs with the Contractor(and each subcontract the prime contractor signs with a subcontractor) must include the following assurance: "The Contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT- assisted Contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to, 1. Withholding monthly progress payments; 2. Assessing sanctions; 3. Liquidated damages; and/or 4. Disqualifying the Contractor from future bidding as non-responsible." 7 24.3 Plan Requirements: Include the following in the DBE Affirmative Action Program Plan: DBEs in all aspects of contracting to the maximum extent f alible, outlining the various levels of responsibility, and stating the objectives of the program. Circulate the policy statement throughout the Contractor's organization. 2. The designation of a Liaison Officer within the Contractor's organization, as well as support staff, necessary and proper to administer the program, and a support staff. The Liaison Officer and staff are responsible for developing, technical assistance activities for DBEs and for disseminating information on available business opportunities so that DBEs are provided an equitable opportunity to participate in Contracts let by the Department. quantities, specifications, and delivery schedules, and for the preparation and presentation of quotations. b. Providing assistance to DBEs in overcoming barriers such as the inability to obtain bonding, financing, or technical assistance. contracting procedures and specific contracting opportunities in a timely manner, with such programs being bilingual where appropriate. d. Encouraging eligible DBEs to apply for certification with the Department. BID NO: 2020-026-DF CITY OF MIAMI BEACH h, BEACH 110 e. Contacting Minority Contractor Associations and city and county agencies with programs for disadvantaged individuals for assistance in recruiting and encouraging eligible DBE contractors to apply for certification with the Department. 7-24.4 DBE Records and Reports: Submit the following through the Equal Opportunity Compliance System: 1. DBE Commitments- at or before the Pre-Construction Conference. 2. Report monthly, through the Equal Opportunity Compliance System on the Department's Website, actual payments (including retainage) made to DBEs for work performed with their own workforce and equipment in the area in which they are certified. Report payments made to all DBE and Minority Business Enterprise (MBE) subcontractors and DBE and MBE construction material and major suppliers. The Equal Opportunity Office will provide instructions on accessing this system. Develop a record keeping system to monitor DBE affirmative action efforts which include the following: 1. the procedures adopted to comply with these Specifications; 2. the number of subordinated Contracts on Department projects awarded to DBEs; 3. the dollar value of the Contracts awarded to DBEs; 4. the percentage of the dollar value of all subordinated Contracts awarded to DBEs as a percentage of the total Contract amount; 5. a description of the general categories of Contracts awarded to DBEs; and 6. the specific efforts employed to identify and award Contracts to DBEs. Upon request, provide the records to the Department for review. Maintain all such records for a period of five years following acceptance of final payment and have them available for inspection by the Department and the Federal Highway Administration. 7-24.5 Counting DBE Participation and Commercially Useful Functions: 49 CFR Part 26.55 specifies when DBE credit shall be awarded for work performed by a DBE. DBE credit can only be awarded for work actually performed by DBEs themselves for the types of work for which they are certified. When reporting DBE Commitments, only include the dollars that a DBE is expected to earn for work they perform with their own workforce and equipment. Update DBE Commitments to reflect changes to the initial amount that was previously reported or to add DBEs not initially reported. When a DBE participates in a contract, the value of the work is determined in accordance with 49 CFR Part 26.55, for example: 1. The Department will count only the value of the work performed by the DBE toward DBE goals. The entire amount of the contract that is performed BID NO: 2020-026-DF CITY OF MIAMI BEACH M r�, nil 111 ,v,, t� BEACH by the DBE's own forces (including the cost of supplies, equipment and materials obtained by the DBE for the contract work) will be counted as DBE credit. 2. The Department will count the entire amount of fees or commissions charged by the DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services or for providing bonds or insurance specifically required for the performance of a Department-assisted contract, toward DBE goals, provided that the Department determines the fees to be reasonable and not excessive as compared with fees customarily followed for similar services. 3. When the DBE subcontracts part of the work of its contract to another firm, the Department will count the value of the subcontracted work only if the DBE's subcontractor is itself a DBE. Work that a DBE subcontracts to a non-DBE firm does not count toward DBE goals. 4. When a DBE performs as a participant in a joint venture, the Department will count the portion of the dollar value of the contract equal to the distinct, clearly defined portion of the work the DBE performs with its own forces toward DBE goals. 5. The Contractors shall ensure that only expenditures to DBEs that perform a commercially useful function (CUF) in the work of a contract may be counted toward the voluntary DBE goal. 6. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible,with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. 7. Contractors wishing to use joint checks involving DBE credit must provide written notice to the District Contract Compliance Office prior to issuance of the joint check. The Contractor must also provide a copy of the notice to the DBE subcontractor and maintain a copy with the project records. 8. To determine whether a DBE is performing a commercially useful function, the Department will evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors. 9. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE BID NO: 2020-026-DF CITY OF MIAMI BEACH M;AM BEACH 112 participation. 10. If a DBE does not perform or exercise responsibility for at least 30% of the total cost of its contract with its own workforce, or if the DBE subcontracts a greater portion of the work of a contract than would be expected on the basis of normal industry practice for the type of work involved, the DBE has not performed a commercially useful function. 7-24.6 Prompt Payments: Meet the requirements of 9-5 for payments to all DBE subcontractors. 7-25 On-The-Job Training Requirements. As part of the Contractor's equal employment opportunity affirmative action program, t raining shall be provided as follows: The Contractor shall provide On-The-Job Training aimed at developing full journeymen in the type of trade or job classification involved in the work. In the event the Contractor subcontracts a portion of the contract work, it shall determine how many, if any, of the trainees are to be trained by the subcontractor provided, that the Contractor shall retain the primary responsibility for meeting the training requirements imposed by this Section. Ensure that, when feasible, 25% of trainees in each occupation are in their first year of training. The Contractor shall incorporate the requirements of this Section into such subcontract. The number of trainees will be estimated on the number of calendar days of the contract, the dollar value, and the scope of work to be performed. The trainee goal will be finalized at a Post-Preconstruction Trainee Evaluation Meeting and the goal will be distributed among the work classifications based on the following criteria: 1. Determine the number of trainees on Federal Aid Contract: a. No trainees will be required for contracts with a Contract Time allowance of less than 275 calendar days. b. If the Contract Time allowance is 275 calendar days or more, the number of trainees shall be established in accordance with the following chart: Estimated Contract Amount Trainees Required $2,000,000 or less 0 Over $2,000,000 to $4,000,000 2 Over$4,000,000 to $6,000,000 3 Over$6,000,000 to $12,000,000 5 Over$12,000,000 to $18,000,000 7 Over$18,000,000 to $24,000,000 9 Over$24,000,000 to $31,000,000 12 Over$31,000,000 to $37,000,000 13 Over$37,000,000 to $43,000,000 14 Over$43,000,000 to $49,000,000 15 Over$49,000,000 to $55,000,000 16 Over $55,000,000 to $62,000,000 17 Over $62,000,000 to $68,000,000 18 BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH 113 Estimated Contract Amount Trainees Required Over$68,000,000 to $74,000,000 19 Over$74,000,000 to $81,000,000 20 Over$81,000,000 to $87,000,000 21 Over$87,000,000 to $93,000,000 22 Over$93,000,000 to $99,000,000 23 Over $99,000,000 to $105,000,000 24 Over$105,000,000 to $112,000,000 25 Over$112,000,000 to $118,000,000 26 Over $118,000,000 to $124,000,000 27 Over$124,000,000 to $130,000,000 28 Over$130,000,000 to * *One additional trainee per $6,000,000 of estimated Construction Contract amount over$130,000,000 Further, if the Contractor or subcontractor requests to utilize banked trainees as discussed later in this Section, a Banking Certificate will be validated at this meeting allowing credit to the Contractor for previously banked trainees. Banked credits of prime Contractors working as Subcontractors may be accepted for credit. The Contractor's Project Manager, the Construction Project Engineer and the Department's District Contract Compliance Manager will attend this meeting. Within ten days after the Post-Preconstruction Training Evaluation Meeting, the Contractor shall submit to the Department for approval an On-The-Job Training Schedule indicating the number of trainees to be trained in each selected classification and the portion of the Contract Time during which training of each trainee is to take place. This schedule may be subject to change if any of the following occur: 1. When a start date on the approved On-The-Job Training Schedule has been missed by 14 or more days; 2. When there is a change in previously approved classifications; 3. When replacement trainees are added due to voluntary or involuntary termination The revised schedule will be resubmitted to and approved by the Department's District Contract Compliance Manager. The following criteria will be used in determining whether or not the Contractor has complied with this Section as it relates to the number of trainees to be trained: 1. Credit will be allowed for each trainee that is both enrolled and satisfactorily completes training on this Contract. Credit for trainees, over the established number for this Contract, will be carried in a "bank" for the Contractor and credit will be allowed for those surplus trainees in subsequent, applicable projects. A "banked" trainee is described as an employee who has been trained on a project, over and above the established goal, and for which the Contractor desires to preserve credit for utilization on a subsequent project. BID NO: 2020-026-DF CITY OF MIAMI BEACH x A`\AJ BEACH 114 2. Credit will be allowed for each trainee that has been previously enrolled in the Department's approved training program on another contract and continues training in the same job classification and completes their training on a different contract. 3. Credit will be allowed for each trainee who, due to the amount of work available in their classification, is given the greatest practical amount of training on the contract regardless of whether or not the trainee completes training. 4. Credit will be allowed for any training position indicated in the approved On-The-Job Training Schedule, if the Contractor can demonstrate that made a good faith effort to provide training in that classification was made. 5. No credit will be allowed for a trainee whose employment by the Contractor is involuntarily terminated unless the Contractor can clearly demonstrate good cause for this action. Training and upgrading of minorities, women and economically disadvantaged persons toward journeyman status is a primary objective of this Section. Accordingly, the Contractor shall make every effort to enroll minority trainees and women (e.g., by conducting systematic and direct recruitment through public and private sources likely to yield minority and women trainees) to the extent such persons are available within a reasonable area of recruitment. If a non-minority male is enrolled into the On-The-Job Training Program,the On-The-Job Training Notification of Personnel Action Form notifying the District Contract Compliance Manager of such action shall be accompanied by a disadvantaged certification or a justification for such action acceptable to the Department's District Contract Compliance Manager. The Contractor will be given an opportunity and will be responsible for demonstrating the steps that it has taken in pursuance thereof, prior to a determination as to whether the Contractor is in compliance with this Section. This training is not intended, and shall not be used, to discriminate against any applicant for training, whether a minority, woman or disadvantaged person. No employee shall be employed as a trainee in any classification in which they have successfully completed a training course leading to journeyman status, or have been employed as a journeyman. The Contractor may satisfy this requirement by including appropriate questions in the employee application or by other suitable means. Regardless of the method used, the Contractor's records should document the findings in each case. The minimum length and type of training for each classification will be as established at the Post-Preconstruction Trainee Evaluation Meeting and approved by the Department. Graduation to journeyman status will be based upon satisfactory completion of a Proficiency Demonstration set up at the completion of training and established for the specific training classification, completion of the minimum hours in a training classification range, and the employer's satisfaction that the trainee does meet journeyman status in the classification of training. Upon reaching journeyman status, the following documentation must be forwarded to the District Contract Compliance Office: 1. Trainee Enrollment and Personnel Action Form BID NO: 2020-026-DF CITY OF MIAMI BEACH r\.hA1 !-i n,lBEAC 2. Proficiency Demonstration Verification Form indicating completion of each standard established for the classification signed by representatives of both the Contractor and the Department. The Department and the Contractor shall establish a program that is tied to the scope of the work in the project and the length of operations providing it is reasonably calculated to meet the equal employment opportunity obligations of the Contractor and to qualify the average trainee for journeyman status in the classifications concerned, by at least, the minimum hours prescribed for a training classification. Furthermore, apprenticeship programs registered with the U.S. Department of Labor, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau and training programs approved but not necessarily sponsored by the U.S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training shall also be considered acceptable provided it is being administered in a manner consistent with the equal employment obligations of Federal Aid highway construction contract. Approval or acceptance of a training schedule shall be obtained from the Department prior to commencing work on the classifications covered by the program. A voluntary On-The-Job Training Program is available to a Contractor which has been awarded a state funded project. Through this program, the Contractor will have the option to train employees on state funded projects for"banked credit" as discussed previously in this provision, to be utilized on subsequent Federal Aid Projects where training is required. Those Contractors availing themselves of this opportunity to train personnel on state funded projects and bank trainee hours for credit shall comply with all training criteria set forth in this Section for Federal Aid Projects; voluntary banking may be denied by the Department if staff is not available to monitor compliance with the training criteria. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk-typists or secretarial type positions. Training is permissible in lower level management positions such as office engineers, estimators, etc., where the training is oriented toward construction applications. Training in the laborer classifications, except Common/General Laborer, may be permitted provided that significant and meaningful training is provided and approved by the District Contract Compliance Office. When approved in advance by the District Contract Compliance Manager, credit will be given for training of persons in excess of the number specified herein under the current contract or a Contractor will be allowed to bank trainees who have successfully completed a training program and may apply those trainees to a training requirement in subsequent project(s) upon approval of the Department's District Contract Compliance Manager. This credit will be given even though the Contractor may receive training program funds from other sources, provided such other source do not specifically prohibit the Contractor from receiving other form of compensation. Offsite training is permissible as long as the training is an integral part of an approved training program and does not compromise a significant part of the overall training. Credit for offsite training indicated above may only be made to the Contractor when it does one or more of the following and the trainees are concurrently employed on a Federal Aid Project: 1. Contributes to the cost of the training, rt ; CITY OF MIAMI BEACH „ , BID NO: 2020-026-DF � x ;';�!BEACH 116 2. Provides the instruction to the trainee, 3. Pays the trainee's wages during the offsite training period. The Contractor shall compensate the trainee at no less than the laborer rate established in the Contract at the onset of training. The compensation rate will be increased to the journeyman's wage upon graduation from the training program for the remainder of the time the trainee works in the classification in which they were trained. The Contractor shall furnish the trainee a copy of the program they will follow in providing the training. The Contractor shall provide each trainee with a certification showing the type and length of training satisfactorily completed. The Contractor shall enroll a trainee in one training classification at a time to completion before the trainee can be enrolled in another classification on the same project. The Contractor shall maintain records to document the actual hours each trainee is engaged in training on work being performed as a part of this Contract. The Contractor shall submit to the District Contract Compliance Manager a copy of an On- The-Job Training Notification of Personnel Action form no later than seven days after the effective date of the action when the following actions occur: a trainee is transferred on the project,transferred from the project to continue training on another contract, completes training, is upgraded to journeyman status or voluntary terminates or is involuntary terminated from the project. The Contractor shall furnish to the District Contract Compliance Manager a copy of a Monthly Time Report for each trainee. The Monthly Time Report for each month shall be submitted no later than the tenth day of the subsequent month. The Monthly Time Report shall indicate the phases and sub-phases of the number of hours devoted to each proficiency. Highway or Bridge Carpenter Helper, Mechanic Helper, Rodman/Chainman, and Timekeeper classifications will not be approved for the On-The-Job Training Program. The number of trainees may be distributed among the work classifications on the basis of the Contractor's needs and the availability of journeymen in the various classifications within a reasonable area of recruitment. The Contractor will have fulfilled the responsibilities of this Specification when acceptable training has been provided to the trainee as specified above. 7-26 Cargo Preference Act— Use of United States-Flag Vessels. Pursuant to Title 46 CFR 381, the Contractor agrees 1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this BID NO: 2020-026-DF CITY OF MIAMI BEACH BE'AM! 117 Contract, to the extent such vessels are available at fair and reasonable rates for United States- flag commercial vessels. 2. To furnish within 20 days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, `on-board' commercial ocean bill- of-lading in English for each shipment of cargo described in paragraph 1 of this Article to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590. 3. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this Contract. 7-29 E-Verify. The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. 7-31 Title VI Assurance— DOT 1050.2A, Appendix A and Appendix E. 7-31.1 Appendix A: During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the US Department of Transportation (hereinafter, "USDOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the Contract, shall not discriminate on the basis of race, color, national origin or sex in the selection and retention of sub-contractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for subcontractors, including procurements of materials and equipment: In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, or sex. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as BID NO: 2020-026-DF CITY OF MIAMI BEACH 1 AM`BEI CH 118 may be determined by the Florida Department of Transportation or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, and Federal Motor Carrier Safety Administration to be pertinent to ascertain compliance with such Regulations, order and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information the Contractor shall so certify to the Florida Department of Transportation, or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, the Florida Department of Transportation shall impose such Contract sanctions as it or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of this appendix in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Florida Department of Transportation or the Federal Highway Administration, Federal Transit Administration, Federal Aviation Administration, or Federal Motor Carrier Safety Administration may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Florida Department of Transportation to enter into such litigation to protect the interests of the Florida Department of Transportation, and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 7-31.2 Appendix E: During the performance of this Contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor" agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: 1. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; 2. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired of Federal or Federal-aid programs and projects); 3. Federal-Aid Highway Act of 1973, (23 U.S.0 § 324 et seq.), (prohibits discrimination on the basis of sex); BID NO: 2020-026-DF CITY OF MIAMI BEACH f fkM BEACH 119 4. Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; 5. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); 6. Airport and Airway Improvement Act of 1982, (49 U.S.C. 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color national origins or sex); 7. The Civil Rights Restoration Act of 1987 (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms"programs or activities"to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); 8. Titles II and III of the Americans with Disabilities Act, which prohibits discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; 9. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); 10. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; 11. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); 12. Title IX of the Education Amendments of 1972, as amended, which prohibits discrimination based on sex in education programs, or activities (20 U.S.C. 1681 et seq.). C-2: Contractor Purchased Equipment for State or Local Ownership (23 CFR 140; 2 CFR 200.313) Contractor Purchased Equipment for State or Local Ownership will not be acceptable under this contract. Refer to 23 CFR 140; 2 CFR 200.313. C-3: Prequalification (23 CFR 635.110, FS 337.14, F.A.C. Chapter 14-22) Local agency qualifications relevant to scope are listed in Appendix B Item No. 2 Licensing Requirements and Item No. 3 Previous Experience of Bidder (Page 104) BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH C-4: Public Agencies in Competition with the Private Sector(23 CFR 635.112(e) ) The City of Miami Beach does not allow other Public Agencies to compete with or bid on construction projects against the private sector. C-5: Publicly-Owned Equipment(23 CFR 635.106) Publicly owned equipment shall not compete with privately owned equipment on this contract. Public owned equipment is defined as equipment previously purchased or otherwise acquired by the City of Miami Beach involved for use in its own operations. C-6: Salvage Credits (2 CFR 200.313) The City of Miami Beach cannot accept any credits for salvaged materials. The contractor is to take ownership and dispose of all materials that are not designated as the property of other parties, in both roadway and structures, found on the right-of-way, and all material in structures designated for removal. C-7: Standardized Changed Conditions Contract Clauses (23 C.F.R. § 635.109) (1) Differing site conditions. (i) During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed. (ii) Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The engineer will notify the contractor of the determination whether or not an adjustment of the contract is warranted. (iii) No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice. (iv) No contract adjustment will be allowed under this clause for any effects caused on unchanged work. (2) Suspensions of work ordered by the engineer. (i) If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. (ii) Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted. BID NO: 2020-026-DF CITY OF MIAMI BEACH t� s'/' IBEACH YT.. (iii) No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed. (iv) No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. (3) Significant changes in the character of work. (i) The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered. (ii) If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable. (iii) If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. (iv) The term "significant change" shall be construed to apply only to the following circumstances: (A) When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or (B) When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. C-8: Davis-Bacon Wage Table(s) "General Decision Number: FL20200125 01/03/2020 Superseded General Decision Number: FL20190125 State: Florida Construction Type: Heavy County: Miami-Dade County in Florida. HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines) BID NO: 2020-026-DF CITY OF MIAMI BEACH , Al\A BEACH Note: Under Executive Order(EO) 13658,an hourly minimum wage of$10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued)on or after January 1, 2015. If this contract is covered by the EO,the contractor must pay all workers in any classification listed on this wage determination at least$10.60 per hour(or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2019. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination,the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/03/2020 Position Rates Fringes ELEC0349-007 09/02/2019 ELECTRICIAN $35.36 $12.77 Position Rates Fringes ENGI0487-017 07/01/2013 OPERATOR: Backhoe (Except $28.32 $8.80 Loader Combo) OPERATOR: Crane All Tower $29.05 $0.00 Cranes (Must have 2 operators) Mobile, Rail, Climbers, Static- Mount;All Cranes with Boom Length 150 Feet&Over(With or without jib) Friction, Hydro, Electric or Otherwise; Cranes 150 Tons &Over(Must have 2 operators); Cranes with 3 Drums (When 3rd drum is rigged for work); Gantry&Overhead Cranes; Hydro Cranes Over 25 Tons but not more than 50 Tons (Without Oiler/Apprentice); Hydro/Friction Cranes without Oiler/Apprentices when Approved by Union; &All Type of Flying Cranes; Boom Truck OPERATOR: Cranes with Boom $28.32 $8.80 Length Less than 150 Feet BID NO:2020-026-DF CITY OF MIA3MI BEACH t Vi BEACH (With or without jib); Hydro Cranes 25 Tons& Under, & Over 50 Tons (With Oiler/Apprentice); Boom Truck OPERATOR: Drill $25.80 $8.80 OPERATOR: Loader $25.64 $8.80 OPERATOR: Oiler $22.99 $8.80 Position Rates Fringes IRON0272-005 10/01/2019 IRONWORKER, STRUCTURAL $25.49 $ 11.99 LA801652-004 05/01/2018 LABORER: Grade Checker $22.05 $7.27 PA1N0365-007 08/01/2019 PAINTER: Brush, Roller and $20.21 $11.28 Spray SUFL2009-164 06/24/2009 CARPENTER, Includes Form $17.00 $2.51 Work CEMENT MASON/CONCRETE $16.61 $5.52 FINISHER LABORER: Common or $13.09 $1.26 General LABORER: Landscape $7.25 $0.00 LABORER: Power Tool $10.63 $2.20 Operator(Hand Held Drills/Saws, Jackhammer and Power Saws Only) OPERATOR:Asphalt Paver $11.59 $0.00 OPERATOR: Backhoe Loader $16.10 $2.44 Combo OPERATOR: Bulldozer $14.95 $0.81 OPERATOR: Excavator $21.16 $1.67 OPERATOR: Grader/Blade $16.00 $2.84 OPERATOR: Mechanic $14.32 $0.00 OPERATOR: Roller $10.95 $0.00 OPERATOR: Scraper $11.00 $1.74 OPERATOR: Trackhoe $20.92 $5.50 OPERATOR: Tractor $10.54 $0.00 TRUCK DRIVER, Includes $9.60 $0.00 Dump Truck TRUCK DRIVER: Lowboy $12.73 $0.00 Truck TRUCK DRIVER: Off the Road $12.21 $1.97 BID NO:2020-026-DF CITY OF MIAMI BEACHx,!>i/v'i BEACH 124 Truck WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member(or person who is like family to the employee)who is ill, injured,or has other health-related needs, including preventive care;or for reasons resulting from,or to assist a family member(or person who is like family to the employee)who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of -identifiers- that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or""UAVG""denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it BID NO: 2020-026-DF CITY OF MIAMI BEACH „��_, r AI BEACH 125 may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100%of the data reported for the classifications was union data. EXAMPLE: UAVG- OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 BID NO: 2020-026-DF CITY OF MIAMI BEACH 126 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information(wage payment data, project description, area practice material,etc.)that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.)All decisions by the Administrative Review Board are final. END OF GENERAL DECISION" C-9: Patented/Proprietary Materials (23 C.F.R. § 635.411) No patented processes or proprietary materials shall be used in this project. C-10: State (Florida or other)- produced Materials (23 C.F.R. § 635.409) Materials or articles produced by Florida state forces shall not be favored to the exclusion of comparable materials or articles produced outside of the state. C-11: State/Local/Owned/ Furnished/ Designated Materials (23 C.F.R. § 635.407) The City of Miami Beach shall not provide materials. All materials must be provided by the Contractor. C-12: Equipment Rental Rates (23 C.F.R. § 635.120) Rental equipment required to perform extra work as authorized by the Engineer, shall be paid for in accordance with the following: For any machinery or special equipment (other than small tools), including fuel and lubricant, the Contractor will receive 100% of the "Rental Rate Blue Book" for the actual time that such equipment is in operation on the work, and 50% of the "Rental Rate Blue Book" for the time the equipment is directed to standby and remain on the project site, to be calculated as indicated below. The equipment rates will be based on the latest edition (as of the date the work to be BID NO: 2020-026-DF CITY OF MIAMI BEACH Z4I AM BEACH 127 performed begins)of the"Rental Rate Blue Book for Construction Equipment"or the"Rental Rate Blue Book for Older Construction Equipment,"whichever is applicable, as published by Machinery Information Division of PRIMEDIA Information, Inc. (version current at the time of bid), using all instructions and adjustments contained therein and as modified below. On all projects, the Engineer will adjust the rates using regional adjustments and Rate Adjustment Tables according to the instructions in the Blue Book. Allowable Equipment Rates will be established as set out below: (1) Allowable Hourly Equipment Rate = Monthly Rate/176 x Adjustment Factors x 100%. (2) Allowable Hourly Operating Cost = Hourly Operating Cost x 100%. (3) Allowable Rate Per Hour= Allowable Hourly Equipment Rate +Allowable Hourly Operating Cost. (4) Standby Rate = Allowable Hourly Equipment Rate x 50%. The Monthly Rate is The Basic Machine Rate Plus Any Attachments. Standby rates will apply when equipment is not in operation and is directed by the Engineer to standby at the project site when needed again to complete work and the cost of moving the equipment will exceed the accumulated standby cost. Standby rates will not apply on any day the equipment operates for eight or more hours. Standby payment will be limited to only that number of hours which, when added to the operating time for that day equals eight hours. Standby payment will not be made on days that are not normally considered work days on the project. The Owner will allow for the cost of transporting the equipment to and from the location at which it will be used. If the equipment requires assembly or disassembly for transport, the Owner will pay for the time to perform this work at the rate for standby equipment. Equipment may include vehicles utilized on by Labor, as define above. CONFLICT OF INTEREST: The following is taken from the City's Local Agency Program agreement with FDOT: Neither the Recipient nor any of its contractors or their subcontractors shall enter into any contract, subcontract or arrangement in connection with the Project or any property included or planned to be included in the Project in which any member, officer or employee of the Recipient or the locality during tenure or for 2 years thereafter has any interest, direct or indirect. If any such present or former member, officer or employee involuntarily acquires or had acquired prior to the beginning of tenure any such interest, and if such interest is immediately disclosed to the Recipient, the Recipient, with prior approval of the Department,may waive the prohibition contained in this paragraph provided that any such present member, officer or employee shall not participate in any action by the Recipient or the locality relating to such contract, subcontract or arrangement. The Recipient shall insert in all contracts entered into in connection with the Project or any property included or planned to be included in any Project, and shall require its contractors to insert in each of their subcontracts,the following provision: "No member, officer or employee of the Recipient or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof." The provisions of this paragraph shall not be applicable to any agreement between the Recipient and its fiscal depositories or to any agreement for utility services the rates for which are fixed or controlled by a governmental agency. BID NO: 2020-026-DF CITY OF MIAMI BEACH E y..,,H 128 APPENDIX D Required Forms for Bid Submittal (Note: Attachments below only apply if the adjacent box is checked) ATTACHMENT D-1: Prevailing Wage and Local Workforce Participation Program Requirements ATTACHMENT D-1A: Responsible Contractor Affidavit Form (PART A) ATTACHMENT D-1 B: Responsible Contractor Affidavit Form (PART B) ® ATTACHMENT D-2: Bid Guaranty Form; Unconditional Letter Of Credit ATTACHMENT D-3: Statement of Compliance: Prevailing Wage Rate Ordinance BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH 129 D-1 The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize,for clarity,the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts,the requirements of the City Code,with respect to these programs, shall prevail. I. MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not 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. (reference: Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum) the name and zip code for the covered employee, to the City accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed. Beginning, January 30, 2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCP Tracker. No payment application shall be deemed accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training.The Procurement Department offers ongoing training in LCP Tracker to all contractors. To schedule a training session, contact Alian Gonzalez at AlianGonzalez@MiamiBeachFL.gov or at 305-673-7490. BID NO:2020-026-DF CITY OF MIAMI BEACH BEACH 130 D-1 II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit. As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award, the bidder shall submit a Responsible Contractor Affidavit.The Responsible Contractor Affidavit(RCA) is comprised of two (2)forms —RCA-Part A and RCA-Part B. Both forms are required to be submitted with the bid or within 48 business hours of being notified by the Procurement Contracting Officer for the solicitation. Failure to submit the RCA shall result in the bid being disqualified and deemed non-responsive. a. Part A—Commitment to Promote Local Workforce Participation.The contractor, and each subcontractor,shall submit RCA-Part A affirming that it 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 affirm that it will make its best reasonable efforts to promote employment opportunities for Miami Beach residents.To download RCA-Part A affidavit, click here. b. Part B — Position / Employee Data. The contractor, and each sub-contractor shall submit RCA-Part B with the following sections completed: • Section 1 — Indicate the number of positions required to complete the contract work, the minimum qualification(s) for each position, the number of positions currently staffed, and the number of positions to be hired. • Section 2—For the positions indicated in Section 1,specify the name,address, and position of each current employee of the contractor or subcontractor. To download RCA-Part B form, click here. 2. Workforce Performance Report. Before its final application for payment, the contractor shall submit its final Certified Payroll in LCP Tracker, which shall be deemed its final Workforce Performance Report. If the project goal of thirty percent (30%) of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. BID NO:2020-026-DF CITY OF MIAMI BEACH M'f?1"' „BEACH 131 D-1 III. PROCESS FLOW The following graphic outlining the major steps of the Prevailing Wage and Local Workforce Participation programs is provided illustrative purposes only. 6.Contractor submits Workforce Performance 1.Bidder submits a Report prior to submittal of final bid or proposal. payment application. 2.With its bid or proposal,Bidder 5.Project submits Completed. Responsible Contractor Affidavit-Parts A and B. Ad‘ 4.Prior to IF submitting every payment application, 3.Project Awarded. Contractor submits Certified Payrolls in LCP Tracker. Balance of Page Intentionally Left Blank BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH 132 D-1 A THIS FORM IS REQUIRED TO BE SUBMITTED WITH THE BID OR WITHIN 48 BUSINESS HOURS OF REQUEST. LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part A — Commitment to Promote Local Workforce Participation In accordance with Article III. Section 31-40 of the Miami Beach Code, all contractors and subcontractors of any tier performing on a city contract valued in excess of$1,000,000 for (i) the construction, demolition, alteration and/or repair of city buildings or city public works projects,or(ii)a contract valued in excess of$1,000,000 which provides for privately-funded construction,demolition,alteration and/or repair of buildings or improvements located on city-owned land,and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami- Dade County residents and seek to achieve a project goal of having thirty percent(30%) of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, contractor(s) shall provide the residence address of each worker. Print Name of Affiant Print Title of Affiant Signature of Affiant Name of Firm Date Address of Firm State Zip Code Notary Public Information Notary Public— State of County of Subscribed and sworn to (or affirmed) before me this day of, 20 by He or she is personally known to me ❑ or has produced identification D Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal BID NO: 2020-026-DF CITY OF MIAMI BEACH n i f BEACH 133 D-1 B THIS FORM IS REQUIRED TO BE SUBMITTED WITH THE BID OR WITHIN 48 BUSINESS HOURS OF REQUEST. LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part B — Positions/Employee Data SECTION 1—REQUIRED POSITIONS. Specify the total number of positions that will be used by the Contractor(and by all subcontractors)to perform all of the construction trades and labor work of the contract, broken down by trade and labor category, minimum qualifications for each category,and the number of persons to be utilized in each category. Name of Contractor/Subcontractor: A B C D E Trade/Category Minimum Qualification(s) No.of Positions Required No.of Positions Currently No.of Positions to be for the Work Staffed Hired Total: SECTION 2—CURRENT EMPLOYEES. For those positions currently staffed by the contractor or subcontractor(Column D),identify each individual by name,address and trade category of all persons proposed to perform work under the contract currently on the contractor's or subcontractor's payroll who reside in Miami Beach and Miami- Dade County. Employee Name Address Trade/Category Performing I certify that the representations contained in this Construction Workforce Plan are to the best of my knowledge true and accurate. Signature of Affiant Print Name Print Title Date BID NO: 2020-026-DF CITY OF MIAMI BEACH MIAMI BEACH 134 D-2 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH r,� r`,;��il A CH 135 D-2 to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any sucl. ._._._.._ 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 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: 2020-026-DF CITY OF MIAMI BEACH ;, ,.l,xlF BEACH 136 STATEMENT OF COMPLIANCE: D-3 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: 2020-026-DF CITY OF MIAMI BEACH ,n tFiM1 BEACH APPENDIX E Required Forms (Post-Award) ATTACHMENT E-1: Form of Performance Bond ATTACHMENT E-2: Form of Payment Bond ATTACHMENT E-3: Certificate of Corporate Principal ATTACHMENT E-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit ATTACHMENT E-5: Certificate of Substantial Completion ATTACHMENT E-6: Final Certificate of Payment ATTACHMENT E-7: Form of Final Receipt BID NO: 2020-026-DF CITY OF MIAMI BEACH 138 E-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: 2020-026-DF CITY OF MIAMI BEACH M:AM E-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: 2020-026-DF CITY OF MIAMI BEACH MA;`,"j BEACH 140 E-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. BID NO: 2020-026-DF CITY OF MIAMI BEACH M q A BEACH 141 2.4. Any action under this Bond must be instituted in accordance with the Notice an E-2 Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: BID NO: 2020-026-DF CITY OF MIAMI BEACH NA ANA BEACH 142 E-3 CERTIFICATE AS TO CORPORATE PRINCIPAL , 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:2020-026-DF CITY OF MIAMI BEACH ii�',iANA BEACH E-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. BID NO: 2020-026-DF CITY OF MIAMI BEACH ^x,AMiBEACH 144 11 This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not E_4 in any way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature BID NO: 2020-026-DF CITY OF MIAMI BEACH `;oA AMBEACH E-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 BID NO: 2020-026-DF CITY OF MIAMI BEACH <-2M;I' AI� 146 E-5 Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. Consultant BY DATE In accordance with Section 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:2020-026-DF CITY OF MIAMI BEACH H147 : E-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: 2020-026-DF CITY OF MIAMI BEACH M AMI BEACH 148 E-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: 2020-026-DF CITY OF MIAMI BEACH NA AM k, BE AC H 149 APPENDIX F Sample Contract BID NO: 2020-026-DF CITY OF MIAMI BEACH 150 MIAMI BEAN 00600. SAMPLE CONTRACT: NOTE: This Sample Contract is for informational purposes only. The contents of the contract may change based on the best interests of the City. THIS IS A CONTRACT, by and between the City of Miami Beach, a municipal corporation of the State of Florida ("City"), having its principal place of business at 1700 Convention Center Drive, Miami Beach, Florida, 33139, and ., a Florida corporation, having its principal place of business at ("Contractor"). WI TN ESS ET H, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the Work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a 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. 2.1.2. 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 BID NO: 2020-026-DF CITY OF MIAMI BEACH MIAMI 151 documents required by this provision within (xx) 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 three hundred sixty-five (365) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within thirty(30) calendar days from the date certified by Consultant as the date of Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract Contractor shall pay to City the applicable liquidated damages amounts established in the following schedule and shall be assessed 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. 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. Original Contract Amount Daily Charge Per Calendar Day $50,000 and under $1,015 Over$50,000 but less than $250,000 $1,045 $250,000 but less than $500,000 $1,170 $500,000 but less than $2,500,000 $1,690 $2,500,000 but less than $5,000,000 $2,579 $5,000,000 but less than $10,000,000 $3,756 $10,000,000 but less than $15,000,000 $4,344 $15,000,000 but less than $20,000,000 $5,574 $20,000,000 and over $10,203, plus 0.00005 of any amount over $20 million (Round to nearest whole dollar) 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 BID NO:2020-026-DF CITY OF MIAMI BEACH , ;F�;yn;BEACH 152 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. [X] This is a Lump Sum Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 The Contract Price is $ , consisting of a base bid lump sum 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,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 BID NO:2020-026-DF CITY OF MIA3MI BEACH � AAA BEACH 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, 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 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. 4.2 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.2.1 Defective work not remedied. 4.2.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. BID NO: 2020-026-DF CITY OF MIA4Y 5 MI BEACH �;;> ; ,EACH 15 :. 4.2.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.2.4 Damage to another contractor not remedied. 4.2.5 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 City, 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. 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 the 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 a 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. BID NO: 2020-026-DF CITY OF MIAMI5 BEACH tJ AM!BEACH 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 Restrictions, Prohibitions, Controls, and Labor Provisions: No member, officer or employee of the City or of the locality during his tenure or for 2 years thereafter shall have any interest, direct or indirect, in this contract or proceeds thereof. 6.4 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. 6.5 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. 6.6 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third-party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. BID NO: 2020-026-DF CITY OF MIAMI BEACH ;f\/L./tv`MIBEACH 156 6.7 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: Attn: With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: 6.8 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. BID NO: 2020-026-DF CITY OF MIAMI BEACH t n h BEACH 6.9 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. 6.10 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. 6.11 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. 6.12 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. 6.13 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 6.12 above. BID NO:2020-026-DF CITY OF MIAMI BEACH ^t i ti"k",j BEACH 158 6.14 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 contracts shall: 6.14.1 Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service; 6.14.2 Provide the public with access to such public records on the same terms and conditions that the County 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; 6.14.3 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 6.14.4 Meet all requirements for retaining public records and transfer to the County, 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. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the agency. 6.14.5 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 12. 7. Indemnification To the extent permitted by law, the Contractor shall indemnify, defend, and hold harmless the City of Miami Beach and the State of Florida, Department of Transportation, including the Department's officers, agents, and employees, against any actions, claims, or damages 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. This indemnification section shall survive the termination of this Agreement. 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, any and all claims of liability and all suits and actions of every name and description covered by paragraph above whether performed by Contractor, or persons employed or utilized by Contractor. 8. Compliance with FHWA 1273 Contractors and subcontractors shall be at all times, in compliance with the requirements of FHWA-1273, attached hereto as Exhibit A. 9. Office of the Inspector General BID NO: 2020-026-DF CITY OF MIAMI BEACH ;;h.,x,.�,, jy, ;:, BEACH 159 The parties involved agree to comply with S.20.055(5) Florida Statutes and to incorporate in all subcontracts the obligation to comply with S.20.055(5), Florida Statutes. The statute states "It is the duty of every state officer, employee, agency, special district, board, commission, contractor, and subcontractor to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing pursuant to this section." IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the respective dates written below: CITY ATTEST: THE CITY OF MIAMI BEACH, FLORIDA By City Clerk Mayor day of , 20 CONTRACTOR ATTEST: ( ) By (Secretary) (Signature and Title) (Corporate Seal) (Print name/Title Signed Above) day of , 20 BID NO: 2020-026-DF CITY OF MIAMI BEACH MIAMI BEACH 160 ATTACHMENTS Exhibit A FHWA Form # 1273 Attachment A Resolution Commission Items and Commission Memorandum Attachment B Solicitation and Addendums Attachment C Consultants Response Attachment D Insurance Requirements Appendix A: Required Forms 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 Attachment A-9: Supplement To Bid Tender Form: Sub-Contractors Attachment A-10: Supplement To Bid Tender Form: Davis Bacon Act Attachment A-11: Supplement to Bid Tender Form: Bid Certification, Questionnaire & Requirements Affidavit Appendix A: FDOT Required Forms Attachment A-12: FDOT Form# 525-010-46 Attachment A-13: FDOT Form# 375-030-33 Attachment A-14: FDOT Form# 375-030-40 Attachment A-15: FDOT Form# 575-060-13 Attachment A-16: FDOT Form # 375-030-32 Attachment A-17: FDOT Form# 375-030-34 Attachment A-18: FDOT Form # 375-030-91 Attachment A-19: FDOT Form# 275-030-11 All addenda and other modifications made prior to the time and date of bid opening shall be issued as separate documents identified as Addendums to the Contract Documents. BID NO: 2020-026-DF CITY OF MIAMI BEACH ,i AAA'BEACH 161 EXHIBIT A FHWA-1273--Revised May 1.2012 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. General 3. A breach of any of the stipulations contained in these II. Nondiscrimination Required Contract Provisions may be sufficient grounds for III Nonsegregated Facilities withholding of progress payments,withholding of final IV. Davis-Bacon and Related Act Provisions payment,termination of the contract,suspension/debarment V Contract Work Hours and Safely Standards Act a any other action determined to be appropriate by the Provisions contracting agency and FHWA. VI. Subletting or Assigning the Contract VII. Safety Accident Prevention 4. Selection of Labor:During the performance of this contract. VIII. False Statements Concerning Highway Projects the contractor shall not use convict labor for any purpose IX. Implementation of Clean Air Act and Federal Water within the limits of a construction project on a Federal-aid Pollution Control Act highway unless itis labor performed by convicts who are on X. Compliance with Govemmentwide Suspension and parole,supervised release.a probation. The term Federal-aid Debarment Requirements highway does not include roadways functionally classified as Xl. Certification Regarding Use of Contract Funds for local roads or rural minor collectors. Lobbying AT IACHMEN1S II. NONDISCRIMINATION A.Employment and Materials Prefer once for Appalachian The provisions of this section related 1023 CFR Pat 230 are Development I lighway System or Appalachian Local Access applicable to all Federal-ad construction contracts and to all Road Conti ads(included in Appalachian contracts only) related construction subcontracts of$10,000 or more. The provisions o123 CFR Part 230 are not applicable to material supply.engineering,a architectural service contracts. I. GENERAL In addition,the contractor and all subcontractors must rmnply 1. Form FHWA-1273 must be physically incorporated in each with the following pdides.Executive Order 11246,41 CFR 60. construction contract tended under Title 23(excluding 29 CFR 1625-1627,Title 23 USC Sechon 140.the emergency contracts solely intended for debris removal). The Rehabilitation Act 011973,as amended(29 USC 794),Title VI eontracta(or subcontractor)must insert this form in each of the Civil Rights Act 011964,as amended,and related subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21,26 and 27,and 23 CFR subcontacts(excluding purchase aders,rental agreements Parts 200,230.and 633. and other agreements to supplies or services). The contractor and all subcontractors must comply with. the The applicable requirements of Form FI IWA-1273 are requirements of the Equal Opportunity Clause in 41 CFR 60- incorporated by reference for work dale under any purchase 1.4(b)and,for all construction contracts exceeding$10.000, oder,rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity prime contractor shat be responsible for compliance by any Construction Contract Speatcahons in 41 CFR 60-4.3. subcontracts,lower-tier subcontractor or service provider Note:The U.S.Department of Labor has exclusive authority to Form FHWA-1273 must be included in all Federal-aid design- determine comptianm with Executive Order 11246 and the build contracts,in all subcontracts and in lower her policies of the Secretary of Labor including 41 CFR 60,and 29 subcontracts(exduding subcontracts for design services. CFR 1625-1627. The contracting agency and the FHWA have purchase orders,rental agreements and other agreements for the authority and the responsibility to ensure compliance with supplies or services). The design-builder shall be responsible Title 23 USC Section 140.the Rehabilitation Act of 1973,as for compliance by any subcontractor,lower-tier subcontractor amended(29 USC 794),and Title VI of the Civil Rights Act of a service provider. 1964,as amended,and related regulations including 49 CFR Parts 21.26 and 27;and 23 CFR Parts 200,230,and 633 Contrachng agencies may reference Form FHWA-1273 in cid proposal or request for proposal documents,however,the The following provision is adopted from 23 CFR 230,Appendix Foran FHWA-1273 must be physically incorporated(not A,with appropriate revisions to conform to the U S. referenced)in all contracts,subcontracts and lower-her Department of I abs(US DOL)and FHWA requirements subcontracts(excluding purchase ciders,rental agreements and other agreements for supplies or services related to a 1.Equal Employment Opportunity:Equal employment construction contract). opportunity(EEO)requirements not to disaiminale and to take affirmative action to assure equal opportunity as set lath 2 Subject to the applicability criteria noted in the following under laws,executive orders,rules.regulations(28 CFR 35, sections.these contract provisions shall apply to all work 29 CFR 1630,29 CFR 1625-1627,41 CFR 60 and 49 CFR 27) performed on the contract by the corm actor's own organization and orders of the Secretary of Labor as modified by the aid with the assistance of workers under the ccniracla's provisions pi esa ibed herein.and imposed pursuant to 23 immediate superintendence and to all work performed on the U.S.C.140 shall constitute the CEO and specific affirmative contract by piecework.station via*,or by subcontract. action standards for the contractor's prosect activities under 1 BID NO: 2020-026-DF CITY OF MIAMI BEACH mAM;BEACH 162 this contract.The provisions of the Americans with Disabilities 4.Recruitment:When advertising for employees.the Act of 1990(42 U.S.C.12101 et seq.)set forth under 28 CFR contractor will include in all advertisements for employees the 35 and 29 CFR 1630 are incorporated by reference in this notation."An Equal Opportunity Employer"All such contract.In the execution of this contract,the contractor advertisements will be placed in publications having a large agrees to comply with the following minimum specific circulation among minorities and women in the area tom requirement activities of EEC which the protect work face would normally be denved a.The contractor will work with the contracting agency and a The contractor will,unless preduded by a valid the Federal Government to ensure that it has made every bargaining agreement,conduct systematic and direct good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To of activities under the contract. meet this requirement,the contractor will identify sources of potential minority group employees,and establish with such b The contractor will accept as its operating policy the Identified sources procedures whereby minority and women following statement: applicants may be referred to the contractor for employment consideration. "It is the policy of this Company to assure that applicants are employed,and that employees are treated during b In the event the contractor has a valid bargaining employment,without regard to their race,religion.sex,odor, agreement providing for exdusive hinng hall referrals,the national origin,age or disability. Such action shall indude. contractor is expected to observe the provisions of that employment,upgrading,demotion,or transfer,recruitment or agreement to the extent that the system meets the contractors recruitment advertising,layoff or termination;rates of pay or compliance with EEO contract provisions Where other forms of compensation;and selection for training, implementation of such an agreement has Ithe effect of inducing apprenticeship,pre-apprenticeship,and/or on-the- discnminating against minorities a women.or obligates the job training." contractor to do the same,such implementation violates Federal nondiscrimination provisions 2. EEO Officer:The c retractor will designate and make known to the contracting officers an EEO Officer who will have c The contractor will encourage Is present employees to the responsibility for and must be capable of effectively refer minorities and women as applicants for employment. administering and promoting an active EEO program and who Information and procedures with regard to referring such must be assigned adequate authority and responsibility to do applicants will be discussed with employees. so 5.Personnel Actions:Wages,waking conditions,and 3. Dissemination of Policy:All members of the contractors employee benefits shall be established and administered,and staff who are authorized to hire,supervise,promote,and personnel actions of every type,including hiring,upgrading, discharge employees,a who recommend such action,or who promotion,transfer,demotion,layoff,and termination,shall be are substantially involved in such action,will be made fully taken without regard to race,color,religion,sex,national cognizant of,and will implement,the contractor's EEO policy origin,age or disability. The following procedures shall be and contractual responsibilities to provide EEO in each grade followed. and dassitication of employment. To ensure that the above agreement will be met.the following actions will be taken as a a The contractor will conduct periodic inspections of protect minimum sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site a. Periodic meetings of supervisory and personnel office personnel. employees will be conducted before the start of work and then not less often than once every six months,at which time the b The contractor will periodically evaluate the spread of contractors EEO policy and its implementation will be wages paid within each classification to determine any reviewed and explained The meetings will be conducted by evidence of discriminatory wage practices. the EEO Officer. c. The contractor will periodically review selected personnel b All new supervisory or personnel office employees will be actions in depth to determine whether here is evidence of given a thorough indoctrination by the EEO Officer,covering discrimination. Where evidence is bund,the contractor will all major aspects of the contractor's EEO obligations within promptly take corrective action. If the review indicates that the thirty days following their reporting for duty with the contractor. discrimination may extend beyond the actions reviewed,such corrective action shall indude all affected persons. c. All personnel who are engaged in direct recruitment for the protect will be instructed by the EEO Officer in the d The contractor will promptly investigate all complaints of contractors procedures for locating and hiring minorities and alleged discrimination made to the contractor in connection womenwith its obligations under this contract,will attempt to resolve such complaints,and will take appropriate corrective action d Notices and pasters setting forth the contractor's EEO within a reasonable time. If the investigation indicates that the policy will be placed in areas readily accessible to employees, discrimination may affect persons other than the complainant, applicants for employment and potential employees. such corrective action shall include such other persons. Upon completion of each investigation,the contractor will inform e The contractors EEO policy and the procedures to every complainant of all of their avenues of appeal. implement such policy will be brought to the attention of employees by means of meetings,employee handbooks,or 6.Training and Promotion: other appropriate means. a. The contractor will assist in locating.qualifying,and increasing the skills of minorities and women who are 2 BID NO: 2020-026-DF CITY OF MIAMI BEACH MI AM 1 BEACH 163 applicants for employment or current employees. Such efforts with the requirements for and comply with the Americans with should be aimed at developing full tourney level status Disabilities Act and all rules and regulations established there employees in the type of trade or job dassificafice involved. under Employers must provide reasonable ac:enmodahon In all employment activities unless to do so would cause an b. Consistent with the contractor's work force requirements undue hardship. and as permissible under Federal and State regulations,the contracts shall make full use of training programs,i.e., 9.Selection of Subcontractors,Procurement of Materials apprenticeship,and on-the-job training programs for the and Leasing of Equipment:The contractor shall not geographical area of contract performance. In the event a discriminate on the grounds of race,color,religion,sex, special provision for training is provided under this contract. national origin,age a disability in the selection and retention this subparagraph will be superseded as indicated in the of subcontractors,including procurement of materials and special provision. The contracting agency may reserve leases of equipment_ The contractor shall lake all necessary training positions for persons who receive welfare assistance and reasonable steps to ensure nondiscrimination in the in accordance with 23 U.S C 140(a). administration of this contract c The contractor will advise employees and applicants for a The contractor shall notify all potential subcontractors and employment of available training programs and entrance suppliers and lessors of their EEO obligations under this requirements for each. contract d The contractor will penodically review the training and b The contractor will use good faith efforts to ensure promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations. women and will encourage eligible employees to apply for such naming and promotion. 10.Assurance Required by 19 CFR 26.13(b): 7.Unions:If the contractor relies in whole a in part upon unions as a source of employees,the contractor will use good a The requirements of 49 CFR Part 26 and tie Stale faith efkxls to obtain the cooperation of such unions to DOT's U.S.DOT-approved DBE program are incorporated by increase opportunities for minorities and women. Actions by reference the contractor,either directly or through a contractors association acting as agent,will include the procedures set b. The contractor or subcontractor shall not discriminate on forth below the basis of race.color.national origin,or sex in the performance of this contract. The contractor shall carry out a. The contractor will use good faith efforts to develop,in applicable requirements of 49 CFR Part 26 in the award and cooperation with the unions,joint training programs aimed administration of DOT-assisted contracts. Failure by the toward qualifying more minorities and women tor membership contractor to carry out these requirements is a material breach in the unions and increasing the skills of minorities and women of this contract,which may result in the termination of this so that they may qualify for higher paying employment. contract or such other remedy as the contracting agency deems appropriate. b The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such 11.Records and Reports:The contractor shalt keep such union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO regard to their race,cola,religion,sex,national origin,age or requirements Such records shall be retained for a period of disability. three years((Arming the date of the final payment to the contractor fa all contract work and shall be available al c. The contractor is to obtain information as to the referral reasonable times and places for inspection by authorized practices and policies of the labor union except that to the representatives of the contracting agency and the FHWA. extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such a The records kept by the contractor shall document the information to the contractor,the contractor shall so certify to following the contracting agency and shall set forth what efforts have been made to obtain such information (1)The number and work hours o1 minority and non- minority group members and women employed in each work d In the event the union is unable to provide the contractor classification on the project: with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement,the contractor will (7)The progress and efforts being made,in cooperation through independent recruitment efforts,Al the employment with unions,when applicable,to increase employment vacancies without regard to race,cola,religion,sex,national opportunities for minorities and women,and origin,age a disability,making All efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union (3)The progress and efforts being made in locating.hiring, to provide sufficient referrals(even though it is obligated to training.qualifying,and upgrading minoriles and women, provide exclusive referrals under the terms of a collective bargaining agreement)does not relieve the contractor from the b The contractors and subcontractors will submit an annual requirements of this paragraph In the event the union referral report to the contracting agency each July for the duration of practice prevents the contractor from meeting the obligations the prc ect,indicating the number of minority,women,and pursuant to Executive Order 11246,as amended,and these non-minority group employees currently engaged in each work special provisions,such contractor shall immediately notify the dassificahon required by the contract work. This information is amtiachng agency. to be reported on Form FHWA,1391. The staffing data should represent the prgectwork lace on board in all or any part of 8. Reasonable Accommodation for Applicants/ the last payroll period preceding the end of July. If on-the-jab Employees with Disabilities: 1 he contractor must be familiar training is being required by special provision,the contractor 3 BID NO: 2020-026-DF CITY OF MIAMI BEACH -�^•'LAM^i BEACH 164 y,ir�fvt, will be required to collect and report training data. The of paragraph 1.dof this section;also,regular contributions employment data should reflect the work force on board during made or costs incurred fa more Than a weekly period(but not all or any part of the last payroll penod preceding the end of less often than quarterly)under plans,funds,or programs Julywhich cover the particular weekly period,are deemed to be constructively made or incurred during such weekly period Such laborers and mechanics shall be paid the appropnale 111.NONSEGREGATED FACILITIES wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to This provision is applicable to all Federal-aid construction skill,except as provided in 29 CFR 5.50X4).Laborers a contracts and to all related construction subcontracts of mechanics performing work in more than one classification $10,000 or more. may be compensated at the rate specified for each classification for the time actually worked therein:Provided, The contractor must ensure that facilities provided for That the employer's payroll records accurately set forth the employees are provided in such a manner that segregation on time spent in each classification in which work is performed. the basis of race,cola,religion,sex,or national origin cannot The wage determination(including any additional dassitication result. The contractor may neither require such segregated and wage rates conformed under paragraph 1.b.of this use by written or oral policies nor tolerate such use by section)and the Davis-Bacon poster(WH-1321)shall be employee custom. The contractors obligation extends further posted at all times by the contractor and its subcontractors al to ensure that its employees are not assigned to perform their the site of the work in a prominent and accessible place where services at any location,under the contractors control,where it can be easily seen by the workers. the facilities are segregated. The term"facilities"includes waiting rooms,work areas,restaurants and other eating areas, b.(1)The contracting officer shall require that any class of time docks,restrooms.washrooms,locker roans,and other laborers or mechanics,including helpers,which is not listed in storage or dressing areas,parking lots,drinking fountains, the wage determination and which is to be employed under the recreation or entertainment areas,transportation,and housing contract shall be classified in conformance with the wage provided for employees. The contractor shall provide separate determination.The contracting officer shall approve an or single-user restroans and necessary dressing or sleeping additional classification and wage rale and fringe benefits areas to assure privacy between sexes. therefore only when the following criteria have been met. IV. DAVIS-BACON AND RELATED ACT PROVISIONS (i)The work to be performed by the classification requested is not performed by a dassificahon in the wage This section is applicable to all Federal-aid constructiondeterrtsnahon,and projects exceeding$2.000 and to all related subcontracts and lower-tier subcontracts(regardless of subcontract size). The (5)The classification is utilized in the area by the requirements apply to all projects located within the right-of- construction industry,and way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors,which are exempt. (iii)The proposed wage rate,including any bona ide Contracting agencies may elect to apply these requirements to fringe benefits,bears a reasonable relationship to the other projectswage rates contained in the wage determination. The following provisions are from the U.S.Department of (2)If the contractor and the laborers and mechanics to be Labor regulations in 29 CFR 5.5'Contract provisions and employed in the classification(if known),or tiler related matters"with minor revisions to conform to the FHWA- representatives,and the contracting officer agree on the 1273 format and FHWA program requirements. classification and wage rate(including the amount designated for fringe benefits where appropriate),a report of the action taken shall be sent by the contracting officer to the 1. Minimum wages Administrator of the Wage and Hour Division,Employment Standards Administration,U.S.Department of Labor, a. All laborers and mechanics employed or waking upon Washington,DC 20210.The Administrator,or an authorized the site of the work,will be paid unconditionally and not less representative,will approve,modify,or disapprove every often than once a week,and without subsequent deduction or additional classification action within 30 days of receipt and • rebate on any account(except such payroll deductions as are so advise the contracting officer or will notify contracting permitted by regulations issued by the Secretary of Labor officer within the 30-day period that additionall time is under the Copeland Act(29 CFR part 3)),the full amount of necessary. wages and bona fide fringe benefits(or cash equivalents thereof)due at time of payment computed at rates not less (3)In the event the contractor,the laborers or mechanics than those contained in the wage determination of the to be employed in the classification or their representatives, Secretary of Labor which is attached hereto and made a part and the contracting officer do not agree am the proposed hereof,regardless of any contractual relationship which may classification and wage rate(including the amount be alleged to exist between the contractor and such laborers designated for tinge benefits,where appropriate),the and mechanics, contracting officer shall refer the questions,including the views of afi interested parties and the recommendation of the Contributions made or costs reasonably anticipated for bona contracting officer,to the Wage and Hour Administrator for fide fringe benefits under section 1(b)(2)of the Davis-Bacon determination.The Wage and Hour Administrator,or an Act on behalf of laborers or mechanics are considered wages authorized representative,will issue a determination within paid to such laborers or mechanics,subject to the provisions 30 days of receipt and so advise the contracting officer or 4 BID NO: 2020-026-DF CITY OF MIAMI BEACH 1\rf i AAA r 165 ti3atf�'ti �� }� will notify Ute contracting officer within the 30-day period that Bacon Act,the contractor shall maintain records which show additional time is necessary. that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible,and that the plan or program has been communicated in writing to the (4)The wage rate(including fringe benefits where appropriate)determined pursuant to paragraphs 1.b.(2)a laborers or mechanics affected,and records which show the 1.b.(3)of this section,shall be paid to all workers perfuming costs anticipated or the actual cost incurred in providing such work in the classification under this contract from the lest benefits.Contractors employing apprentices or trainees under day on which work is performed in the classification. approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs,the registration of the apprentices and c.Whenever the minimum wage rate prescribed in the Ii ainees.and the ratios and wage rates prescribed in the contract for a class of laborers or mechanics includes a fringe applicable programs. benefit which is not expressed as an hourly rate,the contractor shall either pay the benefit as stated in the wage determination b(1)The contractor shall submit weekly for each week in or shall pay another bona fide fringe benefit or an hourly cash which any contact work is performed a copy of all payrolls to equivalent thereof. the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be d If the contractor does not make payments to a trustee a maintained under 29 CFR 5.5(aX3)(i),except that full social other third person,the contractor may consider as part of the security numbers and bane addresses shall not be included wages of any laborer or mechanic the amount of any costs on weekly transmittals.Instead the payrolls shall only need to reasonably anticipated in providing bona fide fringe benefits include an individually identifying number for each employee under a plan or program,Provided,That the Secretary of e.g .the last four digits of the employee's social security Labor has found,upon the written request of the contractor, number).The required weekly payroll information may be that the applicable standards of the Davis-Bacon Act have submitted in any lam desired.Optional Form WH-347 is been met The Secretary of Labor may require the contracts available fa this purpose ton the Wage and Hour Division to set aside in a separate account assets kx the meeting of Web site at http?/www.dol gov/esalwhdlforms/wh347instr.htm obligations under the plan Or program. or its successor site.The prime contractor is responsible fa the submission of copies of payrolls by all subcontractors. 2. Withholding Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency The contracting agency shall upon its own action or upon for transmission to the Stale DOT,the FHWA or the Wage and written request of an authorized representative of the Hour Division of the Department of Labor tor purposes of an Department of Labor,withhold or cause to be withheld tam investigation a audit of compliance with prevailing wage the contractor under this contract,or any other Federal requirements.Ills not a violation of this section for a prime contract with the same prime contractor,a any other federally- contracts to require a subcontractor to provide addresses and assisted contract subject to Davis-Bacon prevailing wage social security numbers to the prime contractor for its own requirements,which is held by the same prime contractor,so records,without weekly submission to the contracting agency.. much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, (2)Each payroll submitted shall be accompanied by a including apprentices,trainees,and helpers,employed by the 'Statement of Compliance,"signed by the contractor a contractor or any subcontractor the full amount of wages subcontractor or his or her agent who pays or supervises the required by the contract. In the event of failure to pay any payment of the persons employed under the contract and shall laborer or mechanic,including any apprentice,trainee,or certify the following: helper,employed a waking on the site of the work,all or part of the wages required by the contract,the contracting agency may,after written notice to the contractor,take such action as (i)That the payroll for the payroll period contains the may be necessary to cause the suspension of any Gather information required to be provided under§5.5(aX3Xii)of payment.advance,a guarantee of funds until such violations Regulations.29 CFR part 5,the appropriate information is have ceased being maintained under§5 5(aX3X0 of Regulations,29 CFR part 5,and that such information is correct and 3. Payrolls and basic records complete, a. Payrolls and basic records relating thereto shall be (u)That each laborer or mechanic(including each maintained by the contractor dunng the course of the work and during1per,apprentice,payrolland trainee)s employed the on the contract preserved for a period of three years thereafter for all laborers during the without rebate,has been paid full weekly and mechanics working at the site of the work.Such records wages earned,ui do s either directly or indirectly, shall contain the name,address,and social security number of and that no deductions have been made either directly or each such worker.his or her correct classification.hourly rates indirectly from the full wages earned,other than 29 of wages paid(including rates of contributions or costs permissible deductions as sol Lath in Regulations, CFR anticipated fa bona fide fringe benefits or cash equivalents part 3, thereof of the types described in section 1(bX2XB)of the Davis-Bacon Act),daily and weekly number of hours worked. (iii)That each laborer or mechanic has been paid not deductions made and actual wages paid.Whenever the less than the applicable wage rates and tinge benefits or Secretary of Labor has found under 29 CFR 5.5(aX1 Xiv)that cash equivalents for the classification of work performed, the wages of any laborer or mechanic include the amount of as specified in the applicable wage determination any costs reasonably anticipated in providing benefits under a incorporated into the contract plan or program described in section 1(bX2XB)of the Davis- BID NO: 2020-026-DF CITY OF MIAMI BEACH BEACH 166 (3)The weekly submission of a properly executed rate specified in the applicable wage determination. certification set forth on the reverse side.of Optional Form Apprentices shall be paid fringe benefits in accordance with WH-347 shall satisfy the requirement for submission of the the provisions of the apprenticeship program.If the -Statement of Compliance'required by paragraph 3.b.(2)of apprenticeship program does not specify fringe benefits, this section. apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable (4)The falsification of any of the above certifications may classification If the Administrator determines that a(Afferent subject the contractor or subcontractor to civil or criminal practice hall be paid the accordanceapplidanle with apprenticettermination, prosecution under section 1001 of title 18 and section 231 of fringes shall be paid in with that determination. title 31 of the United States Code. In the event the Office of Apprenticeship Training.Employer c.The contractor a subcontractor shall make the records and Labor Services,or a Slate Apprenticeship Agency required under paragraph 3.a.of this section available for recognized by the Office,withdraws approval of an inspection,copying,or transcription by authorized apprenticeship program,the contractor will no longer be representatives of the contracting agency.the Slate DOT,the permdted to utilize apprentices al Less than the applicable FHWA, or the Department of Labor,and shall permit such predetermined rate fix the work performed until an acceptable representatives to interview employees during working hours Proggramramis approved on the jab.It the contractor or subcontractor fails to submit the required records or to make them available,the FHWA may, b Trainees((regains of the USDOL) after written notice to the contactor.the contracting agency or the State DOT,take such action as may be necessary to Except as provided in 29 CFR 5.16,trainees will not be cause the suspension of any further payment advance,or guarantee of funds.Furthermore,failure to submit the required permitted to work at less than the predetermined rate for the records upon request or to make such records available may work performed unless they are employed pursuant to and be grounds for debarment action pursuant to 29 CFR 5.12. individually registered in a program which has received poor approval,evidenced by formal certification by the U.S. Department of Labor.Employment and Training 4.Apprentices and trainees Administration_ a.Apprentices(programs of the USDOL). The ratio of trainees tojourneymen on the job site shall not be greater than permitted under the plan approved by the Apprentices will be permitted to work al less than the Employment and Training Adminishafion. predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide Every trainee must be paid at not less than the rate specified apprenticeship program registered with the U.S.Department of in the approved program for the trainees level of progress, Labor,Employment and Training Administration,Office of expressed as a percentage of the journeyman hourly rale Apprenticeship Training.Employer and Labor Services,a with speafied in the applicable wage determination.Trainees shall a State Apprenticeship Agency recognized by the Office,or if a be paid hinge benefits in accordance with the provisions of the person is employed in his or her first 90 days of probationary trainee program.It the trainee program does not mention employment as an apprentice in such an apprenticeship fringe benefits,trainees shall be paid the full amount of tinge program,who is not individually registered in the program,but benefits listed on the wage determination unless the who has been certified by the Office of Apprenticeship Administrator of the Wage and Hour Division determines that Training,Employer and Labor Services or a State there is an apprenticeship program associated with the Apprenticeship Agency(where appropriate)lobe eligible to corresponding journeyman wage rate al the wage probationary employment as an apprentice. determination which provides fa less than full fringe benefits for apprentices.Any employee listed on the payroll at a trainee The allowable ratio of apprentices to journeymen on the job rate who is not registered and participating in a training plan site in any craft dassitcation shall not be greater than the ratio approved by the Employment and Training Administration shall permitted to the contractor as to the entire work force under be paid not less than the applicable wage rate en the wage the registered program.Any worker listed on a payroll at an determination y t the a classification ng workof work the lobtually site in ed. apprentice wage rate,who is not registered or otherwise In addition,any trainee performing on the lob site m employedexcess of the ratio permitted under the registered program as stated above,shall be paid not less than the shall be paid not less than the applicable wage rate on the applicable wage rale on the wage determination for the classification of work actually performed.In addition,any wage determination for the work actually performed. apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not In the event the Employment and Training Administration less than the applicable wage rate on the wage determination withdraws approval of a training program,the contractor will no for the work actually performed.Where a contractor is longer be permitted to utilize trainees at less than the performing construction on a project in a locality other than applicable predetermined rate for the work performed until an that in which its program is registered,the ratios and wage acceptable program is approved rates(expressed in percentages of the journeyman's hourly rate)specified in the contractor's a subcontractors registered program shall be observed. c.Equal employment opportunity The utilization of apprentices.trainees and journeymen under this part shall be in conformity with the equal employment opportunity Every apprentice must be paid at not less than the rate requirements of Executive Order 11246,as amended,and 29 specified in the registered program for the apprentices level of CFR part 30. progress,expressed as a percentage of the journeymen hourly 6 BID NO: 2020-026-DF CITY OF MIAMI BEACH AA. BEACH 167 d Apprentices and Trainees(programs of the U.S.DOT). Apprentices and trainees waking under apprenticeship and S. CONTRAC T WORK HOURS AND SAFETY skill training programs which have been certified by the STANDARDS ACT Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not The following dauses apply to any Federal-aid construction subject to the requirements of paragraph 4 of this Section IV. contract in an amount in excess of$100,000 and subject to the The straight time hourly wage rates for apprentices and overtime provisions of the Contract Work Hours and Safety trainees under such programs will be established by the Standards Act.These dauses shall be inserted in addition to particular programs.The ratio of apprentices and trainees to the dauses required by 29 CFR 5.5(a)or 29 CFR 4.6. As journeymen shall not be greater than permitted by the terms of used in this paragraph,the terms laborers and mechanics the particular program. include watchmen and guards. 5.Compliance with Copeland Act requirements. The 1.Overtime requirements. No contractor a subcontractor contractor shall amply with the requirements of 29 CFR part contracting for any part of the contract work which may require 3,which are incorporated by reference in this contractor involve the employment of laborers or mechanics shall require or permit any such laborer a mechanic in any 6.Subcontracts. The contractor or subcontractor shall insert workweek in which he or she is employed on such work to Form FHWA-1273 in any subcontracts and also require the work in excess of forty hours in such workweek unless such subcontractors to include Form FHWA-1273 in any lower tier laborer or mechanic receives compensation al a rate not less subcontracts.The prime contractor shall be responsible for the man one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. compliance by any subcontractor a laver tier subcontractor with all the contract clauses in 29 CFR 5.5. 2.Violation;liability for unpaid wages;liquidated 7.Contract termination:debarment. A breach of the damages In the event of any violation of the clause set forth in paragraph(1 of this section,the contractor and any contract clauses In 29 CFR 5.5 may be grounds for termination of the contract,and for debarment as a contractor and a subcontracts responsible therefor shall be liable fa the subcontracts as provided in 29 CFR 5.12. unpaid wages.In addition,such contractor and subcontractor shall be liable to the United Stales(in the case of work done under contract for the District of Columbia or a territory,to such 8.Compliance with Davis-Bacon and Related Act District a to such terntory),for liquidated damages.Such requirements.All rulings and interpretations of the Davis- liquidated damages shall be computed with respect to each Bacon and Related Acts contained in 29 CFR parts 1,3,and 5 individual laborer a mechanic,including watchmen and are herein incorporated by reference in this contract guards,employed in violation of the dause set forth in paragraph(1)of this section,in the sum of$10 fa each 9.Disputes concerning labs standards.Disputes arising calendar day on which such individual was required or out of the labor standards provisions of this contract shall not permitted to work in excess of the standard workweek of forty be subject to the general disputes dause of this contract.Such hours set forthon pin paragraphant the 1)01 this wages required by the disputes shall be resolved in accordance with the procedures clause set in (1)of section. of the Department of Labor set forth in 29 CFR parts 5,6,and 7 Disputes within the meaning of this clause include disputes 3.Withholding for unpaid wages and liquidated damages. between the contractor(or any of its subcontractors)and the The FHWA a the contacting agency shall upon ds own action contracting agency,the U.S.Department of Labor,or the or upon written request of an authorized representative of the employees or their representatives. Department of Labor withhold or cause to be withheld.from any moneys payable on account of work performed by the 10.Certification of eligibility. contractor or subcontractor under any such contract a any other Federal contract with the same prime contractor,a any other federally-assisted contract subject to the Contract Work a.By entering into this contract,the contractor certifies that Hours and Safety Standards Act,which is held by the sane neither it(nor he a she)nor any person or firm who has an prime contractor,such sums as may be determined to be interest in the contractors firm is a person or firm ineligible to necessary to satisfy any liabilities of such contractor a be awarded Government contracts by virtue of section 3(a)of subcontractor for unpaid wages and liquidated damages as the Davis-Bacon Acta 29 CFR 5.12(aX1). provided in the clause set forth in paragraph(2.)of this section b No part of this contract shall be subcontracted to any person a firm ineligible for award of a Government contract by virtue 4.Subcontracts. The contractor or subcontractor shall insert of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a))1). in any subcontracts the clauses set forth in paragraph(1.) through(4)of this section and also a clause requiring the c The penalty for making false statements is prescribed in the subcontractors to include these dauses in any lower tier c S Criminal Core. 8 U1001e subcontracts The prime contractor shall be responsible for Ucompliance by any subcontracts or Iowa tier subcontractor with the clauses set forth in paragraphs(1)through(4.)of this section BID NO: 2020-026-DF CITY OF MIAMI BEACH .-I BEACH evidenced in writing and that it contains all pertinent provisions VI.SUBLETTING OR ASSIGNING THE CONTRACT and requirements of the prime contract. This provision is applicable to all Federal-aid construction 5.The 30%self-performance requirement of paragraph(1)is contracts on the National Highway System. not applicable to design-build contracts,however,contracting agencies may establish their own self-performance 1 The contractor shall perform with its own organization requirements. contract work amounting to not less than 30 percent(or a greater percentage if specified elsewhere in the contract)of the total signal contract pace,excluding any specialty items VII.SAFETY:ACCIDENT PREVENTION designated by the contracting agency. Specialty items may be performed by subcontract and the amain(of any such This provision is applicable to all Federal-aid construction speaalN items performed may be deducted tom the total contracts and to all related subconhacts signal contract price before computing the amount of work required to be perfumed by the contractor's own organization 1. In the pertamance of this contract tine contractor shall (23 CFR 635.116). comply with all applicable Federal.State.and local laws governing safety,health,and sanitation(23 CFR 635).The a The term"perform work with its own organization"refers centracla shall provide all safeguards,safety devices and to workers employed or leased by the prime contractor,and protective equipment and take any other needed actions as It equipment owned or rented by the prime contractor,with a determines,a as the contracting officer may determine,lobe without operators. Such term does not include employees or reasonably necessary to protect the life and health of equipment of a subcontracts a lower her subcontractor, employees on the job and the safety of the public and to agents of the prime contractor,or any other assignees. The protect property in connection with the pertamance of the term may include payments for the costs of hiring leased work covered by the contract. employees from an employee leasing firm meeting all relevant Federal and Stale regulatory requirements. Leased 2 It is a condition al this(=tract,and shall be made a employees may only be included in this term if the prime condition of each subcontract,which the contractor enters into IXIDtiacla meets all of the following conditions pursuant to this contract,that the contractor and any subcontractor shall not permit any employee,in performance (1)the pnme contractor maintains control over the of the contract,to work in surroundings a under conditions supervision of the day-today activities of the leased which are unsanitary,hazardous Cl"dangerous to his/her employees; health a safety,as determined under construction safety and (2)the prime contractor remains responsible for the quality health standards(29 CFR 1926)promulgated by the Secretary of the work of the leased employees; of Labor,in accordance with Section 107 of the Contract Work (3)the prime contractor retains all power to accept or Hours and Safety Standards Act(40 U S.C.3704). exclude individual employees from work on the project,and (4)the prime contractor remains ultimately responsible to 3.Pursuant to 29 CFR 1926.3.it is a condition of this contract the payment of predetermined minimum wages,the that the Secretary of Labor or authorized representative submission of payrolls.statements of compliance and all thereof.shall have right of entry to any site of contract other Federal regulatory requirements. performance to inspect a investigate the matter of compliance with the construction safety and health standards and to cairy b."Spedally Heins"shall be construed to be limited to work omit the duties of the Secretary under Section 107 of the that requires highly specialized knowledge,abilities,a Contract Work Hairs and Safely Standards Act(40 equipment not adinanly available in the type of contracting U.S C.3704). organizations qualified and expected to bid or propose on the contract as a whole and in general are lobe limited to mina components of the overall contract. VIII.FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 2.The contract amount upon which the requirements set forth in paragraph(1)of Section VI is computed includes the cost of This provision is applicable to all Federal-aid construction material and manufactured products which are to be contracts and to all related subcontracts purchased or produced by the contractor under the contract provisions. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high 3 The conhaclor shall furnish(a)a competent superintendent degree of reliability on statements and representations made or supervisor who is employed by the firm,has full authority to by engineers,ea-di-actors,suppliers,and workers on Federal- direct performance of the work IS accordance with the contract aid highway projects,d is essential that all persons concerned requirements,and is in charge of all construction operations with the project perkxm their functions as carefully,thoroughly, (regardless of who performs the work)and(b)such other of its and honestly as possible. Willful falsification,distation,a own organizational resources(supervision,management,and misrepresentation with respect to any facts related to the engineering services)as the contracting officer determines is project is a violation of Federal law. To prevent any necessary to assure the performance of the contract. misunderstanding regarding the seriousness of these and similar acts.Form FHWA-1022 shall be posted on each 4 No portion of the contract shall be sublet,assigned or Federal-aid highway project(23 CFR 635)in one or more otherwise disposed of except with the written consent of the places where it is readily available to all persons concerned contracting officer,a authorized representative,and such with the project. consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only alter the 18 U.S.C.1020 reads as follows. contracting agency has assured that each subcontract IS 8 BID NO: 2020-026-DF CITY OF MIAOMI BEACH MIAMI BEACH "Whoever,being an officer,agent,or employee of the United covered transaction.The prospective first tier participant shall States,or of any State a Territory,or whoever,whether a submit an explanation of why it cannot provide the certification person,association.firm,or corporation,knowingly makes any set cut below.The certification a explanation will be false statement,false representation,or false report as to the considered in connection with the department or agency's character,quality,quantity,or cost of the material used or to determination whether to enter into this transaction.However, be used,or the quantity or quality of the work performed or to failure of the prospective first tier participant to furnish a be performed,or the cost thereof in connection with the certification or an explanation shall disqualify such a person submission of plans,maps,specifications,contracts,or costs from parbdpation in this transaction. of construction on any highway or related project submitted for approval to the Secretary of Transportation,or c.The certification in this clause is a material representation of fact upon which reliance was placed when the contracting Whoever knowingly makes any false statement,false agency determined to enter into this transactionlilt is later representation,false report a false claim with respect to the determined that the prospective parbdpant knowingly rendered character,quality,quantity,or cost of any work performed or to an erroneous certification.in addition to other remedies be performed,or materials furnished or to be furnished,in available to the Federal Government,the contracting agency connection with the construction of any highway or related may terminate this transaction for cause of default. project approved by the Secretary of Transportation,or d The prospective first tier participant shall provide Whoever knowingly makes any false statement or false immediate wntten notice to the contracting agency to wham representation as to material fact in any statement,certificate, this proposal is submitted if any time the prospective first tier or report submitted pursuant to provisions of the Federal-aid participant learns that its certification was erroneous when Roads Act approved July 1,1916,(39 Stat.355),as amended submitted or has become erroneous by reason of dhanged and supplemented; arcumstances. Shall be fined under this title or impnsoned not more than 5 e.The terms"covered transaction,""debarred," years or both." "suspended,""ineligible,""participant,""person,""pnncipal," and"voluntarily excluded."as used in this clause,are defined in 2 CFR Parts 180 and 1200. 'First Tier Covered IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions'refers to any covered transaction between a WATER POLLUTION CONTROL ACT grantee or subgrantee of Federal funds and a participant(such as the pnme or general contract) "Lower Tier Covered This provision is applicable to all Federal-aid construction Transactions'refers to any covered transaction under a First contracts and to all related subcontracts. Tier Covered Transaction(such as subcontracts). "First Tier Participant'refers to the participant who has entered into a By submission of this bid/proposal or the execution of this covered transaction with a grantee or subgrantee of Federal contract,or subcontract,as appropriate,the bidder,proposer, funds(such as the prime or general contractor). "Lower Tier Federal-aid construction contractor,or subcontractor,as Participant*refers any participant who has entered into a appropriate,will be deemed to have stipulated as follows. covered transaction with a First Tier Participant or other Lower Tier Participants(such as subcontractors and suppliers) 1 That any person who is or will be utilized in the performance of this contract is not prohibited torn receiving an f.The prospective first tier participant agrees by submitting award due to a violation of Section 508 of the Clean Water Act this proposal that,should the proposed covered transaction be a Section 306 of the Clean Air Actentered into,it shall not knowingly enter into any lower tier 2.That the contractor agrees to include or cause to be covered transaction with a person who is debarred, induded the requirements of paragraph(1)of this Section X in suspended.declared ineligible,or voluntarily excluded from every subcontract,and further agrees to take such action as participation in this covered transaction,unless authorized by the contracting agency may direct as a means of enforcing the department or agency entering into this transaction such requirements. g The prospective first tier participant further agrees by submitting this proposal that it will include the dause titled X.CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment.Suspension,Ineligibility SUSPENSION,INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion-Lower Tier Covered Transactions." EXCLUSION provided by the department or contracting agency.entering into this covered transaction,without modification,in all lower This provision is applicable to all Federal-aid construction tier covered transactions and in all solicitations for lower tier contracts,designbuild contracts,subcontracts,lower-tier covered transactiais exceeding the$25,000 threshold. subcontracts,purchase orders,lease agreements,ccnsullanl contracts or any other covered transaction requiring FHWA h.A participant in a covered transaction may rely upon a approval or that is estimated to cost$25000 a more- as certification of a prospective participant in a lower tier covered defined in 2 CFR Parts 180 and 1200. transaction that is not debarred,suspended,ineligible,or voluntarily excluded torn the covered transaction,unless it knows that the certification is erroneous A participant is responsible to ensuring that its principals are not suspended. 1.Instructions for Certification-First Tier Participants: debarred,or otherwise ineligible to participate in covered transactions To verify the eligibility of its principals,as well as a.By signing and submitting this proposal,the prospective the eligibility of any laver tier prospective participants,each first tier participant is providing the certification set out belowparticipant may,but is not required to.chedc the Excluded Parties List System website(hitpsliwww.epls.aov/),which is b The inability of a person to provide the certification set out compiled by the General Services Administration. below will not necessarily result in denial of participation in this 9 BID NO: 2020-026-DF CITY OF MIAOC; MI BEACH " BE AC i. Nothing contained in the foregoing shall be construed to this transaction originated may pursue available remedies, require the establishment of a system of records in order to including suspension and/or debarment. render in good faith the certification required by this clause. The knowledge and information of the prospective participant c.The prospective lower tier participant shall provide is not required to exceed that which is nortnalty possessed by immediate written notice to the person to which this proposal is a prudent person in the ordinary course of business dealings. submitted if at.any time the prospective lower tier participant teams that its certification was erroneous by reason of j.Except for transactions authorized under paragraph(1)of changed circumstances. these instructions,if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a d.The terms"covered transaction,'"debarred," person who is suspended,debarred,ineligible,or voluntarily "suspended,""ineligible,'"participant,""person,""principal," excluded from participation in this transaction,in addition to and'voluntanly excluded,"as used in this dause,are defined other remedies available to the Federal Government.the in 2 CFR Parts 180 and 1200. You may contact the person to department or agency may terminate this transaction fa cause which this proposal is submitted for assistance in obtaining a err defaultcopy of those regulations. 'First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant(such as the prime or general contract). 'Lower Tier Covered Transactions' 2. Certification Regarding Debarment,Suspension, refers to any covered transaction under a First Tier Covered ineligibility and Voluntary Exclusion—First Tier Transaction(such as subcontracts). 'First Tier Participant" Participants: refers to Ute participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds a The prospective first tier participant certifies to the best of (such as the prime a general contractor). 'Lower Tier its knowledge and belief.that it and its principals: Participant"refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower (1) Are not presently debarred,suspended,proposed foe Tier Participants(such as subcontractors and suppliers) debarment,declared ineligible,or voluntarily excluded from participating in covered transactions by any Federal e The prospective lower her participant agrees by department or agency, submitting this proposal that,should the proposed covered transaction be entered into,it shall not knowingly enter into (2) Have not within a three-year period preceding this any lower tier covered transaction with a person who is proposal been convicted of or had a civil judgment rendered debarred,suspended,declared ineligible,or voluntarily against them for commission of fraud or a criminal offense in excluded from participation in this covered transaction,unless connection with obtaining,attempting to obtain,or performing authorized by the department or agency with which this a public(Federal,State or local)transaction or contract under transaction originated. a public transaction;violation of Federal or Stale antitrust statutes or commission of embezzlement,theft,forgery, f.The prospective lower tier participant further agrees by bribery,falsification or destruction of records.making false submitting this proposal that it will include this clause tilled statements,or receiving stolen property; "Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," (3) Are not presently indicted for or otherwise criminally or without modification,in all lower tier covered transactions and civilly charged by a governmental entity(Federal,State cc in all solicitations for lower tier covered transactions exceeding local)with commission of any of the offenses enumerated in the$25,000 threshold. paragraph(a)(2)of this certification;and g.A participant in a covered transaction may rely upon a (4) Have not within a three-year period preceding this certification of a prospective participant in a lower tier covered application/proposal had one or more public transactions transaction that is not debarred,suspended,ineligible,or (Federal,State or local)terminated for cause or defaultvduntanly excluded from the covered transaction,unless it knows that the certification is erroneous A participant is b. Where the prospective participant is unable to certify to responsible for ensuring that its principals are not suspended, any of the statements in this certification,such prospective debarred,or otherwise ineligible to participate in covered participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its principals,as welt as the eligibility of any lower tier prospective participants,each 2.Instructions for Certification-Lower Tier Participants: participant may,but is not required to,check the Excluded Parties List System website(https-//www eels qnv/),which is (Applicable to all subcontracts,purchase orders and other compiled by the General Services Administration. lower tier transactions requiring prior FHWA approval or estimated to cost$25,000 or more-2 CFR Parts 180 and h Nothing contained in the foregoing shall be construed to 1200) require establishment of a system of records in order to render in good faith the certification required by this dause.The a By signing and submitting this proposal,the prospective knowledge and information of participant is not required to lower tier is providing the certification set out below. exceed that which is normally possessed by a prudent person in the ordinary course of business dealings b.The certification in this clause is a material representation of fact upon which reliance was placed when this transaction i Except for transactions authorized under paragraph e of was entered into.If it is later determined that the prospective these instructions,if a participant in a covered transaction lower tier participant knowingly rendered an erroneous knowingly enters into a laver tier covered transaction with a certification,in addition to other remedies available to the person who is suspended,debarred,ineligible.or voluntarily Federal Government,the department,or agency with which excluded torn participation in this transaction.in addition to other remedies available to the Federal Government,the 10 CITY OF MIAMI BEACH , I BEACH BID NO: 2020-026-DF 171 � AM��"� department a agency with which this transaction originated may pursue available remedies,including suspension and/or debarment Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1 The prospective lower her participant certifies,by submission of this proposal,that neither it nor its principals is presently debarred,suspended,proposed for debarment, declared ineligible,or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2 Where the prospective lower her participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this proposal. Xl.CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000(49 CFR 20). 1 The prospective participant certifies,by signing and submitting this bid or proposal,to the best of his a her knowledge and belief,that: a No Federal appropnated funds have been paid or will be paid,by a on behalf of the undersigned,to any person Ice influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,a an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,Of moditcahen of any Federal contract.grant,loan,or cooperative agreement. b.If any funds other than Federal appropriated funds have been paid a will be paid to any person for influenang a attempting to influence an officer or employee of any Federal agency,a Member of Congress.an officer or employee of Congress.or an employee of a Member of Congress in connection with this Federal contract,grant,loan,Of cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. 2.This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering Into this transaction imposed by 31 U.S.C.1352 Any person who taus to file the required certiticafion shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 fa each such failure 3.The prospective participant also agrees by submilhng its bid or proposal that the participant shall require that the language of this certitcatiah be included in all lower tier subccotracls,which exceed$100,000 and that all such recipients shall certify and disclose accordingly. 11 BID NO: 2020-026-DF CITY OF MIA2MI BEACH /\ AAI BEACH ATTACHMENT A-EMPLOYMENT AND MATERIALS 6.The contractor shall include the provisions of Sections 1 PREFERENCE FOR APPALACHIAN DEVELOPMENT through 4 of this Attachment Ain every subcontract for work HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS which is.or reasonably may be,done as on-site work ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1 During the performance of this contract,the contractor undertaking to do work which is,or reasonably may be,done as on-site work,shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated,or the subregion,or the Appalachian counties of the Slate wherein the contract work is situated,except: a To the extent that qualified persons regularly residing in the area are not available. b For the reasonable needs of the contractor to employ supervisory or specially expenenced personnel necessary to assure an efficient execution of the contract work c.For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract.provided that the number of nonresident persons employed under Nis subparagraph(1c)shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work,except as provided in subparagraph(4)below. 2.The contractor shall place a job order with the Stale Employment Service indicating(a)the classifications of the laborers,mechanics and other employees required to perform the contract work,(b)the number of employees required in each classification.(c)the date on which the participant estimates such employees will be required,and(d)any other pertinent information required by the State Employment Service to complete the jab order farm The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work,the information submitted by the contractor in the original lob order is substantially modified,the participant shall promptly notify the State Employment Service. 3.The contract%shall give full consideration to all qualified jab applicants referred to hum by the State Employment Service. The contract%is not required to grant employment to any lob applicants who,in his opinion,are not qualified to perform the classification of work required. 4 If,within one week following the placing of a job order by the contract%with the Slate Employment Service,the Slate Employment Service is unable to refer any qualified job applicants to the contractor,or less than the number requested,the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate,the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate,notwithstanding the provisions of subparagraph(1c) above. 5. The provisions of 23 CFR 633 207(e)allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region BID NO: 2020-026-DF CITY OF MIA3MI BEACH ;;At' j BEACH LEGAL REQUIREMENTS AND RESPONSIBILITIES TO THE PUBLIC (FHWA 1273, Wage Rates, E-Verify, Title VI, DBE, and On-The-Job Training). Compliance with FHWA 1273: The FHWA-1273 Electronic version, dated May 1, 2012 is posted on the Department's website at the following URL address https://fdotwww.blob.core.windows.net/sitefinity/docs/default- source/programmanagement/implemented/urlinspecs/files/deo112468a91904c88e9414 8b94569982fdff3d2.pdf?sfvrsn=6b78d1d6 2 Take responsibility to obtain this information and comply with all requirements posted on this website up through five calendar days before the opening of bids. Comply with the provisions contained in FHWA-1273. If the Department's website cannot be accessed, contact the Department's Specifications Office Web Coordinator at (850) 414-4101. BID NO: 2020-026-DF CITY OF MIAMI BEACH n x tYn:�3 BEACH 174 ,a\ APPENDIX G List of Plans and Specifications UNDER SEPARATE COVER BID NO: 2020-026-DF CITY OF MIAMI BEACH 175 APPENDIX H Specifications UNDER SEPARATE COVER BID NO: 2020-026-DF CITY OF MIAMI BEACH k,A, BEACH 176 APPENDIX I Plans UNDER SEPARATE COVER BID NO: 2020-026-DF CITY OF MIAMI BEACH 177 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) CITY OF MIAMI BEACH NORTH SHORE OPEN SPACE PARK BEACHWALK IMPROVEMENTS PROJECT SPECIFICATIONS Prepared by: Calvin, Giordano g Associates, Inc. EXCEPIIONAL SOLUTIONS' 1800 Eller Drive•Suite 600• Fort Lauderdale, FL 33316 Phone:954.921.7781• Fax:954.921.8807 JULY 2019 CGA Project #15-7934-BWALK North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) TABLE OF CONTENTS CITY OF MIAMI BEACH NORTH SHORE OCEANSIDE PARK: BEACHWALK IMPROVEMENTS PROJECT TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 01010 Summary of Work 01021 Owner Allowances 01025 Measurement and Payment 01031 General Project Procedures 01045 Cutting and Patching 01046 Modifications to Existing Structures, Piping, and Equipment 01050 Field Engineering 01060 Regulatory Requirements and Permits 01070 Abbreviations 01090 Reference Standards 01152 Applications for Payment 01200 Project Meetings 01311 Schedules and Reports 01340 Shop Drawings, Project Data, and Samples 01380 Construction Photography 01381 Audio/Video Pre-Construction Record 01400 Quality Control 01410 Testing Laboratory Services 01505 Mobilization, Site Preparation and Demobilization 01506 Control of Work 01510 Temporary Utilities 01520 Construction Aids 01530 Protection of Existing Facilities 01540 Security TABLE OF CONTENTS TOC-i North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 01550 Site Access and Storage 01560 Traffic Controls 01570 Traffic Regulations 01580 Project Identification and Signs 01590 Contractor's Field Office 01600 Material and Equipment 01630 Substitutions 01660 Equipment Testing and Startup 01700 Contract Closeout 01710 Cleaning 01720 Project Record Documents 01730 Operating and Maintenance Data 01740 Guarantees and Bonds DIVISION 2 - SITEWORK 02010 Sub-surface Investigation 02050 Demolition 02100 Site Preparation 02200 Earthwork 02205 Clearing and Grubbing 02210 Excavation and Swale Grading 02211 Site Grading 02212 Fine Grading 02220 Trenching, Backfilling and Compacting 02221 Trenching, Bedding, and Backfill for Pipe 02230 Stabilization 02240 Limerock Base 02260 Finish Grading 02276 Stormwater Pollution Prevention Greater than 1 Acre 02420 Soil Preparation and Soil Mixes 02430 Sodding 02450 Tree and Plant Protection 02490 Trees, Plants and Groundcovers TABLE OF CONTENTS TOC-ii North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 02500 Surface Restoration 02510 Walkways 02511 Concrete Sidewalks 02520 Concrete Curbs and Headers 02780 Interlocking Concrete Pavers DIVISION 3—CONCRETE 03200 Concrete Reinforcement 03251 Joints 03300 Concrete 03350 Concrete Finishes DIVISION 4— MASONRY (NOT USED) DIVISION 5— METALS (NOT USED) DIVISION 6 -WOOD AND PLASTICS (NOT USED) DIVISION 7 -THERMAL AND MOISTURE PROTECTION (NOT USED) DIVISION 8 - DOORS AND WINDOWS (NOT USED) DIVISION 9— FINISHES (NOT USED) DIVISION 10 —SPECIALTIES (NOT USED) DIVISION 11 — EQUIPMENT (NOT USED) DIVISION 12— FURNISHING (NOT USED) DIVISION 13 - SPECIAL CONSTRUCTION (NOT USED) DIVISION 14 - CONVEYING SYSTEM (NOT USED) DIVISION 15 - MECHANICAL 15010 Testing Piping System 15060 High Density Polyethylene (HDPE) Pipe and Fittings 15064 General Purpose PVC Pipes and Fittings 15065 PVC Water Main Pipe 15100 Valves and Appurtenances DIVISION 16— ELECTRICAL TABLE OF CONTENTS TOC-iii North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 16000 Electrical General Requirements 16011 Codes and Standards 16050 Basic Electrical Materials and Methods 16110 Raceways and Boxes 16120 Conductors 16140 Wiring Devices 16160 Panelboards 16180 Safety Switches, Circuit Breakers and Fuses 16195 Electrical Identification 16450 Grounding 16500 Lighting APPENDICES Appendix A Geotechnical Report TABLE OF CONTENTS TOC-iv North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01010 - SUMMARY OF WORK PART 1 - GENERAL 1.01 THE REQUIREMENT A. WORK to be performed under this Contract shall consist of furnishing and installing all tools, equipment, materials, supplies, and manufactured articles and furnishing all labor, transportation, and services, including fuel, power, water, and essential communications, and performing all WORK, or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. The WORK shall be complete, and all WORK, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the CONTRACTOR as though originally so indicated, at no increase in cost to the CITY. B. Wherever the term CONSULTANT is used in these documents, it shall be construed to mean Calvin, Giordano and Associates, Inc., having its principal office at 1800 Eller Dr., Suite 600, Fort Lauderdale, Florida 33316. C. Whenever a reference to number of days is noted, it shall be construed to mean calendar days. 1.02 WORK COVERED BY CONTRACT DOCUMENTS A. The WORK of this Contract comprises the construction of the North Shore Open Space Park (NBOP) — Park Improvements Project. The WORK will include but not limited to earthwork, grading, subsurface preparation, installation of pavers, installation of sidewalks, installation of specialty paving treatments, tree removals, tree relocations, tree pruning, tree preservation, dune restoration, landscaping, irrigation, pedestrian amber turtle-friendly lighting, installation of furnishings, and architectural renovations. B. The WORK is located at: The North Beach Oceanside Park site in the City of Miami Beach, between 79th Street (south boundary) to 87th Street (north boundary) and between Collins Avenue (west boundary) to the vegetated beach dune (east boundary). SUMMARY OF WORK 01010- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) C. Contract Documents: North Beach Oceanside Park — Beachwalk Improvements Project — 100% Construction Documents and Specifications. D. Alternates (Add / Deduct): The Base bid does not include any alternates. 1.03 STANDARD SPECIFICATION A. Except as noted, all materials and workmanship shall meet the requirements of the latest editions of the following publications listed below (where conflicts occur between publications or between publications and these specifications, the stricter of the two shall apply) (for all, the latest edition shall apply): 1. Miami-Dade County Public Works manual "Design and Construction Standards" 2. The Florida Department of Transportation "Standard Specifications for Road and Bridge Construction, and its supplements 3. The Florida Department of Transportation "Roadway and Traffic Design Standards" 4. The Florida Department of Transportation "Structures Standards," dated 1992, 5. Miami-Dade Water and Sewer Department "Design and Construction Standard Specification and Details". 6. National Electric Code 7. Florida Building Code 8. American with Disabilities Act 9. National Fire Protection Agency SUMMARY OF WORK 01010-2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 10. Chapter 556, Florida Statutes, Underground Facility Damage Prevention and Safety Act 1.04 SITE INVESTIGATION A. The CONTRACTOR, by virtue of signing the Agreement, acknowledges that it has satisfied itself to the nature and location of the WORK, the general and local conditions including, but not restricted to: those bearing upon transportation; disposal, handling and storage of materials; access roads to the site; the conformation and conditions of the WORK area; and the character of equipment and facilities needed preliminary to and during the performance of the WORK. Failure on the part of the CONTRACTOR to completely or properly evaluate the site conditions shall not be grounds for additional compensation. B. Soil boring information may be furnished to the CONTRACTOR for its general information. Such data is not warranted to be correct; the CONTRACTOR, by virtue of signing the Agreement, acknowledges that it has satisfied itself as to the nature and extent of soil and (underground) water conditions on the project site. No additional payment will be made to the CONTRACTOR because of differences between actual conditions and those shown by the boring logs. 1.05 WORK BY OTHERS A. Concurrent work by Other CONTRACTORS. The CONTRACTOR'S attention is directed to the fact that WORK may be conducted at the site by other CONTRACTORS during the performance of the WORK under this Contract. The CONTRACTOR shall conduct its operations so as to cause little or no delay to work of such other contractors, and shall cooperate fully with such contractors to provide continued safe access to their respective portions of the site, as required to perform work under their respective contracts. B. Interference With Work On Utilities. The CONTRACTOR shall cooperate fully with all utility forces of the CITY or forces of other public or private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities which interfere with the progress of the WORK, and shall schedule the WORK so as to minimize interference with said relocation, altering, or other rearranging of facilities. SUMMARY OF WORK 01010- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.06 WORK SEQUENCE A. The CONTRACTOR shall schedule and perform the WORK in such a manner as to result in the least possible disruption to the public's use of roadways, driveways, utilities, access to the beach, and any building, and/or portions thereof, to remain in operation during construction. Utilities shall include but not be limited to water, sewerage, drainage structures, ditches and canals, gas, electric, television and telephone. Prior to commencing with the WORK, CONTRACTOR shall perform a location investigation of existing underground utilities and facilities in accordance with the Section entitled "Protection of Existing Facilities" and shall have obtained all required permits and permissions. CONTRACTOR shall also deliver written notice to the CITY and property occupants (private and public) of all planned disruption to roadway, driveways, and utilities 72 hours in advance of disruption. All notifications of planned disruptions shall be coordinated with the City's Capital Improvement Projects Office (CIP), and shall be in the form of a certified letter with return receipts. B. If other projects will be connected to portions of WORK constructed as part of this project, it may be necessary to sequence portions of this project. CONTRACTOR shall be responsible for coordinating construction activities and tie-ins with CONTRACTOR's of adjacent phases and sections as required. C. CONTRACTOR shall sequence the WORK so as to minimize impact on residents. CONTRACTOR shall notify schools, the City's Fire and Police Department, and the Post Office 14 days prior to disruption of roadways. All notifications of planned disruptions shall be coordinated with the City's Capital Improvement Projects Office (CIP), and shall be in the form of a certified letter with return receipts. D. The following restrictions shall be maintained: 1. The CONTRACTOR shall provide a detailed phasing and Maintenance of Traffic plans, for review and approval by the CITY prior to the commencement of any construction activities where traffic is impacted. 2. The CONTRACTOR shall notify the City of Miami Beach Fire Department and the City of Miami Beach Public Works Department at a minimum of SUMMARY OF WORK 01010-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) seventy-two (72) hours prior to the shut off of any potable water or fire main supply. CONTRACTOR shall obtain written acknowledgement from the City of Miami Beach Fire Department and the City of Miami Beach Public Works Department prior to commencing of the shut off of any potable water or fire main supply. 3. Access for emergency vehicles shall be maintained at all times to the beach. Excavation must be back-filled or barricaded at the end of each work day to prevent hazardous conditions. If a trench, excavation or structure is to be left open, it must be covered with a steel plate and barricaded at the end of each work day or when work will be suspended for more than eight (8) hours. 4. Transportation provisions for handicapped or disabled residents shall be made by the CONTRACTOR if construction prevents access to any public / private facilities during the WORK period. 5. The CONTRACTOR shall also make provisions with local bus, school bus, garbage collection, mail delivery, and any other services during the WORK period. A traffic maintenance plan indicating proposed street closings, schedules, and alternate routes which has been approved by the applicable jurisdictional agency, should be submitted to all affected agencies for coordination and routing purposes. 6. Materials and equipment shall be stored in a fenced or otherwise enclosed area during non-working hours. Pipes and materials shall not be strung out along installation routes for more than one workday. 7. Street and Park lighting shall be maintained in operation at all times during construction. CONTRACTOR shall provide temporary power supply and/or temporary lighting, as necessary, to maintain proper lighting conditions until the new lighting is in operation. Note that lighting may be subject to turtle-friendly and turtle-nesting restrictions; when in force, these shall apply without exception. 8. CONTRACTOR shall schedule and coordinate all parking related signage and street markings with the City of Miami Beach Parking Department during all applicable construction phases of the WORK. SUMMARY OF WORK 01010- 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 9. CONTRACTOR shall provide off-site parking for its employees and its subcontractor's employees. CONTRACTOR shall provide bussing or other means of transporting the necessary work force to and from the site. CONTRACTOR shall not use existing parking spaces or proposed temporary parking spaces within the Parks for its employees' or its subcontractor's employees' use. 10. A staging area shall be provided to the CONTRACTOR for the staging of necessary equipment, material and field operation trailer. CONTRACTOR shall provide additional off-site storage and staging as necessary at no additional cost to the Contract. CONTRACTOR shall maintain all staging areas until the WORK is completed. E. Substantial Completion: Project Substantial Completion, as defined in the General Conditions, shall be achieved within the contract time established in the agreement. F. Final Completion: Project Final Completion, as defined in the General Conditions, shall be achieved within the contract time established in the agreement. 1.07 TRAFFIC CONTROL A. The CONTRACTOR shall submit a conceptual Traffic Control Plan at the Pre- Construction Conference. This preliminary plan shall identify the phases of construction that the CONTRACTOR plans to proceed with and identify traffic flows during each phase. The CONTRACTOR will be required to submit a detailed plan showing each phase's Maintenance and Protection Plan prior to starting construction of any phase. B. The "Maintenance of Traffic" plan shall address pedestrian traffic as well as vehicular traffic. As a minimum, the plan shall address the following pedestrian requirements: a. A safe walk route for all schools within the vicinity of the construction zone shall be maintained during the arrival and dismissal of school. CONTRACTOR shall not block bus access to schools during school hours. SUMMARY OF WORK 01010-6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) b. In the case that a designated crossing of any portion of the designated walk route can not be maintained, then the CONTRACTOR shall notify the applicable "School Safety Coordinator" a minimum of ten (10) working days prior to ceasing that route so that an alternate route can be established with the School and the Enforcing agency. c. It shall be the responsibility of the CONTRACTOR for any necessary construction barricade, pavement marking and signage, or any pedestrian signalization and/or signal modification to accommodate an alternate safe walk route. C. The CONTRACTOR, at all times, shall conduct the work in such a manner as to insure the least obstruction to traffic as is practical. Convenience of the general public and of the residents adjacent to the work shall be provided for in a satisfactory manner, as determined by the CITY. D. Sidewalks, gutters, drains, fire hydrants and private drives shall, insofar as practical, be kept in condition for their intended uses. Fire hydrants on or adjacent to the work shall be kept accessible to fire apparatus at all times, and no material or obstruction shall be placed within twenty (20) feet of any such hydrant. E. Construction materials may not be stored upon the public street unless a written request is submitted to the CITY for approval, if such approval is given, construction materials shall be placed so as to cause as little obstruction to the general public as is reasonably possible. F. Streets shall not be closed. The work must be conducted with the provision for a safe passageway for traffic at all times. The CONTRACTOR shall make all necessary arrangements with the jurisdictional agency concerning maintenance of traffic and selection of detours required. G. All existing stop signs shall be maintained. H. When permission has been granted by the CITY to close an existing roadway, the CONTRACTOR shall furnish and erect signs, barricades, lights, flags and other protective devices, which shall conform to the requirements, and be subject to the approval of the jurisdictional agency. The CONTRACTOR shall SUMMARY OF WORK 01010-7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) furnish and maintain proper protective devices at such location for the entire time of closure as the jurisdictional agency may direct. Signage shall be affected one week before closure. I. The CONTRACTOR shall furnish a sufficient number of protective devices to protect and divert the vehicular and pedestrian traffic from working areas closed to traffic, or to protect any new work. Failure to comply with this requirement will result in the shut down of the work until the CONTRACTOR provides the necessary protection. J. Any time traffic is diverted for a period of time that will exceed one work day, temporary pavement markings will be required. Existing pavement markings that conflict with the new work zone traffic pattern must be obliterated. Painting over existing pavement markings (black out) shall not be permitted. K. The CONTRACTOR may be required to reposition existing traffic heads in order to maintain traffic flows at diverted intersections. If this should be necessary, the CONTRACTOR must submit a plan for approval showing the course of work and the planned repositioning. The jurisdictional agency must approve the plan prior to implementation. No separate payment for repositioning the existing traffic signal heads will be made. The cost of this work shall be included in the base bid price. 1.08 TRAFFIC IMPACT PLAN A. The CONTRACTOR shall submit a weekly Traffic Impact Plan to the CITY and CONSULTANT to allow for notification of anticipated area closures to public entities located in and doing business in the project area. The Traffic Impact Plan shall identify streets that are under construction and construction activities that may impact vehicular and pedestrian traffic. 1.09 TEMPORARY STRIPING A. CONTRACTOR shall install temporary paint striping after the first and second lifts of asphalt, and maintain until the permanent thermoplastic striping is installed. SUMMARY OF WORK 01010- 8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.10 WORK SCHEDULE A. Time is of the essence in completing this project. Because time is of the essence, the CONTRACTOR shall commit the necessary resources to this project to complete it in a timely manner. Note that a typical workday will be based on hours between 8:00 am and 6:00 pm, on weekdays and 10:00 a.m. and 4:00 p.m. on Saturdays, excluding national holidays. If the CONTRACTOR wishes to work longer hours than those specified herein, it shall request so, in writing, by Friday of each week. Work completed other than regular working hours should be easily observable by CITY and/or CONSULTANT staff on the subsequent day. If the CONTRACTOR proposes to complete work that will be "covered up" after normal working hours. it shall reimburse CITY for costs associated with the observation of such work. The Construction progress will be measured with the construction schedule submitted by the CONTRACTOR. If the CONSULTANT and/or CITY determine that the CONTRACTOR does not meet the CPM as specified in the Section entitled "Schedules and Reports", the CONTRACTOR will be required to commit those resources necessary to ensure the completion of the project in a timely manner. All costs incurred to implement measures to complete the WORK in timely manner will be borne by the CONTRACTOR. B. SCHEDULE 1. CONTRACTOR shall submit scheduling information for the WORK as required in the Section entitled "Schedules and Reports". 2. No separate payment shall be made for preparation and/or revision of the schedule. 1.11 COMPUTATION OF CONTRACT TIME A. It is the CONTRACTOR'S responsibility to provide clear and convincing documentation to the CONSULTANT and/or CITY as to the effect additional WORK will have with respect to additional contract time extension requirements. If additional quantities of WORK can be carried out concurrent with other existing construction activities without disrupting the critical path of the project then no contract time extension will be granted. CONTRACTOR is obligated to provide documentation to the CONSULTANT and/or CITY if additional elements SUMMARY OF WORK 01010 - 9 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) of the WORK affect the critical path of the project. If WORK set forth in the original scope of the project is deleted, the contract time may be reduced. This contract is a calendar day contract. While the CONTRACTOR may be granted time to suspend WORK operations for vacations or holidays, contract time will not be suspended. During suspensions, CONTRACTOR shall be responsible for all maintenance of traffic and liability without additional compensation from the CITY. In addition, CONTRACTOR shall comply with timely notice requirements as specified in the General Conditions. 1.12 CONTRACTOR USE OF PREMISES A. The CONTRACTOR'S use of the project site shall be limited to its construction operations. Storage of materials will be arranged for by the CONTRACTOR and a copy of an agreement for use of other property shall be furnished to the CITY. Note that staging areas on the project site are limited to the Project site. Other areas required for material storage must be arranged and paid for by the CONTRACTOR, as a part of its base bid. 1.13 PRE-CONSTRUCTION CONFERENCE A. After the award of Contract and Notice to Proceed, a Pre-construction Conference will be held between the CONTRACTOR, CONSULTANT, CITY, other interested Agencies, representatives of Utility Companies and others affected by the WORK. The time and place of this conference will be set by the CITY. The CONTRACTOR shall bring to the conference a copy of its preliminary WORK schedule for review and comment by the CITY and CONSULTANT. The schedule shall include sequences of operation and time schedule. The final schedule will be due as noted in the Section entitled "Schedules and Reports". The WORK shall be performed in accordance with such schedule or approved amendments thereto. 1.14 UTILITY LOCATIONS A. To the extent possible, all existing utility lines in the project area have been shown on the plans. However, neither the CITY and/or ENGINEER guarantee that all lines are shown, or that said lines are in their true location. It shall be the CONTRACTOR'S responsibility to identify and locate all underground or overhead utility lines or equipment affected by the project. No additional SUMMARY OF WORK 01010- 10 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) payment will be made to the CONTRACTOR because of discrepancies in actual and plan location of utilities and damages suffered as a result thereof of lines shown on the plans. Compensation for items not drawn on the plans shall comply with Change Order Provision as specified in the General Conditions. B. The CONTRACTOR shall notify each utility company involved at least thirty (30) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the CONTRACTOR shall be paid for by the CONTRACTOR. All charges by utility companies for temporary support of their utilities and permanent utility relocations to avoid conflict shall be the responsibility of the CONTRACTOR and the utility company involved. C. The CONTRACTOR shall schedule and coordinate its WORK in such a manner that it is not delayed by the utility companies relocating or supporting their utilities. No compensation will be paid to the CONTRACTOR for any loss of time or delay. D. All overhead, surface or underground structures and/or utilities encountered are to be carefully protected from damage or displacement. All damage to said structures and/or utilities is to be completely repaired within a reasonable time; needless delay will not be tolerated. The CITY reserves the right to remedy any damage by ordering outside parties to make repairs at the expense of the CONTRACTOR. All repairs made by the CONTRACTOR are to be made to the satisfaction of the utility Owner and shall be inspected by a representative of the utility Owner and the CITY. E. The CONTRACTOR shall contact Sunshine State One Call of Florida (1.800.432.4770) for a free locating service for utilities for CONTRACTORS and excavators: Forty-eight (48) hours before excavating, the CONTRACTOR should call the Sunshine State One Call of Florida Inc. and a locator will be dispatched to the WORK location. CONTRACTOR shall coordinate with other utility companies not included in the Sunshine State One Call of Florida, Inc. location service for utility locates, these include Florida Power and Light, cable, gas, etc. SUMMARY OF WORK 01010- 11 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.15 LINE AND GRADE A. The CONSULTANT has provided vertical and horizontal control for layout of the WORK in the form of bench marks and reference points located adjacent to the WORK. From these controls provided, the CONTRACTOR shall develop and make all detailed surveys needed for construction and shall establish all working points, lines and elevations necessary to perform the WORK. This surveying WORK shall be supervised by a Professional Land Surveyor registered in the State of Florida. 1.16 PROTECTION AND RESTORATION OF SURVEY MONUMENTS A. The CONTRACTOR shall carefully protect from disturbance all survey monuments, stakes and bench marks, whether or not established by it, and shall not remove or destroy any surveying point until it has been properly witnessed by a representative of the CITY. All major survey monuments that have been damaged by the CONTRACTOR such as section corners, 1/4 section corners, property corners or block control points, shall be replaced at the CONTRACTOR'S expense with markers of a size and type approved by the CONSULTANT. Their replacement shall be under the supervision of a Florida Registered Land Surveyor. The CONTRACTOR shall document survey monuments prior to construction and submit the location and type of all markers to the CITY. 1.17 EQUIPMENT A. All equipment necessary and required for the proper construction of all facilities shall be on the construction site, in first-class working condition. 1.18 STORAGE SITES A. The CONTRACTOR shall furnish, at its expense, properly zoned areas suitable for field office, material storage and equipment service and storage. No material may be stored in the public right of way without prior authorization by the agency having jurisdiction. The CONTRACTOR shall keep these areas in a clean and orderly condition so as not to cause a nuisance or sight obstruction to motorists or pedestrians. SUMMARY OF WORK 01010- 12 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.19 OWNERSHIP OF EXISTING MATERIALS A. All materials removed or excavated shall become the property of the CONTRACTOR, who shall dispose of it in a manner, complying with all applicable jurisdictional requirements. 1.20 EXCESS MATERIAL A. All vegetation, debris, concrete or other unsuitable materials shall be disposed of off-site in approved areas provided by the CONTRACTOR. Storage of unsuitable materials on site shall not be allowed. All unsuitable materials are to be removed from work site as they are generated. Any excess material desired to be retained by the CITY shall be delivered by the CONTRACTOR to a designated area within a 5 mile radius of the project, at no extra cost to the CITY. 1.21 AUDIO-VISUAL PRECONSTRUCTION RECORD A. General: 1. The CONTRACTOR shall engage the services of a professional electrographer. The color audio-video tapes shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of preconstruction color audio video tape documentation. The electrographer shall furnish to the CONSULTANT a list of all equipment to be used for the audio-video taping i.e., manufacturer's name, model number, specifications and other pertinent information. Additional information to be furnished by the electrographer are the names and addresses of two references that the electrographer has performed color audio-video taping for on projects of a similar nature within the last 12 months. 2. Prior to beginning the WORK, the CONTRACTOR shall have a continuous color audio-video tape recording taken along the entire length of the project to serve as a record of preconstruction conditions. No construction shall begin prior to review and approval of the tapes covering the construction area by the CONSULTANT. The CONSULTANT shall have the authority to reject all or any portion of the video tape not SUMMARY OF WORK 01010- 13 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) conforming to the specifications and order that it be redone at no additional charge. The CONTRACTOR shall reschedule unacceptable coverage within five days after being notified. The CONSULTANT shall designate those areas, if any, to be omitted from or added to the audio- video coverage. B. Audio-Video Tapes: 1. Audio-Video tapes shall be new. Reprocessed tapes will not be acceptable. The tapes shall be one half inch, high energy, extended still frame capable video cassettes and Audio Video DVDs. They shall be interchangeable with the color video cassette player and shall be compatible for playback with a standard player-receiver, VHS format. DVDs shall be standard DVD interchangeable with the color DVD player or computer DVD player. 2. CONTRACTOR shall provide the CITY two complete sets of tapes and DVDs for each of the project areas. C. Equipment: 1. All equipment, accessories, materials and labor to perform this service shall be furnished by the CONTRACTOR. 2. The total audio-video system shall reproduce bright, sharp, clear pictures with accurate colors and shall be free from distortion, tearing, rolls or any other form of imperfection. The audio portion of the recording shall reproduce the commentary of the camera operator with proper volume and clarity and be free from distortion and interruptions. 3. When conventional wheeled vehicles are used, the distance from the camera lens to the ground shall not be less than twelve feet. In some instances audio-video tape coverage may be required in areas not accessible by conventional wheeled vehicles. Such coverage shall be obtained by walking or special conveyance approved by the CONSULTANT. 4. The color video camera used in the recording system shall have a SUMMARY OF WORK 01010- 14 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) horizontal resolution of 300 lines at center, a luminance signal to noise ratio of 45 dB and a minimum illumination requirement of 25 foot-candles. D. Recorded Information -Audio: 1. Each tape shall begin with the current date, project name and municipality and be followed by the general location, i.e., name of street, house address, viewing side and direction of progress. The audio track shall consist of an original live recording. The recording shall contain the narrative commentary of the electrographer, recorded simultaneously with his fixed elevation video record of the zone of influence of construction. E. Recorded Information -Video 1. All video recordings must, by electronic means, display continuously and simultaneously generated with the actual transparent digital information to include the date and time of recording, and station numbers as shown on the drawings. The date information shall contain the month, day and year. The time information shall contain the hour, minutes and seconds. Additional information shall be displayed periodically. Such information shall include, but not be limited to, project name, contract number, name of street, house address, direction of travel and the viewing side. This transparent information shall appear on the extreme upper left hand third of the screen. 2. All taping shall be done during times of good visibility. No taping shall be done during precipitation, mist or fog. The recording shall only be done when sufficient sunlight is present to properly illuminate the subjects of recording and to produce bright, sharp video recordings of those subjects. 3. The rate of speed of the vehicle used during taping shall not exceed 10 miles per hour. Panning, zoom-in and zoom-out rates shall be sufficiently controlled to maintain a clear view of the object. 4. Tape coverage shall include all surface features located within the zone influence of construction supported by appropriate audio coverage. Such coverage shall include, but not be limited to, existing driveways, sidewalks, curbs, pavements, ditches, mailboxes, landscaping, culverts, SUMMARY OF WORK 01010- 15 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) fences, signs and headwalls within the area covered. Particular attention should be paid to those items outside or adjacent to the work limits that may become damaged during construction. F. Payment: Compensation for the audio-video preconstruction record shall be included in the lump sum bid price for Mobilization. 1.22 ADJUSTING EXISTING VALVES, METERS, CATCH BASINS, AND MAINTENANCE ACCESS STRUCTURES (i.e. MANHOLES) A. It shall be the CONTRACTOR'S responsibility to coordinate and have all adjustments made to existing water meters, valves, and structures encountered during construction, to meet all final grades, unless otherwise instructed by the CONSULTANT or the respective utility owner. All valves and maintenance access structures shall be accessible during all phases of the WORK for emergency access. Omission of such structures from the Contract Plans does not relieve the CONTRACTOR from making such adjustments as may be deemed necessary. Cost for such work shall be inputted in the Contractor's Base Bid. 1.23 CONFLICT STRUCTURES A. The CONTRACTOR shall abide by the following criteria concerning conflicts between new drainage, water, or sewer construction and existing utilities. 1. The CONTRACTOR shall verify the location of all utilities suspected of being potential conflicts prior to ordering drainage or sewer structures for these locations and inform the CONSULTANT as to its findings. 2. The CONSULTANT shall have full authority to direct the placement of conflict structures, the relocation of structures shown in the plans, and the addition, deletion, or relocation of any pipe shown in the plans to facilitate construction, expedite completion and avoid conflicts with existing utilities. 3. Where an existing utility is to pass through a conflict structure, the CONTRACTOR shall protect the utility from damage by whatever means the utility owner and the CONSULTANT deem necessary. 4. In no case shall there be less than 0.3 feet between any two (2) pipe lines SUMMARY OF WORK 01010- 16 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) within the structure or between pipe lines and the structure. 1.24 ENVIRONMENTAL PROTECTION A. The CONTRACTOR shall furnish all labor and equipment and perform all WORK required for the prevention of environmental pollution during and as a result of the WORK under this contract. For the purpose of this contract, environmental pollution is defined as the presence of chemical, physical, or biological elements or agents which adversely affect human health or welfare; unfavorably alter ecological balances of importance to human life, affect other species of importance to man, or degrade the utility of the environment for aesthetic and recreational purposes. The control of environmental pollution requires consideration of air, water, land and involves noise, solid waste management and management of radiant energy and radioactive materials, as well as other pollutants. B. The CONTRACTOR shall take all steps necessary to protect water quality in the connected waters around the project and shall utilize such additional measures as directed by the Design ENGINEER. Silt screens shall not be removed until the turbidity of the affected waters is equal to, or lower than, the ambient turbidity of undisturbed segments of adjacent surface waters. C. The CONTRACTOR shall implement a Stormwater Pollution Prevention Plan meeting the Florida Department of Environmental Protection applicable requirements. The CONTRACTOR shall obtain and prepare all documents necessary to obtain a Florida Department of Environmental Protection National Pollution Discharge Elimination System Permit for Construction Activities. All cost associated with this activity shall be deem incidental to that Project's bid price. D. All protection requirements covered by this subsection shall be in compliance with all applicable jurisdictional agency requirements. 1.25 BASIS OF PAYMENT A. The CONTRACTOR'S Professional Land Surveyor will measure all "As-built" quantities for payment. In the event of disputes as to quantity, the CITY shall make the final determination; no additional compensation will be made for SUMMARY OF WORK 01010- 17 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) surveying services. This WORK shall be supervised by a Florida Licensed Registered Professional Land Surveyor. B. The CONTRACTOR shall not be permitted to invoice for quantities of WORK beyond those contained in the contract and all previously approved change orders. Invoice for partial payment shall not be accepted by the CITY as complete without the following: 1. Certificate of payment to subcontractors/ Release of Lien 2. Updated Construction Schedule 1.26 APPLICATION FOR PAYMENT FOR STORED MATERIALS A. Application for payment for stored materials shall comply with requirements set forth in the General Conditions. 1.27 VIBRATORY COMPACTION A. The use of vibratory compaction equipment shall be limited to a total gross weight of three (3) tons. The use of vibratory equipment shall be limited to compacting backfill of utility trenches and subgrade of pathways only. If approved in writing by the Design ENGINEER, larger vibratory compaction equipment may be allowed if operated in a static mode only. The CONTRACTOR shall be responsible for all damages/claims resulting from its compaction activities on the surrounding neighborhood and its residents. 1.28 REPORTING OF DAMAGE CLAIMS A. The CONTRACTOR shall keep the CITY informed of any damage claims made against the CONTRACTOR during the construction period. All claims for automobile damage, property damage and/or bodily injury will be reported to the CITY within 24 hours of receipt of notice. CONTRACTOR will conduct a timely investigation of the claim and determine if they will honor claim and/or report to their insurance carrier and provide periodic updates, each quarter, until final disposition of claims. CONTRACTOR will advise the CITY in writing of its decision/referral to carrier. SUMMARY OF WORK 01010- 18 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.29 PERMITS A. It shall be the CONTRACTOR's responsibility to secure all permits of every description required to initiate and complete the work under this Contract, except for permits previously obtained by the CITY. Copies shall be provided to the CONTRACTOR. B. The CONSULTANT will furnish signed and sealed sets of Contract Documents for permit use as required. C. The CONTRACTOR shall furnish to the CITY and CONSULTANT copies of all permits prior to commencement of work requiring permits. 1.30 SITE CONDITIONS A. The CONTRACTOR acknowledges that it has investigated prior to bidding and satisfied itself as to the conditions affecting the Work, including but not restricted to those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, river stages, tides, water tables or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during prosecution of the Work. The CONTRACTOR further acknowledges that it has satisfied itself as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, or any contiguous site, as well as from information presented by the Drawings and Specifications made a part of this Contract, or any other information made available to it prior to receipt of Bids. Any failure by the CONTRACTOR to acquaint itself with the available information will not relieve it from responsibility for estimating properly the difficulty or cost of successfully performing the Work. The CITY assumes no responsibility for any conclusions or interpretations made by the CONTRACTOR on the basis of the information made available by the CITY. 1.31 DIMENSIONS OF EXISTING FACILITIES A. Where the dimensions and locations of existing improvements are of critical importance in the installation or connection of new work, the CONTRACTOR SUMMARY OF WORK 01010 - 19 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) shall verify such dimensions and locations in the field prior to the fabrication and/or installation of materials or equipment which are dependent on the correctness of such information. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - SUMMARY OF WORK 01010-20 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01021 OWNER ALLOWANCES PART 1 - GENERAL 1.01 DESCRIPTION A. This Section provides for administrative procedures for the Contractors utilization of monetary amounts for Owner Allowances when contained in the Contract Price or Total Base Bid. B. The Contractor has included in the Contract Price all Allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Engineer. C. The Contractor agrees that an Allowance, if any, is for the sole use of Owner to cover unanticipated or undetermined costs. D. All Owner Allowances which remain unused, in whole or in part, remain the property of the Owner. 1.02 RELATED SECTIONS A. Section 01012— Measurement and Payment B. Section 01152—Application for Payment C. Section 01310 - Construction Schedules D. Section 01340— Shop Drawings, Working Drawings, and Samples E. Other Sections as Applicable. 1.03 SCHEDULE OF ALLOWANCES A. Document 00310 - Bid Form: 1.04 PROCEDURES FOR ADMINISTRATION OF ALLOWANCES. A. Funds will only be drawn from Owner Allowances by receiving prior written approval from the Owner and the Engineer. B. Payment shall be as represented in Section 01012 — Measurement and Payment. 1.05 COSTS INCLUDED IN PERMITTING ALLOWANCES A. Cost of the permit application fee determined by the Agency at the time of the Contractor's submittal. All other costs associated with obtaining the required permits shall be the responsibility of the Contractor. 1.06 COSTS INCLUDED IN OTHER ALLOWANCES A. Cost of materials to Contractor, less applicable trade discounts. B. Delivery to site, products handling at site, including unloading, uncrating, and storage. C. Applicable taxes unless covered by Owner Furnished Equipment agreement. OWNER ALLOWANCES 01021 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) D. Protection of products from elements and from damage. E. All labor, insurance, payroll, bonding, equipment rental, expenses for the installation and finishing necessary for a complete working system or product. F. Other expenses required to complete installation. G. Contractor field and home office overhead and profit. 1.07 CONTRACTOR RESPONSIBILITIES A. Promptly notify Engineer of any reasonable objections from supplier. B. On notification of selection, execute purchase agreement with designated supplier. Contractor shall furnish and provide all invoices and proof of cost for all material, labor, and equipment associated with allowances, including any other documentation deemed necessary by the City or City's representative without exception. C. Arrange for process shop drawings, product data, and samples. D. Arrange for delivery. Promptly inspect products upon delivery for completeness, damage, and defects. Submit claims for transportation damage. E. Install, adjust, and finish products. F. Provide warranties for products and installation. 1.08 CORRELATION WITH CONTRACTOR SUBMITTALS A. Schedule shop drawings, product data, samples, and delivery dates, in Progress Schedule for products selected under allowances. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION OWNER ALLOWANCES 01021 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01025 - MEASUREMENT AND PAYMENT PART 1 - GENERAL 1.01 THE REQUIREMENT A. Payment for various items of the Bid Schedule, as further specified herein, shall include all compensation to be received by the CONTRACTOR for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor operations and incidentals appurtenant to the items of work being described, as necessary to complete the various items of the WORK all in accordance with requirements of the Contract Documents, including all appurtenances thereto, and including all costs of permits and cost of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Requirements of the Occupational Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedule, and all costs therefore shall be included in the prices named in the Bid Schedule for the various appurtenance items of work. B. Payment for the various items of the Schedule of Values shall constitute full compensation for all professional and construction services by the CONTRACTOR as noted in the Specifications, Construction Documents, and any other applicable components. C. No separate payment for pavement restoration will be made unless specifically shown on the plans or directed by the CITY and/or CONSULTANT. All bid items shall include pavement restoration. D. The CONTRACTOR's attention is called to the fact that the quotations provided for the various bid items on the Bid Schedule are intended to establish a total price for completing the Work in its entirety. Should the CONTRACTOR feel that the cost for any item of Work has not been established by the Schedule of Payment Items in this Section, it shall include the cost for that Work in some other applicable bid item, so that its proposal for the project does reflect its total price for completing the Work in its entirety. MEASUREMENT AND PAYMENT 01025 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.02 MOBILIZATION A. See the Section entitled, "Mobilization". B. Payment for mobilization will be made at the lump sum price named in the Bid Schedule. Payment for mobilization will be made in equal monthly amounts during the duration of the contract time. 1.03 MAINTENANCE OF TRAFFIC A. See the Sections entitled "Traffic Regulation" and the Section entitled "Summary of Work". B. Payment for maintenance of traffic will be made at the lump sum price named in the Bid Schedule. Payment for maintenance of traffic will be made in equal monthly amounts during the duration of the contract time. 1.04 CONSIDERATION FOR INDEMNIFICATION (CITY) A. Measurement for payment for consideration for indemnification of the CITY will based upon the lump sum price named for such work, all in accordance with the requirements of the Contract Documents. B. Payment will be twenty-five dollars for consideration for indemnification named in the Bid Schedule and shall constitute full compensation for indemnifying the CITY, as specified on the Contract Documents. 1.05 PERMIT FEES BASE BID SCHEDULE A. Measurement for payment for permit fees will be based upon the actual permit fees required by the CONTRACTOR from the various agencies having jurisdiction for construction of the project, all in accordance with the Contract Documents. The allowance permit fee amount shown on the Bid Schedule is an estimate of permit fees required for the project and is cost pass through item. These permit fees are based on unit price per item and CITY will reconcile the actual cost with the CONTRACTOR by change order. The CONTRACTOR shall produce documentation upon request verifying actual cost. Only permit fees substantiated and approved by the CITY will be paid as part of this bid item. Amounts remaining unused in this allowance shall be credited back to MEASUREMENT AND PAYMENT 01025 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) CITY at project completion. B. Because payment for permit fees will be paid as part of this bid item, payment for permit fees will not be paid as part of mobilization as stipulated in the Section entitled "Mobilization". 1.06 SCHEDULE OF PAYMENT VALUES A. The CONTRACTOR shall submit a Schedule of Payment Values. The schedule shall contain the installed value of the component parts of Work for the purpose of making progress payments during the construction period. B. The schedule shall be given in sufficient detail for proper identification of Work accomplished. The Schedule of Payment Values shall directly correlate to each activity outlined in the construction progress schedule and the construction network analysis (specified in the Section entitled "Submittals") to accurately relate construction progress to the requested payment. Each item shall include its proportional share of all costs including the CONTRACTOR's overhead, contingencies and profit. The sum of all scheduled items shall equal the total value of the Contract as awarded by the CITY. C. If the CONTRACTOR anticipates the need for payment for materials stored on the project site or off-site in bonded warehouse, it shall also submit a separate list covering the cost of materials, delivered and unloaded with taxes paid. This list shall also include the installed value of the item with coded reference to the Work items in the Schedule of Payment Values. Similar procedures shall be employed for undelivered specifically manufactured equipment and materials as specified herein. Payment for stored materials shall comply with requirements of the General Conditions. D. The CONTRACTOR's Professional Land Surveyor will measure all "record" quantities for payment. In the event of disputes as to quantity, the CITY shall make the final determination; no additional compensation will be made for surveying services. This work shall be supervised by a Florida Licensed Registered Professional Land Surveyor. MEASUREMENT AND PAYMENT 01025-3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - MEASUREMENT AND PAYMENT 01025 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01031 - GENERAL PROJECT PROCEDURES PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall coordinate work of all trades and schedule elements of alterations and renovation work by procedure and methods to expedite completion of the work. B. In addition to demolition work specified in the section entitled "Demolition", the CONTRACTOR shall move and/or remove items necessary to provide access or to allow alterations and new work to proceed. Included in such items are: 1. Repair or removal of hazardous or unsanitary conditions. 2. Removal of abandoned items and items serving no useful purpose, such as abandoned piping, conduit and wiring, to the extent they interfere with new installations. 3. Removal of unsuitable or extraneous materials not marked for salvage, such as abandoned furnishings and equipment, and debris such as rotted wood, rusted metals and deteriorated concrete, to the extent they interfere with new installations. 4. Cleaning of surfaces, and removal of surface finished as needed to install new work and finishes. 5. Protection as required of existing trees to remain. 6. All existing underground utilities, to the extent they interfere with new installations. 7. Site storage for all existing benches, signals, light poles, fire hydrants, covers and grates to be relocated. C. The CONTRACTOR shall patch, repair and refinish existing items to remain, to the specified condition for each material, with a workmanlike transition to adjacent new items of construction. GENERAL PROJECT PROCEDURES 01031 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of these Specifications. B. General Conditions. 1.03 ALTERATIONS, CUTTING AND PROTECTION A. The CONTRACTOR shall assign the work of moving, removal, cutting, patching and protection to trades qualified to perform the work in a manner to cause least damage to each type of work, and provide means of returning surfaces to appearance of new work. B. The CONTRACTOR shall perform cutting and removal work to remove the minimum necessary, and in a manner as required, to avoid damage to adjacent work, including the cutting of finish surfaces such as paving, masonry, tile, plaster or metals, by methods to terminate surfaces in a straight line at a natural point of division. C. Perform cutting and patching as specified in the section entitled "Cutting and Patching". D. Protect existing finishes, equipment, and adjacent work which is scheduled to remain, from damage. E. If, in the opinion of the City, patch or repair will not result in a like and kind pre- existing condition, full replacement will be required by Contractor at no additional cost to the City. PART 2 - PRODUCTS 2.01 PRODUCTS FOR PATCHING, EXTENDING AND MATCHING A. The CONTRACTOR shall comply with the following general requirements so that the work may be completed: 1. Provide the same products or types of construction as that in existing structure, as needed to patch, extend or match existing work. Generally the Contract Documents will not define products or standards of workmanship present in existing construction. Hence, the CONTRACTOR GENERAL PROJECT PROCEDURES 01031 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) shall determine products and construction types in its inspection and any necessary testing, and workmanship by use of the existing as a sample of comparison. 2. Note that the presence of a product, finish, or type of construction, requires that the CONTRACTOR patch, extend or match as necessary to make the work complete and consistent with existing standards of quality. PART 3 - EXECUTION 3.01 PERFORMANCE A. The CONTRACTOR shall patch and extend existing work using skilled workers capable of matching existing quality of workmanship. Quality of patched or extended work shall be not less than that specified for new work. 3.02 DAMAGED SURFACES A. The CONTRACTOR shall patch and replace any portion of an existing finished surface which is found to be damaged, lifted, discolored, or shows other imperfections, with matching material. 1. Provide adequate support of substrate prior to patching the finish. 2. Refinish patched portions of painted or coated surfaces in a manner to produce uniform color and texture over entire surface. 3. When existing surface finish cannot be matched, refinish entire surface to nearest intersections. 3.03 TRANSITION FROM EXISTING TO NEW WORK A. When new work abuts or is finished flush with existing work, make a smooth and workmanlike transition. Patched work shall match existing adjacent work in texture and appearance so that the patch of transition is invisible at a distance of five feet. B. When finished surfaces are cut in such a way that a smooth transition with new work is not possible, terminate existing surface in a neat manner along a straight line at a natural line of division, and provide trim appropriate to finished GENERAL PROJECT PROCEDURES 01031 -3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) surface. 3.04 CLEANING A. Perform periodic and final cleaning as specified in the Section entitled "Cleaning". B. At completion of the work of each trade, clean area and make surfaces ready for work of successive trades. C. At completion of alterations work in each area, provide final cleaning and return space to a condition suitable for use. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - GENERAL PROJECT PROCEDURES 01031 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01045 - CUTTING AND PATCHING PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall be responsible for all cutting, fitting and patching, including attendant excavation and backfill, required to complete the work or to: 1. Make its several parts fit together properly. 2. Uncover portions of the work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to requirements of Contract Documents. 5. Remove samples of installed work as specified for testing. 6. Provide routine penetrations of nonstructural surfaces for installation of piping and electrical conduit. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 SUBMITTALS A. Submit a written request to CONSULTANT and CITY well in advance of executing any cutting or alteration which affects: 1. Work of the CITY or any separate Contractor. 2. Structural value of integrity of any element of the project. 3. Integrity of effectiveness of weather-exposed or moisture-resistant elements or systems. 4. Efficiency, operational life, maintenance or safety of operational elements. CUTTING AND PATCHING 01045 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 5. Visual qualities of sight-exposed elements. B. Request shall include: 1. Identification of the project. 2. Description of the affected work. 3. The necessity for cutting, alteration or excavation. 4. Effect on work of CITY or any separate Contractor, or on structural or weatherproof integrity of project. 5. Description of proposed work: a. Scope of cutting, patching, alteration, or excavation. b. Trades who will execute the work. c. Products proposed to be used. d. Extent of refinishing to be done. 6. Alternatives to cutting and patching. 7. Written permission of any separate Contractor or property whose work will be affected. C. Should conditions of work or the schedule indicate a change of products from the original installation, CONTRACTOR shall submit request for substitution as specified in the General Conditions. D. Submit written notice to CONSULTANT and CITY designating the date and time the work will be uncovered. PART 2 - PRODUCTS 2.01 MATERIALS A. Comply with specifications and standards for each specific product involved. CUTTING AND PATCHING 01045 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 3 - EXECUTION 3.01 INSPECTION A. The CONTRACTOR shall inspect existing conditions of project, including elements subject to damage or to movement during cutting and patching. B. After uncovering the work, inspect conditions affecting installation of products, or performance of work. C. Report unsatisfactory or questionable conditions affecting installation of products, or performance of work, in advance of installation, or performance of work. 3.02 PREPARATION A. Provide adequate temporary support as necessary to assure structural value or integrity of affected portion of work. B. Provide devices and methods to protect other portions of project from damage. C. Provide protection from elements for that portion of the project which may be exposed by cutting and patching work, and maintain excavations free from water. 3.03 PERFORMANCE A. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs. B. Execute excavating and backfilling by methods which will prevent settlement or damage to other work. C. Employ original Installer or Fabricator to perform cutting and patching for: 1. Weather-exposed or moisture-resistant elements. 2. Sight-exposed finished surfaces. D. Execute fitting and adjustment of products to provide a finished installation to comply with specified product, functions, tolerances and finishes. CUTTING AND PATCHING 01045 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) E. Restore work which has been cut or removed; install new products to provide completed work in accordance with requirements of Contract Documents. F. Fit work airtight to pipes, sleeves, ducts, conduit and other penetrations through surfaces. G. Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes: 1. For continuous surfaces, refinish to nearest intersection. 2. For an assembly, refinish entire unit. 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section, it shall be included in the unit price bid of any item requiring cutting and patching, including pavement restoration. - END OF SECTION - CUTTING AND PATCHING 01045 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01046 MODIFICATIONS TO EXISTING STRUCTURES, PIPING, AND EQUIPMENT PART 1 - GENERAL 1.01 DESCRIPTION A. Furnish all labor, materials, equipment and incidentals required to modify, alter, and convert existing structures as shown or specified and as required for the installation of new mechanical equipment, piping, and appurtenances. Existing piping and equipment shall be removed, salvaged, abandoned, or dismantled as necessary for the performance of the Work. 1.02 RELATED SECTIONS A. Section 01045—Cutting and Patching B. Section 01310—Construction Schedules C. Other Sections as applicable. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 GENERAL A. The Contractor shall cut, repair, reuse, excavate, demolish, or otherwise remove parts of the existing structures or appurtenances, as indicated on the Drawings or specified herein or necessary for the performance of the Work. B. The above Work shall include the cutting of grooves and chases in existing masonry to permit the proper bonding of new masonry to old, repainting of existing masonry, drilling of holes into bolts, or other appurtenances, and the cutting of holes in masonry for the installation of pipe, conduits, and other appurtenances. The Work shall include all necessary cutting and bending of reinforcing steel, structural steel, or miscellaneous metal Work found embedded in the existing structures. C. Blasting with explosives will not be permitted to complete any Work under this Contract. D. Care shall be taken not to damage any part of existing buildings, foundations, and exterior structures both below and above ground. E. No existing structure, equipment, or appurtenance shall be shifted, cut, removed, or otherwise altered except with the express approval of and to the extent approved by the Engineer. F. When removing materials or portions of existing structures and when making openings in walls and partitions, the Contractor shall take all precautions and use all necessary barriers and other protective devices so as not to damage the structures or contents by falling or flying debris and not to damage the structures from excavation or undermining of existing structural supports, beams, footings, columns or any structural member. MOD. TO EX STRUCTURES, PIPING & EQUIPMENT 01046- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) G. Materials and equipment removed in the course of making alterations and additions shall remain the property of the Owner, except that items not salvageable, as determined by the Engineer and the Owner shall become the property of the Contractor to be disposed of by him off the site of the Work at his own place of disposal. The Contractor shall assist the Owner in loading and hauling of salvageable materials within the municipal limits of the project. H. All Work of altering existing structures shall be done at such time and in such manner as will comply with the approved time schedule. So far as possible before any part of the Work is started, all tools, equipment, and materials shall be assembled and made ready so that the Work can be completed without delay. All workmanship and new materials involved in constructing the alterations shall conform to the General Specifications for the classes of Work insofar as such specifications are applicable. J. All cutting of existing masonry or other material to provide suitable bonding to new Work shall be done in a manner to meet the requirements of the respective section of these specifications covering the new Work. When not covered, the Work shall be carried on in the manner and to extent directed by the Engineer. K. Where holes in existing masonry are required to be sealed, unless otherwise herein specified, they shall be sealed with cement mortar or concrete. The sides of the openings shall be provided with keyed joints and shall be suitably roughened to furnish a good bond and make a watertight joint. All loose or unsound material adjacent to the opening shall be removed and, if necessary, replaced with new material. The method of placing the mortar seal shall provide a suitable means of releasing entrapped air. L. Surfaces of seals visible in the completed Work shall be made to match as nearly as possible the adjacent surfaces. M. Non-shrink grout shall be used for setting wall castings, sleeves, leveling pump bases, doweling anchors into existing concrete and elsewhere as shown. N. Operating equipment shall be thoroughly cleaned and then lubricated and greased for protection during prolonged storage. O. The Contractor shall provide flumes, hoses, piping, etc. to divert or provide suitable plugs, bulkheads or other means to hold back the flow of wastewater, water or other liquids, all as required in the performance of the Work under this Contract. 3.02 SALVAGE A. Any existing equipment or material, including but not limited to, motors, electrical components or controls, pipes, fittings, couplings, etc., which is removed or replaced as a result of construction under this project may be designated as salvage by the Engineer or Owner, and, if so, shall be removed or excavated, if necessary, and delivered to the Owner at a location directed by the Owner. Any equipment or material not worthy of salvaging, as directed by the Owner, shall be disposed of by the Contractor at a suitable location. 3.03 CONNECTING TO EXISTING PIPING AND EQUIPMENT A. The Contractor shall verify exact location, material, alignment, joint, etc. of existing piping and equipment prior to making the connections called out in the MOD. TO EX STRUCTURES, PIPING & EQUIPMENT 01046 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Drawings. The verifications shall be performed with adequate time to correct any potential alignment or other problems prior to the actual time of connection. B. The Contractor shall dismantle and remove all existing equipment, piping and other appurtenances required, he shall cut existing pipelines for the purpose of making connections thereto. Anchor bolts for equipment and structural steel removed shall be cut off one inch below the concrete surface. C. At the time that a new connection is made to an existing pipeline, additional new piping, extending to and including the most convenient new valve, shall be installed. D. Where necessary or required for the purpose of making connections, the Contractor shall cut existing pipe lines in a manner to provide an approved joint. Where required, he shall weld beads, flanges or provide Dresser Couplings, all as specified and required. END OF SECTION MOD. TO EX STRUCTURES, PIPING & EQUIPMENT 01046 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK MOD. TO EX STRUCTURES, PIPING & EQUIPMENT 01046 - 4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01050 - FIELD ENGINEERING PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide and pay for field engineering and Survey services required for the project except as otherwise noted. B. All elevators shall reference NAVD Datum, unless otherwise noted. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 QUALIFICATIONS OF SURVEYOR OR ENGINEER A. Qualified engineer or registered Professional Land Surveyor, acceptable to the CITY. 1.04 SURVEY REFERENCE POINTS A. The CONSULTANT has provided reference points with horizontal and vertical control, located as shown on the plans. B. The CONTRACTOR shall locate and protect control points prior to starting site construction work, and preserve all permanent reference points during construction. 1. Make no changes or relocations without prior written authorization from the CONSULTANT. 2. Report to CONSULTANT and CITY when any reference point is lost or destroyed, or requires relocation because of necessary changes in grades or locations. 3. The CONTRACTOR's surveyor shall replace project control points which may be lost or destroyed, based on the original survey control. FIELD ENGINEERING 01050 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.05 PROJECT SURVEY REQUIREMENTS A. CONTRACTOR's surveyor shall establish a minimum of two permanent bench marks on site, referenced to data established by survey control points. B. CONTRACTOR shall establish lines and levels, locate and lay out, by instrumentation and similar appropriate means: 1. Stakes for grading and fill placement. 2. Controlling lines and levels as required. C. From time to time, verify layouts by same methods. 1.06 RECORDS A. The CONTRACTOR shall maintain a complete, accurate log of all control and survey work as it progresses. B. On completion of construction work, prepare a certified survey showing all dimensions, locations and elevations of project. 1.07 SUBMITTALS A. Submit name and address of Professional Land Surveyor and Professional engineer to CONSULTANT and/or CITY. B. On request of CONSULTANT and/or CITY submit documentation to verify accuracy of field engineering work. C. Submit certificate signed by Registered Engineer or Professional Land Surveyor certifying that elevation and locations of work are in conformance with Contract Documents. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - FIELD ENGINEERING 01050 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01060 - REGULATORY REQUIREMENTS & PERMITS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall comply with all Federal, State, and local (Miami-Dade County and City of Miami Beach) building codes, laws and/or ordinances appropriate to the project, including those noted in Section entitled "Summary of Work". B. CONTRACTOR shall comply with these codes, laws, regulations, rules, directives of all agencies, boards, districts, and governmental bodies having jurisdiction. C. CONTRACTOR shall obtain and pay the cost of all building permits, fees, tie-in or connection charges associated with the project. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 MEASUREMENT AND PAYMENT A. CONTRACTOR shall be reimbursed for permit fees as described in the Section entitled "Measurement and Payment". B. There shall be no special measurement or payment for the work under this section, it shall be included in the lump sum bid price, except as noted in Article 1.03 A above. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - REGULATORY REQUIREMENTS& PERMITS 01060 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01070 - ABBREVIATIONS PART 1 GENERAL 1.01 THE REQUIREMENTS A. Wherever in these Specifications references are made to the standards, specifications, or other published data of the various international, national, regional, or local organizations, such organizations may be referred to by their acronym or abbreviation only. As a guide to the user of these Specifications, the following acronyms or abbreviations which may appear in these Specifications shall have the meanings indicated herein. 1.02 ABBREVIATIONS AA Aluminum Association AAMA Architectural Aluminum Manufacturer's Association AAR Association of American Railroads AASHTO American Association of State Highway and Transportation Officials AATCC American Association of Textile Chemists and Colorists ACI American Concrete Institute ACOE Army Corps of Engineers AFBMA Anti-Friction Bearing Manufacturer's Association, Inc. AGA American Gas Association AGMA American Gear Manufacturers Association AHAM Association of Home Appliance Manufacturers Al The Asphalt Institute AIA American Institute of Architects AISC American Institute of Steel Construction AISI American Iron and Steel Institute AITC American Institute of Timber Construction AMCA Air Moving and Conditioning Association ANS American Nuclear Society ANSI American National Standards Institute, Inc. APA American Plywood Association API American Petroleum Institute ABBREVIATIONS 01070 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) APWA American Public Works Association ASA American Standards Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating, and Air Conditioning Engineers ASLE American Society of Lubricating Engineers ASME American Society of Mechanical Engineers ASQC American Society for Quality Control ASSE American Society of Sanitary Engineers ASTM American Society for Testing and Materials AWPA American Wood Preservers Association AWPI American Wood Preservers Institute AWS American Welding Society AWWA American Water Works Association BBC Basic Building Code, Building Officials and Code Administrators International BHMA Builders Hardware Manufacturer's Association CBM Certified Ballast Manufacturers CEMA Conveyors Equipment Manufacturer's Association CGA Compressed Gas Association CLFMI Chain Link Fence Manufacturer's Institute CMA Concrete Masonry Association CRSI Concrete Reinforcing Steel Institute DERM Department of Environmental Resource Management DIPRA Ductile Iron Pipe Research Association DOH Department of Health EIA Electronic Industries Association ETL Electrical Test Laboratories EPA Environmental Protection Agency FDEP Florida Department of Environmental Protection FDOT Florida Department of Transportation FM Factory Mutual System FPL Florida Power & Light FS Federal Specifications ABBREVIATIONS 01070 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) HI Hydronics Institute HRS Department of Health and Rehabilitative Services IAPMO International Association of Plumbing and Mechanical Officials ICBG International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IME Institute of Makers of Explosives IP Institute of Petroleum (London) IPC Institute of Printed Circuits IPCEA Insulated Power Cable Engineers Association ISA Instrument Society of America ISO International Organization for Standardization ITE Institute of Traffic Engineers MBMA Metal Building Manufacturer's Association MDWASA Miami-Dade Water and Sewer Authority MPTA Mechanical Power Transmission Association MSS Manufacturers Standardization Society MTI Marine Testing Institute NAAMM National Association of Architectural Metal Manufacturer's NACE National Association of Corrosion Engineers NBS National Bureau of Standards NCCLS National Committee for Clinical Laboratory Standards NEC National Electrical Code NEMA National Electrical Manufacturer's Association NFPA National Fire Protection Association NFPA National Forest Products Association NLGI National Lubricating Grease Institute NMA National Microfilm Association NSF National Sanitation Foundation NWMA National Woodwork Manufacturers Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association PPI Plastics Pipe Institute RCRA Resource Conservation and Recovery Act RIS Redwood Inspection Service RVIA Recreational Vehicle Industry Association ABBREVIATIONS 01070 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) RWMA Resistance Welder Manufacturer's Association SAE Society of Automotive Engineers SAMA Scientific Apparatus Makers Association SB Southern Bell SFBC South Florida Building Code, Miami-Dade Edition SFWMD South Florida Water Management District SMA Screen Manufacturers Association SMACCNA Sheet Metal and Air Conditioning Contractors National Association SPI Society of the Plastics Industry, Inc. SPIB Southern Pine Inspection Bureau SPR Simplified Practice Recommendation SSA Swedish Standards Association SSBC Southern Standard Building Code, Southern Building Code Congress SSPC Steel Structures Painting Council SSPWC Standard Specifications for Public Works Construction TAPPI Technical Association of the Pulp and Paper Industry TFI The Fertilizer Institute UBC Uniform Building Code UL Underwriters Laboratories, Inc. WCLIB West Coast Lumber Inspection Bureau WCRSI Western Concrete Reinforcing Steel Institute WEF Water Environment Federation WRI Wire Reinforcement Institute, Inc. WWPA Western Wood Products Association PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - ABBREVIATIONS 01070 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01090 - REFERENCE STANDARDS PART 1 GENERAL 1.01 THE REQUIREMENT A. Titles of Sections and Paragraphs: Captions accompanying specification sections and paragraphs are for convenience of reference only, and do not form a part of the Specifications. B. Applicable Publications: Whenever in these Specifications references are made to published specifications, codes, standards, or other requirements, it shall be understood that wherever no date is specified, only the latest specifications, standards, or requirements of the respective issuing agencies which have been published as of the date that the work is advertised for bids, shall apply; except to the extent that said standards or requirements may be in conflict with applicable laws, ordinances, or governing codes. No requirements set forth herein or shown on the Drawings shall be waived because of any provision of, or omission from, said standards or requirements. C. Specialists, Assignments: In certain instances, specification text requires (or implies) that specific work is to be assigned to specialists or expert entities, who must be engaged for the performance of that work. Such assignments shall be recognized as special requirements over which the CONTRACTOR has no choice or option. These requirements shall not be interpreted so as to conflict with the enforcement of codes and similar regulations governing the work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the CONTRACTOR. 1.02 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of the Specifications, all work specified herein shall conform to or exceed the requirements of applicable codes and the applicable requirements of the following documents. REFERENCE STANDARDS 01090- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. References herein to "Building Code" shall mean "South Florida Building Code". Reference to "Uniform Building Code" shall mean Uniform Building Code of the International Conference of Building Officials (ICBG). Similarly, references to "Mechanical Code" or "Uniform Mechanical Code," "Plumbing Code" or "Uniform Plumbing Code," "Fire Code" or "Uniform Fire Code," shall mean Uniform Mechanical Code, Uniform Plumbing Code and Uniform Fire Code of the International Conference of the Building Officials (ICBG). "Electric Code" or "National Electric Code (NEC)" shall mean the National Electric Code of the National Fire Protection Association (NFPA). The latest edition of the codes as approved by the Municipal Code and used by the local agency as of the date that the WORK is advertised for bids, as adopted by the agency having jurisdiction, shall apply to the WORK herein, including all addenda, modifications, amendments, or other lawful changes thereto. C. In case of conflict between codes, reference standards, drawings and the other Contract Documents, the most stringent requirements shall govern. All conflicts shall be brought to the attention of the CONSULTANT for clarification and directions prior to ordering or providing any materials or furnishing labor. The CONTRACTOR shall bid to the most stringent requirements. D. The CONTRACTOR shall construct the work specified herein in accordance with the requirements of the Contract Documents and the referenced portions of those referenced codes, standards, and specifications listed herein. E. Applicable Standard Specifications: References in the Contract Documents to "Standard Specifications" or SSPWC shall mean the Standard Specifications for Public Works Construction, 1991 Edition. F. References herein to "OSHA Regulations for Construction" shall mean Title 29, Part 1926, Construction Safety and Health Regulations, Code of Federal Regulations (OSHA), including all changes and amendments thereto. G. References herein to "OSHA Standards" shall mean Title 29, Part 1910, Occupational Safety and Health Standards, Code of Federal Regulations (OSHA), including all changes and amendments thereto. H. Reference the section entitled "Summary of Work"for additional requirements. REFERENCE STANDARDS 01090 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - REFERENCE STANDARDS 01090-3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01152 - APPLICATIONS FOR PAYMENT PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall submit Application for Payment to the CONSULTANT in accordance with the schedule established by the General Conditions. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. General Conditions. B. All applicable sections of the Specifications. 1.03 FORMAT AND DATE REQUIRED A. Submit itemized applications in a Standard AIA Form 6702 and 6703, and the noted cover sheet. 1.04 PREPARATION OF APPLICATION FOR EACH PROGRESS PAYMENT A. Application Form: 1. Fill in required information, including that for Change Orders executed prior to date of submittal of application. 2. Fill in summary of dollar values to agree with respective totals indicated on continuation sheets. 3. Execute certification with signature of a responsible officer of Contract firm. B. Continuation Sheets: 1. Fill in total list of all scheduled component items of work, with item number and scheduled dollar value for each item. 2. Fill in the value in each column for each scheduled line item when work has been performed. APPLICATIONS FOR PAYMENT 01152- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3. List each Change Order executed prior to date of submission, at the end of the continuation sheets. 1.05 SUBSTANTIATING DATA FOR PROGRESS PAYMENTS A. When the CONSULTANT requires substantiating data, CONTRACTOR shall submit suitable information, with a cover letter identifying: 1. Project. 2. Application number and date. 3. Detailed list of enclosures. 4. For stored products (if applicable): a. Item number and identification as shown on application. b. Description of specific material. 5. Other information as may be deemed necessary. B. Submit one copy of data and cover letter for each copy of application. 1.06 PREPARATION OF APPLICATION FOR FINAL PAYMENT A. Fill in Application form as specified for progress payments. B. Use continuation sheet for presenting the final statement of accounting as specified in Section entitled "Contract Closeout". 1.07 SUBMITTAL PROCEDURE A. Submit Applications for Payment to CONSULTANT at the times stipulated in the General Conditions. B. Number: Five copies of each Application. C. When CONSULTANT finds Application properly completed and correct, it will be transmitted to CITY for payment to the CONTRACTOR. APPLICATIONS FOR PAYMENT 01152 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - APPLICATIONS FOR PAYMENT 01152 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01200 - PROJECT MEETINGS PART 1 - GENERAL 1.01 THE REQUIREMENTS A. The CONSULTANT shall schedule and administer preconstruction, weekly progress and specialty meetings throughout the progress of the WORK. As a part of its duties, the CONSULTANT shall: 1. Prepare or have prepared agenda for meetings. 2. Make physical arrangements for meetings. 3. Preside at meetings. 4. Record or have recorded the minutes; include significant proceedings and decisions. 5. Timely reproduce and distribute copies of minutes after each meeting. a. To participants in the meeting. b. To parties affected by decisions made at the meeting, as deemed necessary. B. Representative of CONTRACTOR, subcontractor and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. C. The CONSULTANT shall attend all meetings. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 PRE-CONSTRUCTION MEETING A. Schedule at CONSULTANT'S direction. PROJECT MEETINGS 01200 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. Location: A central site, convenient for all parties, designated by CITY. C. Attendance: 1. The CONTRACTOR and its superintendent, major subcontractors and suppliers. 2. CONSULTANT and its professional consultants. 3. Representatives of the CITY. 4. Others as requested by CONTRACTOR, CITY, and/or CONSULTANT. D. Suggested Agenda: 1. Distribution and discussion of: a. List of major subcontractors and suppliers (by CONTRACTOR). b. Projected Construction Schedules (by CONTRACTOR). c. Shop drawings and other submittals (by CONTRACTOR). d. Traffic maintenance plan (by CONTRACTOR). e. Community Public Relations (by CITY) 2. Critical work sequencing (by CONTRACTOR). 3. Procurement of major equipment and materials requiring a long lead time (by CONTRACTOR). 4. Project Coordination (ALL PARTIES) a. Designation of responsible personnel. 5. Procedures and processing of (by CONSULTANT& CITY): a. Field decisions. b. Proposal requests. PROJECT MEETINGS 01200 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) c. Submittals. d. Change Orders. e. Applications for Payment 6. Adequacy of distribution of Contract Documents (by CONSULTANT) 7. Procedures for maintaining Record Documents (by CONSULTANT) 8. Use of premises (by CONSULTANT): a. Office, work and storage areas. b. CITY's requirements. 9. Construction facilities, controls and construction aids (by CONTRACTOR). 10. Temporary utilities (by CONTRACTOR). 11. Safety procedures (by CONTRACTOR). 12. Security procedures (by CONTRACTOR). 13. Housekeeping procedures (by CONTRACTOR). 1.04 PROGRESS MEETINGS A. Attend regular weekly meetings on a day established by the CONSULTANT, as required. B. Hold called meetings as required by progress of the WORK. C. Location of the meetings: At location determined by CITY. D. Attendance 1. CONSULTANT and its professional consultants as needed. 2. CONTRACTOR and its subcontractors and suppliers, as required. PROJECT MEETINGS 01200-3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3. Governmental representatives as appropriate. 4. Others, as requested by CONTRACTOR, CITY, and/or CONSULTANT. E. Suggested Agenda: 1. Review, approval of minutes of previous meeting (ALL PARTIES). 2. Review of work progress since previous meeting and two week look ahead schedule (by CONTRACTOR). 3. Field observations, problems, conflicts (ALL PARTIES) 4. Problems which impeded Construction Schedule (By CONTRACTOR, Resident Representative). 5. Corrective measures and procedures to regain projected schedule (by CONTRACTOR). 6. Review of off-site fabrication, delivery schedules (by CONTRACTOR). 7. Community Public Relations (ALL PARTIES) 8. Review submittal schedules; expedite as required (by CONSULTANT). 9. Pending changes and substitutions (by CONSULTANT). 10. Permit Status (ALL PARTIES). 11. Testing Status (by CONTRACTOR). 12. Payments to CONTRACTOR (by CITY). 13. Other business. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - PROJECT MEETINGS 01200 - 4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01311 - SCHEDULES AND REPORTS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall plan, schedule, execute, report and accomplish the work under this contract using the Critical Path Method (hereinafter referred to as CPM), in calendar days, unless otherwise specifically provided in the Contract Documents. All schedules shall be prepared using Primavera Project Planner version 3.0 Software. B. The primary objectives of the CPM scheduling requirements are: (1) to insure adequate planning and execution of the WORK by CONTRACTOR; (2) to assist CITY and CONSULTANT in evaluating progress of the WORK; (3) to provide for optimum coordination by CONTRACTOR of it's trades, subcontractors and Suppliers, and of its WORK with the WORK or services provided by any separate CONTRACTORs; (4) to permit the timely prediction or detection of events or occurrences which may affect the timely prosecution of the WORK; (5) to provide a mechanism or tool for use by the CITY, CONSULTANT and CONTRACTOR in determining and monitoring any actions of the CONTRACTOR which may be required in order to comply with the requirements of the Contract Documents relating to the completion of the various portions of the WORK by the Specific Dates specified in the Contract Documents; and (6) to define specific stages or portions of the WORK. C. The CONTRACTOR is responsible for determining the sequence of activities, the time estimates of the detailed construction activities and the means, methods, techniques and procedures to be employed. The construction Schedule shall represent the CONTRACTOR's best judgment of how it will prosecute the WORK in compliance with the Contract requirements. CONTRACTOR shall ensure that the Construction Schedule is current and accurate and is properly and timely monitored, updated and revised as Project conditions and the Contract Documents may require. D. The CONTRACTOR shall consult with its principal subcontractors and Suppliers relating to the preparation of its construction plan and Construction Schedule. Principal subcontractors shall receive copies of those portions of SCHEDULES AND REPORTS 01311 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) CONTRACTOR's Construction Schedule which relate to their WORK and shall be continually advised of any updates or revisions to the Construction Schedule as the WORK progresses. When CONTRACTOR submits its Construction Schedule to the CONSULTANT or makes any proposed updates or revisions to such Schedule, it will be assumed by CITY and CONSULTANT that CONTRACTOR has consulted with and has the concurrence of its principal subcontractors and Suppliers. CONTRACTOR shall be solely responsible for ensuring that all subcontractors and Suppliers comply with the requirements of the Construction Schedule for their portions of the WORK. E. The CONTRACTOR shall provide the basic data relating to activities, durations and sequences to the CONSULTANT as part of the CONTRACTOR's draft of the Construction Schedule. This data shall reflect the CONTRACTOR's actual construction plan for the Project, and shall fully comply with all requirements of the Contract Documents. F. When there are separate CONTRACTORs working concurrently on the Project whose WORK must interface or be coordinated with the WORK of CONTRACTOR, CONTRACTOR shall coordinate its activities with the activities of the separate CONTRACTORs and shall, prior to the submission of its Construction Schedule to the CONSULTANT, obtain written approval of its Construction Schedule by the separate CONTRACTORs. If CONTRACTOR is unable to obtain such written approval by the separate CONTRACTORs after its best efforts to do so, or if a conflict occurs that cannot be resolved by mutual agreement between CONTRACTOR and any separate CONTRACTOR, the CONSULTANT shall make a determination of the schedule which shall be binding upon CONTRACTOR and the separate CONTRACTORs. G. It is understood and agreed that the Construction Schedule is to represent CONTRACTOR's best plan and estimate for the WORK; however, CONTRACTOR acknowledges that the Construction Schedule may have to be revised from time-to-time as progress proceeds. CONTRACTOR further acknowledges and agrees that the CITY and CONSULTANT do not guarantee that: (1) CONTRACTOR can start WORK activities on the "early start" or "late start" dates or complete WORK activities on the "early finish" or "late finish" dates shown in the schedule, or as same may be updated or revised; (2) CONTRACTOR can proceed at all times in the sequence established by the SCHEDULES AND REPORTS 01311 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) utilization of only the resources and manpower it initially plans for the performance of the WORK; (3) CONTRACTOR's Construction Schedule will not have to be modified in order to obtain the agreement of any separate CONTRACTORs to the schedule; or (4) CONTRACTOR's Construction Schedule will not have to be modified or changed by direction of the CONSULTANT. Any changes, modifications or adjustments made by CONTRACTOR to the Construction Schedule shall be in full compliance with all requirements of the Contract Documents. H. The CONTRACTOR acknowledges and agrees that its Construction Schedule must be flexible to accommodate and allow for its coordination with the operations of the CITY, residents and/or the WORK of separate CONTRACTORs relating to the Project. The CONSULTANT will review the CONTRACTOR's Construction Schedule for compatibility with CITY operations and the WORK of separate contractors. CONTRACTOR agrees to hold meetings with the CITY, CONSULTANT and separate CONTRACTORs to resolve any conflicts between CONTRACTOR's Construction Schedule and the operations of the CITY or WORK of separate contractors. CONTRACTOR agrees to fully cooperate with CITY and separate contractors to resolve such conflicts and to revise its Construction Schedule as reasonably required. I. To maintain the orderly progress of the WORK performed on the Project, the CONSULTANT shall have the right to determine, in its sole discretion, the priority between the WORK performed by CONTRACTOR and the WORK of any separate CONTRACTORs or CITY's operations; this decision shall be final and binding upon CONTRACTOR and shall not be a cause for extra compensation or an extension of time, except where an extension of time is granted because of a delay for which CONTRACTOR is otherwise entitled to an extension under the Contract Documents. Provided, however, that this right shall not be exercised by the CONSULTANT unless: (1) the determination is necessary, in the opinion of the CONSULTANT, because of Project conditions; and (2) CONTRACTOR and any separate contractors cannot otherwise agree upon such priority of schedule construed as relieving the CONTRACTOR of its obligation to cooperate with any separate contractors on the Project. J. If CONTRACTOR's Construction Schedule indicates that CITY or a separate CONTRACTOR is to complete an activity or perform certain preceding WORK SCHEDULES AND REPORTS 01311 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) by a particular date, or within a certain duration, CITY or any separate CONTRACTOR shall not be bound to said date or duration unless CITY expressly and specifically agrees in writing to same. The review and approval or acceptance by CITY or CONSULTANT of the Construction Schedule or any other schedule or plan of construction of CONTRACTOR, does not constitute an agreement by CITY or CONSULTANT of any start or finish date in the schedule or specific durations or sequences for activities of the CITY or any separate CONTRACTOR; provided, however, that nothing herein shall be construed as modifying or changing, or excusing the performance of CONTRACTOR of required portions of the WORK by the Specific Dates as set forth in the Contract Documents. K. The Specific Dates set forth in the Contract Documents represent only the major items of WORK and may include interface dates with the operations of the CITY, the WORK of separate contractors or others. Specific Dates are Contract requirements and are of the essence to this Contract and to the coordination of the WORK by CONTRACTOR. Specific Dates represent the latest allowable start or completion time for those portions of the WORK to which each Specific Date relates. The Specific Dates are not intended to be a complete listing of all WORK under this Contract or of all interfaces with WORK performed by other separate contractors, the CITY or others. CONTRACTOR shall determine the time requirements for all such interfaces and shall be responsible for planning, scheduling and coordinating the WORK in order to complete in accordance with those requirements. L. Acceptance by the CITY of the CONTRACTOR's Construction Schedule, or any revisions or updates thereto, is advisory only and shall not relieve the CONTRACTOR of the responsibility for accomplishing each portion of the WORK within each and every applicable Specific Date. Omissions and errors in the approved or accepted Construction Schedule, or any revisions or updates shall not excuse performance which is not in compliance with the Contract. Acceptance by the CITY in no way makes the CITY or CONSULTANT an insurer of the reliability, accuracy or feasibility of the Construction Schedule nor liable for time or cost overruns flowing from such omissions or errors. It is understood and agreed that CONTRACTOR cannot rely upon any informal or constructive acquiescence or acceptance of the Construction Schedule by CITY SCHEDULES AND REPORTS 01311 - 4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) or CONSULTANT. M. Should CONTRACTOR intend or plan to complete the WORK, or any portion thereof, earlier than any applicable Specific Date or the Contract Time, CONTRACTOR shall give timely and reasonable notice of this fact to CONSULTANT and CITY. CITY shall have the sole discretion to agree to or reject such early completion plan by CONTRACTOR. CITY and CONSULTANT shall have no duty or obligation to agree to, or to cooperate with CONTRACTOR regarding any early completion plan or proposal by CONTRACTOR and shall not be liable for any damages of CONTRACTOR because of the rejection by CITY of said plan. N. Unless otherwise specifically provided in the Contract Documents, CONTRACTOR acknowledges that CITY and CONSULTANT have contemplated in their planning and initial scheduling of the Project, and in their budgeting for professional services, that the WORK will be performed on a 5- day WORK week basis, utilizing a single 8-hour shift per day. CITY shall have the sole discretion of approving or rejecting a variance in the WORK week, number of shifts, or shift length. Unless otherwise agreed by CITY, CONTRACTOR shall bear the cost of, and pay the CITY, for additional staff and supervisory personnel, including but not limited to the services of the CONSULTANT necessary to support any variance in the contemplated WORK week, number of shifts or shift length. 1.02 POST AWARD ACTIVITIES A. Upon receipt by CONTRACTOR of the Notice to Proceed, and until the Construction Schedule is approved by CONSULTANT and CITY, CONTRACTOR shall proceed with its WORK in accordance with the Preliminary schedule which was presented at the Pre-Construction Conference B. Pre-Construction Conference: CONTRACTOR shall, upon notification from the CONSULTANT and/or CITY, attend the Pre-Construction conference. One agenda item at this meet will be an orientation session relating to the Schedules and Reports requirements for this Project. This orientation meeting is designed to review Contract milestones and construction sequence restraints to assist the CONTRACTOR in planning its WORK and in developing its Construction SCHEDULES AND REPORTS 01311 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Schedule. CONTRACTOR shall arrange for its project manager and Superintendent, major Subcontractors and Suppliers, and any scheduling engineers that it may employ to attend the orientation session. Among other things, the CONSULTANT will review: the objectives of the Schedules and Reports requirements; the procedures and requirements for the preparation of the Construction Schedule and Schedule of Values by CONTRACTOR; long-lead items and time requirements for WORK by Subcontractors will be identified. It is understood and agreed that the CONSULTANT has no authority to waive any requirements of the Contract Documents at this orientation meeting, and all requirements of the Contract Documents remain applicable to CONTRACTOR's WORK whether or not discussed at this session. C. Should CONTRACTOR fail or refuse to attend the Pre-Construction Conference, CITY shall have the right to terminate CONTRACTOR for default pursuant to the provisions of the General Conditions. 1.03 DRAFT OF CONSTRUCTION SCHEDULE A. Within fifteen (15) days of the orientation session, (even though CONTRACTOR may not have completed subcontractor negotiations and executed subcontracts) the CONTRACTOR, in consultation with the CONSULTANT and CITY, shall complete a draft of its time-scaled network graphic. 1. The Construction Schedule shall represent the CONTRACTOR's best judgment and intended plan for completion of the WORK in compliance with Specific Dates listed in the Contract Documents and the Contract Time. The Construction Schedule shall take into account all foreseeable activities to be accomplished by any separate contractors, and interface dates with utility owners, the CITY's operations and others. The Construction Schedule shall anticipate all necessary manpower and resources to accomplish the activities within the durations set forth in the Construction Schedule. B. CONSULTANT and/or CITY shall have the right to require the CONTRACTOR to modify any CONTRACTOR data or any portion of the CONTRACTOR's Construction Schedule, Schedule of Values or Recovery Schedule, as herein SCHEDULES AND REPORTS 01311 -6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) required, with CONTRACTOR bearing the expense thereof, which the CONSULTANT and/or CITY reasonably determine to be: (1) impracticable; (2) based upon erroneous calculations or estimates; (3) unreasonable; (4) required to ensure proper coordination by CONTRACTOR of the WORK of its Subcontractors and with the WORK or services being provided by any separate CONTRACTOR's; (5) necessary to avoid undue interference with the owner's operations or those of any utility owners or adjoining property owners; (6) necessary to ensure completion of the WORK by the Specific Dates set forth in the Contract Documents; (7) required for CONTRACTOR to comply with the requirements of the Contract Documents or (8) not in accordance with the CONTRACTOR's actual operations. 1.04 CONSTRUCTION SCHEDULE A. Within fourteen (14) days after receipt of the Construction Schedule draft, the CONTRACTOR shall provide the CITY and CONSULTANT with a draft time- scaled graphic network of activities and computer listing of all activities included in the Construction Schedule. B. The Construction Schedule shall consist of a time-scaled, detailed network graphic representation of all activities which are part of the CONTRACTOR's construction plan and an accompanying computerized mathematical analysis of these activities. The graphic network shall include, but not be limited to, the following information: 1. Project Name 2. Activities of completed WORK ready for use by next trade, CITY, etc. 3. Activities relating to different areas of responsibility, such as subcontracted work which is distinctly separate from that being done by the CONTRACTOR directly; 4. Different categories of work as distinguished by craft or crew requirements; 5. Different categories of work as distinguished by equipment requirements; 6. Different categories of work as distinguished by materials; SCHEDULES AND REPORTS 01311 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 7. Distinct and identifiable subdivisions of work such as structural slabs, beams, columns; 8. Locations of work within the Project that necessitates different times or crews to perform; 9. Outage schedules for existing utility services that will be interrupted during the performance of the work; 10. Acquisition and installation of equipment and materials, supplies and/or installed by the CITY or separate contractors; 11. Material to be sorted on site; and 12. Specific Dates. C. For all major equipment and materials to be fabricated or supplied for the Project, the Construction Schedule shall show a sequence of activities including: 1. Preparation of Shop Drawings and sample submissions; 2. A reasonable time for review of Shop Drawings and samples or such time as specified in the Contract Documents: 3. Shop fabrication, delivery, and storage; 4. Erection or installation; and 5. Testing of equipment and materials. D. The Construction Schedule shall include late completion dates for the WORK that are no later than the required Specific Dates. The time-scaled graphic network shall be drawn based upon the early start dates of activities shown on the graphic. E. All activity durations shall be given in calendar days. 1.05 SCHEDULE OF VALUES A. Within ten (10) days after acceptance of the Construction Schedule by The CITY and CONSULTANT, the CONTRACTOR shall submit a Schedule of Values, SCHEDULES AND REPORTS 01311 -8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) allocating a dollar value for the activities on the Construction Schedule. The dollar value for each activity shall be the cost of the WORK of the activity including labor, materials, and pro rata contribution of General Conditions requirements, overhead and profit. The sum of all activity costs shall equal the total Contract Sum. The CONTRACTOR shall revise the Schedule of Values as necessary to gain the acceptance of the CONSULTANT and the CITY. B. The activity cost for the Schedule of Values shall be coded with a cost code corresponding to the trade, subcontractor or Supplier performing the WORK so that subtotals for each division of the WORK can be prepared. C. The Schedule of Values shall, in the best judgment of the CONTRACTOR, represent a fair, reasonable and equitable dollar (cost) allocation for each activity on the Construction Schedule. 1.06 CONTRACTOR CERTIFICATION OF SCHEDULE A. The CONTRACTOR shall include the following certification with its accepted schedule submittals: "The undersigned CONTRACTOR certifies that the Construction Schedule which is comprised of the graphic network of activities displayed on the sheets dated and of the computerized mathematical reports dated is CONTRACTOR's Construction Schedule as required by the Contract document; and that said Schedule is a true and accurate representation of its plan of construction for the WORK and fully complies with the requirements of the contract Documents. The CONTRACTOR further certifies that it will prosecute the WORK in accordance with this Schedule, subject to any change therein which are implemented in accordance with the contract documents; and the undersigned acknowledges that this Schedule shall be the instrument by which progress of the WORK shall be monitored, and together with the dollar value assigned to each activity, shall be the basis of monthly payments in accordance with the contract documents; and CONTRACTOR certifies that it has fully complied with all of the requirements of the contract documents relating to coordination of said Schedule with separate CONTRACTOR's." SCHEDULES AND REPORTS 01311 -9 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.07 UPDATING OF CONSTRUCTION SCHEDULE/PROGRESS REPORTS A. On or about the dates specified, CONTRACTOR shall arrange for its project manager and superintendent to meet at Project Site with the CONSULTANT and CITY to review CONTRACTOR's report of actual progress prepared by CONTRACTOR. Said report shall set forth up-to-date and accurate progress data, shall be based upon CONTRACTOR's best judgment and shall be prepared by CONTRACTOR in consultation with all principal Subcontractors and suppliers. B. The progress report of CONTRACTOR shall show the activities or portions of activities, completed during the reporting period, the actual start and finish dates for these activities, remaining durations and/or estimated completion dates for activities currently in progress. C. The CONTRACTOR shall produce a computerized update work sheet for completion as a part of this process. D. CONTRACTOR shall submit a narrative report with the updated progress analysis which shall include, but not be limited to a description of problem areas, current and anticipated delaying factors and their impact, explanations of corrective actions taken or planned, any newly planned activities or changes in sequence, and proposed logic for a Recovery Schedule, if required, as further described herein. The report shall also include: 1. A narrative describing actual WORK accomplished during the reporting period; 2. A list of major construction equipment used on the WORK during the reporting period and any construction equipment idle during the reporting period; 3. The total number of men by craft actually engaged in the WORK during the reporting period, with such total stated separately as to office, supervisory, and field personnel; 4. A manpower and equipment forecast for the succeeding thirty (30) days, stating the total number of men by craft, and separately stating such total SCHEDULES AND REPORTS 01311 - 10 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) as to office, supervisory and field personnel; 5. A list of CONTRACTOR supplied materials and equipment, indicating current availability and anticipated jobsite delivery dates; 6. Changes or additions to supervisory personnel since the preceding progress report. E. The CONTRACTOR will provide computer reports and monthly reports thereafter, in accordance with the following: 1. Schedule Reports: Initial and subsequent Schedule Reports will contain the following minimum information for each activity: a. Activity number, description and estimated duration in days; b. Early and late finish dates; c. Percentage of each activity competed as of each report; d. Remaining float/days behind schedule; e. Responsibility for activity. Actual start and finish dates shall be indicated for each activity, as appropriate. Dummies and completed activities will be omitted from remaining Float and Late Start Sorts. 2. Cost Reports: Initial and subsequent Cost Reports will include the following information for each activity, sorted by trade activity: a. Activity number and description; b. Percentage of value of WORK in place against total value; c. Total cost of each activity; d. Value of WORK in place since last report; e. Value of WORK in place to date; f. Value of uncompleted WORK. SCHEDULES AND REPORTS 01311 - 11 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3. As part of the updating process, The CONTRACTOR computer will calculate, based upon progress data, agreed to by the CONSULTANT and CITY, the value of WORK done for each activity based on percentage complete for each activity less the amount previously paid for past percentages completed. Summation of all values of each activity less the appropriate percent of retainage shall be the amount payable to the CONTRACTOR, provided that CONTRACTOR has complied with all requirements of the contract documents. F. CONTRACTOR shall be solely responsible for expediting the delivery of all materials and equipment to be furnished so that the progress of construction shall be maintained according to the currently accepted Construction Schedule for the WORK. CONTRACTOR shall notify the CONSULTANT and CITY in writing, and in a timely and reasonable manner, whenever CONTRACTOR determines or anticipates that the delivery date of any material or equipment to be furnished by CONTRACTOR will be later than the delivery date indicated by the Construction Schedule, or required consistent with the completion requirements of this Contract, subject to schedule updates as herein provided. G. CONTRACTOR shall ensure that the critical path runs through on-site activities and that off-site activities do not control the critical path of the Construction Schedule. 1.08 INITIAL PROGRESS PAYMENT A. The completed Construction Schedule, including the Schedule of Values, will be required for each Application for Payment. However, one initial provisional progress payment may be payable in the sole discretion of the CITY if it determines the CONTRACTOR is complying with these Schedules and Reports provisions during the development of the Construction Schedule and Schedule of Values as required herein. However, no more than one Application for Payment will be approved until all of the requirements of these Schedules and Reports provisions have been met. 1.09 RECOVERY SCHEDULE A. Should the updated Construction Schedule show at any time during CONTRACTOR's performance, in the sole opinion of the CONSULTANT, that SCHEDULES AND REPORTS 01311 - 12 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) the CONTRACTOR is fourteen (14) or more days behind schedule for any Specific Date, The CONTRACTOR shall prepare a Recovery Schedule at no additional cost to the CITY (unless the CITY is solely responsible for the event or occurrence which has caused the schedule slippage) explaining and displaying how CONTRACTOR intends to reschedule its WORK to regain compliance with the Construction Schedule during the immediate subsequent pay period. B. If the CONTRACTOR believes that all of the time can be recovered during the subsequent pay period the CONTRACTOR will be permitted to prepare a Recovery Schedule as set forth below. However, if the CONTRACTOR believes it will take more than thirty (30) days to recover all of the lost time, it shall prepare and submit a request for revision to the Construction Schedule and comply with all of the requirements for a Schedule Revision. 1. The CONTRACTOR shall prepare and submit to the CONSULTANT a one-month maximum duration Recovery Schedule, incorporating best available information from subcontractors and others which will permit return to Construction Schedule at the earliest possible time. The CONTRACTOR shall prepare a Recovery Schedule to the same level of detail as the Construction Schedule for a maximum duration of one month. This Recovery Schedule shall be prepared in coordination with other separate CONTRACTOR's on the Project. 2. Within two (2) days after submission of Recovery Schedule to the CONSULTANT, the CONTRACTOR shall participate in a conference with the CONSULTANT and CITY to review and evaluate the Recovery Schedule. Within two (2) days of conference, the CONTRACTOR shall submit the revisions necessitated by the review for the CONSULTANT's and CITY's review and acceptance. The CONTRACTOR shall use the approved Recovery Schedule as its plan for returning to the Construction Schedule. 3. CONTRACTOR shall confer continuously with the CONSULTANT to assess the effectiveness of the Recovery Schedule. As a result of this conference, the CONSULTANT may require the CONTRACTOR to pertain the following: SCHEDULES AND REPORTS 01311 - 13 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) a. If the CONSULTANT determines the CONTRACTOR is still behind schedule the CONSULTANT may direct the CONTRACTOR to prepare a Schedule Revision and comply with all of the requirements of a Schedule Revision as stated herein and the other requirements of the Contract Documents; provided, however, that nothing herein shall limit in any way the rights and remedies of the CITY as provided elsewhere in the Contract Documents. b. If the CONSULTANT determines the CONTRACTOR has successfully complied with provisions of the Recovery Schedule, the CONSULTANT and/or CITY may direct the CONTRACTOR to return to the use of the approved Construction Schedule. 1.10 SCHEDULE REVISIONS A. Should CONTRACTOR desire to or otherwise be required under the Contract Documents to make modifications or changes in its method of operation, its sequence of WORK or the duration of the activities in its Construction Schedule, it shall do so in accordance with the requirements of the Contract Documents. Revisions to the approved Construction Schedule must be approved in writing by the CITY. B. CONTRACTOR shall submit requests for revisions to the Construction Schedule to the CONSULTANT and CITY, together with written rationale for revisions and description of logic for rescheduling WORK and maintaining the Specific Dates listed in the Contract Documents. Proposed revisions acceptable to the CONSULTANT and CITY will be incorporated into the next update of Construction Schedule. C. If there are separate CONTRACTOR's on the Project, prior to the submission by the CONTRACTOR of its proposed schedule revisions, it shall meet with and gain written approval of the separate CONTRACTOR's to make the revisions which shall be evidenced by the signatures of said separate CONTRACTOR's on the proposed schedule revisions. If accepted by the CITY the revisions shall be binding upon CONTRACTOR and all separate CONTRACTOR's on the Project. D. In submitting any proposed schedule revisions to the CITY, CONTRACTOR SCHEDULES AND REPORTS 01311 - 14 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) shall submit therewith the following certification: "The undersigned CONTRACTOR certifies that the proposed schedule revision to the Construction Schedule which comprised of the graphic network of activities displayed on the sheets dated and of the computerized mathematical reports dated is CONTRACTOR's schedule revision to the Construction Schedule as required by the Contract Documents; and that said schedule revision is a true and accurate representation of its plan to complete the WORK, including all Change Orders that are in the CONTRACTOR's possession as of the foregoing date, and fully complies with the requirements of the Contract Documents. The CONTRACTOR further certifies that it will prosecute the WORK in accordance with this schedule revision, subject to any change therein which is implemented in accordance with the Contract Documents; and the undersigned certifies that it has met and coordinated with and obtained the approval of said schedule revision by all separate CONTRACTOR's, as evidenced by their signature thereon; and CONTRACTOR further certifies that it has met and coordinated with and obtained the approval of said schedule revision by all separate CONTRACTOR's, as evidenced by their signature thereon; and CONTRACTOR further certifies it has fully complied with all of the requirements of the Contract Documents relating to coordination of said Schedule with separate CONTRACTOR's." 1.11 FLOAT TIME A. Float or slack time associated with one chain of activities is defined as amount of time between earliest start date and latest start date or between earliest finish date and latest finish date for such activities, as calculated as part of the Construction Schedule. Float or slack time shown on the Construction Schedule is not for exclusive use or benefit of the CITY. CONTRACTOR specifically agrees that float time is to be used by the CITY in conjunction with their review activities or to resolve for any modification of the Specific Dates or an extension of the Contract Time or a claim for additional compensation as a result of any Project problem. B. At a minimum, the CONTRACTOR's schedule shall include a minimum of ten percent (10%) of the Project's calendar day duration of Float time, through the SCHEDULES AND REPORTS 01311 - 15 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) critical path throughout the Project duration. 1.12 CONTRACTOR'S ORGANIZATION A. CONTRACTOR shall maintain as part of its organization, or hire a subcontractor with, a competent staff of sufficient size who are knowledgeable in the use, application and implementation of CPM as required by the Contract Documents. It shall be the responsibility of this staff to prepare input information for the Construction Schedule, monitor progress, provide input for updating and revising logic diagrams when necessary and otherwise assist the CONTRACTOR in fulfilling its obligations hereunder. 1.13 DEFAULT A. Failure of the CONTRACTOR to substantially comply with the requirements of this Section shall constitute a default by CONTRACTOR of its obligations under this Contract sufficient for termination of CONTRACTOR under the General Conditions of this Contract. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - SCHEDULES AND REPORTS 01311 - 16 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES PART 1 - GENERAL 1.01 THE REQUIREMENT A. This section specifies the means of all submittals. All submittals, whether their final destination is to the OWNER, CONSULTANT, or other representatives of the OWNER, shall be directed through the CONSULTANT. A general summary of the types of submittals and the number of copies required is as follows: Copies to CONSULTANT Type of Submittal 6 Progress Schedule 6 Schedule of Payment Items 6 Shop Drawings 2 Certificates of Compliance 2 Warranties 2* Product Samples * Unless otherwise required in the specific Section where requested. 1.02 SUBMITTAL PROCEDURES A. Transmit each submittal with a form acceptable to the CONSULTANT, clearly identifying the project CONTRACTOR, the enclosed material and other pertinent information specified in other parts of this section. Identify variations from Contract Documents and Product or system limitations which may be detrimental to successful performance of the completed Work. B. Revise and resubmit submittals as required, identify all changes made since previous submittals. Resubmittals shall be noted as such. C. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. General Conditions. C. Designate in the construction schedule, or in a separate coordinated schedule, the dates for submission and the dates that reviewed Shop Drawings, Product Data and Samples will be needed. 1.04 PRODUCT DATA A. The CONTRACTOR shall prepare submittals as follows: 1. Clearly mark each copy to identify pertinent products or models. 2. Show performance characteristics and capacities. 3. Show dimensions and clearances required. 4. Show wiring or piping diagrams and controls. B. In the case where Manufacturer's standard schematic drawings and diagrams are submitted The CONTRACTOR shall: 1. Modify drawings and diagrams to delete information which is not applicable to the work. 2. Supplement standard information to provide information specifically applicable to the work. 1.05 SAMPLES A. Where samples are required to be submitted for review at acceptance, these shall be of sufficient size and quantity to clearly illustrate: 1. Functional characteristics of the product with integrally related parts and attachment devices. 2. Full range of color, texture and pattern. 1.06 CONTRACTOR RESPONSIBILITIES A. The CONTRACTOR shall Review Shop Drawings, Product Data and Samples prior to submission. Concurrence with the contents of the submittal shall be SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) acknowledged by the CONTRACTOR as noted in Article 1.07 H. B. Determine and verify: 1. Field measurements. 2. Field construction criteria. 3. Catalog numbers and similar data. 4. Conformance with specifications. C. Coordinate each submittal with requirements of the work and of the Contract Documents. D. Notify the CONSULTANT in writing, at time of submission, of any deviations in the submittals from requirements of the Contract Documents. E. Begin no fabrication or work which requires submittals until return of submittals with the CONSULTANT's acceptance. 1.07 SUBMISSION REQUIREMENTS A. CONTRACTOR shall furnish to the CONSULTANT for review, six copies of each submittal. The term "Shop Drawing" as used herein shall be understood to include detail design calculations, shop drawings, fabrication and installation drawings, erection drawings, lists, graphs, catalog sheets, data sheets, and similar items. B. Normally, a separate transmittal form shall be used for each specific item or class of material or equipment for which a submittal is required. Transmittal of a submittal of various items using a single transmittal form will be permitted only when the items taken together constitute a manufacturer's "package" or are so functionally related that expediency indicates review of the group or package as a whole. A multiple-page submittal shall be collated into sets, and each set shall be stapled or bound, as appropriate, prior to transmittal to the PROGRAM MANGER. C. Except as may otherwise be indicated herein, the CONSULTANT will return prints of each submittal to the CONTRACTOR with its comments noted thereon, SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) within twenty one (21) calendar days following their receipt by the CONSULTANT. It is considered reasonable that the CONTRACTOR shall make a complete and acceptable submittal to the CONSULTANT by the second submission of a submittal item. The CITY reserves the right to withhold monies due the CONTRACTOR to cover additional costs of the CONSULTANT's review beyond the second submittal. The CONSULTANT's maximum review period for each submittal, including all resubmittals, will be 21 days per submittal. In other words, for a submittal that required two resubmittals before it is complete, the maximum review period for that submittal could be 63 calendar days. D. If 3 copies of a submittal are returned to the CONTRACTOR marked FURNISH AS SUBMITTED formal revision and resubmission of said submittal will not be required. E. If 3 copies of a submittal are returned to the CONTRACTOR marked FURNISH AS CORRECTED formal revision and resubmission of said submittal will not be required. F. If a submittal is returned to the CONTRACTOR marked "REVISE AND RESUBMIT," the CONTRACTOR shall revise said submittal and shall resubmit the required number of copies of said revised submittal to the CONSULTANT. G. Fabrication of an item shall be commenced only after the CONSULTANT has reviewed the pertinent submittals and the returned copies to the CONTRACTOR are marked either "FURNISH AS SUBMITTED" or "FURNISH AS CORRECTED." Corrections indicated on submittals shall be considered as changes necessary to meet the requirements of the Contract Documents and shall not be taken as the basis for changes to the contract requirements. If the CONTRACTOR chooses to proceed with fabrication and/or shipment of any item prior to receipt of requisite acceptance, it does so at its own risk. H. All CONTRACTOR shop drawing submittals shall be carefully reviewed by an authorized representative of the CONTRACTOR, prior to submission to the CONSULTANT. Each submittal shall be dated, signed, and certified by the CONTRACTOR, as being correct and in strict conformance with the Contract Documents. In the case of shop drawings, each sheet shall be so dated, signed, and certified. No consideration for review by the Design ENGINEER of SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) any CONTRACTOR submittals will be made for any items which have not been so certified by the CONTRACTOR. All non-certified submittals will be returned to the CONTRACTOR without action taken by the CONSULTANT, and any delays caused thereby shall be the total responsibility of the CONTRACTOR. I. The Design ENGINEER's review of CONTRACTOR shop drawing submittals shall not relieve the CONTRACTOR of the entire responsibility for the correctness of details and dimensions. The CONTRACTOR shall assume all responsibility and risk for any misfits due to any errors in CONTRACTOR submittals. The CONTRACTOR shall be responsible for the dimensions and the design of adequate connections and details. J. Shop Drawing Distribution: Shop drawings shall be reviewed by the Design ENGINEER and marked either as "FURNISH AS SUBMITTED, "FURNISH AS CORRECTED," or "REVISE AND RESUBMIT." The distribution of processed shop drawings shall be as follows: 1. Shop drawings marked "FURNISH AS SUBMITTED" or 'FURNISH AS CORRECTED". 3 copies returned to CONTRACTOR 2 copies transmitted to the CITY 1 copy to remain with the CONSULTANT 2. Shop drawings marked or "REVISE AND RESUBMIT" 2 copies returned to CONTRACTOR 2 copies transmitted to the CITY 2 copies remain with the CONSULTANT L. Submittals shall contain: 1. The date of submission and the dates of any previous submissions. 2. The Project title and Project number. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3. Contract identification. 4. The names of: a. CONTRACTOR b. Supplier c. Manufacturer 5. Identification of the product, with the specification section number and/or drawing. 6. Field dimensions, clearly identified as such. 7. Relation to adjacent or critical features of the work or materials. 8. Applicable standards, such as ASTM or Federal Specification numbers. 9. Identification of deviations from Contract Documents. 10. Identification of revisions on resubmittals. 11. An 8" x 3" blank space for CONTRACTOR and CONSULTANT's review stamps. 12. CONTRACTOR's stamp, initialed or signed, certifying to review of submittal, verification of products, field measurements and field construction criteria, and coordination of the information within the submittal with requirements of the work and of Contract Documents. 1.08 RESUBMISSION REQUIREMENTS A. Make any corrections or changes in the submittals required by the CONSULTANT and resubmit until approved. B. Shop Drawings and Product Data: 1. Revise initial drawings or data, and resubmit as specified for the initial submittal. SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Indicate any changes which have been made other than those requested by the CONSULTANT. C. Samples: Submit new samples as required for initial submittal. 1.09 DISTRIBUTION A. Distribute reproduction of Shop Drawings and copies of Product Data which carry the CONSULTANT's stamp of approval to: 1. Job site file. 2. Record Documents file. 3. Other affected contractors. 4. Subcontractors 5. Supplier or Fabricator. B. Distribute samples which carry the CONSULTANT's stamp of approval. 1.10 CONSULTANT DUTIES A. Receive submittals from CONTRACTOR. B. Review submittals with reasonable promptness and in accord with schedule. C. Affix stamp and initials or signature, and indicate requirements for resubmittal, or acceptance of submittal. D. Return submittals to CONTRACTOR. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01380 - CONSTRUCTION PHOTOGRAPHY PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall employ a competent photographer to take construction record photographs periodically, monthly at a minimum, during the course of the work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Summary of Work. B. Project Record Documents. 1.03 PHOTOGRAPHY REQUIRED A. Provide photographs taken on cutoff date for each scheduled Application for Payment. CONTRACTOR shall provide aerial photographs of the WORK with each Application for payment. The quality of provided aerials shall be in color with resolution no less than 300 pixels per square inch. B. Provide photographs taken at each major stage of construction. C. Provide photographs taken of change order work. D. Provide five prints of each view. E. Negatives: 1. Remain property of photographer. 2. Require that photographer maintain negatives for a period of two years from Date of Substantial Completion of entire Project. 3. Photographer shall agree to furnish additional prints to CITY and the CONSULTANT at commercial rates applicable at time of purchase. CONSTRUCTION PHOTOGRAPHY 01380 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.04 COSTS OF PHOTOGRAPHY A. CONTRACTOR shall pay costs for specified photography and prints the cost of which shall be included in the bid items of the Schedule of Price Bid. No separate payment will be made to the CONTRACTOR for construction photography. Parties requiring additional photography or prints will pay photographer directly. PART 2— PRODUCTS 2.01 PRINTS A. Color: 1. Paper: Single weight, color print paper. 2. Finish: Smooth surface, glossy. 3. Size: 8-inch x 10-inch. B. Identify each print on back, listing: 1. Name of Project. 2. Specific Location. 3. Date and time of exposure. 4. Name and address of photographer. 5. Photographer's numbered identification of exposure. C. Any and all still photographs, negatives, video tapes, DVDs, and images electronic files taken from the construction area are the property of the City of Miami Beach and shall not be released to any source without the prior written permission form the CITY. This provision shall prevail for the duration of the Contract and indefinitely thereafter. CONSTRUCTION PHOTOGRAPHY 01380- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 3 - EXECUTION 3.01 TECHNIQUE A. Factual presentation. B. Correct exposure and focus. 1. High resolution and sharpness. 2. Maximum depth-of-field. 3. Minimum distortion. 3.02 VIEWS REQUIRED A. Photograph from locations that adequately illustrate condition of construction and state of progress. B. Photographs shall include aerial photograph showing the entire construction area. 3.03 DELIVERY OF PRINTS A. Delivery of prints to the CONSULTANT to accompany each Application for Payment. B. Distribution of prints, as soon as processed, is anticipated to be as follows: 1. CITY (one set). 2. CONTRACTOR (one set). 3. CONSULTANT (one set). 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this Section. It shall be included in the lump sum bid price. - END OF SECTION - CONSTRUCTION PHOTOGRAPHY 01380 -3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01381 AUDIO/VIDEO PRE-CONSTRUCTION RECORD PART 1 - GENERAL 1.01 DESCRIPTION A. The Contractor shall provide a continuous color video with audio of the entire project prior to construction and at Owner acceptance. 1.02 RELATED SECTIONS A. Section 01380 - Construction Photographs 1.03 SCHEDULE REQUIRED A. Video recordings shall not be made more than 30 days prior to construction. No construction shall begin prior to review and approval of the videos by the Engineer and the Owner. B. Videos not conforming to the Specifications shall be resubmitted at no additional charge. 1.04 PROFESSIONAL VIDEOGRAPHERS A. The Contractor shall engage the services of a professional videographer. The color audio-visual tapes shall be prepared by a responsible commercial firm known to be skilled and regularly engaged in the business of pre-construction color audio-visual documentation. PART 2 - PRODUCTS 2.01 GENERAL A. The finished product shall be a bright, sharp, clear picture free of distortion and show sufficient detail acceptable to the Owner and Engineer. B. All videos shall be color and in RGB format. C. The Contractor shall furnish to the Engineer and the Owner two (2) copies each of the electronic file, which becomes a project record document. D. Electronic file storage media shall be a durable, commercial quality USB memory device or compact disc of sufficient capacity to store the intended contents. E. Electronic file storage media shall be labeled and identified by project title and project number. F. The videographer shall keep electronic copies for a minimum of two years from Owner acceptance. 2.02 METADATA A. Each video must contain descriptive metadata as follows: 1. Name of Project 2. Direction and road names 3. Date and time of image AN PRECONSTRUCTION RECORD 01381 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 4. Name and address of videographer 5. Meaningful and descriptive filenames unique to each image. 2.03 COPYRIGHT A. No copyrighted videos will be accepted. 2.04 EDITING A. Videos shall not be edited in any way other than metadata per Section 2.02. PART 3 - EXECUTION A. The video recording shall show all surface features located within the construction zone. These features shall include, but not be limited to, roadways, sidewalks, outside of houses (front and sides), driveways, culverts, walls, fences, and landscaping. B. Where station numbering is used, coverage shall begin at the lowest station number and be continuous until the highest station number is reached. Otherwise, the entire length of the project shall be documented including each plan sheet. C. Provide magnification (zoom) where appropriate to properly display details germane to the subject matter. D. Maintain camera speed slow enough to achieve detail acceptable to the Owner and Engineer. 1. Videos with unacceptable camera speed will not be accepted. 2. Videographer shall be responsible to meet all traffic laws at the time of video including all necessary and appropriate safety measures. END OF SECTION AN PRECONSTRUCTION RECORD 01381 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01400 -QUALITY CONTROL PART 1 - GENERAL 1.01 THE REQUIREMENT A. Specific quality control requirements for the WORK are indicated throughout the Contract Documents. The requirements of this Section are primarily related to performance of the WORK beyond furnishing of manufactured products. The term "Quality Control" includes inspection, sampling and testing, and associated requirements. 1.02 INSPECTION AT PLACE OF MANUFACTURE A. Unless otherwise indicated, all products, materials, and equipment shall be subject to inspection by a CITY Representative at the place of manufacture. B. The presence of the CITY Representative at the place of manufacturer, however, shall not relieve the CONTRACTOR of the responsibility for furnishing products, materials, and equipment which comply with all requirements of the Contract Documents. Compliance is a duty of the CONTRACTOR, and said duty shall not be avoided by any act or omission on the part of the CONSULTANT. 1.03 SAMPLING AND TESTING A. Unless otherwise indicated, all sampling and testing shall be in accordance with the methods prescribed in the current standards of the ASTM, as applicable to the class and nature of the article or materials considered; however, the CITY reserves the right to use any generally-accepted system of sampling and testing which, in the opinion of the CONSULTANT will insure the CITY that the quality of the workmanship is in full accord with the Contract Documents. B. Any waiver by the CITY of any specific testing or other quality assurance measures, whether or not such waiver is accompanied by a guarantee of substantial performance as a relief from the specified testing or other quality assurance requirements as originally specified, and whether or not such guarantee is accompanied by a performance bond to assure execution of any necessary corrective or remedial WORK, shall not be construed as a waiver of QUALITY CONTROL 01400- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) any requirements of the Contract Documents. C. Notwithstanding the existence of such waiver, the CONSULTANT reserves the right to make independent investigations and tests, and failure of any portion of the WORK to meet any of the requirements of the Contract Documents, shall be reasonable cause for the CONSULTANT to require the removal or correction and reconstruction of any such work in accordance with the General Conditions. 1.04 SITE INVESTIGATION AND CONTROL A. The CONTRACTOR shall verify all dimensions in the field and shall check field conditions continuously during construction. The CONTRACTOR shall be solely responsible for any inaccuracies built into the Work due to its failure to comply with this requirement. B. The CONTRACTOR shall inspect related and appurtenant Work and shall report in writing to the CONSULTANT any conditions which will prevent proper completion of the Work. Failure to report any such conditions shall constitute acceptance of all site conditions, and any required removal, repair, or replacement caused by unsuitable conditions shall be performed by the CONTRACTOR, at its expense, within the scope of the Project. 1.05 OBSERVATION AND TESTING A. The CITY will employ and pay for the services of an independent testing laboratory for specified testing as specified by the CONSULTANT as noted in the Section entitled "Testing Laboratory Services". B. The work or actions of the testing laboratory shall in no way relieve the CONTRACTOR of its obligations under the Contract. The laboratory testing work will include such observations and testing required by the Contract Documents, existing laws, codes, ordinances, etc. The testing laboratory will have no authority to change the requirements of the Contract Documents, nor perform, accept or approve any of the CONTRACTOR's Work. C. The CONTRACTOR shall allow the CITY and CONSULTANT ample time and opportunity for field observation and testing materials and equipment to be used in the Work. The CONTRACTOR shall advise the CITY and CONSULTANT QUALITY CONTROL 01400 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) promptly upon placing orders for materials and equipment so that arrangements may be made, if desired, for observation before shipment from the place of manufacture. The CONTRACTOR shall at all times furnish the CITY and its representatives, proper time for inspecting and testing materials, equipment, and workmanship. The CONTRACTOR must anticipate that possible delays may occur in the execution of its work due to the necessity of materials and equipment being inspected and accepted for use. The CONTRACTOR shall furnish, at its own expense, all samples of materials required by the CONSULTANT for testing, and shall make its own arrangements for providing water, electric power, or fuel for the various observations and tests of structures and equipment. D. The CITY will bear the cost of all tests, observations, or investigations undertaken by the order of the CONSULTANT for the purpose of determining conformance with the Contract Documents if such tests, observations, or investigations are not specifically required by the Contract Documents, and if conformance is ascertained thereby. Whenever nonconformance is determined by the CITY as a result of such tests, observations, or investigations, the CONTRACTOR shall bear the full cost of any additional tests and investigations, which are ordered by the CITY to ascertain subsequent conformance with the Contract Documents. 1.06 RIGHT OF REJECTION A. The CONSULTANT, acting for the CITY, shall have the right, at all times and places, to reject any articles or materials to be furnished hereunder which, in any respect, fail to meet the requirements of the Contract Documents, regardless of whether the defects in such articles or materials are detected at the point of manufacture or after completion of the Work at the site. If the CITY or its representative, through an oversight or otherwise, has accepted materials or Work which is defective or which is contrary to the Contract Documents, such materials, no matter in what stage or condition of manufacture, delivery, or erection, may be subsequently rejected by the CITY. B. The CONTRACTOR shall promptly remove rejected articles or materials from the site of the Work after notification of rejection. All costs of removal and replacement of rejected articles or materials as specified herein shall be borne QUALITY CONTROL 01400- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) by the CONTRACTOR. 1.07 OTHER CONSTRUCTION CONSIDERATIONS A. Cutting and Patching: The CONTRACTOR shall perform all cutting and patching of the Work that may be required to make its several parts come together properly and fit it to receive or be received by such other work as specified in the Section entitled "Cutting and Patching". B. Weather Conditions: Work that may be affected by inclement weather shall be suspended until proper conditions prevail. In the event of impending storms, the CONTRACTOR shall take necessary precautions to protect all work, materials and equipment from exposure. C. Fire Protection: The CONTRACTOR shall take all necessary precautions to prevent fires at or adjacent to the Work, including its own buildings and trailers. Adequate fire extinguisher and hose line stations shall be provided throughout the work area. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 INSTALLATION A. Inspection: The CONTRACTOR shall inspect materials or equipment upon the arrival on the job site and immediately prior to installation, and reject damaged and defective items. B. Measurements: The CONTRACTOR shall verify measurements and dimensions of the WORK, as an integral step of starting each installation. C. Manufacturer's Instructions: Where installations include manufactured products, the CONTRACTOR shall comply with manufacturer's applicable instructions and recommendations for installation, to whatever extent these are more explicit or more stringent than applicable requirements indicated in Contract Documents. - END OF SECTION - QUALITY CONTROL 01400 - 4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01410 -TESTING LABORATORY SERVICES PART 1 - GENERAL 1.01 THE REQUIREMENTS A. CITY will employ and pay for the services of an Independent Testing laboratory to perform certain specified testing. All other required testing services under the Contract Documents shall be provided by the CONTRACTOR. B. CONTRACTOR shall cooperate with the CITY hired laboratory to facilitate the execution of its required services. C. Employment of the laboratory by the CITY for specific testing shall in no way relieve the CONTRACTOR's obligations to perform the work of the Contract as specified. D. CITY shall pay only for initial testing. The cost of any retesting necessitated by failure of materials or methods shall be deducted from the CONTRACTOR's monthly payment request. E. The following tests will be provided by the CITY, as it deems necessary. a. Density b. Proctor c. LBR d. Carbonate Content e. Gradation f. Plastic Index and Liquid Limit g. Organic Content h. Concrete Compressive Strength and Slump F. CONTRACTOR shall pay for all other testing including bacteriological and TESTING LABORATORY SERVICES 01410- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) pressure testing. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 QUALIFICATION OF LABORATORY A. Meet "Recommended Requirements for Independent Laboratory Qualification", published by American Council of Independent Laboratories. B. Meet basic requirements of ASTM E-329. C. Authorized to operate in the State of Florida. D. Submit copy of report of inspection of facilities made by Materials Reference Laboratory of Natural Bureau of Standards during the most recent tour of inspection, with memorandum of remedies of any deficiencies reported by the inspection. E. Testing Equipment 1. Calibrated at reasonable intervals by devices of accuracy traceable to either: a. National Bureau of Standards. b. Accepted values of natural physical constants. 1.04 LABORATORY DUTIES A. Cooperate with CONSULTANT, CITY, and CONTRACTOR; provide qualified personnel after due notice. B. Perform specified inspections, sampling and testing of materials and methods of construction: 1. Comply with specified standards. TESTING LABORATORY SERVICES 01410 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Ascertain compliance of materials with requirements of Contract Documents. C. Promptly notify CONSULTANT, CITY, and CONTRACTOR of observed irregularities of deficiencies of work or products. D. Promptly submit written report of each test and inspection; two copies to the CONSULTANT, CITY and one copy to the CONTRACTOR. Each report shall include: 1. Date issued. 2. Project title, number and Parcel number. 3. Testing laboratory name, address and telephone number. 4. Name and signature of laboratory inspector. 5. Date and time of sampling or inspection. 6. Record of temperature and weather conditions. 7. Date of test. 8. Identification of fill product and specification section. 9. Location of sample or test in the project. 10. Type of inspection or test. 11. Results of tests and compliance with Contract Documents. 12. Interpretation of test results, when requested by CONSULTANT and/or CITY. E. Perform additional tests as required by the CONSULTANT and/or CITY. 1.05 LIMITATION OF AUTHORITY OF TESTING LABORATORY A. Laboratory is not authorized to: 1. Release, revoke, alter or enlarge on requirements of Contract documents. TESTING LABORATORY SERVICES 01410 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Approve or accept any portion of the work. 3. Perform any duties of the CONTRACTOR. 1.06 CONTRACTOR'S RESPONSIBILITIES A. Cooperate with laboratory personnel, provide access to work. B. Secure and deliver to the laboratory adequate quantities of representational samples of materials proposed to be used and which require testing. C. Provide to the laboratory the preliminary design mix proposed to be used for concrete, and other material mixes which require control by the Testing Laboratory. D. Furnish copies of Products test reports as required. E. Furnish incidental labor and facilities: 1. To provide access to work to be tested. 2. To obtain and handle samples at the project site or at the source of the product to be tested. 3. To facilitate inspections and tests. 4. For storage of test samples. F. Notify laboratory sufficiently in advance of operations to allow for laboratory assignment of personnel and scheduling of tests, as agreed between CONSULTANT, CITY, and CONTRACTOR. 1. When tests or inspections cannot be performed after such notice, reimburse CITY for laboratory personnel and travel expenses incurred due to CONTRACTOR's negligence. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - TESTING LABORATORY SERVICES 01410 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01505—MOBILIZATION, SITE PREPARATION AND DEMOBILIZATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Work specified in this Section consists of all Work necessary to move in personnel and equipment and prepare the site for construction, complete and to remove the same personnel and equipment from the site when construction is complete. B. Mobilization shall include the obtaining of all construction permits; moving onto the site of all equipment; temporary buildings, and other construction facilities; and implementing security requirements; all as required for the proper performance and completion of the WORK. Mobilization shall include the following principal items: 1. Moving on to the site of all CONTRACTOR's equipment required for first month operations. 2. Installing temporary construction power, wiring, and lighting facilities. 3. Developing construction water supply. 4. Providing field office trailers for the CONTRACTOR, complete with all specified furnishings and utility services including telephones, telephone appurtenances, and copying machine. 5. Providing all on-site communication facilities, including telephones and radio pagers. 6. Providing on-site sanitary facilities and potable water facilities. 7. Arranging for and erection of CONTRACTOR's work and storage yard. 8. Obtaining all required permits. 9. Having all OSHA required notices and establishment of safety programs. 10. Having the CONTRACTOR's superintendent at the job site full time. MOBILIZATION, SITE PREP., AND DEMOBILIZATION 01505 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 11. Submitting initial submittals as indicated in the section entitled "Schedules and Reports". 12. Audio-Visual preconstruction record as described in the section entitled "Summary of Work". 1.02 PAYMENT FOR MOBILIZATION A. The CONTRACTOR's attention is directed to the condition that no payment for mobilization, or any part thereof will be approved for payment under the Contract until all mobilization items listed above have been completed as specified. PART 2 - PRODUCTS 2.01 TEMPORARY UTILITIES A. The CONTRACTOR shall provide all temporary facilities required for performing the Work as specified in Section entitled "Temporary Utilities". PART 3 - EXECUTION 3.01 LAYOUT A. The CONTRACTOR shall set up construction facilities in a neat and orderly manner. It shall accomplish all required Work in accordance with applicable portions of these specifications and shall confine its operations to Work areas within the right-of-way, unless it makes provisions for otherwise, at its own expense. 3.02 DEMOBILIZATION A. At the completion of Work the CONTRACTOR shall remove its personnel, equipment, and temporary facilities from the site in a timely manner. The CONTRACTOR shall also be responsible for transporting all unused materials belonging to the CITY to a place of storage designated by the CITY and for removing from the site and disposing of all other materials and debris resulting from the construction. It shall then return all areas used for its activities to, its pre-existing condition, or as otherwise agreed to in writing with the CITY. MOBILIZATION, SITE PREP., AND DEMOBILIZATION 01505 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) - END OF SECTION - MOBILIZATION, SITE PREP., AND DEMOBILIZATION 01505 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01506 CONTROL OF WORK PART 1 - GENERAL 1.01 DESCRIPTION A. The Contractor shall furnish personnel and equipment which will be efficient, appropriate and a quantity 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 RELATED SECTIONS A. Section 01010—Summary of Work B. Section 01031 —General Project Procedures C. Other Sections as applicable. 1.03 PIPE LOCATIONS A. Pipeline 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. 1.04 OBSTRUCTIONS A. The attention of the Contractor is drawn to the fact that during digging at the Project site, the possibility exists of the Contractor encountering various water, sewer, gas, telephone, electrical, or other lines not shown on the Drawings. The Contractor shall exercise extreme care before and during digging to locate and flag these lines so as to avoid damage to the existing lines. Should damage occur to an existing line, The Contractor shall repair the line at no cost to the Owner. B. The Contractor shall protect all existing utilities and improvements not designated for removal and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. C. The Contractor shall verify the exact locations and depths of all utilities shown and the Contractor shall make exploratory excavations of all utilities that may interfere with the Work. All such exploratory excavations shall be performed as soon as practicable after award of the contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the Contractor's Work. When such exploratory excavations show the utility location as shown to be in error, the Contractor shall so notify the Engineer. D. The number of exploratory excavations required shall be that number which is CONTROL OF WORK 01506 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) sufficient to determine the alignment and grade of the utility. Test pits shall be dug at the Contractor's expense, as directed. E. The Contractor shall protect all Underground Utilities and other improvements which may be impaired during construction operations. It shall be the Contractor's responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. The Contractor shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. F. In case it shall be necessary to move the property of any public utility or franchise holder, such utility company or franchise holder will, upon request of the Contractor, be notified by the Owner to move such property within a specified reasonable time. When utility lines that are to be removed are encountered within the area of operations, the Contractor shall notify the Engineer a sufficient time in advance for the necessary measures to be taken to prevent interruption of service. G. Where the proper completion of the Work requires the temporary or permanent removal and/or relocation of an existing utility or other improvement which is indicated, the Contractor shall remove and, without unnecessary delay, temporarily replace or relocate such utility or improvement in a manner satisfactory to the Engineer and the owner of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the Contractor in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. H. Existing utility lines that are indicated or the locations of which are made known to the Contractor prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the Contractor at the Contractor's expense. Sewer laterals are included. All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility or improvement owner before being concealed by backfill or other Work. J. All power, telephone or the communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and any other cables encountered along the line of the Work shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the Engineer are made with the owner of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The Contractor shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. 1.05 OPEN EXCAVATIONS A. All open excavations shall be adequately safeguarded by providing temporary CONTROL OF WORK 01506 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) barricades, caution signs, lights, and other means 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 or prohibiting stacking excavated material in the street, and requiring that the trenches 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. 1.06 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. 1.07 UTILITY CROSSINGS A. It is intended that wherever existing utilities such as service lines must be crossed, deflection of the pipe within recommended limits and cover shall be used to satisfactorily clear the obstruction unless otherwise indicated on the Drawings. However, when in the opinion of the Engineer or the Owner this procedure is not feasible he may direct the use of fittings. 1.08 SANITATION A. Toilet Facilities - Fixed or portable chemical toilets shall be provided wherever needed for the use of employees. Toilets at construction job sites shall conform to the requirements of Part 1926 of the OSHA Standards for Construction. B. Sanitary and Other Organic Wastes - The Contractor shall establish a regular daily collection of all sanitary and organic wastes. All wastes and refuse from sanitary facilities provided by the Contractor or organic material wastes from any other source related to the Contractor's operations shall be disposed of away from the site in a manner satisfactory to the Engineer and in accordance with all laws and regulations pertaining thereto. 1.09 RELOCATIONS A. The Contractor shall be responsible for the relocation of structures, including but not limited to light poles, signs, sign poles, fences, piping, conduits, and drains that interfere with the positioning of the Work as set out on the Drawings. The cost of all such relocations shall be included in the bid for the project and shall not result in any additional cost to the Owner. CONTROL OF WORK 01506 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 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 injury in any way. No wheeling or walking or placing of heavy loads on it shall be allowed and all portions injured shall be reconstructed by the Contractor at his own expense. B. 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. 3.03 PRIVATE LAND A. The Contractor shall not enter or occupy private land outside of easements, except by written permission of the land owner. 3.04 RESTORATION A. Temporary restoration shall be completed within five days of pipe installation. Temporary restoration shall include all driveways, sidewalks, and roadways. They shall be swept clean and be maintained free of dirt and dust. All areas disturbed by the construction activities shall be restored to proper grade, cleaned up, including the removal of debris, trash, and deleterious materials. All construction materials, supplies, or equipment, including piles of debris shall be removed from the area. All temporarily restored areas shall be maintained by the Contractor. These areas shall be kept clean and neat, free of dust and dirt, until final restoration operations are completed. The Contractor is responsible to utilize dust abatement operations in the temporarily restored areas as required, to the satisfaction of the Engineer. B. Wherever sidewalks or private roads have been removed for purposes of construction, the Contractor shall place suitable temporary sidewalks or roadways promptly after backfilling and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times is so fixed, the Contractor shall maintain said temporary sidewalks or roadways until the final restoration thereof has been made. C. Final restoration shall be completed within thirty days of pipe acceptance. Final restoration shall include the completion of all required pavement replacement of roadways, driveways, curbs, gutters, sidewalks and other existing improvements disturbed by the construction; final grading, placement of sod, pavement marking, etc., all complete and finished, acceptable to the Engineer. CONTROL OF WORK 01506 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) D. In order to obtain a satisfactory junction with adjacent surfaces, the Contractor shall saw cut back and trim the edge so as to provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with the adjacent undisturbed pavement. E. The Contractor shall test an installed section of pipeline within five calendar days from completion of the pipeline. A section of pipe is defined as a pipe section which can be isolated by valves for appurtenances is satisfactorily completed, the Contractor shall provide the Engineer with a "Schedule of Existing Facilities Restoration" which will be reviewed and be acceptable to the Engineer. The schedule shall show the existing facilities to be restored and schedule of beginning and completion dates for each item of restoration. The Work for completing the final restoration of existing facilities for a tested section of Work shall be completed within 30 days of acceptance of the pipeline testing. END OF SECTION CONTROL OF WORK 01506 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK CONTROL OF WORK 01506-6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01510 - TEMPORARY UTILITIES PART 1 -- GENERAL 1.01 THE REQUIREMENT A. It shall be the CONTRACTOR's responsibility to provide equipment that is adequate for the performance of the Work under this Contract within the time specified. All equipment shall be kept in satisfactory operating condition, shall be capable of safely and efficiently performing the required Work, and shall be subject to review by the CITY's representative at any time within the duration of the Contract. All Work hereunder shall conform to the applicable requirements of the OSHA Standards for Construction. B. The CONTRACTOR shall provide for utilities and services for its own operations. The CONTRACTOR shall furnish, install and maintain all temporary utilities during the contract period including removal upon completion of the Work. 1.02 POWER AND LIGHTING A. Power: The CONTRACTOR shall provide all necessary power required for its operations under the Contract, and shall provide and maintain all temporary power lines required to perform the Work in a safe and satisfactory manner. B. Lighting: All Work conducted at night or under conditions of deficient daylight shall be suitably lighted to insure proper Work and to afford adequate facilities for inspection and safe working conditions. Temporary lighting shall be maintained during nonworking periods if the area is subject to access by the public or CITY's personnel. Such temporary lighting shall provide suitable illumination to match pre-construction conditions. C. Electrical Connections: All temporary connections for electricity shall be subject to review by the ENGINEER and the power company representative, and shall be removed in like manner at the CONTRACTOR's expense prior to final acceptance of the Work. D. Separation of Circuits: Unless otherwise permitted by the CONSULTANT, circuits separate from lighting circuits shall be used for all power purposes. TEMPORARY UTILITIES 01510 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) E. Construction Wiring: All wiring for temporary electric light and power shall be properly installed and maintained and shall be securely fastened in place. All electrical facilities shall conform to the requirements of Subpart K of the OSHA Safety and Health Standards for Construction. 1.03 WATER SUPPLY A. General: Except as noted otherwise, the CONTRACTOR shall make arrangements for and pay for all costs for all water used for construction, and testing. The CONTRACTOR shall provide and maintain all meters, piping, fittings, adapters, and valving required. B. Potable Water: All drinking water on the site during construction shall be furnished by the CONTRACTOR and shall be bottled water or water furnished in suitable dispensers. C. Water Connections: The CONTRACTOR shall not make connection to, or draw water from, any fire hydrant or pipeline without first obtaining permission of the authority having jurisdiction over the use of said fire hydrant or pipeline and from the agency owning the affected water system. For each such connection made, the CITY shall first furnish and install to the fire hydrant or pipeline a valve and a meter, if required by the said authority, of a size and type acceptable to said authority and agency. All costs to provide noted installation shall be the responsibility of the CONTRACTOR. D. Removal of Water Connections: Before final acceptance of the Work on the project, all temporary connections and piping installed by the CONTRACTOR shall be entirely removed, and all affected improvements shall be restored to their original condition, or better, to the satisfaction of the CONSULTANT and to the agency owning the affected utility. E. Fire Protection: The construction, and all other parts of the Work, shall be connected with the CONTRACTOR's water supply system and shall be adequately protected against damage by fire. Hose connections and hose, water casks, chemical equipment, or other sufficient means shall be provided for fighting fires in the temporary structures and other portions of the Work, and responsible persons shall be designated and instructed in the operation of such fire apparatus so as to prevent or minimize the hazard of fire. The TEMPORARY UTILITIES 01510- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) CONTRACTOR's fire protection program shall conform to the requirements of Subpart F of the OSHA Standards for Construction and all local Fire Department Requirements. 1.04 TEMPORARY SANITARY FACILITIES A. The CONTRACTOR shall provide and maintain adequate and clean sanitary facilities for the construction work force and visitors. Temporary holding tank with disposal service facilities and system maintenance shall be provided for the field offices furnished under this Contract in accordance with all local regulatory requirements. The CONTRACTOR shall have unit responsibility for the complete design, installation and operation of its temporary sanitary facilities and shall secure all necessary permits for same. At the completion of the project, the subject facilities shall be removed by the CONTRACTOR, subject to review and acceptance by the CITY. 1.05 CONFINED SPACES A. The CONTRACTOR shall provide and maintain a safe working environment in confined spaces. The CONTRACTOR shall follow the applicable requirements of the OSHA Standards for Construction and NIOSH Publications for working in confined spaces. 1.06 TEMPORARY VENTILATION A. The CONTRACTOR shall provide and maintain adequate ventilation for a safe working environment. In addition, forced air ventilation shall be provided for the curing of installed materials, humidity control and the prevention of hazardous accumulations of dust, gases or vapors. 1.07 MEASUREMENT AND PAYMENT A. There shall be no measurement or payment for the WORK under this Section. It shall be deemed inclusive with the Project's lump sum bid price. TEMPORARY UTILITIES 01510 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 -- PRODUCTS (Not Used) PART 3 -- EXECUTION (Not Used) - END OF SECTION - TEMPORARY UTILITIES 01510-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01520 - CONSTRUCTION AIDS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain required construction aids and remove them upon completion of WORK. 1.02 RELATED REQUIREMENTS A. All applicable sections of the Specifications. B. General Conditions. 1.03 MEASUREMENT AND PAYMENT A. There shall be no measurement or payment for the WORK under this Section. It shall be deemed inclusive with the Project's lump sum bid price. PART 2 - PRODUCTS 2.01 MATERIALS, GENERAL A. Materials may be new or used, suitable for the intended purpose, but must not violate requirements of applicable codes and standards. 2.02 CONSTRUCTION AIDS A. The CONTRACTOR shall provide construction aids and equipment required by personnel and to facilitate execution of the WORK; shoring, scaffolds, staging. ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes and other such facilities and equipment. 1. Refer to respective sections for particular requirements for each trade. 2. Provide protective coverings for finished surfaces. B. Maintain facilities and equipment in first-class condition. CONSTRUCTION AIDS 01520 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 3 - EXECUTION 3.01 PREPARATION A. The CONTRACTOR shall review site conditions and factors which affect construction procedures and construction aids including adjacent properties and public facilities which may be affected by execution of the WORK. 3.02 GENERAL A. Comply with applicable requirements at all divisions of these specifications as required. 3.03 REMOVAL A. Completely remove temporary materials, equipment and services: 1. When construction needs can be met by use of permanent construction. 2. At completion of project. B. Repair damage caused by installation or by use of temporary facilities. 1. Remove foundations and underground installations for construction aids. 2. Grade areas of site affected by temporary installations to required elevations and slopes, and clean the area. C. Restore permanent facilities used for temporary purposes to specified condition. - END OF SECTION - CONSTRUCTION AIDS 01520-2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01530 - PROTECTION OF EXISTING FACILITIES PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall protect all existing utilities and improvements not designated for removal including, but not limited to, compliance with the requirements of Chapter 556, Florida Statutes (the Underground Facility Damage Prevention and Safety Act), as same may be amended from time to time, and shall restore damaged or temporarily relocated utilities and improvements to a condition equal to or better than they were prior to such damage or temporary relocation, all in accordance with requirements of the Contract Documents. B. The CONTRACTOR shall verify the exact locations and depths of all utilities shown and the CONTRACTOR shall make exploratory excavations of all utilities that may interfere with the WORK. All such exploratory excavations shall be performed as soon as practicable after award of the contract and, in any event, a sufficient time in advance of construction to avoid possible delays to the CONTRACTOR's WORK. When such exploratory excavations show the utility location as shown to be in error, the CONTRACTOR shall so notify the CONSULTANT and CITY. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 1.02 RIGHTS-OF-WAY A. The CONTRACTOR shall not do any WORK that would affect any oil, gas, sewer, or water pipeline; any telephone, telegraph, or electric transmission line; any fence; or any other structure, nor shall the CONTRACTOR enter upon the rights-of-way involved until having secured authority therefore from the proper party. After authority has been obtained, the CONTRACTOR shall give said party due notice of its intention to begin WORK, if required by said party, and shall remove, shore, support or otherwise protect such pipeline, transmission line, ditch, fence, or structure or replace the same. When two or more contracts are being executed at one time on the same or adjacent land in such manner PROTECTION OF EXISTING FACILITIES 01530 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) that WORK on one contract may interfere with that on another, the CITY shall determine the sequence and order of the WORK. When the territory of one contract is the necessary or convenient means of access for the execution of another contract, such privilege of access or any other reasonable privilege may be granted by the CITY to the CONTRACTOR so desiring, to the extent, amount, in the manner, and at the times permitted. No such decision as to the method or time of conducting the WORK or the use of territory shall be made the basis of any claim for delay or damage, except as provided for temporary suspension of the WORK in the General Conditions. 1.03 PROTECTION OF STREET OR ROADWAY MARKERS A. The CONTRACTOR shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced. All survey markers or points disturbed by the CONTRACTOR shall be accurately restored after all street or roadway resurfacing has been completed. 1.04 RESTORATION OF PAVEMENT A. General: All paved areas including asphaltic concrete berms cut or damaged during construction shall be replaced with similar materials and of equal thickness to match the existing adjacent undisturbed areas, except where specific resurfacing requirements have been called for in the Contract Documents or in the requirements of the agency issuing the permit. All temporary and permanent pavement shall conform to the requirements of the affected pavement owner. All pavements which are subject to partial removal shall be neatly saw cut in straight lines. B. Temporary Resurfacing: Wherever required by the public authorities having jurisdiction, the CONTRACTOR shall place temporary surfacing promptly after backfilling and shall maintain such surfacing for the period of time fixed by said authorities before proceeding with the final restoration of improvements. C. Permanent Resurfacing: In order to obtain a satisfactory junction with adjacent surfaces, the CONTRACTOR shall saw, cut back and trim the edge so as to PROTECTION OF EXISTING FACILITIES 01530-2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) provide a clean, sound, vertical joint before permanent replacement of an excavated or damaged portion of pavement. Damaged edges of pavement along excavations and elsewhere shall be trimmed back by saw cutting in straight lines. All pavement restoration and other facilities restoration shall be constructed to finish grades compatible with adjacent undisturbed pavement as follows: 1. Pavement shall be restored at a minimum straight and parallel to the existing trench line along the length of the trench, at a minimum of two feet beyond the widest part of disturbed asphalt. 2. If final restored pavement falls within two feet of existing or proposed cuts, CONTRACTOR shall pave to the curb. 3. If disturbance is deemed by CITY to be more than 75%, at CITY's opinion, CONTRACTOR shall resurface the entire lane, including striping as necessary. D. Restoration of Sidewalks or Private Driveways: Wherever sidewalks or private roads have been removed for purposes of construction, the CONTRACTOR shall place suitable temporary sidewalks or roadways promptly after backfilling and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times is so fixed, the CONTRACTOR shall maintain said temporary sidewalks or roadways until the final restoration thereof has been made. 1.05 EXISTING UTILITIES AND IMPROVEMENTS A. General: The CONTRACTOR shall protect all Underground Utilities and other improvements which may be impaired during construction operations. It shall be the CONTRACTOR's responsibility to ascertain the actual location of all existing utilities and other improvements that will be encountered in its construction operations, and to see that such utilities or other improvements are adequately protected from damage due to such operations. The CONTRACTOR shall take all possible precautions for the protection of unforeseen utility lines to provide for uninterrupted service and to provide such special protection as may be necessary. PROTECTION OF EXISTING FACILITIES 01530- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. Where the proper completion of the WORK requires the temporary or permanent removal and/or relocation of an existing utility or other improvement which is indicated, the CONTRACTOR shall remove and, without unnecessary delay, temporarily replace or relocate such utility or improvement in a manner satisfactory to the CONSULTANT and the OWNER of the facility. In all cases of such temporary removal or relocation, restoration to former location shall be accomplished by the CONTRACTOR in a manner that will restore or replace the utility or improvement as nearly as possible to its former locations and to as good or better condition than found prior to removal. C. CITY's Right of Access: The right is reserved to the CITY and to the owners of public utilities and franchises to enter at any time upon any public street, alley, right-of-way, or easement for the purpose of making changes in their property made necessary by the WORK of this Contract. D. Underground Utilities Indicated: Existing utility lines that are indicated or the locations of which are made known to the CONTRACTOR prior to excavation and that are to be retained, and all utility lines that are constructed during excavation operations shall be protected from damage during excavation and backfilling and, if damaged, shall be immediately repaired or replaced by the CONTRACTOR, at no additional cost to the CITY. E. Underground Utilities Not Indicated: In the event that the CONTRACTOR damages any existing utility lines that are not indicated or the locations of which are not made known to the CONTRACTOR prior to excavation, a written report thereof shall be made immediately to the CONSULTANT and CITY. If directed by the CITY, repairs shall be made by the CONTRACTOR under the provisions for changes and extra work contained in the General Conditions. F. All costs of locating, repairing damage not due to failure of the CONTRACTOR to exercise reasonable care, and removing or relocating such utility facilities not shown in the Contract Documents with reasonable accuracy, and for equipment on the project which was actually working on that portion of the work which was interrupted or idled by removal or relocation of such utility facilities, and which was necessarily idled during such work will be paid for as extra work in accordance with the provisions of the General Conditions. PROTECTION OF EXISTING FACILITIES 01530 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) G. Approval of Repairs: All repairs to a damaged utility or improvement are subject to inspection and approval by an authorized representative of the utility and/or CITY and the ENGINEER before being concealed by backfill or other work. H. Maintaining in Service: All oil and gasoline pipelines, power, and telephone or the communication cable ducts, gas and water mains, irrigation lines, sewer lines, storm drain lines, poles, and overhead power and communication wires and cables encountered along the line of the WORK shall remain continuously in service during all the operations under the Contract, unless other arrangements satisfactory to the CITY are made with the OWNER of said pipelines, duct, main, irrigation line, sewer, storm drain, pole, or wire or cable. The CONTRACTOR shall be responsible for and shall repair all damage due to its operations, and the provisions of this Section shall not be abated even in the event such damage occurs after backfilling or is not discovered until after completion of the backfilling. I. Existing Water Services: CONTRACTOR shall protect and provide temporary support for existing water services. Any water service damaged by the CONTRACTOR, shall be replaced at the CONTRACTOR'S expense, with a new water service complete with new water main tap. J. Existing Water Meters: CONTRACTOR shall protect existing water meters when replacing existing service connections. Any water meter damaged by the CONTRACTOR shall be immediately replaced at the CONTRACTOR'S expense. 1.06 TREES WITHIN STREET RIGHTS-OF-WAY AND PROJECT LIMITS A. General: The CONTRACTOR shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights-of-way and within project limits, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or CITY. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the CONTRACTOR or a certified tree company under permit from the jurisdictional agency and/or the CITY. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. PROTECTION OF EXISTING FACILITIES 01530 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. Trimming: Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to the trunk or large branch. Spikes shall not be used for climbing live trees. All cuts over 1-1/2 inches in diameter shall be coated with an asphaltic emulsion material. C. Replacement: The CONTRACTOR shall immediately notify the jurisdictional agency and/or the CITY if any tree is damaged by the CONTRACTOR's operations. If, in the opinion of said agency or the CITY, the damage is such that replacement is necessary, the CONTRACTOR shall replace the tree at its own expense. The tree shall be of a like size and variety as the tree damaged, or, if of a smaller size, the CONTRACTOR shall pay to the OWNER of said tree a compensatory payment acceptable to the tree OWNER, subject to the approval of the jurisdictional agency or CITY. 1.07 NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, petroleum products, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; and all roadway and state highway rights-of-way the CONTRACTOR shall notify the Sunshine State One Call System and the City of Miami Beach, and shall provide notice in accordance with Chapter 556, Florida Statutes. B. In addition, the CONTRACTOR shall complete and submit a City of Miami Beach Public Works Department Engineering / Permitting Underground Utility Request Form to request / refresh underground utility locations. The reference form shall be provided to the CONTRACTOR by the City of Miami Beach Public Works Department with issuance of the Right-of-Way Permit. Copies of the Underground Utility Request Form shall be forwarded to the CONSULTANT. A sample form has been included at the end of this section. PROTECTION OF EXISTING FACILITIES 01530-6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 — PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 GENERAL A Install facilities in a neat and reasonable uniform appearance, structurally adequate for required purposes. B. Maintain barriers during entire construction period. C. Relocate barriers as required by progress of construction. 3.02 TREE AND PLANT PROTECTION A. Preserve and protect existing trees and plants adjacent to WORK areas. B. Consult with CITY's Representative and remove agreed-on roots and branches which interfere with WORK. 1. Employ qualified tree surgeon to remove branches, and to treat cuts. C. Protect root zones of trees and plants. 1. Do not allow vehicular traffic and parking. 2. Do not store materials or products. 3. Prevent dumping of refuse or chemically injurious materials or liquids. 4. Prevent puddling or continuous running water. D. Carefully supervise all WORK to prevent damage. E. Replace trees and plants which are damaged or destroyed due to WORK operations under this contract. 3.03 REMOVAL A. Completely remove barricades, including foundations, when construction has progressed to the point that they are no longer needed, and when approved by CITY's Representative. PROTECTION OF EXISTING FACILITIES 01530 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. Clean and repair damage caused by installation, fill and grade areas of the site to required elevations and slopes, and clean the area. - END OF SECTION - PROTECTION OF EXISTING FACILITIES 01530-8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01540 SECURITY PART 1 -GENERAL 1.01 DESCRIPTION A. This Section provides for requirements of security, entry control, personnel identification, and miscellaneous restrictions. 1.02 RELATED SECTIONS A. Section 01010 - Summary of Work B. Other Sections as applicable. 1.03 SECURITY PROGRAM A. Protect Work, existing premises and Owner's operations from theft, vandalism, and unauthorized entry. B. Initiate program in coordination with Owner's existing security system at job mobilization. C. Maintain program throughout construction period until Owner occupancy as directed by Engineer. 1.04 ENTRY CONTROL A. Restrict entrance of persons and vehicles into project site and existing facilities. B. Allow entrance only to authorized persons with proper identification. C. Maintain log of workers and visitors, make available to Owner on request. D. Coordinate access of Owner's personnel to site in coordination with Owner's security forces. 1.05 PERSONNEL IDENTIFICATION A. All personnel shall wear clothing bearing the company information of which they are employed. B. Provide additional security as required by the Owner. C. Become familiar with Owner and Engineer representatives and restrict access to job site to these representatives. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION SECURITY 01540 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK SECURITY 01540 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01550 - SITE ACCESS AND STORAGE PART 1 — GENERAL 1.01 HIGHWAY LIMITATIONS: A. The CONTRACTOR shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the WORK. It shall be the CONTRACTOR's responsibility to construct and maintain any haul roads required for its construction operations. 1.02 TEMPORARY CROSSINGS: A. General: Continuous, unobstructed, safe, and adequate pedestrian and vehicular access shall be provided to fire hydrants, commercial and industrial establishments, churches, schools, parking lots, service stations, motels, fire and police stations, and hospitals. Safe and adequate public transportation stops and pedestrian crossings at intervals not exceeding 300 feet shall be provided. The CONTRACTOR shall cooperate with parties involved in the delivery of mail and removal of trash and garbage so as to maintain existing schedules for such services. Vehicular access to residential driveways shall be maintained to the property line except when necessary construction precludes such access for reasonable periods of time, as previously agreed to with CITY. B. Temporary Bridges: Wherever necessary, the CONTRACTOR shall provide suitable temporary bridges or steel plates over unfilled excavations, except in such cases as the CONTRACTOR shall secure the written consent of the individuals or authorities concerned to omit such temporary bridges or steel plates, which written consent shall be delivered to the CITY prior to excavation. All such bridges or steel plates shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges or steel plates for street and highway crossing shall conform to the requirements of the authority having jurisdiction in each case, and the CONTRACTOR shall adopt designs furnished by said authority for such bridges or steel plates, or shall submit designs to said authority for approval, as may be required. C. Street Use: Nothing herein shall be construed to entitle the CONTRACTOR to SITE ACCESS AND STORAGE 01550 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) the exclusive use of any public street, alleyway, or parking area during the performance of the WORK hereunder, and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleyways, or parking areas. No street shall be closed to the public without first obtaining permission of the CITY and proper governmental authority. Where excavation is being performed in streets or highways, one lane in each direction shall be kept open to traffic at all times unless otherwise indicated. Toe boards shall be provided to retain excavated material if required by the CONSULTANT or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the WORK shall be kept accessible to fire-fighting equipment at all times. Temporary provisions shall be made by the CONTRACTOR to assure the use of sidewalks and the proper functioning of all gutters, storm drain inlets, and other drainage facilities. D. Traffic Control: For the protection of traffic in public or private streets and ways, the CONTRACTOR shall provide, place, and maintain all necessary barricades, traffic cones, warning signs, lights, and other safety devices in accordance with the requirements of the "Manual of Uniform Traffic Control Devices, Part VI - Traffic Controls for Street and Highway Construction and Maintenance Operations," published by U.S. Department of Transportation, Federal Highway Administration (ANSI D6.1). The CONTRACTOR shall take all necessary precautions for the protection of the WORK and the safety of the public. All barricades and obstructions shall be illuminated at night, and all lights shall be kept burning from sunset until sunrise. The CONTRACTOR shall station such guards or flaggers and shall conform to such special safety regulations relating to traffic control as may be required by the public authorities within their respective jurisdictions. All signs, signals, and barricades shall conform to the requirements of the Florida Department of Transportation. The CONTRACTOR shall submit 3 copies of a traffic control plan to the jurisdictional agency for approval a minimum of 2 weeks prior to construction. Any changes required by the jurisdictional agency shall be implemented by the CONTRACTOR at no additional cost. The CONTRACTOR shall remove traffic control devices when no longer needed, repair all damage caused by installation of the devices, and shall remove post settings and backfill the resulting holes to match grade, and make SITE ACCESS AND STORAGE 01550 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) proper restoration pursuant to CITY requirements. Reference the section entitled, "Summary of Work"for additional traffic control requirements. E. Temporary Driveway Closure: The CONTRACTOR shall notify the CITY or occupant (if not CITY-occupied) of the closure of the driveways to be closed more than one eight-hour work day at least 3 working days prior to the closure. The CONTRACTOR shall minimize the inconvenience and minimize the time period that the driveways will be closed. The CONTRACTOR shall fully explain to the CITY/occupant how long the work will take and when closure is to start. F. Street Closure: If closure of any street is proposed by the CONTRACTOR during construction, a formal application for a street closure shall be made to the authority having jurisdiction at least 30 days prior to the required closure date. Closures shall be subject to CITY acceptance. 1.03 CONTRACTOR'S WORK AND STORAGE AREA: A. The CONTRACTOR shall make its own arrangements for any necessary off-site storage or shop areas necessary for the proper execution of the WORK. All costs associated with off-site storage and shops shall be deemed included in the Project's lump sum bid price. 1.04 PARKING: A. All existing traffic and parking areas shall be maintained in a usable sound condition (to the extent possible), free of excavated material, construction equipment, mud, and construction materials. The CONTRACTOR shall repair breaks, potholes, low areas which collect standing water, and other deficiencies. 1.05 SECURITY A. The CONTRACTOR shall care for and protect against loss or damage of all materials to be incorporated in the construction for the duration of the project and shall repair or replace damaged or lost materials and damage to structures at no additional cost. SITE ACCESS AND STORAGE 01550 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - SITE ACCESS AND STORAGE 01550-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01560 - TEMPORARY CONTROLS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall provide and maintain methods, equipment, and temporary construction, as necessary, to provide controls over environmental conditions at the construction site and related area under CONTRACTOR's control. In addition, the CONTRACTOR shall remove physical evidence of temporary facilities at the completion of WORK. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 NOISE CONTROL A. The CONTRACTOR shall provide all necessary requirements for noise control during the construction period. 1. Noise procedures shall conform to all applicable OSHA requirements and local ordinances having jurisdiction on the work, including City of Miami Beach Ordinance No. 95-2982; Sec. 46. 2. Noise levels during night time hours shall not exceed 30 db measured at the property line of a residence. 1.04 DUST CONTROL A. The CONTRACTOR shall provide positive methods and apply dust control materials to minimize raising dust from construction operations, and provide positive means to prevent air-borne dust from dispersing into the atmosphere. The CONTRACTOR shall be responsible for any damage resulting from any dust originating from it's operations. The dust abatement shall be continued until the CONTRACTOR is relieved of further responsibilities by the CITY. No separate payment will be allowed for dust abatement measures and all costs thereof shall be included in the CONTRACTOR's Bid Price(s). TEMPORARY CONTROLS 01560 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.05 WATER CONTROL A. The CONTRACTOR shall provide methods to control surface water to prevent damage to the project, the site, or adjoining properties. These may include: control fill, grading and ditching to direct surface drainage away from excavations, pits, tunnels and other construction areas; and to direct drainage to proper runoff. B. Provide, operate and maintain hydraulic equipment of adequate capacity to control surface and water. C. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage to any portion of the site or to adjoining areas. D. The CONTRACTOR shall be responsible for any and all permits associated with its Dewatering activities. The CONTRACTOR shall procure such permits at its expense and submit copies to the CONSULTANT and CITY prior to commencing work in the affected area. CONTRACTOR shall be reimbursed from Permit Fee Draft Allowance account. 1.06 PEST CONTROL A. The CONTRACTOR shall provide pest control as necessary to prevent infestation of construction or storage areas. 1. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties. 2. Should the use of pesticides be considered necessary, submit an informational copy of the proposed program to CITY with copies to the CONSULTANT. Clearly indicate: a. the area or areas to be treated. b. the pesticide to be used, with a copy of the manufacturer's printed instructions. c. the pollution preventative measures to be employed. B. The use of any pesticide shall be in full accordance with the manufacturer's TEMPORARY CONTROLS 01560- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) printed instructions and recommendations. 1.07 RODENT CONTROL A. The CONTRACTOR shall provide rodent control as necessary to prevent infestation of construction or storage areas. 1. Employ methods and use materials which will not adversely affect conditions at the site or on adjoining properties 2. Should the use of rodenticide be considered necessary, submit an informational copy of the proposed program to CITY with copies to the CONSULTANT. Clearly indicate: a. the area or areas to be treated. b. the rodenticide to be used, with a copy of the manufacturer's printed instructions. c. the pollution preventative measures to be employed. B. The use of any rodenticide shall be in full accordance with the manufacturer's printed instructions and recommendations. 1.08 DEBRIS CONTROL A. The CONTRACTOR shall maintain all areas under CONTRACTOR's control free of extraneous debris. B. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage and parking area, or along access roads and haul routes. 1. Provide containers for deposit of debris as specified in the Section entitled "Cleaning." 2. Prohibit overloading of trucks to prevent spillage on access and haul routes. a. Provide periodic inspection of traffic areas to enforce requirements. TEMPORARY CONTROLS 01560 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) b. Provide cleaning at areas as required by CITY. C. Schedule periodic collections and disposal of debris as specified in Section 01710 - Cleaning. 1. Provide additional collections and disposal of debris whenever the periodic schedule is inadequate to prevent accumulation. 1.09 POLLUTION CONTROL A. The CONTRACTOR shall provide methods, means and facilities required to prevent contamination of soil, water or atmosphere by the discharge of noxious substances from construction operations. CONTRACTOR shall conform to all applicable Federal, State, and local laws, including to those promulgated by Miami-Dade Department of Environmental Research Management (DERM). B. Provide equipment and personnel, perform emergency measures required to contain any spillage, and to remove contaminated soils or liquids. 1. Excavate and dispose of any contaminated earth off-site and replace with suitable compacted fill and topsoil. C. Take special measures to prevent harmful substances from entering public waters. 1. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to streams or in sanitary or storm sewers. D. Provide systems for control of atmospheric pollutants. 1. Prevent toxic concentrations of chemicals. 2. Prevent harmful dispersal of pollutants into the atmosphere. 1.10 EROSION CONTROL A. The CONTRACTOR shall plan and execute construction and earthwork, by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas to prevent erosion and sedimentation. TEMPORARY CONTROLS 01560 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1. Hold the areas of bare soil exposed at one time to a minimum. 2. Provide temporary control measures such as berms, dikes and drains. 3. Provide silt screens as required to prevent surface water contamination. B. Construct fills and waste areas by selective placement to eliminate surface silts or clays which will erode. C. Periodically inspect earthwork to detect any evidence of the start of erosion, apply corrective measures as required to control erosion. 1.11 PRECAUTIONS DURING ADVERSE WEATHER A. During adverse weather, and against the possibility thereof, the CONTRACTOR shall take all necessary precautions so that the Work may be properly done and satisfactory in all respects. When required, protection shall be provided by use of tarpaulins, wood and building paper shelters, or other acceptable means. The CONTRACTOR shall be responsible for all changes caused by adverse weather. B. The CITY may suspend construction operations at any time when, in its judgment, the conditions are unsuitable or the proper precautions are not being taken, whatever the weather conditions may be, in any season. 1.12 HURRICANE AND STORM WARNINGS A. The CONTRACTOR shall take all precautions necessary to protect the job site during hurricane and storm watches and warnings. As required by CITY, CONTRACTOR shall submit a hurricane preparedness plan for review. 1.13 PERIODIC CLEANUP AND BASIC SITE RESTORATION A. During construction, the CONTRACTOR shall regularly remove from the site all accumulated debris and surplus materials of any kind which results from its operations. Unused equipment and tools shall be stored at the CONTRACTOR's yard or base of operations for the project. B. The CONTRACTOR shall perform the cleanup work on a regular basis and as frequently as ordered by the CONSULTANT and/or CITY. Basic site restoration TEMPORARY CONTROLS 01560 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when ordered by the CONSULTANT and/or CITY, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances. C. Upon failure of the CONTRACTOR to perform periodic clean-up and basic restoration of the site to the CONSULTANT'S and/or CITY'S satisfaction, the CITY may, upon five days prior written notice to the CONTRACTOR, employ such labor and equipment as it deems necessary for the purpose, and all costs resulting thereof shall be charged to the CONTRACTOR and deducted from amounts of money that it may be due. 1.14 MEASUREMENT AND PAYMENT A. There shall be no measurement or payment for the work under this section. It shall be deemed inclusive with the Project's lump sum bid price. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - TEMPORARY CONTROLS 01560 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01570 - TRAFFIC REGULATIONS PART 1 - GENERAL 1.01 THE REQUIREMENTS A. The CONTRACTOR shall provide, operate and maintain equipment, services and personnel for traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at site entrances, on-site access roads, and parking areas. B. The CONTRACTOR shall remove temporary equipment and facilities when no longer required and restore grounds to their original or specified condition. C. There shall be no separate payment for work under this heading. All coasts associated with such shall be included in the CONTRACTOR's Bid Price(s). 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions of the Contract. C. Summary of Work. D. Temporary Environmental Controls. 1.03 TRAFFIC SIGNALS BARRIERS AND SIGNS A. The CONTRACTOR shall provide and operate traffic control and directional signals, furnish all barriers and/or signs as required to direct and maintain an orderly flow of traffic in all areas under CONTRACTOR's control, or affected by CONTRACTOR's operations, as required by jurisdictional agencies. 1.04 FLAGPERSON /OFF-DUTY POLICE OFFICER OVERSIGHT A. The CONTRACTOR shall provide a trained flag person in accordance with FDOT Standard Specifications for Road and Bridges, Section 102-3.2.4 or an off-duty police officer when construction operations encroach on traffic lanes, as may be required by jurisdictional agencies. TRAFFIC REGULATIONS 01570 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.05 FLARES AND LIGHTS A. The CONTRACTOR shall provide flares and lights during periods of low visibility (as required): 1. To clearly delineate traffic lanes and to guide traffic. 2. For use of flag person in directing traffic. B. The CONTRACTOR shall provide illumination of critical traffic and parking areas (as required). 1. Maintain free vehicular access to and through parking areas. 2. Prohibit parking on or adjacent to access roads, or in non-designated areas. 3. During periods when the operations have impacted the existing lighting systems. 1.06 MAINTENANCE AND PROTECTION OF TRAFFIC A. The CONTRACTOR shall provide all necessary traffic control devices to redirect, protect, warn or maintain existing vehicular and pedestrian traffic during the course of construction. 1.07 HAUL ROUTES A. Consult with jurisdictional authorities, establish public thoroughfares which will be used as haul routes and site access. B. Confine construction traffic to designated haul routes. C. Provide traffic control at critical areas of haul routes to expedite traffic flow, to minimize interference with normal public traffic. 1.08 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for work under the section. It shall be deemed inclusive in the Project's lump sum bid price. TRAFFIC REGULATIONS 01570- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - TRAFFIC REGULATIONS 01570 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01580 -PROJECT IDENTIFICATION SIGNS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain a project identification sign as per CITY'S requirements. B. The CONTRACTOR shall remove sign on completion of construction. C. The CONTRACTOR shall allow no other signs to be displayed, except as may otherwise by required by jurisdictional agencies. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 PROJECT IDENTIFICATION SIGN (One Sign Required) A. One painted sign (4 ft. x 8 ft.), with painted graphic content to include: 1. Title of project. 2. Name of CITY. 3. Names and titles of: a. CONSULTANT. b. LANDSCAPE ARCHITECT/ENGINEERS. c. General CONTRACTOR. d. Major subcontractors. e. Authorities and Titles. PROJECT IDENTIFICATION SIGNS 01580 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 5. Funding sources. 6. Project logo sample as provided by CITY on disk, to be added on sign by CONTRACTOR. B. Graphic design, style of lettering, and colors: As per CITY'S standards. The sign requires a two color process. The CITY prepares the language and graphics to the sent to the printer. C. Erect on the site at a location, as approved by CITY. 1.04 QUALITY ASSURANCE A. Sign Painter: Professional experience in type of work required. B. Finishes, Painting: Adequate to resist weathering and fading for scheduled construction period. PART 2 - PRODUCTS 2.01 SIGN MATERIALS A. Structure and Framing: May be new or used, wood or metal, in sound condition structurally adequate to work and suitable for specified finish. B. Sign Surfaces: Exterior softwood plywood with medium density overlay, standard large sizes to minimize joints. C. Thickness: As required by standards to span framing members, to provide even, smooth surface without wave or buckles. D. Rough Hardware: Galvanized E Paint: Exterior quality. 1. Colors for structure, framing, sign surfaces and graphics: As per CITY'S standards. PROJECT IDENTIFICATION SIGNS 01580 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 3 - EXECUTION 3.01 PROJECT IDENTIFICATION SIGN A. Paint exposed surfaces of supports, framing and surface material; one coat of primer and one coat of exterior paint. B. Paint graphics in styles, sizes and colors selected. 3.02 MAINTENANCE A. Maintain signs and supports in a neat, clean condition; repair damages to structure, framing or sign. 3.03 REMOVAL A. Remove signs, framing, supports and foundations at completion of project. 3.04 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section. It shall be deemed inclusive in the Project's lump sum bid price. - END OF SECTION - PROJECT IDENTIFICATION SIGNS 01580- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01590 —CONTRACTOR'S FIELD OFFICE PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall furnish, install and maintain temporary field offices during the entire construction period at a site secured by CONTRACTOR. If available, the CITY may, under a supplemental agreement with CONTRACTOR, provide a site for temporary field offices. B. The CONTRACTOR shall furnish, install and maintain storage containers and contents. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 OTHER REQUIREMENTS A. Prior to installation of offices and storage containers, CONTRACTOR shall obtain all necessary permits from the jurisdictional agencies. 1.04 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with requirements of all applicable Federal, State, and Local codes and regulations. 1.0 REQUIREMENTS FOR FACILITIES A. Construction 1. Structurally sound, weather-tight, with floors raised above ground. 2. Temperature transmission resistance: Compatible with occupancy and storage requirements. 3. At CONTRACTOR'S option, portable or mobile buildings may be used. CONTRACTOR'S FIELD OFFICE 01590 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) a. Mobile homes, when used, shall be modified for office use. B. CONTRACTOR'S Office and Facilities: 1. Size:As required for general use and to provide space for project meetings. 2. Lighting and temperature control. 3. Telephone: One direct line instrument, minimum. 4. Furnishings in meeting area. a. Conference table and chairs for at least eight persons. b. Racks and files for project Record Documents in or adjacent to the meeting area. 5. Other furnishings: CONTRACTORS'S option. 6. Restrooms and potable water. 1.06 USE OF EXISTING FACILITIES A. Existing facilities at the site shall not be used for field offices or for storage. 1.07 USE OF PERMANENT FACILITIES A. Permanent facilities shall not be used for field offices or for storage. PART 2 - PRODUCTS 2.01 MATERIALS, EQUIPMENT, FURNISHINGS A. May be new or used, but must be serviceable, adequate for required purpose, and must not violate applicable codes or regulations. PART 3 - EXECUTION 3.01 PREPARATION A. Fill and grade sites for temporary structures to provide surface drainage. CONTRACTOR'S FIELD OFFICE 01590 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3.02 INSTALLATION A. Construct temporary field office on proper foundations, provide connections for utility services. 1. Secure portable or mobile buildings in accordance with applicable Building Department requirements and obtain all required permits. 2. Provide steps and landings at entrance doors. B. Mount thermometer at convenient outside location, not in direct sunlight. 3.03 MAINTENANCE AND CLEANING A. Provide periodic maintenance and cleaning for temporary structures, furnishings, equipment and services. 3.04 REMOVAL A. Remove temporary field offices, contents and services at a time when no longer needed. B. Remove foundations and debris; grade site to required elevations and clean the areas; and otherwise restore site to pre-existing condition. 3.05 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for the work under this section. It shall be deemed inclusive in the Project's lump sum bid price. - END OF SECTION - CONTRACTOR'S FIELD OFFICE 01590- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01600 - MATERIAL AND EQUIPMENT PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall ensure that all material and equipment incorporated into the work: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the CONSULTANT. 3. Manufactured and fabricated products: a. Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gauges to be interchangeable. c. Two or more items of the same kind shall be identical, by the same manufacturer. d. Products shall be suitable for service conditions. e. Equipment capacities, sizes and dimensions shown or specified shall be adhered to unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions of the Contract. MATERIAL AND EQUIPMENT 01600 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.03 MANUFACTURER'S INSTRUCTIONS A. When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, the CONTRACTOR shall obtain and distribute copies of such instructions to parties involved in the installation. In addition, the CONTRACTOR shall maintain one set of complete instructions at the job site during installation and until completion. B. Handle, install, connect, clean, condition and adjust products in strict accordance with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instructions, consult with CONSULTANT for further instructions. 2. Do not proceed with work without clear instructions. C. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step or installation procedure unless specifically modified or exempted by the Contract Documents. 1.04 TRANSPORTATION AND HANDLING A. The CONTRACTOR shall arrange deliveries of products in accordance with construction schedules, coordinate to avoid conflict with work and conditions at the site. Products shall be delivered to the job site on an "as needed" basis. 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact with legible markings. 2. Immediately upon delivery, inspect shipments to assure compliance with requirements of Contract Documents and approved submittals, and that products are properly protected and undamaged. 3. Pipe and materials shall not be strung out along installation routes for longer than two (1) weeks prior to installation. B. Provide equipment and personnel to handle products by methods to prevent MATERIAL AND EQUIPMENT 01600 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) soiling or damage to products or packaging. C. Coordinate deliveries to avoid conflict with Work and conditions at site: 1. Work of other contractors, or CITY. 2. Limitations of storage space. 3. Availability of equipment and personnel for handling products. 4. CITY's use of premises. D. Deliver products in undamaged condition in original containers or packaging, with identifying labels intact and legible. E. Partial deliveries of component parts of equipment shall be clearly marked to identify the equipment, to permit easy accumulation of parts and to facilitate assembly. F. Immediately on delivery, inspect shipment to assure: 1. Product complies with requirements of Contract Documents and reviewed submittals. 2. Quantities are correct. 3. Containers and packages are intact, labels are legible. 4. Products are properly protected and undamaged. G. Provide equipment and personnel necessary to handle products, including those provided by CITY, by methods to prevent soiling or damage to products or packaging. H. Provide additional protection during handling as necessary to prevent scraping, marring or otherwise damaging products or surrounding surfaces. I. Handle products by methods to prevent bending or overstressing. J. Lift heavy components only at designated lifting points. MATERIAL AND EQUIPMENT 01600-3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.05 STORAGE A. The CONTRACTOR shall comply with the requirements set forth in the Section entitled "Summary of Work". B. The CONTRACTOR shall store products in accord with manufacturer's instructions, with seals and labels intact and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 3. Store unpacked products on shelves, in bins or in neat piles, accessible for inspection. C. Exterior Storage 1. Provide substantial platforms, blocking or skids to support fabricating products above ground, prevent soiling or staining. Cover products, subject to discoloration or deterioration from exposure to the elements, with impervious sheet coverings. Provide adequate ventilation to avoid condensation. 2. Store loose granular materials on solid surface such as paved areas, or provide plywood or sheet materials to prevent mixing with foreign matter. (a) Provide surface drainage to prevent flow or ponding of rainwater. (b) Prevent mixing of refuse or chemically injurious materials or liquids. D. Stored Products shall be periodically inspected on a scheduled basis. The CONTRACTOR shall maintain a log of inspections and shall make said log available to the CONSULTANT and CITY on request. E. The CONTRACTOR shall verify that storage facilities comply with supplier's product storage requirements, subject to CONSULTANT's review and acceptance. MATERIAL AND EQUIPMENT 01600 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) F. The CONTRACTOR shall verify that Supplier required environmental conditions are maintained continually. 1.06 MAINTENANCE OF STORAGE A. The CONTRACTOR shall maintain periodic system of inspection of stored products on scheduled basis to assure that: 1. State of storage facilities is adequate to provide required conditions. 2. Required environmental conditions are maintained on continuing basis. 3. Surfaces of products exposed to elements are not adversely affected. Any weathering of products, coatings and finishes is not acceptable under requirements of Contract Documents. B. Mechanical and electrical equipment which requires servicing during long term storage shall have complete manufacturer's instructions for servicing accompanying each item, with notice of enclosed instructions shown on exterior of package. 1.07 PROTECTION AFTER INSTALLATION A. The CONTRACTOR shall provide protection of installed products to prevent damage from subsequent operations. Remove when no longer needed, prior to completion of work. B. Control traffic to prevent damage to equipment and surfaces. C. Provide coverings to protect finished surfaces from damage. 1. Cover projections, wall corners, and jambs, sills and soffits of openings, in areas used for traffic and for passage of products in subsequent work. 2. Protect finished floors and stairs from dirt and damage. (a) In areas subject to foot traffic, secure heavy paper, sheet goods, or other materials in place. (b) For movement of heavy products, lay planking or similar materials in MATERIAL AND EQUIPMENT 01600- 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) place. (c) Cover wall and floor surfaces in the vicinity of construction personnel activities and all finished surfaces used by construction personnel. D. Waterproofed surfaces 1. Prohibit use of surfaces for traffic of any kind, and for storage of any products. 2. When some activity must take place in order to carry out the Contract, obtain recommendations of installer for protection of surface. (a) Install recommended protection, and remove on completion of that activity. (b) Restrict use of adjacent unprotected areas. E. Lawns and landscaping: The CONTRACTOR shall prohibit traffic of any kind across planted lawn and landscaped areas. F. Arrange storage in a manner to provide easy access for inspection. Make periodic inspections of stored products to assure that products are maintained under specified conditions, and free from damage or deterioration. 1.08 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for work under the section. It shall be deemed inclusive in the Project's lump sum bid price. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - MATERIAL AND EQUIPMENT 01600 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01630 SUBSTITUTIONS PART 1 -GENERAL 1.01 DESCRIPTION A. Furnish and install products specified and named in their respective Specifications or on the Drawings unless substitution is allowed. B. For products specified only by reference standard, select product meeting that standard, by any manufacturer. C. For products specified by naming several products or manufacturers, select any one of those products and manufacturers names which complies with their respective Specifications. D. For products specified by naming only one or more products or manufacturers and stating, "or equal", submit a request as for substitutions, for any product or manufacturer which is not specifically named. E. Requests for any substitutions not submitted in accordance with the instructions herein will be denied. 1.02 RELATED SECTIONS A. Section 01340—Shop Drawings, Working Drawings, and Samples B. Other Sections as Applicable 1.03 PRODUCTS LIST A. Within 30 days after award of Contract, submit to Engineer five copies of complete list of major Products which are proposed for installation. 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 unless no substitutions are permitted 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. C. Tabulate Products by specification section number and title. D. For products specified only by reference standards, list for each such Product: 1. Name and address of manufacturer. SUBSTITUTIONS 01630 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Trade Name. 3. Model or catalog designation. 4. Manufacturer's data: a. Reference standards. b. Performance test data. 1.04 SUBSTITUTION SUBMITTAL REQUIREMENTS A. For convenience in designation in the Contract Documents, materials to be incorporated in the Work may be designated under a trade name or the name of a manufacturer and its catalog information. The use of alternative material which is equal in quality and of the required characteristics for the purpose intended will be permitted, subject to the following requirements: 1. The burden of proof as to the quality and suitability of such alternative equipment, products, or other materials shall be upon the Contractor. 2. The Engineer will be the sole judge as to the comparative quality and suitability of such alternative equipment, products, or other materials and its decisions shall be final. 3. Base Bid requirements outlined in the Bid Form. B. The Contractor may offer any material, process, or equipment which it considers equivalent to that indicated. Unless otherwise authorized in writing by the Engineer, the substantiation of offers of equivalency must be submitted within 30 days after execution of the Agreement. The Contractor, at its sole expense, shall furnish data concerning items it has offered as equivalent to those specified. The Contractor shall have the material as required by the Engineer to determine that the quality, strength, physical, chemical, or other characteristics, including durability, finish, efficiency, dimensions, service, and suitability are such that the items will fulfill its intended function. Installation and use of a substitute item shall not be made until accepted by the Engineer. If a substitute offered by the Contractor is found to be not equal to the specified material, the Contractor shall furnish and install the specified material. C. The Contractor's attention is further directed to the requirement that failure to submit data substantiating a request for the substitution of an "or equal" item within said 30-day period after the execution of the Agreement, shall be deemed to mean that the Contractor intends to furnish one of the specific brand-named products named in the specification, and the Contractor does hereby waive all rights to offer or use substitute products in each such case. Wherever a proposed substitute product has not been submitted within said 30-day period, or wherever the submission of a proposed substitute product fails to meet the requirements of the specifications and an acceptable resubmittal is not received by the Engineer within said 30-day period, the Contractor shall furnish only one of the products originally-named in the Contract Documents. D. Within a period of 30 days after award of Contract, Engineer will consider formal requests from the Contractor for substitution of specified products. E. After the end of that period, the request will be considered only in case of product unavailability or other conditions beyond the control of the Contractor. SUBSTITUTIONS 01630 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) F. Submit a separate request for each substitution. Support each request with: 1. Complete data substantiating compliance of the proposed substitution with requirements stated in the Contract Documents: a. Product identification, including manufacturer's name and address. b. Manufacturer's literature; identify: 1) Product description. 2) Reference standards. 3) Performance and test data. c. Samples, as applicable. d. Name and address of similar projects on which product has been used, and the date of each installation. 2. Itemized comparison of the proposed substitution with product specified; List significant variations. 3. Comparison of the qualities of the proposed substitution with that specified. 4. Changes required in other elements of the Work because of the substitution. 5. Availability of maintenance service, and source of replacement materials. 6. Data relating to changes in the construction schedule. 7. Any effect of the substitution on separate contracts. 8. List of changes required in other Work or products. 9. Accurate cost data comparing proposed substitution with product specified. 10. Designation of required license fees or royalties. 11. Designation of availability of maintenance services, and sources of replacement materials. 12. Cost data is complete and includes related costs under this Contract, but not: a. Cost data comparing the proposed substitution with the product specified. b. Any required license fees or royalties. c. Engineer's costs of redesign or revision of Contract Documents. 13. Substitute products shall not be ordered or installed without written acceptance of Engineer. G. Do not imply or indicate substitutions on shop drawings or product data submittals without a separate formal request. H. Only one request for substitution for each product will be considering. If not accepted, Contractor shall provide specified product. SUBSTITUTIONS 01630 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.05 SUBSTITUTIONS WILL NOT BE CONSIDERED FOR ACCEPTANCE WHEN: A. They are indicated or implied on Shop Drawings or product data submittals without a formal request from Contractor. B. The manufacture of the product substitution does not meet the Qualifications as stated in the specifications as determined by the Engineer. C. They are requested directly by a subcontractor or supplier. D. No data is provided relating to changes in construction schedule. E. There is any effect of substitution on separate contracts. F. Changes are required in other Work or products. G. There is no accurate cost data comparing proposed substitution with product specified. H. There are required license fees or royalties above and beyond the specified vendor. I. Availability of maintenance services, sources of replacement materials does not equal that provided by the specified vendor. J. Acceptance will require substantial revision of Contract Documents. 1.06 CONTRACTOR'S REPRESENTATION A. A request for a substitution constitutes a representative that Contractor: 1. Has investigated proposed product and has determined that it is equal to or superior in all respects to that specified. 2. Will provide the same warranties or bonds for substitution as for product specified. 3. Will coordinate installation of accepted substitution into the Work and will make such changes as may be required for the Work to be complete in all respects. 4. Waives claims for additional costs caused by substitution which may subsequently become apparent. 1.07 ENGINEER'S DUTIES 1. Review Contractor's requests for substitutions in accordance the Shop Drawing review requirements. 2. Notify Contractor, in writing, of decision to accept or reject requested substitution. 3. The Engineer shall be the judge of the acceptability of the proposed substitution. 1.08 SUBSTITUTION SUBMITTAL REQUIREMENTS—"NO SUBSTITUTIONS PERMITTED" A. Contractor may not request a substitute item or vendor/manufacturer for which the specifications indicate "No Substitutions Permitted". SUBSTITUTIONS 01630-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION SUBSTITUTIONS 01630 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01660 -EQUIPMENT TESTING AND STARTUP PART 1 - GENERAL 1.01 THE REQUIREMENT A. Where required, the CONTRACTOR shall perform equipment testing and startup. Note that this requirement is requisite to the satisfactory completion of the contract and, therefore, shall be completed within the contract time. 1.02 EQUIPMENT TESTING A. The CONTRACTOR shall provide the services of an experienced and authorized representative of the manufacturer of each item of equipment requiring startup who shall visit the site of the WORK and inspect, check, adjust if necessary, and approve the equipment installation. In each case, the CONTRACTOR shall arrange to have the manufacturer's representative revisit the job site as often as necessary until any and all trouble is corrected and the equipment installation and operation are satisfactory to the CONSULTANT. B. The CONTRACTOR shall require that each manufacturer's representative furnish to the CONSULTANT a written report addressed to the CITY certifying that the equipment has been properly installed and lubricated, is in accurate alignment, is free from any undue stress imposed by connecting piping or anchor bolts, and has been operated satisfactorily under full-load conditions. C. The CONTRACTOR shall be responsible for scheduling all Startup testing. The CONTRACTOR is advised that the Design ENGINEER and the CITY's operating personnel will likely witness operations testing and that the manufacturer's representative shall be required to instruct the operating personnel in correct operation and maintenance procedures. Such instruction shall be scheduled at a time arranged with the CONSULTANT and CITY at least 2 weeks in advance and shall be provided while the respective manufacturer's equipment is fully operational. On-site instruction shall be given by qualified persons who have been made familiar in advance with the equipment. Prior to scheduling any operations testing. the CONTRACTOR shall have previously furnished the Operations Manuals specified elsewhere. EQUIPMENT TESTING AND STARTUP 01660 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) D. The CONTRACTOR shall notify the CONSULTANT and CITY at least 3 days in advance of each equipment test. E. The CONTRACTOR shall furnish all personnel required to conduct the testing and startup. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - EQUIPMENT TESTING AND STARTUP 01660- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall comply with requirements stated in Conditions of the Contract and in Specifications for administrative procedures in closing out the work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions 1.03 SUBSTANTIAL COMPLETION A. When CONTRACTOR considers the work is substantially complete, it shall submit to the CONSULTANT. 1. A written notice that the work, or designated portion thereof, is substantially complete. 2. A list of items to be completed or corrected. B. Within a reasonable time after receipt of such notice, the CITY and CONSULTANT will make an inspection to determine the status of completion. C. Should CONSULTANT determine that the work is not substantially complete: 1. CONSULTANT will promptly notify the CONTRACTOR in writing, giving the reasons therefore. 2. CONTRACTOR shall remedy the deficiencies in the work, and send a second written notice of substantial completion to the CONSULTANT. 3. CITY and CONSULTANT will re-inspect the work. D. When CITY and CONSULTANT concur that the work is substantially complete, CONSULTANT will: CONTRACT CLOSEOUT 01700 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1. Prepare a Certificate of Substantial Completion accompanied by list of items to be completed or corrected. 2. Submit the Certificate to the CONTRACTOR for its written acceptance of the responsibilities assigned therein. 1.04 FINAL INSPECTION A. When CONTRACTOR considers the work is complete, it shall submit written certification that: 1. Contract Documents have been reviewed. 2. Work has been inspected for compliance with Contract Documents. 3. Work has been completed in accordance with Contract Documents. 4. Equipment and systems have been tested in the presence of the CITY Representative and are operational. 5. Work is completed and ready for final inspection. B. CITY and CONSULTANT will make an inspection to verify the status of completion with reasonable promptness after receipt of such certification. C. Should CITY and CONSULTANT consider that the work is incomplete and defective: 1. CITY Representative will promptly notify the CONTRACTOR, in writing, listing the incomplete or defective work. 2. CONTRACTOR shall take immediate steps to remedy the stated deficiencies, and send a second written certification to CITY Representative that the work is complete. 3. CITY Representative and CONSULTANT will re-inspect the work. D. When the CITY's Representatives find that the work is acceptable under the Contract Documents, it shall request the CONTRACTOR to make closeout submittals. CONTRACT CLOSEOUT 01700 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.05 REINSPECTION FEES A. Should CITY Representative perform re-inspections due to failure of the work to comply with the claims of status of completion made by the CONTRACTOR: 1. CITY will compensate CITY Representative and CONSULTANT for such additional services. 2. CITY will deduct the amount of such compensation from the final payment to the CONTRACTOR. 1.06 CONTRACTOR'S CLOSEOUT SUBMITTALS TO CITY'S REPRESENTATIVE A. Evidence of compliance with requirements of governing authorities. 1. Certificate of Occupancy. 2. Certificates of Inspection. (a) Mechanical (b) Electrical (c) Other, as may be required. B. Project Record Documents: To requirements of the Section entitled "Project Record Documents." C. Operating and Maintenance Data, Instructions to CITY's Personnel: To requirements of the Section entitled, "Operating and Maintenance Data." D. Guarantees and Bonds: To requirements of the section entitled, "Guarantees and Bonds." E. Evidence of Payment and Release of Liens: To requirements of General and Supplementary General Conditions. F. Certificate of Insurance for Products and Completed Operations. CONTRACT CLOSEOUT 01700 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.07 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to CONSULTANT. B. Statement shall reflect all adjustments to the Contract Sum: 1. The original Contract Sum. 2. Additions and deductions resulting from: (a) Previous Change Orders. (b) Allowances. (c) Unit Prices. (d) Deductions for uncorrected work. (e) Penalties and Bonuses. (f) Deductions for liquidated damages. (g) Deductions for re-inspection payments. (h) Other adjustments. 3. Total Contract Sum, as required. 4. Previous payments. 5. Sum remaining due. C. CONSULTANT will prepare a final Change Order, reflecting approved adjustments to the Contract Sum which were not previously made by Change Orders to be executed by the CITY. 1.08 FINAL APPLICATION FOR PAYMENT A. CONTRACTOR shall submit the final Application for Payment in accordance with procedures and requirements stated in the General Conditions. B. CONSULTANT shall prepare a "Final Certificate of Payment" to be executed by CONTRACT CLOSEOUT 01700-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) the CITY. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - CONTRACT CLOSEOUT 01700 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01710 - CLEANING PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall execute cleaning, during progress of the Work, and at completion of the Work, as required by the General Conditions and these specifications. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 DISPOSAL REQUIREMENTS A. The CONTRACTOR shall conduct its cleaning and disposal operations to comply with all applicable codes, ordinances, regulations, and anti-pollution laws. PART 2 - PRODUCTS 2.01 MATERIALS A. The CONTRACTOR shall use only those cleaning materials which will not create hazards to health or property and which will not damage surfaces. PART 3 - EXECUTION 3.01 DURING CONSTRUCTION A. The Contractor shall execute periodic cleaning to keep the WORK, the site and adjacent properties free from accumulation of waste material, rubbish and windblown debris, resulting from Construction Work. B. The Contractor shall provide on-site containers for the collection of waste materials, debris and rubbish. C. The Contractor shall remove waste materials, debris and rubbish from the site CLEANING 01710 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) periodically and dispose of at legal disposal areas away from the site. 3.02 FINAL CLEANING A. The Contractor shall employ skilled workmen for final cleaning. B. The Contractor shall remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces. C. The Contractor shall polish glossy surfaces to a clear shine. D. The Contractor shall broom clean exterior paved surfaces; rake clean other surfaces of the grounds. E. Prior to final completion, CONTRACTOR shall conduct an inspection of sight- exposed interior and exterior surfaces, and all WORK areas, to verify the entire WORK is clean. F. All storage and staging areas shall be cleaned and returned to prior conditions or better as per requirements of this section. - END OF SECTION - CLEANING 01710 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01720 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The CONTRACTOR shall at all times maintain at the site of the project a record copy of: 1. Drawings 2. Specifications 3. Addenda 4. Change Orders and other modifications to the Contract. 5. Approved Shop Drawings, Product Data and Samples. 6. Field Test Records. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General conditions. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES A. Store documents and samples in CONTRACTOR's field office apart from documents used for construction. 1. Provide files and racks for storage of documents. 2. Provide locked cabinet or secure storage space for storage of samples. B. File documents and samples in accordance with CSI format. C. Maintain documents in a clean, dry, legible condition and in good order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by CITY's PROJECT RECORD DOCUMENTS 01720 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Representatives. 1.04 MARKING DEVICES A. Provide felt tip marking pens for recording information in the following color designation: Red = Corrections Yellow= Deletions Green = Comments 1.05 RECORDING A. The CONTRACTOR shall label each document, "PROJECT RECORD" in neat large printed letters, or by rubber stamp. B. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. C. Drawings: Legibly mark to record actual construction: 1. Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 3. Field changes of dimension and detail. 4. Changes made by Field Order or by Change Order. 5. Details not on original Contract Drawings. 6. The Record Drawing set shall show benchmark positions and their vertical values. Benchmarks are optional for Plan Views, but required for Profile Views. D. Specifications and Addenda; Legibly mark each Section to record: PROJECT RECORD DOCUMENTS 01720 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1. Manufacturer, trade name, catalog number, and supplier of each produce and item of equipment actually installed. 2. Changes made by field order or by Change Order. 1.06 RECORD DRAWINGS A. The CONTRACTOR shall maintain full size (22"X34") field drawings to reflect the "record" items of work as the work progresses. Upon completion of the work, the CONTRACTOR shall prepare a record set of drawings on an electronic file in .DWG format (Auto CADD, latest version). An electronic file of the design drawings on compact disk will be furnished to the CONTRACTOR by the CONSULTANT for this purpose. B. At a minimum the record drawings shall be reviewed on the 20th working day of every third month, or more often, as deemed necessary by CONSULTANT and/or CITY, after the month in which the final Notice-to Proceed is given as well as on completion of WORK. Failure to maintain the record drawings up-to- date shall be grounds for withholding monthly progress payments until such time as the record drawings are brought up-to-date. C. Record drawings shall be accessible to the CITY at all times during construction period. D. The cost of maintaining record changes, and preparation of the Record Drawings shall be included in the unit prices bid for the affected items. Upon completion of the WORK, the CONTRACTOR shall furnish the CONSULTANT and/or CITY the reproducible recent Drawings and electronic files. Pay request quantities must match as-builts. The completed Record drawings shall be delivered to the CONSULTANT at least 48 hours prior to final inspection of the work. The Final Inspection will not be conducted unless the Record Drawings are in the possession of the CONSULTANT. E. The completed (or final) record drawings shall be certified by a Professional Land Surveyor registered in the State of Florida. This certification shall consist of the surveyor's embossed seal bearing the surveyor's registration number, signature and date on each sheet of the drawing set. In addition, the key sheet, cover sheet or first sheet of the plans set shall list the business address and PROJECT RECORD DOCUMENTS 01720-3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) telephone number of the surveyor. F. Representative items of work that should be shown on the record drawings as verified, changed or added are shown below: 1. Plans: a. Structure types, location with grade of rim and flow-line elevations. b. Sewer type, length, size and elevations. c. Utility type, length, size and elevation in conflict structures. d. All maintenance access structures, valves and hydrants within right- of-way. e. Spot (critical) elevations at plateaued intersections. f. Sewer laterals shall be stationed between maintenance access structures. 2. Pavement Marking and Signing Plans: Sign location where installed if different from plans. 3. Water and Sewer Plans: Location (horizontal and vertical) of all pipe lines, structures, fittings, valves and appurtenances. a. Every valve, tee, bend, fire hydrant, beginning and ending of deflections, maintenance access structure, wet well, etc. shall be located, both horizontally and vertically, from the nearest surface landmark (i.e., centerline of intersection, seawall corner, maintenance access structure, face of a building extended or some other similar landmark that is unlikely to "move"or be buried). b. Every maintenance access structure, valve, tee, bend, fire hydrant, beginning and ending of deflections, etc. locations shall be indicated by state plane coordinates, in the Florida East Zone/NAD 83-90 State Plane Coordinate System. Coordinates shall be indicated to the nearest 0.1 foot. The coordinate northings/eastings may be presented in a table format, providing it is readily decipherable what PROJECT RECORD DOCUMENTS 01720 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) each coordinate refers to. For instance, the Consultant may "number" every tee, valve, maintenance access structure, etc. in the plan view and provide a separate plan sheet for the coordinate table. c. In addition to dimensioning and state plane coordinates for appurtenances, the elevation along the top of pipe every 200 feet will also be required. 4. As-builts of water lines shall include the following information: a. Top of pipe elevations and horizontal location every 100 If. b. Locations and elevations of all fittings including bends, tees, gate valves, double detector check valves, fire hydrants, etc. c. All tie-ins to existing lines shall be as-built. d. The ends of all water services at the buildings or homes shall be as- built or where the water service terminates. e. Water services with meter boxes and sanitary sewer laterals with cleanouts at the property line shall be located with a dimension to the nearest landmark. Services/laterals may also be located from each other provided a minimum of five (5) services/laterals are tied together (e.g., a water service meter box is located from a maintenance access structure at the intersection of a street. The next 4 meter boxes can be dimensioned from each other, provided they are all in the same horizontal alignment). f. If there are water services that do not have meter boxes and/or sanitary sewer laterals that do not have cleanouts at the property line (or are not readily visible/accessible), they shall be located by the state plane coordinate system. 5. As-builts of all gravity sanitary sewer lines shall include the following information: a. Rims, inverts and length of piping between structures as well as PROJECT RECORD DOCUMENTS 01720-5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) slopes. b. The stub ends of all sewer laterals shall be located and if there are any cleanouts installed on the sewer laterals then the invert elevation of these cleanouts need to be obtained. 6. Profile Views —The following are minimum Record Drawing data that is to be annotated on the Profile Plans: a. Every valve, tee, bend, fire hydrant, beginning and ending of deflections, maintenance access structure, wet well, etc. shall be located, both horizontally and vertically, from the nearest landmark (i.e., centerline of intersection, seawall corner, maintenance access structure or some other similar landmark that is unlikely to "move" or be buried). b. In addition to dimensioning for appurtenances, the elevation along the top of pipe every 200 feet will also be required. 7. Force main as-builts shall be prepared the same as the water line as- builts. 8. As-builts of all drainage lines shall include the following information: a. Rims, inverts and length of piping between structures and weir elevations if applicable. b. The size of the piping shall be verified by the survey crew at the time of as-built. 9. All rock as-builts for parking lot, roadways and swales areas shall consist of the following: a. Rock elevations at all high and low points, and at enough intermediate points to confirm slope consistency and every 50' for roadways. b. Rock as-builts shall be taken at all locations where there is a finish grade elevation shown on the design plans. PROJECT RECORD DOCUMENTS 01720- 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) c. All catch basin and manhole rim elevations shall be shown. d. Elevations around island areas will also be required. e. As-builts shall be taken on all paved and unpaved swales prior to placement of asphalt and/or topsoil/sod, at enough intermediate points to confirm slope consistency and conformance to the plan details. 10. Lake and canal bank as-builts shall include a key sheet of the lake for the location of cross sections. Lake and canal bank cross sections shall be plotted at a minimum of every 100 If, unless otherwise specified. As- builts shall consist of the location and elevation of the top of bank, edge of water and the deep cut line, with the distance between each shown on the drawing. 11. Retention area as-built elevations shall be taken at the bottom of the retention area and at the top of bank. If there are contours indicated OCT the design plans, then they shall be as-built as well. 12. If a change is made via field order or deviation to any structure, pipeline, etc., a new location shall be noted on the as-builts. The CONSULTANT and/or CITY may request additional as-built information to verify horizontal or vertical locations. 13. Every utility (gas, telephone, power, water, force main, etc.) encountered and/or crossing drainage, water or sanitary sewer facilities (whether it is a conflict or has sufficient clearances) shall be located, both horizontally and vertically. The clearance between the facilities horizontal and vertical, shall be noted. For instance, if a 2-inch gas main crosses over the top of a 6-inch potable water main, the bottom elevation of the gas main shall be noted and the top of the water main shall be noted. The difference between the two facilities will be the clearance between the two facilities. Parallel mains shall note the clearance between the outside of the mains. It shall be the CONTRACTOR's responsibility to note these crossings on a daily basis and insure that this information is reflected on the Record Drawing plan set. Crossings will not require state plane coordinates. PROJECT RECORD DOCUMENTS 01720 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 14. Pipelines that are "dead" or have been abandoned shall be located during construction and shall be annotated on the Record Drawing Plans. 15. As-built survey drawings shall meet applicable minimum technical standards for land surveys as outlined in Section 61G17 of the Florida Administrative Code. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - PROJECT RECORD DOCUMENTS 01720- 8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01730 - OPERATING AND MAINTENANCE DATA PART 1 - GENERAL 1.01 THE REQUIREMENTS A. The CONTRACTOR shall compile product data and related information appropriate for CITY's maintenance and operation of products furnished under Contract, as applicable. B. The CONTRACTOR shall instruct CITY personnel in maintenance of products and in operation of equipment and systems, as applicable. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 QUALITY ASSURANCE A. The CONTRACTOR shall ensure that preparation of data shall be done by personnel: 1. Trained and experienced in maintenance and operation of described products. 2. Familiar with requirements of this Section. 3. Skilled as technical writer to the extent required to communicate essential data. 4. Skilled as draftsman competent to prepare required drawings. 1.04 FORM OF SUBMITTALS A. Prepare data in the form of an instructional manual for use by CITY's personnel. B. Format: 1. Size: 8-1/2 in. x 11 in. OPERATING AND MAINTENANCE DATA 01730- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Paper: Manufacturer's original printed data, or neatly typewritten. 3. Drawings: 22-inch to 34-inch Blueprints a. Provide reinforced punched binder tabs, bound in with text. b. Fold larger drawings to size of text pages. 4. Provide fly-leaf for each separate product, or each piece of operating equipment. a. Provide typed description of product, and major component parts of equipment. b. Provide indexed tabs. 5. Cover: Identifying each volume with typed or printed title: "OPERATING AND MAINTENANCE INSTRUCTIONS." List: a. Title of Project. b. Identity of separate structure as applicable. c. Identity of general subject matter covered in the manual. C. Binders: 1. Commercial quality three-ring binders with durable and cleanable plastic covers. 2. Maximum ring size: 1 inch. 3. When multiple binders are used, correlate the data into related consistent groupings. 1.05 CONTENT OF MANUAL A. Neatly typewritten table of contents for each volume, arranged in systematic order. 1. CONTRACTOR, name of responsible principal, address and telephone OPERATING AND MAINTENANCE DATA 01730- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) number. 2. A list of each product required to be included, indexed to content of the volume. 3. List, with each product, name, address and telephone number of: a. Sub-CONTRACTOR or installer. b. Maintenance CONTRACTOR, as appropriate. c. Identify area of responsibility of each. d. Local source of supply for parts and replacement. 4. Identify each product by product name and other identifying symbols as set forth in Contract Documents. B. Product Data: 1. Include only those sheets which are pertinent to the specific product. 2. Annotate each sheet to: a. Clearly identify specific product or part installed. b. Clearly identify data applicable to installation. c. Delete references to inapplicable information. C. Drawings: 1. Supplement product data with drawings as necessary to clearly illustrate: a. Relations of component parts of equipment and systems. b. Control and flow diagrams. 2. Coordinate drawings with information in Product Record Documents to assure correct illustration of completed installation. OPERATING AND MAINTENANCE DATA 01730-3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) a. Do not use Project Record Documents as maintenance drawings. D. Written text, as required to supplement product data for the particular installation: 1. Organize in consistent format under separate heading for different procedures. 2. Provide logical sequence of instructions for each procedure. E. Copy of each guarantee, bond and service contract issued. 1. Provide information sheet for CITY's personnel, give: a. Proper procedures in event of failure. b. Instances which might affect validity of guarantee or bonds. 1.06 MANUAL FOR MATERIALS AND FINISHES A. Submit two copies of complete manual in final form. B. Content, for architectural products, applied materials and finishes: 1. Manufacturers data, giving full information on products. a. Catalog number, size, composition. b. Color and texture designations. c. Information required for re-ordering special manufactured products. 2. Instructions for care and maintenance. a. Manufacturer's recommendations for types of cleaning agents and methods. b. Cautions against cleaning agents and methods which are detrimental to product. c. Recommended schedule for cleaning and maintenance. OPERATING AND MAINTENANCE DATA 01730-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) C. Content, for moisture-protection and weather-exposed products: 1. Manufacturer's data, giving full information on products. a. Applicable standards. b. Chemical composition. c. Details of installation. 2. Instructions for inspection, maintenance, and repair. D. Additional requirements for maintenance data: Respective sections of Specifications. 1.07 MANUAL FOR EQUIPMENT AND SYSTEMS A. Submit three copies of complete manual in final form. B. Content, for each unit of equipment and system, as appropriate. 1. Description of unit and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, Engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. 2. Operating procedures: a. Start-up, break-in, routine and normal operating instructions. b. Regulation, control, stopping, shut-down and emergency instructions. c. Summer and winter operating instructions. d. Special operating instructions. 3. Maintenance Procedures: OPERATING AND MAINTENANCE DATA 01730- 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) a. Routine operations. b. Guide to "Trouble-shooting." c. Disassembly, repair and reassembly. d. Alignment, adjusting and checking. 4. Servicing and lubrication schedule. a. List of lubricants required. 5. Manufacturer's printed operating and maintenance instructions. 6. Description of sequence of operation by control manufacturer. 7. Original manufacturer's parts list, illustrations, assembly drawings and diagrams required for maintenance. 8. As-installed control diagrams by controls manufacturer. 9. Each CONTRACTOR's coordination drawings. a. As-installed color coded piping diagrams. 10. Charts of valve tag numbers, with location and function of each valve. 11. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage. 12. Other data as required under pertinent sections of Specifications. C. Content, for each electric and electronic system, as appropriate: 1. Description of system and component parts. a. Function, normal operating characteristics, and limiting conditions. b. Performance curves, engineering data and tests. c. Complete nomenclature and commercial number of replaceable parts. OPERATING AND MAINTENANCE DATA 01730- 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Circuit directories of panelboards. a. Electrical service. b. Controls. c. Communications. 3. As-installed color coded wiring diagrams. 4. Operating procedures: a. Routine and normal operating instructions. b. Sequences required. c. Special operating instructions. 5. Maintenance procedures: a. Routine operations. b. Guide to "Trouble-Shooting". c. Disassembly, repair, and reassembly. d. Adjustment and checking. 6. Manufacturer's printed operating and maintenance instructions. 7. List of original manufacturer's spare parts, manufacturers current prices, and recommended quantities to be maintained in storage. 8. Other data as required under pertinent sections of Specifications. D. Prepare and include additional data when the need for such data becomes apparent during instruction of CITY's personnel. E. Additional requirements for operating and maintenance data: Respective section of Specifications. OPERATING AND MAINTENANCE DATA 01730- 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.08 SUBMITTAL SCHEDULE A. Submit two copies of preliminary draft of proposed formats and outlines of contents prior to start of work. 1. CONSULTANT will review draft and return one copy with comments. B. Submit one copy of completed data in final form fifteen days prior to final inspection or acceptance. 1. Copy will be returned after final inspection or acceptance, with comments. C. Submit specified number of copies of approved data in final form 10 days after final inspection or acceptance. 1.09 INSTRUCTION OF OWNER'S PERSONNEL A. Prior to final inspection or acceptance, fully instruct CITY's designated operating and maintenance personnel in operation, adjustment and maintenance of products, equipment and systems. B. Operating and maintenance manual shall constitute the basis of instruction. 1. Review contents of manual with personnel in full detail to explain all aspects of operations and maintenance. 1.10 MEASUREMENT AND PAYMENT A. There shall be no special measurement or payment for work under the section. It shall be deemed inclusive in the Project's lump sum bid price. PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - OPERATING AND MAINTENANCE DATA 01730- 8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 01740 - GUARANTEES AND BONDS PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Contractor shall: a. Compile specified guarantees and bonds. b. Compile specified services and maintenance contracts. c. Review submittals to verify compliance with Contract Documents. d. Submit to CONSULTANT for review and transmittal to CITY. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. All applicable sections of the Specifications. B. General Conditions. 1.03 SUBMITTAL REQUIREMENTS A. Assemble guarantees, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and Subcontractors. B. Number of original signed copies required: Three each. C. Table of Contents: Neatly typed, in orderly sequence. Provide complete information for each item. 1. Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. GUARANTEES AND BONDS 01740- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 6. Provide information for CITY personnel: a. Proper procedure in case of failure. b. Instances which might affect the validity of warranty or bond. 7. CONTRACTOR, name of responsible principal, address and telephone number. 1.04 FORM OF SUBMITTALS A. Prepare in triplicate packets. B. Format: 1. Size 8-1/2 in. x 11 in., punch sheets for standard 3-ring binder. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "GUARANTEES AND BONDS". List: a. Title of Project. b. Name of CONTRACTOR. C. Binders: Commercial quality, three-ring, with durable and cleanable plastic covers. 1.05 TIME OF SUBMITTALS A. Make submittals within ten days after Date of Substantial Completion, prior to final request for payment. B. For items of work, where acceptance is delayed materially beyond Date of Substantial Completion, provide updated submittal within ten days after acceptance, listing date of acceptance as start of guarantee period. 1.06 SUBMITTALS REQUIRED A. Submit guarantees, bonds, service and maintenance contracts for periods other than one year as specified in respective specific sections of the Specifications, GUARANTEES AND BONDS 01740 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) (if applicable). B. The General CONTRACTOR shall submit on the entire Project the one year guarantee as per AIA, Document A-201 General Conditions, (except for certain portions of the work, where longer periods of time are specified in the specific applicable sections of the Specifications). PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) - END OF SECTION - GUARANTEES AND BONDS 01740 -3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02010 SUBSURFACE INVESTIGATION PART 1 - GENERAL 1.01 RESPONSIBILITY A. Subsurface explorations have been made and copies of the results are included herein for information only. Data on indicated subsurface conditions is not intended as representative or a warranty of accuracy or continuity between soil borings. It is expressly understood that Owner and Engineer will not be responsible for interpretations or conclusions drawn by Contractor from the soils investigation report. Data is made available only for convenience of Contractor. No claim for extra compensation or for extension of time will be allowed on account of subsurface conditions inconsistent with the data shown. Additional test borings and other exploratory operations may be performed by Contractor, at the Contractor's option; however, no change in the Contract Sum will be authorized for such additional exploration. PART 2 - PRODUCTS 2.01 SOIL BORINGS A. Copies of the following are included herein: 1. Soil boring data. PART 3 - EXECUTION Not used. REMAINDER OF PAGE LEFT BLANK END OF SECTION SUBSURFACE INVESTIGATION 02010- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02050 DEMOLITION PART 1 -- GENERAL 1.01 WORK INCLUDED A. Demolish designated structures. B. Remove materials from site. C. Remove foundations as applicable. D. Remove designated underground tanks and piping, unless noted otherwise. E. Disconnect, cap, remove and identify utilities as necessary to complete the work. 1.02 RELATED SECTIONS A. Section 01340—Shop Drawings, Product Data and Samples B. Section 01700 - Contract Closeout 1.03 SUBMITTALS A. Submit demolition and removal procedures and schedule under provisions of Section 01340 entitled "Shop Drawings, Product Data and Samples". 1.04 EXISTING CONDITIONS A. Conduct demolition to minimize interference with adjacent structures. B. Provide, erect, and maintain temporary barriers and security devices. C. Conduct operations with minimum interference to public or private thoroughfares. Maintain protected egress and access at all times. PART 2 -- PRODUCTS (NOT USED) PART 3 -- EXECUTION 3.01 PREPARATION A. Prevent movement or settlement of adjacent structures. Provide bracing and shoring. B. Protect existing landscaping materials, appurtenances, structures, which are not to be demolished. C. Disconnect, remove and cap designated utility lines within demolition areas. D. Mark location of disconnected utilities. Identify utilities and indicate capping locations on Project Record Documents. 3.02 EXECUTION A. Demolish indicated structures and appurtenances in an orderly and careful manner, and in accordance with staging requirements. B. Cease operations and notify Consultant immediately if adjacent structures appear to be endangered. Do not resume operations until corrective measures have been taken. DEMOLITION 02050- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) C. Except where noted otherwise, immediately remove demolished material from site. D. Remove materials to be re-installed or retained in manner to prevent damage. Store and protect under provisions of Section 01600 entitled "Material and Equipment". E. Remove, store, and protect for re-installation the following materials and equipment: 1. Traffic signalization structures as designated by Palm Beach County or the Owner under separate construction drawings. 2. Aboveground utility structures designated by Florida Power and Light, Palm Beach County, Bell South, Adelphia, other pertinent utility companies, or the Owner as indicated on the Drawings. F. Remove the following material and equipment to be retained by Owner. Deliver to Water Treatment Plant: 1. Not Applicable G. Remove and promptly dispose of contaminated, vermin infested, or dangerous materials encountered. H. Do not burn or bury materials on site. Remove foundation walls and footings to a minimum two feet below finished grade. J. Remove concrete slabs on grade. K. Pump out buried tanks located within demolition area. Fill tanks with sand or fine gravel and cover with fill; remove piping. L. Keep work sprinkled to minimize dust. Provide hoses and watermain or hydrant connections for this purpose. M. Backfill areas excavated, open pits and holes caused as a result of demolition. Use backfill specified in Section 02220 entitled "Trenching, Backfilling and Compacting". N. Rough grade and compact areas affected by demolition to maintain site grades and contours. O. Remove demolished materials from site as work progresses. Leave site in clean condition. DEMOLITION 02050- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) END OF SECTION DEMOLITION 02050-3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02100 SITE PREPARATION PART 1 - GENERAL 1.01 REQUIREMENTS INCLUDED A. This Section covers clearing, grubbing, stripping and demucking of the construction site, complete as specified herein. B. Clear and demuck the area within the limits of construction as required, including utility easements. The width of the area to be cleared and demucked shall be established by the Consultant prior to the beginning of any work. 1.02 RELATED SECTIONS A. Section 02220—Trenching, Backfilling and Compacting B. Section 02511 —Concrete Sidewalks 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 Landscape Architect to be preserved as hereinafter specified shall be protected. 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, vegetation and lime sludge 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, matted 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 36 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. 3.03 STRIPPING A. In areas so designated, topsoil, not muck shall be stockpiled. Topsoil so stockpiled to a maximum height of 6 feet shall be protected until it is placed as specified. Any topsoil remaining after all work is in place shall be disposed of by the Contractor in the manner specified in Section 02220. 3.04 DEMUCKING A. When encountered, organic material (muck) and/or lime sludge shall be excavated and removed. This material may be stockpiled temporarily, but must SITE PREPARATION 02100 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) be disposed of by the Contractor in accordance with all local regulations. 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 chipping such material and debris and disposing such material to a suitable location in accordance with all local regulations. Disposal by deep burial or burning 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 Landscape Architect or a 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 Contractor 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 Landscape Architect 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 Consultant. 3.08 PRESERVATION OF PUBLIC PROPERTY A. The appropriate paragraphs of Article 3 of these specifications shall apply to the preservation and restoration of all damaged areas of public lands, right-of-way, easements, etc. END OF SECTION SITE PREPARATION 02100 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02200 EARTHWORK PART 1 - GENERAL 1.01 DESCRIPTION A. Earthwork operations necessary to achieve the Work including, but not limited to, excavation of soil, grading, removal and replacement of unsuitable soil, fill, backfill, embankment and compaction more specifically described as follows: 1. Earthwork operations generally consists of excavation and embankment of soil materials from the existing elevations to the proposed elevations. 2. Embankment necessary to achieve the proposed elevations may consist of in situ soils. All soil material for embankment is to be included in the Contract price. 3. No soil is to be imported or exported from the site unless as directed by the Engineer. 1.02 RELATED SECTIONS A. Section 02100—Site Preparation B. Section 02210—Clearing and Grubbing C. Section 02210— Finish Grading D. Other Sections as applicable. 1.03 REFERENCES A. FDOT Standard Specifications for Road and Bridge Construction B. FDOT Design Standards C. ASTM D2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) D. AASTHO M-145 - Standard Specification for Classification of Soils and Soil- Aggregate Mixtures for Highway Construction Purposes 1.04 PROJECT CONDITIONS A. Locate existing underground utilities in areas of work. Provide adequate means of support and protection during earthwork operations. B. Should uncharted, or incorrectly charted, piping or other utilities be encountered during excavation, consult utility owner immediately for directions. Cooperate with Owner and utility companies in keeping respective services and facilities in operation. EARTHWORK 02200- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Repair damaged utilities to satisfaction of utility owner. C. Do not interrupt existing utilities serving occupied facilities. D. The use of explosives is prohibited. E. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. Any structures, utilities, sidewalks, pavements, or other facilities damaged during construction shall be repaired at the Contractor's expense. PART 2 - PRODUCTS 2.01 SOIL MATERIALS A. Satisfactory or Suitable Soil Materials: ASTM D2487 soil classification groups GW, GP, GP-GM and SW. B. Unsatisfactory or Unsuitable Soil Materials: ASTM D2487 soil classification groups GM, GC, SW, SM, SC, CL, ML, OL, CH, MH, OH and PT. C. Satisfactory and unsatisfactory soil materials for roadway embankment, including pipe trench backfill under roadways, shall meet the requirements as defined in AASHTO M-145 soil classification groups and FDOT index 505. D. Satisfactory materials encountered during 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. E. Sub-base material: 1. Satisfactory materials may be Select, Structural or Common fill. F. Select or Structural Fill or backfill: 1. Select or structural fill material shall be a satisfactory soil material, well graded, consisting of a minimum of 60 percent clean medium fine grain sized quartz sand, free of organic, deleterious and/or compressible percent clean medium fine grain sized quartz sand, free of organic, deleterious and/or compressed material. Rock in excess of 2 inches in diameter shall not be permitted. G. Common Fill: 1. Common fill material shall be a satisfactory soil material containing no more than 20 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. H. Course Aggregate: EARTHWORK 02200- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1. Course aggregate, or gravel, shall be used for rock bedding, drainage rock or as otherwise depicted in the Drawings. Unless otherwise noted, course aggregate shall consist of washed and graded crushed limerock meeting FDOT specification 901, size number 57 or approved equal. Sand 1. Where specified, sand, clean sand, silica sand or other nomenclature shall refer to silica sand meeting FDOT specification 902-2. J. Satisfactory or suitable soil materials shall free of muck, clay, rock or gravel larger than 2-1/2 inches in any dimension, debris, trash, waste, frozen materials, broken concrete, masonry, rubble, vegetable or other similar materials or deleterious matter. Materials of this nature encountered during the excavation which, in the opinion of the Engineer, is not suitable for reuse shall be stockpiled for disposal as unsuitable materials. K. Material substitutions may be permitted if accompanied by a geotechnical engineers report substantiating the proposed substitution which is approved by the Engineer and is at no cost to the Owner. PART 3 - EXECUTION 3.01 EXCAVATION A. The contractor shall perform trench excavations in accordance with applicable trench safety standards and is responsible to determine any safety or safety related standards that apply to the Project. The Owner and Engineer are not responsible to review and/or assess safety precautions, programs and costs, and the means, methods, techniques or technique adequacy, reasonableness of cost, sequences and procedures of any safety precaution, including, but not limited to, compliance with any and all requirements of Florida Trench Safety Act. B. Excavation is Unclassified, and includes excavation to sub-grade elevations indicated, regardless of character of materials and obstructions encountered. C. Unauthorized Excavation: Removal of materials beyond indicated sub-grade elevations or dimensions without specific direction. Unauthorized excavation, as well as remedial work directed by Engineer, shall be at Contractor's expense. D. Additional Excavation: 1. Where unsuitable soil materials are encountered under or around structural elements, the Owner reserves the right to specify removal and replacement of unsuitable soil with imported suitable soil. E. Stability of Excavations: 1. Slope sides of excavations to comply with local codes and ordinances having jurisdiction. 2. Shore and brace where sloping is not possible because of space EARTHWORK 02200 -3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) restrictions or stability of material excavated. 3. Maintain sides and slopes of excavations in safe condition until completion of backfilling. F. Shoring and Bracing: 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 pro- gresses. G. Dewatering: 1. The bottom of the excavations shall be firm and dry and in all respects acceptable to the Engineer. 2. Prevent surface water and sub-surface or ground water from flowing into excavations. Do not allow water to accumulate in excavations. 3. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. 4. The Contractor shall obtain all dewatering permits as required from agencies having jurisdiction H. Stockpile satisfactory excavated materials where directed, until required for embankment, backfill or fill. Place, grade and shape stockpiles for proper drainage. Excavation for Trenches: Dig trenches to the uniform width required for particular item to be installed, sufficiently wide to provide ample working room. Provide minimum 6 in. clearance on each side of pipe or conduit. 1. Excavate trenches to depth indicated or required for indicated flow lines and invert elevations. 2. Where rock is encountered, carry excavation 6 in. below scheduled elevation and backfill with a 6 in. layer of crushed stone or gravel prior to installation of pipe. 3. For pipes or conduit 5 in. or less, excavate to indicate depths. Hand excavate bottom cut to accurate elevations and support pipe or conduit on undisturbed soil. 4. For pipes or conduit 6 in. or larger, tanks and other work indicated to receive sub-base, excavate to sub-base depth indicated, or, if not otherwise indicated, to 6 in. below bottom of work to be supported. 5. Except as otherwise indicated, excavate for exterior water-bearing piping so top of piping is minimum 3'-6" below finished grade. 6. Grade bottoms of trenches as indicated, notching under pipe bells to provide solid bearing for entire body of pipe. J. Do not backfill trenches until tests and inspections have been made and EARTHWORK 02200 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) backfilling authorized by Engineer. 3.02 COMPACTION A. Areas to be compacted shall be moistened and compacted by either rolling, tamping or any other approved method by the Engineer in order to obtain the desired density. B. Hydraulic compaction will require a geotechnical engineers' recommendation, observation and certification at the Contractors expense. C. The Contractor shall inspect all compacted areas prior to further construction operations to ensure that satisfactory compaction has been obtained. D. All sub-grade shall be compacted as indicated on the Drawings unless otherwise stated in the FDOT Standard Specifications for Road and Bridge Construction E. All embankment shall be compacted by proof-rolling to achieve 95% of AASHTO T-99. F. All soil beneath structures shall be compacted to 98% of AASHTO T-180. G. Hydraulic compaction shall be permitted if accompanied by a geotechnical engineers' report substantiating the proposed methods. The geotechnical engineers report shall be submitted to the Engineer prior to any work and shall be at no cost to the Owner. H. The frequency of testing shall be as indicated on the Drawings unless otherwise stated in the FDOT Standard Specifications for Road and Bridge Construction I. All earthwork testing shall be at the expense of the Contractor unless otherwise stated in the Contract Documents. J. The Contractor shall instruct the testing laboratory to forward copies of all test reports to the Engineer. K. Remove and replace, or scarify and air dry, soil material that is too wet to permit compaction to specified density. 3.03 EMBANKMENT, BACKFILL AND FILL A. Place specified soil material in layers required to achieve proposed elevations: 1. Dune fill is to be placed in 12 inch lifts and is not to be compacted. 2. Elsewhere, place materials in layers of 8 inches loose depth for material compacted by heavy compaction equipment and 4 in. in loose depth for material compacted by hand operated tampers. 3. Place materials in layers of 12 inches loose depth for material compacted by proof rolling equipment. 4. Under grassed areas, use satisfactory or unsatisfactory excavated or EARTHWORK 02200 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) imported soil material if approved by the Engineer. 5. Under walks and pavements, use sub-base material, or satisfactory excavated or borrow material, or combination of both. Place shoulders along edges of sub-base course to prevent lateral movement with satisfactory excavated or borrow material. 6. Under steps, use sub-base material. 7. Under building slabs, use drainage fill material. 8. Under piping and conduit, use sub-base material where sub-base is indicated under piping or conduit; shape to fit bottom 90 degrees of cylinder. B. Backfill excavations as promptly as work permits, but not until completion of the following: 1. Acceptance of construction below finish grade including waterproofing and perimeter insulation. 2. Inspection, testing, approval, and recording locations of underground utilities. 3. Removal of shoring and bracing, and backfilling of voids with satisfactory materials. C. Remove all trash, roots, 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 existing surface. D. When existing ground surface has a density less than that specified for particular area classification, break up ground surface, pulverize, moisture-condition to optimum moisture content, and compact to required depth and percentage of maximum density. E. Before compaction, moisten or aerate each layer as necessary to provide optimum moisture content. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. F. Place backfill and fill materials evenly adjacent to structures, without wedging against structures or displacement of piping or conduit. Compaction equipment used within 10 ft. of buried walls and soil supported structures shall not exceed 2000 lbs. 3.04 GRADING A. Grading Outside Building Lines: Grade areas adjacent to building lines to drain away from structures and to prevent ponding and as follows: 1. Finish to within not more than 0.10 ft. above or below required sub-grade elevations. 2. Walks: Shape surface to line, grade and cross-section, with finish surface not more than 0.10 ft. above or below required sub-grade elevation. 3. Pavements: Shape surface to line, grade and cross-section, with finish EARTHWORK 02200 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) surface 1/2 in. above or below required sub-grade elevation. 4. Sod: Where sod abuts pavement, sidewalks, etc., finish surface below as required to accommodate thickness of sod as not to prohibit drainage. B. Grading Surface of Fill under Building Slabs: Grade smooth and even, free of voids, compacted as specified, and to 1/2 in. below required elevation. 3.05 QUALITY CONTROL A. Perform earthwork in compliance with applicable requirements of governing authorities having jurisdiction. B. Contractor will engage soil testing and inspection service for quality control testing during earthwork operations. C. Allow testing service to inspect and approve sub-grades and fill layers before further construction work is performed. D. If in opinion of Engineer, based on testing service reports and inspection, sub- grade or fills which have been placed below specified density, provide additional compaction and testing at no additional expense to Owner. 3.06 CLEANING AND PROTECTION A. Protect newly graded areas from traffic and erosion. Keep free of trash and debris. B. Repair and re-establish grades in settled, eroded, and rutted areas to specified tolerances. C. Remove excess excavated and waste materials, including unacceptable excavated material, trash and debris, and legally dispose of it at no cost to the Owner. END OF SECTION EARTHWORK 02200 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02205 CLEARING AND GRUBBING PART 1 - GENERAL 1.01 DESCRIPTION A. This Section includes removal and disposal of all designated trees, palms, brush, stumps, grass, roots, and other such protruding objects. 1.02 RELATED SECTIONS A. Section 01410— Materials and Installation Testing B. Section 02100—Site Preparation C. Section 02200 - Earthwork D. Section 02210— Finish Grading E. Other Sections as applicable. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 CLEARING AND GRUBBING A. Clearing and Grubbing within areas specified in the Contract Documents or as directed by the Owner's representative included but not limited to the following: 1. Removal and disposal of all designated trees, palms, brush, stumps, grass, roots, and other such protruding objects. 2. Removal and disposal of fencing, existing pavement, and debris not required to remain or to be salvaged that is necessary to prepare the area for the proposed improvements. 3. Contractor shall notify all utility companies or utility owners, both public and private of their intent to perform such work and shall coordinate field location of utility lines prior to commencement of construction. 4. Other miscellaneous work considered necessary for the complete preparation of the overall project site is also included under this Section, included, but is not limited to, the following: CLEARING AND GRUBBING 02205- 1 North Beath Oceanside Park- Beachwalk Improvement Project (July 2019) a. Leveling, harmonization and restoration of terrain outside the limits of construction for purposes of facilitating maintenance, proper grading and other post-construction operations. b. Trimming of certain trees and shrubs within project limits for utilization in subsequent landscaping of the project. B. Unless otherwise shown in the Drawings or Contract Documents, Clearing and Grubbing shall be done within the following areas: 1. In all athletic field areas. 2. All areas where any type of excavation is to be done. 3. All areas where any type of filling and embankment will be constructed. 4. All areas where any type of pavement will be constructed. 5. Other areas designated in the Plans or by the Specifications. C. Depths of Removal 1. In the areas listed below all roots and other debris shall be removed to a depth of at least one foot below ground surface. The surface shall then be plowed to a depth of at least six inches and all roots exposed shall be removed to a depth of at least one foot. All stumps including subsurface roots shall be completely removed to the satisfaction of the Landscape Architect. D. Trees to Remain: As an exception to the above provisions, where so directed by the Existing Tree Disposition Plan, the Landscape Architect or Engineer, desirable trees within the clearing limits shall be protected and left standing. No equipment shall stand, stop, or travel across or inside the drip line of any trees or vegetation designated to be saved or protected. E. Boulders: Any rocks or boulders greater than two (2) inches in diameter laying on the top of the existing surface or otherwise encountered during the Clearing and Grubbing shall be removed and disposed of by the Contractor. No boulders or rock shall be left or placed on-site. 3.02 SELECTIVE CLEARING AND GRUBBING A. Selective Clearing and Grubbing shall consist of removing and disposing of all vegetation, obstructions, etc. as provided above except that in non-structural areas where the Contractor so elects, roots may be cut off flush with the ground surface. Stumps shall be completely removed. Undergrowth shall be completely removed except in areas designated by the Landscape Architect for aesthetic purposes. B. Desirable trees, that are designated by the Landscape Architect to remain, shall be protected and trimmed in such a way to avoid damage to limbs during construction. All pruning of trees and palms shall be performed by, or under the CLEARING AND GRUBBING 02205- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) direct supervision of, a certified arborist. 3.03 ERADICATION OF EXOTIC VEGETATION A. N/A 3.04 REMOVAL OF EXISTING STRUCTURES A. Work specified in this Article shall include removal and disposal of existing sidewalks, footers, pipes, and structures of whatever type as specifically shown in the plans to be removed or as otherwise specified for removal in the Contract Documents. Also included are structures of whatever type or portions thereof which are encountered during construction operations. Where partial removal of a structure is approved by the Engineer, or Landscape Architect, the portion of the existing structure to remain shall be backfilled, plugged, or filled in such a way that will prevent the settlement, movement, erosion or collapse of the adjacent soils. 3.05 DISPOSAL OF MATERIALS A. All materials from Clearing and Grubbing operations shall be legally disposed of off-site as determined by the Contractor. B. All disposal costs shall be included in the Bid. 3.06 OWNERSHIP OF MATERIALS A. Except as may be otherwise stated in the Contract Documents, or directed by the Owner's Representative, all buildings, structures, appurtenances and other materials removed by the Contractor shall become the property of the Contractor, to be disposed of in areas provided by the Owner. 3.07 MEASUREMENT AND PAYMENT A. Unless stated otherwise, the cost of Clearing and Grubbing shall be incidental to the cost of construction. END OF SECTION CLEARING AND GRUBBING 02205- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK CLEARING AND GRUBBING 02205 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02210 EXCAVATION AND SWALE GRADING PART 1 -GENERAL 1.01 SCOPE A. This item shall consist of the excavating, removing and satisfactory disposition of all materials required to construct the Project and the placement and shaping of required swales to be done in accordance with these Specifications and in conformity with the dimensions and typical sections, lines, and grades, shown on the Plans. B. All suitable material taken from excavation shall be used in the formation of embankment, subgrade and for backfilling as indicated on the Plans or hauled off-site, or as directed by the ENGINEER. When the volume of excavation is not sufficient for construction of the fill to the grades indicated, the deficiency shall be supplied by the Contractor. 1.02 REFERENCES A. Standards applicable to these specifications shall be: 1. Americans Association of State Highway and Transportation Officials (AASHTO). 2. Florida Department of Transportation (F.D.O.T.) Section 120 "Excavation and Embankment". PART 2 - PRODUCTS Not used. PART 3 - EXECUTION OF WORK 3.01 EXCAVATION A. The rough excavation shall be carried to the necessary depth to obtain the specified depth of subgrade compaction shown on the Plans. Likewise, on embankments, the depth of subgrade compaction shall be as shown on the Plans. B. Should the CONTRACTOR, through negligence or other fault, excavate below the designated lines, he shall replace the excavation with approved materials, in an approved manner and condition, at this own expense. The ENGINEER shall have complete control over the interpretation of the Plans and Specifications EXCAVATION AND SWALE GRADING 02210- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) concerning the excavation, moving, placing and disposal of all material and shall determine the suitability of material to be placed in embankments. All material determined unsuitable shall be disposed of in waste areas or as directed. Topsoil shall not be used in fill or in subgrades but shall be handled and placed as directed. C. The CONTRACTOR shall inform and satisfy himself as to the character, quantity, and distribution of all material to be excavated. No payment will be made for any excavated material which is used for purposes other than those designated. All spoil areas shall be leveled to a uniform line and section and shall present a neat appearance before project acceptance. D. Those areas outside of the pavement areas in which the top layer of soil material becomes compacted, due to hauling or to any other activity of the CONTRACTOR, shall be scarified to a depth of 4-inches, as directed, to loosen and pulverize the soil. E. If it is necessary to interrupt existing irrigation systems, sewers or under drainage conduits, utilities or similar underground structures, or parts thereof, the CONTRACTOR shall be responsible for and shall take all necessary precautions to protect and preserve or provide temporary services. When such facilities are encountered, the CONTRACTOR shall, at his own expense, satisfactorily repair all damage to such facilities or structures which may result from any of his operations during the period of the contract. 3.02 SWALE EXCAVATION A. Swale excavation shall consist of excavating for drainage swales such as intercepting, inlet or outlet or any other type as designed or shown on the Plans. B. The work shall be performed in the proper sequence with the other construction. The location of all ditches shall be established on the ground. All satisfactory material shall be placed in fills; unsatisfactory material shall be placed in spoil areas or as directed. Waste or surplus material shall be disposed of as directed by the ENGINEER. All necessary handwork shall be performed to secure a finish true to line, elevation, and cross section, as designated. C. Swales constructed on the project shall be maintained to the required cross section and shall be kept free from debris or obstructions until the project is accepted. 3.03 STRIPPING A. All vegetation such as brush, heavy sods, heavy growth of grass, decayed vegetable matter, rubbish and any other unsuitable material within the area upon which embankment is to be placed shall be stripped or otherwise removed before the embankment is started, and in no case shall such objectionable material be allowed in or under the embankment. END OF SECTION EXCAVATION AND SWALE GRADING 02210 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02211 SITE GRADING PART 1 -GENERAL 1.01 WORK INCLUDED A. Remove topsoil and stockpile on site for later use. B. Excavate sub-soil and reform to grades, contours and levels. C. Excavate or fill for roadways, walks, curbs, gutters, parking areas, landscaped areas and as shown on the Drawings. 1.02 RELATED WORK A. Section 02110: Clearing and Grubbing. B. Section 02210: Excavation and Swale Grading. C. Section 02220: Trenching, Backfilling and Compacting. D. Section 02260: Finish Grading. 1.03 EXISTING CONDITIONS A. Known underground, surface and aerial utility lines, and buried objects are based on best available data and indicated on the Drawings. Contractor shall verify all locations. 1.04 PROTECTION A. Protect trees, shrubs and lawns and other features remaining as part of final landscaping. B. Protect bench marks, and existing structures, fences, roads, sidewalks, paving and curbs against damage from equipment and vehicular traffic. C. Protect aerial, surface, or underground utility lines or appurtenances which are to remain. D. Repair any damage, at no cost to Owner. SITE GRADING 02211 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS 2.01 MATERIALS A. Excavated fill material: Soil free from roots, rocks larger than 3-inches, and building debris. B. Additional fill material: Shall be approved by the Engineer. PART 3 - EXECUTION 3.01 PREPARATION A. Establish and identify required lines, levels, contours and datum. B. Maintain bench marks, monuments, and other reference points. Re-establish if disturbed or destroyed, at no cost to Owner. C. Before start of grading, establish the location and extent of utilities in the work areas. Notify utilities to remove and relocate lines which are in the way of construction. D. Maintain, protect, reroute or extend as required existing utilities to remain which pass through the work area. 3.02 REMOVAL OF TOPSOIL A. Topsoil of horticultural value shall be stripped from areas of construction under this contract and stockpiled in area designated by Engineer. Said material shall be stockpiled separately from fill material. B. Do not permit topsoil to be mixed with subsoil C. Do not strip topsoil when wet. D. Do not drive heavy equipment over stockpiled topsoil. 3.03 ROUGH GRADING A. Rough grade site to required levels, profiles, contours and elevations ready for finish grading and surface treatment. Maintain the following: 1. Sodded areas - 4 1/2-inches below finished grade elevation. 2. Seeded areas - 6-inches below finished grade. 3. Paved areas - 18-inches below finished grade elevations. SITE GRADING 02211 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 4. Shrub beds - 24-inches below finished grade elevations. 5. Flower beds - 18-inches below finished grade elevations. 6. Concrete sidewalks - 8-inches below finished grade elevations. B. Prior to placing fill material over undisturbed subsoil, scarify surface to depth of 6-inches. 3.04 SURPLUS MATERIAL A. Remove surplus materials from site. B. Dispose of surplus material at no cost to Owner. REMAINDER OF PAGE LEFT BLANK END OF SECTION SITE GRADING 02211 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02212 FINE GRADING PART 1 - GENERAL 1.01 SCOPE OF WORK A. Provide all labor, materials, necessary equipment or services to complete the Fine Grading work, as indicated on the drawings, as specified herein or both. 1.02 RELATED WORK 1.03 SITE INSPECTION A. The Contractor shall visit the site and acquaint himself with all existing conditions. The Contractor shall be responsible for his own subsurface investigations, as necessary, to satisfy requirements of this Section. All subsurface investigations shall be performed only under time schedules and arrangements approved in advance by the Landscape Architect or Owner's Representative. 1.04 EXISTING CONTOURS A. The existing grades shown on the drawings are approximate only (within ± 2 inches) and the contractor is responsible for grading to meet or restore existing grades as required. B. The contours and grades established under contract will be the finished grades shown. The Contractor under this Contract shall perform the work for construction using the finished grades previously established and making whatever corrections and/or repairs to grades to make them consistent with the requirements of the drawings and specifications. C. Established finished grades shall be approved by the Landscape Architect for all project areas prior to initiating landscape planting. 1.05 UTILITIES A. Locate all existing, active utility lines traversing the site and determine the requirements for their protection. Preserve in operating condition all active utilities adjacent to or traversing the site that are designated to remain. B. Observe rules and regulations governing respective utilities in working under requirements of this section. Adequately protect utilities from damage, remove or relocate as indicated, specified or required. Remove, plug or cap inactive or abandoned utilities encountered in excavation. Record location of active utilities. PART 2 - MATERIALS A. Not used. PART 3 - EXECUTION 3.01 EXCAVATION A. Excavate where necessary to obtain subgrades, percolation and surface drainage as required. B. Materials to be excavated are unclassified. FINE GRADING 02212 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) C. Remove entirely any existing obstructions after approval by the Landscape Architect's or Owner's Representative. D. Remove from site and dispose of debris and excavated material not required. 3.02 GRADING A. The Contractor shall establish finished grades as shown on the Engineers grading plans and Landscape Architects Aesthetic Grading Plans, and as directed by Landscape Architect and/or Owner's Representative, including areas where the existing grade has been disturbed by other work. B. Finished grading shall be smooth, aesthetically pleasing, drain well and ready to receive sod and other plant material to full satisfaction of Landscape Architect and Owner's Representative. 3.03 COMPACTION A. Compact each layer of fill in designated areas with approved equipment to achieve a maximum density at optimum moisture, AASHTO T 180 - latest edition at time of bid. 1. Under landscaped area, compaction shall not exceed 85% of maximum density. B. No backfill shall be placed against any masonry or other exposed building surface until permission has been given by the Owner's Representative and in no case until the masonry has been in place seven days. C. Compaction in limited areas shall be obtained by the use of mechanical tampers or approved hand tampers. When hand tampers are used, the materials shall be deposited in layers not more than four inches thick. The hand tampers used shall be suitable for this purpose and shall have a face area of not more than 100 square inches. Special precautions shall be taken to prevent any wedging action against masonry, or other exposed building surfaces. 3.04 CORRECTION OF GRADE A. Bring to required grade levels areas where settlement, erosion or other grade changes occur. Adjust grades as required to carry drainage away from buildings and to prevent ponding around the buildings and on pavements. B. Remove all rock or objectionable material larger than 2 inch any direction prior to commencing landscaping. C. Contractor shall be responsible for stabilizing grades by approved methods prior to landscaping, and shall be responsible for correction of grades as mentioned above, and cleanup of any wash outs or erosion. — END OF SECTION — FINE GRADING 02212-2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02220 TRENCHING, BACKFILLING AND COMPACTING PART 1 - GENERAL 1.01 WORK INCLUDED A. Excavate for all underground piping. B. Place and compact granular beds and fills over pipelines to rough grade elevations. C. Dewater excavations as required. 1.02 SITE COMPACTION TESTING A. Testing of compacted fill materials will be performed in accordance with F.D.O.T. and A.A.S.H.T.O. specifications. B. If, during progress of Work, tests indicate that compacted materials do not meet specified requirements, remove defective work, replace and retest as directed by ENGINEER. C. Ensure compacted fills are tested before proceeding with placement of surface materials. 1.03 PROTECTION A. Protect trees, shrubs, lawn, areas to receive planting, rock outcropping and other features remaining as part of final landscaping. B. Protect bench marks and existing structures, roads, sidewalks, paving and curbs against damage from vehicular or foot traffic. Install and maintain proper bridging, planking and cants to provide access to buildings. C. Protect excavations by shoring, bracing, sheet piling underpinning, or by other methods, as required to prevent cave-ins or loose dirt from falling into excavations in accordance with Trench Safety Act. D. Underpin or otherwise support adjacent structure(s) which may be damaged by excavation work. This includes other utility lines, power poles and pipe runs. E. Notify ENGINEER of any unexpected sub-surface conditions. Discontinue work in the area until ENGINEER provides notification to resume work. TRENCHING, BACKFILLING AND COMPACTING 02220 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS 2.01 PRODUCTS A. Bedding Materials: Pipe shall be placed on dry, undisturbed earth. B. Selected Backfill: After pipe joints have been inspected and given preliminary approval, and sufficient time has elapsed for setting of joints if necessary, backfilling shall be performed, together with tamping until fill has progressed to an elevation at least one foot above the top of the pipe bell. During this initial stage of backfilling, approved granular materials or loose soil free from lumps, clods, or stones shall be deposited in layers approximately 6-inches thick and compacted by manually operated machine tampers actuated by compressed air, or other suitable means. Tampers and machines shall be suitable for the work, and subject to approval by ENGINEER. C. Backfill Material: Excavated material, free from roots, rocks larger than 3' inches in size and building debris. D. Fill under landscaped areas: Free from alkali, salt, and petroleum products. Use sub-soil excavated from site only if conforming to specified requirements. PART 3 - EXECUTION 3.01 PREPARATION AND LAYOUT A. Establish extent of excavation by area and elevation. Designate and identify datum elevation. B. Set required lines and levels. C. Maintain bench marks, monuments and other reference points. 3.02 UTILITIES A. Before starting excavation, establish the location and extent of underground utilities occurring in the work area. B. Notify ENGINEER if utility lines which are in the way of excavation are uncovered. C. Protect active utility services uncovered by excavation. D. Remove abandoned utility service lines from areas of excavation. Cap, plug or seal such lines and identify at grade. TRENCHING, BACKFILLING AND COMPACTING 02220- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) E. Accurately locate and record abandoned and active utility lines re-routed or extended on Project Record Documents. 3.03 TRENCHING A. Ensure trenching does not interfere with normal 45 degree bearing splay of any foundation. B. Excavate in accordance with lines and grades. C. Cut trenches sufficiently wide to enable proper installation of pipe and to allow for inspection. Trim and shape trench bottom and leave free of irregularities, lumps and projections. D. Do not disturb soil within branch spread of existing trees or shrubs that are to remain. If it is necessary to excavate through roots, perform work by hand and cut roots with a sharp axe. E. When complete, request ENGINEER to inspect excavations. Correct unauthorized excavation as directed, at no cost to OWNER. F. Remove excess or unsuitable excavated sub-soil from site. 3.04 DEWATERING A. Keep trenches dry. Provide necessary equipment including pumps, piping and temporary drains. B. Do not discharge drainage water into municipal sewers without municipal approval. Ensure water discharge does not contain silt held in suspension. C. Direct surface drainage away from excavated areas. D. Control the grading in and adjacent to excavations to prevent water running into excavated areas or onto adjacent properties or public thoroughfares. E. Furnish and operate suitable pumps on a 24 hour basis to keep excavations free of water until piping has been placed and backfilling has been completed. F. No water shall be allowed to rise over masonry or mortar until the concrete or mortar has set at least 24 hours. G. The Contractor is responsible for acquiring all necessary dewatering permits at no cost to the Owner. 3.05 BACKFILLING A. Do not start backfilling until piping has been inspected. TRENCHING, BACKFILLING AND COMPACTING 02220 -3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. Ensure trenches are free of building debris, wood, rocks over 31/2 inches in diameter and water. C. Backfill systematically and as early as possible to allow maximum time for natural settlement and compaction. D. After backfill has reached a point one foot above the top of the pipe, a variation in the procedure as to manner of placing and amount of compaction to fill will be allowed, depending upon the location of the work and danger from subsequent settlement, as follows: 1. For backfilling in unimproved areas (along utility easements and in parkway strip beyond the edge of driveways and graveled parking areas), from an elevation of one foot above top of pipe to the surface of the ground, backfill may be deposited by equipment. Depositing in layers, or tamping will not be required. Sufficient surplus excavated material shall be neatly rounded over the trench, to compensate for settlement. All surplus excavated materials beyond that indicated above shall be disposed of by Contractor. 2. For backfilling beneath driveways and parking areas, alleys, and streets where non-rigid type surfacing is to be replaced. This shall also include dirt, gravel or asphalt driveways and alleys. a. The backfill material shall be carefully deposited in uniform layers not to exceed 12-inches in thickness and each layer shall be compacted to 98% of maximum density in accordance with AASHTO T-180 with manually operated machine tampers. b. In lieu of the foregoing compaction method, the backfill material and procedure used may be that as specified under Method 3, below. 3. For backfilling across and beneath driveways, sidewalks, parking areas or streets where a rigid type paving is to be replaced (concrete and asphaltic concrete and brick surfaces). a. All backfill material shall be approved granular material of high weight and density. The material shall be carefully deposited in uniform layers not to exceed 12-inches thick (loose measure), and each layer shall be compacted by ramming or tamping with tools approved by ENGINEER in a manner that does not disturb the pipe. Where necessary, granular base material of the type and thickness specified shall be used for the last layer prior to surfacing. END OF SECTION TRENCHING, BACKFILLING AND COMPACTING 02220 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02221 TRENCHING, BEDDING, AND BACKFILL FOR PIPE PART 1 - GENERAL 1.01 DESCRIPTION A. Furnish labor, materials, equipment, and incidentals necessary to perform all excavation, backfill, fill, grading, and slope protection required to complete the piping work shown on the Drawings and specified herein. The work shall include, but not necessarily be limited to, manholes, vaults, duct conduit, pipe, roadways, paving, bedding, backfilling, fill, required borrow; grading, disposal of surplus and unsuitable materials, and all related work such as sheeting, bracing, and dewatering 1.02 RELATED SECTIONS A. Section 01340—Shop Drawings, Working Drawings, and Samples B. Section 02100—Site Preparation C. Section 02200— Earthwork D. Section 02401 — Dewatering E. Other Sections as applicable. 1.03 REFERENCES (LATEST EDITION FOR EACH) A. FDOT Standard Specifications for Road and Bridge Construction B. FDOT Standard Plans C. ASTM D2487 - Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) D. AASTHO M-145 - Standard Specification for Classification of Soils and Soil- Aggregate Mixtures for Highway Construction Purposes 1.04 JOB CONDITIONS A. The Contractor shall examine the site and review the available test borings or undertake their own soil borings prior to submitting their bid, taking into consideration all conditions that may affect their work. The Owner and Engineer will not assume responsibility for variations of sub-soil quality or conditions at locations other than places shown and at the time the available test borings were 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 Owner and utility companies in keeping respective services and facilities in operation. Repair damaged utilities to satisfaction of utility owner. TRENCHING, BEDDING, AND BACKFILL FOR PIPE 01740- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3. Demolish and completely remove from site existing underground utilities indicated on the drawings to be removed. C. Protection of Persons and Property: Contractor shall barricade open excavations occurring as part of this work and post with warning lights. Operate warning lights as recommended by authorities having jurisdiction. 1. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. 1.05 SUBMITTALS A. The Contractor shall furnish the Engineer, for approval, a certificate of origin and compliance with specifications for any fill material obtained from off-site sources. B. At the discretion of the Engineer, the Contractor shall furnish the Engineer, for approval, a representative sample of fill material obtained from on-site sources weighing approximately 50 pounds, at least 14 calendar days prior to the date of anticipated use of such material. C. At the discretion of the Engineer, for each material obtained from off-site sources, the Contractor shall notify the Engineer of the source of the material and shall furnish the Engineer, for approval, a representative sample weighing approximately 50 pounds, at least 14 calendar days prior to the date of anticipated use of such material. PART 2 - PRODUCTS 2.01 MATERIALS A. Satisfactory Soil Materials: ASTM D2487 soil classification groups GW, GP, SW, and SP. B. Unsatisfactory Soil Materials: ASTM D2487 soil classification groups GM, GC, SM, SC, CL, ML, OL, CH, MH, OH, and PT. C. Satisfactory and unsatisfactory soil materials for roadway embankment, including pipe trench backfill under roadways, shall meet the requirements as defined in AASHTO M-145 soil classification groups and FDOT index 505. D. Satisfactory materials encountered during 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 legal disposal at the cost of the Contractor as unsuitable materials. E. Sub-base material 1. Refer to roadway section and/or specifications. F. Select or Structural Fill 1. Select or Structural fill material shall be a satisfactory soil material, well graded, consisting of a minimum of 60 percent clean medium fine grain sized quartz sand, free of organic, deleterious and/or compressible percent clean medium fine grain sized quartz sand, free of organic, deleterious and/or compressed material. Rock in excess of 1 inch in diameter shall not be permitted. G. Common Fill TRENCHING, BEDDING, AND BACKFILL FOR PIPE 01740 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1. Common fill material shall be a satisfactory soil material containing no more than 20 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. H. Course Aggregate 1. Course aggregate, or gravel, shall be used for rock bedding, drainage rock or as otherwise depicted in the Drawings. Unless otherwise noted, course aggregate shall consist of washed and graded crushed limerock meeting FDOT Specification 901 (latest edition), size number 57 or approved equal. Sand 1. Where specified, sand, clean sand, silica sand, or other nomenclature shall refer to silica sand meeting FDOT specification 902-2 (latest edition). J. Satisfactory soil materials shall free of muck, clay, rock, or gravel larger than 2- 1/2 inches in any dimension, debris, trash, waste, frozen materials, broken concrete, masonry, rubble, vegetable or other similar materials or deleterious matter. Materials of this nature encountered during the excavation which, in the opinion of the Engineer, is not suitable for reuse shall be stockpiled for disposal as unsuitable materials. K. Material substitutions may be permitted if accompanied by a Geotechnical Engineer's report substantiating the proposed substitution which is approved by the Engineer and is at no cost to the Owner. PART 3 - EXECUTION 3.01 GENERAL A. All excavation, backfill, and grading necessary to complete the work shall be made by the Contractor and the cost thereof shall be included in the Contract price. B. Material shall be furnished as required from off-site sources and hauled to site. C. The Contractor shall take all necessary precautions to maintain the work area in a safe and workable condition. D. The Contractor shall protect their work at all times by flagging, marking, lighting, and barricading. It shall also be the Contractor's responsibility to preserve and protect all above and underground structures, pipe lines, conduits, cables, drains, or utilities which are existing at the time they encounter them. Failure of the Drawings to show the existence of these obstructions shall not relieve the Contractor from this responsibility. The cost of repair of damage which occurs to these obstructions during or as a result of construction shall be borne by the Contractor without additional cost to the Owners. 3.02 DEWATERING A. The bottom of the excavations shall be firm and dry and, in all respects, acceptable to the Engineer. B. Prevent surface water and sub-surface or ground water from flowing into excavations. Do not allow water to accumulate in excavations. TRENCHING, BEDDING, AND BACKFILL FOR PIPE 01740-3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) C. Provide and maintain pumps, well points, sumps, suction and discharge lines, and other dewatering system components necessary to convey water away from excavations. D. The Contractor shall obtain all dewatering permits as required from agencies having jurisdiction 3.03 TRENCH EXCAVATION A. Excavation for all trenches required for the installation of pipes shall be made to the depths indicated on the Drawings. Excavate trench to provide minimum of 30-inch clear cover over the pipe bell unless otherwise noted on the Drawings. Excavate in such manner and to such widths as will give suitable room for laying the pipe within the trenches, for bracing and supporting and for pumping and drainage facilities. The trench width at the top of the pipe shall not exceed the allowable as determined by the depth of cut and indicated on the Drawings. B. Rock shall be removed to a minimum 8-inches clearance around the bottom and sides of all the pipe or ducts being laid. C. Where pipe is to be laid in limerock bedding or encased in concrete, the trench may be excavated by machinery to or just below the designated subgrade provided that the material remaining in the bottom of the trench remains undisturbed. D. Where the pipes or ducts are to be laid directly on the trench bottom the lower part of the trenches shall not be excavated to the trench bottom by machinery. The last of the material being excavated shall be done manually in such a manner that will give a flat bottom true to grade so that pipe can evenly and uniformly supported along its entire length on undisturbed material or bedding rock. Bell holes shall be made as required manually so that there is no bearing surface on the bells and pipes are supported along the barrel only. E. The bottom of the excavations shall be firm and dry and, in all respects, acceptable to the Engineer. Excavate any organic soil material from the bottom of the trench and replace with rock bedding, at least 6 inches thick. 3.04 TRENCH PROTECTION A. The Contractor shall perform trench excavations in accordance with applicable trench safety standards and is responsible to determine any safety or safety related standards that apply to the Project. The Owner and Engineer are not responsible to review and/or assess safety precautions, programs and costs, and the means, methods, techniques or technique adequacy, reasonableness of cost, sequences, and procedures of any safety precaution, including, but not limited to, compliance with any and all requirements of Florida Trench Safety Act. B. The Contractor shall construct and maintain 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 construction, 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 form, they shall be immediately filled and compacted. C. For pipe trench sheeting, no sheeting is to be withdrawn if driven below mid-diameter of any pipe, and no wood sheeting shall be cut off at a level lower than 1 foot above the top of any pipe unless otherwise directed by the Engineer. TRENCHING, BEDDING, AND BACKFILL FOR PIPE 01740 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) If during the progress of the work the Engineer decides that additional wood sheeting should be left in place, the Engineer may direct the Contractor in writing. If steel sheeting is used for trench sheeting, removal shall be as specified above, unless written approval is given by the Engineer for an alternate method of removal. D. All sheeting and bracing not left in place, shall be carefully removed in such a manner as not to endanger the construction or other structures, utilities, existing piping, or property. All voids left or caused by withdrawal of sheeting shall immediately be refilled with sand or rammed with tools especially adapted to that purpose, by watering or otherwise as may be directed. E. The right of the Engineer to order sheeting and bracing left in place shall not be construed as creating any obligation on their part to issue such orders, and their failure to exercise their right to do so shall not relieve the Contractor from liability for damages to persons or property occurring from or upon the work occasioned by negligence or otherwise growing out of a failure on the part of the Contractor to leave in place sufficient sheeting and bracing to prevent any caving or moving of the ground. 3.05 PIPE INTERFERENCES AND ENCASEMENT A. The contractor shall abide by the following schedule of criteria concerning interferences with other utilities. 1. In no case shall there be less than 0.5 feet between any two pipe lines and structures. 2. Class I Concrete Encasement: Wherever there is more than 0.5 foot, but not less than 1.5-foot clearance between water mains or water services, then a concrete encasement shall be provided in accordance with the typical detail as shown on the Drawings. 3. Class II Concrete Encasement: Wherever there is more than 0.5 foot. but less than 1.0-foot clearance between any two pipe lines, or between pipe lines and structures, then a concrete encasement shall be provided in accordance with the typical detail as shown on the Drawings. B. The Engineer shall have full authority to direct the placement of the various pipes and structures in order to facilitate construction, expedite completion and to avoid conflicts. 3.06 BACKFILLING A. Do not backfill trenches until tests and inspections have been made and backfilling authorized by Engineer. B. Perform backfill in lifts and compact as specified in the Drawings. C. Backfilling over pipes shall begin as soon as practical after the pipe has been laid, jointed, and inspected and the trench filled with suitable compacted material to the mid-diameter of the pipe. D. Backfilling over ducts shall begin not less than three days after placing concrete encasement. E. All backfilling shall be prosecuted expeditiously as detailed on the Drawings. F. Any space remaining between the pipe and sides of the trench shall be packed full by hand shovel with selected earth and thoroughly compacted with a tamper TRENCHING, BEDDING, AND BACKFILL FOR PIPE 01740 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) as fast as placed, up to a level of one foot above the top of pipe. G. The filling shall be carried up evenly on both sides with at least one man tamping for each man shoveling material into the trench. H. The Contractor shall take all precautions necessary to maintain the bedding in a compacted state and to prevent washing, erosion or loosening of this bed. In areas where unsuitable soil is discovered in the pipe bedding, the unsuitable soil shall be removed and stockpiled for disposal by the contractor. Suitable soils shall be substituted at a depth as directed by the Engineer. If gravel is required by the Engineer as suitable bedding, the gravel shall be wrapped in filter fabric prior to backfill operations. J. Gravel bedding shall not be used under any circumstances as a drain for ground water. K. In locations where pipes pass through building walls, the Contractor shall take the following precautions to consolidate the refill up to an elevation of at least 1 foot above the bottom of the pipes: 1. Place structural fill in such areas for a distance of not less than 3 feet either side of the centerline of the pipe in level layers not exceeding 6-inches in depth. 2. Wet each layer to the extent directed and thoroughly compact each layer with a power tamper to the satisfaction of the Engineer. 3.07 COMPACTION A. Perform compaction and compaction tests as specified in the Drawings. B. Hydraulic compaction shall be permitted if accompanied by a Geotechnical Engineer's report substantiating the proposed methods. The Geotechnical Engineer's report shall be prepared and submitted to the Engineer prior to any work and shall be at no cost to the Owner. 3.08 GRADING A. Grading shall be performed at such places as are indicated on the Drawings, to the lines, grades, and elevations shown or as directed by the Engineer and shall be made in such manner that the requirements for formation of embankments can be followed. All unacceptable material encountered, of whatever nature within the limits indicated, shall be removed and disposed of as directed. During the process of excavation, the grade shall be maintained in such condition that it will be well drained at all times. When directed, temporary drains and drainage ditches shall be installed to intercept or divert surface water which may affect the prosecution or condition of the work. B. If at the time of excavation, it is not possible to place any material in its proper section of the permanent structure, it shall be stockpiled in approved areas for later use. No extras will be considered for the stockpiling or double handling of excavated material. C. The right is reserved to make minute adjustments or revisions in lines or grades if found necessary as the work progresses, due to discrepancies on the Drawings or in order to obtain satisfactory construction. D. Stones or rock fragments larger than 2 1/2 inches in their greatest dimensions will not be permitted in the top 6 inches of the subgrade line of all fills or TRENCHING, BEDDING, AND BACKFILL FOR PIPE 01740 -6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) embankments. E. All fill slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the Drawings, or as directed by the Engineer. F. In cut, all loose or protruding rocks on the back slopes shall be barred loose or otherwise removed to line or finished grade of slope. All cut and fill slopes shall be uniformly dressed to the slope, cross-section and alignment shown on the Drawings or as specified by the Engineer. G. No grading is to be done in areas where there are existing pipe lines that may be uncovered or damaged until such lines which must be maintained are relocated, or where lines are to be abandoned, all required valves are closed and drains plugged at manholes. H. The Contractor shall replace all pavement cut or otherwise damaged during the progress of the work as specified elsewhere herein or as shown on the Drawings. 3.09 DISPOSAL OF UNSUITABLE AND SURPLUS MATERIAL A. All surplus and unsuitable excavated material shall be disposed of at the Contractor's cost in one of the following ways as directed by the Engineer. 1. Transport to soil storage area on Owner's property and stockpile or spread as directed by the Engineer. 2. Transport from Owner's property and legally dispose of. Any permit required for the hauling and disposing of this material beyond Owner's property shall be obtained prior to commencing hauling operations. Copies of all required permits shall be provided to the Engineer. B. Suitable excavated material may be used for fill if it meets the specifications for common fill 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 operation of the facility nor inconvenience traffic or adjoining property owners. END OF SECTION TRENCHING, BEDDING, AND BACKFILL FOR PIPE 01740 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK TRENCHING, BEDDING, AND BACKFILL FOR PIPE 01740- 8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02230 STABILIZED SUBGRADE PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, equipment and incidentals required to stabilized the subgrade in accordance with the grades and typical sections shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Section 02100: Site Preparation B. Other Sections as applicable. 1.03 SUBMITTALS A. Submit in accordance with FDOT Section 160. PART 2 - PRODUCTS 2.01 MATERIALS A. The limerock material shall consist of grade No. 2 Miami Oolite limerock as specified by the Florida Department of Transportation. PART 3 - EXECUTION 3.01 INSTALLATION A. The subgrade preparation shall comply with the requirements of Section 160 of the Florida Department of Transportation Specifications. All soft and yielding material and other portions of the subgrade which will not compact readily shall be removed and replaced with suitable material and the whole subgrade brought to line and grade and to a foundation of uniform compaction and supporting power. The cost of removing and replacing unsuitable material shall be included in the bid for the stabilzation. B. The top 8 inches of the subgrade, in both cut and fill sections, shall be compacted to a density of not less than 98 percent of the maximum density as determined by the AASHTO Method T-180. If shown on the Drawings, compact subgrade to a Limerock Bearing Ratio (LBR) of 40. Unless the subgrade material at the time of compacting contains sufficient moisture to permit proper compaction it shall be moistened as necessary and then compacted. Subgrade material containing excess moisture shall be permitted to dry to the proper consistency before being compacted. The subgrade shall be shaped prior to making the density tests. The required density shall be maintained until the base or pavement has been laid or until the aggregate materials for the base or pavement course have been spread in place. 3.02 TESTING A. The Contractor shall have and pay for density, soil bearing, materials and such other tests performed as it may deem necessary. The Contractor shall fully cooperate with the testing agency. Should any test indicate that any portion of STABILIZED SUBGRADE 02230 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) the materials or workmanship does not comply with these Specifications; a retest shall be performed at the Contractor s expense. If the retest confirms the first test, that portion of the work shall be removed and replaced or reworked at no additional cost to the Owner until satisfactory compliance is attained. END OF SECTION STABILIZED SUBGRADE 02230 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02240 LIMEROCK BASE PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials, equipment and incidentals required to stabilized the subgrade in accordance with the grades and typical sections shown on the Drawings and as specified herein. 1.02 RELATED WORK A. Section 02100: Site Preparation B. Section 02230: Stabilized Subgrade C. Other Sections as applicable. 1.03 SUBMITTALS A. Submit in accordance with FDOT Sections 285 and 911. PART 2 - PRODUCTS 2.01 MATERIALS A. The limerock material shall consist of grade No. 2 Miami Oolite limerock as specified by the Florida Department of Transportation in Section 911. PART 3 - EXECUTION 3.01 INSTALLATION A. The minimum compacted thickness of the limerock base shall be as depicted in the detail drawings applied in four-inch maximum layers of equal depth unless otherwise depicted in the Drawings. The width of the limerock base shall be wider than the pavement as depicted in the detail drawings. B. Before the prime coat is applied, all loose material, dust, dirt or other foreign material which might prevent bond with existing surface shall be moved to the shoulders to the full width of the base by means of revolving brooms, mechanical sweepers, blowers, supplemented by hand sweeping or other approved methods. The glazed finish shall have been removed from the base. The prime coat shall be applied by a pressure distributor so that approximately 0.1 gallons per square yard is applied uniformly and thoroughly to a clean surface. C. Prior to the application of the surface course, all loose material, dust, dirt and all foreign material which might prevent proper bond with the existing surface shall be removed to the full width of the repair by means of approved mechanical sweepers and supplemented by hand sweeping if required. D. Apply bituminous tack coat at a rate between 0.02 and 0.10 gallons per square yard. Bituminous material shall be heated as per manufacturers' recommendations. E. All manhole castings, valve boxes or other utility castings within the area to be surfaced shall be adjusted to the proposed surface elevation by the Contractor. LIMEROCK BASE 02240 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) The work shall be accomplished in such a manner as to leave the casting fixed permanently in its correct position. F. 3.02 TESTING A. The Contractor shall have and pay for density, soil bearing, materials and such other tests performed as it may deem necessary. The Contractor shall fully cooperate with the testing agency. Should any test indicate that any portion of the materials or workmanship does not comply with these Specifications; a retest shall be performed at the Contractor s expense. If the retest confirms the first test, that portion of the work shall be removed and replaced or reworked at no additional cost to the Owner until satisfactory compliance is attained. END OF SECTION LIMEROCK BASE 02240 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02260 FINISH GRADING PART 1 - GENERAL 1.01 WORK INCLUDED A. The Contractor shall, under this Section, supply, place, compact and roll finish grade materials prior to landscaping work. B. Finish grade sub-soil. C. Cut out areas to receive stabilizing base course materials for paving and sidewalks. D. Place, finish grade and compact topsoil. 1.02 RELATED WORK A. Section 02210: Excavation and Swale Grading. B. Section 02211: Site Grading. C. Section 02220: Trenching, Backfilling and Compacting. D. Section 02810: Irrigation. E. Section 02905: Irrigation Systems 1.03 PROTECTION A. The Contractor shall prevent damage to existing fencing, trees, landscaping, natural features, bench marks, pavement, utility lines, and sprinkler system. Correct damage at no cost to the Owner. PART 2 - PRODUCTS 2.01 MATERIALS A. Topsoil shall be friable loam free from subsoil, roots, grass, excessive amount of weeds, stones and foreign matter; acidity range (ph) of 5.5 to 7.5; containing a minimum of 4 percent and a maximum of 25 percent organic matter. (Use topsoil stockpiled on site if conforming to these requirements, or as directed by the Engineer.) FINISH GRADING 02260- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 3 - EXECUTION 3.01 SUB-SOIL PREPARATION A. Rough grade sub-soil systematically to allow for a maximum amount of natural settlement and compaction. Eliminate uneven areas and low spots. Remove debris, roots, branches, stones, etc., in excess of 2 inches in size. Remove sub-soil which has been contaminated with petroleum products. B. Cut out areas, to sub-grade elevation, which are to receive stabilizing base for paving and sidewalks. C. Bring sub-soil to required levels, profiles and contours. Make changes in grade gradual. Blend slopes in to level areas. D. Slope grade away from building minimum 4 inches in 10 feet (unless indicated otherwise on Drawings). 3.02 PLACING TOPSOIL A. Place topsoil in area where seeding, sodding and planting is to be performed. Place to the following minimum depths, up to finished grade elevations: 1. 6-inches for seeded areas. 2. 4 1/2-inches for sodded areas. 3. 24-inches for shrub beds. 4. 18-inches for flower beds. B. Use topsoil in relatively dry state. Place during dry weather. C. Fine grade topsoil eliminating rough and low areas to ensure positive drainage. Maintain levels, profiles and contours of sub-grades. D. Remove stones, roots, grass, weeds, debris and other foreign material while spreading. E. Manually spread topsoil around trees, plants, buildings and other structures to prevent damage which may be caused by grading equipment. F. Lightly compact placed topsoil. 3.03 SURPLUS MATERIAL A. Remove surplus sub-soil and topsoil from site. FINISH GRADING 02260- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. Leave stockpile areas and entire job site clean and raked, ready to receive landscaping. REMAINDER OF PAGE LEFT BLANK END OF SECTION FINISH GRADING 02260 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02276 STORMWATER POLLUTION PREVENTION PART 1 - GENERAL 1.01 DESCRIPTION A. Implementation of the Stormwater Pollution Prevention Plan as depicted in the Drawings, as required by law and specified herein. B. Permitting as required through the Florida Department of Environmental Protection (FDEP) - Florida's National Pollutant Discharge Elimination System (NPDES) program for construction activities. C. Designing, providing, maintaining, and removing temporary erosion and sedimentation controls and/or Best Management Practices as necessary. D. Temporary erosion controls may include, but are not limited to, 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 that will ensure erosion during construction will be either eliminated or maintained within acceptable limits as established by the Owner. E. Temporary sedimentation controls include, but are not limited to, silt dams, traps, barriers, booms/curtains, and appurtenances at the foot of sloped surfaces and other areas that will ensure sedimentation pollution will be either eliminated or maintained within acceptable limits as established by the Owner. 1.01 RELATED SECTIONS A. Section 01010— Summary of Work B. Section 01015—General Requirements C. Section 01030—Special Project Procedures D. Other Sections as applicable. 1.02 REQUIRMENTS A. Obtain a Generic Permit for Stormwater Discharge from Large and Small Construction Activities (CGP). From the Florida Department of Environmental Protection (FDEP) for all construction disturbances in size greater than one (1) acre. 1. Disturbance includes clearing, grading and excavating. STORMWATER POLLUTION PREVENTION 02276- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Projects which disturb less than one (1) acre will not require a CGP but will require the appropriate Best Management Practices and directed by the Owner, Engineer or governing authorities. B. Implement and maintain a Stormwater Pollution Prevention Plan (SWPPP). 1. The SWPPP found in the Drawings is pictorial in nature, is provide to depict the general layout of SWPPP elements and is not intended to depict all the possible requirements. 2. The Contractor is the entity that owns and operates the project and has authority to ensure compliance and is therefore considered the "Operator". 3. Neither the Owner nor the Engineer are responsible to specify, implement or maintain the SWPPP plan. C. Submit a CGP Notice of Intent (NOI) and the commencement of Construction. D. Submit reporting forms throughout the duration of Construction. E. Submit a CGP Notice of Termination (NOT) to discontinue permit coverage. An NOT may be submitted only when the site meets the eligibility requirements for termination specified in the CGP. F. For additional information on the NPDES Stormwater Program including all regulations and forms cited in the brochure visit: www.dep.state.f I.us/water/stormwater/npdes/. 1.03 PRODUCTS 1.04 EROSION CONTROL A. Mulch: FDOT type per Section 981-3.2, Green Mulch B. Netting: Fabricated of material acceptable to the Owner. 1.05 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. STORMWATER POLLUTION PREVENTION 02276 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - EXECUTION 2.01 EROSION CONTROL A. Minimum procedures for mulching and netting are: 1. Apply mulch loosely to a thickness of between 3/4 inch and 1 1/2 inches. 2. Apply netting over mulched areas on sloped surfaces. 2.02 SEDIMENTATION CONTROL A. Install and maintain silt dams, traps and barriers, and booms/curtains as shown on the approved schedule. Hay bales and fabric that deteriorates and filter stone that becomes dislodged shall be replaced as required. 2.03 PERFORMANCE A. Should any of the temporary erosion and sediment control measures employed by the Contractor fail to produce results that comply with the requirements of the Owner, Contractor shall immediately take any and all necessary steps to correct the deficiency at his own expense. END OF SECTION STORMWATER POLLUTION PREVENTION 02276- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02420 SOIL PREPARATION AND SOIL MIXES PART 1 - GENERAL 1.01 DESCRIPTION A. Provide all labor, materials, necessary equipment and services to complete the soil preparation and soil mixes work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". B. Including, but not limited to: 1. Topsoil 2. Soil Conditioners 3. Planting Soil Mixes 1.02 RELATED WORK A. Other Sections as applicable. 1.03 QUALITY ASSURANCE A. Testing Agency: Approved Independent testing laboratory utilizing EPA, ASTM, USGS methods. B. Requirements or Regulatory Agencies: Conform to requirements of all Municipal, County and State agencies. C. Reference standards. 1.04 SUBMITTALS A. Test Reports: Test reports shall be signed-and-sealed and consist of pH range, major and minor element analysis, including but not limited to Ammonia„ Nitrate, Phosphorus, Potassium, Magnesium, Calcium, Sulfur, Boron, Zinc, Manganese, Iron, Copper and soluble salt and any other materials designed by the Landscape Architect. Recommendations shall be made by the testing agency as to the type and quantity of soil additives required to bring the nutrient and ph to an acceptable or optimum range for planting. Reports shall be identified by project name, date, and soil mix type. 1. Results of topsoil (on-site existing soil) analysis. 2. Results of planting/top soil mix(es) analysis: One test required per each type of soil mix. SOIL PREPARATION AND SOIL MIXES 02420- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. Certificates 1. The Contractor must submit certificates from suppliers stating that the planting/topsoil mix, turfgrass sod and other landscape material used comply with requirements specified. 2. Manufacturer's certificate of fertilizer's chemical composition including but not limited to percentage and derivation of nitrogen, phosphorus, potassium, and micronutrients. 3. Testing laboratory certification that content of soil conditioners meet specification requirements. C. Soil Samples 1. Submit a one-pound sample of each soil mix specified. D. All State, County and Municipal governmental regulations must be met including any licensing or certifications requirements for uses or applications. E. Costs of all submittals, including but not limited to Test reports, Certificates, Licenses, and samples will be borne by the Contractor. 1.05 JOB CONDITIONS A. Contractor shall become familiar with the site and the required work to complete this section in accordance with the drawings and what is specified herein. B. Responsibility for finish grading shall occur under a separate contract. Any changes, modifications, or disturbances to the finish grading shall be corrected by the responsible contractor. C. PROTECTION: Protect and avoid any damage whatsoever to existing walks, pavement, curbs, utilities, plant material, and any other existing work. PART 2 - PRODUCTS 2.01 TOP SOIL A. Topsoil shall be an 80-20 mix, 80% fresh water sand (medium to coarse grade) and 20% inland glades muck thoroughly mixed with a commercial shredder/blender or equivalent. It shall be suitable for ornamental plant growth and free from hard clods, stiff clay, hardpan, gravel, subsoil, brush, large roots, weeds, refuse or other deleterious material, and of reasonably uniform quality. No site mixing will be acceptable. B. Mechanical analysis: Topsoil and soil mixture(s) shall meet these specifications and the following mechanical analysis, and shall be proportioned by volume rather than by weight. SOIL PREPARATION AND SOIL MIXES 02420 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Sieve Size % Passing By Dry Weight 1 inch 99-100 1/4 inch 97-99 No. 100 40-60 Materials larger than one-half inch shall be disposed of off the site or as directed by the architect. Existing leaf litter and plant material shall be excluded from topsoil and soil mix. C. Maximum Soluble Salts: 300 ppm. D. Sterilize topsoil to be used in soil mixture(s) to make free of all viable nut grass, and other undesirable weed seeds. E. A sample of the sand and a sample of the 80-20 sand and muck mixture shall be submitted to the Owner for approval prior to installation. F. The Landscape Architect has the right to reject topsoil utilized at anytime during the execution of work that does not meet specifications. Topsoil and planting soil will be tested at Owners request for suitability of horticultural use. 2.02 SOIL CONDITIONERS A. Dolomitic Limestone: Approved product, designated for agriculture use. B. Aluminum Sulfate: Manufacturer's standard commercial grade. C. Florida Peat: Suitable for plant growth, capable of sustaining vigorous plant growth, and specifically pulverized for agricultural use. Florida peat shall be free of deleterious materials that would be harmful to plant growth, shall be free of nematodes, shall be of uniform quality, and shall have a pH value between 5.5 and 6.5 (as determined in accordance with ASTM E70). Florida peat shall be sterilized to make free of all viable nut grass and other undesirable weeds. D. Pesticides: As recommended by applicable Agricultural Public Agencies. E. Herbicides: As recommended by applicable Agricultural Public Agencies. F. Soil Fumigants: As recommended by applicable Agricultural Public Agencies. G. Fertilizer: 1. Specified commercial grade fertilizer to comply with State of Florida Fertilizer laws. Chemical designation shall be as specified with at least 50% of the nitrogen derived from a non-water soluble organic source and all potash to be derived from sulfate forms for all plantings excluding sod and plantings on the lake edges. Chemical designation shall be as specified with at least 80% of the SOIL PREPARATION AND SOIL MIXES 02420- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) nitrogen derived from a non-water-soluble organic source and all potash to be derived from sulfate forms for all sod and plantings on lake edges. The following minor elements shall be included: 2.2%ZnO 0.25% CuO 4.0% MgO 0.005% Fe203 0.5% MnO 0.1% B203 a. Federal Specifications O-F0241 Type 1, Grade A or B. b. The chemical designation for granular fertilizer for all plantings shall be 12-8-8. H. Water: Free or substances harmful to growth of plants. Water shall also be free of staining agents as well as elements causing odors. Soil Sterilizers: As recommended by State and Local Agriculture agencies. J. Sand: Clean, white, coarse-grained builders sand, free of substances harmful to growth of plants. K. Supply complete information on all analysis/test methodologies and results; laboratory certifications, manufacturer's specifications, and agency approvals to Landscape Architect prior to placement of soil conditioners. Landscape contractor shall make all modifications and improvements to soil and soil mixes deemed necessary by Landscape Architect to meet requirements herein, and to ensure proper growing medium for all plant material without cost to Owner, prior to planting. 2.03 PLANTING SOIL MIXES A. Planting soil shall be an evenly blended mixture of 80% sand/20% muck, (with any other soil conditions per Testing Agency recommendations) specified to each cubic yard of soil and thoroughly mix. Mix shall be suitable for plant growth and free from hard clods, stiff clay, hardpan, gravel, brush, large roots, nematodes, weeds, refuse, or other deleterious material, and of reasonably uniform quality. B. Palms: Planting soil mixture to be placed as backfill around the root balls of all Palms shall consist of a mixture as specified above. Note: Bottom 1/4 of planting pit shall be backfilled with clean, coarse-grained builder's sand. C. Trees, Shrubs, and Groundcovers: Planting soil mixture to be placed as backfill around the root balls of all trees, shrubs, and groundcovers shall consist of a mixture of 80% sand and 20% muck. D. Sterilize planting soil mixtures to make free of all viable nut grass, and other undesirable weed seeds. E. All planting soil mixes shall be thoroughly blended to form a uniform planting medium suitable for exceptional plant growth. SOIL PREPARATION AND SOIL MIXES 02420-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) F. Test PH of existing soil and planting soil mixtures by method acceptable to current industry standards. If pH is not between 6.0 and 7.0, add approved soil conditioner/additive to bring PH within that range. G. Supply complete information on all analysis/test methodologies and results; laboratory certifications, manufacturer's specifications, and agency approvals and recommendations shall be made by the testing agency as to the type and quantity of soil additives required to bring the nutrient and pH to an acceptable or optimum range for planting to Landscape Architect prior to placement of soil mixtures. In addition, provide Landscape Architect with thoroughly mixed sample of all soil mixes for approval prior to placement (note PH ranges). Landscape Contractor shall make all modification and improvement to soil mixes deemed necessary by Landscape Architect to meet requirements herein, and to ensure proper growing medium for all plant material without cost to Owner, prior to planting. PART 3 - EXECUTION 3.01 INSPECTIONS A. Examine areas to receive soil preparation to assure work of other trades has been completed. B. Verify that plants to remain undisturbed have been clearly identified and protected from injury during construction. If not, identify and protect plants to remain according to procedures set forth in Section 02490 - Trees, Plants and Groundcover. Refer to Protective Fencing on plans. C. Remove all construction materials and debris from all areas to be landscaped, without additional expense to Owner, prior to subsoil preparation. D. Do not proceed with soil preparation until all unsatisfactory conditions are corrected. 3.02 SITE PREPARATION A. General: Within the entire area to be landscaped as shown on the drawings, the contractor shall complete the following site topsoil preparation items to eradicate all existing weed and/or natural groundcover. Initiate site topsoil preparation as stated herein and coordinate all work with the existing underground sprinkler system and electrical lines. B. Post Emergence Herbicide: Apply "Roundup" as manufactured by Monsanto Corp. according to manufacturer's recommended rate and specification within the limits of all areas to be landscaped not specified as existing, to be relocated, or to be removed. Protect existing plants from overspray. C. Pre-Emergence Herbicide: Apply "Ron-Star" or approved equal to all areas to be landscaped according to the manufacturer's recommended rate and specification. Contractor shall be responsible to re-apply appropriate herbicide to eradicate all remaining weeds and maintain a weed-free condition in all areas SOIL PREPARATION AND SOIL MIXES 02420 -5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) throughout all landscape planting operations. 3.03 PERFORMANCE A. Subsoil: Remove all debris, gravel, rocks and other deleterious material, within 12 inches of surface in areas to receive topsoil mixture, from the project site. Fine grade subsoil to assure finish grades are achieved by adding the specified depth of topsoil/planting mixture. B. Soil mixtures: 1. Remove rocks and other objects 2. Smooth soil mixtures to two 2 inches below top of surrounding paving, wherever planting beds abut paved surfaces. 3. Do not compact planting soil mixture, but do wet-soak planting areas to assure proper settlement. Replace topsoil/planting soil mixture to specified grade after watering, where necessary. 4. Smooth topsoil to two inches (2") below finish grade in areas to be sodded. Remove plant material not indicated as existing or be relocated in order to adhere to sod lines. 5. Prior to installing planting soil, test tree pits and planting areas for percolation. If areas do not drain, it is the contractor's responsibility to assure percolation by approved means. 6. Remove limerock or soil cement in tree planter islands within paved parking areas at the depth specified on the plans. Do not damage sub- base material for paved surfaces. Assure percolation and then backfill with approved planting soil mix. 3.04 CLEAN-UP A. Immediately clean up spills, soil and conditioners on paved and finished surface areas. B. Remove debris and excess materials from project site immediately. END OF SECTION SOIL PREPARATION AND SOIL MIXES 02420 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02430 SODDING PART 1 - GENERAL 1.01 DESCRIPTION A. Provide all labor, materials, necessary equipment and services to complete the turfgrass Sodding work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". 1.02 RELATED SECTONS A. Section 02200— Earthwork B. Section 02210— Finish Grading C. Section 02400— Landscaping D. Section 02410—Shrub and Tree Relocation E. Section 02420—Soil Preparation and Soil Mixes F. Section 02450—Tree and Plant Protection G. Other Sections as applicable. 1.03 QUALITY ASSURANCE A. Standards: Federal Specifications (FS) 0-F-241c (1), Fertilizers, Mixed, Commercial. B. Requirements or Regulatory Agencies: Conform to the requirements of the State Department of Agriculture. 1.04 SUBMITTALS A. Growers Certifications: 1. Turfgrass Sod species and location of field from which turfgrass sod is cut. 2. Compliance with state and federal quarantine restrictions. Manufacturer's certification of fertilizer and herbicide composition. 3. All Contractors' licenses and or certifications for the uses and or application of herbicides, pesticides and fertilizers per the State, County and governing municipality. 1.05 DELIVERY, STORAGE AND HANDLING A. Deliver turfgrass sod on pallets. B. Protect root system from exposure to wind or sun. C. Protect turfgrass sod against dehydration, contamination, and heating during transportation and delivery. Such protection shall encompass the entire period during which the turfgrass sod is in transit, being handled, or in temporary storage. Evidence of inadequate protection against drying out shall be cause for rejection. D. Do not deliver more turfgrass sod than can be installed within 24 hours. SODDING 02430- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) E. Keep stored turfgrass sod moist and under shade, or covered with moistened burlap. F. Do not break, tear, stretch, or drop turfgrass sod. The Landscape Architect may reject sod that has been damaged by poor handling. G. Unless otherwise authorized by Landscape Architect, the Contractor shall notify the Landscape Architect at least 48 hours in advance of anticipated delivery date of the turfgrass sod. A legible copy of the invoice showing species and variety of the turfgrass sod included for each shipment shall be submitted to the Landscape Architect for approval. 1.06 JOB CONDITIONS A. Begin installation of turfgrass sod after preceding related work is accepted. B. Environmental Requirements: 1. Install turfgrass sod during months acceptable to the Landscape Architect. 2. Do not install turfgrass sod on saturated soil. C. Protection: Erect signs and barriers against vehicular traffic on areas prepared for sod. 1.07 GUARANTEE A. Guarantee turfgrass sod for period of twelve months after date of Final Approval. B. Replacement turfgrass sod under this guarantee shall be guaranteed for twelve months from the date of installation. C. Repair damage to other plants during turfgrass sod replacement at no cost to the Owner. PART 2 - PRODUCTS 2.01 TURFGRASS SOD A. Turfgrass Sod Species: Refer to species indicated on approved landscape plans. 1. Turfgrass Producers International Grade: Premium Grade Turfgrass Sod. B. All turfgrass sod shall conform to the following requirements: 1. Furnish in pads that are not stretched, broken, or torn. a. Turfgrass Sod pads shall be 18x24 inches in size (plus or minus 5%) with a 1-1/2 inch thickness (excluding top growth and thatch). Broken and torn or uneven ends will not be accepted. 2. Uniformly mowed height when harvested: a. Turfgrass Sod - 2 inches in height. 3. Thatch: Maximum 1/2 inch uncompressed. 4. Inspected and found free of diseases, nematodes, pests, and pest larvae, by entomologist of State of Florida Department of Agriculture. 5. Weeds: a. Free of horse grass, nut grass or other objectionable weeds or SODDING 02430- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) weed seeds. 6. Uniform in green color, leaf texture, and density. 2.02 WATER A. Free of substances harmful to plant growth, objectionable odor or staining agents. 2.03 FERTILIZER A. FS 0-F-241 c(1), Grade A or B. B. The Chemical designation for slow release granular fertilizer with minor trace elements in addition to 12% Nitrogen, 8% Phosphorous, and 8% Potassium (Lesco or approved equal) shall have at least 50% of the nitrogen from a non- water-soluble organic source for all plantings except on lake banks. C. Apply and distribute by methods and rates as recommended by manufacturer. D. All State, County, and Municipal governmental regulations must be met including any licensing or certification requirements for uses and/or applications. 2.04 HERBICIDES A. As recommended by the State of Florida Department of Agriculture. B. Post-emergent Herbicide: Roundup as manufactured by Monsanto Corp. or approved equal. C. Pre-emergent Herbicide: Ron Star or approved equal. D. When next to an aquatic water body, an approved aquatic herbicide or approved equal must be utilized that will meet the State, County or Municipal requirements. E. All State, County and municipal governmental regulations must be met including any licensing or certification requirements for uses or applications. PART 3 - EXECUTION 3.01 INSPECTION A. Verify that excavation for turfgrass sod is 4 inches below finish grade and approved Planting/Top Soil Mix to depth of 2 or more inches for turfgrass sod (2 inches)to meet finish grade. B. Water dry soil to depth of 6 inches 48 hours before turfgrass sodding. 3.02 INSTALLATION A. All areas to be turfgrass sodded shall receive finish grading per Section 02210. B. Transplant turfgrass sod within 48 hours after harvesting. C. Turfgrass Sod coverage must provide 100% coverage at Final Approval. D. Begin turfgrass sodding at bottom of slopes. When installing turfgrass sod adjacent to a water body, install turfgrass sod to the waterline. E. Lay first row of turfgrass sod in straight line with long dimension of pads parallel to slope contours. F. Butt side and end joints. Ensure that joints are tight, thereby eliminating the need SODDING 02430- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) to patch and/or top-dress to eliminate gaps. G. Stagger end joints in adjacent rows. H. Do not stretch or overlap rows. Water turfgrass sod immediately after transplanting. J. Top dressing for turfgrass sodded areas may be clean sand(sterilized), mined from fresh water sources. Sand mined from salt water is unacceptable. Sand shall be free from construction debris, weeds, turfgrass sod, biodegradable materials, noxious pests and diseases and other deleterious materials. 3.03 LAWN ESTABLISHMENT A. Maintenance of sodded areas shall begin immediately after so installation and shall continue until final approval. Maintenance shall consist of protecting, watering, weeding, cutting, fertilizing, repairing eroded area and re-sodding dead and or damaged turfgrass sod. B. Watering: 1. Keep turfgrass sod moist during first week after planting. 2. After first week, supplement rainfall to produce a total of 2 inches per day until final acceptance. 3. It is the contractors' responsibility to water all plant material. C. Mowing: 1. Maintain turfgrass sod between 2 inches and 2-1/2 inches in height. When turfgrass sod reaches 3 inches in height, mow to 2 inches in height. 2. Do not cut off more than 40% of grass leaf in single mowing. 3. Remove all turfgrass sod clippings throughout. D. Re-turfgrass sod areas which in the opinion of the Landscape Architect is required to establish a uniform stand of turfgrass sod. E. Weed Eradication: 1. Apply specified or approved equal post-emergent herbicide per manufacture's rate and method of application to all areas to receive sod. 2. Apply specified or approved equal pre-emergent herbicide before sodding and between second and third mowing, per manufacturer's rate and method of applications. 3. Verify that the herbicide and applicant technique will not damage sod prior to application, and replace all damaged sod and any other landscaping due to herbicide at no cost to the owner. F. Fertilizer: Apply fertilizer uniformly at manufacturer's recommended rate 30 days after turfgrass sodding and at three-month intervals thereafter. Water in to avoid "burning" or damaging turfgrass sod. G. Establishment period shall extend until final acceptance by the Owner according to the conditions of the Contract. SODDING 02430-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3.04 CLEANING A. Immediately clean spills from paved and finished surface areas. B. Remove debris and excess materials from project site. C. Dispose of protective barricades and warning signs at termination of lawn establishments. END OF SECTION SODDING 02430-5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK SODDING 02430 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02450 TREE AND PLANT PROTECTION PART 1 - GENERAL 1.01 DESCRIPTION A. Provide all equipment and materials, and do all work necessary to protect existing trees and plants from damage as a result of the contractor's operations. 1.02 RELATED SECTIONS A. Section 02400— Landscaping B. Section 02410—Shrub and Tree Relocation C. Section 02420— Soil Preparation and Soil Mixes D. Section 02430— Sodding E. Other Sections as applicable. 1.03 REFERENCED STANDARDS A. Comply with applicable requirements of the following standards. Where these standards conflict with other specified requirements, the most restrictive requirements shall govern. 1. International Society of Arboriculture (ISA): Guide for Establishing Values of Trees and Other Plants 1.04 SUBMITTALS A. Proposed methods, materials to be employed, and schedule for effecting tree and plant protection shall be submitted for approval. 1.05 DAMAGE PENALTIES A. If any trees or shrubs are damaged, and replacement is required, a number and diameter of trees or shrubs of the same species and variety, as specified by the Owner, shall be furnished and planted by the Contractor. The total inch diameter of the replacement trees or shrubs shall equal the diameter of the tree of shrub to be replaced. The Contractor shall not be liable for any loss or damage which occurs while the Contractor is complying with instructions given by the Owner. TREE AND PLANT PROTECTION 02450 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS 2.01 TREE PROTECTION FENCING A. Tree protection fencing shall be mesh fence, 6 ft. high minimum, with 4"x4"x6' pressure treated wood posts. B. Posts shall be spaced 10 ft. 0/C (max) C. Fencing other than that specified above shall be subject to the approval of the Engineer. PART 3 - EXECUTION 3.01 INSTALLATION OF FENCING A. Prior to the start of demolition work and clearing and grubbing operations, tree protection fencing shall be installed in accordance with the following: 1. Fencing shall be installed at the tree protection areas as directed by the Engineer or Owner. 2. Fencing shall be located along the cut and fill lines staked by the project surveyor and approved by the Engineer or Owner. 3.02 ROOT PRUNING A. Prune minimum necessary to remove injured twigs and branches, deadwood, and suckers. Pruning shall be done with regard to natural form of plant material or as directed by the Engineer or Owner. B. Do not prune prior to delivery to site. C. All cuts one inch diameter or larger made during pruning of any plant material shall be painted with commercial grade sealant as approved and directed by Owner. D. Pruning cuts shall be monitored to ensure proper healing and to prevent insect/disease infestation. E. Landscape Contractor shall perform all specialized shearing and or pruning as directed by the Owner and as shown on the drawings at no additional cost to the Owner. 3.03 CLEARING WITHIN PROTECTION AREAS A. Elective clearing within tree protection areas shall only be performed when and as directed by the Owner. TREE AND PLANT PROTECTION 02450- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3.04 REMOVAL OF PROTECTION A. Except as otherwise indicated or requested by Owner, temporary protection devices and facilities installed during course of the work shall be removed only after all work which may injure or damage trees and plants is completed. END OF SECTION TREE AND PLANT PROTECTION 02450 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK TREE AND PLANT PROTECTION 02450-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02490 TREES, PLANTS AND GROUNDCOVER PART 1 - GENERAL 1.01 SCOPE OF WORK A. Provide all labor, materials, necessary equipment and services to complete the Trees, Plants and Groundcover work, as indicated on the drawings, as specified herein or both, except as for items specifically indicated as "NIC ITEMS". 1.02 RELATED SECTONS A. Section 02200— Earthwork B. Section 02210 — Finish Grading C. Section 02400 — Landscaping D. Section 02410 — Shrub and Tree Relocation E. Section 02420 — Soil Preparation and Soil Mixes F. Section 02430 —Sodding G. Section 02450—Tree and Plant Protection H. Other Sections as applicable. 1.03 QUALITY ASSURANCE A. Inspection 1. Furnish plant materials inspected by State Department of Agriculture at the growing site and tagged or otherwise approved for delivery by Landscape Architect. 2. Inspection at growing site does not preclude right of rejection at project site. B. Furnish plant materials certified by State Department of Agriculture to be free form harmful insects or apparent disease. Verify that all plant material is free of harmful insects and disease. C. All plant material shall be Florida #1 or better as defined by the Florida Department of Agriculture "Codes and Standards for Nursery Plants Part I and II". D. Plant material shall be shade or sun grown, and/or acclimatized depending on TREES, PLANTS AND GROUNDCOVERS 02490 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) planting location. 1.04 SUBMITTALS A. Certificate of inspection of plant material by State Authorities. B. Test Reports: Analysis of samples from planting soil supply areas. C. Maintenance Instruction: Prior to the end of the maintenance period, furnish three copies of written maintenance instructions to the Owner's Representative and Landscape Architect for maintenance and care of installed plants throughout their full growing season. 1.05 DELIVERY, STORAGE AND HANDLING A. Inventory: 1. Verify that species of plants in holding area matches that on plant list and drawings. B. Preparation for Delivery: 1. Prune head and/or roots of all trees under direction of Landscape Architect, and as required to assure safe loading, shipment and handling without damaging the natural form and health of the plant. 2. Balled and Burlapped (B&B) Plants: a. Dig and prepare for shipment in manner that will not damage roots, branches, shape, and future development after replanting. Oak trees shall be root pruned 30 days prior to digging and hardened off at the supplier's nursery under mist for 30 to 60 days. b. Ball with firm, natural balls of soil, per Florida Grades and Standards. c. Wrap ball firmly with burlap or strong cloth and tie: ANSI Z60.1. 3. Specimen Plants: Exercise care in digging, wrapping, and binding of such specimens to assure safe loading, shipment and handling. 4. Bare Root Plants: a. Refer to Section 02481 in its entirety for trees and palms. C. Delivery: 1. Deliver soil conditioners (pesticides, herbicides, fumigants, and fertilizers) to site in original unopened containers bearing manufacturer's guaranteed chemical analysis, name, trade name, trademark, and conformance to state law. Store in designated areas only. TREES, PLANTS AND GROUNDCOVERS 02490 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Deliver planting soil mixes and mulch in bulk with manufacturer's guaranteed mix, name, and conformance to State law. Store in designated areas only. 3. Deliver plants with legible identification labels. a. Label trees, evergreens, containers of like shrubs, or groundcover plants. b. State correct plant name and size indicated on Plant List. c. Use durable waterproof labels with water resistant ink which will remain legible for at least 60 days. 4. Protect during transport/delivery with shade cloth or other acceptable means to prevent wind burn. 5. Protect all plant material during delivery to prevent damage or desiccation to root ball or desiccation of crown and leaves. 6. Mist root balls, tree and palm crowns during delivery and handling to ensure against drying. 7. Remove unacceptable plant material immediately from job site. D. Storage: 1. Balled and burlapped plant stock: Deliver direct from nursery. 2. Bare root plant material: Deliver direct from supplier. 3. Protect roots of all plant material from drying or other possible injury. Keep plant root ball and crown moist at all times. 4. Store plants in shade and protect from weather. Heel in trees in a vertical position as required. Irrigate all stored plants as required. 5. Maintain and protect plant material not to be planted within four hours. Plant palms upon delivery. E. Handling: 1. Do not drop plants. 2. Do not pick-up container or balled plants by stems or trunks. 3. Do not use chains or cables on any trees or palms. Handle using nylon straps, 2 inche width min. 1.06 JOB CONDITIONS A. Planting Season: Perform actual planting only when weather and soil conditions are suitable in accordance with locally accepted practice. B. Verify that all existing trees to remain are properly identified and barricaded to TREES, PLANTS AND GROUNDCOVERS 02490 -3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) prevent damage under this and future construction. Landscape Contractor shall be responsible for maintaining adequate identification and barricading of all existing plant material to remain throughout the installation and required maintenance period. 1.07 GUARANTEE A. Guarantee all plant material as for one year after substantial completion. B. Replacement plants under this guarantee shall be replaced within two weeks of rejection and guaranteed for twelve months from date of installation. C. Repair damage to other plants, lawn or construction work during plant replacement at no cost to the Owner (this includes, but is not limited to, damage to curbs, walks, roads, fences, site furnishings, etc.). 1.08 SCHEDULING A. Install trees, shrubs, and ground cover before lawns are installed. B. Notify Landscape Architect of anticipated installation date at last two weeks in advance. PART 2 - PRODUCTS 2.01 PLANT MATERIAL A. Well-formed and shaped, true to type, and free from disease, insects, and defects such as knots, sun-scald, windburn, injuries, abrasion or disfigurement. B. True to botanical and common name and variety: American Joint Committee on Horticultural Nomenclature, Standardized Plant Names, latest edition. C. Minimum grade of Florida No. 1 in accordance with "Grades and Standards for Nursery Plants" published by the State of Florida Department of Agriculture. All plants not listed in "Grades and Standards for Nursery Plants", published by the Division of Plant Industry, shall conform to a Florida No. 1 as to: 1. Health and vitality 2. Condition of foliage 3. Root system 4. Freedom from pests or mechanical damage 5. Heavily branched and densely foliated according to the accepted normal shape. D. Nursery Grown: ANSI Z60.1-1969 TREES, PLANTS AND GROUNDCOVERS 02490 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1. Grown under climatic conditions similar to those in locality of project. 2. Container Grown Stock: a. Growing in container for minimum 30 days before delivery, with sufficient root system for container. b. Not root-bound or with root systems hardened off. 3. Use only ground cover plants well-established in removable containers, integral containers, or formed homogenous soil sections. E. Minimum root ball sizes for all palms shall be as delineated within "Grades and Standards for Nursery Plants, Part II, Palms and Trees", published by the State of Florida Department of Agriculture. 1. All plants not listed in Grades and Standards for Nursery Plants, published by the Division of Plant Industry, shall conform to a Florida No. 1 as to: a. Health and vitality b. Condition of foliage c. Root system d. Freedom from pests or mechanical damage e. Heavily branched and densely foliated according to the accepted normal shape of the species or sport. 2.02 PLANTING SOIL A. Planting soil mixture for backfill around trees, shrubs, and groundcover shall be as specified in Section 02484 - Soil Preparation and soil mixes. Terrasorb shall be added to all backfill. 2.03 SOIL CONDITIONERS A. Soil conditioners shall be as specified in Section 02484 - Soil Preparation and soil mixes. 1. As a fertilizer supplement to Phoenix Palms, a foliar spray shall be applied one week after installation (excluding summer months) and again at three-month intervals. The chemical designation shall be 8-6-6 with at least 95% of the nitrogen derived from a water-soluble, organic source. The potash source shall be derived from sulphate forms. The following minor elements shall be included: .06% MG .02% B .05% CU 1.00% Fe 1.00% Mn B. It shall be the responsibility of the contractor to supply and transport water to all TREES, PLANTS AND GROUNDCOVERS 02490 -5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) landscape areas. 2.04 TOP MULCH A. Shredded Eucalyptus, shredded, loose, substantially free of mineral waste materials, and showing an acid reaction. B. Minimum organic matter by weight on an oven dry basis: 85%. C. Processed specifically for use as top mulch around plant beds. 2.05 GUYING AND STAKING MATERIAL A. Stakes for Tree Support: 1. Construction grade lumber. 2. Braces and Vertical Stakes: Nominal 2" x 2 ". 3. Stakes: Nominal 2" x 4" x 4'Iong and pointed at one end. 4. Cross Braces: Nominal 1" x 4" boards. 5. All above grade stakes shall be painted with one coat of brown paint. Paint to be approved by the Owner's Representative. B. Guying Wires: Annealed, galvanized iron or galvanized steel 12 gauge wire. Wire shall be flagged with white or yellow surveyor tape minimum 2 per guy wire, (one flag near ground level and one flag near the middle of the length of wire). C. Hose: 1. Type: New/12 inch diameter 2-ply reinforced rubber or plastic hose. 2. Minimum size: 3/4 in. D. Turnbuckles: 1. Turnbuckles are recommended but not required. Landscape Contractor shall be responsible for keeping taut all guyed plant material and for keeping flagging in place. One turnbuckle per guy wire is required if used. 2. Method of tightening guy wires to be approved by Landscape Architect. 3. Guying to be tightened as needed, but always within two days of when found necessary. TREES, PLANTS AND GROUNDCOVERS 02490- 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2.06 SLOPE STABILIZATION A. Landscape contractor shall be responsible to stabilize grades by approved methods where necessary at his own cost. B. Contractor shall stabilize all sloped areas 3 to 1 or greater and areas found to be required to reduce surface erosion by the Owner's Representative with "Hold Gro" Erosion Control Fabric as manufactured by Gulf States Paper Company, Tuscaloosa, Alabama or approved equal. Contractor shall install erosion control fabric according to the manufacturer's instructions. 2.07 DRAINAGE GRAVEL A. Drainage gravel shall be River Run Gravel and shall be of graduated sizes. B. River Run Gravel shall be no smaller than one-half inch nor larger than two inches in any direction. C. Gravel shall be installed as shown on drawings or to a minimum depth of 2 inches above drains, and 4 inches throughout planters. D. Gravel shall be washed clean and contain no chemical elements harmful to plant growth. E. Coral rock shall not be used. PART 3 - EXECUTION 3.01 INSPECTION A. Verify final grades have been established prior to beginning planting operation. B. Inspect trees, shrubs, and ground cover plants for injury, insect infestation, and trees and shrubs for improper pruning. C. Do not begin planting of trees until deficiencies are corrected, or plants replaced. 3.02 LOCATION/STAKING A. Stake out locations for plants and outline of planting beds on ground. B. Do not begin excavation until stake out of plant locations and plant beds are acceptable to the Landscape Architect. C. All trees are to be located and staked for inspection by the Landscape Architect. 3.03 PREPARATION A. Pits and Trenches: 1. Shape: TREES, PLANTS AND GROUNDCOVERS 02490 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) a. Vertical sides and flat bottom. b. Plant pits to be square or circular. 2. Size: a. For Trees: 1) Depth: Minimum 2 ft. from finish grade and increased as necessary to accommodate planting ball and at least 6 inch planting soil backfill below ball or roots. 2) Width or Diameter: 2 ft. greater than diameter of plating ball unless otherwise approved by Landscape Architect for special planting areas. b. For Shrubs and Groundcovers: 1) Depth: (a) 2- and 3-gallon plant material shall receive a minimum of 2" of planting soil mixture beneath the root ball. (b) Plant materials sized 1 gallon or less, or materials planted 24 inches O.C. or less shall receive a full 12 inches of amended planting soil mix tilled to a minimum depth of 12 inches. NOTE: All annuals beds shall receive a full 6 inches of amended planting soil mix tilled to a minimum depth of 6 inches. (c) For plants not requiring soil mix the entire bed shall be tilled by mechanical means to a depth of 12 inches. 2) Width or Diameter: (a) All 2- or 3-gallon material shall be placed within a minimum 13-1/2 inch planting hole, and backfilled with the specified planting soil mix. (b) All plant material sized 1 gallon or less, or material planted 24 inches O.C. or less shall receive complete bed amending. That is excavation of existing soil to a minimum of 12 inches NOTE: 6 inches for all annual beds) below finished soil elevation, backfilling with a minimum 3 inches of planting soil mix, and then tilling with all required amendments to a depth of not less than 12 inches. NOTE: 6 inches for all annual beds. All areas to be amended in such a manner shall be highlighted on contractor's record drawings. 3) Bring all beds and pits to smooth,even surface conforming to established grades after full settlement has occurred. NOTE: Amending of and quantities of planting soil mixes as outlined above contingent with existing soil conditions. B. Planting Beds: TREES, PLANTS AND GROUNDCOVERS 02490 -8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1. Planting beds to a depth of 12 inch topsoil mixture. 2. Bring beds to smooth, even surface conforming to established grades after full settlement has occurred. 3. Use acceptable excess excavated topsoil to form watering berms around the plants. C. Drainage percolation is available. Pits which are not adequately draining shall be excavated to a depth sufficient for drainage and backfilling with gravel or crushed rock. No allowances will be made for lost plants due to improper drainage. Landscape Contractor shall replace with same species size and specification at no cost to Owner. 3.04 PLANTING A. General 1. Center plant in pit or trench. 2. Face for best effect, or as directed by Landscape Architect. 3. Set plant plumb and hold rigidly in position until soil has been tamped firmly around planting ball. 4. Use only planting soil backfill as specified hereinbefore. 5. Place sufficient planting soil under plant to bring top of planting ball to finish grade. 6. Backfill pit or trench with planting soil in 9 in. layers and water each layer thoroughly to settle soil and work soil completely around roots and planting ball. 7. After soil settles fill pit with planting soil, water, and leave pit surface even with finish grade. 8. Topsoil Berm: a. Construct a topsoil berm 6 in. above finish grade forming a watering basin with a level bottom around each palm or tree. b. Size: 2 ft. greater than diameter of planting ball. c. Leave saucer for 3 months or as directed by Owner's Representative. At the end of 3 months regrade area and re- mulch 12 inches out from trunk (or planting bed) for all plantings. Remove excess from basin and clean area. B. Balled Plants (B&B) and (WB&B): 1. Place in pit on planting soil backfill material that has been hand-tamped prior to placing plant. 2. Place with burlap intact so location of ground line at top of ball is same as TREES, PLANTS AND GROUNDCOVERS 02490- 9 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) at nursery where grown. 3. Remove binding at top 1/2 of planting ball and lay top of burlap back 6 inches. For wire balled trees, remove wire on top of ball. 4. Do not pull wrapping from under planting ball. 5. Do not plant if planting ball is cracked, broken or showing evidence of voids before or during planting process. Replace with plant of same species, size, and specification at no cost to Owner. C. Container-Grown Plants: 1. Can/Container Removal: a. Cut cans on two sides with an acceptable can cutter. b. Do not injure planting ball. c. Do not cut cans with spade or ax. d. Do not cut sides on knockout cans. e. Carefully remove plants without injury or damage to planting ball. f. After removing plant. Superficially cut edge roots with knife on three sides. 2. Dig planting holes to size as shown. 3. Hand place plants which are in containers less than one gallon in size. 4. Hand backfill and hand tamp leaving slight depression around bases of plants. 5. Do not cover top of root ball. 6. Water for settlement and replace required planting soil. 3.05 FERTILIZER APPLICATIONS A. Apply granular fertilizer at time of planting and repeat 3 months from first application. Schedule fertilization with Landscape Architect. B. Apply granular fertilizer at following rates, to planting bed and saucer areas around each tree, palm and shrub: 1. Trees: a. Caliper 4 inches and larger: 5 lbs. per in. of Caliper b. Caliper under 4 inches: 3 lbs. per in. of Caliper c. Shrubs: 2 lbs. per 100 sq. ft. of area. d. Ground Cover Plants: 2 lbs. per 100 sq. ft. of area. TREES, PLANTS AND GROUNDCOVERS 02490 - 10 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) e. Palms: 1 lb. per in. of palm trunk Caliper. C. Broadcast under foliage canopy and incorporate into soil. D. Water immediately until root structure of plant is wet. Assure protection from fertilizer burn. E. Apply foliar nutrient spray at time of planting (summer excluded) and repeat three months from first application. Schedule fertilization with Landscape Architect. Drench palm leaves with foliar nutrient spray at the manufacturer's recommended rate to all Phoenix Palm species. 3.06 WEED CONTROL A. Apply post-emergent herbicide, "Round-up" as manufactured by Monsanto Corp. or approved equal, per manufacturer's rate and method of application to all landscape bed areas as necessary. B. Apply pre-emergent herbicide "Ron-Star" before mulching and again as necessary throughout required maintenance period to prevent weed seed germination. C. The Landscape Contractor shall verify that the herbicide and application technique will not damage plant material prior to application, and shall replace, and/or repair damage to any plant injured by herbicide application at no cost to the Owner. 3.07 TOP MULCHING A. Top mulch planting pits, trenches, and areas within two days after planting. B. Cover watering basin or bed evenly with 3 inch compacted depth of top mulch material. C. Water thoroughly, immediately after mulching. D. "Cut in" mulch at plant bed/sod line. E. Hose down planting area with fine spray to wash leaves of plants at least twice a week, or as required. F. Exclude mulch from annual and Bromeliad beds. 3.08 GUYING AND STAKING OF TREES A. Stake trees as shown on the drawings except where they are planted in special locations where guying is not feasible. 1. Stake Installation: a. Drive stakes perpendicularly, 3 feet into ground at edge of root ball. Do not drive stake through soil separator or drainage gravel if present. Do not drive stakes through root ball. TREES, PLANTS AND GROUNDCOVERS 02490- 11 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) b. Number of stakes as shown. 2. Tying and Cross-bracing: a. For trees over 4 inch caliper: 1) Stake and tie firmly with guy wire. 2) Separate guy wire from bark by hose section. b. For trees under 4 inches in caliper: 1) Nail cross-brace between stakes. 2) Tie tree to cross-brace guy wire. 3) Separate guy wire from bark by hose section. B. Stake palm trees as shown. Contractor shall have the option to deepen the burial of Sabal Palmetto and Washingtonia Robusta for stabilization in lieu of staking. (Note: The clear trunk height shall be required as specified on plans after installation. The Contractor shall still be responsible for and guarantee the installation against toppling and be responsible for any and all damage incurred to toppling over.) C. Prune minimum necessary to remove injured twigs and branches, deadwood, and suckers. Pruning shall be done with regard to natural form of plant material or as directed by the landscape Architect. 1. Do not prune prior to delivery to site. Note: Pruning is required for collected palms and trees per "Grades and Standards for Nursery Plants Part II, Palms and Trees" and Section 02481. D. All cuts one inch diameter or larger made during pruning of any plant material shall be painted with commercial grade sealant as approved and directed by Landscape Architect. E. Pruning cuts shall be monitored to ensure proper healing and to prevent insect/disease infestation. F. Landscape Contractor shall perform all specialized shearing and or pruning as directed by the Landscape Architect and as shown on the drawings at no additional cost to the Owner. 3.09 MAINTENANCE A. General: 1. Begin maintenance immediately after each item is planted and continue until final inspection and acceptance. 2. Maintain a health growing condition by pruning, watering, cultivating, weeding, mowing, mulching, tightening, and repairing of guys, resetting plants to proper grades or upright position, restoration of plant saucer, and furnishing and applying such sprays as necessary to keep planting free of insects and diseases. TREES, PLANTS AND GROUNDCOVERS 02490- 12 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3. The root system of plants shall be watered at such intervals as will keep the surrounding soil in best condition for promotion of root growth and plant life. 4. Keep planting saucers and beds free of weeds, grass and other undesired vegetation growth. 5. Protect planting areas and plants against trespassing and damage of any kind for the duration of the maintenance period. 6. Insect plants at least once a week and perform maintenance promptly. Replace impaired or dead plants promptly. Do not wait until near the end of the guarantee period to make replacements of plants which have become unacceptable. 7. Remove soil ridges from around watering basins prior to end of maintenance period, as directed by the Landscape Architect. B. Watering: Water when soil moisture is below optimum level for best plant growth. 3.10 CLEANING A. Fill all pits/depressions in holding area and rough grade to meet surrounding elevations. Remove any organic or other debris resulting from the plant relocation process. B. Sweep and wash all paved surfaces. C. Remove planting debris from project site and holding area. D. Remove soil conditioners, soil mixes, gravel, etc. from project site and holding area. END OF SECTION TREES, PLANTS AND GROUNDCOVERS 02490 - 13 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK TREES, PLANTS AND GROUNDCOVERS 02490 - 14 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02500 SURFACE RESTORATION PART 1 - GENERAL 1.01 THE REQUIREMENT A. The Contractor shall repair landscaped and grassed areas that may be damaged by Contractor activities. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 02050: Demolition 1.03 SUBMITTALS A. The Contractor shall submit submittals for review in accordance with the Section 01340 entitled "Shop Drawings, Product Data, and Samples". 1.04 DEFINITIONS A. The phrase "DOT Specifications" shall refer to the Florida Department of Transportation Standard Specifications for Road and Bridge Construction. The DOT Specifications are referred to herein and are hereby made a part of this Contract to the extent of such references and shall be as binding upon the Contract as though reproduced herein in their entirety. 1.05 PROTECTION OF EXISTING IMPROVEMENTS A. The Contractor shall be responsible for the protection of all pavements and other improvements within the work area. All damage to such improvements as a result of the Contractor's operations, beyond the limits of the work of pavement replacement, shall be repaired by the Contractor at its own expense. 1.06 GUARANTEE A. The Contractor shall guarantee all trees, ground cover, or shrubs planted or replanted under this Contract for a period of one (1) year beyond acceptance of the project. In the event that any new tree, plant, or shrub dies within the guarantee period, the Contractor shall be responsible for replacement in kind. In the event that a transplanted (reused) tree dies within the guarantee period, the Contractor shall be responsible for replacement in kind, except that the maximum height of any new tree shall be eight (8) feet as measured from the ground surface, once planted, to the top of the tree. PART 2 - PRODUCTS 2.01 SOD A. All sod shall be replaced with the same as was removed or damaged. 2.02 NEW TREES AND SHRUBS A. Contractor shall install new trees and shrubs in accordance with the proposed grading and landscaping. B. Trees and shrubs that will be impacted by this construction shall be relocated as directed by the Consultant at no additional cost to the Owner. SURFACE RESTORATION 02500 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2.03 REPLACEMENT TREES, GROUND COVER AND SHRUBS A. Replacement trees, ground cover, and shrubs shall be of the same type and size and sound, healthy and vigorous, well branched, and densely foliated when in leaf. They shall have healthy, well developed root systems and shall be free of disease and insect pests, eggs, or larvae. 2.04 MULCH A. Mulch shall be shredded cypress and shall be clean, fresh, and free of branches and other foreign matter. Mulch shall be used around all shrubs, ground covers, and tree trunks and placed to a minimum depth of three (3) inches extending from the tree trunk outward to the extent of the root ball or a minimum of two (2) feet. PART 3 - EXECUTION 3.01 GRADING AND SODDING A. The Contractor shall regrade the work areas disturbed by his construction activities to the existing grade prior to commencement of construction. B. Maintenance: Sufficient watering shall be done by the Contractor to maintain adequate moisture for optimum development of the sodded areas. Sodded areas shall receive no less than 1.5 inches of water per week. Contractor shall include in the bid a watering truck during the period that the plant material is installed and the irrigation system is not functioning. This shall be provided at no additional cost to the Owner. C. Repairs to Lawn Areas Disturbed by Contractor's Operations: Lawn areas damaged by the Contractor's operations shall be repaired at once by proper sod bed preparation, fertilization, and re-sodding, in accordance with these Specifications. Regardless of the condition of the lawn area (weed content, etc.) prior to the Contractor working in the area, all repairs shall be made with sod. 3.02 TREES, GROUND COVER, AND SHRUBS A. Excavation and Plant Holes: Plant hole excavations shall be roughly cylindrical in shape, with the side approximately vertical. Plants shall be centered in the hole. Bottoms of the holes shall be loosened at least six (6) inches deeper than the required depth of excavation. B. Holes for balled and burlapped plants shall be large enough to allow at least eight (8) inches of backfill around the earth ball. For root balls over 18 inches in diameter, this dimension shall be increased to 12 inches. Where excess material has been excavated from the plant hole, the excavated material shall be disposed of as and where directed by the Consultant. C. Setting of Plants: When lowered into the hole, the plant shall rest on a prepared hole bottom such that the roots are level with, or slightly above, the level of their previous growth and so oriented such as to present the best appearance. The Contractor, when setting plants in holes, shall make allowances for any anticipated settling of plants. D. The backfill shall be made with planting mixture and shall be firmly rodded and watered-in, so that no air pockets remain. The quantity of water applied immediately upon planting shall be sufficient to thoroughly moisten all of the SURFACE RESTORATION 02500 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) backfilled earth. Plants shall be kept in a moistened condition for the duration of the Contract. E. Staking and Guying: Plants shall be staked in accordance with the following provisions: 1. Small Trees: For trees and shrubs of less than one-inch caliper, the size of stakes and the method of tying shall be such as to rigidly support the staked plant against damage caused by wind action or other effects. Trees larger than one inch and smaller than one and one-half inch caliper shall be staked with a two-inch stake, set at least 24 inches in the ground and extending to the crown of the plant. The plant shall be firmly fastened to the stake with two strands of 14-gauge soft wire, and enclosed in rubber hose or other approved covering. The wire shall then be nailed or stapled to the stake to prevent slippage. 2. Medium Trees: All trees, other than palm trees, larger than one and one- half inch caliper and smaller than two and one-half inch caliper shall be staked with two (2) or more, two-inch by two-inch stakes, eight (8) feet long, set two (2) feet in the ground. The tree shall be midway between the stakes and held firmly in place by two strands of 12-gauge wire, applied as specified above for single stakes: The wires shall be tightened and kept tight by twisting. 3. Large Trees: All trees, other than palm trees, larger than two and one- half inch caliper, shall be braced with three (3) or more two-inch by four- inch wood braces, toenailed to cleats which are securely banded at two (2) points to the palm, at a point at least six (6) feet above the ground. The trunk shall be padded with five (5) layers of burlap under the cleats. Braces shall be approximately equidistantly spaced and secured underground with two-inch by four-inch by 24-inch stake pads. In firm rock soils, Number 4 steel reinforcing rods or one-half inch pipe is acceptable. 4. Palm Trees: Palm trees shall be braced with three (3) or more two-inch by four-inch wood braces, toenailed to cleats which are securely banded at two (2) points to the palm, at a point at least six (6) feet above the ground. The trunk shall be padded with five (5) layers of burlap under the cleats. Braces shall be approximately equidistantly spaced and secured underground with two-inch by four-inch by 24-inch stake pads. In firm rock soils, Number 4 steel reinforcing rods or one-half inch pipe is acceptable. F. Pruning: All broken or damaged roots shall be cut off smoothly, and the tops of all trees shall be pruned in a manner complying with standard horticultural practice. At the time pruning is completed, all remaining wood shall be alive. G. Maintenance: Maintenance shall begin immediately after each plant is planted and shall continue until all Work under this Contract has been completed and accepted by the Owner. Plants shall be watered, mulched, weeded, pruned, sprayed, fertilized, cultivated, and otherwise maintained and protected. Settled plants shall be reset to proper grade position, planting saucer restored and dead material removed. Guys shall be tightened and repaired. H. Defective work shall be corrected as soon as possible after it becomes apparent. SURFACE RESTORATION 02500-3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Upon completion of planting, the Contractor shall remove excess soil and debris, and repair any damage to structures, etc., resulting from planting operations. — END OF SECTION — SURFACE RESTORATION 02500 - 4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02510 WALKWAYS PART 1 - GENERAL 1.01 WORK INCLUDED A. Furnish all labor, materials and equipment necessary to complete all walkways and related items depicted in the Drawings and specified herein. 1.02 REFERENCES (LATEST EDITION FOR EACH) A. FDOT Standard Specifications for Road and Bridge Construction. B. ASTM C 171 — Specification for Sheet Materials for Curing Concrete C. ACI 308 — Standard Practice for Curing Concrete 1.03 RELATED SECTIONS A. Section 01340 —Shop Drawings, Working Drawings and Samples B. Section 02200 — Earthwork C. Section 02210 — Finish Grading D. Other Sections as applicable. PART 2 - PRODUCTS 2.01 MATERIALS A. All materials for work under this Section, including concrete, sub-grade or foundation and joint material shall be as depicted in the Drawings. PART 3 - EXECUTION 3.01 INSTALLATION A. All work shall be performed in accordance with the Reference standards. B. Sub-grade or foundation installation and compaction specifications shall be as depicted in the Drawings. C. Forms shall conform to the shapes, lines and dimensions of the members as depicted in the Drawings and shall be substantial and sufficiently tight to prevent WALKWAYS 02510 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) leakage of mortar. They shall be properly braced or tied together so as to maintain position and shape. D. Finishing: 1. Float concrete until 1/4-inch cement gel is brought to surface; steel trowel until dense surface is obtained. 2. Finish with broom at right angles to alignment of work, then round all exterior edges with 1/2-inch radius after brooming. E. Curing: 1. The Contractor shall take appropriate precautions to retain moisture by applying materials to cover the walkways and provide water during the curing period or a minimum of six (6) consecutive days. 2. The Contractor shall remove and replace any concrete section which has been damaged, stained or otherwise has become unacceptable due to curing techniques. 3. Acceptable materials to cover walkways and retain moisture include burlap or cotton mats, bags and rugs. a. The edges of materials shall be lapped and weighted down. b. Water shall be applied by sprinkler or soaker hose. c. Coverings shall not be allowed to dry out during the curing period. d. Straw may be used in 6"thick layers covered with a tarp. e. Plastic sheets may not be used. f. Soil may not be used. F. Cover walks until final clean-up to prevent damages. G. Concrete walks shall be constructed to lines, widths, slope, grades and thickness as depicted in the Drawings. H. Expansion joint material shall be placed to separate concrete for any pipes, structures, poles, etc. 3.02 CLEANUP A. At the completion of the work, Contractor shall clean up all scraps, rubbish and surplus materials caused by this work and haul them away from the site and leave job in a neat, clean and orderly condition. END OF SECTION WALKWAYS 02510 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02511 CONCRETE SIDEWALKS PART 1 -GENERAL 1.01 SCOPE A. The work specified in this section consists of the construction of concrete sidewalks, in accordance with these specifications, and in conformity with the lines, grades, dimensions and notes shown on the plans. 1.02 REFERENCES A. City of Miami Beach Standards. B. FDOT Standard Specifications for Road and Bridge Construction, latest edition. PART 2 - PRODUCTS 2.01 MATERIALS A. The concrete mix shall produce standard weight concrete with the following properties to be verified by the use of the appropriate listed test methods. 1. Compressive strength: 3,000 psi at 28 days - tested according to ASTM designation C31 (AASHTO T23) 2. Slump Range: 2-4 inches - tested according to ASTM designation C143 (AASHTO T119) B. Joint materials shall be in accordance with FDOT Specification Section 932. 2.02 FORMS A. Forms for this work shall be made of either wood or metal and shall have a depth equal to the plan dimensions for the depth of concrete being deposited against them. They shall be straight, fee from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without deviation from line and grade. Forms shall be cleaned each time they are used and shall be oiled or saturated with water prior to placing the concrete. CONCRETE SIDEWALKS 02511 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 3 - EXECUTION 3.01 SUB-GRADE A. Excavation shall be made to the required depth, and the sub-grade or base upon which the sidewalk is to be set shall be compacted to a firm, even surface, true to grade and cross-section, by means of watering, rolling or tamping. The sub-grade For sidewalk to be used as driveway pavement shall be compacted as directed by the City Engineer. The sub-grade shall be moist at the time the concrete is placed. 3.02 JOINTS A. Expansion Joints between the sidewalk and the curb or driveway or at fixed objects and sidewalk intersections shall be 1/2 inch joints, formed with a preformed joint filler. B. Preformed Filler shall meet the requirements of AASHTO M-153 or M-213, or cellulose fiber types meeting all the requirements of AASHTO M-213 except the asphalt content are acceptable provided they contain minimums of 0.2 percent copper pentachlorophenate as a preservative and 1.0 percent waterproofing wax. For AASHTO M-153, unless a particular type is specified, either type I, type II, or type III may be used C. Contraction Joints may be of the open type, or may be sawed. 1. Open type contraction joints shall be formed by staking a metal bulkhead in place and depositing the concrete on both sides. After the concrete has set sufficiently to preserve the width and shape of the joint, the bulkhead shall be removed. After the sidewalk has been finished over the joint, the slot shall be edged with a tool having a 1/2" radius. 2. If the Contractor elects to saw the contraction joints, a slot approximately 3/16" wide and not less than 1-1/2" deep shall be cut with a concrete saw after the concrete has set and within the following periods of time: Joints at not more than 30' intervals - 12 hrs after finishing, and remaining joints - within 96 hrs after finishing. 3.03 PLACING A. The concrete shall be placed in the forms to the required depth, and shall be tamped and spaded until mortar entirely covers its surface. CONCRETE SIDEWALKS 02511 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3.04 FINISHING A. SCREEDING: All surplus water, laitance and inert material shall be worked off the surface of the concrete with a ten (10) foot straight edge, or by some other method equally as satisfactory and so approved by the City Engineer. B. FLOATING; SURFACE REQUIREMENTS: The concrete shall be given a wooden float finish. The surface variations shall not be more than three-sixteenths (3/16) inch under a ten (10) foot straight edge, nor more than one-eighth (1/8) inch on a five (5) foot transverse section. The edge of the sidewalk shall be carefully finished with an edging tool having a radius of one-half (1/2) inch. 3.05 THICKNESS A. Concrete sidewalks shall be four (4) inches thick except at driveways where sidewalks shall be six (6) inches thick. REMAINDER OF PAGE LFT BLANK END OF SECTION CONCRETE SIDEWALKS 02511 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02520 CONCRETE CURBS AND HEADERS PART 1 - GENERAL 1.01 SCOPE A. The work covered by this section of the specifications consists of furnishing all plant, labor, equipment, appliances and materials and performing all operations in connection the construction of concrete curbs and headers, complete and in place, in strict accordance with these specifications and the applicable drawings and subject to the terms and conditions of this contract. 1.02 REFERENCES A. Florida Department of Transportation Standard Specifications for Road and Bridge Construction, (latest edition) PART 2 - PRODUCTS 2.01 MATERIALS A. The concrete mix shall produce standard weight concrete with the following properties to be verified by the use of the appropriate listed test methods. • Compressive strength: 3,000 psi at 28 days - tested according to ASTM designation C31 (AASHTO T23) • Slump Range: 2-4 inches - tested according to ASTM designation C143 (AASHTO T119) B. Joint materials shall be in accordance with FDOT Specification Section 932 PART 3 - EXECUTION 3.01 CONSTRUCTION METHODS Concrete curbs and headers shall be constructed of the type and in the locations as shown on the plans. A. FORMS: Forms for this work shall be made of either wood or metal. They shall be straight, free from warp or bends, and of sufficient strength, when staked, to resist the pressure of the concrete without springing. If made of wood, they shall be of two (2) inch surfaced plank; if made of metal, they shall be of approved section and shall have a flat surface on top. CONCRETE CURBS AND HEADERS 02520- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. CONSTRUCTION: Excavation shall be made to the required depth; and the sub-grade or base upon which the curb or header is placed shall be compacted to 98%AASHTO T-180. 1. The concrete shall be placed in the forms to the depth specified, and tamped and spaded to prevent honeycomb and until the top of the structure can be floated smooth and the edges rounded to the radius shown on the plans. 2. Contraction joints shall be placed at intervals of ten feet except where a lesser interval is required for closure, but no section shall be less than four feet in length. 3. Contraction joints shall be created while the concrete is still plastic by using a grooving tool or by inserting a premolded filler strip, or a groove may be saw cut into the concrete soon after it has hardened. Curb with irregular cracks due to late contraction joint construction will not be accepted. 4. Expansion joints shall be constructed at all radius points and at other locations indicated on the plans. They shall be located at intervals of 500 feet between other expansion joints, or ends of a run. The joint shall be 1/2 inch in width. 5. The forms shall be removed within twenty-four (24) hours after the concrete has been placed, and minor defects then filled with mortar composted of one (1) part of Portland Cement and two (2) parts of fine aggregate. Plastering shall not be permitted on the face of the curb; and all rejected curb, or header shall be removed and replaced without additional compensation. The curb top, face and/or header top shall be given a surface finish while the concrete is still green. A brush finish will be required unless noted otherwise; however, additional finishing may be required in areas considered too rough or with minor defects. 6. After the concrete has been rubbed smooth, it shall be rubbed again until a uniform color is produced, using a thin grout composed of one (1) part of Portland Cement and one (1) part of fine aggregate. 7. After concrete has set sufficiently, the spaces in front and back of the curb shall be refilled to the required elevation with suitable material, which shall be placed and thoroughly compacted in layers of not more than six (6) inches in thickness. END OF SECTION CONCRETE CURBS AND HEADERS 02520-2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 02780 INTERLOCKING CONCRETE PAVERS PART 1 GENERAL 1.01. SECTION INCLUDES A. Furnish and install interlocking concrete paver units including all details as depicted in the Drawings included, but not limited to, the following: 1. Furnishing and install interlocking concrete pavers. 1.02. RELATED SECTIONS A. Section Includes: 1. Interlocking Concrete Paver Units (manually installed). 2. Bedding and Joint Sand. 3. Edge Restraints. 4. Joint Sand Stabilizers. B. Related Sections: 1. Section: 02211 - Site Grading 2. Section: 02230 - Stabilization. 3. Section: 02240— Limerock Base. 1.02 REFERENCES A. American Society for Testing and Materials (ASTM): 1. C33, Standard Specification for Concrete Aggregates. 2. C136, Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates. 3. C140, Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units. 4. C144, Standard Specification for Aggregate for Masonry Mortar. 5. C936, Standard Specification for Solid Concrete Interlocking Paving Units. 6. C979, Standard Specification for Pigments for Integrally Colored Concrete. 7. C1645, Standard Test Method for Freeze-thaw and De-icing Salt Durability of Solid Concrete Interlocking Paving Units. 8. D698, Standard Test Method for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,000 ft-lbf/ft3 (600 kN-m/m3)). 9. D1557, Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-Ibf/ft3 (2,700 kN-m/m3)). 10. D2940, Specification for Graded Aggregate Material for Bases or Subbases for Highways or Airports. B. Interlocking Concrete Pavement Institute (ICPI): 1. ICPI Tech Spec Technical Bulletins 1.03 SUBMITTALS INTERLOCKING CONCRETE PAVERS 02780- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) A. In accordance with Conditions of the Contract and Division 1 Submittal Procedures Section. B. Manufacturer's drawings and details: Indicate perimeter conditions, relationship to adjoining materials and assemblies, concrete paver layout, patterns, color arrangement, installation and setting details. C. Sieve analysis per ASTM C136 for grading of bedding and joint sand. D. Concrete pavers: 1. Representative full-size samples of each paver type, thickness, color, and finish that indicate the range of color variation and texture expected in the finished installation. Color(s) selected by Landscape Architect from manufacturer's available colors. 2. Accepted samples become the standard of acceptance for the work. 3. Test results from an independent testing laboratory for compliance of concrete pavers with ASTM C936. 4. Manufacturer's certification of concrete pavers by !CPI as having met applicable ASTM standards. 5. Manufacturer's catalog product data, installation instructions, and material safety data sheets for the safe handling of the specified materials and products. E. Paver Installation Subcontractor: 1. A copy of Subcontractor's current certificate of completion from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. 2. Job references from projects of a similar size and complexity. Provide Owner/Client/General Contractor names, postal address, phone, fax, and email address. 1.04 QUALITY ASSURANCE A. Paving Subcontractor Qualifications: 1. Utilize an installer having successfully completed concrete paver installation similar in design, material, and extent indicated on this project. 2. Utilize an installer holding a current certificate of completion from the Interlocking Concrete Pavement Institute Concrete Paver Installer Certification program. B. Regulatory Requirements and Approvals: All applicable licensing, bonding or other requirements of regulatory agencies as established in the contract documents shall be satisfied prior to, during, and before the completion of construction, as applicable. C. Mock-Ups: 1. Install a 7 ft x 7 ft (2 x 2 m) paver area. 2. Use this area to determine surcharge of the bedding sand layer,joint sizes, lines, laying pattern(s), color(s) and texture of the job. 3. This area will be used as the standard by which the work will be judged. 4. Subject to acceptance by owner, mock-up may be retained as part of finished work. 5. If mock-up is not retained, remove and properly dispose of mock-up. 1.05 DELIVERY, STORAGE & HANDLING A. General: Comply with Division 1 Product Requirement Section. B. Comply with manufacturer's ordering instructions and lead-time requirements to avoid construction delays. INTERLOCKING CONCRETE PAVERS 02780 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) C. Delivery: Deliver materials in manufacturer's original, unopened, undamaged containers packaging with identification labels intact. 1. Coordinate delivery and paving schedule to minimize interference with normal use of buildings adjacent to paving. 2. Deliver concrete pavers to the site in steel banded, plastic banded or plastic wrapped packaging capable of transfer by forklift or clamp lift. 3. Unload pavers at job site in such a manner that no damage occurs to the product. D. Storage and Protection: Store materials protected such that they are kept free from mud, dirt, and other foreign materials. 1. Cover bedding sand and joint sand with waterproof covering if needed to prevent exposure to rainfall or removal by wind. Secure the covering in place. 1.06 PROJECT/SITE CONDITIONS A. Environmental Requirements: 1. Do not install sand or pavers during heavy rain or snowfall. 2. Do not install sand and pavers over frozen base materials. 3. Do not install frozen sand or saturated sand. 4. Do not install concrete pavers on frozen or saturated sand. 1.07 MAINTENANCE A. Extra Materials: Provide 5 percent additional material for use by owner for maintenance and repair. B. Pavers shall be from the same production run as installed materials. PART 2 PRODUCTS 2.01 INTERLOCKING CONCRETE PAVERS A. Manufacturer: Per Plans. B. Interlocking Concrete Pavers: 1. Paver Type: Per Plans. a. Material Standard: Comply with material standards in ASTM C936. b. Color: Paver colors shall be as indicated on the plans. c. Color Pigment Material Standard: Comply with ASTM C979. d. Size: 4 inches x 8 inches x 2-3/8 inches or 3-3/16 inches thick. e. Average Compressive Strength (C140): 8000 psi (55 MPa) with no individual unit under 7200 psi (50 MPa) per ASTM C140. f. Average Water Absorption (ASTM C140): 5%with no unit greater than 7%. g. Freeze/Thaw Resistance (ASTM C1645): 28 freeze-thaw cycles with no greater loss than 225 g/m2 of paver surface area or no greater loss than 500 g/m2 of paver surface area after 49 freeze- thaw cycles when immersed in a 3% saline solution. Use -15 deg. C as the lowest test temperature for applications subject to deicers. Freeze-thaw testing requirements shall be waived for applications not exposed to freezing conditions. INTERLOCKING CONCRETE PAVERS 02780- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2.02 PRODUCT SUBSTITUTIONS A. Interlocking concrete pavers: as specified or approved equal. 2.03 BEDDING AND JOINT SAND A. Provide bedding and joint sand as follows: 1. Washed, clean, non-plastic, free from deleterious or foreign matter, symmetrically shaped, natural or manufactured from crushed rock. 2. Do not use limestone screenings, stone dust, or sand for the bedding sand material that does not conform to conform to the grading requirements of ASTM C33. 3. Do not use mason sand or sand conforming to ASTM C144 for the bedding sand. 4. Where concrete pavers are subject to vehicular traffic, utilize sands that are as hard as practically available. 5. Sieve according to ASTM C136. 6. Bedding Sand Material Requirements: Conform to the grading requirements of ASTM C33 with modifications as shown in Table 1. Table 1 Grading Requirements for Bedding Sand ASTM C33 Sieve Size Percent Passing 3/8 in. (9.5 mm) 100 No. 4 (4.75 mm) 95 to 100 No. 8 (2.36 mm) 80 to 100 No. 16 (1.18 mm) 50 to 85 No. 30 (0.600 mm) 25 to 60 No. 50 (0.300 mm) 5 to 30 No. 100 (0.150 mm) 0 to 10 No. 200 (0.075 mm) 0 to 1 7. Joint Sand Material Requirements: Conform to the grading requirements of ASTM C144 as shown with modifications in Table 2 below: Table 2 Grading Requirements for Joint Sand ASTM C144 ASTM C144 Natural Sand Manufactured Sand Sieve Size Percent Passing Percent Passing No. 4 (4.75 mm) 100 100 No. 8 (2.36 mm) 95 to 100 95 to 100 No. 16 (1.18 mm) 70 to 100 70 to 100 No. 30 (0.600 mm) 40 to 75 40 to 100 No. 50 (0.300 mm) 10 to 35 20 to 40 No. 100 (0.150 mm) 2 to 15 10 to 25 No. 200 (0.075 mm) 0 to 1 0 to 5 2.04 EDGE RESTRAINTS INTERLOCKING CONCRETE PAVERS 02780 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) A. Provide concrete curbs for edge restraints installed around the perimeter of all interlocking concrete paving unit areas as shown on the plans PART 3 EXECUTION 3.01 ACCEPTABLE INSTALLERS A. Acceptable paving subcontractors shall be ICPI Certified. 3.02 EXAMINATION A. Acceptance of Site Verification of Conditions: 1. General Contractor shall inspect, accept and certify in writing to the paver installation subcontractor that site conditions meet specifications for the following items prior to installation of interlocking concrete pavers. a. Verify that subgrade preparation, compacted density and elevations conform to specified requirements. b. Verify that geotextiles, if applicable, have been placed according to drawings and specifications. c. Verify that base materials, thickness, compacted density, surface tolerances and elevations conform to specified requirements. d. Provide written density test results for soil subgrade, base materials to the Owner, General Contractor and paver installation subcontractor. e. Verify location, type, and elevations of edge restraints, concrete collars around utility structures, and drainage inlets. 2. Do not proceed with installation of bedding sand and interlocking concrete pavers until subgrade and base conditions are corrected by the General Contractor or designated subcontractor. 3.03 PREPARATION A. Verify base is dry, certified by General Contractor as meeting material, installation and grade specifications. B. Verify that base is ready to support sand, and, pavers and imposed loads. C. Edge Restraint Preparation: 1. Install edge restraint curbs per the drawings. 3.04 INSTALLATION A. Spread bedding sand evenly over the base course and screed to a nominal 1 in. (25 mm) thickness, not exceeding 11/2 in. (40 mm) thickness. Spread bedding sand evenly over the base course and screed rails, using the rails and/or edge restraints to produce a nominal 1 in. (25 mm) thickness, allowing for specified variation in the base surface. 1. Do not disturb screeded sand. 2. Screeded area shall not substantially exceed that which is covered by pavers in one day. 3. Do not use bedding sand to fill depressions in the base surface. B. Lay pavers in pattern(s) shown on drawings. Place units hand tight without using hammers. Make horizontal adjustments to placement of laid pavers with rubber hammers and pry bars as required. C. Provide joints between pavers between 1/16 in. and 3/16 in. (2 and 5 mm) wide. INTERLOCKING CONCRETE PAVERS 02780 -5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) D. Joint (bond) lines shall not deviate more than ±1/2 in. (±15 mm) over 50 ft. (15 m) from string lines. E. Fill gaps at the edges of the paved area with cut pavers or edge units. F. Cut pavers to be placed along the edge with a double blade paver splitter or masonry saw. G. All cut pavers exposed to vehicular tires shall be no smaller than one-third of a whole paver. Cut pavers at edges as indicated on the drawings. H. Keep skid steer and forklift equipment off newly laid pavers that have not received initial compaction and joint sand. Use a low-amplitude plate compactor capable of a minimum 5,000 lbf (22 kN) at a frequency of 75 to 100 Hz to vibrate the pavers into the sand. Remove any cracked or damaged pavers and replace with new units. J. Simultaneously spread, sweep and compact dry joint sand into joints continuously until full with at least 4 passes with a plate compactor. Do not compact within 6 ft (2 m) of unrestrained edges of paving units. K. All work within 6 ft. (2 m) of the laying face must shall be left fully compacted with sand-filled joints at the end of each day or compacted upon acceptance of the work. Cover the laying face or any incomplete areas with plastic sheets overnight if not closed with cut and compacted pavers with joint sand to prevent exposed bedding sand from becoming saturated from rainfall. L. Remove excess sand from surface when installation is complete. M. Allow excess joint sand to remain on surface to protect pavers from damage from other trades. Remove excess sand when directed by Landscape Architect. N. Surface shall be broom clean after removal of excess joint sand. 3.05 FIELD QUALITY CONTROL A. The final surface tolerance from grade elevations shall not deviate more than ± 3/8 in. (±10 mm) under a 10 ft (3 m) straightedge. B. Check final surface elevations for conformance to drawings. The top surface of the pavers may be 1/8 to 1/4 in. (3 to 6 mm) above the final elevations after compaction. This helps compensate for possible minor settling normal to pavements. C. The surface elevation of pavers shall be 1/8 in. to 1/4 in. (3 to 6 mm) above adjacent drainage inlets, concrete collars or channels. D. Lippage: No greater than 1/8 in. (3 mm) difference in height between adjacent pavers. 3.06 JOINT SAND STABILIZATION A. Apply joint sand stabilization materials between concrete pavers in accordance with the manufacturer's written recommendations. 3.07 PROTECTION A. After work in this section is complete, the General Contractor shall be responsible for protecting work from damage due to subsequent construction activity on the site. REMAINDER OF PAGE LEFT BLANK INTENTIONALLY INTERLOCKING CONCRETE PAVERS 02780 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) END OF SECTION INTERLOCKING CONCRETE PAVERS 02780 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 03200 CONCRETE REINFORCEMENT PART 1 - GENERAL 1.01 SECTION INCLUDES A. Furnish all labor, materials, equipment and incidentals required to install all steel bars, epoxy coated bars, steel wire, and wire fabric required for the reinforcement of concrete, as shown on the Drawings and as specified herein. 1.02 RELATED SECTIONS A. Section 03300 - Concrete 1.03 REFERENCES A. ACI 318-89 - Building Code Requirements for Reinforced Concrete, current revision. B. ASTM A615 - Reinforcement Bars, current revision. C. ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement, current revision. D. ASTM A82 - Cold-Drawn Steel for Concrete Reinforcement, current revision. 1.04 SUBMITTALS A. Submit complete detailed working drawings and schedules of all reinforcement required in accordance with Section 01340. B. Submit 12 inch long samples of each size bar with epoxy coating and samples of other forms of reinforcement. 1.05 QUALIFICATIONS A. Manufacturer: Company specializing in performing the work of this Section. 1.06 DELIVERY, STORAGE, AND HANDLING A. Arrange deliveries of Products in accord with construction schedules; coordinate to avoid conflict with work and conditions at the site B. Deliver Products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. C. Store and protect products in accord with manufacturer's instructions, with seals and labels intact and legible. D. Protect bars and wire from distortion or damage. 1.07 FIELD MEASUREMENTS A. Verify that field measurements are as shown on Drawings. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Florida Steel Corporation. B. Company specializing in performing the work of this Section. CONCRETE REINFORCEMENT 03200 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2.02 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 epoxy coated 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 coated with an epoxy spray using the fusion-bonding process. Coating flaws shall be detected and corrected by the manufacturer. Bars shall be of intermediate grade, deformed billet steel conforming to ASTM 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 oversized 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 pin having a diameter not less than 6 times the minimum thickness of the bar except for bars 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 with kinks or bends not shown on the Drawings will not be accepted. E. Wire fabric shall conform to ASTM A185 for Welded Steel Wire Fabric for Concrete Reinforcement. F. Steel wire shall conform to ASTM A82 for Cold-Drawn Steel for Concrete Reinforcement. Wire ties shall be zinc coated annealed iron of not less than No. 18 gauge. 2.03 HANDLING MATERIALS A. Reinforcement shall be shipped to the site 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 the 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. Reinforcing bars shall not be welded, either during fabrication or erection, without prior written approval from the Consultant. 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. CONCRETE REINFORCEMENT 03200 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Where there is delay in depositing concrete after reinforcement is in place, bars shall be reinserted and cleaned when necessary. Epoxy coated bars shall be inspected for flaws in the coating. All suspect areas will be relocated in the field by methods approved by the rebar manufacturer. 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. 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 bottoms 3 inch Formed surfaces in contact with soil or exposed to the weather 2 inch Columns, beams and shearwalls 1 1/2 inch Slabs on grade 1 1/2 inch Bottom steel of interior slabs 1 inch Top steel of interior slabs 3/4 inch Bottom steel in grid slabs 1 1/2 inch Interior face of walls 1 inch H. All slab reinforcing shall be supported on concrete cubes or wafers of the 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 channels 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 allowed. 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 Consultant. 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 Consultant. 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 Consultant's approval. CONCRETE REINFORCEMENT 03200 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 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 Consultant and his permission given to proceed with the concreting. The Consultant shall be given ample prior notice of the availability of set reinforcement for checking. END OF SECTION CONCRETE REINFORCEMENT 03200 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 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 shop drawings showing placement of forms, form joints major inserts and blockouts in accordance with Section 01340. 1.03 RELATED WORK A. Section 03300: Concrete B. Section 03350: Concrete Finishes PART 2 - PRODUCTS 2.01 EXPANSION JOINTS - FLOOR A. Floor expansion joints shall be types UX-FIGO and UX-JIOO 1-inch joint systems as manufactured by Metraflex, Mercer, EBAA Iron or approved substitution. B. Retainers shall be extruded aluminum alloy 6063-T5. Aluminum retainers shall be chemically treated to prepare surfaces for complete adhesion of the sealant. C. Sealant shall be an elastomeric material capable of allowing multi-directional 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 D412. The sealant shall perform between temperatures of -20AF and 150AF. Moisture vapor transmission shall meet ASTM C355. D. The joint assembly shall be capable of a minimum of 50 percent movement in any direction from the normal position. E. All aluminum surfaces in contact with concrete or masonry shall receive one sprayed-on, factory applied coat of baked-on epoxy primer. F. Sealant color shall be selected by the Consultant. 2.02 EXPANSION JOINTS - OTHER A. Premolded joint filler shall be 3/4-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 approved substitution. B. Joint sealant shall be a two component synthetic rubber compound based on Thiokol liquid polysulphide polymer by W.R. Grade and Company, Toch Bros., Tremco Co.. or equal. Sealant shall develop a Shore Hardness of at least 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. Primer shall be as recommended by sealant manufacturer. JOINTS 03251 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2.03 WATERSTOPS A. Waterstops for construction joints, where indicated, shall be 8 or 12 inches x 1/8-inch steel and be hot-dipped galvanized. PART 3 - EXECUTION 3.01 INSTALLATION A. Steel waterstops shall have all joints fully welded and shall be carefully set and held in place so that 4-inches extends straight into concrete placement at each side of joint. B. Premolded 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 to the 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 JOINTS 03251 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 03300 CONCRETE PART 1 - GENERAL 1.01 WORK INCLUDED A. This section covers all work necessary for providing, testing and placing ready mix concrete. B. See GENERAL CONDITIONS which contain information and requirements which apply to the Work specified herein and are mandatory for this project. 1.02 REFERENCE STANDARDS, CODES AND SPECIFICATIONS A. ACI 214 "Recommended Practice for Evaluation of Compressive Test Results of Field Concrete". B. ACI 318 "Building Code Requirement for Reinforced Concrete". C. ASTM C31 "Standard Method for Making and Curing Concrete Compressive and Flexure Test Specimens in the Field". D. ASTM C33 "Standard Specification for Concrete Aggregates". E. ASTM C94 "Standard Specification for Ready-Mix Concrete". 1.03 SUBMITTALS A. Submittals shall be in accordance with the GENERAL CONDITIONS and shall include the following: 1. Concrete mix designs and trial mix laboratory reports. ?. Manufacturer's certification of admixtures. 3. Contractor's schedule and sequence of placement. 4. All Test Results. 5. Drawings showing locations of construction joints. 1.04 QUALITY ASSURANCE A. Submit certificates of mill reports on all foreign cements for review by ENGINEER before batching concrete. CONCRETE 03300 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. Secure the services of a reputable manufacturer for counseling regarding the use of any specified admixture, as required. C. The ENGINEER shall have access to and have the right to inspect all batch plants, cement mills, and supply facilities of suppliers, manufacturers, subcontractors, and contractors providing products included in these Specifications. Batch plants shall have current certification that all weighing scales have been tested and are within the tolerances as set forth in the National Bureau of Standards Handbook No. 44. 1.05 CERTIFICATION A. Submit batch delivery tickets to the ENGINEER in compliance with and in accordance to ASTM C94. 1.06 TESTING A. Performed by an acceptable Engineering Laboratory at CITY's expense. CONTRACTOR shall assist in the collection of samples. Any retests shall be within the Scope of the Contract. B. Criteria: 1. Each test: not less than 5 cylinders; retain one after 28 days. 2. One test for every 50 consecutive cubic yards of concrete cast. 3. Furnish ENGINEER with 4 certified copies of tests made of 2 at 7 days, and 2 at 28 days. C. Questionable strength of in-place concrete: 1. Additional tests may be ordered by the ENGINEER. 2. Execute the core tests in accordance with ASTM C42 procedure. 3. Costs of additional tests showing strength of in-place concrete conforming to design criteria are the responsibility of the CITY. 4. Costs of additional tests showing noncompliance with the design criteria are the responsibility of the CONTRACTOR. 5. Additional items at CONTRACTOR's expense: a. Provide load tests as directed by the ENGINEER. Reinforce structure as directed or remove and replace all Under strength concrete structure in place. CONCRETE 03300- 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS 2.01 MATERIALS A. Cement 1. Portland cement Type I or Type II conforming to ASTM C 150. In addition, the tricalcium aluminate content of Type I cement shall not exceed 12 percent. 2. Type I or Type II cement, at the Contractor's option, may be used for nonhydraulic structures, slabs on grade, sidewalks, thrust blocks and miscellaneous. 3. Type II cement or Type I cement, in combination with pozzolan (fly ash) as hereinafter specified, shall be used for all precast sanitary structures. B. Water: potable, salt free. C. Fine Aggregate: salt free and clean, conforming to ASTM C33. D. Coarse Aggregate: salt free and clean, conforming to ASTM C33. E. All Aggregate: quarried/mined in fresh water only. 2.02 MIXES A. Slab on Grade, Thrust Blocks, sidewalks and Miscellaneous Cast-In-Place 1. 28 day compressive strength: 3000 psi 2. Minimum cement content: 5 '/2 bags per cubic yard. 3. Admixture: As required below, use only specified product. 4. Slump: 2 to 3 inches. 5. Air Content: (ASTM C231): 4 to 6 percent. B. Precast concrete: 1. 28 day compressive strength: 4000 psi, minimum, or as illustrated on the Drawings. 2. Minimum cement content for 4000 psi concrete: 6 bags per cubic yard. 3. Admixture: As required below, use only specified products. C. Flowable Fill 1. Cement: 200 Ibs/Cy. CONCRETE 03300 -3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Pozzolan (Flyash): 0 to 600 lbs/Cy. 3. Fine Aggregate: 2750 Ib/Cy. 4. Water: 500 lbs/Cy. (maximum) 2.03 ADMIXTURES A. Provide air-entraining admixture in all concrete. Admixture shall conform to ASTM C 260, except it shall be nontoxic after 30 days and shall contain no chlorides. Furnish manufacturer's compliance statement for these requirements. B. All concrete shall contain a water-reducing admixture. The admixture shall conform to ASTM C 494, Type A or Type D, except it shall contain no chlorides, shall be nontoxic after 30 days, and shall be compatible with the air-entraining admixtures. The amount of admixture added to the concrete shall be in accordance with the manufacturer's recommendations. Furnish a compliance statement that the admixture used satisfies all requirements of this Specification. C. The pozzolan to be used in combination with Type I cement, as previously specified, shall be Class C or Class F fly ash conforming to ASTM C 618-78. Furnish test data confirming that the fly ash in combination with the cement to be used meets all strength requirements, is compatible with air-entraining agents and other additives, and provides increased sulfate resistance equivalent to or better than Type II cement. 2.04 CURING COMPOUNDS A. Normal placement without special finish; approved products: I. Master Builders Company: "Masterseal". 2. Sonneborn-Contech: "Kure-N'Seal". 2.05 DEFORMED REINFORCING BARS A. ASTM A615: "Standard Specification for Deformed and Plain Billet-Steel Bars for concrete Reinforcement". I. Grade: 60 2. Minimum yield strength: 60,000 psi. B. Sizes shall be as indicated on the Drawings. 2.06 WELDED WIRE FABRIC A. Welded wire fabric shall conform to ASTM A185. CONCRETE 03300 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2.07 ACCESSORIES A. Tie wires shall be 16-gauge, black, soft-annealed wire. B. Bar supports shall be of proper type for use intended. Bar supports in beams and slabs exposed to view after stripping shall be galvanized or plastic coated. Use concrete supports for reinforcing in concrete placed on grade. PART 3 - EXECUTION 3.01 EXAMINATION A. Place no concrete until all reinforcing steel, pipes, inserts, sleeves, etc., have been set in place and reviewed by the ENGINEER. Notify the ENGINEER of scheduled pours 24 hours prior to placement. 3.02 PLACING A. Place concrete expeditiously in clean forms that are not hot to the touch; spray forms with water just prior to placing concrete. Before placing concrete directly against earth, install vapor barrier to prevent water absorption, secure reinforcement in position, inspect, and approve before placing concrete. Do not rest runways for transporting concrete on the reinforcing steel. Deposit concrete as nearly as practical in final position; and, do not allow concrete to drop freely more than 5 feet. Place all concrete during daylight, unless otherwise authorized. Where reinforcing steel above the top of the cast is coated with concrete while placing below, remove all concrete from such reinforcing steel after the placing is complete and prior to the next cast. B. Place slabs-on-grade carefully to avoid damages to the vapor barrier. C. Concrete shall not be placed in the rain or when it looks as if it is going to rain unless specifically authorized by the ENGINEER. 3.03 CONSOLIDATION A. Consolidate concrete in layers by internal vibrating equipment, supplemented by hand rodding and tamping as required. Do not use vibrators to move the concrete laterally inside the forms. B. Maintain internal vibrators at speed of at least 5000 impulses per minute when submerged in concrete. Maintain at least 1 spare vibrator in working condition at site at all times. C. Limit duration of vibration to time necessary to produce satisfactory consolidation without causing segregation. In no case more than 15 seconds per square foot of CONCRETE 03300 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) exposed surface. Move the vibrator constantly and place in each specific spot only once. 3.04 JOINTS A. Construction joints: 1. Locate as illustrated on the Drawings and as reviewed by the ENGINEER for slabs. 2. Key joints. B. Expansion Joints. Place pre-formed expansion joints as indicated on the Drawings. 3.05 CURING A. Begin curing of concrete as soon as practicable after placing, but not more than 3 hours thereafter. B. Begin curing of the structural elements immediately after removal of forms. C. Apply curing compounds as specified. 3.06 FINISHES A. Formed surfaces: 1. Patching: immediately after stripping forms, patch all defective areas with mortar similar to the concrete mix; but, without coarse aggregate. Patch minor honeycombs, bulges and other minor defects as designed by the ENGINEER, only where exposed to view. Clean, dampen, and fill all the holes with patching mortar. a. Major defective areas, as judged by the ENGINEER, including those resulting from the leakage of forms, excessive honeycombs, large bulges, and large offsets at form joints: chip away to a depth of at least 1/4 inch; and, the surfaces that are to be patched coat with an epoxy-polysulfide adhesive. Press patching mortar in for a complete bond and finish to match adjacent areas. b. Minor defective areas, as judged by the ENGINEER, including honeycombs, air bubbles, holes resulting from removal of ties and those resulting from leakage of forms: patch with grout without resorting to chipping. Minor bulges and offsets at form joints: finish as specified herein below. 2. Finishes; locations: a. Rough or board finish: for all concrete surfaces not exposed to public view. CONCRETE 03300-6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3. Finishes; definitions: a. Rough or board finish: reasonably true to line and plane. Tie holes and defects patched, and the fins exceeding 1/4 inch rubbed down, otherwise, surfaces may be left with texture imparted by forms. B. Unformed surfaces (flatwork): 1. Finishes: a. General: grade and screed slab to exact elevation, as required. After screeding, tamp mixture thoroughly to drive the coarse aggregate down from surfaces and apply finish specified hereinafter. b. Broom finish: slab on grade. 2. Finishes; definition: a. Broom finish: finish with street type broom as soon as surface water sheen has disappeared. 3.07 FIELD QUALITY CONTROL A. Only ready mixed concrete in accordance with ASTM C94 will be accepted. B. Place all concrete within 1-1/2 hours after introduction of water to mix. C. Under no circumstances may additional water be added to mix. D. Discard unused concrete older than 1-1/2 hours. Retempering is prohibited. REMAINDER OF PAGE LEFT BLANK END OF SECTION CONCRETE 03300 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 03350 CONCRETE FINISHES PART 1 -GENERAL 1.01 WORK INCLUDED A. Furnish labor, materials, equipment and incidentals required to finish cast-in-place concrete surface as specified herein. 1.02 RELATED WORK A. Patching and repair of defective and honeycombed concrete is Specified in Section 03300. 1.03 REFERENCES A. ACI 301 Specifications for Structural Concrete for Buildings. 1.04 SUBMITTALS A. Submit, as provided in the General Conditions and Section 01340 shop drawings of the proposed chemical hardener, manufacturer surface preparation and application procedures. 1.05 SCHEDULE OF FINISHES A. Concrete for the project shall be finished in the various specified manners either to remain as natural concrete or to receive an additional applied finish or material under another Section. B. The base concrete for the following conditions shall be finished as noted and as further specified herein: 1. Concrete to receive cementitious finish or stucco finish - Off form finish. 2. Concrete to receive dampproofing - Off form finish. 3. Interior exposed slab concrete - steel trowel finish (two trowelings to a burnished finish). 4. Bottom slab of exposed tanks - steel trowel finish. 5. Exterior, exposed above water concrete slabs and stairs - Broom finish. 6. Concrete where not exposed in the finished work and not scheduled to receive an additional applied finish or material - Off form finish. 7. Gunite areas -wood float with broom finish. 8. Concrete to receive chemical hardener- wood float finish. 1.06 RESPONSIBILITY FOR CHANGING FINISHES A. The surface finishes specified for concrete to receive additional applied finishes or materials are the finishes required for the proper application of the actual products specified under other Sections. Where different products are approved for use, it shall be the Contractor's responsibility to determine if changes in finishes are required and to provide the proper finishes to receive these products. B. Changes in finishes made to accommodate products different from those CONCRETE FINISHES 03350- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) specified shall be performed at no additional cost to the Owner. Submit the proposed finishes and their construction methods to the Consultant for approval. 1.07 MANUFACTURER'S SUPERVISION A. The manufacturer of the metallic aggregate hardener material shall make available at no cost, upon 72 hours notification, the services of a qualified field representative to make sure the Contractor is providing the proper application of the product under prevailing job conditions and to observe installation as required. B. The Contractor shall make arrangements for the field representative to be present. PART 2 - PRODUCTS 2.01 MATERIALS A. Portland cement and component materials required for finishing the concrete surfaces shall be as specified in Section 03300. B. Chemical hardener shall be Lapidolith, by Sonneborn, Hornolith, by W.R. Grace or approved substitute, fluorsilicate base material. PART 3 - EXECUTION 3.01 FORMED SURFACES A. Forms shall not be stripped before the concrete has attained a strength of at least 30 percent of the ultimate design strength. This is equivalent to approximately "100-day-degrees" of moist curing. B. Care shall be exercised to prevent damaging edges on obliterating the lines of chamfers, rustications or corners when removing the forms or doing any work adjacent thereto. C. Clean all exposed concrete surfaces and adjoining work stained by leakage of concrete, to the satisfaction of the Consultant. D. Off-form finish. Fins and other projections shall be removed as approved. Tie cone holes and other minor defects shall be filled as specified in Section 03300. 3.02 FLOORS AND SLABS A. Floors and slabs shall be screeded to the established grades and shall be level with a tolerance of 1/8 inch when checked with a 12 foot straightedge, except where drains occur, in which case floors shall be pitched to drains as indicated. Failure to meet either of above shall be cause for removal, grinding or other correction. B. After Paragraph 3.02A procedures are accomplished, floors and slabs for particular conditions shall be completed as scheduled in one of the following finishes: 1. Wood flat finish. Hand wood float with no coarse aggregate visible, maintaining the surface tolerance to provide a grained, non-slip finish as approved. CONCRETE FINISHES 03350 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Broomed finish. Hand wood float maintaining the surface tolerance and then broom with a stiff bristle broom in the direction of drainage to provide a non-slip finish as approved. 3. Steel trowel finish. Steel trowel to a perfectly smooth, hard even finish free from high or low spots or other defects as approved and described in Paragraph 3.02C herein. C. Following screeding as specified above, power steel trowel as follows: 1. Immediately after final screeding a dry cement/sand shake in the proportion of 2 sacks of portland cement to 350 pounds of coarse natural concrete sand shall be sprinkled evenly over the surface at the rate of approximately 500 pounds per 1,000 square feet of floor. Neat, dry cement shall not be sprinkled on the surface. This shake shall be thoroughly floated into the surface with an approved disc type power compacting machine weighing at least 200 pounds if a 20 inch disc is used or 300 pounds if a 24 inch disc is used (such as a "Kelly Float" as manufactured by the Weisner-Rapp Corporation of Buffalo, New York). A mechanical blade-type float or trowel is not acceptable for this work. a. NOTE: This operation (application of the cement/sand shake) may be eliminated at the discretion of the Consultant if the base slab concrete exhibits adequate fattiness and homogeneity, and the need is not indicated. 2. In lieu of power steel troweling, small areas shall be compacted by hand steel troweling with the dry cement/sand shake as ordered. 3. The floor or slab shall be compacted to a smooth surface and the floating operation continued until sufficient mortar is brought to the surface to fill all voids. The surfaces shall be tested with a straightedge to detect high and low spots which shall be eliminated. 4. Compactions shall be continued only until thorough densification is achieved and a small amount of mortar is brought to the surface. Excessive floating shall be avoided. 5. After the surface moisture has disappeared, surface shall be steel-troweled to a smooth, even, impervious finish, free from trowel marks. After cement has set enough to ring the trowel, the surfaces of all slabs except concrete roof slabs and bottom tanks shall be given a second steel-troweling to a burnished finish. 3.03 HARDENED APPLICATION A. Where floor slabs are not be otherwise coated or covered, a hardener shall be applied to the floor slabs with monolithic finish after 28 days, minimum, concrete cure. The floors shall be thoroughly cured, cleaned, and perfectly dry with all work above them completed. The hardener shall be applied evenly and freely, using three coats, allowing 24 hours between coats. The first coat of fluorsilicate hardeners shall be 1/3 strength, second coat 1/2 strength and third coat 2/3 strength, and each coat shall be applied so as to remain wet on the concrete surface for 15 minutes. Sodium silicate hardener shall be applied in three coats, each at full strength and at the rate of 1/3 gallon per 100 square feet. Approved proprietary hardeners shall be applied in conformance with manufacturer's CONCRETE FINISHES 03350 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) instructions. After the final coat is completed and dry, surplus hardener shall be removed from the surface by scrubbing and mopping with water. 3.04 WATERTIGHTNESS A. All structures to contain water shall be watertight and shall be free from any perceptible leakage. 3.05 APPROVAL OF FINISHES A. All concrete surfaces will be inspected during the finishing process by the Consultant. B. Surfaces which, in the opinion of the Consultant, are unsatisfactory shall be refinished or reworked until approved by the Consultant. END OF SECTION CONCRETE FINISHES 03350 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 15010 TESTING PIPING SYSTEMS PART 1 - GENERAL 1.01 DESCRIPTION A. Perform pressure testing of water mains and sewage force mains using Contractor's qualified personnel or employ and pay for a qualified organization to perform specified services. 1.02 RELATED SECTIONS A. Section 15060— HDPE Pipe B. Section 15064—General Purpose PVC Pipe and Fittings C. Other Sections as applicable. 1.01 REFERENCES A. AWWA C600— Installation of Ductile-Iron Mains and their Appurtenances B. AWWA C605— Underground Installation of PVC and Molecularly Oriented PVCO Pressure Pipe and Fittings 1.02 DESCRIPTION A. Perform testing of piping systems in accordance with the latest edition of the AWWA REFERENCES and as specified above. B. Provide instrument required for testing of piping systems. 1. Make instruments available to Engineer to facilitate spot checks during testing. 2. Retain possession of instruments; remove from site at completion of services. C. Provide all water required for flushing and testing. The Contractor shall obtain a construction meter from the local municipality at current rates and pay for meter rental and all water used. D. Provide all necessary pumping equipment and other equipment, materials, and facilities required for proper completion of the flushing and testing specified. E. Source and quality of water, procedure, and test equipment shall be acceptable to the Engineer. Length of tested line shall not exceed 2,000 feet. F. All tests shall be made in the presence of the Engineer. Notify Engineer at least TESTING PIPING SYSTEMS 15010- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 48 hours before any Work is to be inspected or tested. G. If inspection or test shows defects, the piping system(s) shall be repaired or replaced, and inspection repeated, until such piping is acceptable to the Engineer. H. All pipe, fittings, valves, and joints shall be carefully examined during test. Leaky joints shall be tightened by remaking the joint. I. Sections of the system may be tested separately. It shall be distinctly understood that any defect which may subsequently develop in section already tested and accepted shall promptly be corrected and that section retested. J. Disposal of the water used for testing shall be subject to the approval of the Engineer. 1.03 QUALITY ASSURANCE A. The organization which performs the testing shall, prior to testing, provide their qualifications and demonstrate their ability to perform the services to the satisfaction of the Engineer. 1.04 SUBMITTALS A. Preliminary 1. Submit three copies of documentation to confirm compliance with Quality Assurance provisions: a. Organization supervisor and personnel training and qualifications. b. Specimen copy of each of the report forms proposed for use. B. At least 14 days prior to Contractor's request for final inspection, submit three copies of final reports on applicable reporting forms, for review. 1. Each individual final reporting form must bear the signature of the person who recorded data and that of the supervisor of the reporting organization. 2. Identify instruments of all types which were used and last date of calibration of each. 1.05 JOB CONDITIONS A. Prior to start of testing of piping systems, verify that required "Job Conditions" are met: 1. System or system element installation is complete. 2. All required materials, water, instruments, etc. are on hand. 3. All other preparations are completed. 1.06 TESTING PROCEDURES A. Gravity Sewer System: TESTING PIPING SYSTEMS 15010 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1. Deflection Testing a. PVC pipe shall be tested for excessive deflection by means of a "Go, No-Go" mandrel or sewer ball. A 7 1/2% Deflection Mandrel shall be pulled through each manhole section to determine if excessive deflection has taken place. If the mandrel fails to be pulled through the sewer pipe, the Contractor shall attempt to pull the mandrel through from the other end of the manhole section. If the mandrel fails to be pulled through, again, the Contractor shall repair or replace that portion of the sewer main which has exceeded the 7 1/2% allowable pipe deflection. b. The Deflection Mandrel to be used for testing shall be submitted to the Engineer for approval prior to use. Each mandrel shall be constructed and utilized in accordance with the Uni-Bell Handbook of P.V.C. Pipe and the North American Pipe Corporation. c. Deflection Testing shall not take place until thirty days following the final backfilling over the pipe. This will allow time for settlement of all the backfill material. The Engineer's representative shall be present at all deflection tests. d. As an alternative to Deflection Mandrel testing, deflection testing may be performed by lamping if approved by the Owner and Engineer. Sewer lamping shall be witnessed by the Engineer and a representative of the Owner. 2. Exfiltration and Infiltration Testing a. Leakage tests by exfiltration and infiltration, as described below, will be made on all pipe. The Engineer shall have the option of determining which test(s) shall be employed. Generally, if the groundwater table is below the bottom of the pipe an exfiltration test shall be used. All other pipe shall be tested for infiltration. b. Exfiltration Test 1) Exfiltration tests will be made on the pipe before or after backfilling at the discretion of the Engineer. The length of the sewer to be tested shall be such that the head over the crown of the upstream end is not less than 2 feet and the head over the downstream crown is not more than 6 feet unless directed otherwise by the Engineer. The sewer shall be plugged by pneumatic bags or mechanical plugs in such a manner that the air can be released from the sewer while it is being filled with water. The test shall be continued for one hour and provisions shall be made for measuring the amount of water required to maintain the water at a constant level during this period. If test results are unsatisfactory, the Engineer may direct that additional tests are made on any or all of the pipe. 2) If any joint shows an appreciable amount of leakage, the jointing material shall be removed and joint remade. If any pipe is defective, it shall be removed and replaced. No amount of leakage will be accepted. If the amount of TESTING PIPING SYSTEMS 15010- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) leakage indicates defective joints or broken pipes, they shall be corrected by the Contractor. c. Infiltration Test 1) Pipe shall be tested for infiltration after the backfill has been placed. Infiltration tests shall be made under the supervision of the Engineer, and the length of line to be tested shall be as directed by the Engineer. There shall be no allowable leakage. 2) Manhole exfiltration leakage shall not exceed 4 gallons per day per unit. 3) Sewer pipe exfiltration leakage shall not exceed 10 gallons per day per inch diameter per mile in a two-hour test period for any length of section tested. 4) Visible manhole or sewer pipe infiltration leakage shall not be acceptable. 5) Rates of infiltration shall be determined by means of a V- notch weir to be provided and installed by the Contractor in an approved manner, and at such times and locations as may be directed by the Engineer. 6) If an inspection of the completed sewer or any part thereof shows any manholes, pipes, or joints which allow the infiltration of water in a noticeable stream or jet, the defective work or material shall be replaced or repaired as directed. 7) All water used in testing and flushing shall be furnished at the Contractor's expense. 3. The sanitary sewer system shall be televised prior to final acceptance by the Engineer or the Owner. Video recording and reporting shall be reviewed. Contractor shall be responsible for correcting any deficiencies prior to acceptance by the Owner or submittal to any permitting agency. Testing and corrections shall be at the Contractor's expense. B. Pressure Piping Systems 1. Water, sewer, and drainage pressure piping shall pass a hydrostatic pressure test and a leakage test as defined below before acceptance. The pressure and leakage test shall be made after all jointing operations are completed and after backfilling is completed. All concrete reaction blocks, or other bracing and restraining facilities, shall be in place at least 14 days before the initial filling of the line. 2. The pressure and leakage tests may be applied to an individual section of line isolated between the existing line valves or may be applied to shorter sections of line at the Contractor's option. If shorter sections are tested, test plugs or bulkheads as required at the ends of the test section shall be furnished and installed by the Contractor at his expense, together with all anchors, braces, and other devices required to withstand the hydrostatic pressure on such plug or plugs, without imposing any hydraulic thrust on TESTING PIPING SYSTEMS 15010-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) the pipe line or any part thereof. The Contractor shall be solely responsible for any and all damage to the pipe line, and/or to any other facility, which may result from the failure of test plugs furnished by him or supports therefore, in any case. 3. Hydrostatic Tests: a. The section of line to be tested shall be slowly filled with water and all air expelled from the pipe. Care shall be taken that all air valves are installed and open in the section being filled, and that the rate of filling does not exceed the venting capacity of the air valves. b. Hydrostatic test pressure shall be as follows: System Test Pressure Wastewater Force 150 psi Main Potable Water Main 150 psi Other Pressure Pipe 1.5 times maximum operation pressure at the lowest elevation of the test section. c. After the pipe has been laid, all newly laid pipe of any valved section thereof shall be subjected to a hydrostatic pressure test. 1) Test pressure shall: Not exceed pipe or thrust-restraint design pressures. ii. Be of at least 2-hour duration. iii. Not vary by more than ±5 psi (0.35 Bar) for the duration of the test. iv. Not exceed twice the rated pressure of the valves or hydrants when the pressure boundary of the test section includes closed gate valves or hydrants. NOTE: Valves shall not be operated in either direction at differential pressures exceeding the rated pressures. v. Not exceed the rated pressure of the valves when the pressure boundary of the test section includes closed valves. 2) Each valved section of pipe shall be filled with water slowly and the specified test pressure based on the elevation of the lowest point of the line or section under test and corrected to the elevation of the test gauge shall be applied by means of a pump connected to the pipe in a manner satisfactory to the Engineer. Valves shall not be operated in either the opening or closing direction at differential pressures above the rated pressure. The system shall be allowed to stabilize at the test pressure before conducting the leakage test. d. Examination: Any exposed pipe, fittings, valves, hydrants, and TESTING PIPING SYSTEMS 15010- 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) joints shall be examined carefully during the test. Any damaged or defective pipe fittings, valves, or hydrants that are discovered following the pressure test shall be repaired or replaced with sound material and the test shall be repeated until it is satisfactory to the Engineer. 1) Leakage Test A leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or valved section thereof, to maintain pressure within 5 psi (0.35 Bar) of the specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. Leakage SHALL NOT BE MEASURED BY A DROP IN PRESSURE IN A TEST SECTION OVER A PERIOD OF TIME. ii. No pipe installation will be accepted if the leakage is greater than that determined by the following formula: L= SD*P/2 148,000 In which L is the allowable leakage, in gallons per hour; S is the length of pipe tested in feet; D is the nominal diameter of the pipe in inches; and P is the average test pressure during the leakage test in pounds per square inch. (a) To obtain leakage in liter/hour, multiply the values in the table by 3.785. (b) When testing against closed metal-seated valves, an additional leakage per closed valve of 0.0078 gal/h/in (0.0012 Uh/mm) of nominal valve size shall be allowed. (c) When hydrants are in the test section, the test shall be made against the closed hydrant. (d) Acceptance shall be determined on the basis of allowable leakage. If any test of pipe laid discloses leakage greater than that specified in Section "b"above, Contractor shall, at his own expense, locate and make repairs as necessary until the leakage is within the specified allowance. (e) All visible leaks are to be repaired regardless of the amount of leakage. e. For hydrostatic testing of HDPE, Contractor shall adhere to the requirements of ASTM F2164. See Section 15060. TESTING PIPING SYSTEMS 15010- 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION 3.01 GENERAL A. Prior to testing, pig and flush all piping systems with water to remove all debris in the system. Pigging of lines 12" and smaller is not required unless the line becomes contaminated. B. No separate payment for testing shall be made. END OF SECTION TESTING PIPING SYSTEMS 15010 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK TESTING PIPING SYSTEMS 15010 - 8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 15060 HIGH DENSITY POLYETHYLENE (HDPE) PIPE AND FITTINGS PART 1 - GENERAL 1.01 DESCRIPTION A. Furnish all labor, materials, equipment and incidentals required to install HDPE pressure pipe, fittings, and appurtenances as shown on the Drawings and specified herein. The products and materials specified herein are intended to be standard types of HDPE Pressure Mains (AWWA C901 and C905) and ductile iron fittings. 1.02 RELATED SECTIONS A. Section 02221 - Trenching, Bedding, and Backfill for Pipe B. Section 02341 - Horizontal Directional Drilling (HDD) with (HDPE) Pipe C. Section 15100 - Valves and Appurtenances D. Other Sections as applicable. 1.03 REFERENCES A. AWWA C901 Polyethylene (PE) Pressure Pipe & Tubing - '/2 Inch Through 3 Inch for Water Service. B. AWWA C906 Polyethylene (PE) Pressure Pipe & Fittings - 4 Inch Through 63 Inch for Water Distribution. C. ASTM D1238 Melt Flow Index D. ASTM D1505 Density of Plastics E. ASTM D2837 Hydrostatic Design Basis F. ASTM D3035 Standard Spec for PE Pipe (DR-PR) Based on Controlled Outside Diameter. G. ASTM D3261 Butt Heat Fusion PE Fittings for PE Pipe & Tubing H. ASTM D3350 Standard Specification for PE Pipe & Fittings Materials I. NSF/ANSI STD. #61 Drinking Water Components J. NSF/ANSI STD. #14 Plastic Piping Components & Related Materials HDPE PIPE 15060- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 1.04 QUALIFICATIONS A. All of the HDPE pipe and ductile-iron fittings shall be furnished by manufacturers who are fully experienced, reputable, and qualified in the manufacture of the materials to be furnished. The pipe and fittings shall be designed, constructed, and installed in accordance with AWWA Standards for HDPE Pipe and using the best practices and methods as specified herein. The pipe manufacturer shall supply a one year warranty from date of shipment of their products. All pipes and fittings shall have NSF product certification and be U.L. product certified. 1.05 SUBMITTALS A. Submit to the Engineer within thirty (30) days after execution of the Contract a list of materials to be furnished, the names of the suppliers, and the date of delivery of materials to the site. B. All HDPE pipe and ductile-iron fittings to be installed under this Contract shall be inspected and tested at the foundry as required by the standard specifications to which the material is manufactured. Furnish to the Engineer in duplicate sworn certificates of such tests and their results. In addition, all HDPE pipe and ductile iron fittings to be installed under this Contract may be inspected at the foundry for compliance with these Specifications by an independent testing laboratory selected by the Owner. The manufacturer's cooperation shall be required in these inspections. The cost of foundry inspection requested by the Owner of all pipe approved for this contract will be borne by the Owner. C. Shop Drawings shall be submitted to the Engineer for approval and shall include dimensioning, methods and locations of supports an all pertinent technical specifications for all piping to be furnished. Shop drawings shall be prepared by the pipe manufacturer. PART 2 - PRODUCTS 2.01 MATERIALS A. Materials used for the manufacture of polyethylene pipe and fittings shall be made from a PE4710 high density polyethylene resin compound meeting cell classification 345434C per ASTM D3350; and meeting Type III, Class C, Category 5, Grade P34 per ASTM D1238. B. High Density Polyethylene (HDPE) pipe shall comply with AWWA Specifications C901 or 906 as applicable. C. If rework compounds are required, only those generated in the Manufacturer's own plant from resin compounds of the same class and type from the same raw material supplier shall be used. D. Dimensions and workmanship shall be as specified by ASTM F714. HDPE fittings and transitions shall meet ASTM D3261. HDPE pipe shall have a minimum density of 0.955 grams per cubic centimeter. All HDPE pipe and HDPE PIPE 15060 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) fittings shall have a Hydrostatic Design Basis (HDB) of 1,600 psi. E. HDPE pipe and accessories shall have a Standard Dimension Ration (SDR) as indicated on the Drawings. F. The pipe manufacturer must certify compliance with the above requirements. 2.02 FITTINGS A. All fittings shall be ductile iron pipe (DIP) unless otherwise indicated on the Drawings. B. HDPE fittings: 1. All molded fittings and fabricated fittings shall be fully pressure rated to match the pipe SDR pressure rating to which they are made. All fittings shall be molded or fabricated by the manufacturer. No Contractor fabricated fittings shall be used unless approved by the Engineer. 2. The manufacturer of the HDPE pipe shall supply all HDPE fittings and accessories as well as any adapters and/or specials required to perform the work as shown on the Drawings and specified herein. 3. All fittings shall be installed using butt-fused fittings, thermo-f used fittings/couplings, or flanged adapters and must be approved by the Engineer. No size on size wet taps shall be permitted. C. All transition from HDPE pipe to ductile iron or PVC shall be made per the approval of Engineer and per the HDPE pipe manufacturer's recommendations. A molded flange connector adapter within a carbon steel back-up ring assembly shall be used for pipe type transitions. Ductile iron back-up rings shall mate with cast iron flanges per ANSI B16.1. A 316 stainless steel back-up ring shall mate with a 316 stainless steel flange per ANSI B16.1 1. Transition from HDPE to ductile iron fittings and valves shall be approved by Engineer before installation. 2. No solid sleeves shall be allowed between such material transitions. 2.03 PIPE IDENTIFICATION A. The following shall be continuously indent printed on the pipe or spaced at intervals not exceeding 5 feet: 1. Name and/or trademark of the pipe manufacturer. 2. Nominal pipe size. 3. Dimension ratio. 4. The letters PE followed by the polyethylene grade in accordance with ASTM D1248 followed by the hydrostatic design basis in 160's of psi, HDPE PIPE 15060- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) e.g., PE 3408. 5. Manufacturing standard reference, e.g., ASTM F714 or D3035, as required. 6. A production code from which the date and place of manufacture can be determined. 7. Color identification, either stripped by co-extruding longitudinal identifiable color markings or shall be solid in color and as follows: a. BLUE—Potable Water b. GREEN —Sanitary Sewer c. LAVENDAR— IQ Cover All d. BLACK - Drainage PART 3 - EXECUTION 3.01 JOINTING METHOD A. The pipe shall be joined with butt, heat fusion joints as outlined in ASTM D3261. All joints shall be made in strict compliance with the manufacturer's recommendations. A factory qualified joining technician as designated by the pipe manufacturer or an experienced, trained technician shall perform all heat fusion joints in the presence of the inspector. B. Lengths of pipe shall be assembled into suitable installation lengths by the butt- fusion process. All pipes so joined shall be made from the same class and type of raw material made by the same raw material supplier. Pipe shall be furnished in standard laying lengths not to exceed 50 feet and no shorter than 20 feet. C. On days butt fusions are to be made, the first fusion shall be a trail fusion in the presence of an inspector. The following shall apply: 1. Heating plates shall be inspected for cuts and scrapes. The plate temperature shall be measured at various locations to ensure proper heating/melting per manufacturer's recommendations and approval by inspector. 2. The fusion or test section shall be cut out after cooling completely for inspection. 3. The test section shall be 12" or 30 times (minimum) the wall thickness in length and 1" or 1.5 times the wall thickness in width (minimum). 4. The joint shall be visually inspected as to continuity of "beads" from the melted material, and for assurance of "cold joint" prevention (i.e. joint shall have visible molded material between walls of pipe). Joint spacing HDPE PIPE 15060 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) between the walls of the two ends shall be a minimum of 1/16" to a maximum 3/16". D. The polyethylene flange adapters at pipe material transitions shall be backed up by stainless steel flanges conforming to ANSI B16.1 and shaped as necessary to suit the outside dimensions of the pipe. The flange adapter assemblies shall be connected with corrosion resisting bolts and nuts of Type 316 Stainless Steel. All bolts shall be tightened to the manufacturer's specified torques. Bolts shall be tightened alternatively and evenly. After installation apply a bitumastic coating to bolts and nuts. 3.02 INSTALLATION A. High Density Polyethylene (HDPE) pipe shall be installed in accordance with the instruction of the manufacturer, as shown on the drawings and as specified herein. A factory qualified joining technician as designated by the pipe manufacturer shall perform all heat fusion joints. B. HDPE shall be installed either by Open Trench Construction or Directional Bore Method as outlined in this section. C. Care shall be taken in loading, transporting, and unloading to prevent injury to the pipe. Pipe or fitting shall not be dropped. All pipe or fitting shall be examined before installation, and no piece shall be installed which is found to be defective. Any damage to the pipe shall be repaired as directed by the Engineer. If any defective pipe is discovered after it has been installed, it shall be removed and replaced with a sound pipe in a satisfactory manner by the contractor, at their own expense. D. Under no circumstances shall the pipe or accessories be dropped into the trench or forced through a directional bore upon "pull-back". E. Care shall be taken during transportation of the pipe such that it will not be cut, kinked, or other damaged. F. Ropes, fabric, or rubber protected slings and straps shall be used when handling pipes. Chains, cables, or hooks inserted into the pipe ends shall not be used. Two slings spread apart shall be used for lifting each length of pipe. G. Pipes shall be stored on level ground, preferable turf or sand, free of sharp objects, which could damage the pipe. Stacking of the polyethylene pipe shall be limited to a height that will not cause excessive deformation of the bottom layers of pipes under anticipated temperature conditions. Where necessary due to ground conditions, the pipe shall be stored on wooden sleepers, spaced suitably and of such width as not to allow deformation of the pipe at the point of contact with the sleeper or between supports. H. Pipe shall be stored on clean level ground to prevent undue scratching or gouging. The handling of the pipe shall be in such a manner that the pipe is not damaged by dragging it over sharp and cutting objects. The maximum allowable depth of cuts, scratches, or gouges on the exterior of the pipe is 10 percent of HDPE PIPE 15060 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) wall thickness. The interior pipe surface shall be free of cuts, gouges, or scratches. I. Pipe shall be laid to lines and grade shown on the drawings with bedding and backfill as shown on the drawings. J. When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by fabricated plugs. or by other approved means. K. Sections of pipe with cuts, scratches, or gouges exceeding 10 percent of the pipe wall thickness shall be removed completely and the ends of the pipeline rejoined. L. The pipe shall be joined by the method of thermal butt fusion, as outlined in this section. All joints shall be made in strict compliance with the manufacturer's recommendations. M. Mechanical connections of the polyethylene pipe to auxiliary equipment such as valves, pumps, and tanks shall be through flanged connections which shall consist of the following: 1. A polyethylene flange shall be thermally butt-fused to the stub end of the pipe. 2. A 316 stainless steel back up ring shall mate with a 316 stainless steel flange. 3. 316 stainless steel bolts and nuts shall be used. N. Flange connections shall be provided with a full-face neoprene gasket. 0. All HDPE pipe must be at the temperature of the surrounding soil at the time of backfilling and compaction. P. If a defective pipe is discovered after it has been installed, it shall be removed and replaced with a sound pipe in a satisfactory manner at no additional cost to the Owner. All pipe and fittings shall be thoroughly cleaned before installation, shall be kept clean until they are used in the work and when laid, shall conform to the lines and grades required. Q. Open Trench Installation: 1. Specification, Section 022221 — Trenching, Bedding, and Backfilling shall apply in its entirety. 2. The centerline of the pipe shall not deviate from a straight line drawn between the centers of the openings at the ends of the pipe by more than 1/16 inch per foot of length. If a piece of pipe fails to meet this requirement check for straightness, it shall be rejected and removed from the site. Laying instructions of the manufacturer shall be explicitly followed. HDPE PIPE 15060 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3. Good alignment shall be preserved during installation. Deflection of the pipe shall occur only at those places on design drawings and as approved by the Engineer. Fittings, in addition to those shown on the drawings, shall be used only if necessary or required by the Engineer. 4. Each length of the pipe shall have the assembly mark aligned with the pipe previously laid and held securely until enough backfill has been placed to hold the pipe in place. Joints shall not be "pulled" or "cramped". 5. Precautions shall be taken to prevent flotation of the pipe in the trench. 6. When moveable trench bracing such as trench boxes, moveable sheeting, shoring or plates are used to support the sides of the trench, care shall be taken in placing and moving the boxes or supporting bracing to prevent movement of the pipe, or disturbance of the pipe bedding and the backfill. Trench boxes. moveable sheeting, shoring, or plates shall not be allowed to extend below top of the pipe. As trench boxes, moveable sheeting, shoring, or plates are moved, pipe bedding shall be placed to fill any voids created and the backfill shall be re-compacted to provide uniform side support for the pipe. 7. Restrained joints shall be installed where shown on the drawings or as directed by the Engineer. R. Directional Bore Installation 1. Refer to Section 02341 in its entirety. 3.03 PRESSURE AND LEAKAGE TESTS OF UNDERGROUND PRESSURE PIPING A. Hydrostatic pressure and leakage test shall conform to ASTM F2164-18. B. The pressure required for the field hydrostatic pressure test shall be 150 psi. The Contractor shall provide temporary plugs and blocking necessary to maintain the required test pressure. Corporation cocks at least 3/4 inches in diameter, pipe riser and angle globe valves shall be provided at each pipe dead-end in order to bleed air from the line. Duration of pressure test shall be at least two hours. The cost of these items shall be included as a part of testing. C. The leakage test shall be a concurrent test at the maximum operating pressure as determined by the Engineer with the pressure test and shall be of not less than 1- hour duration. All leaks evident at the surface shall be repaired and leakage eliminated regardless of total leakage as shown by test. Lines which fail to meet tests shall be repaired and retested as necessary until test requirements are complied with. Defective materials, pipes, valves, and accessories shall be removed and replaced. The pipelines shall be tested in such sections as may be directed by the Engineer by shutting valves or installing temporary plugs as required. The line shall be filled with water and all air removed and the test pressure shall be maintained in the pipe for the entire period by means of a force pump to be furnished by the Contractor. Accurate means shall be provided for measuring the water required to maintain this pressure. The amount of water HDPE PIPE 15060 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) required is a measure of the leakage. D. The amount of leakage which will be permitted shall be in accordance with ASTM F2164-18. E. The Contractor must submit their plans for testing to the Engineer for review at least ten (10) days before starting the test. The Contractor shall remove and adequately dispose of all blocking material and equipment after completion and acceptance of the field hydrostatic test, unless otherwise directed by the Engineer. Any damage to the pipe coating shall be repaired by the Contractor. Lines shall be totally free and clean prior to final acceptance. 3.04 CLEANING AND FLUSHING A. The pipe shall be thoroughly cleaned of all foreign matter before installation. It is the responsibility to insure cleanliness of the pipe during installation and backfilling. At the conclusion of the work, the Contractor shall thoroughly clean all of the pipe, if necessary, by flushing with water or other materials which may have entered during the construction period. Debris cleaned from the lines shall be removed from the lowest outlet. If pipe is cleaned and if the groundwater level is above the pipe or following a heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired by the Contractor. END OF SECTION HDPE PIPE 15060 - 8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 15064 GENERAL PURPOSE POLYVINYL CHLORIDE (PVC) PIPE AND FITTINGS PART 1 - GENERAL 1.01 DISCRIPTION A. Furnish labor, materials, equipment, and incidentals required to install the PVC pipe, fittings and appurtenances shown on the Drawings and specified herein. 1.02 RELATED SECTIONS A. Section 01340—Shop Drawings, Working Drawings, and Samples B. Section 15010—Testing Piping Systems C. Other Sections as applicable. 1.03 REFERENCES A. PVC piping shall be installed in the locations as indicated in the Drawings. 1.04 QUALIFICATIONS A. Plastic pipe, fittings, and appurtenances shall be furnished by a single manufacturer who is fully experienced, reputable, and qualified in the manufacture of the items to be furnished. The equipment shall be designed, constructed, and installed in accordance with the best practices and methods and shall comply with these Specifications. 1.05 SUBMITTALS A. Submit shop drawings in accordance with the General Conditions and Section 01340. Provide dimensioning and technical specifications for piping to be furnished. B. Submit samples of all materials specified herein. C. Submit a pipe layout schedule listing pipe size and Class, use, and location. 1.06 TOOLS A. Special tools, solvents, lubricants, and caulking compounds required for normal installation shall be furnished with the pipe. GENERAL PURPOSE PVC PIPES AND FITTINGS 15064- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 2 - PRODUCTS 2.01 MATERIALS A. Plastic pipe shall be rigid polyvinyl chloride (PVC) and shall be in accordance with ASTM D1784, D3034, and F477 as manufactured by North American Specialty Products, Diamond Plastics Corporations, JM Eagle, National Pipe & Plastics, Inc., Next Polymers, North American Pipe, Corp.. or Sanderson Pipe Corp. B. The pipe shall be suitable for field cutting, welding, bending, and coupling; shall be SDR 26 unless otherwise indicated. Color shall be green for sanitary sewer application. PVC may not be used for depths greater than 13 feet. C. All sewer connections to existing and proposed manholes shall be resilient, waterproof connections designed in accordance with ASTM C923 "Resilient Connectors between Reinforced Concrete Manhole Structures and Pipes". Resilient pipe connectors shall be installed following casting in a cored or cast opening of the manhole wall. When the pipe is installed in the resilient manhole connector, the pipe shall be capable of a 20 degree minimum deflection in any direction. D. For existing manholes. Contractor shall cut an opening (core-bore) in the manhole to a size to allow the pipe with a waterstop attached plus one (1) inch clearance on all sides. Cut out existing concrete channel fill, allowing room to form satisfactory new flow channel. E. All pipe shall be bundled or packaged in such a manner as to provide adequate protection for the ends, whether threaded or flanged, during transportation from the manufacturer. F. Fittings shall be the socket type for solvent welded joints as designated in ASTM D3034, except where threaded as shown on the Drawings. G. Styrene Butadiene Rubber (SBR) Sealing gaskets will be required at pipe joints and must conform to ASTM D3034, ASTM Standard F477, and ASTM D429-B for high-head applications (above 150 kPa of 50-ft head). H. Expansion joints shall have integral duck and rubber flanges. They shall have individual solid steel ring reinforcement with a carcass of highest grade woven cotton or acceptable synthetic fiber. Joints shall be constructed of pipeline size and shall meet working pressure and corrosive conditions similar to the line where installed. They shall be of a filled arch type construction with a minimum of three arches per joint. All joints must be finish-coated with Hypalon paint to prevent ozone attack. They shall be Style 500 as manufactured by Mercer Rubber Co. of Trenton, New Jersey, or approved equal. GENERAL PURPOSE PVC PIPES AND FITTINGS 15064 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 3 - EXECUTION 3.01 INSTALLATION A. The installation of plastic pipe shall be done in strict accordance with the manufacturer's technical data and printed instructions. B. Joints for plastic pipe shall be solvent welded. except flanged or threaded where required. In making solvent welded connections, clean dirt and moisture from pipe and fittings, bevel pipe ends slightly with emery cloth, and apply solvent cement. Expansion joints shall be installed every 50 feet on long runs and in every straight run longer than 15 feet. C. Installation of valves and fittings shall be in strict accordance with manufacturer's instructions. Particular care shall be taken not to overstress threaded connections at sleeves. In making solvent welded connections care shall be taken to ensure that no solvent is spilled on valves or allowed to run from joints. D. All piping shall have a sufficient number of unions to allow convenient removal of piping and shall be as approved by the Engineer. E. Where plastic pipe passes through wall sleeves, joints shall be sealed with a mechanical sealing element. F. All plastic pipe-to-metal pipe connections shall be made using flanged connections. Metal piping shall not be threaded into plastic fittings, valves, or couplings, nor shall plastic piping be threaded into metal valves, fittings, or couplings. G. Concrete inserts for hangers and supports shall be furnished and installed in the concrete as it is placed. The inserts shall be set in accordance with the requirements of the piping layout and the Contractor shall verify their locations from approved piping layout drawings and the structural drawings. 3.02 FIELD PAINTING A. Pipe normally exposed to view shall be painted and marked as specified in the Painting Section 09900. Identify pipe contents, direction of flow, use proper color (per OSHA) and identification of pipe. 3.03 TESTING A. Pipelines shall remain undisturbed for 24 hours to develop complete strength at all joints. All leaks shall be repaired and lines retested as approved by the Owner. Prior to testing, the pipelines shall be supported in an approved manner to prevent movement during tests. B. Refer to Section 15010—Testing Piping Systems. GENERAL PURPOSE PVC PIPES AND FITTINGS 15064 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) END OF SECTION GENERAL PURPOSE PVC PIPES AND FITTINGS 15064-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK GENERAL PURPOSE PVC PIPES AND FITTINGS 15064 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 15065 POLYVINYL CHLORIDE (PVC) WATER MAIN PIPE PART 1 - GENERAL 1.01 DESCRIPTION A. Furnish labor, materials, equipment and incidentals required to install the PVC pressure mains, ductile iron fittings, and appurtenances shown on the Drawings and specified herein. 1.02 RELATED SECTIONS A. Section 02221 - Trenching, Beddings, and Backfill for Pipe B. Section 15062 - Ductile Iron Pipe and Fittings C. Section 15100 - Valves and Appurtenances D. Other Sections as applicable. 1.03 REFERENCES A. AWWA C900-16 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 In. Through 60 In. (100 mm Through 1,500 mm) B. ANSI/AWWA C905 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in. through 48 in. (350 mm through 1200 mm), for Water Transmission and Distribution. 1.04 QUALIFICATIONS A. All of the PVC pipe and ductile-iron fittings shall be furnished by manufacturers who are fully experienced, reputable, and qualified in the manufacture of the materials to be furnished. The pipe and fittings shall be designed, constructed, and installed in accordance with AWWA Standards for PVC Pipe and in accordance with the best practices and methods as specified herein. The pipe manufacturer shall supply a one-year warranty from date of shipment of their products. All pipes and fittings shall have NSF product certification and shall be U.L. product certified. 1.05 SUBMITTALS A. Within thirty (30) days after execution of the Contract, Contractor shall submit to the Engineer a list of materials to be furnished, the names of the materials suppliers, and the date of delivery of materials to the site. B. All PVC pipe and ductile-iron fittings to be installed under this Contract shall be PVC WATER MAIN PIPE 15065 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) inspected and tested, as required by the standard specifications, at the foundry at which the material is manufactured. Contractor shall furnish to the Engineer, in duplicate, sworn certificates of such tests and their results. In addition, all PVC pipe and ductile iron fittings to be installed under this Contract may be inspected at the foundry for compliance with these Specifications by an independent testing laboratory selected by the City. The manufacturer's cooperation shall be required in these inspections. The cost of such foundry inspections shall be borne by the City. C. Shop Drawings for all piping being furnished shall be submitted to the Engineer for approval. Shop Drawings shall include dimensioning, methods and locations of supports, and all pertinent technical specifications. Shop drawings shall be prepared by the pipe manufacturer. PART 2 - PRODUCTS 2.01 MATERIALS A. The PVC mains shall be un-plasticized polyvinyl chloride (PVC) plastic pipe with integral bell containing a locked in ring and spigot joints. B. Pipe 4" through 12" shall meet the requirements of AWWA C900, "Polyvinyl Chloride (PVC) Pressure Pipe" and shall be Class 150 pipe meeting the requirements of DR18. Pipe 14" through 24" shall meet the requirements of AWWA C905 "PVC Water Transmission Pipe" and shall be Class 235 pipe meeting the requirements of DR-18. C. All pipe shall be suitable for use as a pressure conduit. Provisions must be made for expansion and contraction at each joint with an elastomeric ring. The bell shall consist of an integral wall section with a locked-in, solid cross section elastomeric ring which meets the requirements of ASTM D1869 and F-447. The bell section shall be designed to be at least as strong as the pipe wall and shall meet the requirements of AWWA C900 and C905. Sizes and dimensions shall be as shown in this specification. D. Standard laying lengths shall be 20 feet (+1") for all sizes. One hundred percent of the total footage of pipe of any class and size shall be furnished in standard lengths. Each standard length of pipe shall be factory tested to four times the class pressure of the pipe specified for a minimum of 5 seconds. The integral bell shall be tested with the pipe. E. The pipe stiffness using F/Y for PVC class water pipe is contained in the table below: For 4"through 12" pipe: Class DR F/Y (psi) 100 25 129 150 18 364 PVC WATER MAIN PIPE 15065 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 200 14 815 F. Fittings for use with PVC water main pipe shall be ductile iron as specified under Section 15062. G. The manufacturer shall randomly select samples of pipe and test them in accordance with ASTM D1599. All test samples shall withstand, without failure, pressures listed below when applied for 60-70 seconds. Class 100 shall have a minimum burst pressure of 535 psi at 73 F. Class 150 shall have a minimum burst pressure of 755 psi and Class 200 shall have a minimum burst pressure of 985 psi. H. Pipe shall withstand, without failure at 73 F, an impact of a falling missile, Type C, at the following levels, according to ASTM D2444. Pipe Size, Impact in (ft/lbs) 4 100 6 100 8 100 10 120 12 120 14-24 120 Pipe joints to be restrained, shall be harnessed with the "Meg-A-Lug" type joint restraint system for PVC pipe. The location and number of restrained joints are shown on the drawings. PART 3 - EXECUTION 3.01 HANDLING PVC PIPE AND FITTINGS A. Care shall be taken to prevent injury to the pipe during loading, transporting, and unloading. Pipe and fittings shall not be dropped. All pipe and fittings shall be examined before laying. No piece of pipe found to be defective shall be installed. Any damage to the pipe shall be cause for rejection as directed by the Engineer. B. If any defective pipe is discovered after it has been laid it shall be removed and replaced with a sound pipe in a satisfactory manner at no additional expense to the City. All pipe and fittings shall be thoroughly cleaned before laying, shall be kept clean until used in the work, and shall conform to the lines and grades required when installed or laid. 3.02 LAYING PVC PIPE AND FITTINGS A. PVC pipe and ductile iron fittings shall be installed in accordance with requirements of AWWA Standard Specifications, except as otherwise provided herein. A firm, even bearing throughout the length of the pipe shall be constructed by tamping selected material at the sides of the pipe up to the spring PVC WATER MAIN PIPE 15065- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) line. Blocking will not be permitted. B. All pipe shall be sound and clean before laying. When laying is not in progress, including lunchtime, the open ends of the pipe shall be closed by watertight plug or other approved means. Good alignment shall be preserved in laying. The deflection at joints shall not exceed that recommended by manufacturer. Fittings, in addition to those planned, shall be provided, if required, in crossing utilities, which may be encountered upon opening the trench. Solid sleeves shall be used only where approved by the Engineer. C. When pipe cutting is required, the cutting shall be done by machines, leaving a smooth cut at right angles to the axis of the pipe. Cut ends of pipe to be used with a compression joint shall be beveled to conform to the manufactured spigot end. D. Joining Pipe 1. Push-on joints shall be made in strict accordance with the manufacturer's instructions. Pipe shall be laid with bell ends looking ahead. A rubber gasket shall be inserted in the groove of the bell end of the pipe, and the joint surfaces shall be cleaned and lubricated. The plain end of the pipe shall be aligned with the bell of the pipe to which it is to be joined, and pushed home with a jack or by other means. 2. Mechanical joints at valves, fittings, and where designated on the drawings and as specified, shall be in accordance with the "Notes on Method of Installation" under ANSI Specification A21.11 and the instructions of the manufacturer. Joint surfaces and rubber gaskets of field-assembled joints shall be thoroughly cleaned with soapy water before tightening of the bolts. Bolts shall be tightened to the specified torques. Under no condition shall extension wrenches, pipe over handles, or ordinary ratchet wrenches be used to secure greater leverage. E. All valves, fittings, and other appurtenances needed upon the pipelines shall be set and jointed as indicated on the Drawings or as required by the manufacturer. F. Unless otherwise noted, underground fittings shall be mechanical joint with restraints as needed. G. If dewatering the trench is impossible due to unstable soil or groundwater conditions, the Contractor may install the PVC pipe underwater. If pipe is installed underwater, bedding and haunching materials shall be approved by the Engineer before installation. PVC pipe is buoyant when installed underwater. Therefore, the Contractor shall take all precautions necessary to prevent pipe floatation, including placing backfill material on the pipe as it is assembled or other means acceptable to the Engineer. H. The Contractor shall install an electronic pipe detection device (i.e., "Detect() Tape") directly above the pipe during the backfilling operations. Tape shall be placed 18" below grade above all PVC mains and services, or as recommended PVC WATER MAIN PIPE 15065 - 4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) by manufacturer. PVC WATER MAIN PIPE 15065 -5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) I. Detector tape shall be 3" wide blue tape for water main and green tape for force main with a metallized foil core laminated between two (2) layers of plastic film. The words "CAUTION WATER LINE BURIED BELOW" or "CAUTION FORCE MAIN BURIED BELOW" shall be printed at 30" intervals along the tape. 3.03 PRESSURE AND LEAKAGE TESTS OF UNDERGROUND PRESSURE PIPING A. Hydrostatic pressure and leakage tests shall conform with the requirements of Section 5 of the latest revision of AWWA C600, with the exception that the Contractor shall furnish all gauges, meters, pressure pumps, and other equipment needed to test the line. B. The pressure required for the field hydrostatic pressure test shall be a minimum of 150 psi. The Contractor shall provide temporary plugs and blocking necessary to maintain the required test pressure. Corporation cocks at least 3/4 inches in diameter, pipe risers, and angle globe valves shall be provided at each pipe dead-end in order to bleed air from the line. The duration of the pressure test shall be at least two hours. The cost of the testing equipment and related materials shall be included as a part of testing. C. The leakage test shall be performed concurrent with the pressure test, at the maximum operating pressure as determined by the Engineer, and for a duration of not less than 2 hours. All leaks evident at the surface shall be repaired and leakage eliminated regardless of total leakage shown by the tests. Lines that fail to meet tests shall be repaired and retested as necessary until test criteria are met. Defective materials, pipes, valves, and accessories shall be removed and replaced. The pipelines shall be tested in such sections as may be directed by the Engineer by shutting valves or installing temporary plugs as required. The line shall be filled with water and all air removed, and the test pressure shall be maintained in the pipe for the entire period by means of a force pump to be furnished by the Contractor. Accurate means shall be provided for measuring the water required to maintain this pressure. The amount of water required is a measure of the leakage. D. The amount of leakage permitted shall be in accordance with AWWA C600 Standards for all pressure lines. E. The Contractor must submit his plans for testing to the Engineer for review at least ten (10) days before starting the test. The Contractor shall remove and adequately dispose of all blocking material and equipment after completion and acceptance of the field hydrostatic test, unless otherwise directed by the Engineer. Any damage to the pipe coating shall be repaired by the Contractor. Lines shall be totally free and clean prior to final acceptance. 3.04 CLEANING AND FLUSHING A. The pipe shall be thoroughly cleaned of all foreign matter before installation. It is the responsibility of the Contractor to ensure cleanliness of the pipe during installation and backfilling. At the conclusion of the work, the Contractor shall thoroughly clean all of the pipe by flushing with water. Debris cleaned from the lines shall be removed from the lowest outlet. If the groundwater level is above PVC WATER MAIN PIPE 15065 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) the pipe, or following a heavy rain, the Engineer will examine the pipe for leaks. If defective pipes or joints are discovered at this time, they shall be repaired by the Contractor. END OF SECTION PVC WATER MAIN PIPE 15065 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 15100 VALVES AND APPURTENANCES PART 1 - GENERAL 1.01 DESCRIPTION A. Furnish labor, materials, equipment, and incidentals required for operation of all valves and appurtenances as shown on the Drawings and as specified herein. B. The equipment shall include the following: 1. Air Release Valves 2. Backflow Prevention Assembly 3. Ball Valves 4. Butterfly Valves 5. Check Valves 6. Detector Tape 7. Fire Hydrants 8. Flexible Connectors 9. Gate Valves 10. Gate Valves (Wheel Style) 11. Link Seals and Wall Sleeves 12. Plug Valves 13. Pressure Gauge Assembly 14. Retainer Glands 15. Strainers 16. Service Connections 17. Tapping Sleeves 18. Unions 19. Valve Boxes 20. Pipe Couplings 1.02 RELATED SECTIONS A. Section 02221 —Trenching, Bedding, and Backfill for Pipe B. Section 09900 — Protective Coatings C. Section 15010—Testing Piping Systems D. Section 15064—General Purpose PVC Pipe and Fittings 1.03 REFERENCES A. ANSI/AWWA C900 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 in. through 12 in. (100 mm through 300 mm), for Water Transmission and Distribution. VALVES AND APPURTENANCES 15100 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. ANSI/AWWA C905 - Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 14 in. through 48 in. (350 mm through 1200 mm), for Water Transmission and Distribution. C. ANSI/AWWA C906 — AWWA C906 Polyethylene (PE) Pressure Pipe & Fittings - 4 Inch Through 63 Inch for Water Distribution D. Manufactures Standardization Society (MSS) for the Valve and Fitting Industry E. Other references as stated below. 1.04 QUALIFICATIONS A. Valves and appurtenances shall be products of well-established reputable firms who are fully experienced, and qualified in the manufacture of the particular equipment to be furnished in the business of manufacturing of the specific product for a minimum of ten (10) years. The equipment shall be designed, constructed, and installed in accordance with the best practices and methods and shall comply with these specifications, as applicable. 1.05 SUBMITTALS A. Within 30 days after contract execution, submit a list of valves to be furnished, with the names of suppliers, and the date of delivery. B. Complete shop drawings of all valves and appurtenances shall be submitted in accordance with the requirements of Section 01340. 1.06 TOOLS A. Special tools, handles, or wrenches, if required for normal operation and maintenance of the specified valves, shall be supplied with the equipment furnished. 1.07 SUBSTITUTIONS A. Substitutions are not permitted unless otherwise stated. B. All valves and appurtenances shall be of the size of the valve being replaced and all similar valves shall be from one manufacturer. C. Valves and appurtenances shall have the name of the manufacturer and the working pressure for which they are designed cast in raised letters upon some appropriate part of the body. PART 2 - PRODUCTS 2.01 AIR RELEASE VALVES A. Sewer Force Main Air Release Valves — System shall be a combination of one sewage air release valve and one sewage air/vacuum valve with dual isolation VALVES AND APPURTENANCES 15100 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) plug valves. Valve bodies and covers shall be of ductile iron construction in accordance with ASTM A536. All internal parts shall be of stainless steel, ASTM A240 - Type 304 and ASTM A276 - Type 303. The venting orifice shall be 5/16" in diameter with stainless steel seat. The inlet openings shall be a minimum of 2" NPT screwed connection for both valves. The valves shall be fully capable of operation in sewage force main. Both valves shall include a back-flushing feature for periodic cleaning of the internal mechanism. The overall height shall not exceed 22 inches. Valves shall be manufactured by Val-Matic Corporation or approved equal. B. Water Main Air Release Valves — Valve body and cover shall be of ductile iron construction, per ASTM A536. All internal parts shall be of stainless steel, ASTM A240 — Type 304 for the float, and ASTM A296 — Type 316 for the linkage. The venting orifice shall be 3/16" diameter with brass seat. The inlet opening shall be a 2" NPT screwed connection. The overall height shall not exceed 13 inches. Valves shall be manufactured by Valve and Primer Corporation, model number APCO 200A, or approved equal. 2.02 BACKFLOW PREVENTION ASSEMBLY A. The assembly shall conform to the latest revision of ANSI/AWWA C510 and shall be capable of withstanding a working pressure of at least 150 psi without damage to working parts or impairment of function. It shall consist of two internally loaded, independently operating check valves, located between two tightly closing resilient-seated shut off valves, with four properly placed resilient- seated test cocks. 2.03 BALL VALVES A. Stainless Steel Ball Valves 1. Ball valve shall be tight closing, shaft-mounted complying with Fed. Spec. WW-V-35, Type II, Class C, Style 3. Valve design shall eliminate metal- to-metal contact or wedging in the sealing action. Design pressure rating shall be greater than 150 psi. 2. Valve body shall be one- or two-piece stainless steel ASTM A351. Ball shall be stainless steel ASTM A276. Seat ring shall be reinforced TFE. 3. Valve shall have a stainless steel 1/4 turn lever arm. Ends shall be threaded. Ball valve shall be Figure No. T-580-S6-R-66 as manufactured by Nibco, Inc. or equal. B. PVC Ball Valves 1. Ball valves 2" and smaller for potable water service shall be schedule 80 NIBCO Model D. 2.04 BUTTERFLY VALVES A. Butterfly valves and operators shall conform to the latest revision of ANSI/AWWA C504 standard for rubber-seated butterfly valves. Valves shall be Class 150 A or B, and shall be Mueller, Pratt, Clow, DeZurik, or approved equal. VALVES AND APPURTENANCES 15100 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2.05 CHECK VALVES A. AIR CUSHIONED SWING CHECK VALVES (3-INCH AND LARGER) 1. Unless otherwise indicated or specified, check valves 3-inches and larger shall be cushion swing check with outside lever and weight and a totally enclosed side mounted external air cushion. Valves shall have ductile flanged ends faced and drilled in accordance with ANSI Standard. Check Valves shall have ductile iron bodies, having integral flanges with the following components of stainless steel: body ring, disc ring, clapper hinge shaft, hinge shaft key, clapper spacers, disc stud, disc stud nut and bushing, disc retaining washer and cotter pin. The hinge pin shall extend outside the ductile iron body through lubricated stainless steel bushings and outside packed glands on each side of the valve. Each bushing shall be provided with a buttonhead grease fitting. Stainless steel shall be at least 18-8 nickel-chromium content. Check valves shall be tested at the factory and shall be drip tight under a hydrostatic pressure of 200 psi applied to the downstream side of the disc. A certified test report shall be furnished with each valve. 2. Valves shall be APCO Series 6000, G.A. Industries or approved equal. B. SWING CHECK VALVES (2-1/2-INCH AND SMALLER) FOR LIQUID SERVICE 1. Swing check valves for steam, water, oil, or gas in sizes 2-1/2-inch and smaller shall be suitable for a steam pressure of 150 psi and a cold water pressure of 300 psi. They shall have screwed ends, unless otherwise shown, and screwed caps. 2. The valve body and cap shall be of bronze to ASTM B 61 with threaded ends to ANSI/ASME BI.20.1. 3. Valves for steam service shall have bronze discs, and for cold water, oil, and gas service replaceable composition discs. 4. The hinge pins shall be of bronze or stainless steel. 5. Suppliers or Equal a. Crane Company. b. Milwaukee Valve Company. c. Stockham Valves and Fittings. d. Val-Matic. e. APCO. C. PVC CHECK VALVES 1. Check valves shall be swing check type or ball check type manufactured from PVC compounds. Swing check valves shall be furnished with teflon seats, teflon seals and flanged end connections. Ball check valves shall be furnished with viton seats, viton seals and threaded ends. 2. Ball check valves shall be provided on piping less than 3-inches in VALVES AND APPURTENANCES 15100 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) diameter. Ball check valves shall be true union type. 3. Swing check valves shall be provided on piping 3-inches in diameter and larger. 4. Suppliers, or Equal a. Asahi-America. b. Harrington Industrial Plastics, Inc. c. Nibco, Inc. (GS Chemtrol). 2.06 DETECTOR TAPE A. Detector tape shall be 3" wide, blue tape for water mains, green tape for force mains, with a metallized foil core laminated between 2 layers of plastic film. The words "CAUTION WATER LINE BURIED BELOW" or "CAUTION FORCE MAIN BURIED BELOW" shall be printed at 30" intervals along the tape. Tape shall be placed 18" below grade above all PVC mains and services, or as recommended by manufacturer. Non-metallic tape shall be used above ductile iron pipe. 2.07 FIRE HYDRANTS A. Fire hydrants shall have a minimum 5 1/4" valve opening and shall open against the pressure and close with the flow. Hydrants shall be American, model number B-84-B or as approved by the utility Owner. Hydrants shall meet or exceed the requirements of the latest editions of ANSI/AWWA C502 or C503 and shall comply with Factory Mutual Research Corporation and Underwriters Laboratories UL246 Standard. B. Three blue reflective pavement markers shall be provided in the center of the nearest lanes of road pavement adjacent to all fire hydrant locations. C. Hydrants maintained by the municipality shall be painted in accordance with local standards. Hydrants privately maintained shall be painted yellow. All painting shall be in accordance with Section 09900— Painting. 2.08 FLEXIBLE CONNECTORS A. Body and follower flange shall be iron. Bolt circle sizes and spacing shall conform to ASA 125 flange. Gasket shall be Nitrile (Buna-N) per ASTM D2000. Cross and tee bolts shall conform to ANSI A21.11. Coupling adapters shall be Smith-Blair or approved equal flexible connector B. Flexible connectors or rubber expansion joints shall be spool type containing elastomers woven with nylon fabric and nylon tire core cord reinforced with wire. C. Elastomers shall be nitrile (BUNA-N) unless otherwise depicted on the Drawings. D. All elastomers design for exterior applications shall have a factory applied UV coating. VALVES AND APPURTENANCES 15100- 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) E. Backing plates and hardware shall be 316L stainless steel. F. Flexible connectors shall be manufactured by Proco series 230 or Approved Equal. 2.09 GATE VALVES A. Gate valves shall be ductile iron body, fully resilient seat, bronze mounted non- rising stem, double disc, rated at 350 psi working pressure and conforming to the latest revision of ANSI/AWWA C509. Exposed valves shall be outside screw and yoke type. Gate valves shall be Mueller, Clow, American Darling, or approved equal. 2.10 GATE VALVES (WHEEL STYLE) A. Exposed wheel gate valves, unless otherwise specified or approved, shall be ductile iron body, bronze-mounted, double disc type, with ductile flanged ends, and shall conform to the AWWA Standard Specification for Gate Valves for Ordinary Water Works Service, Designation C500. Exposed valves shall be outside screw and yoke type. B. Face-to-face dimension shall conform to ANSI Standard Face-to-Face and End- to-End Dimensions of Ferrous Valves, (ANSI B16.10) for ductile iron valves. C. Bronze gate rings shall be fitted into grooves of dovetail or similar shape in the gates. For grooves or other shapes, the rings shall be firmly attached to the gates with bronze rivets. D. Gate valves shall have a resilient rubber-seated ring or wedge, permanently bonded to the wedge disc, and complying with AWWA C509. E. Stuffing box follower bolts shall be of steel, and the nuts shall be of bronze. F. The design of the valves shall be such as to permit packing the valves without undue leakage while they are wide open and in service. 0-ring stuffing boxes may be used. G. Chain wheel operators shall be furnished with the valves. Such operators shall be designed with adequate strength for the valves with which they are supplied and shall provide for easy operation of the valve. Chains for valve operators shall be stainless steel. Gate valves shall be as manufactured by the Mueller Company, Clow Valve Company, or equal. H. Where required, gate valves shall be provided with a box, cast in the slab, and a box cover. The depth of the valve box shall not be less than the slab thickness. Box cover opening shall be for valve wheel. The floor box and cover shall be equal to those manufactured by Rodney Hunt Machine Company or Clow Corporation. I. Gate valves for diesel fuel service shall have API approval. Bodies shall be ductile iron. VALVES AND APPURTENANCES 15100 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2.11 LINK SEALS AND WALL SLEEVES A. The pipe-to-wall penetration closures shall be "Link-Seal" as manufactured by Thunderline Corp., Belleville, MI 48111. Seals shall be modular mechanical type, consisting of interlocking synthetic rubber links shaped to fill continuously the annular space between the pipe and wall opening. Links shall be loosely assembled with bolts to form a continuous rubber belt around the pipe with a pressure plate under each bolt head and nut. Seals shall be installed such that bolt heads are facing the inside of the structure and shall be accessible from grade without the need for excavation. After the seal assembly is positioned in the wall sleeve, tightening of the bolts shall cause the rubber sealing elements to expand and provide an absolutely water-tight seal between the pipe and wall opening. The seal shall be constructed so as to provide electrical insulation between the pipe and wall, thus reducing chances of cathodic reaction between these two members. B. Contractor shall determine the required inside diameter of each individual wall sleeve before ordering, fabricating, or installing. The inside diameter of each wall sleeve shall be sized as recommended by the manufacturer to fit the pipe and Link-Seal to assure a water-tight joint. C. Wall sleeve shall be specially designed to mate with the Link-Seal. The wall sleeve shall be heavy wall welded or seamless steel pipe. The sleeve shall have a full-circle continuously-welded water stop plate on the sleeve O.D. which acts as the sleeve anchor and water stop. Wall sleeve shall be model WS by Thunderline Corp. 2.12 PLUG VALVES A. Plug valves shall be non-lubricated eccentric type with resilient faced plugs and shall be furnished with end connections as shown on the plans. Flanged valves shall be faced and drilled in conformance with ANSI B16.1 Class 125 standard. Mechanical joint ends shall be in conformance with AWWA C111. Bell ends shall be in conformance with AWWA C100 Class B. B. Unless otherwise specified on the plans, port areas for all valves shall be min. 80% of full pipe area. C. Valve bodies shall be of ASTM A536 Grade 65-45-12 ductile iron in compliance with AWWA Standard C517. All exposed nuts, bolts, springs, washers, etc. shall be zinc plated. Resilient plug facings shall be Neoprene or Buna-N, on a single piece plug. The plug shall be of sufficient construction so that no strengthening member is required opposite the face. D. Valves shall be furnished with corrosion resistant seats which comply with AWWA Standard C507 Section 7 paragraph 7.2 and with AWWA Standard C504 Section 3.5. The seat shall be in the body only. Seat ring shall be adjustable and replaceable. E. Valves shall be furnished with replaceable, sleeve-type bearings in the upper and lower journals. These bearings shall comply with AWWA Standard C507 Section VALVES AND APPURTENANCES 15100 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 8 paragraphs 8.1, 8.3 and 8.5 and with AWWA Standard C504 Section 3.6. F. Valve shaft seals or packing shall be adjustable and replaceable without removing the valve from service or interrupting service with flow in either direction. Shaft seals shall comply with AWWA Standard C507 Section 10 and with AWWA C507 Section 111. G. Valve pressure ratings shall be as follows and shall be established by hydrostatic tests as specified by ANSI Standard B16.1. Pressure ratings shall be 175 psi for valves through 12", 150 psi for valves in sizes 14" through 36" and 125 psi for valves in sizes 42" through 54". Valves shall be capable of providing drip-tight shutoff up to the full valve rating with pressure in either direction. H. All valves 8 inches and larger shall be equipped with gear actuators with hand wheels. All gearing shall be enclosed and suitable for running in oil, with seals provided on all shafts to prevent entry of dirt and water into the actuator. All shaft bearings shall be furnished with permanently lubricated bronze bearing bushings. Actuator shall clearly indicate valve position. An adjustable stop shall be provided. Construction of actuator housing shall be cast iron or steel. Plug valves installed such that actuators are 6 feet or more above the floor shall have chain-wheels and chains provided. J. For plug valves with extended shafts and actuators, the actuators shall be mounted on floor stands where indicated on the Drawings or shall have removable hand-wheels where floor stands are not called for. Six inch sleeves shall be provided for extended shafts in all floors. Where necessary, covers shall be provided. Shafts shall be of adequate strength to operate the valve. Floor stands and covers, where called for, shall be cast iron. Floor stands shall be equipped with valve position indicators and a lock for the hand-wheel. K. All plug valves shall be installed so that the direction of flow through the valve is in accordance with the manufacturer's recommendations. L. Valves and actuators shall be as manufactured by DeZurik. 2.13 PRESSURE GAUGE ASSEMBLY A. Pressure gauge shall be direct-mounted with a minimum 4-1/2 inch diameter dial with a clear glass crystal window constructed to the following standards: 1. Accuracy— 1%full scale grade A ASME B40, 100 2. Weather Protection — Dry Case International Protection Rating (IP) IP54 3. Fill - Glycerin filled, hermetically sealed IP65 4. Case type—Open front 304 stainless steel case 5. Dial —Aluminum dial, brushed aluminum background, black figures and graduations. 6. Bourdon Tube and Socket—316L/316L Stainless steel 7. Scale and range—As depicted on Drawings. 8. Manufacture— ISO 9001 registered. 9. Pressure gauge shall be manufactured by Ashcroft Type 1009 or VALVES AND APPURTENANCES 15100 - 8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Approved Equal B. All pressure gauges for wastewater applications shall be mounted to a Pressure Sensor. 1. Pressure Sensors shall be of the wafer type, designed to fit between standard ANSI B16.1 Class125/ANSI B16.5 Class 150 pipeline flanges. The face-to-face of the entire sensor shall be no longer than specifications for butterfly valves - MSS-SP67. 2. Pressure Sensors shall be flow through design with a nitrile (BUNA-N) elastomer sensing ring around the full circumference. There shall be no dead ends or crevices, and flow passage shall make the sensor self- cleaning. 3. The sensing ring shall have a cavity behind the ring filled with ethylene glycol fluid to transfer pressure to the gauge. 4. Pressure Sensor shall be manufactured by Red Valve Series 48 or Approved Equal C. Pressure gauge assembly shall include 1/2" brass fittings, ball valves, snubbers or gauge guards as depicted on the Drawings. 2.14 RETAINER GLANDS A. Retainer glands shall conform to the latest revision of ANSI/AWWA C111/A21.11. All glands shall be manufactured from ductile iron as listed by Underwriters Laboratories for 250 psi minimum water pressure rating, manufactured by Clow Corporation, EBAA Iron, or approved equal. 2.15 STRAINERS A. Strainers shall be of the "Y" type, shall have bronze bodies with a removable bronze screen, and shall be as manufactured by Watts Regulator Company, Lawrence, MA. 2.16 SERVICE CONNECTIONS A. Service saddles shall be ductile iron, epoxy or nylon coated, with double stainless steel straps, or a single wide strap. Saddles shall conform to the latest revisions of ANSI/AWWA C111/21.11 and ASTM A588. B. Service lines shall be polyethylene (PE) tubing as described in ANSI/AWWA C901, latest revision, with a working pressure of 200 psi (DR 9). Pipe joints shall be of the compression type, with totally confined grip seal and coupling nut. Polyethylene shall be extruded from PE 3408 high molecular weight materials and must conform to ASTM D2737. C. Corporation stops shall be manufactured of brass alloy in accordance with ASTM B62 with threaded ends and shall be Ford or approved equal. D. Meter stops shall be the 90 degree lockwing type and shall be of bronze construction in accordance with ASTM B62. Meter stops shall be closed button VALVES AND APPURTENANCES 15100 - 9 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) design, with a resilient "0" ring, sealed against external leakage at the top. Stops shall be equipped with a meter coupling nut on the outlet side, as manufactured by Mueller, Ford or approved equal. E. All meters (2 1/2" and smaller) and meter boxes will be supplied and installed by the municipality at the owner's expense. Meters larger than 2 '/2 inches will have special installation requirements. 2.17 TAPPING SLEEVES A. Tapping sleeves shall be ductile iron or stainless steel, mechanical or joint, as stated on the Drawings, manufactured by Clow, or approved equal. 2.18 UNIONS A. Unions on ferrous pipe, 2 inch diameter and smaller, shall be 150 lb malleable iron, and zinc-coated. Unions on water piping, 2 1/2 inch diameter and larger, shall be 125 lb pound flange pattern, and zinc-coated. Gaskets for flanged unions shall be of the best quality fiber or plastic. Unions shall not be concealed in walls, ceilings, or partitions. 2.19 VALVE BOXES A. Valve boxes for water mains and sewer force mains shall be U.S. Foundry Model 7500, marked "Water" or"Sewer", or approved equal. B. Valve boxes for blow-off assembly shall be U.S. Foundry Model 7630 (No. 3) or approved equal. 2.20 PIPE COUPLINGS A. Pipe couplings shall be style 38 all 316L stainless steel by Piping Specialties Dresser, Inc. PART 3 - EXECUTION 3.01 INSTALLATION A. Valves and appurtenances shall be installed in the locations shown, true to alignment and rigidly supported. Any damage to the above items shall be repaired to the satisfaction of the Engineer before they are installed. B. Install floor boxes, brackets, extension rods, guides, and the various types of operators and appurtenances that are in masonry floors or walls and install concrete inserts for hangers and supports as soon as forms are erected and before concrete is poured. Before setting these items, the Contractor shall check all plans and figures having direct bearing on the locations of the valves and appurtenances, and he shall be responsible for the proper location of these items during the construction of the structures. C. Flanged joints shall be made with stainless steel bolts, nuts, and washers. VALVES AND APPURTENANCES 15100 - 10 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Mechanical joints shall be made with mild corrosion-resistant alloy steel bolts and nuts. All exposed bolts shall be painted the same color as the pipe. All buried bolts and nuts shall be heavily coated with two (2) coats of bituminous paint. D. Prior to assembly of split couplings, the grooves and other parts shall be thoroughly cleaned. The ends of the pipes and the outsides of the gaskets shall be moderately coated with petroleum jelly, cup grease, soft soap or graphite paste, and the gasket shall be slipped over one pipe end. After the other pipe has been brought to the correct position, the gasket shall be centered properly over the pipe ends with the lips against the pipes. The housing sections shall then be placed. After the bolts have been inserted, the nuts shall be tightened until the housing sections are firmly in contact, metal-to-metal, without excessive bolt tension. E. Prior to the installation of sleeve-type couplings, the pipe ends shall be cleaned thoroughly. Soapy water may be used as a gasket lubricant. A follower and gasket, in that order, shall be slipped over each pipe to a distance of about 6 inches from the end, and the middle ring shall be placed on the already laid pipe end until it is properly centered over the joint. The other pipe end shall be inserted into the middle pipe already laid. The gaskets and followers shall then be pressed evenly and firmly into the middle ring flares. After the bolts have been inserted and all nuts have been made up fingertight, diametrically opposite nuts shall be progressively and uniformly tightened all around the joint, preferably by use of a torque wrench of the appropriate size and torque for the bolts. 3.02 SHOP PAINTING A. Ferrous surfaces of valves and appurtenances shall receive an exterior coating of rust-inhibitive primer. Interior coatings shall be the manufacturer's standard except that valves for potable water lines shall be coated with paints approved by EPA, FDA, and AWWA for potable water service. All pipe connection openings shall be capped after shop painting to prevent the entry of foreign matter prior to installation. 3.03 FIELD PAINTING A. All above ground valves and appurtenances shall be painted in accordance with Section 09900 — Protective Coatings. 3.04 INSPECTION AND TESTING A. Completed pipe shall be subjected to hydrostatic pressure test per Section 15010. All leaks shall be repaired and lines retested until approved by the Owner. END OF SECTION VALVES AND APPURTENANCES 15100 - 11 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK VALVES AND APPURTENANCES 15100 - 12 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 16000 ELECTRICAL GENERAL REQUIREMENTS PART 1 -GENERAL 1.01 SCOPE A. Provide all labor, materials, tools, supplies, equipment, and temporary utilities to complete the work shown on the Drawings and specified herein for lighting systems. All systems are to be completely installed and fully operational. Specifically, the work includes, but is not limited to: 1. Electric services, secondary feeders, branch circuits, contactors, all connections to controls, and equipment 2. Installation of underground conduits and splices 3. Complete lighting systems 4. Complete grounding system including system and equipment 1.02 RELATED DOCUMENTS A. The general provisions of the Contract, including General Conditions and Special Conditions, apply to all the work specified herein. 1.03 LAWS, PERMITS, FEES AND NOTICES A. Secure and pay all permits, fees, and licenses necessary for the proper execution and completion of the work. Submit all notices and comply with all laws, ordinances, rules and regulations of any public agency bearing on the work. Contractor shall be a licensed electrical contractor in the county of construction. 1.04 DEPARTURES A. If any departures from the Contract Drawings of Specifications are deemed necessary, details of such departures and the reasons therefore shall be submitted as soon as practicable to the ENGINEER for advance written approval. 1.05 BASIS FOR WIRING DESIGNS A. The Contract Drawings and Specifications describe specific sizes of switches, breakers, fuses, conduits, conductors, motor starters and other items of wiring equipment. These sizes are based on specific items of power consuming equipment (heaters, lights, motors for fans, compressors, pumps, etc.). Wherever another trade provides power consuming equipment that differs from the Drawings and Specifications, the wiring for such equipment shall be changed to proper sizes to match at no additional expense to the OWNER. 1.06 INTERPRETATION OF DRAWINGS A. General: The Drawings are diagrammatic and are not intended to show exact locations of Raceway runs, outlet boxes, junction boxes, pull boxes, etc. The locations of equipment, appliances, fixtures, Raceways, outlets, boxes and similar devices shown on the Drawings are approximate only. Exact locations shall be determined and coordinated in the field. The right is reserved to change, ELECTRICAL GENERAL REQUIREMENTS 16000 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) without additional cost, the location of any outlet within the same room or general area before it is permanently installed. Obtain all information relevant to the placing of electrical work and in case of interference with other work, proceed as directed by the ENGINEER. B. Discrepancies: Notify the ENGINEER of any discrepancies found during construction of the project. The ENGINEER will provide written instructions as to how to proceed with that portion of work. If a conflict exists between the Contract Documents and an applicable code or standard, the most stringent requirement shall apply. C. Wiring: Each three-phase circuit shall be run in a separate Raceway unless otherwise shown on the Drawings. Unless otherwise accepted by the Engineer, Raceway shall not be installed exposed. Where circuits are shown as "home-runs" all necessary fittings, supports, and boxes shall be provided for a complete raceway installation. D. Layout: Circuit layouts are not intended to show the number of fittings, or other installation details. Connections to equipment shall be made as required, and in accordance with the accepted shop and manufacturer's setting drawings. E. Coordination: Coordinate final equipment locations with drawings and other disciplines. Layout before installation so that all trades may install equipment in available space. Provide coordination as required for installation in a neat and workmanlike manner. F. Drawing Conflicts: Where drawing details, plans or specification requirements are in conflict and where sizes of the same item run are shown to be different within the contract documents, the most stringent requirement shall be included in the Contract. Systems and equipment called for in the specification or as shown on the drawings shall be provided as if it was required by both the drawings and specifications. Prior to ordering or installation of any portion of work, which appears to be in conflict, such work shall be brought to Architect's attention for direction as to what is to be provided 1.07 AS-BUILT INFORMATION A. A set of "red-lined" electrical drawings shall be carefully maintained at the job site. Actual conditions are to be put on the drawings in red on a daily basis, so the drawings will continuously show locations and routings of cables, conduits, pull boxes, circuit numbers, and other information required by the ENGINEER. A final version of the drawings with all collected red-lined annotations shall be provided in electronic version on a monthly basis to the OWNER. 1.08 EXCAVATING FOR ELECTRICAL WORK A. General — Excavation or drilling, backfill and repair of paving and grassing shall be in the bid of the electrical contractor. The actual work need not be performed by electrical trades. However, the electrical contractor is responsible for all excavation, drilling, dewatering, backfilling, tamping, and repair of pavements and grassing required in support of electrical work. All areas disturbed by electrical work shall be repaired to their original condition, or as indicated on the drawings. B. Coordination 1. The electrical contractor must check for existing utilities before ELECTRICAL GENERAL REQUIREMENTS 16000-2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) commencing any excavation or drilling. 2. Contract drawings and other trades are to be consulted to avoid interferences with other utilities on this project. 3. In the event of damage to existing utilities, the OWNER and ENGINEER shall be immediately notified, and damage shall be immediately repaired. C. Precautions—The electrical contractor must take every reasonable precaution to avoid interferences. In the vicinity of a suspected interference, excavations shall be dug by hand. 1.09 JOB SITE VISIT A. Visit the project site before submitting a bid. Verify all dimensions shown on the Contract Drawings and determine the characteristics of existing facilities which will affect performance of the work, but which are not shown on the Drawings or described within these Specifications. 1.10 CODES AND STANDARDS A. Applicable provisions of the following codes and standards, and other codes and standards required by the State of Florida and local jurisdictions, are hereby imposed on a general basis for electrical work (in addition to specific applications specified by individual work sections of these specifications). 1. U.L. — Electrical materials shall be approved by the Underwriters' Laboratories, Inc. This applies to materials which are covered by U.L. standards. 2. NEC— National Electrical Code (NFPA-70-2014) 3. OSHA— Standards of the Occupational Safety and Health Administration are to be complied with. 4. NEMA — National Electrical Manufacturers Association Standards are to be met wherever standards have been established by that agency, and proof is specifically required with material submittals for switchboards, motor control centers, panelboards, cable trays, motors, switches, circuit breakers, and fuses. 5. ANSI —American National Standards Institute 6. Florida Building Code 2017—6th Edition 7. FDOT Standard Plans and Specifications 1.11 ELECTRICAL SUBMITTALS A. The CONTRACTOR shall submit shop drawings, samples and certificates in accordance with the Special Conditions for additional instructions on substitutions. Submittals will not be accepted for partial systems. Submit all materials for each specifications section at one time. Submittals must be arranged, correlated, indexed and bound in orderly sets for ease of review. B. Shop drawings and manufacturer's data sheets are required for all electrical materials. Samples are to be supplied for any substitute as requested by the ENGINEER. C. Submit Shop Drawings, manufacturer's data, and certifications on all items of ELECTRICAL GENERAL REQUIREMENTS 16000 -3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) electrical work prior to the time such equipment and materials are to be ordered. Order no equipment or materials without approval from the ENGINEER. 1.12 OPERATION AND MAINTENANCE MANUALS A. The CONTRACTOR shall submit Operation and Maintenance (O&M) Manuals in accordance with Division 1, General Requirements. O&M Manuals must contain, but are not limited to, the following: 1. Brief description of system and basic features 2. Manufacturer's name and model numbers of all components of the system 3. List of local factory authorized service companies 4. Operating instructions, including preparation for starting up, seasonal changes, shut down and service 5. Maintenance instruction 6. Possible breakdowns and repairs 7. Manufacturer's literature describing each piece of equipment 8. Control diagrams by the control manufacturer 9. Description of sequence by the control manufacturer 10. Parts list 11. Wiring diagrams 1.13 SPARE PARTS A. Submit in accordance with Division 1, General Requirements, a list of Recommended Spare Parts for all major items of equipment. Include descriptions of each part, part number, and cost. 1.14 PROJECT DOCUMENTS A. For "As Built" drawing requirements, see Division 1. B. In addition, each "As Built" single line diagram shall be framed under glass and mounted on wall near respective contactors and controls. PART 2 - PRODUCTS 2.01 GENERAL A. Electrical Temporary Facilities — The CONTRACTOR shall include in his bid the cost of furnishing, installing and maintaining all materials and equipment required to provide temporary light and power to perform the work of all trades during construction and until work is completed. Adequate lighting and receptacle outlets for operation of hand tools shall be provided throughout the project, including shanties, trailers, field offices, temporary toilet enclosures, and shall be extended as construction progresses. B. All reasonable safety requirements shall be observed to protect workers and the public from shock and fire hazards. 1. Ground fault interrupters shall be employed in accordance with Codes. ELECTRICAL GENERAL REQUIREMENTS 16000-4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Ground wires are required in all circuits. Ground poles are required on all outlets. All metallic cases shall be grounded. 3. Rain-tight cabinets shall be used for all equipment employed in wet areas. 2.02 ELECTRICAL PRODUCTS A. Unless otherwise indicated in writing by the ENGINEER, the products to be furnished under this specification shall be the manufacturer's latest design. Where two or more units of the same class of equipment are required, these units shall be products of the same purpose and rating shall be interchangeable throughout the project. B. All products shall be newly manufactured. Defective equipment or equipment damaged in the course of the installation or a test shall be replaced or repaired in a manner meeting the approval of the ENGINEER, at no additional expense to the OWNER. 2.03 SUBSTITUTIONS A. Comply with instruction in the Contract General Conditions and Special Conditions regarding substitutions. 2.04 ELECTRICAL IDENTIFICATION A. Color Coding — Conductor colors shall be in accordance with NEC and NEMA requirements. Refer also to applicable sections of these specifications. Three- phase feeder and branch circuits shall be identified as follows: 120 / 240 277 / 480 A— Black A— Brown B — Red B —Orange C — Blue C —Yellow N - White N —Gray Green or bare for grounding conductors Green with Yellow trace for Special Grounding 2.05 NAMEPLATE A. The following items shall be equipped with nameplates — All motors, motor starters, motor control centers, pushbutton stations, control panels, time switches, disconnect or relays in separate enclosures, transformers, receptacles, wall switches, high voltage boxes, and cabinets. All light switches and outlets shall carry a phenolic plate with the supply circuit number. Electrical systems shall be identified at junction and pull boxes, terminal cabinets and equipment racks. B. Nameplates shall adequately describe the function of the particular equipment involved. Nameplates for panelboards and switchboards shall include the panel designation, voltage and phase of the supply. For example, "Panel A, 277 / 480 V, 3-phase, 4-wire." The name of the machine on the motor nameplates for a particular machine shall be the same as the one used on all motor starters, disconnect and P.B. station nameplates for that machine. Nameplates shall be laminated phenolic plastic, white front and back with black core, with lettering ELECTRICAL GENERAL REQUIREMENTS 16000 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) etched through the outer covering; black engraved letters on white background. Lettering shall be 3/16 inch high at pushbutton stations, thermal overload switches, receptacles, wall switches and similar devices, where the nameplate is attached to the device plate. At all other locations, lettering shall be 1/4 inch high, unless otherwise detailed on the drawings. Nameplates shall be securely fastened to the equipment with No. 4 Phillips, rough-head, cadmium-plated, steel self-tapping screws or nickel-plated brass bolts. Motor nameplates may be non- ferrous metal not less than 0.03 inch thick, die stamped. In lieu of separate plastic nameplates, engraving directly on device plates is acceptable. Engraved lettering shall be filled with contrasting enamel. Equipment nameplate schedule for all equipment shall be submitted with shop drawing submittal for ENGINEER's approval. C. All junction and splice boxes shall be labeled using permanent shipping tags attached to boxes, not covers. 2.06 WIRE AND CABLE IDENTIFICATION A. All wire and cable shall be identified at each termination point and at each pull box, splice box, junction box, or manhole. Provide permanent, waterproof, non- metallic (paper unacceptable) tags indicating the circuit number in 3/16 inch letters. Circuit numbers shall be protected with clear shrinkable tubing. PART 3 - EXECUTION 3.01 DELIVERY, STORAGE AND HANDLING A. Deliver products to project properly identified with names, model numbers, types, grades, compliance labels and similar information needed for distinct identification; adequately packaged or protected to prevent deterioration during shipment, storage and handling. Store in a dry, well ventilated, indoor space, except where prepared and protected by the manufacturer specifically for exterior storage. Comply with OWNER's instruction for storage locations. 3.02 ELECTRICAL COORDINATION A. The CONTRACTOR is responsible for coordination with the OWNER, ENGINEER, the power company, and the telephone company on all matters that have a bearing on the electrical work. B. The Drawings indicate the extent, the general location, and arrangement of equipment, conduit, and wiring. Study the Drawings, including details, so the equipment shall be properly located and readily accessible. Locate all electrical equipment to avoid interference with mechanical and / or structural features. Make necessary changes in spacings and locations of lighting fixtures, panelboards, cabinets, receptacles and other items of equipment provided that the overall patterns of layouts are not disrupted and remain uniform. 3.03 CUTTING AND PATCHING A. Cut and prepare all openings, chases, and trenches required for the installation of equipment and materials. Repair, remodel, and refinish in strict conformance with the quality of workmanship and materials in the surroundings. Obtain written permission from the ENGINEER for any alterations to structural members before proceeding. All penetrations through fire walls or floor / ceiling slabs shall be sealed to maintain the fire integrity of the wall or slab. ELECTRICAL GENERAL REQUIREMENTS 16000 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3.04 MAINTENANCE A. Render all necessary measures to insure complete protection and maintenance of all systems, materials, and equipment prior to final acceptance. Any materials or equipment not properly maintained or protected to assure a "factory new" condition at the time of final acceptance shall be replaced immediately at no additional cost to the OWNER. 3.05 WATERPROOFING A. Whenever any work penetrates any waterproof area, seal and render the work waterproof. All work shall be accomplished so as not to void or diminish any waterproofing bond or guarantee. 3.06 TESTS A. Conduct an operating test of equipment prior to the ENGINEER's approval. The equipment shall be demonstrated to operate in accordance with the requirements of these Specifications. The tests shall be performed in the presence of the ENGINEER or an authorized representative. The CONTRACTOR shall furnish all instruments, electricity and personnel required for the tests. 3.07 CLEANUP A. Maintain continuous cleanup during the progress of the work and use appointed storage areas for supplies. The premises shall be kept free from accumulations of waste materials and rubbish. END OF SECTION ELECTRICAL GENERAL REQUIREMENTS 16000 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK ELECTRICAL GENERAL REQUIREMENTS 16000 - 8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 16011 CODES & STANDARDS PART 1 - GENERAL 1.01 THIS SECTION COVERS THE CODES, SPECIFICATIONS AND STANDARDS CONSIDERED MINIMUM REQUIREMENTS FOR MATERIALS, WORKMANSHIP AND SAFETY FOR ALL DIVISIONS 16 AND RELATED ELECTRICAL WORK. 1.02 SPECIFICATIONS, CODES AND STANDARDS A. Reference within this Specification to standards, codes or reference specifications implies that any item, product or material so identified must comply with all minimum requirements as stated therein, except packaging and shipping, unless indicated otherwise. Only the latest revised editions are applicable. Some of the references used in this Division are as follows: NFPA National Fire Protective Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association U.L. Underwriters' Laboratories, Inc. ANSI American National Standards Institute FS Federal Specification FDOT FDOT Standard Plans & Specifications B. The Specifications, codes and standards indicated below and in other Sections, including the current addenda, amendments and errata, referred to by basic designation only, form a part of this specification. NFPA-70 National Electrical Code (2014 Edition) NFPA-90A Air Conditioning & Ventilation (2015 Edition) NFPA-101 Code for Safety to Life (2015 Edition) F.B.C. Florida Building Code (2017 - 6th Edition) 1.03 UNDERWRITERS' LABORATORIES A. Where materials and equipment are available under the continuing inspection and labeling service of U.L.; provide such material and equipment. B. Listing by Underwriters' Laboratories shall be evidenced by the label or: U.L. - Electrical Construction Materials List (Green Book) U.L. - Electrical Appliance & Utilization Equipment List U.L. - Building Materials List PART 2 - PRODUCTS - NOT USED PART 3 - EXECUTION - NOT USED END OF SECTION CODES & STANDARDS 16011 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK CODES & STANDARDS 16011 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 16050 BASIC ELECTRICAL MATERIALS AND METHODS PART 1 - GENERAL 1.01 SCOPE A. Provide all material as required for a complete project as required by the Drawings and in this Specification. 1.02 SHOP DRAWING SUBMITTALS A. Submit shop drawings for the following: All raceways Wiring and Splices Contactors, Relays, Photocells Poles and Fixtures PART 2 - PRODUCTS 2.01 RACEWAY A. Galvanized Rigid Conduit (ANSI C80.0) — Rigid galvanized steel conduit "RGS" shall be U.L. Approved, Schedule 40, mild steel pipe, zinc-coated on the inside and outside. Fittings shall be zinc-coated, U.L. Approved. B. PVC Conduit — Underground PVC conduit shall be Schedule 40 or Schedule 80 unless otherwise noted and shall be U.L. approved. PVC conduit shall be Schedule 80 when installed above ground. C. Locations: — Conduit shall be used as follows: 1. All above ground grade exposed conduits shall be hot dipped galvanized rigid steel except otherwise noted on the Drawings. 2. All conduits penetrating rated fire walls or rated fire floors shall be installed with U.L. Approved devices to maintain the fire rating of the wall or floor penetrated. 2.02 WIRE AND CONNECTORS A. Cable shall be rated for 600 volts and shall meet the requirements below: 1. Conductors shall be stranded. 2. All wire shall be brought to the job in unbroken packages and shall bear the date of manufacturing; not older than 12 months. 3. Type of wire shall be THWN or THHW rated 75 degrees C, suitable for wet locations except where otherwise required by the drawings. 4. No wire smaller than No. 12 AWG shall be used unless specifically BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) indicated. 5. Conductor metal shall be copper. 6. All conductors shall be meggered after installation and insulation must be in compliance with the Insulated Power Cable Engineers Association Minimum Values of Insulation Resistance. 2.03 BOXES A. Boxes for wiring devices (switches and receptacles) installed outdoors or wet locations shall be weatherproof fiberglass with polycarbonate cover plates. Junction boxes shall be NEMA 4X construction. All boxes shall be securely mounted, plumb and level, in readily accessible locations. B. Pull boxes in ground shall be Pencell HHPL 172012 with green lid marked "ELECTRIC". 2.04 GROUNDING A. Grounding and Bonding — All Grounding and Bonding shall be in accordance with NFPA 70 Article 250. Ground all exposed non-current-carrying metallic parts of electrical equipment, metallic raceway systems, grounding conductor in raceways, and neutral conductor of wiring systems. B. Grounding Conductor — Provide an insulated, green-colored equipment grounding conductor in all feeder and branch circuits. This conductor shall be separate from the electrical system neutral conductor. Conduits will not be approved as grounding conductor. C. The CONTRACTOR shall install all ground rods, ground wires, and connectors as required for the complete grounding system. D. All metal parts and grounding conductors in each manhole or pullbox shall be grounded to a local ground rod. E. Resistance— Readings shall not be taken within 48 hours of a rainfall. F. The CONTRACTOR shall provide a written report for all grounding test results to the ENGINEER. The test shall include all ground connections. The report shall be signed by the OWNER of the contracting firm and shall include: test date, time, weather conditions on test date, weather conditions 3 days prior to the test date, location, and results. G. All raceways require grounding conductors; metallic raceways are not adequate grounding paths. Bonding conductors through the raceway systems shall be continuous from main switch ground buses to panel ground bars of panelboards, and from panel grounding bars of panelboards, and motor control centers to branch circuit outlets, motors, lights, etc. These ground conductors are required throughout the project regardless of whether conduit runs or the Cable and Conduit Schedule show ground conductors on the Drawings. H. All connections made below grade shall be of the exothermic type. BASIC ELECTRICAL MATERIALS AND METHODS 16050 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 3 - EXECUTION 3.01 CONDUIT INSTALLATION A. General 1. Nylon pull cords shall be installed in all empty conduits. Wire shall not be installed until all work of any nature that may cause damage is completed, including pouring of concrete. Mechanical means shall not be used in pulling in wires 8 AWG or smaller. 2. The use of running threads is prohibited and where some such device is necessary, split couplings, Erickson couplings, or equal shall be used. Where water-tight conduit installations are required, water-tight conduit unions shall be used. 3. All conduits shall be cleaned by pulling a brush swab through before installing cables. 4. All conduits shall be sealed at each end with electrical putty or Duct Seal. Special care shall be taken at all equipment where entrance of moisture could be detrimental to equipment. B. Handling 1. Conduits subjected to rough handling or usage shall be removed from the premises. 2. Conduits must be kept dry and free of water or debris with approved pipe plugs or caps. Care shall be given that plugs or caps are installed before pouring of concrete. All spare conduits shall remain plugged or capped upon project completion. C. Concrete and Masonry 1. Where conduits pass through exterior concrete walls or fittings below grade, the entrances shall be made watertight. This shall be done by providing pipe sleeves in the concrete with 1/4" minimum clearance around the conduits, and caulking with askum and sealant, or by means of conduit entrance seals. 2. Where embedded conduits cross expansion joints, furnish and install offset expansion joints or sliding expansion joints. Sliding expansion joints shall be made with straps and clamps. D. Panelboards and Boxes 1. Conduits entering panelboards, pull boxes, or outlet boxes shall be secured in place by galvanized locknuts and bushings, one locknut outside and one locknut inside of box with bushing on conduit end. The locknuts shall be tightened against the box without deforming the box. Bushings shall be of the insulating type. BASIC ELECTRICAL MATERIALS AND METHODS 16050- 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) E. Bending 1. Field conduit bends shall be made with standard tools and equipment manufactured especially for conduit bending. F. Mounting and Concealing 1. Conduit runs shall always be concealed in finished spaces and may be exposed in industrial spaces except where indicated on the Drawings. 2. Exposed runs of conduits shall be installed with runs parallel or perpendicular to walls, structural members or intersections of vertical planes and ceilings, with right angle turns consisting of symmetrical bends or pull boxes as indicated on the Drawings. Bends and offsets shall be avoided where possible. 3. Where conduits are run individually, they shall be supported by approved pipe straps, secured by means of: 1) toggle bolts or hollow masonry; 2) expansion shields and machine screws or standard preset inserts on concrete or solid masonry; 3) machine screws or bolts on metal surfaces, and wood screws on wood construction. The use of perforated straps or wires will not be permitted. 4. Concrete inserts and pipe straps installed shall be stainless steel unless otherwise noted on the Drawings. All bolts, nuts, washers, and screws shall be stainless steel. Individual hangers, trapeze hanger, and rods shall be prime-coated and painted. Conduit support clamps shall be the two-piece type. 5. Conduit support struts, clamps, bolts, nuts and washers installed outdoors and in corrosive atmosphere indoors or on floors shall be stainless steel. 6. In furred ceilings, conduit runs shall be supported from structure, not furring. 3.02 TERMINATIONS AND SPLICES A. Terminations of power cable shall be by means of U.L. approved connectors. All connectors shall meet U.L. 486B and shall be compatible with the conductor material. B. Splicing of power, control, or instrumentation wiring will not be allowed except by written approval of the ENGINEER. Where splicing is allowed, splices shall be made waterproof regardless of location. 3.03 GROUNDING A. General — Grounding shall be as indicated, and as required by NFPA 70 and ANSI-C2. B. Grounding Connections — Grounding connections which are buried or otherwise normally inaccessible and excepting specifically those connections for which access for periodic testing is required, shall be made by exothermic weld. BASIC ELECTRICAL MATERIALS AND METHODS 16050 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Exothermic welds shall be made strictly in accordance with the weld manufacturer's written recommendations. Welds which have "puffed up" or which show convex surfaces, indicating improper cleaning, are not acceptable. No mechanical connector is required at exothermic weldments. C. Grounding Grid System — Conductors shall be buried a minimum of 24 inches in the ground. All cable crossings shall be securely bonded, and the system connected to the ground system as well as to all equipment and structural steel work, and to all water piping. D. Grounding Conductors — Conductors shall be insulated copper wire and sized as required by National Electrical Code. 3.04 FIELD TESTS A. As an exception to requirements that may be stated elsewhere in the Contract, the ENGINEER shall be given five working days notice prior to each test. The CONTRACTOR shall demonstrate that all circuits and devices are in good operating conditions. B. Test on 600-volt wiring — Verify all 600-volt wiring has no short circuits or accidental grounds. Perform insulation resistance tests on all wiring using an instrument which applies a voltage of approximately 500 volts to provide a direct reading of resistance. Minimum resistance shall be 1 megohm. The conductor loop resistance of each pair shall also be measured. The mutual capacitance between conductors of each pair shall also be measured. Provide written results for approval. 3.05 WIRE AND CABLE INSTALLATION A. Conductors shall not be pulled into raceway until: 1. Raceway system has been inspected and approved by the ENGINEER. 2. Plastering and concrete have been completed in affected areas. 3. Raceway system has been freed of moisture and debris. B. Conductors of No. 8 size and smaller shall be hand pulled. Larger conductors may be installed using power winches. Wire pulling lubricant, where needed, shall be U.L. approved. Wire in panels, cabinets, and gutter shall be neatly grouped, using nylon tie straps, and fanned out to terminals. C. Building wire conductors THHW / THWN installed below grade, or in concrete slabs on grade, shall have type RHW-USE insulation, 600-volt. Building wire shall be stranded. D. Each cable or wire in panels, pull boxes, manholes, or troughs shall have a permanent identification, with numbers and letters indicated on the conduit and cable schedule. For underground cable identification tag, see drawing. E. Lubricants — Lubricants for assisting in the pulling of cables shall be those specifically recommended by the cable manufacturer. The lubricant shall not be BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) deleterious to the cable sheath, jacket, or outer coverings, and shall be U.L. approved. Use Polywater J or equal. F. Cable Pulling Tensions — Shall not exceed the maximum pulling tension recommended by the cable manufacturer. 3.06 MOUNTING AND SUPPORTING ELECTRIC EQUIPMENT A. Furnish and install all supports, hangers, and inserts required to mount fixtures, conduits, cables, pull boxes, and other equipment furnished under this section or furnished for installation under this section. B. All items shall be supported from the structural portion of the building and studs, except standard ceiling-mounted lighting fixtures and small devices, that may be supported from ceiling system where permitted by the ENGINEER. However, no sagging of the ceiling will be permitted. Supports and hangers shall be of types approved by Underwriter's Laboratories. C. Perforated straps and wire are not permitted for supporting electrical devices. Anchors shall be of approved types. D. All supports, hangers, hardware, etc. used outdoors, shall be stainless steel and in corrosive atmosphere, or in hazardous areas shall be nonferrous, corrosion resistant, or stainless steel. Supports shall be selected to avoid galvanic reactions. Support devices shall be submitted for approval. 3.07 UNDERGROUND WORK A. Excavation for Electrical Work: Excavation or drilling, backfill and repair of paving and grassing is to be in the bid of the electrical contractor. The actual work need not be performed by electrical trades. However, the electrical contractor is responsible for all excavation, drilling, dewatering, backfilling, tamping, and repair of pavements and grassing required in support of electrical work. All areas disturbed by electrical work shall be repaired to their original conditions, or as indicated on the Drawings. B. Coordination: The electrical contractor must check for existing utilities before commencing any excavation or drilling. Contract Drawings and other trades are to be consulted to avoid interference with other utilities on this project. In the event of damage to existing utilities, the OWNER and ENGINEER shall be immediately notified, and the damage shall be immediately repaired at no cost to the Owner. C. Precautions: The electrical contractor must take every reasonable precaution to avoid interferences. In the vicinity of a suspected interference, excavations shall be dug by hand. D. Excavating, Drilling and Backfilling: 1. Materials for backfill shall be as specified in Specification 02222 - Excavation and Backfill for Utility Systems, Section 2.02. BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 6 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 2. Locate and protect existing utilities and other underground work in a manner which will insure that no damage or service interruption will result from excavating and backfilling. 3. Protect property from damage which might result from excavating and backfilling. 4. Protect persons from injury at excavations, by shoring up, and using barricades, warnings and illumination. 5. Coordinate excavations with weather conditions, to minimize the possibility of washouts, settlements, and other damages and hazards. 6. Dewater excavations as necessary. Protect excavations from inflow of surface water. Pump minor inflow of ground water from excavations; protect excavations from major inflow of ground water by installing temporary sheeting and waterproofing. Provide adequate barriers which will protect other excavations and below grade property from being damaged by water, sediment, or erosion from or through the electrical work excavations. 7. No organic material is permitted in backfill. All vegetation, peat, sod or other organic matter shall be removed from the premises. 8. Except under roadways. backfill material shall be clean sand or shell rock. No debris or trash may be used as backfill. 9. Under roadways, backfill material shall be the same as comprising the road bed. 10. Backfill excavations using 8-inch high courses of backfill material, uniformly compacted to 95 percent density per ASTM Standard D1557, using power-driven, hand-operated compaction equipment. Watering the backfill for compaction is not an acceptable method. 11. Backfill to elevations matching adjacent grades. Where subsidence is measurable or observable at electrical work excavations during the warranty period, remove the surface (pavement, lawn or other finish) add backfill material, compact, and replace the surface treatment. Restore the appearance, quality, and condition of the surface or finish to match adjacent work, and eliminate evidence of restoration to the greatest extent possible. 12. Where excavation and backfill for electrical work passes through or occurs in a landscaped area, repair or replace the landscape work to match the original condition and quality of work. 13. Where excavation and backfill for electrical work passes through or occurs in an area of paving or flooring, replace and restore the construction and finish of the paving or flooring to match the original condition and quality of the work. E. Underground 1. Underground conduits not under concrete slabs, shall be buried at least BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 7 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) two feet below finished grade for circuits rated 600 volts or less, except under traffic areas, conduits shall be buried at least three feet below finished grade. 2. Where steel conduit penetrates ground or concrete, the conduit shall be painted with two coats of asphaltic base paint one foot on each side of penetration. 3. Transition from PVC below grade to RGS above grade shall be made after elbow below grade. Paint RGS with bitumastic, 12 inches above and below grade. 3.08 CONCRETE MANHOLES AND PULL BOXES A. Provide precast concrete manholes and pull boxes as indicated on the drawings. Manholes and pull boxes shall be installed on firmly compacted ground level and plumb at the elevations indicated on the drawings. Manholes and pull boxes shall be equipped with pulling-in irons opposite and below each ductway entrance. Manholes and pull boxes shall have cable supports so that each cable is supported at a minimum of 3 foot intervals within the manhole or pull box. Cable supports shall be fastened with galvanized bolts and shall be fabricated of fiberglass or galvanized steel. Make provision for drainage and grounding. Install grounding rods at each manhole. B. Traffic Covers — H-2-044 traffic rated covers shall be provided for manholes and pull boxes with identification as follows: ELECTRIC" where voltages within are 600 volts and less. "SIGNAL" for instrumentation, telephone, and control. C. Covers and frames shall be cast iron or hot dip galvanized. End bells shall be cast in boxes by precast manhole manufacturer for all conduit entrances indicated on the drawings. D. Every manhole shall be equipped with 24" x 24" concrete knockouts for future conduit installation on two opposing walls. 3.09 CONDUIT INSTALLATION A. General —Conduits in structural slabs shall be placed between the upper and the lower layers of reinforcing steel, requiring careful bending of conduits. Conduits embedded in concrete slabs shall be spaced not less than eight inches on centers or as widely spaced as possible where they converge at panels or junction boxes. Conduits running parallel to slab supports, such as beams, columns and structural walls, shall be installed not less than 12 inches from such supporting elements. To prevent displacement during concrete pour, saddle supports for conduit, outlet boxes, junction boxes, inserts, etc., shall be secured. 3.10 WIRE AND CABLE INSTALLATION A. Installation of Cables in Manholes, Handholes, and Vaults. Do not install cables BASIC ELECTRICAL MATERIALS AND METHODS 16050 -8 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) utilizing the shortest route, but route along those walls providing the longest route and the maximum spare cable lengths. Form all cables to closely parallel walls, not to interfere with duct entrances, and support on brackets and cable insulators. In existing manholes, handholes and vaults where new ducts are to be terminated, or where new cables are to be installed, the existing installation of cables, cable supports, and grounding shall be modified as required for a neat and workmanlike installation, with all cables properly arranged and supported. Support cable splices in underground structures by racks on each side of the splice. If splicing is approved, locate splices to prevent cyclic bending in the spliced sheath and out of the water. Install cables at middle and bottom of cable racks, leaving top space opening for future cables, except as otherwise indicated. Provide one spare three-insulator rack arm for each cable rack in each underground structure. B. Cable Markers (or tags) in Manholes and Handholes — Provide cable markers or tags for each cable or wire passing through or leaving manholes or handholes and at each terminal. Tags shall be stainless steel, bronze, lead strap, or copper strip, approximately 1/16-inch-thick, or hard plastic 1/8 inch thick, suitable for immersion in salt water, and of sufficient length for imprinting the legend on one line, using raised letters not less than 1/4 inch in size, and shall be permanently marked or stamped with the identification as indicated. Use of two color laminated plastic is acceptable. Plastic markers shall be dark in color, and markings shall be light in color to provide contrast so that identification can be easily read. Fastening material shall be of a type that will not deteriorate when exposed to water with a high saline content. C. All supports, hangers, hardware, etc. used outdoors, shall be stainless steel. In corrosive atmosphere, or in hazardous areas, shall be non-ferrous, corrosion resistant, or stainless steel. Supports shall be selected to avoid galvanic reactions. Support devices shall be submitted for approval. D. Spare conduits shall be on top or accessible sides and identified uniquely at each location and active conduits shall be located on the bottom unless noted otherwise. END OF SECTION BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 9 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK BASIC ELECTRICAL MATERIALS AND METHODS 16050 - 10 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 16110 RACEWAYS AND BOXES PART 1 -GENERAL 1.01 SCOPE A. This Section includes basic materials and electrical methods for all of Division 16, Electrical and Related Work. 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Concrete - Division 3 PART 2 - PRODUCTS 2.01 RACEWAYS AND FITTINGS A. Rigid Metal Conduit — Hot-dipped galvanized heavy wall rigid steel conduit shall be used on all electrical and instrumentation systems. Conduit shall conform to Federal Specification WW-C-581d and fittings shall conform to Federal Specification W-F-408, Type I and III, Class 1, Style 2. B. Liquidtight Flexible Metal Conduit — Flexible metal conduit shall be used on all electrical and instrumentation systems. Liquid tight flexible conduit shall conform to NEC Article 351 as manufactured by Appleton, Robroy, or Anaconda. Fittings shall be as manufactured by Midwest or Robroy and conform to Federal Specification W-F-406b, Type I, Class 3. C. Rigid Non-Metallic Conduit — Polyvinyl chloride (PVC) conduit, boxes and fittings shall conform to NEMA TC-2 and to Military Specifications MIL-C-23571 for Type II, Schedule 40 and shall be used on specified grounding and utility company systems only. D. Wireways and Auxiliary Gutters — Wireways and auxiliary gutters shall be galvanized steel with removable covers unless indicated as hinged. Components shall be as manufactured by Square 'D', Hoffman, Keystone, or General Electric. All wireways shall be without manufactured knockouts. 2.02 BOXES AND ACCESSORIES A. Sheet steel boxes and accessories shall conform to Federal Specification W-J- 800c, as manufactured by Appleton, Steel City, or Raco. B. Cast metal ferrous outlets shall conform to Federal Specification W-C-568a, as manufactured by Appleton, Pyle-National, or Crouse-Hinds. C. Pull boxes and junction boxes larger than 4-11/16" shall be constructed of galvanized steel in accordance with NFPA 70, Articles 314. Boxes shall be as manufactured by Hoffman, Boss, or Keystone. All boxes shall be without manufactured knockouts. D. Cast, malleable iron outlet boxes shall have threaded conduit entrances and gasketed covers. Aluminum-type is not permitted. Boxes shall have a minimum of two hubs on the bottom, as manufactured by Appleton or Crouse-Hinds. RACEWAYS AND BOXES 16110- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) E. Concrete pull boxes shall be of the open bottom type, with an iron, locking cover marked "ELECTRIC" or "SIGNAL" as applicable, and shall be U.L. Listed and meet all codes. F. Rigid Conduit Coupling — Where rigid steel conduit is used, jointing conduit runs shall be connected by a threaded coupling or three piece couplings. Threadless coupling will not be permitted. G. Rigid Conduit Bushing — Where rigid steel conduit is used, all terminations in boxes, panels, etc. shall have locknuts on both sides of equipment, with a bonded, grounding bushing. H. Field Cut Threads— Field-cut threads must be cleaned with oil and painted with a coat of aluminum, or galvanized paint. Newly cut threads that are not coated will have rust or corrosion develop, and will inhibit the grounding path of the conduit run. I. Conduit Nipples—The use of all-thread is prohibited. 2.03 EXPANSION FITTINGS A. Any expansion fittings used shall be manufactured by O-Z Electrical Manufacturing Company, and specified as follows: Rigid metal conduit - Type AX; Electrical metallic tubing - Type TX. B. Miscellaneous—Coatings—Tnemec 46-465 PART 3 - EXECUTION 3.01 RACEWAYS A. Use rigid, non-metallic conduit as follows, unless noted otherwise: Grounding systems and utility systems only. B. Paint metal conduit in floor slab or in the ground with 2 coats of Tnemec 46-465. C. Use liquid tight, flexible metal conduit for all connections to vibrating equipment, such as motors, valves, and devices on piping or ductwork. The maximum length shall be restricted to 18" or less, any longer lengths must have approval. It shall be restricted for use within 24 inches above the floor elevation. (A green bonding conductor will be required in all runs, with other conductors.) D. Install exposed conduit parallel with, or at right angles to the building lines. Conduit larger than 1", except as indicated, in reinforced concrete slabs shall be parallel with, or at right angles to the supports of the slab. Conduit in concrete shall be located so as not to affect the structural strength of the slabs. Conceal all conduits in walls, above ceilings, in or under slabs or in furring, except in mechanical and electrical rooms and as indicated. E. Route feeders, home runs, and conduits where indicated, except those minor deviations as approved, will be permitted. F. All conduits that are embedded in concrete, pass through concrete, or stub-up shall have a 30 mil coating of Tnemec 46-465 over its entire length where embedded in concrete, and 12 inches before entering and 12 inches after exiting the concrete. RACEWAYS AND BOXES 16110 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3.02 BOXES AND ACCESSORIES A. Minimum size outlet box shall be 4" square by 1-1/2" deep unless otherwise approved or indicated otherwise. B. Use cast malleable iron boxes for outlets with gasketed covers for all exterior and for all damp locations. 3.03 MISCELLANEOUS A. Provide approved fire stopping materials at all chases to prevent drafts. B. Provide expansion fittings in conduit runs crossing expansion joints in the structure. C. Provide Jet Line#232 in all empty conduits. D. Rigid Conduit fitting shall be cast, malleable iron, with stamped, galvanized steel, stainless steel screw covers, and gasket for use inside. Outside cast malleable iron galvanized, stainless steel screw and gasket. END OF SECTION RACEWAYS AND BOXES 16110 -3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK RACEWAYS AND BOXES 16110 -4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 16120 CONDUCTORS PART 1 - GENERAL This Section includes basic materials and methods for all of Division 16, Electrical and Related Work. 1.01 RELATED WORK SPECIFIED ELSEWHERE A. Signal Conductors 1.02 APPLICABLE REQUIREMENTS NEC Article 310 and 400 F.S. J-C-30 F.S. W-S-6106 PART 2 - PRODUCTS 2.01 CONDUCTORS A. Conductors shall conform to Federal Specification J-C-30 for 600 volt, Types THWN/THHW, or XHHW stranded or as shown on the drawings. Sizes are AWG unless otherwise noted. B. Grounding conductors larger than Size 1 AWG shall be soft drawn, bare copper or insulated copper. Control conductors for 100 to 600 volt shall be size 14 AWG copper, stranded, and color coded unless indicated otherwise. C. Control conductors for 50 volt and under shall be plastic jacketed thermostat cable, Size 18 AWG single conductor, copper, multi-conductor as required. Fixture wire shall be Type THHN for all through wiring where permitted. 2.02 PORTABLE CORDS A. Portable cord shall be stranded copper, UL Listed, and resistant to water, acid, and alkalis. B. Each cord shall have one green covered conductor that shall be used as a grounding conductor. 2.03 SPLICES AND TERMINATIONS A. Connections shall comply with Federal Specification W-S-610b. Connectors for temperatures to 105NC shall be Ideal Wing Nut or 3M-Scotchloc. B. Tape shall be Scotch 33 or slip-knot grey. Voids shall be filled with rubber tape or Scotchfill. C. Terminal boards shall be General Electric, Type CR151, type A2. Lugs for the terminal boards shall be the locking tongue type. Control terminals and motor connections up to size 3 shall be ring tongue type as manufactured by T&B Sta- Kon. D. Heat shrink for all splices outdoors. Insulating and sealing of all in-line, cable splices from 16 AWG through 1000 kcmil shall be done in accordance with the CONDUCTORS 16120 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) instructions provided with the Shrink-Kon heat shrinkable insulators, catalog series HS as manufactured by Thomas & Betts. E. The connector insulator must be made of thermally stabilized, homogeneous polyolefin having internally applied sealant. It must have Underwriter's Listing (UL48, 9ONC, 600V) and be approved for the use. It must be usable without additional covering or adhesive, both indoors and outdoors, in overhead, direct buried, or submersed applications at rated voltage. It must not be adversely affected by moisture, ozone, oils, fuels, mild acids and alkalis, or ultraviolet light. It must be compatible with all commonly used cable jacket materials including rubber, plastic, lead, steel, aluminum, and copper. All conductors larger than #10 shall have Noalox Non-Corrosive Paste applied to wires' ends and terminals before connections are made. This will prevent or retard corrosion. PART 3 - EXECUTION 3.01 CONDUCTORS A. Conductors size 10 AWG and smaller shall be copper and have insulation colored for phases A, B, and N respectively as follows for single phase systems: 120/240 volts, black, red, and white. B. All-bonding conductors shall have a green covering and shall be the same size as the circuit conductors unless otherwise indicated. C. Installation of conductors shall be made only in completed raceway systems and all conductors in any conduit shall be pulled in together. D. Use wire pulling compounds or lubricants as listed by Underwriters' Laboratories or talc, graphite, or soapstone. 3.02 SPLICES AND TERMINATIONS A. Use solder-less terminal lugs on all standard conductors. Use approved solder- less connectors for all splices. Keep splices to a minimum. B. Splice all neutrals prior to connection to wiring devices. Splices other than pre- insulated connectors shall be covered neatly with insulation type equivalent in value to the conductor insulation. Use minimum of 2 layers of tape. 3.03 PHASING AND IDENTIFICATION A. The phase designation of all secondary conductors shall be the same and shall be indicated in or on all 3-phase outlets, transformers, panelboards, and disconnect switches, and they shall be connected with uniform phase sequence. B. Control wiring shall have a Brady® label or equal attached, secured with a clear piece of heat shrink tubing over the numbers. The numbers shall be attached 1 inch from each end. Tag each individual conductor or wire with a label stating the terminal designation indicated on schematic diagrams, or given on manufacturer's equipment lists, and at each terminal strip, relay, etc. 3.04 NUMBER OF CONDUCTORS A. For convenience and simplicity, wire tics are shown only on home runs other than power circuits. The Contractor shall determine the correct combination of wires to be run in all raceways including home runs, branch circuit wiring and switch legs. CONDUCTORS 16120 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) B. A green ground wire must be included in all conduits. Neutral wires shall be determined by the load and proper phasing on multi-wire branch circuits. C. All conductors shall have identification per NEC and local codes. 1. Colored tape for feeder conductors should be secured on the conductor with clear piece of heat shrink tubing. D. Conduit fill shall be sized per National Electric Code. All 120 volt circuits shall each have individual neutrals. 3.05 TESTING A. After wiring has been pulled in raceways and before hook-up, wires shall be subject to an insulation test. A Megohmeter of 500 volts shall be used, and a minimum of 10 megohms will be acceptable. Test shall be witnessed by the ENGINEER. A 48-hour notification must be given before test(s) commence. It is typical that wire was abused during installation, usually due to lack of lubrication. The test will reveal any damage to insulation on wiring. END OF SECTION CONDUCTORS 16120 -3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK CONDUCTORS 16120 - 4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 16140 WIRING DEVICES PART 1 - GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE Basic Materials & Methods 1.02 APPLICABLE DOCUMENTS NEMA WD-1 - Wiring Devices, Non-locking NEMA WD-5 - Wiring Devices, locking type F.S. W-S-896c - Toggle Switch F.S. W-P-455a - Wall Plates PART 2 - PRODUCTS 2.01 RECEPTACLES A. All receptacles shall be the grounding type and shall conform to applicable portions of NEMA Standards WD-1 and WD-5. NEMA Configuration - #5-20, duplex. Ivory P & S #5342-I Leviton - #5342-I NEMA Configuration #1050 Hubbell - 7512-G receptacle Hubbell - 7118 stainless steel plate Hubbell - 7914 cord set (length as required) 2.02 SWITCHES A. Toggle switches shall conform to Federal Specification W-S-896c, A.C., only type switch. 20 ampere, 120-277 volt, Ivory Leviton - 1121-I, 1123-I P & P - 521-I, 523-I 2.03 PLATES AND COVERS A. Wall plates for recessed devices shall conform to Federal Specification W-P-455a and shall be of Ivory color with matching screws unless indicated otherwise, and of the configuration required for the devices installed. Leviton - 86000 Line, P & S or equal Surface (raised) covers for 4" square boxes shall be 1/2" deep. Surface covers shall be as manufactured by Steel City, Appleton or Raco of the configuration required. Cover plates indicated (WP) weatherproof shall be made of Type 302 stainless steel with stainless steel springs, screws and gaskets. Sierra Series "WP" of the configuration required. 2.04 ATTACHMENT CAPS AND CONNECTORS A. Caps shall be NEMA Standard mates to the receptacles and connectors used WIRING DEVICES 16140 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) and shall be as manufactured by Hubbell. Provide one cap for each receptacle other than the duplex type. B. Electrical contractor shall connect all equipment furnished by Owner or other contractors, including caps and cords and materials required to complete the installation. PART 3 - EXECUTION 3.01 INSTALL PLATES AND COVERS ON ALL OUTLETS. INSTALL ALL DEVICES UNIFORMLY IN EACH AREA. USE 20 AMPERE SWITCHES AND RECEPTACLES EVERYWHERE. 3.02 MOUNTING HEIGHTS (TO CENTER LINE OF BOX): A. Generally mount outlets 18" up unless noted otherwise. B. Mount switches and dimmers at 48"to center of device. C. Outlets may be horizontal to meet space conditions. END OF SECTION WIRING DEVICES 16140 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 16160 PANELBOARDS PART 1 - GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE A. Basic Materials and Methods B. Section 16180 —Circuit Breakers, Switches & Fuses C. Starters D. Contactors 1.02 APPLICABLE DOCUMENTS A. NEMA PB-1, 1957 - Panelboards B. F.S. W-P-115a Panelboards C. NFPA-70 - Articles 110, 240, 384 1.03 SUBMITTALS A. Submit Shop Drawings for review on each panelboard indicating cabinet dimensions, component arrangements, characteristics, and sizes. B. Contractor shall provide equipment room layout indicating all panelboards, switchgear, etc. implicating working clearances as per NEC. PART 2 - PRODUCTS 2.01 PANELBOARDS A. Panelboards shall conform to Federal Specification W-P=115a, complete with cabinets and locks. Fronts shall be finished to resist corrosion with not less than one priming coat and one pearl gray finishing coat. Components shall be arranged approximately as indicated. Bus shall be copper. B. Circuits shall be numbered serially from top to bottom with odd numbers on the left. Adjacent poles of single pole devices shall be of opposite polarity with split- phase bussing. C. Provide keys, each of which will operate all the panelboard cabinet locks. Provide a typewritten directory with a transparent protective cover on the inside of the panelboard cover. Panels shall be factory assembled and tested. Circuit breaker panelboards shall be Type I, Class 1, bolt-on type. D. Panelboards shall be as manufactured by Square "D", Siemens, or Eaton Corporation. E. Panelboard bus shall be copper. F. Panelboards shall be provided with labels as dictated by NEC Article 110. PANELBOARDS 16160 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) PART 3 - EXECUTION 3.01 GENERAL A. Mount all panels with tops at 6' above the floor, except as noted or approved otherwise. Mount grouped equipment on backboards. Identify all panels and all devices. Nipple all adjacent panels together using minimum 1-1/2" conduit. Clean all debris out of cabinets prior to installing covers. Provide a minimum of two empty conduit stubs from flush mounted panels to ceiling spaces above and below. B. All wiring shall be neatly arranged inside the panel. Each circuit wiring shall be tagged to match circuit number in panel. C. Upon completion of project, contractor shall provide as-built circuit directory for each panelboard. END OF SECTION PANELBOARDS 16160 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 16180 SAFETY SWITCHES, CIRCUIT BREAKERS & FUSES PART 1 -GENERAL 1.01 RELATED WORK SPECIFIED ELSEWHERE: Panelboards - Section 16160 Applicable Documents: NEMA AB-1 - Molded Case Circuit Breakers NEMA IC-1 - Industrial Control F.S. W-S-865c - Enclosed Switches F.S. W-C-375a - Circuit Breakers U.L.-198 - Fuses NEMA FU-1 - Fuses 1.02 SUBMITTALS: Submit Shop Drawings for review including catalog cuts showing sizes, types and characteristics of all products. PART 2 - PRODUCTS 2.01 SAFETY SWITCHES/CIRCUIT BREAKER DISCONNECTS: A. Safety switches shall conform to Federal Specifications W-S-865c, heavy duty type HD, fusible or non-fusible, with the poles, ampere, voltage and horsepower ratings indicated and shall have solid neutrals and Class R clips. Lugs shall be U.L. listed for copper-aluminum. B. Enclosures for safety switches shall be NEMA-1, general purpose, except that switches indicated (WP) weatherproof, shall be NEMA-3R unless marked NEMA- 4X. Provide hubs as required for NEMA-3R enclosures with suitable gaskets and bonding means. C. Switches and disconnects shall be as manufactured by Square 'D', General Electric, Siemens, or Eaton. D. Circuit breaker disconnects may be used in lieu of safety switches providing they comply with the safety switch requirements and are applied within their ratings and a schedule is submitted for approval. 2.02 CIRCUIT BREAKERS, MOLDED CASE: A. Circuit breakers shall conform to Fed. Spec. W-C-375a and NEMA Standard AB- 1 unless indicated otherwise. Circuit breakers shall be of the ampere rating, voltage rating, number of poles and class or interrupting capacity (I.C.) as indicated. Interrupting ratings are given in root mean square (RMS), symmetrical amperes based on NEMA test procedures. Lugs and terminals shall be U.L. listed for copper-aluminum. Accessories shall be 120 volt. B. Each circuit breaker shall have a trip unit for each pole with elements providing SAFETY SWITCHES, CIRCUIT BREAKERS & FUSES 16180- 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) inverse time delay under overload conditions and instantaneous magnetic trip for short circuit protection unless indicated as non-automatic. Trip elements shall operate a common trip bar to open all elements. 2.03 FUSES: A. Provide rejection fuses for all fusible equipment regardless of which section has furnished such equipment. B. Fuses shall be of the ratings shown on the drawings, U.L. listed and shall be Bussman Manufacturing Co., Gould-Shawmut Company, CEFCO or approved equal. C. All fuses shall be current limiting and have an interrupting capacity of at least 200,000 amperes RMS symmetrical. D. The time-current characteristics and ratings shall be such that positive selective coordination is assured. E. Fuses, 600 amperes and lower, where applied to general feeder and branch circuit protection, shall conform to U.L. Class RK-1 standards and be Bussmann Type LPN-RK-SP LPS-RK-SP, "Low Peak". Gould-Shawmut dual element "Amp-Trap." F. Fuses, where required for circuit breaker protection shall conform to U.L. Class RK-1 standards and be Bussmann Type LPN-RK-SP or LPS-RK-SP "Low Peak", or Gould-Shawmut Class RK1 "Amp-Trap." G. Coordination and current limitations or the protection of each part of the electrical system must be designed around the type and class and manufacturer selected for that type and class. PART 3 - EXECUTION 3.01 INSTALLATION: A. Mount grouped switches, disconnects and controls on backboards or unistrut. Provide labels on or in all fusible equipment indicating the type and size replacement fuse required. B. Generally, mount switches and disconnects between 4' and 5' A.F.F., readily accessible. 3.02 FUSES: A. Install all fuses as required where indicated on the drawings and where required by the National Electrical Code, special attention shall be given to air conditioning equipment. B. Provide 10% spares (minimum of three) of each size and type of fuses furnished. Spare fuses shall be placed in a wall mounted cabinet equal to: Bussmann SFC which shall be located in the switchgear room. END OF SECTION SAFETY SWITCHES, CIRCUIT BREAKERS & FUSES 16180 -2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 16195 ELECTRICAL IDENTIFICATION 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. Section includes equipment identification labels. 1.03 SUBMITTALS A. Product Data— For each electrical identification product indicated. B. Identification Schedule — An index of nomenclature of electrical equipment and system components used in identification signs and labels. 1.04 QUALITY ASSURANCE A. Comply with ANSI A13.1. B. Comply with NFPA 70. C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. D. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and inks used by label printers, shall comply with UL 969. 1.05 COORDINATION A. Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use consistent designations throughout Project. B. Coordinate installation of identifying devices with completion of covering and painting of surfaces where devices are to be applied. C. Coordinate installation of identifying devices with location of access panels and doors. PART 2 - PRODUCTS 2.01 UNDERGROUND-LINE WARNING TAPE A. Tape 1. Recommended by manufacturer for the method of installation and suitable to identify and locate underground electrical, controls and l&C raceways. 2. Printing on tape shall be permanent and shall not be damaged by burial operations. ELECTRICAL IDENTIFICATION 16195 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) 3. Tape material and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils. B. Color and Printing 1. Comply with ANSI Z535.1 through ANSI Z 535.5. 2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE. LOW VOLTAGE. 3. Inscriptions for Orange-Colored Tapes: l&C CABLE, OPTICAL FIBER CABLE. 2.02 EQUIPMENT IDENTIFICATION LABELS A. Self-Adhesive, Engraved, Laminated Acrylic or Melamine Label — Adhesive backed, with white letters on a dark-gray background. Minimum letter height shall be 3/8 inch. PART 3 - EXECUTION 3.01 INSTALLATION A. Verify identification of each item before installing identification products. B. Location — Install identification materials and devices at locations for most convenient viewing without interference with operation and maintenance of equipment. C. Apply identification devices to services that require finish after completing finish work. D. Self-Adhesive Identification Products — Clean surfaces before application, using materials and methods recommended by manufacturer of identification device. E. Underground-Line Warning Tape — During backfilling of trenches install continuous underground-line warning tape directly above line at 6 to 8 inches (150 to 200 mm) below finished grade. Use multiple tapes where width of multiple lines installed in a common trench exceeds 16 inches overall. 3.02 IDENTIFICATION SCHEDULE A. Locations of Underground Lines — Identify with underground-line warning tape for electrical, controls and l&C wiring and optical fiber cable. B. Equipment Identification Labels — On each unit of equipment, install unique designation label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or master units, control panels, control stations, terminal cabinets, and racks of each system. Systems requiring labels include power, lighting, control, and I&C unless equipment is provided with its own identification. 1. Labeling Instructions a. Indoor Equipment — Self-adhesive, engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2-inch-high letters on 1-1/2 inch high label; where two lines of text are required, use labels 2 inches high. Utilize white lettering on black background. ELECTRICAL IDENTIFICATION 16195 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) b. Outdoor Equipment: Self-adhesive, engraved, laminated acrylic or melamine label. Unless otherwise indicated, provide a single line of text with 1/2-inch-high letters on 1-1/2-inch-high label; where two lines of text are required, use labels 2 inches high. Utilize white lettering on black background. 2. Equipment to be Labeled a. Enclosures and electrical cabinets b. Motor Control Centers c. Enclosed switches d. Variable Frequency Drives e. Monitoring and control equipment END OF SECTION ELECTRICAL IDENTIFICATION 16195 - 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) THIS PAGE LEFT INTENTIONALLY BLANK ELECTRICAL IDENTIFICATION 16195 - 4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 16450 GROUNDING PART 1 - GENERAL 1.01 SCOPE This Section includes basic materials and methods for all Division 16 and related electrical work. 1.02 APPLICABLE REQUIREMENTS NEC Article 250 PART 2 - PRODUCTS 2.01 GROUND RODS Ground rods shall be a minimum of 5/8" diameter by 10' length & copper-clad, unless otherwise specified. Grounding accessories shall be as manufactured by Burndy, Erico or Thompson. PART 3 - EXECUTION 3.01 INSTALLATION A. End to end fixtures shall be continuously bonded. Grounding contact of receptacles shall be connected to a solidly grounded conduit system or to a system grounding conductor (not the system neutral) by a stranded copper wire not smaller than 12 AWG or shall be grounded in some other approved manner. B. Bond all metal parts. Make equipment and bus connections with suitable lugs or clamps. Cadweld all wire-to-ground rod joints. Cadweld all wire-to-wire joints size 1/0 AWG and over. C. Bond all conduits stubbing under switchboards, transformers and similar locations using bonding bushings. Bond each conduit separately. D. Provide a bonding wire from grounding bushings on all conduit terminated at panels, boxes, wireways, panels, etc. E. Provide a bond wire in all flexible metal conduits and connect to the boxes at each end in an approved manner. F. Use PVC for sleeving grounding conductors, except that where sleeves are subject to extreme injury use rigid metal conduit bonded at both ends. G. Ground all separately derived sources such as transformers to adjacent cold water pipe or building steel in accordance with NEC. H. Grounding of all equipment should be accomplished with lugs equal to T & B "Locktite" one bolt hole tongue#31003 or equal. All conduit to Service entrance equipment and Transfer Switch along with Load Center shall have Grounding Bushing on all metal conduits and ground to box, cabinet, etc. This will give an added protection in grounding all the electrical GROUNDING 16450 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) systems. END OF SECTION GROUNDING 16450-2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) SECTION 16500 LIGHTING PART 1 - GENERAL 1.01 SCOPE OF WORK A. This Section includes the lighting fixtures, lamps, trim, ballasts, poles, bases, accessories. 1.02 APPLICABLE DOCUMENTS UL-57 - Standard of Electric Fixtures FS-W-L-101 - Lamps, Incandescent FS-W-L-116 - Lamps, Fluorescent FS-W-B-30 - Ballasts FS-W-F-414 - Fixtures, Fluorescent I.E.S. - Illuminating Engineering Society Handbook, 10th Edition 1.03 QUALIFICATIONS A. Photometric data of independent, nationally recognized testing agencies will be accepted. Photometric data of testing laboratories of fixture manufacturers may be accepted if certified. 1.04 SUBMITTALS A. Submit Shop Drawings for each luminaire assembly consisting of catalog cuts, photometric data, dimensions, ballast data, voltage, materials finish and installation data. B. Submittals shall be bound in a manual, indexed and identified in accordance with schedules. C. Submit wind load calculations on pole assemblies - based on the wind loading requirements of the current edition of the Florida Building Code (F.B.C. 2017—69 Edition). Indicate shape factors, moments and stresses. PART 2 - PRODUCTS 2.01 FIXTURES, GENERAL REQUIREMENTS A. Lighting fixtures shall be as indicated or specified. The details, shapes and dimensions are approximate, and variations, when approved, may be made in order to use stock fixtures. B. Lighting fixtures shall conform to U.L. publication #57, and shall be complete with lamps and all necessary accessories and fittings. C. Lens frames shall be supported so as to avoid sagging, and shall be readily removable or suitably hinged and latched. Removable frames shall have adequate means of retention for use when servicing. D. Plastic lenses shall be made of heat-resistant methyl-methacrylate and the lenses shall be injection molded unless indicated otherwise. Provide a fuse holder and fuse in the primary side of each ungrounded conductor in all ballasts, LIGHTING 16500 - 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) factory installed. E. Ballasts shall be UL listed, Class P, high power factor and CBM certified by ETL. Multiple lamp ballasts shall operate lamps out of phase with each other. F. Ballasts shall conform to Federal Specification W-B-30 and shall be as manufactured by one of the following: General Electric, Jefferson, Universal, or Advance. G. Photocell - Provide photocell and lighting contactor for control of exterior lights. PART 3 - EXECUTION 3.01 Adjust all directional fixtures to obtain the most uniform distribution. Orient all similar fixtures consistently. Coordinate fixtures with speakers, air grilles, pipes and ductwork. 3.02 Fixture bottoms, edges and ends of rows shall be even. Rows shall be straight, aligned and equally spaced in distinct areas. Clean all fixtures of debris and fingerprints and adjust trim to fit surfaces snug. 3.03 Provide all necessary hangers and mounting accessories for a complete installation. Precast pole bases shall be set in an augured hole and leveled using water and a vibrator. Poles shall be vertical. 3.04 Locate the fluorescent fixtures in the equipment rooms to best illuminate the equipment installed. Use chains or rods to support below ducts and pipes as required. Test all fixtures, switches and controls for operation. Replace all lamp burnouts if their estimated operating period is less than 805 rated lamp life prior to final acceptance. END OF SECTION LIGHTING 16500 - 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) APPENDIX A: GEOTECHNICAL REPORT North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) REPORT OF GEOTECHNICAL EXPLORATION MIAMI BEACH NORTH SHORE OCEAN VIEW PARK IMMEDIATELY EAST OF ALA BETWEEN 79111 STREET AND 89TH STREET MIAMI BEACH,FLORIDA FOR CALVIN GIORDANO &ASSOCIATES,INC. 1800 ELLER DRIVE, SUITE 600 FT.LAUDERDALE, FLORIDA 33316 PREPARED BY NUTTING ENGINEERS OF FLORIDA,INC. 2051 NW 112TH AVE, SUITE 126 MIAMI,FLORIDA 33172 PROJECT No. 101.154 JANUARY 2019 Geotechnical&Construction Materials 14 H utt'n g Engineering,Testing,&Inspection Environmental Services EEngineers Offices throughout the state of Florida of Floridalnc.�Established 1967 www.nuttingengineers.com info@nuttingengineers.com Your Project is Our Commitment North Beach Oceanside Park- chw`■ � wOct Geotechnical&Construe als �`a■ Engineering,Testing� isglypection Evironmental Services E.1:1: Engineers Offices throughout the state of Florida of Florida Inca Established 1967 www.nuttingengineers.com info@nuttingengineers.com Your Project is Our Commitment January 14, 2019 Mr. Gianno A. Feoli Calvin Giordano&Associates,Inc. 1800 Eller Drive, Suite 600 Ft. Lauderdale,Florida 33316 Phone: (954)921-7781 Fax: (954)766-2776 Email:gfeoli@cgasolutions.com Subject: Report of Geotechnical Exploration Miami Beach North Shore Oceanview Park Immediately East of A 1 A between 79th Street&89th Street Miami Beach,Florida Dear Mr. Feoli: Nutting Engineers of Florida, Inc. (NE), has performed a Geotechnical Exploration for the proposed beach walk,drainage improvements for the park,and the installation of large sculptural elements in Miami Beach, Florida. This exploration was performed in accordance with the written authorization to proceed provided by Calvin Giordano & Associates, Inc. The purpose of this exploration was to obtain information concerning the subsurface soil conditions at the test locations in order to provide the soil stratum engineering properties. This report presents our findings. PROJECT INFORMATION Per your email dated November 26, 2018, our conversation on November 27, 2018, and review of the aerial photograph provided therein, we understand that plans for this project include various improvements including a beach walk, drainage improvements for the park, and the installation of large sculptural elements at the referenced site. NE should be notified in writing by the client of any changes in the proposed construction along with a request to amend our foundation analysis and/or recommendations within this report as appropriate. Nutting Engineers of Flodda InCI Established 1967 Your Project!.Our Commitment 1 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) GENERAL SUBSURFACE CONDITIONS Subsurface Soil Exploration The exploration of subsurface conditions included site observation, review of available data such as the Soil Survey of Miami-Dade County and thirteen (13) Standard Penetration Test borings (ASTM D-1586). In addition, three (3) `Usual Open-Hole' exfiltration tests were performed in accordance with South Florida Water Management District specifications. The location of each test is indicated on the attached Test Location Plan, presented in the Appendix. The test boring reports are also presented in the Appendix of this report. The test locations were established in the field using approximate methods; namely, a measuring wheel and available surface controls. Therefore the locations should be considered approximate. Soil Survey Maps As part of the geotechnical study, we reviewed the Department of Agriculture Soil Survey of Miami-Dade County. These SCS maps provide qualitative information about potential general shallow soil conditions in the project vicinity. This information was derived from approximately 6 ft. deep manual auger borings, aerial photo and surface feature interpretation at some point in the past (mid 1980's to early 1970's). The SCS data may or may not reflect actual current site conditions. A review of the Soil Survey for Dade County revealed that at the time the survey was conducted, the soils at the site were described as Urban land.This map unit is in areas where shopping centers, parking lots, streets, sidewalks, airports, large buildings, houses, and other structures cover more than 85 percent of the surface. The natural soil cannot be observed. The soils in open areas, mostly lawns,vacant lots,playgrounds, and parks are mainly Udorthents. We note that the maximum depth of the survey is approximately 6 feet. Test Boring Results In general, the test borings recorded loose to medium dense fine sand and shell fragments to a depth of fifteen feet, the maximum depth explored. A detailed description of the soil profile is presented in the test boring records provided in the Appendix. Groundwater Information The groundwater level was encountered at a depth of approximately six to nine feet below the existing ground surface. The immediate depth to groundwater measurements presented in this report may not provide a reliable indication of stabilized or long term depth to groundwater at this site.Water table elevations can vary dramatically with time through rainfall, droughts,storm events, flood control activities, nearby surface water bodies,tidal activity, pumping and many other factors. For these reasons, this immediate depth to water data should not be relied upon alone for project design considerations. 14:,7Nutting Engineers of Florida Incl Established 1967 Your ProjectIs Our Commitment 2 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Exfiltration Test Results Three (3) `Usual Open-Hole' exf ltration tests were performed in accordance with South Florida Water Management District(SFWMD)specifications to a depth of fifteen feet below the existing ground surface. The tests were performed in order to determine the hydraulic conductivity of the in situ subsurface soils to evaluate drainage requirements for the project, by others. The hydraulic conductivity values ranged from 2.12 x 10 to 8.72 x l0"5 cubic feet per second, per square foot, per foot of head. Detailed soil descriptions and flow rates are presented in the Appendix. ANALYSIS AND RECOMMENDATIONS Geotechnical Site Suitability Based on the borings performed for this project, it is our opinion that conventional shallow foundations can be used for support of the proposed sculptural elements following the successful completion of recommended procedures as verified by testing and observation by NE. It is our opinion that the soils encountered at the site appear to be suitable to sustain the loads induced by the proposed construction provided foundation criteria and site preparation are followed as discussed in this report. Preparation of the site shall include clearing and stripping of any unwanted materials followed by proper surficial compaction and placement of the fill to attain the required construction grades. Subgrade preparation, fill placement and foundation construction should be completed in accordance with the recommendations presented in this report. Upon completion of these recommendations, it is our opinion that the site can be developed using conventional shallow foundations and conventional construction for building and pavement structures. The following sections present design criteria for foundations and our recommendations for site preparation and foundation construction. Foundation Design Once the site preparation recommendations have been successfully implemented as supported by observations and testing by NE, it is our opinion that the site may be developed with the proposed structures using conventional shallow foundations. An allowable soil bearing pressure of 2,000 pounds per square foot is achievable on properly compacted structural fill or native sandy soils following the successful completion of appropriate site work. We recommend a minimum width of 18 inches for continuous footings and 30 inches for individual footings, even though the soil bearing pressure may not be fully developed in all cases. We recommend that the bottom of footings be at least 12 inches below the lowest adjacent finished grade. 61g11 ingneers or Florida Incl Esla66shed 1967 Your Project Is OurCammltmeat 3 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) Foundation Settlement Shallow foundations designed, supported, and constructed in accordance with the recommendations of this report are estimated to sustain a maximum total settlement of less than approximately 1 inch. Differential settlement between adjacent foundations should be approximately one-half of the total settlement. Distortions that occur along the wall footings due to differential settlement should not be more than 1 in 500. Site Preparation Debris from clearing operations and any unsuitable soils as determined by the Geotechnical Engineer will need to be completely removed within the construction area and to a lateral distance of at least 5 feet beyond the footprint limits and potentially further based upon depth. A Nutting Engineer's representative should be present to observe that the stripping operations are performed as we have discussed herein. Upon approval by the geotechnical engineer, the stripped surface (no fill added at this time) should then be thoroughly soaked with water and compacted. The compaction operations must be observed by a representative of Nutting Engineers. The surface should be compacted until a density equivalent to at least 98 percent of the modified Proctor maximum dry density (ASTM D-1557) is achieved to a depth of at least 12 inches below the compacted surface. Any structural fill needed to bring the site to construction grade may then be placed in lifts not exceeding twelve inches in loose thickness. Each lift should be thoroughly compacted until densities equivalent to at least 98 percent of the modified Proctor maximum dry density are uniformly obtained. Fill should consist of granular soil, with less than 10%passing the No. 200 sieve,free of rubble, organics (5%or less)clay,debris and other unsuitable material. The fill should have ASTM designation (D-2487) of GP, GW, SP, or SW, with a maximum particle size of no more than 3 inches or as otherwise approved by the geotechnical engineer. If the footing bearing materials become disturbed due to surface water resulting from precipitation and runoff, the unsuitable and disturbed soils should be over-excavated and replaced with structural fill meeting the above compaction requirement. The bottom of foundation excavations should be compacted after excavation to develop a minimum density requirement of 98 percent of the maximum modified Proctor dry density, for a minimum depth of one (1) foot below the bottom of the footing depth, as determined by field density compaction tests. The floor slab area should also be compacted in the same manner. We note that within the soil profile, some pockets of hard to very hard limestone may be encountered, which may not be indicated within test borings. The foundation contractor should be advised of this potential condition. 14:7 Nuttineng Engiers of Florida Incl Established 1967 Your Project is Our Commitment 4 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) In order to provide general engineering properties of the soils encountered, the values in the accompanying table may be used for design. The table is based on visual classification, empirical relationships and our experience with similar soil conditions. TABLE OF GENERALIZED SOIL PROPERTIES! Unit Weight Earth Pressure Depth (1b./cu.ft) Angle of Internal Coefficients (feet) Description Friction (Degrees) Saturated Submerged Active Passive Fine SAND 0-15 and shell 115 53 30 0.33 3.00 fragments We understand the support/pavement section for the boardwalk will be provided by others and will partially be based on the soil conditions encountered as part of this study. We are available to discuss the soil conditions and provide details as needed for the foundation design. We recommend that discussions be held with all interested parties to provide input concerning details of the proposed construction. This concludes our scope of services for this project at this time. GENERAL INFORMATION Our client for this geotechnical evaluation was: Mr. Gianno A. Feoli Calvin Giordano&Associates,Inc. 1800 Eller Drive, Suite 600 Ft.Lauderdale, Florida 33316 The contents of this report are for the exclusive use of the client, the client's design & construction team and governmental authorities for this specific project exclusively. Information conveyed in this report shall not be used or relied upon by other parties or for other projects without the expressed written consent of Nutting Engineers of Florida, Inc. This report discusses geotechnical considerations for this site based upon observed conditions and our understanding of proposed construction for foundation support. Environmental issues including(but not limited to), soil and/or groundwater contamination are beyond our scope of service for this project. As such,this report should not be used or relied upon for evaluation of environmental issues. 6Rigniuinniers of Florida Incl Established 1967 YoorPmfectisOur Commitment 5 North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) If conditions are encountered which are not consistent with the findings presented in this report, or if proposed construction is moved from the location investigated, this office shall be notified immediately so that the condition or change can be evaluated and appropriate action taken. Excavations of five feet or more in depth should be sloped or shored in accordance with OSHA and State of Florida requirements. The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein, have been presented after being prepared in accordance with general accepted professional practice in the field of foundation engineering,soil mechanics and engineering geology. No other warranties are implied or expressed. We appreciate the opportunity to provide these services for you. If we can be of any further assistance, or if you need additional information,please feel free to contact us. Sincerely, NUTTING ENGINEERS OF FLORIDA, INC. c k /.„ ,- .5-/), Adrian Ramirez Richard C.Wohlfarth, .E#50858 Engineering Intern Director of Engineering Attachments: Boring Location Plan Test Boring Reports Exfiltration Test Results Soil Classification Criteria Limitations of Liability 3 Nutting !florida Inc.i Established 1967 You,Project is Our Commitment 6 • Ig r i, B-13 20411,-i ' a EX-3 -` ip.- ' - B-7 co a r. , I a _� a e 0..... ...-V1,-,-, •.14 fe'��8-14 C $� t, kkk * sem 2C1 'f. ski w"xs� " 13 I +�.-� amu, x rn �. 4 a -trt 5F ' itt , ,... ,,, : ,. .,. , —-,4 ."," . ,;:-.74;c"---XctViAfr":atz).1%-e°- ; , '':•,-1 -- ,-- -" 1,411' lit , •rot F-tit-ult. "�.. B 5 g { 1 ii �a a ' �pyi; �. 3,: 't Ti„- r,. toi :1 t 'II* )ma ?111,11_.Fil .. . . B-4p • ; � �' 't` , rar *Y:. A,` 5A 1 ' }1 ` .Vi� a BLQ �G 6 � .p ,. -,„, AE'�i ! I :ti,' I •. -410, I"; '._ .. 4 ..;-.1,, --: ---' ---07-.'i 4. 'i- • 1": •.'"`. '‘''.1.:- ,w,,,,,a; j . w:war r -wag -i,-ii„, , „, 1 Vim. g '�7 ' r y i•,`r < -...a 4I, ,ry E}�-1 ` 4 7 ' .. 0t106 M1 R r 9 ler '7 A-3.--, - !U Arp.. Yem i >� _�R ,. rJr MrPir ti ,� F�{ a � sit s aka oT r. - 1;y it '� ` { n tl (<? Y;` ., „...••• - 06-_-',414.7 .---'-'7.,! , W:43#7 'It .:T ..„ J: rF! #RAS'' t,',.0.7:- I�ys b :„..27 ,:. zoo._-,_..A1 ¢1.i g a. J r x I� 416„ ::0•0300-,,62...40, ...---...-,,, — LEGEND — r r„, ,, ilir'jl �s . $ TEST BORING1,414in. `,z �FsbF+aE fit" ,� ��� r EXFILTRATION TEST C *�.' '`+.'Q A` } �' . .! ' �_ ,. _ , �. til , j °a.� ' . �J tJ it . F NUTTING MIAPd BEACH NORTH SHORE OCEANVIEW PARK "o INIE3ENGINEERS IMMEDIATELY EAST OF A1A APPROXIMATE NOT TO SCALE FIGURE 1 --or FLORIDA, INC BTW 79TH ST & 89TH ST TEST LOCATIONS ESTAUSM D 1987 MIAMI BEACH, FLORIDA North Beach Oceanside Park 3PAGEear8H Vrfl�ilac, lliirg e BORING NUMBER) B-1 1310 Nept ne rive E Boynton Beach,FL 33426 1 OF 1 Telephone: 561.736.4900 Fax. 561.737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates,Inc. PROJECT NAME Miami Beach North Shore Oceanview Park . PROJECT LOCATION Immed.East of AlA btw 79th St.&89th St.,Miami Beach,FL DATE STARTED 12/11/18 COMPLETED 12/11/18 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J&C Drilling CHECKED BY A.Ramirez a AT TIME OF DRILLING 6.3 ft APPROXIMATE LOCATION OF BORING As located on site plan _ W ♦SPT N VALUE• U r w , 10 20 30 40 a- _o ` .4 PL MC LL w V a-p MATERIAL DESCRIPTION Blows j I • I 20 40 60 80 O <{ ❑FINES CONTENT(%)0 0 v 20 40 60 80 Brown fine SAND and LIMESTONE FRAGMENTS , AU I Brown fine SAND and SHELL FRAGMENTS r. AU N • 2 F - N X5 SS z 3 8-9-10-10 19 A y ix SS 10-12-12-13 24 3 4 z- w Gray to brown fine SAND and SHELL FRAGMENTS a o SS 7-9-10-14 19 • w 5 = 10 • I 2o • )11 6 7-6-5-5 11 A zx a- — w w m -..i:•••.• )( . 0 SS 5-9.9-11 18 A z 0 15 a Bottom of hole at 15.0 feet. 0 0 0 a 0 z a 0 re 0 a z a 0 0 N 0 N w J 0 Iw !r 0 m 0 z z Z 1- in w W H North Beach Ocoansido Park TTea21Wd��141 �f$�@hfLfr�tIP4'blc�o BORING NUMBER B-2 1310 Neptune Drive E Boynton Beach,FL 33426 PAGE 1 OF 1 Telephone: 561.736.4900 Fax: 561.737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates,Inc. PROJECT NAME Miami Beach North Shore Oceanview Park PROJECT LOCATION Immed.East.of AIA btw 79th St.&89th St.,Miami Beach,FL DATE STARTED 12/11/18 COMPLETED 12/11/18 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J&C Drilling CHECKED BY A.Ramirez VAT TIME OF DRILLING 7.2 ft APPROXIMATE LOCATION OF BORING As located on site plan A SPT N VALUE• a ^r 10 20 30 40 1� i 0 ``= 71 PL MC LL is F a p MATERIALDESCRIPTION G BlowsI • I Z 20 40 60 80 D FINES CONTENT(%)0 0 m 20 40 60 80 Brown fine SAND Brown fine SAND and SHELL FRAGMENTS AU 1 w AU 2 i- 0 i- 5 X S3 7-7-7-8 14 _..._.—A 0 0 Y aSZ 4S 8-9.8.10 17 A ccW a SS G-8.9.9 17 W 5 x 10 U) x I- SS 8-8-6-9 14 z 6 x a- - Li.,Gray to brown fine SAND and SHELL FRAGMENTS m Z- - Sb 9-1.2-10-15 22 i 0 15 a Bottom of hole at 15.0 feet. 0 0 0 a 0 0 z a 0 cc0 0 0 z > J a 0 a O N W 0 I W c0 m 0 Z U- F- 2 F- W W F- North Bcech Oceensidc Park 3PAGEeklAgic4lAVeri1AkitiVOcif'c. BORING NUM8ER)B-3 1310 Neptune Drive E Boynton Beach,FL 33426 1 OF 1 Telephone: 561.736.4900 Fax: 561.737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates.Inc. PROJECT NAME Miami Beach North Shore Oceanview Park PROJECT LOCATION Immed.East of AlA btw 79th St.&89th St.,Miami Beach.FL DATE STARTED 12/11/18 COMPLETED 12/11/18 ___ SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J&C Drilling CHECKED BY A.Ramirez szAT TIME OF DRILLING 6.7 ft APPROXIMATE LOCATION OF BORING As located on site plan ♦SPT N VALUE• vo, 10 20 30 40 1-— _(.9l PL MC LL op MATERIAL DESCRIPTION Blows 201 40•• 60 l80 0 ❑PINES CONTENT(%)❑ 0 m 20 40 60 80 Brown fine SAND and LIMESTONE FRAGMENTS ALT Brown fine SAND,some shell fragments 1 co 1U c oi SS 3 6-7-6-8 13 - -A a C9 Y Q a SS 4 5-6-7-7 13 3 w i R _ X SS 4.6-6-8 12 A to 5 cc 1 10co . X x Brown medium coarse SAND and SHELL FRAGMENTS SS 7-10-11-12 21 z 6 I W_ m Gray to brown fine to medium SAND,some shell fragments a- m z- - )1 S7 12-14.15.18 29 A A Bottom of hole at 15.0 feet. U I h Q O 1 re 0 O 0 z 1 a Q U iS N w _, 0 Li, ceo co O z F r ti W North Boach Ocoancido Park jPAGEe uisla� � �r� BORING NUM�BR�B-4 1310 Neptune Drive E Boynton Beach,FL 33426 1 OF 1 Telephone: 561.736.4900 Fax: 561.737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates,Inc. PROJECT NAME Miami Beach North Shore Oceanview Park PROJECT LOCATION Immed.East of AlA btw 79th St.&89th St.,Miami Beach.FL DATE STARTED 12/11/18 COMPLETED 12/11/18 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J& C Drilling CHECKED BY A.Ramirez V. AT TIME OF DRILLING 6.8 ft APPROXIMATE LOCATION OF BORING As located on site plan al ♦SPT N VALUE o x 10 20 30 40 _ E."_ r PL MC LL a-x 0-o MATERIAL DESCRIPTION ^; Blows I • I 0 7 Z 20 40 60 80 0 FINES CONTENT(%)0 0 m 20 40 60 80 Brown fine SAND,trace shell fragments 1II 1 Brown fine SAND and SHELL FRAGMENTS rAU 2 N I- 0_ a co )( SS 3 4-5-4-1 9 —A a a- V' X SS aa- 6787 15 • S 4 w >- z w o - '-:.:-:- X SS 6-8-10-12 18 • w 5 2 10 7 --- x z 6 9-11-13-14 24 • •U m Gray to brown fine SAND and SHELL FRAGMENTS d- - • )7\ SS 11.13-15-19 28 A tu 0 15 a Bottom of hole at 15.0 feet. 0 co 0 a m 0 z a 0 0 0 0 z a U a 0 N w 0 o I w ix0 U coa z N H 0 Z F- CO F- North Beech Oceenaidc Park itear8liWafat43i� nvktiftf "c. BORING NUMBER)B-5 1310 Neptune e e Boynton Beach,FL 33426 PAGE 1 OF 1 Telephone: 561.736.4900 Fax 561.737.9975 PROJECT NUMBER 101.164 CLIENT Calvin Giordano&Associates,Inc. PROJECT NAME Miami Beach North Shore Oceanview Park PROJECT LOCATION Immed.East of AlA btw 79th St.&89th St.,Miami Beach,FL DATE STARTED 12/10/18 COMPLETED 12/10/18 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J& C Drilling CHECKED BY A.Ramirez VAT TIME OF DRILLING 6.0 ft APPROXIMATE LOCATION OF BORING As located on site plan U ♦SPT N VALUE• U r a u 10 20 30 40 O PL MC LL MATERIAL DESCRIPTION > -•4z Blows Iw 0 a.; ! 20 40 60 80 < ❑FINES CONTENT(%)❑ 0 0) 20 40 60 80 Gray to brown fine SAND AU Brown fine SAND,some shell fragments 1 AU a 2 o o SS z 3 3-4-4-6 8 —A a- oY cc X SS 1 9'366 11 • W >_ - W FSS7.8.9.12 17 •3 O 10 •: = Brown fine SAND / • z 6 7-10-13-17 23 • x \U w m Brown medium coarse SAND and SHELL FRAGMENTS X�d- z- - SS 10.13-18.20 31 7 u5• 15 U Bottom of hole at 15.0 feet. O O a Q 0 Z a 0 CC 0 0 Z > J Q 0 v N O •N W J I W 0 U 61 0 2 H H 7 Z F- U W F" North Beach Ocoansido Park jPAGEeAliitik �rfl$h't �f� ct('° BORING NUIM�BRIB-6 1310 Neptune Drive E Boynton Beach,FL 33426 1 OF 1 Telephone: 561.736.4900 Fax 561.737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates Inc_ PROJECT NAME Miami Beach North Shore Oceanview Park ..._..._ PROJECT LOCATION Immed.East of AlA btw 79th St. &89th St..Miami Beach,FL DATE STARTED 12/10/18 COMPLETED 12/10/18 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J&C Drilling CHECKED BY A.Ramirez SZ AT TIME OF DRILLING 6.3 ft APPROXIMATE LOCATION OF BORING As located on site plan ♦SPT NVALUE♦ U x r, 10 20 30 40 F x ;. PL MC LL o E a p MATERIAL DESCRIPTION ::-,1241 2 Blows Te I • t -/ 7 20 40 60 80 z 0 FINES CONTENT(%)0 rn 0 20 40 60 80 Gray to brown fine SAND,trace shell fragments AU 1 Gray to brown fine SAND and SHELL FRAGMENTS ."AU r, 2 1- o oBrown fine SAND and SHELL FRAGMENTS z 5 ' SS• 3445 Q ' Sb a- - 5•6-5-6 • W • ' 4 Z o- 6-6-7.9 • w 0 10 co z - I 8-10-10-14 1 • S m Gray fine SAND and SHELL FRAGMENTS ■ z- - il SS 7 9-12.14-18 26 • u5 i 15 Bottom of hole at 15.0 feet. o0 m o a 0 0 z 0 0 0 0 z Z O_ N w 8 S w K o w z F---H 7 z 0 w F North Beach Oceanside Park ea2lbi�i�a�rft� r�'f�ra��cMc. BORING NUMBER B-7 1310 Neptune Drive IIE Boynton Beach,FL 33426 PAGE 1 OF 1 Telephone: 561.736.4900 Fax: 561"737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates,Inc. PROJECT NAME Miami Beach North Shore Oceanview Park PROJECT LOCATION Immed.East of AlA btw 79th St.&89th St., Miami Beach,FL DATE STARTED 12/10/18 COMPLETED 12/10/18 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J&C Drilling CHECKED BY A.Ramirez VAT TIME OF DRILLING 8.0 ft APPROXIMATE LOCATION OF BORING As located on site plan ♦SPT N VALUE• 010 20 30 40 w I— Q p MATERIAL DESCRIPTION w Blows PL M — {L O 4 20 40 60 80 d ❑FINES CONTENT(%)❑ 0 0) 20 40 60 80 Brown fine SAND,trace shell _ Alli - Brown fine SAND,trace shell fragments m N AU N2 SS ? 4.4.4-5 8 —A 0 Y SS - 4 5-6-5-4 11 a a o •.. X SS 4-4-4-5 8 • w 5 z i 10 x ` o_ _ SS z ; 6 U a_ m Gray to brown fine SAND and SHELL FRAGMENTS a- m ...•:•....- X SS 10-12-14.12 26 7 1- • 15 a Bottom of hole at 15.0 feet. o0 Co m a 0 z a 0 cc0 0 0 z J a 0 O N W 0 W cc0 O co 0 z f I- z Z I- CO W F North Beach Occtanzidc Park 14 ea�H �rfl�10�4tRr�ti�i'� � BORING NUMBER B-8 1310 Neptune Drive E Boynton Beach,FL 33426 PAGE 1 OF 1 Telephone: 561.736.4900 Fax: 561.737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates,Inc. PROJECT NAME Miami Beach North Shore Oceanview Park PROJECT LOCATION Inulled.East of AIA btw 79th St.&89th St..Miami Beach,FL DATE STARTED 12/10/18 COMPLETED 12/10/18 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J& C Drilling CHECKED BY A.Ramirez VAT TIME OF DRILLING 9.1 ft APPROXIMATE LOCATION OF BORING As located on site plan t=: ♦SPT N VALUE P. o x co 10 20 30 40 1-- _0 Fco ' PL MC LL Cl- rd - -O MATERIAL DESCRIPTION 4 Blows .. 201 •40 60 180 2 0 .4 ❑FINES CONTENT(%)❑ th 0 20 40 60 80 Gray to brown fine SAND,trace shell fragments AU t AU 2 O- 0 Brown fine SAND and SHELL FRAGMENTS 5 SS z 3 8-8-9-10 17 • o a'CC X SS - - Y :: : 101 S 12 A = 10 0 )(H o- - �S 5-5-6-7 11 A zx U a_ W R] Brown fine SAND and SHELL z- )1 SS 5-11.12.13 23 • Gray to brown fine SAND and SHELL 7 oi k' 15 • a Bottom of hole at 15.0 feet. 0 0 0 a VI 0 z a 0 IL 0 0 z a U 0 N W 0 0 W cc0 o m 0 z H H z Z I- V)(n W H istorttuae�EK ,esitita,Inc. BORING NUI B-9 abbt4fBht9p1pr�rrttt Project E Boynton Beach,FL 33426 OF 1 Telephone: 561.736.4900 Fax: 561.737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates,Inc. PROJECT NAME Miami Beach North Shore Oceanview Park PROJECT LOCATION Immed.East ofAlA btw 79th St.&89th St..Miami Beach.FL DATE STARTED 1/7/19 COMPLETED 1/7/19 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J&C Drilling CHECKED BY A.Ramirez V AT TIME OF DRILLING 7.0 ft APPROXIMATE LOCATION OF BORING As located on site plan w ♦SPT N VALUE = o r a) 10 20 30 40 PL MC LL o- J MATERIAL DESCRIPTION Blows 201 •40 60 I80 Z Z ❑FINES CONTENT(%)0 to 0 20 10 60 80 Lt.brown BEACH SAND \ - - SS 7-8-10-10 18 A / I S2 9.8.5.6 13 • H 0 U) •.• ...- X SS 6755 12 ---Az 3 a a- Y a SS 5-6-7-6 13 • 4 w z- w C' X, 5S 6-7-6.6 13 • 10 0z x W 0 a- - 2 1 U- SS 6-5-4-4 9 / I W 15 • Bottom of hole at 15.0 feet. o0 a) a) a cd 0 z a 0 Cr0 0 0 z > J Q U A" N U N LU O w 040 O m 0 z H 1-- m z z 1- 0 UJ H itNortuBintt�fi�o tsud£Ftatda Inc. BORING NUIV��I,1E 10 �rrtL 3t Project y OF 1 E Boynton Beach,FL 33426 Telephone: 561.736.4900 Fax: 561.737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates, Inc. PROJECT NAME Miami Beach North Shore Oceanview Park PROJECT LOCATION Immed.East of AlA btw 79th St. &89th St.,Miami Beach,FL DATE STARTED 117/19 COMPLETED 1.17/19 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J&C Drilling CHECKED BY A.Ramirez VAT TIME OF DRILLING 6.0 ft APPROXIMATE LOCATION OF BORING As located on site plan w A SPT N VALUE• o j- a, 10 20 30 40 F _0 `" PL MC LL aa� 0 MATERIAL DESCRIPTION Blows 1 • I O v J 7 20 40 60 80 0 0 FINES CONTENT(%)0 0 20 40 60 80 Lt.brown BEACH SAND - SSt 781012 18 • m / SS _ i 2 12.11-10-9 A i 5 r 3S 8676 o o cc S4S a- 5-4-6-7 10 z w o _ r, SS 8. 8.77-6 15 • w 0 10 L I ' SS 7-8-7-10 15 • 7 15 a Bottom of hole at 15.0 feet. o0 ti w a 0 z a 0 cc0 0 0 z a 0 Z O_ N w 0 Iw K o co 0 z H 1- D z Z I- U) w H TiortluseaAti4teisidEFRaulta,Inc. BORING NUINl�E 11 at�flkkBlttelpbprt rt t Project OF 1 E Boynton Beach,FL 33426 Telephone: 561.736.4900 Fax: 561.737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates,Inc. PROJECT NAME Miami Beach North Shore Oceanview Park PROJECT LOCATION Immed.East of AlA btw 79th St.&89th St.,Miami Beach,FL DATE STARTED 1/7/19 COMPLETED 1/7/19 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J&C Drilling CHECKED BY A.Ramirez V AT TIME OF DRILLING 6.0 ft APPROXIMATE LOCATION OF BORING As located on site plan W ♦SPT N VALUE• U 10 20 30 40 W I--c a O MATERIAL DESCRIPTION Blows I MC LL w 20 40 60 80 zz 0 FINES CONTENT(°4)0 rn 0 20 40 GO 80 Lt.brown BEACH SAND - ii, SS 5-4-6-G 10 m �- - •• ' S, 3465 10 A oo_ S 3 ' G -G-5•G x ' SS a- - 4-5-6-5 w z w F1: 5S 5343 •' o x oH z x U IW m SS Z :C 6-5-4-3 • v i 1 15`. a Bottom of hole at 15.0 feet. 0 0 0 a 06 0 Z a 0 0 z J Q U c N O N w 0 0 2 a 0 O 0 U' 2 F- F 2 Z F COIll w F It ortqu@eayE�ieeesid idta,Inc. BORING NUIUl�E,R -12 af.AWAMtdpipna�r@ritnt Project E Boynton Beach,FL 33426 Telephone: 561.736.4900 4 OF 1 Fax: 561.737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates,Inc. PROJECT NAME Miami Beach North Shore Oceanview Park PROJECT LOCATION Immed.East of AlA btw 79th St.&89th St.,Miami Beach,FL___,._, DATE STARTED 1/7/19 COMPLETED 1/7/19 SURFACE ELEVATION REFERENCE Same as road crown DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J&C Drilling CHECKED BY A.Ramirez VAT TIME OF DRILLING 6.0 ft APPROXIMATE LOCATION OF BORING As located on site plan ♦SPT N VALUE• U >- ;, 10 20 30 40 = m `_ ? PL MC LL Q K °p MATERIAL DESCRIPTION Blows I • I 20 40 60 80 cDz 0 FINES CONTENT(V 0 0 `� 20 40 60 80 Lt.brown BEACH SAND - ' SS1 5-4-6-7 10 Qr.- - ' 2 SS 8-6-9-8 • 0 oi z 5 I 7-10.8.7 o (.9 cc 1 Qa- 6657 w o- 0 SS 10-10-6-5 16 W 5 0 10 u, I I-. t I I0 Q_ _ m ZS- I 12-10-8-7 • 15 a Bottom of hole at 15.0 feet. ci0 O 0 CO a 0 z a 0 CD0 0 0 z > J 0 0 0 W J 0 I W CD0 0 CD 0 2 Z F W W F 14 No u�itt�c><3rf�it aiAfsade;Inc. BORING NUIV4�E 2 -13 eak9>►�Fle�ttpret Project �1OF 1 E Boynton Beach,FL 33426 Telephone: 561.736.4900 Fax: 561.737.9975 PROJECT NUMBER 101.154 CLIENT Calvin Giordano&Associates,Inc. PROJECT NAME Miami Beach North Shore Oceanview Park PROJECT LOCATION Immed.East of AlA btw 79th St.&89th St.,Miami Beach,FL -_ DATE STARTED 1/7/19 COMPLETED 1/7/19 SURFACE ELEVATION REFERENCE Same as road crown ___ DRILLING METHOD Standard Penetration Boring GROUND WATER LEVELS: LOGGED BY J& C Drilling CHECKED BY A. Ramirez SLAT TIME OF DRILLING 7.0 ft APPROXIMATE LOCATION OF BORING As located on site plan _ c4 A SPT N VALUE• 2 V F� 10 20 30 40 i _ PL MC LL w Q p btATER1AI.DESCRIPTION a Blows ? 20I 40 • 60 lso r Z 41,Z, 0 FINES CONTENT(%)0 cn 0 20 40 60 80 Lt.brown BEACH SAND - SS 7-8-10-10 18 • 1 / SS 2 11-10-9.8 19 • o- i S$ 7-12-11.-10 23 A -, o a- SS 10-12-10-11 22 • W z- W o• .:-•.•'•••• \i( SS 9-12-11-9 23 A W 0 10 I- CC o- z T v m $d- Z- - SS 7 8-7-6-7 13 • vi W 15 i s Bottom of hole at 15.0 feet. 0 O N 0 ¢ 0 O z a K O O Z J ¢ 0 0 N O N W 0 I W cc0 0 m 0 Z I- F- 2 I- V)Vi W F N h Bea ce Park- Geotechnical&Construction Materials ea al Engineering,Testi0g1l82t>tection Environmental Services EEngineers Offices throughout the state of Florida of Florida Inc.I Established 1967 www.nuttingengineers.com info@nuttingengineers.com Your Project is Our Commitment Report of Exfiltration Test Client: Calvin Giordano&Associates, Inc. Order No 101.154 Project: Miami Beach North Shore Oceanview Park Report No 1 Location: Immed. East of A1A btw. 79th St. &89th St. Date: 12/11/18 Miami Beach, FL Test: Usual Open Hole Exfiltration Test Surface Elevation: Approx. 2'above Road Crown Water table from ground surface: 10.08' Casing Diameter: 6" Tube Depth: 15' One Pump Rate Minute in Gal/Min Increment 1 12.3 2 13.0 Sample Location: Approx. as located on site plan 3 13.1 4 13.2 5 13:0 Material: 0'-15' Brown fine SAND and SHELL FRAGMNETS 6 13.1 7 13.1 8 13.3 9 13.0 10 13.1 K= 2.12 x 10-4 cfs/ft2ft.head 1310 NEPTUNE DRIVE • BOYNTON BEACH,FLORIDA 33426 -561-736-4900 • FAX 561-737-9975 Treasure Coast 772-408-1050 • Broward 954-941-8700 • Miami Dade 305-824-0060 N h Bea Geotechnical&Construction Materials ea al Engineering,Testi s#21Depection ri Environmental Services EngineersOffices throughout the state of Florida of Florida Incl Established 1967 www.nuttingengineers.com info@nuttingengineers.com Your Project is Our Commitment Report of Exfiltration Test Client: Calvin Giordano&Associates, Inc. Order No 101.154 Project: Miami Beach North Shore Oceanview Park Report No 2 Location: Immed. East of A1A btw. 79th St. &89th St. Date: 12/10/18 Miami Beach, FL Test: Usual Open Hole Exfiltration Test Surface Elevation: Approx. same as Road Crown Water table from ground surface: 6' Casing Diameter: 6" Tube Depth: 15' One Pump Rate Minute in Gal/Min Increment 1 4.7 2 11.0 Sample Location: Approx. as located on site plan 3 5.7 4 6.3 5 3.2 Material: 0'-2' Brown fine SAND, trace shell fragments 6 2.8 2'-15' Brown fine SAND, some shell fragments 7 2.5 8 2.5 9 3.1 10 2.9 K= 8.72 x 10-5 cfs/ft2ft.head 1310 NEPTUNE DRIVE • BOYNTON BEACH, FLORIDA 33426 •561-736-4900 • FAX 561-737-9975 Treasure Coast 772-408-1050 • Broward 954-941-8700 • Miami Dade 305-824-0060 N h Bea ce Park- Geotechnical&Construction Materials ea al �lig Engineering Testi�g,i aMF ervition Engineering, ental rvices 1484410.07Engineers Offices throughout the state of Florida of Florida Inc.I Established 1967 www.nuttingengineers.com info@nuttingengineers.com Your Project is Our Commitment Report of Exfiltration Test Client: Calvin Giordano&Associates, Inc. Order No 101.154 Project: Miami Beach North Shore Oceanview Park Report No 3 Location: Immed. East of A1A btw. 79th St. &89th St. Date: 12/10/18 Miami Beach, FL Test: Usual Open Hole Exfiltration Test Surface Elevation: Approx. 2'above Road Crown Water table from ground surface: 9' Casing Diameter: 6" Tube Depth: 15' One Pump Rate Minute in Gal/Min Increment 1 5.2 2 6.4 Sample Location: Approx. as located on site plan 3 6.1 4 5.8 5 5.9 Material: 0'-4' Brown fine SAND, trace shell fragments 6 5.8 4'-15' Brown fine SAND and SHELL FRAGMENTS 7 5.4 8 5.9 9 5.5 10 5.6 K= 8.54 x 10.5 cfs/ft2ft.head 1310 NEPTUNE DRIVE • BOYNTON BEACH,FLORIDA 33426 •561-736-4900 • FAX 561-737-9975 Treasure Coast 772-408-1050 • Broward 954-941-8700 - Miami Dade 305-824-0060 North Beach Oceanside Park- SOIL ANI) ROCK CLASSIFICATION CRITERIA Beachwalk Improvement Project (July 2019) SAND/SILT CLAY/SILTY CLAY -VALUE RELATIVE N-VALUE UNCONFINED CONIP. (bpt) DENSITY (bpf) STRENGTH(tsf) CONSISTENCY 0-4 Very Loose <2 <0.25 v.Soft 5-10 Loose 2 4 0.25-0.50 Soft II-29 Medium 5-8 0.50-1.00 Medium 30-49 Dense 9- 15 1.00-2.00 Soft >50 Very dense 16-30 2.00-4.00 v.Stilf 100 Refusal >30 >4.00 Hard ROCK N-VALUE RELATIVE (bpf) I1ARDNESS ROCK CHARACTERISTICS N>100 Hard to v.hard Local rock formations vary in hardness from soft to very hard within short verti- 25<N<100 Medium hard to hard ' cal and horizontal distances and often contain vertical solution holes of 3 to 36 inch diameter to varying depths and horizontal solution features. Rock may be 5<N<25 Soft to medium hard brittle to split spoon impact,but more resistant to excavation. PARTICLE SIZE DESCRIPTION MODIFIERS Boulder >12 in. 0-5% Slight trace Cobble 3 to 12 in. 6-10% Trace Gravel 4.76 mm to 3 in. I 1-20% Little Sand 0.074 mm to 4.76 mm 21-35% Some Silt 0.005 mm to 0.074 mm >35% Md Clay <0.005 mm • Group Major DivisionsSymbols Typical names Laboratory classification criteria Well-graded gavels,grovel-sand �' �` U6st (Dw)- i F GW .6 Cu= greater thin 4;Cr= betweenl and 3 > mixtures,rule or no fines o g € D D to oo au D10 ,, eo _ ' P e 81; N y 5 $e GP Poorly graded gravels,grovel-sand it 4.4 0 4 4 e �1 mixtures,little or no fines a Not meeting oil gradation requirements for OW I' Y u o , t-s u d Slily gravels,gravel-Bond-slit c n g Atterberg limbs below"A" d s9, bove "A' line with P.I. Z g g =`o„ Gwe mixtures E c i: line or P.I.P1less than 4 c g L '8 e E c 3 ii between 4 and 7 ore border- » P E .._....__ border- ___ c g o a n o o,� H ti a lira costs requiring use of L— 'o Qa Clayey grovels,grovel -clay u L a v c Atterberg Omits above'A' dual symbols. f — GC mixtures ,S- L7 G i line with P.I.greater than 7 .,a as w x 3 - a m r , u O m '----.— 7 ... a Sw Well-graded sands,grovely Bonds, a°o_= DW (Dm) IS— F little o no fines Cu= greater thsn 6;Cx= between I and 3 W P.. g g . o D,, DI0xD6n 2 i o u SP Poorly graded sands,gravelly .51-8µA u F v Q Q a sands,line or no fines P a-q K g Not meeting all gradation requirements for SW c Y r fL , a d -- 8Pa an —_._.... e 2 q c a t SMe _.__._ Silty scrods,sand-silt mixtures a.°n 4 n Atterberg limits below"A" f # -o c t!i 4 #^ Limits plotting in botched zone c c a g u Fre or P.I.less utter 4 g o ;u u 'E a __.-__---......— with P.I.between a4 olid 7 are o n ` c c or borderline ase,requiring use I,o - a`f, w a g° Attesbbrg'knits above"A" t of duo'system. ,g a t' sc Cb:ey solids,sand-cloy mixtures d•- P line with Pi.more than 7 Inorganic silts and very fire aortas, Ty o ML rock flour,silty or clayey fine sands or cloyey silts with slight pbsticity 60 0 0 >o Inorganic cloys of low to medium 50 '2 u CL plasticity,gravelly days,Bondy, o'E vloyv,silty clays,lean vior, CN 4 US 73 r.. OL Organic silts and organic silty days A aliof low plasticity 30 1 » torganic silts,micaceous or diotmno- ). OH one MH ii MH ceous fine sandy or silty soils,elastic ',a tilts 10 or LL p a CH organk days or high plasticity,fat 10 • o ���,/ I ib E t._. .._._...—.._. . It l ML "y ML and of u B Organic cloys of medium to high 0 ------ Ii OH plasticity,organic,its 0 to 70 30 s0 50 60 70 80 90 100 a Liquid Limit 1‘Ia Pr Peat and other highly organic soils Plasticity Chart 110 E !Taira,. veers 3o1PufO.I.IEoabt.e dInst ,I,Ilr..efbev.enlw,etr North Beach Oceanside Park- Beachwalk Improvement Project (July 2019) LIMITATIONS OF LIABLILITY WARRANTY ANALYSIS AND RECOMMENDATIONS We warranty that the services performed by Nutting The geotechnical report is prepared primarily to aid in the Engineers of Florida, Inc. are conducted in a manner design of site work and structural foundations. Although consistent with that level of care and skill ordinarily the information in the report is expected to be sufficient for exercised by members of the profession in our area these purposes, it shall not be utilized to determine the currently practicing under similar conditions at the time our cost of construction nor to stand alone as a construction services were performed. No other warranties, specification. Contractors shall verify subsurface expressed or implied, are made. While the services of conditions as may be appropriate prior to undertaking Nutting Engineers of Florida, Inc. are a valuable and subsurface work. integral part of the design and construction teams, we do not warrant, guarantee or insure the quality, Report recommendations are based primarily on data from completeness, or satisfactory performance of designs, test borings made at the locations shown on the test construction plans, specifications we have not prepared, boring reports. Soil variations commonly exist between nor the ultimate performance of building site materials or boring locations. Such variations may not become evident assembly/construction. until construction. Test pits sometimes provide valuable supplemental information that derived from soil borings. If SUBSURFACE EXPLORATION variations are then noted, the geotechnical engineer shall be contacted in writing immediately so that field conditions Subsurface exploration is normally accomplished by test can be examined and recommendations revised if borings;test pits are sometimes employed.The method of necessary. determining the boring location and the surface elevation at the boring is noted in the report. This information is The geotechnical report states our understanding as to the represented in the soil boring logs and/or a drawing. The location, dimensions and structural features proposed for location and elevation of the borings should be considered the site. Any significant changes of the site accurate only to the degree inherent with the method used improvements or site conditions must be and may be approximate. communicated in writing to the geotechnical engineer immediately so that the geotechnical analysis, The soil boring log includes sampling information, conclusions, and recommendations can be reviewed and description of the materials recovered, approximate appropriately adjusted as necessary. depths of boundaries between soil and rock strata as encountered and immediate depth to water data. The log CONSTRUCTION OBSERVATION represents conditions recorded specifically at the location where and when the boring was made. Site conditions Construction observation and testing is an important may vary through time as will subsurface conditions. The element of geotechnical services. The geotechnical boundaries between different soil strata as encountered engineer's field representative (G.E.F.R.) is the "owner's are indicated at specific depths; however, these depths representative" observing the work of the contractor, are in fact approximate and dependent upon the frequency performing tests and reporting data from such tests and of sampling, nature and consistency of the respective observations. The geotechnical engineer's field strata. Substantial variation between soil borings may representative does not direct the contractor's commonly exist in subsurface conditions. Water level construction means, methods, operations or readings are made at the time and under conditions stated personnel. The G.E.F.R. does not interfere with the on the boring logs. Water levels change with time, relationship between the owner and the contractor and, precipitation, canal level, local well drawdown and other except as an observer, does not become a substitute factors.Water level data provided on soil boring logs shall owner on site. The G.E.F.R. is responsible for his/her not be relied upon for groundwater based design or safety, but has no responsibility for the safety of other construction considerations. personnel at the site. The G.E.F.R. is an important member of a team whose responsibility is to observe and LABORATORY AND FIELD TESTS test the work being done and report to the owner whether that work is being carried out in general conformance with Tests are performed in general accordance with specific the plans and specifications. The enclosed report may be ASTM Standards unless otherwise indicated. All criteria relied upon solely by the named client. included in a given ASTM Standard are not always required and performed. Each test boring report indicates the measurements and data developed at each specific test location. 3Nutting riE Engineers a»o+es we rE.nemndI%7 Your Project is Our Commitment A : NORTH BEACH OCEANSIDE BEACHWALK z 1-- (3 W PROJECT �_.,..,,,, ,, . hce FDEP PERMIT NUMBER: DA-766 I\\ B FPID: FDOT 440841-1-58-01 7929 ATLANTIC WAY, MIAMI BEACH, FL 33141 tel'' - , �lo y; OFFICE OF CAPITAL IMPROVEMENT PROJECTS �, tip} CITY OF MIAMI BEACH, FLORIDA ,,'�` INCORP' ORATED '� h if-,,, m ' �, OJ \7� ��� 44th f ( s t` "I# �y �' CITY OFFICIALS ti c ` I j#,.� + L,, be MAYOR: DAN GELBER R !', 41 4�f'I ;L a 4, µI. x, �, i 1t4-3•!-' 1,NiM �, ` ' COMMISSIONERS: RICKY ARRIOLA y':rd)i1-_ t )4 Tr r-.�y1 MICHAEL GONGORA Ts yi.� ' ,, 1` 4 T gN :...=.7..,-;‘ - 8 STEVEN MEINER E :51a r€: II E� 0 - t 1 DAVID RICHARDSON l � 24 � = II �:sr� ��*�13',•I"•�:G,�••• '�i i 1 MARK SAMUELIAN k ,.. 2, i? G a', $ t i� ,, a-i`i'i ��Ta:' 'T�It PROJECT MICKY STEINBERG a F� t EL .,' a1 I ;,LOCATION a CITY MANAGER: JIMMY MORALES �RPt,,,.. . �- aI' ; ? ASSISTANT CITY MANAGER: ERIC CARPENTER,PE A €' Ik , DIRECTOR,CIP OFFICE: DAVID MARTINEZ,PE l e� I1 1 �1• 'l"-. 8 4—:,-4..:: LEGAL DESCRIPTION: Ih ,,,-0 = \Ar R KL 00 9L AS 1,2 3 MTD 1 LYING WEST O,THE MAIA-00031 COUNTY EROSION CONIMIL UNE(ECL)AS ESTML1HEO WITHIN �., E IL. '1. 1 Al y. % INIS 0 A.1(K.ETHER Wnn ALL OF BLOCKS Il.I S AND 10.TOGETHER WITH ALL THE 1.76.01,a0%.=GAN001n OF INE 'FA-0g., {' t}iiSS�I L ts.'SI H 'ate. �f``` MAIN RNa1-OE-WAY LME Or 19TH S,REET LYING SOUTH OF THE NOUN WAcrco ., .c. .WO LVINO EAST - tE^1' 11TH Jam ` 1�E" ,Y-Tj,- Yui. -TZ 'NJ 1 L THE FA51 RIGHT-OF-RAY UNE OF GOWNS AVENUE(TSP A-I-A),ILL OF IRE C1,PUBLICTO g 4- r1031. OF MNM on( CQM4 'g 2- ' `i'Ar '-,3''ri - -W ptiI .1. -_ TOGETHER 0510 dL '?k 1,-4--(-0, AU GF BOCOS i.T 4 AND 0 Ln4G WEST OP THE 166611-TOME CORM ER0s0N CONTROL LINE(Ea)AS ESTABrsnco WIneN S AREA alt WR 0ITH AU.OF 010105 S.1.B AND W.10GETNER WT10 ALL IHE MPDS-OF-WAY LYNG NPi1N 0f THE -.. _ , 5 NORTH RKRR-OF AY LINE OF 83RD SW,.LYING SOUTH Of THE SdaTN RK,NT-WF-WAY LNE K BTH 5T11EET AMD...TH'''''E C<THE GLS"RIGM-OF-WAY LNE K COLLINS ASCRUE(SLR.A-1-A),ALL OF ATOS OEL LICA....a N0.1. .....IG 10 g THE PUT IEPEOF AS RECORDED IN NAT BOB(1,PAGE IS OF THE PUBIC RECORDS K LWIAE-AIDE COUOY FLORIN 3 SND UNDS L1WTE AMIN THE CM CF MMPI BEACH.MMM�DAOE COMM.FLORIO, LOCATION MAP _ NOTES: I I. RFSPONABIPv FOR THE USE Di THESE PGW5 FOR ANY PURPOSE PRIOR TO SECU4HG PEAW15 MOIL ALL AGENCIES HAVING 'f5".5*''OvER THIS PFpaECI RILL FALL SOLELY'UPW ME USER. 2. AN ELECTRONIC CAD FEE WILL RE PROVIDED FOR SURVEY LAYOUT. f Calvin,Giordano&Associates, Inc. BENCHMARK: EXCEPTIONAL SOLUTION S'" SEE SURVEY AND GENERAL NOTES(SHEET Gm,)FOR BENCHMARK NFOML.100 1845 EIIEo DIrvse,Sulk•600,FEot Lunkniale,Fkxida 33.316 RWmN.311 FAATECAU N N �R .11.11Phone:954.921 7781•Fax 954.921.8807 FOR BIDDING USE ONLY 811 £ - Certificate of Authorization 1C00000339 NOT FOR CONSTRUCTION _._,.... _'_ WI WW1 I. s e CURRENT REVNo.:—.— "?•. RD 0445 40 414 ro 1_ �.,04..x „ G-000 e GUM MIAMBEACH NOTE:ALLBHEETS THAT HAVE BEEN STRIKEN-THROUGH HAVE ruapnau ,..i INDEX OF DRAWINGS(BEACHWALK PROJECT): CONTENTS THAT HAVE BEEN ELIMINATED FROM THE SCOPE OF WORK IN ITS ENTIRETY.BUT REMAIN SHOWN IN THE SET FOR RECORD PURPOSES. MIK 011eaturr, G SERIES(GENERAL) SP SERIES(SITE LAYOUT PLANS) SD SERIES(SITE DETAILS) S WaltAVOtarrt-LA I G- 000 COVER SHEET SP-B 100 SITE LAYOUT NOTES B SCHEDULES L.B 001 LANDSCAPE GENERAL NOTES G- 002 INDEX OF DRAWINGS SP-B 101 SITE LAYOUT PLANS-BEACHWALK SD.B 201 PAVING 8 EDGING DETAILS L-B 501 PROPOSED PLANTING SCHEDULES-BEACHWALK G-B 003 STANDARD ABBREVIATIONS 8 SYMBOLS SP-B 102 SITE LAYOUT PLANS-BEACHWALK SD.B 202 PAVING 8 EDGING DETAILS L-B 502 PROPOSED PLANTING SCHEDULES-BEACHWALK G-B 004 GENERAL NOTES SP-B 103 SITE LAYOUT PLANS-BEACHWALK SD.B 203 PAVING A EDGING DETAILS L-B 503 PROPOSED PLANTING SCHEDULES-BEACHWALK G-B 005 PHASING PLAN SP.B 104 SITE LAYOUT PLANS-BEACHWALK SD•8 204 PAVING 8 EDGING DETAILS L-B 801 PROPOSED PLANTING PLAN-BEACHWALK G.B 006 KEY MAP SP.B 105 SITE LAYOUT PLANS-BEACHWALK SD•8251 PAVING AND EDGING DETAILS-BEACHWALK L.B 802 PROPOSED PLANTING PLAN.BEACHWALK G.-B 007 ORB ORDER SP-e 108 SITE LAYOUT PLANS-BEACHWALK SD-9252 PAVING AND EDGING DETAILS-BEACHWALK L-B 803 PROPOSED PLANTING PLAN-BEACHWALK G-A 068 ORB ORDER SP-B 107 SITE LAYOUT PLANS-BEACHWALK SD-B 253 PAVING AND EDGING DETAILS-BEACHWALK L-8804 PROPOSED PLANTING PLAN-BEACHWALK G-B 006 (AR-ORDER SP-B 200 MATERIALS PLAN NOTES AND SCHEDULES SD•B 254 PAVING AND EDGING DETAILS-BEACHWALK L-B 805 PROPOSED PLANTING PLAN-BEACHWALK SP.B 201 MATERIALS PLAN-BEACHWALK SD-B 304 FURNISHING DETAILS L•8 806 PROPOSED PLANTING PLAN-BEACHWALK aere.w sn, G-8 011 REVISIONS LOG•BEACHWALK SP-B 202 MATERIALS PLAN-BEACIIWALK SD-0430 BEACH SHOWER DETAILS L.B 807 PROPOSED PLANTING PLAN-BEACHWALK G•B 012 REVISIONS LOG-BEACHWALK SP.B 203 MATERIALS PLAN-BEACHWALK SD•B 431 BEACH SHOWER DETAILS L.B 901 TYPICAL PLANTING DETAILS _ ,: SP-B 204 MATERIALS PLAN-BEACHWALK SO•B 460 BEACH VOLLEYBALL COURT ENLARGEMENT L-5 802 TYPICAL PLANTING DETAILS V SERIES(SURVEY) SP-B 205 MATERIALS PLAN-BEACHWALK SD-B 461 BEACH VOLLEYBALL COURT DETAILS L-B 903 TYPICAL PLANTING DETAILS SP-0206 MATERIALS PLAN.BEACHWALK SD•B 480 BEACH ACCESS ENLARGEMENT PLAN ...,,-..«:. V- 100 TOPOGRAPHIC SURVEY PLAN 1 SP-B 207 MATERIALS PLAN-BEACHWALK SD-B 481 BEACH ACCESS PLAZA ENLARGEMENT PLAN E SERIES(ELECTRICAL PLANS) V- 101 TOPOGRAPHIC SURVEY PLAN 1 SD-B 482 SHELTER CLUSTER ENLARGEMENT PLAN WEST 8 V. 102 TOPOGRAPHIC SURVEY PLM 2 C SERIES(CIVIL PLANS) SD-B 501 LIGHTING FIXTURE DETAILS E -B 100 ELECTRICAL NOTES-BEACHWALK V. 103 TOPOGRAPHIC SURVEY PLAN 3 E -B 201 ELECTRICAL PLAN-BEACHWALK 3.1 41.115011 STREET V. 104 TOPOGRAPHIC SURVEY PLANA C-B 001 SWPPP NOTES AND SPECIFICATIONS E -B 202 ELECTRICAL PLAN-BEACHWALK rew.axcm.xr 661 V. 105 TOPOGRAPHIC SURVEY PLANO C-8002 SWPPP CONTRACTOR FORMS AND DETAILS E -B 203 ELECTRICAL PLAN•BEACHWALK V. 108 TOPOGRAPHIC SURVEY PLANO C-B 101 GRADING PLAN-BEACHWALK E-B 204 ELECTRICAL PLAN-BEACHWALK V. 107 TOPOGRAPHIC SURVEY PLANT C-8102 GRADING PLAN-BEACHWALK E -B 205 ELECTRICAL PLAN.BEACHWALK C-B 103 GRADING PLAN-BEACHWALK E -13208 ELECTRICAL PLAN.BEACHWALK - _ 0 SERIES(DEMOLITION) C-B 104 GRADING PLAN-BEACHWALK E -B 207 ELECTRICAL PLAN-BEACHWALK C-B 105 GRADING PLAN-BEACHWALK E• B 301 ELECTRICAL RISERS-BEACHWALK D-B 001 SITE CLEARING AND DEMOLITION NOTES C-B 106 GRADING PLAN-BEACHWALK E E.B 302 ELECTRICAL DETAILS.BEACHWALK „ .- D-B 101 SITE DEMOLITION PLAN C.B 107 GRADING PLAN-BEACHWALK D-B 102 SITE DEMOLITION PLAN C-B 201 CROSS SSECTIONS-BEACHWALK =,,e&.n,•.,+...444,.. 0.B 103 SITE DEMOLITION PLAN 0.8202 CROSS SSECTIONS-BEACHWALK R SERIES(IRRIGATION PLANS) NORTH D-0104 SITE DEMOLITION PLAN C-B 203 CROSS SSECTIONS-BEACHWALK D.B 105 SITE DEMOLITION PLAN C-B 301 PROFILE-BEACHWALK R-B 001 RRIGATION NOTES D-5108 SITE DEMOLITION PLAN C-B 302 PROFILE.BEACHWALK R-B 101 RRIGATION SCHEDULE BEACH 5.8107 SITE DEMOLITION PLAN 0-8401 WATER PLAN-BEACHWALK R-B 801 RRIGATION PLAN-BEACHWALK D-8201 TREE PRESERVATION NOTES DETAILS C•B 402 WATER PLAN.BEACHWALK R-8 605 RRIGATION PLAN-BEACHWALK C-B 403 WATER PLAN.BEACHWALK R-8901 RRIGATION DETAILS•BEACHWALK OCEANSIDE C-B 405 WATER PLAN-BEACHWALK CHWALK R-8902 RRIGATION DETAILS-BEACHWALK PARK C-B 406 WATER PLAN•BEACHWALK C-B 407 WATER PLAN-BEACHWALK PROJECT C-B 501 CIVIL ENGINEERING DETAILS B C-B 502 CIVIL ENGINEERING DETAILS :u w.e¢m....11..-4.ia. C-B 503 CIVIL ENGINEERING DETAILS iF NOTE THAT THE FOLLOWING SHEETS ARE PROVIDED ONLY FOR k REFERENCE AND FOR INFORMATION PURPOSES ONLY. IMPROVEMENTS SHOWN ON THE FOLLOWING PLANS WILL BE CONSTRUCTED AS A PART OF THE PARK PHASE OF THE OVERALL PROJECT,WHICH WILL BE THE PHASE RESPONSIBLE FOR N114121 S PROVIDING THE WATER-SERVICE TO THE SHOWERS SHOWN ON - z,�M « N THIS SET OF BEACHWALK IMPROVEMENT PLANE. FW:- C-P401 WATER PLAN-BEACMWAIK _ EP./20 - RN CI Ate w s C-P402 WATER PLAN-BEACHWALK I C-P 403 WATER PLAN-BEACHWALK C-P404 WATER PLAN-BEACHWALK (' C-P405 WATER PLAN-BEACHWALK C-P 408 WATER PLAN-BEACHWALK C-P 407 WATER PLAN•BEACHWALK n- C-P 501 CIVIL ENGINEERING DETAILS C-P 502 CIVIL ENGINEERING DETAILS g C-P503 CIVIL ENGINEERING DETAILS FOR 01001146 ONLY NOT OT FOR CONSTRUCTION AS SHOWN t A 91118020 Ap a C157934 1 tx INDEX OF 9 DRAWINGS (BEACHWALK ii 0 PROJECT) 1G-002 4 1 3 I 2 MIAMIBEACH co,or IAN soCA A.t NAEREAN CONCRETE INSTITUTE FFE INBRED FLOOR ELEVATOR :Rwc_ws Ave, ADA AMERICANS WOW PSASI RES ACT FG FAEHF.O GRADE R AL AGN FOR NITURE R RADOS ALT ALTERNATE FL FLOOR REF REFERENCE ARCH ARCHITECTURAL FS FNSNEO SURFACE RENT REFFORCELENT.REINFORCED ® AT FT FOOTIFEET CORO' REQUIRED 10115 AASHTO ANEW.ASSOCIATION OF STATE HIGHWAY FTG FOOTING REV REASON.REVISED AND TRANSPORTATION OFFICALS FURN FIIRMIURE RPL RECYCLED PLASTIC OJSRER Cr*.GANNIN,450,44F.IN. RPZ REDWED PRESSURE ZONE "- B O C., f7PTIOCAMSOr.1,140,42,1[11. SLOG BLADNG GA GAUGE S UMSCADE ANWIlirCTIMI umma-F BC BOTTOM 0F CURB GALV GDVANIZED SSD SEE STRUCTURAL DRAWINGS NATHNA py, BO BOTTOM GC GENERAL CONTRACTOR SCD SEE CML DRAWINGS a FR,ES MVO. ROC REGAINING OF CURVE GEN GENERA SES SEE ELECTRICAL°RAWNGS a NOR BOTTOM Of RAP GL GLASS SECT SECTION SS BOTTOM OF STAR SCHED SCHEME BTW BETWEEN N SN SMIAR �nrvs....e�. SW BOTTOM OFWALL TORR HORIZONTAL SLV SLEEVE W NT WEST8 HIGH PONT SP START..PO C NA HOUR SPEC SPECFCATONS TRENT CAL CORER M HEIGHT S0 SOUARE S.RY:Acnv.NY Haat CCCL COASTAL CONSTRWTON CONTROL LIE 5S STARLESS STEEL DEM CEMENT I ST STREET Iu CR CAST APACE 0 INTERIOR ONETER SIL STEEL CJ CONTROL JONT F INSOE FACE STD STANDARD CIT COTGTRWTON JOINT SIRUCT STRUCTURAL CL CEERIIE JWTI.EW.311.0101.MC MI CLL CONTRACT LAT EWE JT JOMT T x_xa COL COLLIE TSB TOP AND BOTTOM ,au.,^..,,.nim.mu. COIN COTMMICATIONS N TND TOBEDETERANEO NORTH CONC CONCRETE TC TOP OF CURB COM CONTAAW L TD TOP OFSETR BEACH COST CUSTOM LNG LOWING G NOUN TE TOP OF EDGE LOC LOCATORSTO' WICK OCEANSIDE D LR LOWW PONTPTO TOP OF OBH DWETERATBREAST HEOHT TOR TOP OF RAF PARK DM DIAMETER 111 TPZ TREE PROTECTION ZONE DM DAENSOR NNW MVNTENANCE IS TOP OF STAR PROJECT DC DECOMPOSED GRANTE MAX MAXIMUM TSS TOP OF SEAT STEP oN DOWN LECH SECHAKAL 1W TOP OF WALL O CIL PETAL MOM WP SENNRAE WATERPROOFIND SNP TEINORARv :mnRwlevn..VPaa N+..+.,.u.a # DWG DRAWING MI MFNNOLE TYP TYPICAL NM SAW LEAN MGR WATER E MN MNI.I.M U s E EASTND MBC MSCBLIAAEOUS UN UNLESS OTHERWISE NOTED EA EACH MTL SETA V ECL EROSION CONTROL LIE Si EWNGDM NJON VERT VERTICAL EL ELEVATION N NDRTHNG VF VER RIC FEND ry�WMiF ELEC ELECTRIC RIC NOTNCCNTTRACT MOAN ENLARGEMENT NO POSER WavrNvaxa..A 1 EOC END OF CURVE NTS NOT TO SCALE W/ WTH �:.v.a...v 3 EOS EDGE OF SVS WA WITHOUT aVua- EO EQUAL WD WOOD X — y ROMP EQUIPMENT OF OUTSIDE FACE WP WATERPROOFING RN EX,EAST EXISTING OC ON CENTER WV WATER WAVE SEm JT EMPPASON JOINT OD OE DELETES N BP/ EAST WEST OPEN OPENS A G OM OVERHEAD PC PRECAST P E FOR BOOING ONLY B PL RATE PT PRESSURE TREATED NOT FOR CONSTRUCTION PTD PANTED PP POURED N PLACE RUBBERIZED WINCE .IE AS iA 5/1112020 a.15-7934 e T STANDARD ABBREVIATIONS &SYMBOLS 891.A.. .. RE[1,.R,E, �._,. G-6003 4 cow STRUCTURAL ENGINEERING/GEOTECHNICAL ENGINEERING NOTE: MI AM I BEAD H GENERAL NOTES: I a ALL CONSTRUCTION AREAS SHALL BE RESTORED,INCLUDING LADING.TREES. CONTRACTORS SHALL BE REQUIRED TO INCLUDE ALL NECESSARY STRUCTURAL MID GEOTECHNICAL ma CONVEM1.0,7,VER I. THE PROJECT KNOWN AS NORTH SHORE OCEANSIDE AMU(K EXTENDS FROM PLANTINGETC SERVICES NEEDED TO ADEQUATELY DESIGN ANO ENGINEER THE FOOTINGS AND STRUCTURES FOR M'•"-"TP'a rl,s mnT APPROXIMATELY TOTH STREET TO APPROXIMATELY 87TH STREET WITHIN THE CITY OF 12 EXISTING CONSTRUCTION DRAINAGE SYSTEM AND EROSION CONTROL SHALL BE THE VARIOUS COMPONENTS WHERE THESE ARE IDENTIFIED IN THE PLANS. THESE INCLUDE MIAMI BEACH.THE PROJECT HAS THREE PREDOMINANT COMPONENTS,WHICH MAY BE MAINTAINED,MODIFIED.AND/OR REMOVED. GENERALLY,LIGHTLY-LOADED ANCILLARY STRUCTURES,WHICH MAY INCLUDE FOOTINGS FOR H...•'•'A , CONSTRUCTED AS SEPARATE PHASES: 13 THE CONTRACTOR SHALL ABIDE BY ALL APPLICABLE FEDERAL,STATE AND LOCAL LOW-LYING RETAINING WALLS AND SLAB FOUNDATIONS FOR BENCH AREAS,WATER FOUNTAIN PHASE I'WORK ACTIVITIES ASSOCIATED WITH(A)RELOCATION OF TREES ENVIRONMENTAL PROTECTION STANDARDS.LAWS AND REGULATIONS. THEIRFEATUPROPOSS,ANDED OTHERIDCOSTS ON THE FOR BIDDING INCLUDED IN BIDDERS GEOTECHNICAL BATE NECESSARY TO MAKE WAY FOR FUTURE IMPROVEMENTS,(B)THE REMOVAL OF EXISTING THEIR PROPOSED BID COSTS ON THE XECIN HED TECHNICALNS IASPEC IN THE S. WITHTHNTHE TREES THAT HAVE SUSTAINED DAMAGE AND ARE UNHEALTHY OR THAT MAY POSE A 14 THE CONTRACTOR SHALL SCHEDULE WORK IN ACCORDANCE WITH ALL APPLICABLE REPORT S INCLUDEDDIGTHAT AS ONCE APPENDIX IN THE SPECIFICATIONS,SH1ALLS, THEL FEDERAL,STATE AND LOCAL ENVIRONMENTAL PROTECTION STANDARDS,LAWS AND UNDERSTANDING CONTRACTED,THE SELECTED CONTRACTORANDSTUDIES SHALL CONDUCT ALL LIABILITY CONCERN TO THE CITY.AND(C)THE PRUNING OF ALL DANCLOWER-LEVEL BRANCHES NECESSARY GEOTECHNICAL ENGINEERING INVESTIGATIONS AND STUDIES TO VERIFY THESE 1111 AND FOLIAGE TO A MINIMUM CLEARANCE OF 6.$FEET IN ACCORDANCE WITH SAFETY REGULATIONS. ASSUMPTIONS AND FINAU2E ANY STRUCTURAL DESIGN AT NO ADDITIONAL COST TO THE CITY. CPTED STANDARDS. 15 CONTRACTOR SHALL FOLLOW FIGURED DIMENSIONS AND SHALL NOT SCALECAM,GAMIN,E h PHASE 2'WORK ACTIVITIES ASSOCIATED WITH IMPROVEMENTS TO THE PARK CONTRACT DOCUMENTS. ® --- PROPER CONSISTING OF PROVIDING ENHANCED ENTRYWAYS AND AOA ACCESS FROM 18. WHEN NEW PAVEMENT IS PACED AGAINST EXISTING PAVEMENT.CONTRACTOR 0 A ••-. """ COLLINS AVENUE.TOGETHER WITH BEACH SHOWERS.LIGHTING,BIKE RACKS AND SHALL SAW-CUT WITH A METAL EDGE AT NEAREST EXISTING JOINT AT CONCRETE PAVING FURNISHINGS.MOST CRITICALLY.CPTED PRINCIPLES OF DESIGN MID STRATEGIES FOR AND INSTALL NEW SURFACE AT GRADE TO BE SMOOTH AND FLUSH. cuo,pecANG. DEFENSIVE SPACE HAVE BEEN A DRIVING FORCE FOR THE DESIGN OF THE PARK. 17. CONTRACTOR IS ADVISED THAT ALL REQUIREMENTS AND STANDARDS EXPRESSED 5044.r.ER! TOGETHER WITH AN WTENT TO INCREASE THE PARKS DESIGN FOR RESILIENCE THROUGH IN THE CITY OF MIAMI BEACH'S CODE.OF GENERAL ORDINANCES.DIV.2 TREE THE INTRODUCTION OF CAREFULLY CURATED'CONSERVATIO:PODS'TO HOUSE A PRESERVATION AND PROTECTION SHALL BE ABIDED BY WITHOUT EXCEPTION ,,,.,,,,,,,,„,,.,„ DIVERSE MARITIME HAMMOCK HABITAT. CONTRACTOR SHALL BE RESPONSIBLE FOR ADHERING TO ALL CITY-STANDARD - PHASE3:WORK ACTIVITIES ASSOCIATED WITH THE CONSTRUCTION OF THE PROCEDURES IN THE REMOVAL.RELOCATION AND PRESERVATION OF ANY AND ALL :•T,vas BEACHWALK,MOSTLY LOCATED IMMEDIATELY WEST OF THE EROSION CONTROL LINE TREES_ WITHIN CITY-OWNED PROPERTY FOR WHICH A STATE-REQUIRED COASTAL IS GENERAL CONTRACTOR SHALL LIMIT ANY AND ALL CONSTRUCTION-RELATED WEST E CONSTRUCTION PERMIT SHALL BE REQUIRED AND WHICH WILL BE ISSUED BY THE ACTIVITIES TO THE TIMES AND DAYS ALLOWED FOR SUCH ACTIVITIES BY THE CRY OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION.WORK ACTIVITIES IN THIS MIAMI BEACH. -PRTr COMPONENT CONSIST OF THE DEMOLITION OF MINOR EXISTING PHYSICAL 19 GENERAL CONTRACTOR SHALL PROVIDE ANY CONSTRUCTION FENCING CONSISTENT IMPROVEMENTS AND THEIR APPURTENANCES AND ITS REPLACEMENT WITH AN ON-GRADE. WITHANT ANO ALL LOCAL REGULATIONS FOR SIZE,MATERIAL.AND/ORG. , AND/OR SCREENINi, r'-`roMan.Ar 1R 7 PAVER WALKWAY LOOSELY MODELED AFTERUSI Y CONSTRUCTED SEGMENTS.R ALSO INCLUDES THE INSTALLATION OF ACITY-STAND-STANDARD BOLLARD OUTFITTED WITH 20. GENERAL CONTRACTOR SHALL BE REQUIRED TO SUPPLY AND PROVIDE ALL d AMBER.TURTLE-FRIENDLY LIGHTING WHICH HAS ALREADY BEEN PREVIOUSLY APPROVED STRUCTURAL AND GEOTECHNICAL ENGINEERING SERVICES REQUIRED FOR ALL BY THE FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION ON PREVIOUS RETAINING WALLS,WALLS,AND ALL OTHER STRUCTURES AND FOOTINGS IDENTIFIED IN PROJECTS.AND IT INCLUDES THE REMOVAL OF ALL INVASIVE EXOTIC SHRUBS AND ITS THESE CONTRACT DOCUMENTS. 1,0,1,1,10,11411111ANI REPLACEMENT WITH NATIVE DINE SHRUBS AND HERBACEOUS GROUNDCOVERS. IE S - - 'T •A PC 2. ALL COMPONENTS WILL HAVE VARYING DEGREES OF IRRIGATION IMPROVEMENTS, PROTECTION ZONE(TPZ)BY A FENCE AS SPECIFIED.ALL EXCAVATION WITHIN THE TPZ UTILITY CONNECTION IMPROVEMENTS,AND RE-GRADING IN ORDER TO FACILITATE FOR SHALL BY DONE BY HAND AND SHALL BE CONTINUOUSLY SUPERVISED BY A CERTIFIED ..- o".na G"• THE ACCOMMODATION OF ADA REQUIREMENTS AND THE GRADE CHANGES IN THE ARBORIST AT ALL TIMES. - -- TOPOGRAPHY TRUE THESE MEL CAUSE 22. CONTRACTOR SHALL PROVIDE TEMPORARY ADA COMPLIANT ACCESS AS NORTH 3. THE PROJECT AREA HAS OVER 4000 EXISTING TREES.MANY OF WHICH ARE NECESSARY,IN ORDER TO KEEP ACCESS TO THE BEACH AND PARK AS FULLY SEAGRAPES.CONTRACTOR WILL BE RESPONSIBLE FOR CROWN-RAISING ALL THE OPERATIONAL AS REASONABLY POSSIBLE DURING CONSTRUCTION. BEACH SEAGRAPE CANOPIES SCHEDULED TO REMAIN TO PROVIDE A MINIMUM CLEARANCE OF 8.5 27. IN THE EVENT OF CONFLICTS WITH/HOMELESS INDIVIDUALS OR FERAL CATS, FEET. CONTRACTOR SHALL COORDINATE REMOVALIRELOCATIO N SERVICES WITH THE OCEANSIDE 4 THE CONTRACTOR SHALL AVE A CERTIFIED ARBORIST ON SITE FOR THE DURATION APPROPRIATE CITY-DEPARTMENT PRIOR TO THE DEMOLITION OF ANY IMPACTING OF CONSTRUCTION DURING ALL PRUNING,TREE REMOVALS MID RELOCATIONS,SITE STRUCTURES. PARK CLEARING AND CONCRETE FORMING ACTIVITIES.REQUIRED FOR ALL PROJECT PHASES.' 24 ALL PATHS AND SIDEWALKS.INCLUDING RAMP CORNERS,SHALL BE ADA COMPLIANT AS UNPLANNED ROOT PRUNING WILL BE REQUIRED AT THE TIME OF LAYING ALL AND SHALL HAVE ADA COMPLIANT CROSS SLOPES.CONTRACTOR TO NOTIFY LANDSCAPE _ PROJECT FORMWORK FOR THE NEW PROPOSED WALKWAYS. ARCHITECT OF ANY DISCREPANCIES IN CONTRACT DOCUMENTS AND OBTAIN 5 THE CONTRACTOR SHALL PERFORM ALL WORK AND SERVICES SPECIFICALLY CLARIFICATION PRIOR TO PROCEEDING WITH WORK AFFECTED BY THE DISCREPANCIES. ..,.rrwrcm vwrvH..., DESCRIBED IN THE CONTRACT DOCUMENTS INCLUDING,WITHOUT LIMITATION.THE SCOPE 25. CONTRACTOR SHALL NOTIFY THE LANDSCAPE ARCHITECT OF ALL CONFLICTS OF WORK DOCUMENTS AND THE DRAWINGS AND DESIGN SPECIFICATIONS. BETWEEN FOOTINGS(I.E.RETAINING WALLS.LIGHT POLES.ELECTRICAL CABINETS. X 6 THE CONTRACTOR SHALL VERIFY ALL DIMENSIONS AND FIELD CONDITIONS.NOTIFY SIGNAGE.ETC I AND ARCHITECTURAL FEATURES THAT MAY IMPACT THE AESTHETIC ��� R XLANDSCAPE ARCHITECT OF ANY DISCREPANCIES IN CONTRACTED DOCUMENTS AND INTENT OF THE PROJECT. I OBTAIN CLARIFICATION BEFORE PROCEEDING WITH ANY WORK AFFECT BY THESE 2S THE FOLLOWING FEDERAL AND STATE LISTED ANIMAL SPECIES COULD INHABIT OR DISCREPANCIES TILE CONTRACTOR SHALL NOTIFY THE LEAD LANDSCAPE ARCHITECT OF MIGRATE THROUGH THE CONSTRUCTION AREAS PIPING PLOVER(THREATENED). I ANY DISCREPANCIES BETWEEN THE EXISTING CONDITIONS AND THE CONTRACT AMERICAN CROCODILE(THREATENED).SEA TURTLES I HREATENEOIENDANGERE01 If DOCUMENTS PRIMA TO PROCEEDING WITH THAT PORTION OF THE WORK.FAILURE TO ANY OF THESE ARE PRESENT,CONTRACTOR SHALL STOP WORT IN THE IMMEDIATE AREA ,} NOTIFY THE LEAD LANDSCAPE ARCHITECT WILL NOT RELIEVE THE CONTRACTOR OF THE AND CONTACT THE CORRESPONDING FEDERAL.STATE OR LOCAL AGENCY RESPONSIBLE y RESPONSIBILITY TO COMPETE THE WORK AS INDICATED BY THE CONTRACT DOCUMENTS FOR THEIR RELOCATION CONSISTENT WITH ANY AND ALL APPLICABLE LAWS. k'' E CONTACTOR SMALL BE RESPONSIBLE FOR ANY WORK RESULTING FROM SUCH FAILURE 27 NO STAGING OR OTHER ACTIVITIES OTHER THAN WHAT IS DEPICTED IN THE PANS TO COORDINATE DISCREPANCIES WITH THE LANDSCAPE ARCHITECT'S APPROVAL.IN THE FOR THE PROJECT WILL BE ALLOWED WITHIN OR ADJACENT i0 NORTH BEACH•H•• IDE „+s i..v 9RPwwnr»w i EVENT OFDISCREPANCIE$BETWEEN THE DRAWINGS AND SPECIFICATIONS.FOR PRICING PARK.WETLANDS OR ANY OTHER ENVIRONMENTALLY SENSITIVE MEAS. •••• Pr..... MD BOOING PURPOSES,THE ALTERNATE WITH THE GREATER VALUE IS TO BE USED it UNTIL THE DISCREPANCY IS RESOLVED BY THE LEAD LANDSCAPE ARCHITECT. 7. CONTRACTOR SHALL COORDINATE THE WORK AND STAGING TO ENSURE ALL SCOPE OF WORE DESCRIPTION FOR THIS PROJECT: PEDESTRIAN ACCESS CAN REMAIN ACTIVE AND ACCESSIBLE TO THE PUBLIC OR THE FOLLOWING ACTIVITIES ANE INCLUDED WITHIN THIS PROJECT. If MAINTENANCE TEAMS DURING THE DURATION OF THE WORK. 1. (ANTNWORK AND GRADING OF SANDY MEAN 8. THE CONTACTOR WILL NEED TO COORDINATE AND CONTACT PRIVATE UTILITY E. INSTA/UTION OF CONCRETE CURBS FrFr'' COMPANIES FOR RELOCATION OR ADJUSTMENT OF THEIR FACILITIES. J. INSTALLATION Of PAVER AREAS 4. INSTALLATION Of OPEN AIR BEACH SHOWERS AND YARD DRAM WITH SAND TRAPS YI 9. THE CONTRACTOR SHALL LOCATE,PROTECT AND IDENTIFY ALL UNDER-GOUND AND S. INSTALLATION OF -FRIENDLY UGHTING IN BOLLARDS OVERHEAD UTILITIES AND SERVICES.THE CONTRACTOR SHALL BE RESPONSIBLE FOR 6. LANDSCAPING•TREE EE WAPRESERYMpN AND NEW LANDSCAPING - OBTAINING INFORMATION AND SATISFYING HIMSELF AS TO THE LOCATION OF UTILITIES. ;ONl fi SH OWN AND NOT SHOWN, C, 10. THE CONTRACTOR SHALL PROTECT THE WORK AND ALL NEARBY AND ABUTTING THE FOLLOWING ACDMITES ME NOT INCLUDED WITHIN THIS PROJECT: NOT FOR CONSTRUCTION PEOPLE AND PROPERTY.INCLUDING EXISTING BUILDINGS.STRUCTURE.PAVING 7. INSTALLATION O STORM WATER DRAINAGE STRUCTURES ------ DRAINAGE,FENCES,LAWNS,PLANTING,LS AND ROOT ZONES OF TREES.ETC.FROM JR LIMBS DAMAGE.COST OF REPAIR.RESTORATION AND REPLACEMENT TO THEIR ORIGINAL OR ,AAS SHOWN BETTER CONDITION TO SITE COMPONENTS REMAINING OR WORK AREAS OUTSIDE OF LIMIT q RdrL: 1}11 OF WORK SHALL BE AT CONTACTORS EXPENSE UNLESS PROVISION FOR PAYMENT IS E MADE IN THE PROPOSAL RIGHT-0F-WAY/CITS.OWNED LANDS NOTE: 9IT1Fl020 AI IMRROVEMENTS ARE IC BE CONSTRUCTED AND/OR INSTALLED WRNIN THE FRBTNG STATE ''•1SA9J4 A RI b AND/OR LOCAL MGM OF WAY OP W ITHIN LANDS OWNED BY THE CITY OF MIAMI BEACH. i — GENERAL NOTES g 1 G-6004 4 r3 I I • • I9ETH ST - G MIAMI u..IBEACH xi wI �I wi 87T"ST - IS '�i I _ .1xwi _57TSTi.u l $e7rHst � l r :T1 It'I' ',II ' i\, L II,..\ f(0)° � 1° � 86HST a}I iI h w �1 ? I �' \. II I I I 76TH ST a I I I ;I o I1 .wr�ew I i, NSTH Si 1 `, BST11 ST $ " 85TH ST II`' I1.1.1.,1,8014 9,11EEII I I 85TH 5T 1 I WEST 8 ki I' t I xw.��x., , I J I ' 84TH�I r 9� I /' I 84TH SI t I 8,tH SI I I I remrdrr�_ r. 84TH S � ,I 3 \ t I Il A, I I I. ) I ° x I; i y77 l '( l NORTH.��...., I I •�'�� i ti BEACH < ! i I I < 14-,i , OCEANSIDE 83RD ST } 83RD ST � 0,, I . ) It , �a I 83RD 5T 1 s3RD ST . ,. I I �'' PARK �'s I i I '' � I j I PROJECT 1 - I µle« a,«.1,,331, 1 i I I 1 y I i 82ND ST �' 82ND ST )' { i- ea Dsr I ezrro sr I I I - 1 I . I 1 I I I �'t 1 w s ; I8IST ST l'i : .— .‘ ',,,, ' 1 '. 513787 ' ?,',.' I ' 815757 KIST 9t 51-t-'-',‘, °:1 I �� ( SI jI g g . -1,,,,,,,,..e....::, h y" .1 I ,,(� LI ;• Fort oIDDING ONLY a BOTH$i I ' 80TH ST I SETH ST I' 11 I II 80TH$T I0= ' I No�POe DONSTRUCTIDN L :- ill .. f •I �, y I ( + I k,. a 1 A 911112030 ewac+w.ne[rt ' .— .441,,,t....'' ''',,,, . 01? II �t r - i { ' # iS7936 79TH$T ;";;� JI J 79TH 5T 'Ar 79TH ST --- --- T9Thl ST 1— -� xran.me. I I I I I I I I PROJECT MAP I fl ■M.I.C. ■NI.C. ■N.I.C. ■N.LE. ry r K aaxrlav,88 NOTE:AREAS SCREENED IS GRAY ARE NOT4KPROJECT NOTE:AREAS SCREENED IN GRAY ARE NOT-IN-PROJECT NOTE:AREAS SCREENED IN GRAY ARE NOT-IN-PROJECT NOTE:AREAS SCREENED M GRAY ARE NOT IN PROJECT r� �A.PAR'''`i. ';';' PROJECT PLAN(EXISTING CONDITIONS) B PARK PROJECT PLAN(PROPOSED SITE) BEACH WALK PROJECT PLAN(EXISTING CONDITIONS) ZB BEACH WALK PROJECT PLAN(PROPOSED SITE) ; O5i PAR .w I errar .wxcxc. .w ^�.............. 4 2 1 u. M _ aaTM '" MIAMIBEACHnuo ".""40, qZ i y �' 1mon. - f _� KERS SHOWN INDICATE TME LAST TWO mom i '^ ♦d+ ' .'1 DIGITS OF ANY CORRESPONDING IP* , _- 3. �;:tliM1" . ' ''� PUN.vIEw SHEET_ n� , n , ,r.... , „..,..,__,..., , -, ,. -,, ,, , 7 . i ,I....,...,-,%,.* i ,fin, s.,7 �.� • _. �, {_ i , , ENOIVEHIN.,I4 �� :mL. p a F•a rte �v � :4 WEST 8 ti ! s. ' ,s?x ..ate' " x:®.?°ems-,yr,+., ,rem. ,t ,•'� .. '� i .,a a�+. ,Nit &` ,.,,..e a• .'+.-...s� ,,.a�' y I '" f ..� J� � s� . �..� I NORTH — arm" "` i { BEACH - .�� .... . ..a, .w , �, ! •.,_ OCEANSIDE '-=-'1;i1-3.° a PARK � *ed • .` PROJECT F A BRBON ,,,,,s.,„ ,,,,,Y", ' 4'',"'''1, ' ' ''',"' "`'''' ,"—'''''' ,,,,,s% , ' .,,,,tr''' - 7ow,"..-1044kRe 11(1 , ..., 'NI,044,:t 4;., , ,-1 , • ab :l''' I $},'°`' �' r. H `.d ..:. oma....,.,.,.•. ,(A..+4i4 'i {I' Sr 9" y a % (: @ `_Yt nIWOR FOR BIDDING ONLY NOT FOO CONSTRUCTION N q t� 4' "* '`w��i t„�,. , A.s snowN a" ,, & I ' 01 ......., . -. , /fir •,' E r r.-si.�,is„ ,.,,.s1+.A.i x - ' .� �' t:!1:::i.2",' ; � , ts7sx -- .. ��' ! �. � ►� .. .•w.k�a --'I KEY leKRIMMEAa e #} np.P.1. , fh r �_ 3 • MAP ] i p'..f"'''''—''''''s'T .' KEVMAP ._ G-8006 Gert NOTE ON SCOPE OF WORK PER PHASE: MIAM I BEAC H THE OVERALL PROJECT HAS BEEN SUB.DIVIDED INTO TWO SEPARATE'PROJECTS' :II wI j JI (V(/1(VI DLF1 '1 . �w9lTolmRu (A) PARK IMPROVEMENT PROJECT. 87TH ST U 87TH ST __ _- THECONTRACTORFORTHEPARKIMPROVEMENTPROJECTWILLBERESPONSIBLEFOR I �— :vecrosurr. ALL CONSTRUCTION ACTIVITIES RELATED TO ALL COMPONENTS OF THE PARK H =•,.Y I 1.. ) I I't IMPROVEMENTS PER THE PLANS AND SPECIFICATIONS.THERE ARE COMPONENTS �` 1 WITHIN THE SCOPE OF WORK OF THE BEACHWALK(SUCH AS THE ELECTRICAL AND _I �. I M1 ( I PLUMBING SERVICES)THAT ARE CONTINGENT UPON IMPROVEMENTS TO BE I COMPLETED IN THE PARK FOR THEIR FULL FUNCTIONING.AS SUCH,THE PLANS HAVE 1 ^ 1 -D IDENTIFIED CONNECTION POINTS(SPLICE BOXES OR JUNCTION BOXES)TO FACILITATE SI S ARE CONTRACTTHE OR FRRS OF THESE SERVICES A THE UK EROJECTSTAT ETH LEIREFUUTURE CONNECTIONS.THEPOINTS TO BB < 9E'H ST r. - COMPLETED.THE CONTRACTOR FOR THE BEACHWALK PROJECT SHALL INSTALL THE yI ``'"°VP 1 NECESSARYNHRINFRASTRUCTURE PERK PROJECT SHALL THEIR FUTURE CONNECTIONS;THE v'ff S4' 41i 1''I ,.„.,...,.,,,,,,,!,:„.„6,,,,AMI GnMm{A� FACILITATE SERVICE TO THE ELECTRICAL AND PLUMBING NEEDS. Z µ I THE CITY MAY ADVERTISE AND ENGAGE A CONTRACTOR TO FULFILL THE SCOPE OF p r I �wc`art"" WORK FOR THE PARK IMPROVEMENT PROJECT SEPARATELY FROM THE BEACHWALK. ES 1+I _� �.j ) sum...6,S1AS SUCH THERE MAY BEA POSSIBILITY THAT THE CONTRACTOR FOR THE PARK MPROJECT MAY NEED TO COORDINATE ONGOING CONSTRUCTION ACTIVITIES WITH ) \I 1 - rR ANOTHER CONTRACTOR WHO WILL BE CONDUCTING THE BEACHWALK IMPROVEMENT PROJECT-BELATED CONSTRUCTION ACTIVITIES. I I i J K x 1 1 , ANDMICEPTV41.Of 5.4.1, ` � ..0 85TH ST WEST 8 (B) BEACHWALK IMPROVEMENT PROJECT. y M ' 1 BST H ST J £ 1 9 1j THE CONTRACTOR FOR THE BEACINJALK IMPROVEMENT PROJECT WILL BE Fr' ffi ^� RESPONSIBLE FOR ALL CONSTRUCTION ACTIVITIES RELATED TO ALL COMPONENTS OF J K T THE BEACHWALK IMPROVEMENTS PER THE PLANS AND SPECIFICATIONS THERE ARE - "X COMPONENTS WITHIN THE SCOPE OF WORK(SUCH AS THE ELECTRICAL AND PLUMBING ' r 'i' s SERVICES)THAT ARE CONTINGENT UPON IMPROVEMENTS TO BE COMPLETED IN THE 1I? PARR FOR THEIR FULL FUNCTIONING.AS SUCH.THE PLANS HAVE IDENTIFIED 1 I CONNECTION POINTS(SPLICE BOXES OR JUNCTION BORES)TO FACILITATE THE /J I CONNECTIONS OF THESE SERVICES ONCE THE PARK IMPROVEMENTS ARE COMPLETED , , A4( , 1/''' I , 1 THE CONTRACTOR FOR THIS BEACHWALK PROJECT SHALL INSTALL THE NECESSARY 84TH ST I j 84TH ST 1 '1' @ j INFRASTRUCTURE TO FACILITATE THEIR FUTURE CONNECTIONS #- I 'I ry ,„_ 1,, I I - I.1 fi THE CITY MAY ADVERTISE AND ENGAGE A CONTRACTOR TO FULFILL THE SCOPE OF .� II / I t ---,,,----,-,-- WORK .rt a.wrvwiro,.... WORK FOR THE PARK IMPROVEMENT PROJECT SEPARATELY FROM THE BEACHWALK. ( ) AS SUCH.THERE MAY BEA POSSIBILITY THAT THE CONTRACTOR FOR THE BEACHWALK j c' y PROJECT MAY NEED TO COORDINATE ONGOING CONSTRICTION ACTIVITIES WITH +. M I 8 I• 5 j I I O NORTH ANOTHER CONTRACTOR WHO WILL BE CONDUCTING THE PARK IMPROVEMENT F r 1 BEAC H PROJECT-RELATED CONSTRUCTION ACTIVITIES yi I ;T. .I F C I U I I - ), I 1 r 1 OCEANSIDE ;a 83RD ST - R3RD ST � � 4y� PARK 1 I g , -'A PROJECT B M j �.II..Irrt, ,o L.P, 021,0 ST I li[, I 82ND ST I>:. X S y N 4n y RIOT ST gI)'�`” I. HIST ST 2,4)° 1 - -SI a/+v9/ ICLMn A jT 1!a C/11/18 lL Mov F] qz I C k. I FOR DIDOING ONLY BOTH ST - , 1 4.A., BOTH Sr I. 1 1. MDT FOR commix-nom • II 1( _�� 1 �� - AS SHOWN ) J. I rCAUTl ‘...1%'.11--,i r1 'yy�prg¢ .1 A ammo V79rH ST •.:.;-'__,--1. 79TH ST I —t Ji I I I I PARK PROJECT I CONSTRUCTION g al N.LC .NEC. . PHASING PLAN J / \ K s NOTE:AREAS SCREENED IN GRAY ARE NOTMYROJECT NOTEco :AREAS SCREENED IN GRAY ARE NOT.INPROJECT r "' ..IG� PARK IMPROVEMENT PROJECT PHASE 2 BEACH WALK IMPROVEMENT PROJECT PHASE -BO1 O. 4 I 3 2 swr: K , tires,. • . „„..,. i MIAMIBEACH , • .4.,70 CO:1.14=-.4,,t417AIVE !i i 3 . 6 REVISIONS LOG: i 01 12 rI E il P IS 01 I IT a 94 ' i i ,3 . r 31 3 Li '', 1 1.2 'k' 1 8 F' 8 F' u g t.',i' ' ,.2 Eg iii121i2 112 v4',vi si 45. m ii ;81E4 §2 i2 §2 F-5' vi Il -.01.6.19.110 i AiS0621..Inc ,e.,....9.,m.,..9.0,,,..,,.,. .. .. ; .5 •-.3]–.3 .3 .41 3 4,4w.: - r,,,Anrif...309 kiT19791.10. ,ca,(91 Li_,eia7;wo3 ..loco 0 03 N.CI 4 on 6 i ea.-(rm. .,a7 niu.lea 4 el 4 ei 4 e3 •.:tI :a :at -....scapE A.D.crt.L.Crj,,,' GENERAL SHEETS CIVIL SHEETS SOME.M.9,1090 G-000 COVER SHEET • : C-8 001 S1NPPP NOTES AND SPECIFICATIONS G•00? 'INDEX OF ORAWINGS ' • C-B 002 SWPPP CONTRACTOR FORMS AND DETAILS G.;:ci bib ttANbAkifiAti6iktVIRTIONSTtY66601:5 1---' "—erg-10 GRADING WAN•BEACHWALK ..----. — G-B2104 1GENERAL NOTES •' . • • C•B 102 GRADING PLAN-BEACHWALK G-B005_ PROJECT MAP .- . C-8 103 GRADING PLAN-BEACHWALK G-B 006-IKE'?MAP I C-El104 GRADING PLAN-BEACHWALK - WEST 8 G-13 007 ,DRB ORDER C-El 105 GRADING PLAN-BEACI-NVALK G-B 008 'ORB ORDER - . • C-8 106 GRADING PLAN-BEACHWALK G-B 003 ORB ORDER . C-8 107 GRADING PLAN-BEACHWALK ,A,ORK UM..01 . G-B 010 PARK CONSTRUCTION PHASING PLAN • . , . C-B 201 CROSS SECTIONS-BEACHWALK G-B OTTREVISIONS COZTE-I6ACKWALK 1-0E-2 • • • i • i 000 ' oo ' o ' C-B.202 CROSS SECTIONS 8EACHWALK G-B 012 REVISIONS LOG-13EACKIAIAI.-22.1( - —1E • o---, • 000000 C-8203--,CROSS SECTIONS•BE74 Fe7r.NA,T.R ......r:•• C•8:351 !PROFILE-BEACHWALK C-8302 ,PROFILE-BEACHWALK I - _oo g::4°F 'WATER PEAN-BEAgHWALK -- ---•-• 0 SURVEY SHEETS402WATERALAN.BFAALK ..rwOrloiti.<1,1010,K • '""'"'""Pol".w O-100 TOPOGRAPHIC SURVEY COVER ' I C-B 403 WATTEF-0E;1i1C-"6 EKCWWALK • V-101 TOPOGRAPHIC S-U1-,t-Vr/Y-PLAN 1 i C-B 404 WATER PLAN-66AZ1IWATA • V-102 Tq00ETApriKSPRYETP-1:7>N72--- , . C-8 405 WATER PLAN•BEACHWALK • NORTH V-103—TOPOGRAPHIC SURVEYPLANi C-8406 IV/ATER PL-AN:8EACHWALK • • _ v.INI--TOPOGRAPH‘CSURVEY-PC•N4 , C-B 407 WATER P-LANS-gEA HC-1•,At/ R • V-105 TOPOGRAPHICSLTRYET1TPUM-48 : ' C 8 501 CIVIL ENGINETMNETAW6 BEACH [ v.106 TOPOGRAPHIC SURVEY PLANS ; — C-8 60 CIVIL ENGINEERING tieuics .i V-IS? TOPOGRAPHIC SURVEY PLAN 7 , C-8 503 CIVIL ENGINEERING - DETAILS OCEANSIDE PARK SITE DEMOLITION PLANS SITE DETAILS SHEETS PROJECT D-13 001 iSITE CLEARING AND DEMOLITION NOTES- --- -1. 44-4 404 5a.:644a16141-66;141:64Mic • D-B 101 :SITE DEMOLITION PLAN ISD-13 201 PAVING&EDGING DETAILS ' .... ± ,-....."...........-,•.-4 0-B 10 -T-SITE DEMOLITION PLAN • . SD-13 202 PAVING 8ED-GiNG DETAILS _ 0-B 103 SITE DEMOLITION PLANf ; . --- . I SD-13 203 PAVING 8 EDGING DETAiLS ' •0-8 104 SITE DEMOLITION PLAN •' • SD-13 204 PAVING 8 EDGING DETAiLS • F'. ID-W766-61TE DEmoLiff617151.AN _____.____ • : . • ........ • SO-13 16T-PAVING ANO€1501NOfollAiLs--MAC-HAND( o-6j106 46111-61-56EFTR5FFIKAN . •' • ' •' • . • T I SD-5 252 PAVING AND EDGING DETAILS-BEACHWALK o-sow gifETIEmOLTfiON-PLAN SD•B 203 PAVING AND EDGING DETAILS-BEACHWALK • 1 PLANTING DISPOSITION PLANS L8_131/1 jil5EE PRESERVATION NOTES&DETAILS 1 J_____L_I___.; I L _I. I 1 .I.. J SD-8 254 .PAVING AND EDGING DETAILS-BEACHWALK ' SD-8 430 BEACH SHOWER DETAILS • SD•B 304 FURNISHING DETAILS • • I SD•I3 431 BEACH SHOWER DETAILS 55-8 460 BEACH VOLLEYBALL COURT ENLARGEMENT SD-8.*T61 BEACH VOLLEYBALL COURT DETAILS • 6 SITE LAYOUT PLANS 615-6 460 BEACH ACCESS ENLARGEMENT PLAN • ! I SP-8,100 SITE LAYOUT NOTES&SCHEDULES , . 1 , I SD-B 481 'BEACH ACCESS PLAZA ENLARGEMENT PLAN 11_] .-•-.4.4k i SP-&I 01 i SITE LAYOUT PLANS-BEACHWALK J1 , • ' I SD-8 482 SHELTER CLUSTER ENLARGEMENT PLAN 4 i A e,14no zn,r„st .,- SP-B 02 %SITE LAYOUT PLANS-BEACHWALK ; - ! I -. - -----, SD•B 501 LIGHTING FIXTURE DETAILS • i P SP-8 103 SITE LAYOuT PLANS BE ACHWALK 11. LAYOUT ! -i SP-B 104 ITE PLANS-SEACHWALK , SP-B 108-S-ITE LAYOUT PLANS-BEACHWALK - , r SP-El 106 SITE LAYOUT PLANS-BEACHWALK - I . . 1 . I SP-Et 107 SITE LAYOUT PLANS•BEACHWALK _ I $ SP-B 200 MATERIALS PLAN-NOT 1,E8-A-115-S-CHEDUCES-- • , . . ._. SP-8201 MATERIALS PLAN-BEACHWALK _ . I • SP-6202 ,MATERIALS PLAN-BEACHWALK SP-B 203 MATERIALS PLAN-BEACHWALK ---- - FORBIDDING 041., SP-B 204 MATERIALS PLAN-ETETCHW/1:$ i i SP-6206 MATERIALS PLAN•BEACHWALK - -- NOT FOR CONSTRUCTION j SP-8 206 MATERIALS PLAN-BEACHWALK SP-8 207 MATERIALS PLAN-BEACHWALK ---, MLLE AS SHOWN 1 REVISIONS 101 11 ARE OMITTED 44.44., ' 9E11E2020 1 1.,..,964C1 KNORR g 15-7934 iSKICI'1`1.1. I REVISIONS LOG• I 811 ',. ,'..-..'' BEACHWALK 10E-2 - / -••• T .......,...• 9*E.... .. ;). 91.9,999.09.. G-B011 4 , , , 2 , , MIAMIBEACH REVISIONS LOG: �.• m m w WRIER CRIK .E«M. Wz i z z: : w '-` T", z § 0 8y 3 0 W 6 U 6 ' eL o 1 IP W .. § w 0 O O O I2 m E E .4 2 '17 :70 2 0 1 o ;„,E0ygo ^(7 1 C; CM.GMa.-e A-•c1f1-.w. 5; &u Elz z A&I t V za.“ -- ARVENTIO.I.1 LANDSCAPE PLANTING L B 001 LANDSCAPE GENERAL NOTES "'^"'"'"` L 8301 ((PROPOSED PLANTINGSCNEOVLESBEACHWALK • __.# • •"'-"� I. ......• xaa•.. L-0502 PROPOSED PLANTING SCHEDULES-BEACIEJALK i L 8503 PROPOSED PLANTING SCHEDULES-BEACHJYALK IW.V" L-B801 rPROPOSEDPLANTING PLAN BEACHWALK "L-B 802 I PROPOSED PLANTING PLANEACRWALK - L 8803 PROPOSED PLANTING PLAN-BEACHWALKWEST 8 31.1,0 50,4 SITUtli 804 PROPOSED PLANTING PLAN-BEACMNALK seem: L-8 605 PROPOSED PLANTING PLAN•BEACHWALK L-8806 PROPOSED PLANTING PLAN-BEACHWALK xswvw.cm...x”. L.6807'1P�ROPOSEb PLANTING PLAN-BEACINVALK us L-8 901 LTYPICAL PLANTING DETAILS L•B 902 �7YPICAL PLANTING DETAILS .. L-B 903 (TYPICAL PLANTING DETAILS • ELECTRICAL SHEETS """;""w`e""°"kw. E-B 100 .ELECTRICAL NOTES-BEACHWALK • • • • . NORTH E-8201 ELECTRICAL PLAN-BEACHWALK • E-8202 ELECTRICAL PLAN-BEACHWALK •• BEACH E-B 203 ELECTRICAL PLAN.BEACHWALK E-8204 ELECTRICAL PLAN-BEACHWALK • OCEANSIDE E-8205 ELECTRICAL PLAN-BEACIMIALK • E-8206 ELECTRICAL PLAN-BEACHWALK • I E-8 207__ELECTRICAL PLAN-BEACHWALK • PARK .-.83D7 ELEOTRICALRISE�R9-8EAGNWA -- --1 - ' E-8302 ELECTRICAL DETAILS-BEACINYALK • • PROJECT B g E MK ¢R Ry i tTi....a san..a•.r.rxa A ei•ao�oEL yet 1 " FOR BIDDING ONLY m NOT FOR CONSTRUCTION AS SHOWN A 9111/2020 Xz 6 15.7934 t S WEEP FrI,E, I REVISIONS LOG• E BEACHWALIC 2-OF-2 ------ 0 .. ..,... G-8012 1 3 • MIAMI BEACH NORTH SHORE OPEN SPACE PARK MVOS...4E401 ,,..,,.„nyn-a BOUNDARY AND TOPOGRAPHIC SURVEY DESCRIPTION; — - SYMBOL LEQENO LEGEND IOW ALL o,eroo-v r,7..'.or.'jog ween a,Fu 1.072-Doh:^awry Cern"r, na 1847)of en0WMrery rrna toes rm.For sem ...T .................... 144 <d<xrrt a n,uaa., s rM S. u.•x,n aM,aa am.s y w SNem e>fX 7ERX CaMr Gam INwsarwoMm. ,FPr.4 °n nr w.3.Mi a x 7.Fwi,or';'.e:.:mr`ynwr..-s:we(za I! sl .,.e..,, xa wet., e.,:.w , 4.0.-Ore 9 ,IAsw.l ar retwtlM«Hvr Rao.11.P✓p<M a FF v4,< IXC 9Wn 87TH ST N' E 6 nNc.Mn v..,r W r,M'RYr,N.err,"X D.Nx "war+.2.>,.aaa s 100.2e0,:most ,..-arra Corryrets.Cour 4.0.cru)w este....Memmet ace 10ya "earn - 7b rum PxweM• wr. rc.ma+4xM.ce: Meac.,,, Y ,9.a-rM 7 e 00.-or- r i7 MVM•e,IM b etre-err reo o, ,rej ..2MYJ ,LINIcr-s Pave.. LVL,-.'•4? Y Cwl o n fuel.qor-e,-ear r.r.of2Ca,.,,. (S A-Sr,S u. a Al W.;ti !!1X52. 'S p w VHx �yi.�.�lr� WS a lSI SIGN Mn].r m.rq •al"'weal c..eca .r Nor!oy.,Pre,32.a ,N PUNT rm.of' aav are Gray ��B.V'Rw TRrTMI9x e4J. YQ`PAF'Mi -"aa a E00.102 M.xo.ae DJ. aFMr...earn",Mcest M nem.„wr..err« N.ore of ua r.,,.cost 44.-mm�r.walr.rest.,. i a ,m..rc) MG CS mese M W MVO,ermxos esTX sr, (5)00010.112..0.7 a•,u.x..•.. x9 etx,N. E • p n ax ¢ P.a °` `” 1•000 xa.re Par WEST p8 RCS FxMr CCP xrmow rc.nxT.mar •).3,11.oniSYREET earner ■ c,rn•ee,e. Fen. eM�.T-a'-ear BOUNDARY B TOPOGRAPHIC SURVEY NOTES: `` 2x POI' y„C.frr x,,MH ^a a. « n..,a.. 3333,. z, n B a,.:1•a...xaresr ro.,x.r Sec s,oec.a.T 833RD sr .Y .: ,e c ce r r c 4 re.erress e c acmes e Bee.,eme Meager,:Sum,y el moo.R hn toa • ln.texJ .µ MM. IX 30. ASF-04 2 0. OrW !fear^..5 COr.iaale 30 OW VS00 000.0002 ®ear".srrm,.Ar* .o-r .000.0 ua: 1* e / .x.a.mem nen rum nen not.1•.a.0 w pe•l e, o.w.•r WI. A .el per PA...,Yr r..,�....x 1•..r. wryer 5..ase,. M.aures•room. 'a .Ver.,arra, 31ST ST ,N; .u..,..... steer are rests,,...b.1•.a.1• - / .,i, .9M 050 .7rn.1i.Ills�„< , , r w« .5,....,ono,emee.�.er5v...,.w.-.r, v. ORTH w�wM.M�N,r, ._. a. err a to...n."00 r. N e. 30TH Sr U Cr..0.8..0.4 M ,. . BEACH 3,..errs.:.,.w.mea ear.,...r.,,e,.w wee.met,a. E<-mere•..re nest":..am r,Hrusts Me,1•e.e,~stere. Y.. ...•7550 4,(.. OCEANSIDE !"•,...are est.,etc.,era mast:...a .ere_.,n...,.F.a e,w.,.J mXsr r'-,...- . . 0333...YesrMw,(smel) emcees mom. e .-M 'rare..•...err r PARK ern Rue -- CS...A.A.,nn..ee.n.nw a, r ern Is C,aw r-.rfroe..e�0030.Sari stem!.:w•.r, 1- m .w. F a. 0.err...sern•M ear"e. - NM Nero.;oce ..^ m MThro,�r..e.M a e` PROJECT 0 , MFS.,,wMP L - 5.22.(M;WMM1 n "rest n a va.n ra..a.a. ,a',, 'Iv.,,eanar.,. maaa rsa ars"nae.see .,e.xM.,..w.ad Arlo of Ma 3"33"3 KEY SHEET MAP OP i>wr ,Ar s(+"stew iai..r rnl NOT TO SCALE 1•.•....ar M,N.1•,-r,. ue 30. r...we,.,„an.e,e.M�a w w.M..nnwaron "Mew: ,see .5...I A.:a,A w.si1F '; • " 0cm n x C..�:a ) .. > 000a ,mesxesr star rior tee ores ens meet :re me Meer, asx,o ,nns .rt 0..2.0,rm 11•,,,I.by nrat w roex".er.n ,.nnenonr. annrPJ,D.L.L.Fesser,seaw 0733.w.e rnm 3 or m,.x..s terster y0nors w.19.101.1 liar raw Cro Sour Por1 Li :f rF oy'WYSSe) ..a 1•,e N,x.M.l.r.SW M,,D..ra Im,pApl I I ii FOR BIDDING ONLY k NOT FOR CONSTRUCTION AS SHOWN F CERTIFICATION: K.r "u a` .a,.'r...,fru,* f 941)2020 `.M.a �.z Veto.VLopst"..•,..i.•'' w..v.. ee...•..a.u,.�e,r.0n..caw. - 1.41MciYaeln KK I arJena Sure ,w.mere 0117934 CO2, • o ert:" SHILea MIS: TOPOGRAPHIC Socorro SURVEY COVER 11. :' err M, .._._ AxT,. ° *5MY3n.ef4ftre !9... MCI.. V.100 8121599 ,E Mr. a I 3 2 1 r ,. .., ............. . ..... , , i .... ..... 1......., MATCKLINE SEE SHEET 0-102 FOR CONTINUATION '.* •„,. : ''I ALTOS DEL MAR NO. j7;3 . .„.„.t.--- w an, w tr. r az'r PB 31,Pd:40,M.D.c.:,•R: 1,,, dir II I//'/V SE EL 2.25'r PYC r 7— -- t1-; • I; ;),<; I. M AMI BEACH . ".*, . ,0•".;.. • , ') ,.L." / P`. :. . C.11,Car NSW W4Ca• • '1:•••'. •i,,/ ta,AS S ‘•••.• ....1 ,i . ' ..i.,,.:•.:-•At ...,.;,,,,,„ +AC, , ',:- . Me COWEII/1..C.atEat Dlia.T 10.18.••04 ft',VA K ••••• •••• ' • l''.1 t4.'"•••:l• •'''',;:, • , • . , . Ma.CIA•041.1,41' 250.- 4 k '''...'f''' '••‘ If , • -- .. - ,•••.,-,••• r . ... ,• 0 ••;•in ‘ . 5 . 4',\\ • ; r GRAVEL\OW \,' ,1 . II° ,1:1:2. .7 1 •'1•4''' "; ' •-.7: .)) . •ti.';„,'''/ ,„..• ,, , .11-• i.,(,.. 02-3702-OG4-0541, it;1 ; Elf , II • • ' </''- C --` ' '"'7•:•9 ''''‘•.; -•' ....• , .., ,,,, "-A '. ' --------7 . i * C alrn.rAna c•.11,....11.0N ...".!In • ,* —,..,---a.--....-a-a j 1 4i/I: .).€ V o'l , ,_ 4.0 ^A•:•1. a- ..2?, li ,11•:.*:4>''' tat''..::.--•-..:40Y '•,`:. 4 4 . :,,, 1 ;. _Ipmrr---] 1..,, .*: - 1 4.0111311•11CIMER 'l'' ' an•i,,- :/34r., / • , ••• •'•'' . j } 1 • '41; • • • , . KEY MAP : LOT 2 • ,• 1 r'''m \ '''3,11,==.7;,,... „1! .21 ',,.....1 .. ';Al ' ! ;V: '''• .4s, I ••i•( i .z.'' ' '.. I 7:7=•,'"'r q• 4 -.„,,, FOE IO 02:3202-004-05513 ', t.,;._„„_.„„„ ,_ ASEOUL r PARION0 •.6; - LOT 2 ; ', +I : ?.: ' t OUvEl.‘.oiRr (WOON COND,WON) , ! • ..(-) ‘....../ • ' .. 1 . 1 Vr€ , ,c Folio, 02-3202-004-0150 .•!.„4.''''•• '1's 1 s••••1 <0 . t r. .. CT '" 1 ': WEST 8 SEATS ••• '' . t''.; • i 46 41 • :-`;;;; ," 1 4t: I : •. Amos fitlY YONG.WI 10313 „ . le. 1 i ••'. • 'a I . PA i•...„1.11i ..., • i. :„., ;°:.1 , F7'--...#;ira.Te•Oiriiir./1''.7623 '---1, . ' 1 • . ',,VV'''' bl i 1 FT ii ;, tv 7, I; ''''•, Lor 3„ '. ei , • ,k \ ! k . . • li - ,z -,c •.; I I LA LOT 3 • „,„,,: , ... '717'. 1 !.,". l' • . • , . . cwt. . moo 111 r i. 1, ...7r• k.crol • : \'''• ,^ .m.....,,,,,E.. I ,- . . is4f.' ' "- 1'..' .....,•.., ',"” '•.'..! ' i •iie: ',4-•• .., :4„ ,, , ,•,(r,!.•_E...,..,, 1-_-.-,7-_-!,.--------:;-, -I- . , ,., ,,,,,,•<,,, - ,___...., ,- ! *,, 4-, ::: ; F • .'I 1/- - -r7,• L004 c.''' - , . _ :k ,I;I i A - • • : ..::•.,.,9.1t0-.,..,,'.' INKCORRECTED PLAT ALTOS DEL MAR NG.2, . pe: ..--' BEACH i • .... : 1,41 1- ,,,,,,, ,•., id ' :‘,!!.;,!,:.... •, e., I , . .,. I / ' 4 F FL..1222 .111.. P.B.31,PG.40,,.M.D.C.R. -.' l' OCEANSIDE , , i r..I ••i.' t;01.10. 02-320X004-0610 , -• \ ,,, 1 I PARK E -.• . --- • .,i,. .:7_,A4rm"°P, q•—:n_ ,,,,m-tf:"" ,r. 1, a 1 .1 -::' .• ':::<— ASPNALT '......t.„ • '..."- ,.A,. * N.:::., ..s.2.., 2 • • I PROJECT , __1_--- /1,77.Lji • .!... ,-... ..? <-. . ! 'n-'- --'-'", ' ;" • r ., ..i' '''. Y'' '•. —, . ' , LOTS. -I‘ • . . _ •., •• . • ,'• *• ,I' ). 51..73.1g \ , ,, , ,. . z 3202 004 0920 r 1 -,..,) ,* • LOTS • • ''' \ . ,,L,f.,.,Y,,. "`,04.1'•:'.:1-4;•• '''.3";•'—A—1.—44-••••)••••••A••.•••-•11•Z•j • 9011030 4 / . '5''••>••:•.••/: '1 CdRASS AsPHALI -%'. SAND\MI . A J5'ROPE , -,,..&., , 5, 5,. , sr,--x.-§,- x ---.. , 1 • , ., , 1 . ,•••' i . n 1,.•,1-.,,,,&,„,.,. •..:.., , 1 .1 • .. . - - - ''''•,k,; ' L OT6 • • -6/' 6 ' ,.... '' '''' .N.F01"02-3202-004-0530 . 0 .11 .. .....'1;'..1."••''..• .,„„,• •,;A:3S ••. ' • ' ' . ''.• c•V' ' . ,>4'..• r' • '.2'•4 T-o ..' , . , . ::•••,,,,,,I., . ' . •. 1:: L:!'1,41•, ''':,,!'''..-,./` ''••': C."LAIY. 'f.C1-.,--6, X ''''.•••-.4--' ' '' ' 'c°41"'','' ' 587'0516W -',. A , ,......,- .„,, •s , 125r).„. ,. ,.!) 61 • A'ME 7.1 1.FENCE 24.5- 47515' .,• i . . . . ____ __, ...•..•.,„,..; PAYEP _______ ,..,..=,_,__\ ;APO\8E3E6 • I . -, ? •;i: , ...,,,/ cA/PI U.S•'','.....' • .----- ••••1','i'S ----‘•\ :a 7, R..fj. .1 CI„a/ •••,•••,•,a' '••....• ,'Si) NOT FON CONSWINCTION i *E"' IR;75'' I . . ® PAVER . WODO POST ril!14,1 ,.....---...-..--.....-.........,.....,.......----....,---,.....-......,......,.........^..-- f oECETA Say zINE- o*Ii SCALE AS SHOWN I • 44=444444. • PAhR . 'I' , . A - o.,,,.. tximgall.02: i----.Te-ce-re-77.. ..,.•-', \ A IIISLIC.11 911/2020 IJCBARIOArraft./11Va 9 -fl ' '-- ,)- 15-7934 1 LOT/ R LOT r BLOCK 5 i 1 Faro: 02-3202-004-0520 t TOPOGRAPHIC BLOCK 12 , IR CORRECTEDPB31,PLAPT GA.L4T00,5mDDELcMRAR NO.1 SURVEY PLAN ..." i ' I 'fill --......,.. 4 ' .11.1.... V.101 2 , MATCH-LINE SEE SHEET 0-103 FOR CONTINUATION ,! .aF,3--,,j'‘,"•44:14.,,, ,, :• .:'''1 ,041.:,..'' (20 ,':.'-tr— r•I :-8: • . ' MIAMI BEACH -14,)v A Ir::1,,:-..7....-''':.•' 10 ' .. LOT 6 MI •: • -'S.•'• . . .. ,.1 ' LOTS -• .' ' • ' 8 • :.,: . :r '''• 1 '."' ". •- --V-4,?';,'-' ' tj'.'" -.I ti:`, B i.-:im ''' .,,•1•,1 ill ' .).„ 1:''''• •'• . . . ti,•' SAND\ESR• T .' •t.17,04./. 0'1',1PiErf., - 1 i '...i C-'''' - el . ,,, 0 I . ' t :IL*. 1 FN, P •..' .; - . T , ,,. . ., -iiri''' cwr Gorden 1 Assoclaieklyr •„,, ' ,,, , .." i EHKE RACY' .---. .----,----_--------- f l-, ' Y• 1 -11 ' A5F/o/L, .. -,34 ":., '''' 3..• -\ ' • C ' : .. '4, • , r ' 2/*,•*''.; E :' , :, .. ("• .. , ., ,. ,.. \ . L.- r.,;.:". .i:...,4i'•..: - -,V,--,•%-k, - I -,-,...0. .., - Tn''•• . • KEY MAP ..,....o., 250,,' . :. . . ...,....... ' . 4,i.s.,*144 .,. Wl.i.:;..... : , C I or, ,,* -,,,,,,,..,,,,,,,-,,,, %'„,,,,,,),....,, i . f.,,.. I :44*.>'''''e.c.,-.%."'e :CPE "'''''''.8' ' N g - .„ . , . . 1, '. ,..e. WEST 8 •:*---1, 1---: .. U • , . ... / anm b.OA ,..., .. . .„ LOT T \ I\', ' .. B ':;. . LOT 1 ' ' .. Nt 1.1....50...P0 5.1... '5, . EIERCISE'‘.--.÷:".', ''. i .• :, ,, . 11 •''' • ; V .. / ',..37,-:'' a - =,==•:,33' \ '• „ - ,., • :',i ';•''' 1%, Vb -41 I1!,,-P,,•' '-.•.,••'•U7'.,\''\;''\'',,.„'':,,'.''0 '1 ) LO..T 2.,.... . .,,-*I-II 4•3, . • •, ....‘ ...._,'•••;.____.;v:;___.,.t:,.'A*-----,-x, NORTH tI.In. 1r 0w1.1 I,nN . 1 - BEACH 0i. •'•N • -1,::' OCEANSIDE 2 G • ;Tt .- 1 I ._,. .... . .. . , „ - ...:,o_, • 'I i c-1/i ... , , , • •, , , . . ..." LOT 3 I PARK IF .2 LOT 3 1 „ , , • lo ft PROJECT i tzrz • i".1 ...i I 1( BLOCK 14 \ Z,z.I. , . , t , .,., , ,, . . . ' 8-' . . .r •-I. , • •l'''!- ,-, ...• ... ,., . 1 ' -, ,, CORRECTED PLAT \ -.,..li - I ...,,, }.;:.,'''-'',..4,,\ - ' ' - , 1 ' 2 ' ''''' '' ;\ ALTOS DEL MAR NO.2 \ ,' '*' • • ,,,- , \ ,,, :, , o nY ,z ' ,,\\ /../( s...11,,.. 0: J , I,,, • 11,•-',I- .I. il• I\\ . ' .* i , xi:._ )1 . Lor 4 '* ::-.i ,. pi. 'I &Lass . /11 . '.. • 4 • - ' • . ,2; \ \,:,-;?;,.' -?.,f•,- 4 .. , 'i?' \\ W ..e. ,•,) . . ii„. I .>' T 4 Y..' '4,' „, , 1 0 \ IO 02-3202-001-01!0 1 ' 4 `-' \:,N----05"-- \\'-..! J14:., II : , ' c,'., ‘.06,dg ' ,.., BLOCK 3 A:Of:MALL Al,'3 .• '. , , j„,,, 1 L., .,) il''. r '---4,. .-.., \\\ •j -..":' '..,' • : — ' 0:',),t, ..!i,-.' ,i1 ' i.* - - P.B.31,PG.40,A4.D.C.R. I - ...- •'S'r--..sk_x........11._::,,s, -• 4,---- ''.7- FOLIO. 02-3202-004-0640 , - , . - ” . 01 .4., .,: e 1 ,,;..t:,,, ..,,_ LOT 5 ;"-'*V • '• I .• • LO r 5 • .,-..wa,tPli .4:4,-,,,F ,,,,q, i `i..f.;;..s..::::;4. ,z•, '.... .. * i . , . ,• I FOR BODING ONLY i , I ,,,i:•:,,11 , 5.a,',.,:',..2",';.....t-'-'-•''',' -2,„,,,,k—;: I ',.:',, ',,,./.',.-•,-,•'..„?.13',./,••,,:,' r,..,'. it • :t.,.x_....7__%--,-6-AIE__Q.----- .l• :I .' • •:4‘• 1 , . RI d , ,,-,,... , .,, /,--- :......,,ii , : / \\ . `:#' • 1 ,,, •:,,, ...., .,,,c, , . .... ...„ * ,x,, *, ...,ORT ,• (..,--' 1, NOT FOR CONSTRUCTION s ' \`.\\. 6.9 I 3 3 1 .'' -7 , 1"" AS SHOWN ?, . .,N. 4,_..7/LOT 6 ra -- e* tor 6 .., '.4.: .).../i '? \\ Id • ;• • ...i.t ......, 1 LJ Cor W\I 9AROYERE • I .., ,,,,• *, ..,, 1;,.. • • — '.;. • . r, , .- , is., --:‘. • 1 A $111/2020 ' ... . . .... 1 i '' i i 1.° ',.,' s' 7 I.-, , ''.:•';;:''' 1 MMIIMEC114.1BES ,,,. ,11 d I - ,,., . 1 .-., ,! ... 250- . , .,- - • r 15-7934 1 , .2 1 '. ,5g. \i . , t ,., ..... 25 ,25a , ?) i i ,r 1 SANITARY SYNNHOLE 100 • • • I TOPOGRAPHIC 15 N ENY IF ,.Y' Pv1,14,os„ . 40., • " .:,.. ` • r.,.. SURVEY PLAN"""'.'' ' -` !"1"-r‘161a1Q41111A --\\ '":6"."-- EL 9 r c LOT 6——'`'- NATCH.LINE SEE SHEET Y.101 FOR CONTINUATION I . /4-\ — ..,....,.,,, •;. ',J 1 -6,----. ............_ V-1 02 . , 3 2 3 o IR Fa .10. i °our MATCH-IRE SEE SHEET V.104 FOR CONTINUATION A 1 ''' ' — MIAMIBEACH . . -.„ .1,...),,..- , ,30,691.001.011131111.4 ..MIKAtan.3.1.1e ,. FA ' B • t \'' .• ,,,,.• — :-- >.' I ..• ".'‘ +\.t,.., - , ••••• I ‘( ,WIGONPULTME p 1. , I, i_-__-:-...- LOS 5 e1\ 16.."1.4'1'';•:*4 *4 F 0):,C 02-22'52-004-005.0 L --4 IP° • W • '', 9# , . 4 ,L . , -. . .,,— li::, '''' 'z) f;';i1.',. "A\." '‘..‘,1•• .: ' --• , , -...n *0 . I . , / 7 •\... s ,' ,. ,„- , Cs..(Welton I AN.A.Ims.p‘!. . . , , I I •••,,`".•,.......,.....- Z .. :1. 1,1., ."\..,s.''\s‘.,. ,,,E.,U. „.... s '..../ '' • I --.• • ..•A C CERT...rt..;MIAMI..1.0ri INGPSFRKI 514 ).. ,...;';', ,t i — LOTS ' , , f'• • , • •.44 I sumutrAcroxry 1 1...i 6 C . :".4 A tl. '. ....... I roi".;T:17. Ill , ...) ' ,.., A s'A‘ • • ,, ,. '? • . I 1: . . i 30...snismaT 125(P)r,..,..-..-..,. . L : ,- ,,, ....- .,.....,-,, ...,,,,.:.:• ,... s,- .,..,c..,oRr ?. • • WEST 8 , . . _ • .. . • • 1 • •I -.. i 1 mama,.......‘a so.rAin•A,,,,,a•'••• ------- '....0,,,, ::-:;`,. _ ,,,,. •,' ' _._ - ' ... r •--- 1 - ii•a""7=1"," .- x GEMEGYIKAl4Ktil,m1 I - .' ' ..1 • P.MK En.i.115 CI WitN K 250'- ...,44,5,,, . .125(P) \,, • '', ,A,,,,\ P ' , ..._ .... r I NORTH . i c:3 1 ( • -\ 4•;.,., .,, 1 „. , ,,, .k A, . . . . ,, „I. BEACH .‘,...",'1 ,' 01-I - ‘ TI, "4.:Xs4.....‘.• .. • 1,11\1: \., , I ,.— . •. • ' i OCEANSIDE . . I 11, * -,•,,,,,, I ..,.5,i.*,' I.i_ . ... . ...I.t ”. 1 ...‘. • ' ' ' PROJECT• . -' '-:/ .•— •,: '-=',',.t .t.... '4...; .. '-', , I PARK . ... r . ........,_,....,.....„,,..,....,.. .. , „ ..., 1 - . r-- LOT 2 LOT 2 .I, • •; • . . , • --We.' , 415) I • . i 2 , I- .•,) . ./ ., 0 . • ;-.1f,'... • .:',"..;.-1.,;,_-; -;,—.:+''',. .,, I ,-4 i 4 ,' ,,,,n,.1 \,..,•,,,„,.. ..,;:‘,1 '' 7>4.: ' ...-...V..., • A. ,. 1 . * 13.,r' 1 •: • ....,,4.''-' • .‘,..,,....,...,-,.- ' BLOCK 2 1 ' -. r " , 1 ] ' • : . , , ..., . . • •r . ,.. . I .,I , . i LOT 3 ......, '7' (..:' IP CORRECTPEBD 3P ILA,PG. SmDDELcMRAR NO.1 I . 5. i 4, 44 w*** 2,r2 LP f . T.. , .. ... ,,. . 5.. I • „....- . • 4AAS, ... , ... . v-, +— "...: ', 4.. .. . • • • I .... 1 • 1 7 ,.... '•."' t .",..-.4. i: ` • . ... •, -.-.. i .. : .4,1, , ,.... ,.-.. ... • - .. . .... , • . .• ,.- -, . . ,..... -I 7., I • LOT 4 . *1 I'f.:7;'''''..-'' :A.:- ' \ ,LOT/ ....:*":::..il...t-i ' • -4 ,i FOR BIDDING ONLY i ,."z- ..,. ‘.. - --.'"- ' FOLIC 02-3202-004-0010,'..,„0:... . . t i • ''' , .s."4 . • r—C.0 . ' " NOT FOR cotartnucrom ,....,,,• ai•P'...-----% ,.., ,`,. ,..., If. ... . i BLOCK 15 1,11--: , 7CORRECTED PLAT ALTOS DEL MAR NO.1, : .' .,; ',;.':;:s. ‘ PG 40 M 0 C.R. < ' • • . .''., .,,....:c..... N. .., • . ..- 10 . r ..,.)".' /0., A AS SHOWN I `1Z84:-.:- ;...1 910E DAM LOT 5 9111/2,020 N y,.:.-4,, ''Nis.' *. •. k, A .,---."'"- 1 15k ; A. _..../nrER..\ ...Z.-, OW PROW i NW. •• s'"'* . :•; I ‘;1.' , e ASPHAL r ..._„---.. '--X .3?.,-Y-.1.".--- 15-7934 / . L 0 5 , 1---'*-1. - li-:,.... '' . • I ,. WA 720 1 , , i -- ,,A0 -S.AN,TAR,'MAHHOU .----..':1,V/''S Vl 3312"::"lP;::::_: 14 F II 2 *.. 5 TOPOGRAPHIC ',< . SURVEY PLAN ). . MATCH-LINE SEE SHEET V.1132 FOR CONTINUATION — • ED" iviii, . ? V-1 03 , ,.....—..— bw w w "'"-""*"-.... 4 , 3 2 1 ,......,, ., , . •.,„.., _ MATCH-LINE SEE SHEET,105 TOR CONTINUATION .epr _. . I ,,. FOLf0 02-L3u20'*06-0190 ,.•,., . . ':'7'.•,'' • •Nc- -; ..-'4•'...., MIAMIBEACH Fuca 02-3202-006-0240 • 0., * i . • -;,• , " ,: •••46.,..-.. -•., 1 t ,, ,...x. ''•'..•'‘',, 0‘'N, / .'/*/'•.•.: . ''i 0 III ! • (/) c,•,,. ,• LOT 4 A 8 k jt;•• .•:, ' • . SHOT • . •, FOLIO 02-3202-006-0200 (....-4 c, * . , LOT 4 . . .. 1 . ,,-,. n.,2',4; , ' ':".' ',f,':',,,„,',A,:• '"'''..„,': . -';..'- ., r-i goal , 1111111/11°° .. .1z''j,1 • , . .,. .''''.. tiN 14'• ' .s' iCs: 1.1. • 1 ,,:.,. . .., • ... 4 F0,02-0202-0060250 ' I \--,--4140\ .,.. .t.,.., , / •'4 '''.c;1::1111.''.'°\C 54'!II: ;I. OA/WM ARCHikeiVRE i..../037/ ‘.....---'-'•-• . .1i .1.M''t • . •. . it., Ca ‘-. LOT 5 --- i . KEY MAP SUMO//XXIX° ,_.......„,..., ......" • d • x • - _O-4 ss° ----4&2------ " •.,;...',,-,' ........7, . -.' •-'C.-..'1"6P•15-'-;,7.‘, 1. • 9,9‘. --r ^TT'..:, 41 fr. •: , 3 • It _„..... , ,...), t --- , - . - : . T COXS.X.4.CICSXMER WEST 8 PDX,.40EA t, Zi..t, • ---"-voi--- ••i irri,.. '',',•‘', ,, . . • - ' N 4V-. ;:i--• .1.,.‘i. ' , 1 11P , • I ,,,,,,,,, Z.' 2• • .. ‘.i.9 ',.•s I - ' 1 4."'"''''''5•4.,.7 LOT 6 • LOT 6 . .,.„ ,,,,,, , ,,,,,,„ . „.„., . I i to• iv, 1:90L SO 02-3202-006-0260 4 6,,,,,:.,„,.. ,, „ , o• ,,„ , . ...... , .. , /1.1,44.1111310111•11.PC 4 • .... " ' „ ,.. ..,:, • .../ N4. -••" , 1 ' . . ' 1. -:.;:''.;•"- -'', • . -- - . . i \b.- -. ..... ...„. ..„ ,----- --•-- -....--.---.-- 4') NORTH 6 ;1 .'• . ,. . , ,.. .000 L•;:g• , -TELEVAT.ON..675' • ..s. . • 'II 11 • C •X• ••••...'•••' °• x ,...1____ _2°..Rc-- 1 . BEACH 9'5.20 NA:0066) re . . /.y•I' " ' '.K. '', '• ';',5; --.-,-- ""'..., '‘'.st 1:7>Yi:,,)cwouonicr j ,,:.,..', 1 • . , 4' . ' _, ..„. ,,z,4..,,,r -, .. • w 0.s 114.1 Offintr,ONS Er I{ ,..A..-,‘ '--: ' .) ' '..s, ..•:'..- .,..!nrATER SEPVICE *•• •,-.0 . OCEANSIDE MN IL 5,9 ...,. (0.0000)..., k...... ^-•••••.---,----) 0 '.'4.' - •.--) <1. ;• ' ' , • ` . • --'..7 ''':1 • ' .. .•,- - °S - ‘52 S •C,I0i1.0;` r° • .L-.,'- ' ' ...• .*- ' I PARK a 0 fi,!.-.C.Lik, d .... :, .. --,, - '... -, -- ---'..., , — - •,.....,,,: ..,n... ..• .. 4.---.:./ , ,„ . , 0 86 I: P. PROJECT 125TP) •' k, : . 1 T. • • .:"',,,,,41,,q-:ti,,' WV\Dwr a `13..2 El • . r . • .‘,.. :., .'0" • •-;,, :;It' 1 .. •-• --f ‘"'" z ), , 7t_svt,.. .-I.,,:•1‘s:' :7‘'. .\ '' . , , ..... ,. ,...,..... ..., . . . , . 1 . • ..?‘-) .• Loot * • ./, ' '''.‘,4 r C"<"s'''' ' . 2 . -- 's BLOCK 16 1 .. .11 .• , . , . . .,,,.., • CORRECTED PLAT ALTOS DEL MAR Na 1 -.....i / 35 1 2 P.B.31,PG.40,M.D.C.R. , nr 1 . . . ,4 • ' 002 35 Lor 2 ..i , ••, ' ' . .. -, .,,,.0., ,':':',. I .'"• ' - , • ,_,•• • (---,,I (,..,,..., ,,r-;,....", ,f- •1 '-'' 1 8 I CI `"• .. ' r. - • • .• ' I A.: • a •?; ',* CORRECTED PLAT ALTOS DEL MAR NO.1,: ., ,.., 1 . .... / P.B.31,PG.4014 0.C.R. , ,. r0 ... . 3'"''.1..i 1. .*/*r4r4. . ..*..' 1 i i " ,,71/' •, . ' /.? .I/07." ' :',./ik . ., ''' • st ' - •APOIL 1...• .., • -•'.•'. 1-------,‘‘.,,,,-re.'A' " /-pr, .x, . FOR BIDDING ONLY 1 i • : "*) •:*,' L 0 T.;\1 ' /4' :, „II, .•:-... ,,,,, p---- . Lo,.s 1. ... .- - .4 4• ....,. NOT FON CONSTRUCTION .--.' V , . .f•s-, 4 4 • :,• ,. . '; ' • _, ..-0\ 'n',...,;' ... 1:'14.•-• - • . • , AS SHOWN '.. • - 9/111S020 •:///MKT NUM/. -----. t; • .• . . Ri# •,•?, ,' '' -1.E.'• ' - ' s' LOT 4 "''.., ', ",T, , 15-7934 —,.,,, ' 1'44' , ,• ''',. ' 1 A i ,-,..1 • - • . . ::. k._,....,,,..,\, ,-1-- . s ', Lor, 1 TOPOGRAPHIC , SURVEY PLAN ... ' ' 1 • O''1'.---s ' .t,., ,.rh rr ow.= . amii;• . I .' . ".'" .".."C.' ."." ""''''.11 ''''''' MATCH-LINE SEE SHEET 2.103 FOR CONTINUATION MUM lg.. ...... Q....) . Eu 2 If-1 04 3 , ,„ 2,. .• .............. MEM MEM NNW .r. MATCN.LINE SEE SHEET V-IDEI FOR CONTINUATION levI ,eNNO• Im•M e emett pow mu, — R.I. .a, it,'lt,,,•.,. '.',4..''1,.2t.1.'„--,5.eA.'),,r'- --. • . .)• •',.,,-),,.S.. 11,,,,,•'•',,' ,.!-, *''''s-,-... ..—,1,.•A,,,.-„',,•..,',,,.. .........'.\N.\/\/ •-i`:74,-,,-,-„.-,1,.G.7--1 ,•-1-,-::. -.,:.t,.?., ., :.•.=, . 2 .) LOT 1" / i — m .1 m . . r"7 MIAMIBEACH .Vouo02-3202-006-0270 ,--la ir a,,, 0-4 PPINICOML.1.1.1. ,X1 •.../ , . BLOCK 7 4 T, ”;-.. *, . ..,. • . . P I,. • , 1 , .it,:. '2,,, . LOT 3 '• . .‹ , -... , 0, •„..,---\ GR ASA •• '',I.••. N\\ .:' P94',11'"9.;"4E CA'' ' ') f,,„,.. 02302 1106 • ‘ , ,, ), . '• -, '''''' ''*-\'"6t'' / ,' • X, >, 4.1 IP° -•ia. . • ,-, -I's . i.....t:.3 •-''' LOT.3' '' ..”,•1091.6° -•,/ i: ' VP • 1 - , t, . I1(111,10Nnt sotullor. •••0....• ,.., •r'‘ k_.. Og. . I. T '• i Z...t..17,,.'7.1"..:4:7'.:-•-•"-•' ,,,,;,; • • '-, P0,1I'•4 ., „...,--,0! •.9. POLE A'"C".01•861 ECO.*Y.L• . , , „(-''•1 it 't•"' t.,0 Ay., ' •'t, ;•,', - ''-- I : . 1••• • -- '''.11116 ''‘'s t= , % • - gg , • ,.,7k,s (A I tor 4• • 4/,,,_,/'4: BLOCK 4 ' KEY MAP '''••;,*;,,=,1°., -,Z ''` ."•-• •'.."; _.,... T., ` ••-xi I , /_, •,,,,,, f -. / ALTOS DEL MAR SUBDIVISION NUMBER 2 i , 5,''' 1 "•.•:'.‘, ...". , ' ...•‘ "::!•:•'1/ \HACH i ''''WE P.2(4/ ''' ' P.B.4,PG.162,M D.0 R. 1 ' .. ..".........u. 1 ... .. . . . • ' -. .= I, " •, •I' :0 m r) • . , "c tor 4 „ :,, '•,A. WEST 8 'Fa0);02-3202-0;6-0290 /41g -------/ i MATE OM , 1 '. t. ' • :51 tn 4 '',...i :1*1 ' , . •••".,-"--- t;:,:,' '-'-; ;', ' ' '''''. ''- '- i ,,,, I • traoemakesn sot a ,, 21 - ..,:,;,. • ';' * j 1.; • , ,• • , . , \ 1 • ., LOT 5 ' ,.. Facia 02-3202-006-0300 1 ' LOT 5 ' ,,,.. < ' • • - N . . N1,...,6 I/S1111 PC m•••••••••,.0a* ...."' F.c:OCEANSIDE PROJECT OER BEACHJATENH - rOy 0: 02-'3202-006-0150 , . —1 ;VI ':le• . „ 1 • ' ., , , •2:1'..'•-. 1 . , . • :::..,7'. - -' . . -' ., . 7 1 , ... PARK CSTIDE . , t . Cr:A.„.., .; . Lot 6 '‘ • 4 Foto: 02-3202-006-0310 , , .,,,. . • LOT 6 "St • 125(P) BIZ .Z I . ' ',.;•'.. i i .”. ,.._ "i „it.' ' '\t;;:, '•;,' .. ... ,,;,„" ..) , ' •):,. , .. ' , ,,. , •.... • • ,,,, , ,Y..• _..,y,.:5;.-' • I.:. •4,,,,,,,'9 .T ,., J • -- "..4,.,. ...,, I . ' . * ' .• '-// , • Piny, 18 /..--'-''' '.'',.. / ' " •''..‘.•:.•, .I 1 O•A •/ , ,". ..i'''''' ...I. • •P -.. i 1 . .-, ,-, -.,, . -------I •------i ' '' ,.;:•r.--c' >;(.. 4' . ,„.,.... .;•,.,/, 1-,, ril ''' E I Yugo:. I 11 ,. f — • 125r) ,21 BLOCKS 4 "Th \.,,,, I ' C.) , ...7::_.,..e. SAND\tr,,R, • -,......s ,..,,...--A--T2 (3) ...../ ..7...' LOT 1 . ,u g 1 ,..i • NA playa 02-3202-006-0170 . 6 , . , N—s'y „.... ' •''-', t'..- 44.; • :;', ••••"; g 1 ., t,.,•-• LOT 1• ' • •'-f" SI -(a2 8 -'--• 1 '''"'' TWO; 02-3202-oo.-022o !_ ,..):. : • .17•:' '''•'• . I 5.:; • „ • . , , - .: . • .f - • . •. . . . .' i... .e _,,._ ,.k., ,, .: - 0 . ., ., . . ., ... I., 0 ...) __, '..r.r.,,.,; i , • , , • ., ..., ,,:••,-,1.71. 1 ,..• I I: i lit •• BLOCK 6 } ALTOS DEL MAR • . \',.,04. 1 .., • .„.....7____ ,‘,... .,, ,, .c...‘:.,Vkl.' , C X.' . , . , ,, 1 i FOR BODING ONLY NOT FOR CONSTRUCTION .?' • '-'-`,••* ..:Z.,-7,',, .,,>1%•..''•••<•> ' ,,,. a 7 '`,.., ;•,,,14‘. SUBDIVISION NUMBER 2 . , ., PR 4 PG 162 MDCR 1 1 1 • - ,. LOT 2 rasa 02-3202-006-0180 --, ',[i,-7,,.. 4-4 .. / '\ "" ;4: '''-:'''.;;;. ;,-.'•','''.-- 1 c,'... AS SHOWN \ , FOLIO: 02-3202-006-0230 . . Y., , ,.. , . , A*7172020 ••••,•,.!.., ..;,2•:‘,10 A ,*,' '> ' ,. , g 1 ,,:g LOT:OCK 4,,v, - - ,......,4,,,,,..,..„7. • :,. ALTOS DEL MAR .,•,• C.1.10.1i.,,,....• I ., , - 4 15-7934 .,1 ,,SUBDIVISION NUMBER 2 a u-, ' ' . P.B.4,PG.162,M.D C R./4 •. , ,- • -. • '`, / lit. • • ..,'7 : ,... ' ': TOPOGRAPHIC wil: . s SURVEY PLAN i — simmn Am= mom. a =nom gr.' -axis —.-.4- MATCM-LINE SEE SHEET V-104 FOR CONTINUATION •1•4 = ' • 1. ''. 11 4 V.105 .. , . , . _ t M^ -0 � :125TP) MATCH.I f FOR CONTINUATION rarm MIAMIBEACH r "T' �r _ �, -'INET=SHEETV 0] ❑ -T' ,ig s... ] \§ FOLIO 02-3202-006-007( �... tori �' t ' I ' '44' '� • .0 't '-'------.7----- I . ' ., ,, I IA V°°' �I :J .,'' . : Ilk °: - ',Ifi a, " ' + \ItI KEY MAP ' •czom,s ,� LOT 2 L0. 7 MSI �I I '94i v � � �� • :� 4 ti� E I rt - '} _ 1 ...y' FOLIO: 02-3202-b06-0320 _ FOLIO O1 3202-006-0080i r • Vis. BLOCKS j I. `°°1 FOLIO 02-3202-006-009e .. I r I • ' ti .s r bCK3 oT J I 6� Z-. WEST 8 � `, rASS .,;f r ALTQT DEL MAR SUBDIVISIONNUMBER 'ref VOW MY MY, FO 10: 01-3202-006-03J0 �\ P�`4,PG.16i M.D.C:R v r:` r'. t0i 3 ma I L� �p � .. I • rra C} �� ® �h �T •ge . FOLIO: 02-3202-006-0340 ' `` II14 . ; r)i n'++ 0. 3202-70fiL"70 • . m NORTH �� BEACH c f; - - • giocK3 i %. OCEANSIDE 1 P;. BLOCK 8 ) '�-ALTOS DEL MAR SUBDIVISION NUMBER 2 6 S ALTOS DEL MAR SUBDIVISION NUMBER 2 PARK [ P.B.4,PG.162,M.D.C.R. yA x '- • Iq, P.84,PG, MDCR I sAN\war! �.,.,,. D I PROJECT II - FOLIO: 02-3202-006-0350a ‘',TT• nl �r• - .. F6� '' _ y vcrwl ■ k> % � 3 Faro: 02-3202-006-0360 5 LOT 6 ` , 9 d S.. „- .: - LOT 6 1 . __. S • �s ...• ., ASan t �h 3 ray '�`� E I tn "r} $. B• 8 .1 ' \ ° 4 I .._ FOLIO: 02-3202-006-0710 ;' L ,,.. 0 1! y'wA rEa yrs 'j*z 125r) 111 < (` N MN Ay :A ,.AN xE p ••14I Z4 aArx a` n. ., V • .. 5 a:' d n..8 CLH y ,L4,-:-.iii,' y• � m wLL a9'a arc � Iy ° • '[ 't _. "' r Y of CAI.Ie ° SAN:rA6Y 4ANN0.E ■ Lj'//(�� � __ SAN'ARY V ANNCCE/ .'�'� �. y. 1_ aM FI ! �,_ �'• au Et. nE12' - 5 -'-' FOR BIDDING ONLY :Nl'N F� :T !-C1.'4';/ r:i '.. F •Y F.EL TS e-PVC \ < • OLIO: 02-3202-096-01r".. - �.- :. r • $PNa\alar �^ NOT FORCONSTRUCTION 'NV w rL.rz+•9'PSC. :. �I 03 ]oar ces -•' -.,e �: i25t) / • es Lni5a1t o'+-' alS ra00u r"1 J,. ,5.,, Lori r xi ; F l QSO' ""A"'•. SJ I ■ `•, i `F..s 3 I yAS SHOWN :..' �.:.< , �; L y r 0� -' I T :::cyr_ .�r� `C h •� +� 6"1 Y: r r.=•, " r ani ,. :r c t rf tn9nozo N , _� ..... ..._ kA .veer.: 15.7934 0 NTe z�s s••I',+� I ~\ xa ,--7,,,,,---' Q T TOPOGRAPHIC-]. ti � i' ",¢.. :1,..,-,N....y wv\L.\c � ,' '' ''. ♦ v ', SURVEY PLAN - r :: -tir 'rr S-` rm. ..r.. �ie07a� - - ‘iii d m-' iIF'`mfl �� - - -W MATCH-LINE SEE SHEET V-105 FOR CONTINUATION R V-106 \ "A• - \ $CS ...I" MIAMIBEACH MOC.O.Nr.r.ofER.in•E Wir...0.1".Fr...A. MAN CON.14.1,,ht. M - - l• ka,, . 1 . _ ... .. ... .. . . .. , , ... _ • r• 459 (TO ECL) . .e. .,,. .t..,. ; c -;;;zz----- , 1.)...,...,_ N8753.43"E . 6'CLF - . /L, 6"IOW ay • . .,.... ,L. ,, •'' Y•.'• i ----\ --t .;:, 3',.---c-'tice'is.9 • • ... ... . , . • . .'i -;,' -....:,- • ..• •,, ','. . ''''';'.:." iii ' '' 4'.1' ' ' ,_ .: ,.„,., rw.,.,‘,.,..,:.-.,..,2,....;,—.',:. • ,,,r.'! '• . -•'''''''' ,,,, • i';'"'•• WAFER LOT 7 SS K.•..,k • I . , !;::.,,,•', 1::: ':••:... 8 ' ilZ •t •.f.' - '"?.?'0,..".--, • , . • . .,. . . , . . , , . . .t s'..„--, ••••' ...."1:' .. ..... ,....., , , . ,. . , .' ,; 0 T I \ .. , s.m!,\ .... , . . . KEY MAP :5i • I I r .r l 4. ' LOT2 .. . ' ...,• • '4,'Z'',":.1- V; ';. ' ' '-'' .. . ...',,.... .....‹., ...., . , I . ''.' ,1 r ir' ' -4,31.11Fri.r.Skr .• 1 ,„,,,,,,,,„,, . ..1• \ l'• SCANICI-SPRINOFr) ..';•c.i,..E.M....k. WEST 8 '1 ---=:- . „ . ,..:,:::'i' f...': ...,.:.. ..,....... ...)4' '. ‘ • I i 1 "i ',,_•:•<:..., . ., ' .. t -.-,• . ... .........:•....... '''' 1, c ...:‘,1., \. .,1 1 . . , i \ • cl <:-.,x. i :';:vi, •• ,. . _ ... ,‘• , .. .... .2— „ ‘ N ,., ....,:,,,,* .A.,.'''''..',;',...,i'....,V17.: - ' ' •,".'is):, 4.„,.., ',; .. • ••, , , , ' ,,., • .. . , „ , ... ..... . ....„4. -.: ,.' ....., -•,',Y 1 i ... - •'' „,./...,,, F(),..0 02-3202-006-6020(^7,,....7....,c.-),. 1-- ..:!.1 .' I' , ..' .., .•,., . . . "N::T:' BEACH OCEANSIDE LOTS 1. PPAR74'nr:F21:ECir LOr4 P II+ ' •• ' %,” 2' "-:. .' I' ' A . -'j.. - ,;. , , , BLOCK 9 ''s •':.!;;;. ,' tY'ref") --1 .., - ' ,• • ,. - .•,, ,.,•• ,,....,'- 41...1-- 1 .t=!-,. I ,3%......- ".0 0 '`, '\" :.. ',;:'.- ., ..', LOT 4 ;e) . ,. , ' I - . ' - ." ' I :".:.' .. OP ', • -r'=.4=,,,,,..-.>'-y----- --.-:::„,..-.,._„,..._____..-...-....-------- , s..,,,,,,,. -::.::......-_,,c__,:_:...-.. _._.,_. ....._...;:__,..:5 i . • . . A. ---::-.---=e-s4-2.7'.:'::-.7‘:--;; -TSOPOPV,,t5::--.. L) •' .,•• 5 ., . • ....._ L . • '''...,::' --43 ".`7•F•IT•i' L ', .'' • ',,, I .A.-,: ,k,,,.. , 1 , . I .1, ...._ . ...... ... -.' -, ,• 6 ,1.-1 . s ,,,,,, v,r2cao 1 `,:::Z • - 0 - --..1-- ;• f.. •' i.,I % • c . p:owc j . . . . • • KW.. 1 •7,'At • I 1,1 . 1, l'ii.4.'4,fi, ,,•. W.''' -' '.qi-''t -• •\4..• 1 .tn, . nit:• t' r.1 k ,OLI „ ,0 . ,., ''' ' 1 A 9 . e OiaSS '- !C.r, t. 2 i : lo . • •,--; 'K',./ ---°._:',_' ."--,A • 17.' " , I 7.1, LOT 6 '':`.,. • , '' -4>- ' • . ' , FOR BIDDING ONLY . .../ , .••TI•':I O •-•' .. ., ., , . 'N. . Y., . . • . , ,.- ' L. 1 ••' • , co • r- NOT FOR COPISTRUCTION ,-.41- 125TP) _. ,!- - --- , ,, I . • • '-'t ' ., . . i' :*' X AS SHOWN : '''- ' i • i . ! '-'i . ... • . • , ., . .. y ,I.'. - ... • ' le T,. -P/tatCinull. / 't 1.1 A°. • 1/4...j•' ,!•.•,.* ',.. ,gg, ," r,..... 154934 I • • ''''. ' '; --', , . r , . , „ . . Ii' .0 '.‘.. 1 ‘••• • ''• ' SURVEY PLAN ,) 4••10'.‘ . . , . ..m , ___-_-------_—., .. .„. TOPOGRAPHIC . , I .... . ...... ....—........, ,,, MATCLI H-NE SEE SHEET 6.106 FON OR CTINUATION .L. .,' 1 , v-107 . 2 : GENERAL DEMOLITION NOTES AND SPECIFICATIONS: IN A CONDITION SUITABLE FOR DEVELOPMENT. DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS,CITY OF MIAMI BEACH MIAMBEACH SHOULD ANY SECTION OF THESE DEMOLITION NOTES BE IN DIRECT CONFLICT WITH THE 22 CONTRACTOR SHALL LIMIT ALL DEMOLITION ACTIVITIES TO THOSE AREAS DELINEATED ON DEPARTMENT OF PUBLIC WORKS.AND OTHER GOVERNMENTAL AGENCIES HAVING '.VCVV AI A. CEH _TVS PROVISIONS OR TECHNICAL SPECIFICATIONS CONTAINED IN THE CONTRACT DOCUMENT FOR THE CONSTRUCTION DRAWINGS UNLESS OTHERWISE DIRECTED BY THE OWNER OR AS JURISDICTION,AND SHALL NOT BEGIN UNTIL THE CONTRACTOR HAS NOTIFIED,AND PERMITS THIS PROJECT.THE INTENT OF THE CONTRACT DOCUMENT SHALL GOVERN. REQUIRED FOR CONSTRUCTION OF IMPROVEMENTS. HAVE BEEN OBTAINED FROM.THESE GOVERNING AUTHORITIES. ' I,'-',-,ATTAR 23.DEWATERING SHOULD NOT BE ANTICIPATED AND EXCLUDED. '"' I.GENERAL 24.WHERE REMAINING,INLETS.MANHOLE COVERS.AND VALVE COVERS SHALL BE PROTECTED V,SEQUENCING AND SCHEDULING IN PAVEMENT REMOVAL AREAS. 26.REFER TO SITE LAYOUT PANS AND GRADING PUNS FOR LIMITS AND GRADING OF I. FOR THIS PROJECT,'OWNER'SHALL MEAN THE CITY OF MIAMI BEACH PATHWAYS IN ORDER TO ACHIEVE AND REQUIRED TERRAFORMING i. AREAS ADJACENT TO DEMOLITION AND REMOVAL WORK MAY BE OCCUPIED AND THEIR II* 2. THE INTENT OF THE DEMOLITION PLAN IS TO DEPICT ALL EXISTING FEATURES THAT 26.THE CONTRACTOR IS RESPONSIBLE FOR LOCATION OF ALL EXISTING SITE LIGHTING AND ACTIVITIES CANNOT BE INTERRUPTED OR DISTURBED DURING NORMAL WORKING HOURS. ENCUMBER THE PROPOSED CONSTRUCTION AREA AND ARE SCHEDULED FOR REMOVAL. CONDUIT ROUTINGS AND FOR ASSURING THAT THE CIRCUITRY OF THE SITE LIGATING TO DEMOLITION SCHEDULE SHALL BE COORDINATED WITH ALL ADJACENT PROPERTY OWNERS SOME INCIDENTAL ITEMS MAY HAVE BEEN INADVERTENTLY OMITTED FROM THE PUN.THE REMAIN IS MAINTAINED AND THAT DEMOLITION DOES NOT IMPACT SITE LIGHTING OF THE AND ANY OTHER PARTIES WHOSE DAILY ACTIVITIES WOULD BE AFFECTED BY THE C.*.G.Tna,a a A"odan,Inc. CONTRACTOR IS ENCOURAGED TO THOROUGHLY INSPECT THE SITE.AS WELL AS REVIEW REMAINDER OF THE DEVELOPMENT DEMOLITION WORK THEPLANSANDSPECIFICATIONSPRIORTOSUBMITTINGPRICINGCONTRACTORSHALLNOT 27.EQUIPMENT IDENTIFIED ON PLANS AS TO BE DELIVERED TO THE CITY OF MIAMI BEACH PARKS 2. COORDINATE WITH APPLICABLE UTILITY COMPANIES FOR UTILITY LINE REMOVAL CAPPING tt RECEIVE ADDITIONAL COMPENSATION FOR INCIDENTAL ITEMS NOT SHOWN ON THE DEPT SHALL BE FLAGGED BY CITY STAFF.CONTRACTOR SWILL REMOVE AND TRANSPORT AND UTILITY SHUTDOWNS NECESSITATED BY REMOVAL WORK.DEMOLITION PLANS AU.FLAGGED ITEMS TO AN OFFSITE LOCATION WITH ADDRESS 2100 MERIDIAN AVE.MAMA a ammna 3. EXISTING CONDITIONS.UTILITIES STRUCTURES AND OTHER IMPROVEMENTS.AS SHOWN ON BEACH,FL 33139.FOR PURPOSES OF BIDDING.CONTRACTOR SHALL ASSUME ALL IDENTIFIED THE DEMOLITION DRAWINGS,WERE TAKEN FROM THE SURVEY AND FROM INFORMATION COMPONENTS WILL BE TRANSPORTED TO THE REFERENCED SITE AND SHALL INCLUDE ALL VI.ENVIRONMENTAL PROTECTION sue.crncnni PROVIDED BY THE CITY OF MIAMI REACH AND/OR UTILITY COMPANIES.AN ATTEMPT HAS BEEN COSTS ASSOCIATED WITH THIS ACTION IN THEIR FINAL BID. MrntES PPC.DED MADE TO SHOW ALL EXISTING STRUCTURES,UTILITIES.DRIVES,WALKS.ETC.IN THEIR 28.GENERAL CONTRACTOR TO PROVIDE A CONSTRUCTION FENCE AROUND LIMIT OF WORK .n APPROXIMATE LOCATION.OTHERS MAY EXIST AND MAY BE FOUND UPON VISITING THE SITE. CONSISTENT WITH CITY REQUIREMENTS. 1 CONT ROL AMOUNT OE DUST RESUL TING FROM CONSTRUCTION OR DEMOLITION TO PREVENT IT WILL BE TYLE RESPONSIBILITY OF THE CONTRACTOR TO ACCURATELY LOCATE ALL SPREAD OF DUST TO OTHER BUILDINGS AND TO AVOID CREATION OFA NUISANCE IN FACILITIES AND TO DETERMINE THEIR EXTENT IT SHALL BE THE CONTRACTOR'S B.PRIOR TO COMMENCING WITH DEMOLITION SURROUNDING AREAS.USE OF WATER TO CONTROL DUST WILL NOT BE PERMITTED WHEN IT "'"T•" RESPONSIBILITY TO LOCATE AND PROTECT ALL EXISTING UTILITIES AND STRUCTURES WILL RESULT IN,OR CREATE.HAZARDOUS OR OBJECTIONABLE CONDITIONS. ENCOUNTERED DURING CONSTRUCTION.THE CONTRACTOR SHALL PHYSICALLY 2. NOISE PRODUCING ACTIVITIES SHALL RE HELD TO A MINIMUM.INTERNAL COMBUSTION WEST 8 FIELPVERIFY BOTH THE HORIZONTAL AND VERTICAL.LOCATIONS OF ALL EXISTING ENGINES AND COMPRESSORS,ETC.SHALL BE EQUIPPED WITH MUFFLERS TO REDUCE NOISE UNDERGROUND AND ABOVE GROUND UTILITIES PRIOR TO THE COMMENCEMENT OF ANY 1. PRIOR TO COMMENCING WITH DEMOLITION ACTIVITIES,IT SHALL BE THE CONTRACTOR'S TO A MINIMUM CONTRACTOR SHALL COMPLY WITH ALL NOISE ABATEMENT ORDINANCESnamUOSON MLT WIT DM CONSTRUCTION ACTIVITIES.IF SUCH FACILITES OBSTRUCT THE PROGRESS OF THE WORK RESPONSIBILITY TO(WHERE APPLICABLE). 3. THE USE OF EXPLOSIVES WILL NOT BE PERMITTED AND ARE NOT INDICATED TO BE REMOVED OR RELOCATED,THEY SHALL BE REMOVED OR e.OBTAIN ALL REOUIRED DEMOLITION PERMITS. 0. DISPOSITION OF DEMOLISHED MATERIALS BY BURNING OR BURYING SHALL NOT BE ,,,,,,,,c)„.„.IST RELOCATED ONLY AS DIRECTED BY THE OWNER,LANDSCAPE ARCHITECT,OR ENGINEER OF PERMITTED RECORD,AT NO ADDITIONAL COST OF THE OWNER. b.OBTAIN APPROVAL FOR MAINTENANCE OF TRAFFIC PLAN FROM ALL AGENCIES HAVING uc A. ORGANIZE AND PERFORM DEMOLITION WORK TO AVOID DAMAGE TO CONSTRUCTION OR JURISDICTION,AND PUT IN PACE ALL TRAFFIC CONTROLS DEPICTED ON TAUT PUN 5 ALL CLEARING SHALL RE PERFORMED INA MANNER SUCH AS TO PREVENT ANY WASH-OFF OF IMPROVEMENTS INTENDED TO REMAIN ANY COMPONENTS INTENDED TO REMAIN BUT SOILS AND DEBRIS FROM THE SITE INTO THE PUBLIC RIGHT-OF-WAY.ADJACENT PROPERTIES DAMAGED DURING WILL BE REPLACED.NEW.BY THE CONTRACTOR AT THE CONTRACTORS c.OBTAIN EROSION AND SEDIMENTATION CONTROL PERMITS FROM ALL AGENCIES HAVING OR DIKES COLI AND/OR STORM DRAINAGE SYSTEMS.APPROPRIATE SEDIMENTATION E%DENSE. JURISDICTION AND ENSURE THAT ALL BRPS AND COMPONENTS OF THAT PLAN HAVE PONDS.DIKES.COLLARS,AND FILTER MEDIA SHALL BE EMPLOYED TO INSURE COMPLIANCE - S. DEMOLITION AND REMOVAL OPERATIONS SHALL BE CONDUCTED IN AN EXPEDIENT MANNER. BEEN PUT IN PLAGE AND ARE MAINTAINED REGULARLY. WITH THESE REQUIREMENTS.WHERE A SPECIFIC STATUTE GOVERNS THESE PROCEDURES. cc. w.i WITH PRECAUTIONS TAKEN TO PREVENT THE DEMOLITION SITE FROM BEING A NUISANCE A.COORDINATE WITH ALL AFFECTED UTILITY OWNERS/PROVIDERS AVD ADHERE TO ALL SUCHSTATUTE ENTRE L BUISQOOPERATIONS,RAT INSENTIRETY 8. DURING THE ENTIRE COURSE OF ALL EXISTING DRAINAGE WAYS BOON INTO 8. PERFORM REMOVAL AND DEMOLITION IN ACCORDANCE WITH DEMOLITION PLANS AND TAKE THEIR INSTRUCTIONS AND PROCEDURES WITH RESPECT TO THE CUTTING.CAPPING, AND FROM THE PROJECT AREAS SHALL BE MAINTAINED IN A FUNCTIONAL CONDITION. NECESSARY PRECAUTIONS TO PROTECT EXISTING ADJACENT BUILDINGS.IMPROVEMENTS. RELOCATION, REMOVAL (TEMPORARY OR PERMANENT). DEACTIVATION AND 7. AT ALL TIMES DURING THE CLEARING OPERATION.THE EXPOSED AREAS SUE-GRADE SHALL NORTH r� URNISHINGS,AND EQUIPMENT.NOTIFY THE OWNER OF ANY CONDITIONS THAT MAY AFFECT ABANDONMENT OF ANY EXISTING UTILITIES SPECIFIED FOR REMOVAL BE MAINTAINED IN A CONDITION COMPATIBLE WITH POSITIVE DRAINAGE OF THE WORK AREA. THE SAFETY OF OCCUPANTS OF ADJACENT BUILDINGS.THE NORMAL USE OF THESE NO WATER WILL BE PERMITTED TO STAND IN OPEN EXCAVATIONS ALL STORM WATER FACILITIES.OR THE PHYSICAL CONDITIONS OF THE STRUCTURES. •.ENSURE THAT ALL EXISTING UTILITY SERVICES HAVE BEEN DEACTIVATED PRIOR TO RUNOFF SHALL BE CONTAINED WITHIN THE SITE.FAILURE TO MAINTAIN SUCH DRAINAGE BEACH 7. ALL EXISTING UTILITIES OUTSIDE THE PROPERTY BOUNDARIES ARE TO REMAIN. CUTTING AND/OR REMOVAL. SHALL BE CONSIDERED ADEQUATE CAUSE FOR THE OWNER TO ORDER CONTRACTOR TO B. THE CONTRACTOR SHALL USE EXTREME CAUTION IN REMOVING ANY STRUCTURES AND I COORDBUTE A PRE-CONSTRUCTION MEETING WITH ENGINEER OF RECORD.LEAD TEMPORARILY SUSPEND ALL WORK AT THE COST AND EXPENSE OF THE CONTRACTOR UNTIL OCEANSIDE UTILITIES ABOVE AND BELOW GRADE TO PREVENT DAMAGE TO EXISTING UTILITIES WHICH A CORRECTION ACCEPTABLE TO THE OWNER IS ACHIEVED. ARE TO REMAIN IN SERVICE.ANY DAMAGE TO EXISTING PIPELINES.UTILITIES,ETC.,EVEN IF LANDSCAPE ARCHITECT.AND THE OWNER. NOT DEPICTED.CAUSED BY THE CONTRACTOR SHALL BE REPAIRED.AT THE CONTRACTORS S. IF IT SHOULD BECOME NECESSARY TO STOP WORN FOR NT DAMAGE PERIODS,THE PARK EXPENSE.IN A MANNER ACCEPTABLE TO THE PARTY IN OWNERSHIP OF THE DAMAGED CONTRACTOR SHALL TAKE EVERY PRECAUTION TO PREVENT OR LDRAT DETERIORATION PROPERTY.THE CONTRACTOR SHALL REPORT ANY EXISTING DAMAGE PRIOR TO BEGINNING M. OEMOLRON ACTMTES OF THE WORK ALREADY PERFORMED.PROVIDE SUITABLE ANO FUNCTIONAL DRAINAGE WORK,ITY. EVENT OF ACCIDENTAL DISRUPTION OF UTILITIES OR THE DISCOVERY OF WHERE NECESSARY.ALL EMBANKMENTS SHAH BE BACK.BLADED MID SUITABLY SEALED TO PROJECT PREVIOUSLY UNKNOWN UTILITIES.CONTRACTOR MUST NOTIFY THE AFFECTED UTILITY PROTECT AGAINST ADVERSE WEARER CONDITIONS. p D. THE CONTRACTOR SHALL TAKE ALL NECESSARY PRECAUTIONS WHEN REMOVING COMPANY AND THE ENGINEER.OF RECORD THE UTILITY COMPANY.ENGINEER,AND 1. PROVIDE ALL LABOR.MATERIALS.EQUIPMENT.SERVICES(DIRECT AND INDIRECT).ETC.. ABANDONED AND DE-ENERGIZED MATERIALS.IF ASBESTOS PIPES ARE ENCOUNTERED,THE -,1111.11,1,111 1.11.11N‘,/'). R CONTRACTOR MUST FIRST AGREE ON A SCOV TO CORRECT THE SITUATION OR IDENTIFY THE WORKS AND INCIDENTAL TO THE COMPLETION OF ALL SITE DEMOLITION AND CLEARING CONTRACTOR WILL TAKE ALL NECESSARY ABATEMENT STEPS AS REQUIRED BY GOVERNING UTILITY SERVICE LINE AU.ASSOCIATED COSTS SHALL BE INCURRED AT THE CONTRACTORS AS SHOWN ON THE DRAWING AND SPECIFIED HEREIN,INCLUDING THE LEGAL REGULATIONS TO SAFELY REMOVE AND DISPOSE OF SAID FACILITIES.THE CONTRACTOR SEM. 0. EXPENSE. TRANSPORT AND OFF-SITE DISPOSAL OF DEMOLITION PERRIS. SHALL NOTIFY THE ENGINEER IMMEDIATELY UPON DISCOVERY OF SAID MATERIALS. 9. NO LIGHTING MAY BE REMOVED FROM PUBLIC STREETS.STREETLIGHTS ALONG COLLINS 2. WITHIN THE LIMITS OF WORK SHOWN ON THE PLANS.THE WORK INCLUDES BUT IS NOT AVENUE ME NOT IN THE SCOPE OF WORK OF THIS PROJECT. LIMITED TO,THE FOLLOWING'. i 10 EXISTING WORK NOT SPECIFIED FOR REMOVAL.WHICH IS TEMPORARILY REMOVED. e.REMOVE ALL EXISTING PAVEMENT SUCH AS ASPHALT,CONCRETE,PAVERS.AND ALL VB.TRAFFIC MAINTENANCE RVMEREOPPLICABLE) DAMAGED.EXPOSED.OR IN ANY WAY DISTURBED OR ALTERED BY REMOVAL WORK SHALL BE OTHER PAVED SURFACES,UNLESS OTHERWISE SPECIFIED,ON THE SITE CLEARING AND $ REPAIRED.PATCIED,AT THE CONTRACTOR'S EXPENSE,TO THE OWNERS SATISFACTION. #LI 11.TITLE AND RESPONSIBILITY TO MATERIALS AND EQUIPMENT TO BE REMOVED.EXCEPT DEMOLITION PAN.REMOVAL OF PAVEMENT SHALL INCLUDE.BUT NOT BE LIMITED TO I PRIOR TO CONSTRUCTION.THE CONTRACTOR SHALL SUBMIT AND OBTAIN APPROVAL OF SALVAGEABLE EQUIPMENT TO BE RETAINED BY THE OWNER IS VESTED TO THE CONTRACTOR DRIVEWAYS,WALKWAYS AND SIDEWALKS,CURBS,RAMPS.ETC.UNLESS OTHERWISE SPECIFIC MAINTENANCE OF TRAFFIC(MOT)PLANS FROM THE FOLLOWING AGENCIES FOR SHMN 6 UPON RECEIPT OF NOTICE TO PROCEED THE OWNER WILL NOT BE RESPONSIBLE FOR THE SPECIFIED.PAVEMENT REMOVAL SHALL INCLUDE FULL DEPTH OF PAVEMENT AND WORK AFFECTING THEIR RESPECTIVE ROADWAYS'. 1 CONDITION.LOSS OR DAMAGE TO SUCH MATERIALS AND EQUIPMENT AFTER NOTICE TO UNDERLYING BASE MATERIAL. ANY MATERIAL REMOVED SHALL BE HAULED OFF-BRE IIFLORIDA DEPARTMENT OF TRANSPORTATION•WORK AFFECTING THE INTERSECTION, AO.;:iw F'°"' 2 PROCEED. AND DELIVERED TO A LEGAL DISPOSAL FACILITY AT NO ADDITIONAL COST. MAST ARMS.ADA AND CROSSWALK IMPROVEMENTS AT THE INTERSECTION OF 78THA/IT A 13 ALL EXISTING TREES ARE TO REMAIN IN PLACE AND BE PROTECTED AT ALL TIMES.UNLESS Rcielo+A S SPECIFIED OTHERWISE IN THE LANDSCAPE PLANS.TREE DISPOSITION PLANS AND/OR TREE b,WHEN NEW PAVEMENT IS PLACED AGAINST EXISTING PAVEMENT,CONTRACTOR SHALL STREET AND COLLINS AVENUE. REMOVAL/RELOCATION PERMIT. SAW-CUUT WITH A METAL EDGE AT NEAREST EXISTING JOINT AT CONCRETE PAVING AND p)MIMII-GOOF COUNTRY DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS-WORK # 1A. ALL EXISTING ABOVE GROUND ANDUNDERGROUND UTILITIES,DRAINAGE AND LIGHTING ARE INSTALL NEW SURFACE AT GRADE TO BE SMOOTH AND FLUSH. AFFECTING ANY GENERAL PUBLIC RIGHT-OF.WAY TO REMAIN IN RACE AND BE PROTECTED AT ALL TIMES.UNLESS SPECIFICALLY CALLED OUT c.REMOVE ALL INVASIVE EXOTIC VEGETATION ANYWHERE WHERE IT OCCURS WITHIN THE FOR REMOVAL OR RELOCATION ON THE SITE CLEARING AND DEMOLITION PLAN. c)CITY OF MIAMI BEACH DEPARTMENT OF PUBLIC WORKS B IS. ALL EXISTING TRAFFIC SIGNS AND SIGNALS ARE 70 REMAIN IN PLACE AND BE PROTECTED AT AN PROJECT AREA,INCLUDING CASSUARINA SSP.,BRAZILIAN PEPPER,SSEVERIA AND 2. WHERE JURISDICTIONS OVERLAP.THE MOST STRINGENT SHALL GOVERN CAL• LED TIMES,UNLESS SPECIFICALLY OUT FOR REMOVAL OR RELOCATION ON THE SITE TROPICAL.ALMONDS. 3. IN ADDITION TO VEHICULAR TRAFFIC MAINTENANCE OF TRAFFIC PLANS SHALL ADDRESS 9 CLEARING AND DEMOLITION PLAN. U.CLEARING SITE OF DEMOLITION DEBRIS. S PROTECTION AND MAINTENANCE OF PEDESTRIAN TRAFFIC.ACCESS TO ADJACENT 16 PLL PROTECTED DG PERIMETER FENCES ANDDR WALLS ARF.TO REMAIN PLACE AND BE DRIVEWAYS AND PROPERTIES PROTECTED FROM DAMAGE AT ALL TIMES.UNLESS SPECIFICALLY CALLED OUT FOR e.REMOVAL FROM SITE AND DISPOSAL OF ALL EXCESS AND UNUSABLE MATERIAL. A, THE CONTRACTOR SHALL PROVIDE ADEQUATE BRACING.SHORING,TEMPORARY 0 REMOVAL OR RELOCATION ON THE SITE CLEARING AND DEMOLITION PUN. I COORDINATION WITH ALL UTILITY COMPANIES/OWNERS PRIOR TO DEACTIVATION. CROSSOVER FOR PEDESTRIAN AND VEHICULAR TRAFFIC INCLUDING RATING,GLARDRNLS. FOR BIDDING ONLY B 17.REMOVE ALL CLEARING AND DEMOLITION DEBRIS AND ALL UNSUITABLE'UNUSABLE MATERIAL LAMPS,WARNING SIGNS FLAGS,ETC AS REWIRED BY AGENCIES HAVING JURISDICTION. FROM THE SITE ON A'WEEKLY BASIS(UNLESS A DIFFERENT FREQUENCY IS REQUIRED RV 5.REMOVAL OF ALL TRASH RECEPTACLES, BENCHES. SHOWERS. PLAYGROUNDANDSHALLNOT REMOVE THESE UNTIL THE NEED FOR PROTECTION CEASES. NOT FOR CONSTRUCTION OWNER).INCLUDING ITS LEGAL TRANSPORT AND OFF-SITE DISPOSAL AT A FACILITY EQUIPMENT AND EXERCISE EQUIPMENT WITHOUT DAMAGE TO THESE AND DELIVERED TO 5. THE CONTRACTOR MAY NOT CLOSE ANY SIDEWALKS WITHOUT PROVIDING ALTERNATE L PERMITTED AND LICENSED TO ACCEPT SUCH MATERIALS THE CITY FOR REUSE AND/OR STORAGE.COST OF TRANSPORT TO RECEPTOR LOCATION . ROUTES IN ACCORDANCE WITH FOOT INDEX SBO. 1B CONTRACTOR IS RESPONSIBLE FOR CONTROLLING AIR-BORN DUST AND POLLUTANTS BY WITHIN THE CITY SHALL BE INCLUDED AT TIME OF BIDDING. 6CONDUCT REMOVAL OPERATIONS 90 THAT TIRAFGIC S MAINTAINED ALONG EXISTING AS SHOWN R USING WATER SPRINKLING OR OTHER SUITABLE MEANS OF CONTROL. STREETS AND WALKS.KEEP PAVED STREETS AND WALKWAYS FREE OF DEBRIS.REMOVE ID CONTRACTOR TO USE CARE IN HANDLING DEBRIS FRQA SITE TO ENSURE THE SAFETY OF MATERIAL AND OTHER MATTER TRACKED OR FALLEN ONTO TRAFFIC SURFACES. Asaw R F THE PUBLIC IS PROTECTED HAUL ROUTE TO RE CLOSELY MONITORED FOR DEBRIS OR IR,APPLICABLE CODES 9/11r1020 I MATERIALS TRACKED ONTO ADJOINING ROADWAYS.SIDEWALKS,ETC ROADWAYS AND C WALKWAYS TO BE CLEARED DAILY OR AS NECESSARY TO MAINTAIN PUBLIC SAFETY. secA m 20.ANY EXISTING SIGNS.UTILITY POLES.TREES.BENCHES.STRUCTURES.LANDSCAPING. 167936 i AND/OR ANY OTHER EXISTING SITE FEATURES THAT SHAT ARE SPECIFIED FOR TEMPORARYED AND I DEMOLITION AND TRANSPORTATION CODESIN OF DEBRIS SHALL COMPLY WITH ANY APPLICABLE REMOVAL SHALL BE CAREFULLY TRANSPORTED. TORPROTECTED BY THE STATE.LOCAL AND FEDERAL AND REGULATIONS GOVERNING THESE OPERATIONS. CONTRACTOR AT ALL TIMES DURING THE DURATION OF CONSTRUCTION AT NO ADDITIONAL THE CONTRACTOR SHALL OBTAIN AND PAY FOR ANY PERMITS,BONDS,LICENSES,ETC.. SITE CLEARING COST TO THE CONTRACT. REQUIRED FOR DEMOLITION AND CLEARING WORK. _ 21.ALL FEATURES IDENTIFIED ON THIS RAN WHICH ARE LISTED TO BE DEMOLISHED ARE TO BE 2. ANY WORK WITHIN PUBLIC RIGHT.DF-`WAV SHALL BE DONE IN ACCORDANCE WITH THE AND DEMOLITION REMOVED FROM THE SE AFTER DEMOLITION IS COMPLETE THE SITE SHALL BE DELIVERED REQUIREMENTS OF THE FLORIDA DEPARTMENT OF TRANSPORTATION,MIAMI�DADE COUNTY N ITIOPLANS 1 811 . V. D-B001 A I3 2 I N M.^-,,'iiNE=EE&IEE'6010^e FCR CONTINUATION MIAMIBEACH UYAY Y AAW j / '.� ` 8181el,49 MONA. SOTS ST - 110)(4009004(9400190411 �i P'J3,[fN£'C CU'.AC...sso '-:` I JVISSIST, i ♦♦ ♦. I 1 �' 1.0119.11,it aal y ;.SA o ta.1.A.9xam R• CTON i S ♦ 11111. mm� n¢ne.�u+nefxHs. 1 7 f "° •.i � ♦ �1t .90!81 ctratin-r17-a u.. 8181 1 ,91,Ew: y ♦♦♦ •♦ i I Ell C 1,917C0=6 Or A1111•001101,9 n �A. 8181 _ .„n,.,.. 0.d.wD^l^.1!N:. YF YJ .; Ti _ EUE cHfi.: 8181 1 u a 8181.. JtA't«SF J/It 4 p. ♦♦ ♦♦/ ' •Cs�iW2.n; I ' EE�f.M>Jf KEY MAr'. 7 'a.r rn •" lilt*iler♦ I UAYi A._Aa. W .CGt,,,,1 '.. 4V x It* I -* c.X,- , , . l -------'-�'.— WESTE8 4. t .r a u a IS. 7 M , I Air 81.81 � ' M 81„81 FR kTFR'f AMOC a.0 ♦♦�� LLIA Al41.190.410•144.1.7 FLMOA 01(YARD ♦ / ,.SS / / TM'M ' ♦ ' • NORTH ��D BEACH u ,n- a M1m ♦ ®% 4)A♦♦ I OCEANSIDE �� K -ate7 I' PARK mf \ �,},� / i♦♦ Ai'♦♦ ♦' N PROJECT ROJ LOOSE 8181 .e 4P , ir.Y,+1R. .AMID ARE,,, !' MA / • n:earn .P SX • -T % 4. 4.4 .-''''.-...'4.‘r t 2• Tft !. 8181 8181 '.euswrawsnnxr N ',"•q ::.6Y atStS111 MNYna • 8181 S.A. EME.:II 0- '...,,,,,:, tis w'+' I11 SV MEA 1#kAi VOAJE 4*44.4r. sow R1.Oh'SO SOP t �` - Wl i F.aEn. D 9�5� • E15'A41CAt 8181 8181 .rt VI,AI4M,':;7 f'.s• ..,F,KPL''' 71L1Et'A,_J IL * T...WSW(. ♦♦ ♦♦ ♦♦� ♦♦ , KE,,." 4 RtiybrtlR I F4L EE9SR Nf2'/£.[t C.l �\` • -- J DIIn;AW+]l A.1 .,.....� .4s:r .as.Rllv fEOP . i ♦ _ ♦�. '. 8181 8181 8181. 8181 8181 14� I_., PAVER TAREA I •vw v E4St. "'^{1 \ t,a.a[.,4 y.. 81 81 VSNA ID, EYJSTINO PAVER AREA 8181. . ter_ ^. SAKS'sc FOR mnO NO ONLY AREA " ' rEA7IEr°,�N NNW `"I I- NOT FORCONSTRUCTIONMM..^Y. � 8181 8181. � .I aR :---,: /-'7.� re0VED,10 ( -'.UIM` p r � .—/ !rs n vArw _.IEwlII.G G 8181. ._,81 81 81 81. `_ IIi N AS SHOWN D�IPGfC Mll Efx3'1..; , vP.eTEf NNKWxIEYE JC G+N.fIM,4 8181 .____�-•- ' TOTS ST SSPARI. -' MOM i .81.90! %,,ETHEXER Ec15EM>) A maraca WS mla- le 0..0, Su'. 8181 I.NEaiStSSIN '^ G IpYCSAE I K.,W WRR t S 15-7934 SITE DEMOLITION PLAN BEACHWALK ` 811 INDICATES IMPROVEMENTS TO OE REMOVED �~ _ 8181. rt�,.•+ 1 01 SITE DEMOLITION PLAN-BEACHWALK F I A Da B 101 wuE m i 7 I 2 I E ! A JY C 0.0-10,FR D.V-IA.JAT.CV tln ..1.1' — — — —++, a. tea €.. — 7— -7— f • — MIAMI BEACH ARIANCOMMtAt WSW.t Vf %AO DT Vim, EG1NCPs`iCf•DADIAGGIu II j 8 1 1$ �-} ' DuiW Y..BN IEWA, ` NM`•T DADA lC ST RS I ww vis M. I. 'C /1.t41..",3-ma'641 H , f>^i# 1 i �� WYE . .. Ilt MORA/41.444,. rvJ TM iii 10 > E RYNf'ASRK. 11 '34+Y5tLV'tC � ECMS Ifiryi • �, rel RE tMr ACI uwrlwAwlum� 1 ,rF 117:111 11 1 I- ' l _rc nP, sEraaELsm.. i 1 r ` ,./•r' j I / ' EY ELV SILLY,P1 4 4b YlfN.S "�" I.1 RAM DAING NNFG �� � l — it ,444AE - ( ` IF`r • CANAL GwrLr.R ANaMI VA. tiff EN£4UI.I:NC 1 , -RMk :fG•JRCAEf _ �` T, .KMT' \ I uv IAiJF:N •• ERTISG.INC,C4YR 3 = I NGSI .i�aa C o 042.rn. utl4.X+nR i N.I.C. \ I VEGETATED air" i DUNE AREA DFIY A•ACCE , K w \ 1 EY MAP a aarEE 4 *�Ed.F+s w cv.ma,rs � '"•,, �rwr I t.Fx/014th .T. ° •i 1 • 4 1 IX M NL M iPov'.;'.3 I , .EIM i DEx,,�,•, 1 1 WEST 8 .Ivy „,,,...n=,.:,,,,,, ” \ \ •F/A... NI 41.. V"' I urn ,vvc • N.I.C. rrLE,rv; 1 .EE EN Ji tEC,N,CRAEAJ u[ .ICE'CtNJi . IW'cA- i 1 4. f ii , DYJM"....E c. ` EMERNC:A v Nm C ml 7.nrtmu EA,11;1Pro;—J KI`MOT; \ 6\ r s / r..vaw�r.. CIKNEEm,ro'mu,A,n. NORTH P rv, , A. BEACH \ OCEANSIDE [STIC.:µTR. 4,0',ARCA .. 1 \V ' PARK 'r v �. YswAEnyr �, LOOSE A SAND ARCA j PROJECT \ }�\ I 0 • • r.xtcuuxrtvl aniu DOG PARKn r N \ tnVE EUEk.TGI FOC' -"iJ4AW4 \ I VEGETATED tEkN.I.Y. tE Jt � K . • I FLL:A DUNE AREA a mei • v MIANEEB.G ALEA41 laF?M1E iAE C ATE 11a0. > V , 'JCWTREAO • Miwta V A•IMI,fNLR1A a CM, D TIM • \ x401 l L.C6 \ fNl .+iINVOkJE S % WE YNIN4. N `? ` r.4 F lE., ... `I : RXEIlAEN4 . ..:m av-n«w.a.•.a. / r :',V1/19A,.......4.114, ll/ �]TM.SNu EE ... rrFwoa- 'MIMA.gILIVREE.,.• )vhf p R F FR . E ro, / EK EEYAtH 1H !F NMI'., r Rtt'flPIA� g=IT 3IIIFISFItl . R 'T. Erl",,,,, Ugti.K•]R tw14.•I'trt-A I( *n. «E*resra'wxc -rem N.I.C. ; 0.,...Aw r e1_-F vx t . nz n Ic '''''''33'' kert5W • 1 Em F4 + » E FOR BODING OM.Y ]U:1 VEGETATED • tro-m. ,Rc >n.,.arc;_fWARS..:�m DUNE AREA NOT FOR CONSTRUCTION I E me elv..I r ' • • 4404. 7 rf� •�-�.� �"-�_ i a AS SHOWN gr JOIN uT ' r. oga,F. f I MAINTENANCE NA ccE YARD /\ ' ' Fa- '� A W7R010 .:a-.4 6EN,RE 4,4071, Eow�;. 54936 m.N MO 006 PARK A I G k . . 'I F SITE DEMOLITION ....M I ` .'♦„ . A ` G PLAN- ' 1�.►r .Er. .r. BEACHWALK R M LIE SEE SHEET D-BEDO FORCONT.AJATION N 811 1 R I ! INDICATES MIPROVEMENTS TO BE REMOVED _ – wterx-.aex i 02 SITE DEMOLITION PLAN-BEACHWALK _ D-B 1 02 A 3 2 I , Jr Wiz_ C Cf Ii V IN Lz{'.(`� 1, T S MIAMIBEACH MM ° z i \ 0407'KISS VEGETATED \\ ,S .. q.NE DUNE AREA jwuc-o. t I sa.wr 417.., \ t 11 I.° 1 C -RIOr.W1 r. \ NfE 1rW) .Deiuu aala c nwc m ' r N.I.C. \ rte' •uwuuMc / a�!Vir � te•Inc SAIF1' to • / \\ An 4 A {( •,'0.i/ J \ .. - ixYNlS�u /. iTelItCASK wPnAl Normo 'MIW:'nP t / / \ ��\- a , c.....0.-...,-..,:n....,.OPCIOPITTLAF uDnomA 'M F. I i1 r \ `` VEGETATED 1 I 1 CLIMVOIG UlOOSC�. /% / .\\\ AREA IKEY MAP wniANa+mm . il, LOOSE -... Y. i \ SAND AREA LOxoCaAuoevafrt rt �` I WEST 8 . ...MEWS f I AP froT,1,44C01.1,1.10 E2NDNT 7 [06 10. / I M ` I NORTH .fPCttNM \ E tM' i 0.6664 ` r• """''"'" I j BEACH NEVT r�'"� I Bi`Rs.wx I OCEANSIDE / � N,;,, PROJECT m i, c.., J/J/ B mn.r.Nm.m uW.w,,,A In. corsL11,1 Ry, N, �. N L % ,i I „ALO `IT 3 FLc-,N u I N.I.C. i1 ! a. �n�. / I ,...waw z.....w...�,. ', ( i _l• 1 ,•�,,; u •VEGETATED •S *°?,- y [ I DUNE AREA Ae r WOUND. it n, � to / aENc1 1 l V v hN R w / N I :N„\ •\/ M i A // \ nM I FOT BIDDING ONLYw1,:,1','"' � T a NOT FOR CONSTRUCTION I / KAU \ = - I AS SHOWN , C�h. oat:.c a`,...$r I BOnPAtl1(R Y ,� £SAUT#r,'-1,RYdED:'W RJRR.Di4 A 91112030 \ %w ve NARYRADILALDRMING M.H9i CPAARPALT Mflim • rI -` N.I.C. S SITE DEMOLITION • Nu BEACHWALK Iv INDICATES IMPROVEMENTS TO BE REMOVED 1 g D-8103 03 SITE DEMOLITION PLAN BEACHWALK I �. „, n 3 1 2 ' 1 TOM ; ow BE IMOMACE I 1 4 I MIAMIBEACH }S k.EVR -5 W1 / N EirEISTOTIE ' II ��{ iwc NC N{ N.I.C. 3ea-oc-rrca.E �, i ' Emwirrws fiill N (1 ;' N.I.C. IIIA I 1 4111W o.�.H' .0 OEM j I� B.e qX'P= /j PlbT2FC.-NG I R oj(!�•yy�'(C•• 34 -11 A P IJP wm xtKMt r Y+tELL1(' F1T4--S Irk*. .Yv. ` Gvw.bn l A 1 7 C"'' COMMOcneN I ammo.. EiTICHamro cu<m�ae,,, i ' ; RAM MNYb'TP i �/ F)r Or. . 1.((3Yln t- E4N5 ..?,J / I N'NaB an,N3t�gat _ 'ECPE ba t't .A•3 VEGETATED .nEAMMATE I -11,-'11 .` .���] a N,01,wlE BrAE DPR4 I DUNE AREA KEY MAP u. EM -- i i s iP"Gt W ...PCOI ,.Eu+o • ! , AFlPPTPb N: I ranrc 0.xVC'k ExiFtN4 l DN, 1 - EMMA RbRNk, x I ',,%'",.",:,T,'•°,', Komm K M:� WEST 8 { ITENT "MA5f lY.ih.#, •' . S '� IT- E MEED3 1EW NNEPM1 n'NP) t xmo 36....J.01 E 4 1 Ili 1.7 (-1'1-'11 1....--__T\ -�_ 93e:YNC Tw"+ I muNEIIMMIMEw SW,AE.700,61 I FM/WOW ` _t>5t: {f -\.` WYlfxT#u9•: I e U I ,5 \ }OTA,OME IMAM 1 \ 1 �.� 4wh.f5^ray. I .. P:'f EEYISIMa F.IR,,, " '1 '.'tfk4: EW R3t'10/T" MAK>...rz�..w......n•rv;....x 0.i mid B'v.GfE"m3 0 PEE mr e / µu6:W N.%W al(R'A �T D NORTH D , T PES R �v At ek.�AL3 EA70 _ BEACH „RD,. MFS , N.I.C. I IEMEDSMOMPA OCEANSIDE YES ; , 1' I PARK a ` . Er I I• C •;,', ` ( I PROJECT • \ raiaA'=s \� I VEGETATED '.^r»nP.xrcm-.wuxua,.u, ,,... EW w.. ��ia:, W \ \ ML ia;8 I DUNE 4REA S.µ. SIW.•k uC�A1 -k I rf I• 1 r° i CON TRUCIKA 1 ' 1 LOOSE rrftv• COME N.I.C. 3 �. j. .0 r I+ SAND AREA I ..tea«v +ao..w.n.,....' ETEMEM r DxiAOw 1----E1 axtVK F.3'1IE I SWIM • VEGETATED 111110,41/0.441 1. - 1 P..', I I 111 I I d^ t r p- fN 0.0 x ! NORSE. �' -k'� `• I FOR BIDDING ONtY 11,AC1 A ] r �t r 1 _ _ I NOT FOR CONSTRUCTION M+ It ] )! \ =VEGETATED ,..k .. ✓ '� r/ ` I - OIINF.AREA [rAiE AS SHOWN \ I u c Ew.l I A941•12020 eoxDEM¢W �wg EY'Eta 1 Ac�xwerz IST874 / _ 1 'wIA100 T MAW r MO x LL / - dGEAY MwWI!rt: / , •OSS A, I SITE DEMOLITION 5/ / PLAN- -1 BEACHWALK r. 8+11 INDICATES IMPROVEMENTS TO BE REMOVED D-8104 s SI7E DEMOLITION PLAN BEACHWALK I,, „,P._' nSCALE 1 E AE I A r - - - — - � x ..,:6`t / / 4"`F l.�v. '� t tt e:R MiIAMIBEACH ,t,,,•1•••. • N u .N i eE \A/^\ l/ 0 / h s5 :NNE 54.5.5.5 I 410* ANA ANA ANWAR 1 as<ei=r3'av: T ANAP,„ r 1 1 R o_ _ D AEF .Ytl6s, .i'R. 51 <,. Ef.PU'4FRffiI L5 flea ' ;;‘,'"' \ CJm C v0.. I Yc. 1 MSFD.M: \ N�ifh6.t S^..CIUFi .-. I i ': " yNm , Aid .Y61M 4:t. I 1 w--- R.. . ♦'la1 NA AN. '`-P'° L-- Rw:K[CRtfr. KEY MAP 616 .: . , `� f � A;FNM,3155 1 '1 I 1 Ad.MAI PAPPAIIN M./NONE F.Pn,m7nrTlatcE 1 J(/ NAP.AtEMANNA.. VEGETATED WEST 8 I 1 ( AREA I >u M. smut 1 / �i1 - I sdlt Am N5NwNxVIA NANA., V/_ x "y 5 N.n ! VEGETATED 1 RC,I;f I I DUNE AREA N.I.C. / r N.I.C. teat...amAr•AT �� u 1i I v .1 CAaIh 1 A,1 al E ! < ..n Tuwa.m..au �.",«v ., I yy' \ (.� N., i 1� � NORTH IA. BEACH °M Att5 AC At --5. % OCEANSIDE ti RN.ANSTARINONA r / PARK �.. T._J I 7 I PROJECT I � / IAA. lrm Aw.R.1,A. y / I � . .,. ., , - % 1 —�. .. .'9.5 ..•nW.DH f A- u'-\ J 5 R 1 I 'fs { .111 6T 6t a K.*?hlk M � ^MK 4.5..iw,._ ro. I 5691,,,,,7,4. n, o wa • 70.3 } `. w ma J hx JLU1Pt6 LOOSE 6 x SAN,..INC 1U A P:.:FfWEO*$ NAND AREA .a 1 M 1 8, • R CW^P F.,�..Y. . I arhiifM (-561.0..�r,.X. \ , . t NV IAA I $ ,y,: 1 i _ Maa664wAxlN4 t „.......-^—t I FOZDIOOING ONI.V C ,M TE=S { .c 14 t++.-.= ''"C„""` NOT FOR CONSTRUCTION 1 N.I.C. I w, 1 I ,u-n'.e n,- AzF .cA / I s-uAS SHOWN 1 "AWIXVM..a \. _ NAL5iM INIE q " aiirmzo NR6euon0Ms. •7 � g ) b N.I.C. / ear... ow , ! K / 157974 M,5 AC5 "-J I I VEGETATED / I DUNE AREA SITE DEMOLITION I PLAN- 1 BEACHWALK INDICATES IMPROVEMENTS TO BE REMOVED I \41 - - u.eerw.rnx 3 O5 SITE DEMOLITION PLAN 8EACHWALK D-8105 1 2 +A,'r: 519E>E .CHIC C(1117 OP CIN 1NJAT'.CS I 9 ""'t # ?J4IAMIBEACH WI I Ni, N aa.A "D,IE U`tC,Til - C� :7;- -,,';,,,,-.... Pail S�' -:-;;;--i7,'..:.t• PEVAEFRSIE4 Ti. a.rMG.PIE P'ERkF� PA'A¢RT _ 3m,f1se`P9. F 'PFWJRE9P".9Cahw.fiTAaolA.IxWn.YN lvt.tff4 N:BG '.L.ffiiF1,At o r,,. SRR1':ERE 1 SMJM'N3IAOAH PaV ll,lb1IILLEIR I 1 .. t.,(F PCE hhfFl4 b]It ( Imo. I Rc u V n 05501:•oAN.S»-c are \ J i \ Pca .*.... + KEY MAP , R,P A'1"NMSei 11 . , + 33.DIA5?P06'Y - .o VEGETATED a f ' �I AREA "E , WEST 8 51PITALWIE/59 OP i' W.G AVITJRPgui9(IN ( VEGETATED I1' PYi9RN i N3 NAO.1111E11 (� N1 DUNE AREA I x- ft : -- 3 ' i CMI.. _ - I a. 1, '' -,J RAY,O'IG , ,9 QK5YxM V.rE94 DAP11 lDP .m 1. a ` ''''''';0= 1 1 1 ( fLCr , P n .uv,o,,vn•u. 7 1, 1dflRKEt1f1LRERONGS,V Y,iR:.E• , :, .1 , $ , xh-,ASAcrmzz / < I NORTH i. . 1 i BEACH I ! 3 1 OCEANSIDE W SEPIPSIN5.tt.91 1 IDOSE PARK 1 9AiiPN'Li1TRE1VNADWR}Y RN41GPNnN ' -�•� ': SANDAREA 1 PROJECT E 0 1r; N.1.C. , Rf:REETWWINS - 3X31RNE9D Px1N5I5I1111Tv ` f.KL RN ENDS �,. R*1Affi SiNERREUD NMf h5'XC 1NPA, RER'U _ 1. • R`4RBIP'9 1 .- 1C5ICS 5 A 1EFVSAR - 3YRitMMDr�TA S PENCE lfVVI i. '.5191-WE.PP:Rh TE4MI(w,NwITN PREWARPIN. : RLTPIA[tEl1N Gam,'Ac`i0('�.'S " 4• •5I-CEIC411N l PYh A'IICRPa�1-f� 9LPb G. �: 1 RkE(Q E•,[E.DE3 tm l RRRT£JS-b - - N 1 F osaFrt la ' I91EA51T3/Mfih'I TIN(ANE NU M� ` 1 56TUEMRp.^ - - _.... 1 o-.,/ Z1AYMiNSen'f.A'If fY..Y,E 7"1 A�f —� • rr®ms.. It _ i4KEND4.N'A:)t-, __-------------:--.--------"----- --�" _---^�"'--""` / Y Nve.'.Er� �. RVCiTfYLT91 / u < w..,.,...0• . -`����— 1..15 EX'S..: :k1lMRbT cxxn -cux 1 att^SM ✓•"-' 1 9-PROM,. �� Rkn rt+r_au�, �.. I ' .Y hAEJ6�f Kf AVMEOEIM t ...E.q ''''''AfTQH, ' {r �/��' Y3P'c4O¢, ._ RE'.MKE:MIN+ �.. f-!CiNF.As � , 1 1 ,,„. kWE3.6 1 • k A EASiRGIP!` , N bL R Rf.ROi F 5^N E..515 1 ft! w rtt a m n�,o �� EMurNGIFNT11.1 .aps's,1991f MJIV111151N: 1 D5PM.NEIM11. 4i: . fNE , f' 1 MTM ST P11,4144140 1 WIN'S 113111[..(11UU I — . W1IN 4 NA, �-REPWEERIPPEIS5 t NYNYASIFRKGNAia'nK , nems 'I 9c.rsPN+Runwr 9;uRRE9u \�`.,� DMA wwnSTNxP . .._ 1 EOR OIDDING ONLY ' 1810.91••••.1115.5N,11. '11 ::41 Jt .n .' r ITO aam''',E e-_mP2R43 Y NOT FOR CONSTRUCTION +£ AS attW' M _ �` _. MIILCFATB.AmfEgGy ,'IryYfR<.341rA i 'MiLY1 yp $ ~�\ SIRY.TIAFAOIN'E , 3 "MP 4 _ { t f9arcny.E5+5. 1 AS SHOWN P1JfIR+M .b j Y 1 \/ VEGETATED < • /PAEMI 5*T 1815E "'P , I W : NRC.{E15113EY5- �l 1 DUNE AREA Fane z «b a_ ;nNc,.aAcntl SPS A511112020 I X5UTEILESS 40251116E a IISSEERS1II38G- 1 PP C00.11wont-PE,N5 . `_— - 1 • 1 , REPS}E 4-451,..51 9'E:.CME3LP 11.01 LDEGIN1P+M R.Y%(fdfiK MNI J S 1 n.:ac�...w.a 5 1. 9CPA9$5[tt•P:A>it� ` R:V:(EC 911Ye I EE Il ' POUT. CWEi.1B RIMFVDPD 1 c,:ni*793A TbYF-RP[' 9 PTIT4•11MUla# a auEIFYt / VPS,,R,tf,. —. ,,,, aw.n' — .PE , UU•F RNi gsxtEP .. s,.u,m1 *; - � Pi SITE DEMOLITION II RORW1nNTRwiWfGrtwkul "" ". 6" a a of=.DSN; >..� EI-NRSAxre w0Rni 1 ¢ PLAN- ; Ia^t NT./mmns.m ,c n.�me') unc5rdnDR P xtttt ,:wu51s PpxIPr4T SPI ' �. BEACHWALK $a' INDICATES IMPROVEMENTS TO BE REMOVED (=EJ •- - .-- N«Er.,..Nx . 06 SITE DEMOLITION PLAN-BEACHWALK F D�B 1 O� xnle -v t I 2 d x ,n �JIIAMIBEACH iftii cx:rc Mka v -� •rt N.I.C. �,�, ' ( I NNE AAIDAL • RME+rAtK•mrcAai r: E. .,. '� `� KEY MAP nswm0.� = r <€xaE `S 1 u t r . sem/ } vrv' i` tk:E''t 21 _ = i WEST 8 � •I �.a n.�scws n; mva,EDsim � MYrsrosuwnzF a ustw rxnr,wr. rti AtrP/AMKNCMr t ._-y- (\ .Fb.T E'n' aS➢FC r I x:w+aaar.x�vzL RTpERRfAR-PM t :Yr1Fr;4J3 EMTei:; ` uc \� 3..r,'LY,'.,E VEGETATED I VEGETATED �' AWED ` \ AREA ' DUNE AREA v I VOTTAVATRT I WR NG. .> .t: �,:L -,� / NORTH x..'/''" '",/•'.4,=" ,- AlK �\ i a . BEACH _mix i xc•.w.r o:r .Mxce rExcE rr.r i j A� OCEANSIDE �. T xADA T —_ I RK n_.r \ IPROJECT A'DrDADT Drn I Ta^ : - ‘ _ s.ar r..t.. A.,'Tw.: .c,Tlraro;- ( r= _cT,c\ 1 roaa amE 1 1 1 t rM 1 1 (--- _ N.I.G. , ,_ \ ; r 1 n 1 E}cep VEGETATED ro I CLV1E1£SR^ ' / 1 DONE AREA ,aaaY.asm a se.r ) - Ino aE'filtti 1 k 4 _ n.o x,r VEGETATED nnx.ro. aA.Y \ R3CRX'i AREA 1 .AST M.a r 3 N , 1 `� k u'r, { 1 FOR BOOING ONLY rfu�ur,EMun rrmxr aLu 1 NOT FOR CONSTRUCTION o : l alx,..1, ��� S.. _ 1 AS SHOWN,.‘ tA an ctxc tta' q' _ ' 917712030 � �r Imo,r ND:& / M ',c. Fwr.K+rlEt �, . . / - N.I.C. I t� SrA15 7934 x ..Tx ST f '4"C , DADTD F 1D 1 ,„-v I, rtL ,G„� �. - 1 I; PLAN SITE DEMOLITION s ,/ .m: w,t• \' I ... .. ' k ". .L .r... a.. -- .- 1 BEACHWALK INDICATES IMPROVEMENTS TO BE REMOVED �•� SITE DEMOLITION PLAN BEACHWALK Fyy' D-B 1 O7 x :.,:t .' 5 - ., PRESERVATION Noyes: MIAMI BEAC H 2. CONTRACTOR SHALL INCLUDE IN SCOPE OF WORK AN ASSESSMENT BY AN ISA-CERTIFIED I. THE CONTRACTOR SHALL VERIFY THE CONDITION AND TAG ALL MATERIAL TO BE RELOCATED ARBORIST OF ALL EXISTING SEAGRAPE TREES TO BE PRESERVED THROUGH SELECTIVE NOTES OR REMOVED PRIOR TO ANY CONSTRUCTION ACTIVITY AND SHALL BE VERIFIED BY THE PRUNING. POCCRHINBENCEPPER BAE 1 TREE PROTECTION FENCE ITR)SHALL BE CITY'S URBAN FORESTER. N'wmIal R MR INSTALLED PRIOR TOW,'SITE WORK. • CLEARING OR DEMOLITION. 2. ALL TREES NOTED ON THE PN TO SE RELOCATED SHALL BE ROOT PRUNED AND MOVED 2 MN SHALL BE MrNNEO THROUGHOUT PRIOR TO INITIATING ANY CLEARING OF THE SITE.ALL TREES TO BE RELOCATED SHALL BE TREE RELOCATION NOTES: RYE 0,10.10 LA 411110° CONSTRUCT ON. .. ._ .. 3, REMOVE TPF ONLY WITH WRITTEN ROOT PRUNED A MINIMUM OF 45 DAYS PRIOR TO BEING RELOCATED.ALL ROOT PRUNING APPROVAL FROM CITY URBAN FORESTER SHALL BE PERFORMED BY A CERTIFIED ARSONIST.MINIMAL TREE BRANCH AND CANOPY 1. ALL ROOT-PRUNING.UP-ROOTING AND RESETTING OF ALL TREES TO BE RELOCATED SHALL AFTER ALL SITE WORK HAS BEEN TRIMMING SHALL BE DONE.ALL ROOT PRUNING SHALL BE DONE BY HAND DIGGING.NO BE SUPERVISED AND DIRECTED BY A CERTIFIED ARBORIST AT ALL TIMES.WITHOUT COMPLETED MECHANICAL EQUIPMENT SHALL BE USED WHICH WOULD DAMAGE THE ROOT SYSTEM(SUCH EXCEPTION. A. NO CONSTRICTION ACTMTES AS A BACKHOE).THE LANDSCAPE CONTRACTOR SHALL INCLUDE IN THE BID A WATERING PERMITTEDIN TPF WITHOUT URBAN CONTRACT FOR THE ROOT PRUNED TREES TO INSURE THAT THEY ARE ADEQUATELY Z CONTRACTOR SHALL RESET AND/OR REPLANT ANY TREE IDENTIFIED FOR RELOCATION ON GE vAFORESTERERAPPROVAL WATERED THREE TIMES A WEEK FOR A MINIMUM OFA SIX WEEK PERIOD. THE DAY OF IT BEING UP-ROOTED AND PRIOR TO CLOSING OUT THE SITE TO CONSTRUCTION GME,GmYr IE R/NI l BOF, LNLARCEMCMI ACTIVITIES ON A DAILY BASIS.CONTRACTOR SHALL PROTECT ALL ROOTBALLS FROM DIRECT w. PRE Y O D GALVANIZED 3. THE CONTRACTOR IS RESPONSIBLE FOR PRESERVING AND PROTECTING ALL EXISTING SUN EXPOSURE AND SHAL.KEEP THEM HYDRATED CONSISTENT WITH HORTICULTURAL BEST NO 1'CYAN LINN STEEL TREES NOTED ON THIS PLAN BY USING 4 FOOT HIGH CONTIN CHAINLINK FENCE ASA PRACTICES AND STANDARDS. FABRIC TENSION BAR AT ENDS TEMPORARY BARRIER CONSISTENT WITH THE PROTECTIVE FENCING BARRICADE DETAIL. ENTRY - WHERE PROVIDED. 3. CONTRACTOR SHALL PROVIDE TREE PROTECTION FENCING AND/OR BARRICADES i CONSISTENT WITH THE CORRESPONDING BARRICADE DETAIL FOR ALL TREES TO BE II _ s A. EXACT LOCATIONS FOR FENCING SHALL BE MADE IN THE FIELD BY A CERTIFIED ARBORIST IN RELOCATED DURING ONSITE CONSTRUCTION ACTIVITIES FOR ALL TREES PENDING Na IT ORDER TO DETERMINE THE ACTUAL DRIP LINE LOCATIONS FOR THE EXISTING TREES NOTED RELOCATION AND THOSE THAT HAVE BEEN RELOCATED. ..... 'I N TO REMAIN ALL COCONUT PALMS SHALL BE PLACED TO ENSURE CANOPY AND FRUIT DROPS OCCUR SIGN —'„r w S. CONSULT THE OWNER DESIGNATED REPRESENTATIVE AND REMOVE AGREED- ROOTS AND A WITHIN A SAFE DISTANCE FREE OF WALKWAYS OR PUBLIC USE AREAS. ENLARGEMENT J � o BRANCHES WHICH INTERFERE WITH CONSTRUCTION WORK AREA PRIOR TO INITIATING ANY 10 F'MA- SITE CLEARING. 5. CONTRACTOR SHALL WARRANTEE THE SURVIVAL OF ALL TREES BEING RELOCATED FOR A WEST B PERIOD OF 2 YEARS.CONTRACTOR SHAI.1.PROVIDE AN ALLOWANCE FUND TO MITIGATE ALL // __..,,,_„, S. CONTRACTOR SHALL EMPLOY AN ISACERTIFIED ARBORIST TO REMOVE ANY BRANCHES AND TREES THAT DO NOT SURVIVE RELOCATION CONSISTENT WITH ANY MITIGATION ``1 .. .. .....__................... PROTECTIVE/FENCING BARRICADE DETAIL Nfy TREAT ANY CUTS. REQUIREMENTS ADOPTED BY THE CITY OF MIAMI BEACH.FUND AMOUNT TO BE DETERMINED VMM&MET PyT BY THE CITY. 7, PRESERVED TREES SHALL BE BARRICADED BEFORE AND DURING CONSTRUCTION.IF DURING THE COURSE OF CONSTRUCTION ANY OF THE PROTECTED VEGETATION DIES.IT SHALL BE 8. IRRIGATION MUST BE PRESENT AND APPLIED EFFECTIVELY FOR TWO TO FOUR WEEKS PRIOR lit REPLACED AS REQUIRED BYTHE LOCAL JURISDICTION BY THE CONTRACTOR WITH EQUAL TO ROOT PRUNING,THROUGH THE PERIOD OF ROOT PRUNING AND AFTER ROOT PRUNING SIZE AND CALIPER.THE TREES.SHRUBS(INCLUDING SAW PALMETTOS)AND AND TRANSPLANTATION UNTIL THE TREE HAS BEEN COMPLETELY RE-ESTABLISHED AT THE - GROUND-COVERS SHALL BE INCLUDED WITHIN THE PRESERVATION AREAS AND SHALL BE NEW PLANTING LOCATION.IRRIGATION SHALL BE OPERATED AUTOMATICALLY WITH WATER RETAINED.WHERE SUPPLEMENTAL LANDSCAPING INFRINGES ON THIS AREA,DISTURBANCE BEING APPLIED DIRECTLY TO AND JUST OUTSIDE OF THE REMAINING INTACT ROOT SYSTEM. SHALL BE MINIMIZED. WATERING FREQUENCY SHALL BE SUCH SO AS TO ENSURE THAT FREE WATER IS AVAILABLE v.ro we 11,14 I nw: -. TO THE ROOT SYSTEM AT ALL TIMES ANY TEMPORARY DISRUPTION IN AUTOMATIC 8, CRITICAL ROOT ZONES(CR2)AND TREE PROTECTION ZONES(TIM SHALL BE DEFINED BY A OPERATION SHALL BE SUPPLEMENTED BY HAND WATERING. 7.xrK....En,..Keur..... CERTIFIED ARBORIST AND SHALL BE CONSISTENT WITH ANY LOCAL REGULATIONS THAT MAY DEFINE THEIR EXTENTS. 7. THERE SHOULD BE NO CANOPY PRUNING OR A MINIMUM OF CANOPY PRUNING BEFORE OR NORTH AFTER ROOT PRUNING DEAD,DISEASED OR DAMAGED BRANCHES SHALL BE PRUNED AT THIS 9. PROTECT ROOT ZONES OF TREES AND PLANTS TO REMAIN.DO NOT ALLOW TRAFFIC AND TIME. BEACH PARKING WITHIN ANY PROTECTED AREAS.DO NOT STORE MATERIALS OR PRODUCTS NEAR TREES.PREVENT DUMPING OF REFUSE OR CHEMICALLY INJURIOUS MATERIALS OR LIQUIDS 8. THE ROOT SYSTEM OF A TREE TO RE RELOCATED SHALL BE WELL.WATERED BEFORE THE NEAR PUNTS. TREE IS DUG AND LIFTED TO ENSURE THAT THE TREE IS PROPERLY HYDRATED,AND TO OCEANSIDE CONTRACTOR IMPROVE COHESIVENESS OF THE ROOT BALL. tO ERODE OR IMPACT CONSTRUCTION SITE AND ING OR CPIANT NG AREASONTINUOUS . 9. WATER THAT MAY 9 ALL TRANSPLANTING AND RELOCATING OF TREES OR PALMS SHALL BE DONE IN COMPLIANCE PARK WITH STANDARDS SET FORTH IN THE MOST RECENTLY PUBLISHED EDITION OF THE PROJECT 11.CONTRACTOR SHALL CAREFULLY SUPERVISE ALL WORK TO PREVENT DAMAGE TO EXISTING AMERICAN NATIONAL STANDARDS INSTITUTE ANSI M300 STANDARDS.THIS REQUIREMENT VEGETATION. INCLUDES ALL PROCEDURES,TECHNIQUES,STANDARDS FOR MNIMUM ROOT BALL SIZE.AND ANY OTHER STANDARDS INCLUDED N ANSI A300 STANDARDS. G .,,nlrrxrcm..wnazv.L lu. 12.COMPLETELY REMOVE BARRICADES WHEN CONSTRUCTION HAS PROGRESSED TO THE POINT II THAT THEY ARE NO LONGER NEEDED AND WHEN APPROVED BY THE CLIENT OR CLIENTS 10,RELOCATED TREES SHALL BE BRACED IN SUCH A FASHION AS TO NOT SCAR PENETRATE q REPRESENTATIVE. PERFORATE OR OTHERWISE INFLICT DAMAGE TO THE TREE. NN. t3.GENERAL CONTRACTOR TO REMOVE ALL EXISTING NON-DUNE NATIVE MATERIAL WHEREVER 11 CONTRACTOR SHALL INCLUDE IRRIGATION OF CANOPIES FOR ALL TRANSPLANTED TREES THEY OCCUR,INCLUDING BUT NOT LIMITED TO NON-NATIVE SPECIES OF SCAEVOLA WATERING SHALL BE CONDUCTED 2 TIMES PER WEEK PER TREE,FOR A PERIOD OFA WEEKS TACCAOA.BRAZIL WIN PEPPER,AUSTRALIAN ALL EXOTIC NUISANCE AND INVASIVE MINIMUM. MATERIAL.AS DEFINED BY THE MIAMI-BADE COUNTY DEPARTMENT OF ENVIRONMENTAL RESOURCES MANAGEMENT.INCLUDING TROPICAL ALMOND.SANSEVERIA.AND OTHERS ELSEWHERE IN THE PROJECT AREA ARE TO BE REMOVED.CONTRACTOR SHALL CONDUCT A 8 PLANS VISIT TO DOCUMENT ART INVASIVE EXOTIC VEGETATION IN NEED OF REMOVAL NOT SHOWN ON THE PNS PRIOR TO SUBMITTING A BID. �. R • 1N.CONTRACTOR SHALL INCLUDE A FOLLOW-UP MAINTENANCE PLAN FOR A PERIOD OF I YEAR DEMOLITION SYMBOLS KEY •d-�A',77:,==.1-:,.... ........x R TO PREVENT RE-INVASIONR. OF INVASIVE VEGETATION. WARIP I ''/ TO BE REMOVED P I5.CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WITH CITY REPRESENTATIVE TO CONDUCT A WALE-THROUGH TO ASSESS AND DETERMINE SPECIAL PRESERVATION M TO BE RELOCATED P ACTIVITIES FOR SENSITIVE HABITAT PLANTING.OR RELOCATION OF THESE.PRIOR TO 0 COMMENCEMENT OF CONSTRUCTION o 18.CONTRACTOR IS ADVISD CODE THAT REQUIREMENTS IV 2 ARDSTREE PRESERVATION IN THE CITY E MIAMIHALLirsOT ABIDEOFGENERAL EXCEPTION. O 2TREER SHALL ATION AND PROTECTIONSHALLD ABIDED OYWITHOUT ITYSEXCEPTION.00EDURES IN SHALL RE M RELAFORADHERINGTO ALL ANY TR PROCEDURES IN THE REMOVAL, yF RELOCATION AND PRESERVATION OF ANY AND ALL TREES. 3 ,02 TIDY'IF Cm A' NOT FOR CONSTRUCTION TREE PRESERVATION NOTES FOR DUNE VEGETATION AREAS EAST OF THE EROSION CONTROL LINE I. THE CONTRACTOR SHALL MAKE ALL ATTEMPTS TO.WHERE REASONABLE PRUNE AND vrAS SHOWN iREMOVE ONLY THOSE PORTIONS OF EXISTING SEAGRAPES IN CONFLICT WITH PROPOSED USA WE IN A EFFORT TO KEEP AND PROTECT AS MUCH OF THE EXISTING CANOPY AS A 9(11(2020 1f POSSIBLE RAISER - A 15.7934 S __._ i TREE 1 PRESERVATION q NOTES&DETAILS D-6201 4 I 3 R 2 G COM MIAMIBEACH NOTES: I. WHEN NEW PAVEMENT IS PLACED AGAINST EXISTING PAVEMENT,SAW{UT WITH A METAL EDGE AT NEAREST EXISTING PPE' JOINT AT CONCRETE PAVING AND INSTALL NEW SURFACE GRADE SMOOTH AND FLUSH. 2. ALL EXISTING TREES TO BE RETAINED SHALL BE PROTECTED AT THE TREE PROTECTION ZONE ITPZI BYA FENCE AS SPECIFIED.AU EXCAVATION WITHIN THE TP2 SHALL BY DONE BY HAND AND SHALL BE CONTINUOUSLY SUPERVISED BY A CERTIFIED ARBORIST AT ALL TIMES. 3. NATURAL CONCRETE TO BE FIBER MESH REINFORCED. 4. CONTRACTOR TO PROVIDE SURVEYED SITE LAYOUT SERVICES THROUGHOUT CONSTRUCTION PHASES.LANDSCAPE ARCHITECT TO PROVIDE GADO FILES TO BE USED ASA BAGS. C.A.M.Giordano E M.Rtla It. FURNISHINGS SYMBOLS REY BEACHWALR PAVER PATTERNA F C FURNISHING [FLAMINGO] uzoaRme SYMBOL DESCRIPTION OTY I I PAVER PATTERN B LSENTCFEEKI :AAA RL MEI •PAVER PATTERN C IBENTCREEKI ff•IL n.I MAAR TRASH AND RECYCLING 13 EA. 3°.4;Y•PAVER PATTERN IT IPEACHI RECEPTACLE I PAVER PATTERN E [GREY) BEACH SHOWER T I. a PAVER PATTERNF [BENTCREEK] PAVER PATTERN G IBENTCREEKI INEST8 CENTER LINE mEFT e-wrquOW.ar:063 HEADER CURB CENTER LINE PAVER BOUNDARY u< PAVER GEOMETRY CENTER owe LINE VENDOR CONTACT INFORMATION SCHEDULE Mm De.INpLon DTT MHwNCbrer RRPMendor nDct Person Adams .Telephone FM ENAF Receptacle TGLAV0 ....__. 2B RAE, The Pre..Group Inc 'Ten Kra .. .__.. _.. 4505.2 ZN IP.F®P NAQ pHpWm _-- NORTH Soled Boadwa 1 51.1 IRO Forms•Su-Moss Form*.Rohm _..... ..._ ......... ..._.......__F..P. .-.....______..-BDPVRs P BIRspE.. Ess_ 5223 V YO2:B V ...Au.TB1.TM0 R._G_P_Y._S_N.bmw uNms corn m P pTsoB90FiBeswc B .._... BEACHR Shows 1 Most EaPereAWfolntk{MCV...C51GlCamNrtlnOnAIBCRIV]1d12 '901.067.00,19 901-067.4000VAWE Cour _3 S.sport Glow SNA SC.Cir. Oren Rbar 4130 4411144S]♦SINNSIRMIb MARIA 9B9.42T 3141 BALNIEsnasoaN5YcLV cors OCEANSIDE PARK PROJECT I S'IHNI AMMON. gs FC?RIDDING pvly NOT FOR CONSTRUCTION ^ylAS SHOWN j1 A 9111/2020 COMICOM NORM 11T934 SITE LAYOUT NOTES& SCHEDULES SP-B100 4 3 „,7(y1 r,- SF3103 FON CONT*Ana, — ^� — MIAMIBEACH_ ma�:a•cm anYaa X ` o 0 EWA l -Y.-... ar. wrNn } a a ,'' ' a n Jam., FYI ♦• 'C. •�� .t 1 . nuox„,,,54a IS�F:� r '..c I 0 1p•"r i '1''.117'.. I I nwxiR xrcw - ” ♦ ♦ eumw.r n'r.A nexmYacij 116111601.961 1. kill ♦ ♦ .Y1T4GJWfT EERf:E N.I.C. 0646,464 64 ' < 40v♦�� �♦� 34.YE[f'Aif. `1'1 k !- lirt, ♦♦♦ ♦♦♦� \ IE ..z C e ♦I% - ..II T 45tH 1. j+F� ',! ala -.� KEY MAP 1„ ♦ VP 411 Nit , I kMYetLeIMYWN a�rtuo[m�[. 146,01.6414/XV te•63 ..e !... ii ' 4 ' -46'. •-- --1 �� WEST B 6.4466,06.4 uYxaNaatt 'ill.. .1&4tit ''• ' 1.'' _ 40461.4.0'.‘ ','-.: '',,.. ,,,,,,;:s; '''' i l'•",44.15r-it ;,titts;_,#**-***4.,-- A____-_____-', 0„ik,,- Ysa 'N— , (" r�Ru �, , e'� e 1 CON6u Taw ! wmrmYmwa. ". ! ♦♦� NAC tle♦�I ♦� ;l, a~ fl, wrs Qt NORTH *AV ' ' 1\ , ;x, ,; BEACH ��� ♦ ♦ r!,P , /" aft."" .� • OCEANSIDE eF�� �Km �� PARK / � ♦♦ ♦ E= PROJECT Na ' 4 1r+ INWNIUIONR. / .44 4 L4 /f maueRuoR.wmn j,a 1 0).4, • .aYxxNrxtac'.an/E.ecS.N i4 • ti Kx RTI�E�NN.!Y9�•••:** 0 t S. \ \ \ ------1 '7_,.......,„." .. - 44,44,,,,,.#44‘.746klik ,,../ ,, y / ''''AmNRINT lum - — 7.44+ 4‘'4r4941 1AP•V4 P4PV 1A40, 1 1 t*:441.•4 , w 1,1 • N.I.C. ‘_+.4440) .14., ..: ••44 _------/----\ „ a, j�.. /, Fa1a�,�,r1wi. )Ei.-Emv, o _ J-'� NOT FOR CONSTRUCTION • ys p �._.�. 1 AS SHOWN )RN AT )/TH STREET S A 9111rl0]O k - �..AnacIww. S. > 1 157934 1 SITE•LAYOUT PLANS• BEACHWALK A; i{ 7 ..�_ _ ' SP-6101 1 01 SITE LAYOUT PLANS-BEACHWALK ., rte:. 19 _7_7 .r�-..- —, --- — = .,57.,,,,,,,-:„,:,.., C T f- - c C].i J r.-E.J — M IAMIBEAC H , NEW I It1py w•% N +e .I , i^ DUNE POD NEW N.LC, LUNE POO 55 :� +i� .w.c • H • • SAND PATH rail 11I i 1Y .j I , .raj'. Cal.ma.o IIMal..k s> ' R A • .1Nraea.uDNI. i .I o.. " 'nuNEugmcn II \ • SIT D w,� . .,.T ST l iw�+u�� �❑ — _ KEY MAP !I_.} DUNE POD ,. I WEST 8 I �P 4�. 1t N.I.C. .� �1 NDTY ST , 4 AOfR.ERMRi wcIe.rnwa=.W` ROT. ' /its DrRnomcwu i O : ciw',ror.—I yy ---,/e-40/: LOOSE.SAND • iAREA I NORTH !"� � �. POD I EACH . ._....._._..._. ` • OCEANSIDE• F •, �� � ,-Ail ..93 P t �°„„...,,,,,,T5,,,„„,,,,„ = ARK 7;:r9,5 VEX PROJECT { 4 r .r..' �' -\\ 1 4,191( �t ca” "°� `NP a�x7''ixe • B I '1 w4Hra,KENOS DUNS POD , N.I.C. • • I r -I { - ercetrc�i f / \ \.,, `�:. . Ns`umawcmeE, • • t i _ • 1eaEe:m i DUNE NEW I _ Q ZOC OOI mons NLN 5E15 .. DI,' _ 'E li1[NN'u.u' mrtaKZ",',„ F .9.4.10.99-7-, �` 'sANo PATH >sl Z .' ( =:.11.3trr • • V: u,:a� ,/ 7 N.I.C. { z ,re-,...1--.....--,-,0.:"7...0974siy199190aui +aRw - _ x -.�y r i �.uwk8a:lnSREn:. FOR BIDDING ONLY nwn u'a \ , 1 ti .9114111wU. _ NOT FOR CONSTRUCTION S I :Icltt,':£ II. S � r WEE $ . r--....._._ —.....-._E --��{- •ti ADrpvwc "j ez - AS SHOWN �-� : I 1 I JOINT-USE 1 i •� PY)V'NNNNiNE.PANO NEW : 1 i I ,# MNNTENANCE YARD . N,,4 1.1 IPI E If Ires. ce.Owca DUNE POD I A SN10I010 EKY a b In I B l �I �' �le . � �� �. f i ....15.„,u7934 .' r NSNOE9.[- ,.-.c,NDIrrJ.rrrtwx SITE LAYOIR I T i '1 I I I li I 14A#.., +.11 t, Ne--, \ �. wsusr.ve ae i PLANS- ) MATCH:ME SEE OFnET 9P31'.,FOR CONTINUATION N o 311 7f i02 SITE LAYOUT PLANS-BEACHWALK p -'•. SP-B102 el OS t — — MIAMIBEACH 1 NEW 1 DUNE POO ( I t'Ai l �d- ww,wxa EY, { eFi I , 1 LOORESANDPATH f' li h�Jc {{ .° `fi ENCSOW', i eAAI � Y 1t ; v sm-wa�z 4 N E�1O11NG SSW 1 { CM..Caw:fino t Mv1Nw �� y I \N., N .`- �" .. SME lagan 1 \\ .j iyw.EatYas �J'Tyj4 m a-.—° i i "�" a` # .i 'yl eJA�NDT1.Gfi RE SYRAITIO 6,S1 i w,.. ra:e ,z» .yso-+ I KEY RIAP • 1 I I • WEST8 7 I • I , ; .«n • E,Na ST N.I.C. , i. �. ' NORTH \ \ � . ���----_,o,,. t>� I . BEACH TESS(S E0.w1W . OCEANSIDE '' ';''..4-. ,.. PARK x, , tl' 1I PROJECT:. NEW B • V DUNE P00 5,, s`` I . • ttl t - it.1 ' y J', J F � Q iNW A•f aEEms ' i l i• 1 � /^ °/ - ® 6/14/20'6a.Yo wws �„ / • 1 , v l / �.. �, rsJ r IN.I.C. i. /% _ _I I_IN=SCC T.rP�.i GS�G. J T'J{.ST1 kUNNT 1.7 A 7 ,t: = - MIAMIBEACH I, >� + 7uRH)RiEamxmwD �1 I - d 1P tii�. i wo 37SP6-mwneDLCE.r gg opt,. '..1 t '—Nvs ucmrw:Ea�-x 5 IEs%:E nu�ma. { 7 I revaermCsw41171 r A r ,01 �. , ! mil 11110 I- 'C ,, NE,N.:,'.,„.„I N.I.C. r I- + a,.,a ., , . ..*,,,, 0 FEW. YP1 1 l NEW DUNE POD . KEY MAP s.ai i 7rvrv.x. WEST 8 I ogw+umanx.nwr Lrs. Aav Eec.[oan.: wvwcwnaeuC ! rvEw ,m + J DUNE POD -r..rzKH.w..u.::w uu i 1 -YMMII NiMW : : ! ” OOIGbfpG.Ml. • . » -- I NORTH -_.I N.IC ,x; 7 J pP�" BEACH ND„ /r 1'; OCEANSIDE 1 IL ��g l --,.,�y� PARK 11 1 I �� °°`®->E"1N PROJECT ', rv, .o } YEiN1PJM:K Try Ji I N.I.C. ; 11t o�N I _ j/ NEW a.xo.x-ww FV 1- i DUNE POD 1 RM ,/ FOR RIDDING ONLY + \ ,,i 1 �•, NOT FOR CONSTRUCTION Ii t • MAf AS SHOWN J , g � \ AZ TE N.S. D J \\t`L \ �1S79J4eKO TRW F e New �{y 1 1 SITE LAYOUT i DUNE POD : \ 1 • a PLANS, - i' i SEACHWALN V 04 SITE LAYOUT PLANS-BEACHWALK r`N SP-B104 N. er4 I 3 r 2 1 r x MIAMIBEACH !►E�i t ., ,; MOM UPOO 1.* 11,411:11"] - 1 n.[[ nn. PR 1 I 1171: r1 ii ....c.„�oea wt. �a�D.r Ill tea. '�; • .�m=a .. 4.-m.E.AEeuw�wm* I c --eEwmwia-armr., KEY MAP .ice [f.ME1DiEEGrMN}IFN)', E I WEST i, i,' ,Nw SmE„ »^r,nNtln..r.t., \ I s N.I.C. ‘ •, . •, — NORTH 3 \ K, BEACH OCEANSIDE Y ry PPK AR a, r''" j� , -• - , 'x1.x tL ( ' �V {) DUNE POD • �TMn v N.I.C. 1 i �'� ;n `� J ,m I 1 r,,,,,, ,--.7,.„\ KHNin9CNA LOOSE SAND PATH r 5 , \ ` 1 .. b Ne a ro wws , s -.WILE NEPI.NW eo XMId O,ENrA r[eum. \ \ e A FDR BIDDING ONLY I '[Etie4kr R '" NOT FOR CONSTRUCTION Gb'[FS+i6P9 j it L S+:sb Jy �. NEW EONS ! N.I.G. /� '• WNE POO AS SHOWN N.I.C. aM1G9 RD \ 4 ..�r.[ } 1' r9[N a:x�x A 81712010 I 'a r ;WxM \ 'l t a- aeor svwrz .� .re r G N s+», Is'93. 3 I. I " WIN il,lEtt IEF1. 1 NMnm°cs-tmn SITE LAYOUT PLANS• I ...4L BEACHWALK 1 05 SITE LAYOUT PLANS-BEACHWALK SP-B105 uE x J ' ` --* — MIAMIBEACH f I _L 'DCND Nucrc F ,kt FEKE?.P t . SI NEWaMill 111.0 ( i WNE 700 Y s L I `�. 5 ;9 Ir _,w�oI.w.o.N• � � „„ I I ' , � �. F ., .DERR, tA.. Ett4tR1NiNMnD.m$I KEY MAP ,. �,Q SN'1RKMfDAFM 1 w WEST 8 N.I.C. j .N NORTH i ^ BEACH r4 OCEANSIDE r' PARK Nom., PROJECT L r trDNE POO C.A N.I.C. j B ll (`�1 - I / APPOSE Onaul i' r ' (., I NE4 PAWWSRP.P. EPSIA t xINSDaxlulN I l I _ 1 (° 11 1 e F 342 Y'ia;p A 1 � ;� IOO.SF.SANG PATH h a M R0E9 I _ MM.. AMAY. A !ETN iT f A } l: _ / x .,w.os. I. # - FOR BIDDING ONLY NOT FOR CONSTRUCTION \ NEW P a__ N.I.C. at \ -�'�. 1. DUNE POD AS SHOWN �F I. 1✓ I '� \ ,�� yaw L A W11R020 N.I.C. , A y .I - \ \ \ F.1 15-7934 a IL...a a„.0 m; 1 t '. t- i SITE LAYOUT I v \j \� t _ b, l PLANS- - ,`, — — - — i ', \ BEACHWALK ti A —,...'�... SP-B106 D 1 06 SITE LAYOUT PLANS-BEACHWALK F a V■ -B 1 06 xaE r,p 5 3 5 0 V ..,.,, MIAMI BEACH raii 1 . It ,g g1/2 14'41 i ,. ;:.;.,17,,,T. a' c•-•,-;"7.'Al°77.44`,'„ ___.___.--——•--- ' ' 1,lis',._:=7..... 21•1 _ C __ _ _ NLC.. ' He 131. .........,,,,, ' •- 1 - L----1J -4 I 1 ' , . KEYMAP i 4,11. • . coer-,,,,DF Groa WEST 8 . .133.40..&MEET ,TIL'Ziix.,toy 1,0 1 ARCIor,11.1...C....10nrn 4601.51.1.1.91.1ant NUTIK aywiretiallika pe 4 • „„..„,.... ...„, - ..,__— ,• --- \ / / • ,•'.•-,'..t s.,' 4?, , - NORTH '' ' ‘,'----- , , ---- BEACH,. ,i. , ,C01,C3RW/ ,...114 6145,1/..K.51 OCEANSIDE A ,* ,--"--- PARK .E.P.ti SOO.. ' 1 ' ' l tv'F'''''"' PROJECT NJ.C. - I- .'S , , , •.:, - --.1.19,1141,P0..M. A ,45R.12......I.M.M. .l'a........grIZAZ.:.14......-w. { '" ' I , N.1.C. , 701 0100100 ONLY NOT FOR CONSTRUCTION . t AS SHOWN / tL-A PRO-5,700.10.5 15-7934 I , / ' SITE LAYOUT 1 i 1 1 D."" NE PrID 1 PLANS• BEACHWALK 1 ' r . ,,,_ • _.__.___ 1 07 SITE LAYOUT PLANS-BEACHWALK , MIAMIBEACH Non(,C.541.7ate NOTES: 1. WHEN NEW PAVEMENT IS PLACED AGAINST EXISTING PAVEMENT,SAW-CUT WITH A METAL 414W EDGE AT NEAREST EXISTING JOINT AT CONCRETE PAVING AND INSTALL NEW SURFACE GRADE SMOOTH AND FLUSH. 2. ALL EXISTING TREES TO BE RETAINED SHALL BE PROTECTED AT THE TREE PROTECTION ZONE (TPZ(BY A FENCE AS SPECIFIED.ALLEXCAVATION WITHIN THE TPG SHALL BY DONE BY HAND AND CAkr_G.,I.°AmariR.B-A. SHALL BE CONTINUOUSLY SUPERVISED BY A CERTIFIED ARBORIST AT ALL TIMES. 3 NATURAL CONCRETE TO BE FIBER-MESH REINFORCED kW,INEER,614 SWAY.on, FB�-�;E�A�.�C-HWALN Fr�ei C CONC SLAB-.NATURAL COLOR.SMOOTH.BROOM FINISH E-� ["TJ C CONC SUB:NATURAL COLOR.SMOOTH.BROOM FINISH `*yam LONG:NATURAL COLOR SEE DETAILS FOR SPECIFICATIONS WEST 8 t..;. �Cxf PAVER,COLOR.BENTCREER mF[r i CAB PAVER,COLOR.FLAMINGO N:wrgaan.xr vsl P,� CAB PAVER COLOR:PEACH F".� C x C PAVER.COLOR:MALT u< C x C PAVER.REFER TO PLAN ENLARGEMENTS FOR COLOR NORTH BEACH OCEANSIDE PARK PROJECT r,RPN .,..�.,maxw• 01.110.0 HoTaTI F07 BIDDING I),ILY NOT FOR CONSTRUCTION AS SHOWN FA ''''''9';;;12020 KIMSER �p 1S793i MATERIALS PLAN NOTES& SCHEDULES $1! SP-B200 3 I 2 .T' in:-FE SV:EET SP-3202 FOR CONT:YUATION i — ^ — — — MIAMIBEACH ♦♦i 110j# ... ea+�sr Ril 1P I ' •-94,,. Air tts 0 ovum, i ' 114,1P.I4411.**A1411.44-4 133 rC1,104 a FEW ce m° ` N.I.C. �� rt u, .. � I � ,, �' ♦♦• 40 ♦♦♦�� 4 i, KEY u ;,,,,.... ---il- � 41 04*♦•41p.t4 , iWEST 8 r i ♦♦ 44i.43 1, ,5 aEE. IRE UP ER r &'4104.*Wr 111,1r.lir 1 ,,_..../,./...-. -.--- ‘ 1\y' 1 tt:el'Ilr:irlitiit ' .•• ....„.... 410+,411 .. NORTH BEACH ♦ i.4+4 OCEANSIDE I4 ♦ i ,t PARK ♦ ,retor kr err ♦ � ♦4 . ,�a. a PROJECT \44.% . , � /'2fKUMWM �5. 1 f , 1.._,,_ • 9 # ...._ WOE WM.. 11 S*1 L#4**** A.L#44‘. i '' .V *VA` V N.LC. 1 , ....4. S ..4 pollr*4%\ r \ r 1 '1*#41 eAlit..4W1 14k...4161 ' .1 N.Q.C. ♦4� '4'4) SIT+♦ ►♦� t,� pH4�lW i • `( ._ ° Ir°_I , • NOT FOR CONSTRUCTION % TRH R :_ TORt STREEI '�y1 . "�- '— n Rvca,S. 0/17/2020 4 1 I ' �nax,u..aEa a 4 'Y, 107034 �+ MATERIALS PLAN _ •BEACHWALK i 0 c I� A� 01 MATERIALS PLAN-BEACHWALK VSP 1 n µ5,., r , 4 2 , . ..h=.'SEC S:.:_CT$F_'.:.�-1: i, .--- �� s. MIAMIBEACH *, I i m[ � N.I.C. , 1 Y FENCE fYP! pF!� it Add w.dIn..�. CIAn \ E„TST \�` M �wnnN�sa. KEY MAP �1 _ _ 1 00,..11.OFSOFf It ti I WEST 8 N.I.C. .1.41.C/11.41.coguumr Sli11.011.WM..IAI _=�WEN1ElY.Y.SIttEA _• ;IV NORTH BEACH OCEANSIDE PARK PROJECT \i : r , ' '1 • '''')4'18. .„ ' , 4,,, /,4/70 OgrIc1;51,Z RE, E ;ucT1oR— --_'t+g�, r�"� ,i ,; Na! AS SHOWN ^y ,E EMVKAME 1 JOINTUSE _ 7 -'I 1 MANJTRNANCE TARO/ I A 9111!!070 tk\ g i +F .♦♦♦� 1 y / �-�crt�MstMnt. I ys 15 7934 ♦ " nExne § MATERIALS PLAN WE., ux •BEACHWALK 1 I \ elPr 1110. L ,. N1E:5 M �. j.- y ..•TCH.iINE SEE SHEET SPa201 FOR COW NUST10N T• I 6i N `��jlJj / \ Ecru, ' ' 02 MATERIALS PLAN-BEACHWALK iii Z wE� m , ' 1 ...T —awn MIAMIBEACH -• c,o,momnex., $ \ ''''''1‘.4 :1 i I•.'V''''' l'l' 0., --- al I '' . , , ‘ •.te: Ai– .• ' RAPAVERC(. ir-TP 114W • , INGINEER.4 Id. 3'X'.' SRAM.PSI I • \ ' KEY MAP –''-l'–• •.."4*SC'''' IMPACESPACNCIO % t 1 f.'S'F•'''tX.!,-;;N-. ..f.;7:-...r.- COWS,.OFSON<I, i • •, WEST 8 M STAFF! SV,E905 ..,..., NV IOW) ARRNTECTIAHLCOMILTAPrt {, r 1.4.0,44100.1ivI tit 1 • , • ' $ 4f0•1.1•11.1.<11...C. , l / N.I.C. 1 0.21.19 ST 1: —— -:' •/ < •\ ; /;:• 24f 1100..114 , 1 I NORTH , 3,....,,,,, 1 BEACH • I t OCEANSIDE I PARK , e • t PROJECT i , i ; i , 1 8 ,,,,,,„,c,,,....„,,,,,Ly•, / ..... / ' 1 „,. • • • <.r .--a:rovernetracue ......... a ,.- , , I / ' PupPn•F 1"0"t BIDDING ONt t t 1 , NOT FOR CONSTRUCTION , C(501 MAR 1 : ,/ •,,.. ! 5•4C,CCOMS,,T• N.L C. • / / , AS SHOWN i 1 •,''••''''.''''',4:',2?"',‘ ''''',4':'.."_, ,.'4 1•.. '' 15-7934 i H,,r•t MATERIALS PLAN / , , § -BEACHINALK . N.I.C. 1 , ' , , ,., 7,--_.....,..,_, si__,:•__1_32__9,,) i 03 MATERIALS PLAN BEACHVVALK 3 FS 3 — MIAMIBEACH - . 111.0.5.11.TAKT dr.1 / 'It''t• 4'••'Z'''''''''' • ' ;Ve&il / #1 ,i .01.1(1106rMI 40' •P 11.* . S'4.P.... N.1.C. il,.., ,...... , ...,....,...........- .. .... . ....... .' Or " ,'. N.Q.C. , .. , no KEY MAP ........„...,;,.,....,„0,„ ,, ,, ., • : ,, , ' e 4 M'74144.:7toc att,.ro C0102,M14 Df S.M.R WEST 8 • I f-, 4(0,00IICAL,4641.1.44/ ."-... AEM11103FAL,“E' 41/144 niforttla-Ilan Ne ._, NORTH . , • BEACH a f-, NIC. • • OCEANSIDE - - ' PARK • 11,31e.ST PROJECT _ - e ..:'::, ;'. _ ' ''',4;g. . • II '''„.4.4 Mit2.10 r:s.ari,,Fr..:"....rx rag•.,....,. V ..A, •• k4.1N I C co,r41 ; , ; - / 1 A .,./,0 , 1 1-14i C,, / , 'l'N"-1,..''', , ,',-' 3. 4 gr4:5_,C,',,,-,' t...;'''-'1'','= - , ' -°I ,fa''' 4; ;,' ...40.11;,,,0,141,5,44' , ,cr ,,,,,, '' , ,,,,7,"4 ,'‘ , , , —• ` ' ' ”‘ , , ,.,,.. 0,' `..1<1"''',7 OP'- '5"'" , ' '" FOR MOOING ONLY .', ....,..-,c+, tee*t,t,lt": ',''-' '• ' ' ,,,, , ' , %N. AS SHOWN A-ii°,7,2020 1 OCA MUER MAWR. 1S-79a4 a ,.<,,,,,•,:,:<-,-, AVIi4:1-:.a..-z k' :x3.,-; i-,.`-'::'-'9'''',''''.?''-`'I'f-,,,-A:?'''i,.,:ki---,:. ' ''''' ., ,1:' ;/:7,:' , ''''', ' , ''''f,"Y'''''' , ' , `I ' '', "''''''" .44111,1E MATERIALS PUN i ,-,.. ,,,,/,,... , ,,,,4.'-'"" '' , I-, , - "‘‘'',' r " 71 .1",,','-• 171gi 7 ', e ''/,- f4' , ..- /, . ' ",/,°%, ' .., ' , -BEACMVALK 1 W'44.44'., ''''',41,, ',.x.,'' ',. ,,,A.,' '', ,."4';;V ° ,.'.'W„',,P4t;i. . ,•1,j'/k,•,,,'" •' :',,- ,4.. .„,-„.,z.,-,,U4'.,<,:hi., i;.ii.,,,''',,''It.,.''/,..., , '- -. 4 —.........- /SP-B204, .,:. , , 04 MATERIALS PLAN BEACHWALK , 3 , 2 4 GCMG MIAMI BEACH } ',, ,,, -,it fORAMINGE GA t pp BR E1CI,iYYA1M: .I Ie.' I �, �� Calm.fnMNu1,,0d....low .tl AFINACESPROG DAC q,'..,:;:`1:4,':;:"?,.!-' xEEM cy,, nEx n WEST 8 4 NEL?YORNOTY NY 10A43 I A vont arecnc s, N.I.C. COCOA NC 4M NORTH , ) , BEACH r OCEANSIDE PARK PROJECT,, J 4TN6T 1 N.I.C. / 7 ®� soleor . ... x urnxrooErussMEe, - i. ' ' p FOR RIDDING 041.1,t '� ( z' E; �s' /z. mxvnvfns NOT FOR CONSTRUCTION mea,. ((''''�� jy .CYV AS ! t N.I.C. „/.., • '9 $ <rn,AS SHOWN FF��� EfF++ 1 13 '911:P2020 j N.I.C. t (' { A 911112020 1 4 .. T M 8 �' i' i! x.w sauw i sY ,, _ /F'`ss �. 7 I. � � t I 7 MATERIALS PLAN -BEACHr WALK N I11I / I11 .Y.., 'Q�D -- 1 05 MATERS PLAN-BEACHWALK ^1I `l v■ -9+205 V — — — MIAMIBEACH It u 22 i -'YfXP� uCeL.An G4Nn 1 Nutt Y. �i � t xte`L S C nM[4...Dom 1 ' t ` KEY MAP SRV: YWO Onot ‘,...'v, 3 ' WEST 8 ��i , N.I.C. A 1"., .. I SOUP t��, " NORTH BEACH OCEANSIDE , PARK N.I.C. PROJECT , � E. v t 1 / f „s2,1'..4:".:44.,::=411.1.4........,. / ® si,.im fix.A”"«� \ I j / R. tot' I. ' £m.mv; • WTI INTi *- _ ` 'I FOR OIOO J `i \ NOT1 F011 CONSTRUCTION fI`—- N.I.C. = ° AS SHOWN ..tea,. 1 i �,, _ i N.I.C. a ti t �; 1 ' 1S797C i. _tru • ����" MATERIALS PLAN ° �,/� ,, •SEACWALK �f — — — — .d..,;. L . ioutil 06 MATERIALS PLAN-BEACHWAU( F'4f'��J aae m a '_ 1 8 6 .:1 ireit...tT Is i§ t5. t\tAt,/:.1,..:!E...,A:.,,H,,,... „ , , ., ,, ., ,-. &.,;;,tv:,,',,,....,4, •,11., ,,,, :4., +. ,.,,,,..,'" :'..".-:::-."—_1_. :,..,,,--,...0 87TH ST II_ ,. ._... ,. _— _“ -- ,,1„c.r..r.,,',,X....,;4,',,A'''°,'.'',,'.,'-.'.'',4*.„.,k.,,,,'#-,-,.-N,.,,,,,,,.1'.i‘,.„r,',-i',,,-'')..f.;.,..AC`l-,,'/,','ie-,'`,-'-''.”4‘,,,',,,',I'\,,:',.'.,',i,t„..../l\t•l,':4.,4'(_',.'_,,'I'"*.'"„',•'As*.`,.',',.",,',,.*-,,.,„,,,./.'1kr,..,$,.s.:•.,4,.,,°O1',4,'.,<',.',7:,,••*:",\.,-."-,:':','',>,*:—i,,/'*,,:"—,'7,17,'',,°,'.'77'_;gt,".''„1,-'-‘x<,%,_,.,'_t,';.._, 1 / •.,..:.;,.,”.'. ',. ••\p ,•A‘ ,••, %.0.. NORTH , ,...,, , BEACH OCEANSIDE PARK PROJECT , --=•'* .— 1, , ,A :'147 N.I.C., , n .. . g , , n \ ,,, ' N.I.C. ) ' n 0 n. ngs,, 1,1 1 , ,n, ...... , ' — — 811 ,..s.P NOT::OjeL,91'..1 MATERIALS Eps,9i 2 ocrt:R3 4,to w Ni ki iCNI 20AGwo NL°1 I 4.,.AN isT1 LAY KU C T I 0 R .. --,,-----v---,--'"N 03 --- SP-B207 , , rl-r,, r . , , BSI H SI , 1...1. 2 , $07 MATERIALS PLAN BEACHWAL:( MEN MIAMIBEACH C000.1.0.1.040110111041 1.11110.1rt rt. 10....000. STORM WATER POLLUTION PREVENTION PLAN SPL 4.0 R.L.LOCA . a-..r r,1 .,w..�,,...,a,a ROI C.MPS IP IPA 1.MI OVER MOM..CR NAPE ONDEROONE INC ., .. MIL m Km*.714,90.SS .=.M T:,.....T'.T r .K.®...�,.m. T. T. Crtrt. w,.powport.mn MESS MCP..m, • C a.w=i Moody., Os.N.w.m.,ss. moEv.v. .0404.mo - "L'"L""�' Iona„M,s nCCK.os i c,rrie., - .,, 0 0 ACM,. mi EC=«.wow,.w ry o a"in•TINAL SO..,`LL PS ,..v�e,.wss,.e. 0.1..........°`' "� C irtI1 .LOST.�b. MMAIM.CO RIFE01.113 ID i,con.m moms "`•rr.no,snp..s TO PM p .r m g.. v..poop w,...am m n,am.vn WIT MM.oma..,.s:,roux„w.. COY,.,.a,..r..omc,�,rw..a. •MAMMY ROM@ 00000 ..w w,c,m..o,..,wa„ FOOME.c NNO S Lx..�au.., •IF MP.MOLCT PVT IN ammo 0 11.11.1.0.71 OR LOCAL 0.11 COMM, ccu.,22 not RAM.11.ENO..MO AVOW 010011.1. Mt.,.Alsoyotatt ro Am INE FOL..140001 DK Nr. .4.r MR.mo.a Ecom AA.NA.. MC WOWS MC OC IWO ON OR DOWNO CODDINECI,MO mr..avow.Or.Mon SM.c N.M..0 v MAO,COMM „.,...., AVALAM VCR 40.00 PA IC 01...01000 OR Mr FEW. 4 00009.1.140 PICANA NE ILORACE AVA Of 004 RAN 1.41 ALL V.VE..11 PRA RE...10 FM WM MO outne TOW C•LOCAL ACC1101 NM..IRV.MO AM MM. NA04074 OF M.. na .O.u.o pp, Lsas v w.xo .,s.w,Mrs SOAK.1.MULL 010901.0 CALAMAP.16.0,NC 49.47 �.pt.to, ottoo.toottt000 .Mop.mpm..m.....FAC140 tea,= ,.,a..,.... , WEST 8 .m..,..,,CLOW .M,.,MO �M%MEAL..,E. ..a,Wm..to a L,oo<p,.,<m,w.m., ICOMMIS.toto root ,. .�.TAR mp�mSR .. a m. L. ..� _ MECO rsL,L.... ...,,.,. .p..,,., M.,..T co M., ,p,.,.,, IDA.k s..,.m m,STAT AM.,;W . a .. w„ nom , •,..n L,aaL.M..mac• ,C..m MMmeS.e .M ''11111 M� ..,. o�p ..nap....r,.,,M<mp . n.mgm, •uan.p.MOOD OM,.pa M.nm Mmmn ..a.,.o..,co comm.,m.Mm.Me..IoM Mom,C,Lw Cp.m,,,,p �r.-OCSm,p,MB......._..... 0 m,M..M,.,�Ma., 0 MST DM RR,M,.,u<ap,.m.,.m.M a..,mr .,m. .,. m..p Arm M �w m.....". PIC M OrtiOPARD t0 Md.MO >.w,-cws.mnm`.I Ma WM.. mm.,FOM 111410011 V•11.1.JO p,.,V.M,T..r,�. IMOCEINAKACM 000.4001 -NASTE 10.1.001 V PC 00 n. . mlwo WM 10 CCOTCOANICAL WW1 12.11121,ACCMOMOD souvel nroto STORid •70001.W.AM MO.VMS.0.PM*I Mr 0214 741 MIL PROCCOLMS MC ronnaroo BERRELE M.ASTO PI TO AK.SEELS .01MRDMItt.DIET MIL IS ownin FA AP TIC M..A. NATER 1.400100 On. AAA N.MI CATEGORY U1..0 N PARADE.11 M. 00.011.4 C.A. AREA ADEOJATE 70 MLA,NOMMT 0 SOP NIP WILK DOOM,NAVE MCIUMO VON UM DIMS PALAT 07 NV IC 00..00 TO RC VI AMA. 1 tOTAL AMA ow, 10.TIPORARE V.P..st.13 0,WE..M.MINN Art PAEANDOM 441E LIVERMAS IALL 0E rt..OF 0. NOON.0 S0101 PP NU.OE RIME.0000D V.010. NON-WOM 1MOR OISCOMOS onownwArowpow•ow :�B` SC m..w.m..wmti MOO p<CM,.L,n.es, M : ..OCCUR MM.K SIM ..pMALUO,.Mm AC00011.5 YOB 0tE ESTABLASAMERT Or A t.0O0 cp.,w. VAC.,MD PC WS .,t LN,;, .Trp.=OWCO..MOM COpourWS .,,.MLL M p.Ln Or ., r.M...AEC npL m NORTH MPMm.,M,a„Mn...pMnm,,,a,C,.M, DAY-4MM SOL . SCOL.,,amma BEACH - VOLm m MOVES MeV w , , mL WWIIP..OF17.p..Mm�..<aa.apa..VE.$1440.NEASLAL1 34.1.1 10.....M,m. .PAM,AI...AMolue7 75 . . r,M.n. ...,.MnLwMP.,.Mrr,um.,. OCEANSIDE DENCEDT GOOD ORABE CODER IRE ARV Ill BE MOO.MO .1. MEND IP 04.1 POSOLE 517.1.DC INSIE MA III OLIVA 4.1105 0101000 IN 10(PREPOPO 00710.Cr nns Tuna.cAowno or Som.PARR F.CV AR AO.ARO RNMIrt 0....._1.1i FAS VP 0rtruso no 0.0nnor nnt/wow,.oft DI.ACOOlt .aaT,M.,m . L.aM,mnMM,.a.m .M mrsra ...��M�< M,M� M,. MRaab.,>�,.Ma� Mn wM.pmnaMM ,..Mmpm..>nrm PARK b. �5 MOM,OE WOW MONCI,At COMM OE MOM MAO B.BLEOR.00 BE..IOL M . SR„>p �.p.pM mo...Nur ma want... PROJECT pLr.aa..m m ...w..rrenclare ..w.00 „.,....maw...M..LO.,,.,pp ... 0.0110 MIN 0•400.M1NAT MAT Wm..Ot SION VIM 711701.01 00900.701.0... 90. we.ow .0.00 nnou Emal NEL BE Kr. 0000.9 IATED �, .,,M,M.. a.Lm.,aPTT .,per m ops. 1471.....K,M . ....,. M m.n..M.RE.MVO.M. PO m:S COMmoCT.L.eMM.p.,ROT n Ma OO.m,M.s �. ME WU.OJT NOT ME VICED TO 0.015.OUSE F. • CM...COM Au OCAS mot MA PAO 01.1019 OE SRO,� L p,LnL,na,,mM. 00.0000510 MU nu Marl .p.�m. ITIS,mLpCO„m,.Ca,.o,.... "° R.T.M 400000 M m0.0.MCCAIN UN..ap�.`AM•CIAL:,"m..:;° ": A. M ,00.Km M"«. ,np.p.�A TOLL EC 040400 MALL IC 0.1111 DEBEINATO.•MEM 01.00 0 ,...n >�na, ANL ../Ms WEa .m .mon,. ppm, e ti CONLE/C MA COAST..6 0.71t.A VIAL IP ON A.06 PAL NNE ICA 1 1111.1.OE FORORNPM.�p. SSSSNS L.m,,corp .M, p.rmn m M a' ,�R m ...V.E. TEMWMp OGANOW OG,._...nan F...MSL LM.paw cop. ::"..a:n CLOP. 919 UM RAVE PVT.PC moa..,o.,p It IN nnt COEMACTERS ®NOW M @ s_a, IIS.r Mm.M v....MLL...,,..P. I 'f 1114111707 pip., p.aMap.a.�. coop ®. ""`n w .. p num ..mm», m >amm , p., „n k,o n<m.m.rxp.,.�O.,a,n,p r„a .. M �Mp,.m."m.M„Lm..,..p >rLna.m m.aM,m.x.,,. .pL,..mLM. .,a.,,.,MLm mM.m mL.OCONIBLESS> . -.:0",';'4.................. moan.p.,m,..M,_...._. manor nor m Pr,m.,NCO M Pp"p;Pp..ALM MM n...p• p. _ ®N...0 M P«• ®.L..0. MULCT 310 Mrm,.,pa. r.a awMM M..M..,,S,MMw.,M,ra. Mna � --- ..�.. COMM.,MO.M..UMW..CARTEL.MO, •cm,o<n.,,ocomw..L. .a, .../Dory<..",Mn,.m NOE.IBM,. X MIAL.s..,Mp LOCAL vo..vr 1.44 Ooa.n.pLp r 1....n PR V Mr room.. MAO.M. etoo,000 AMOR CCRTR0 PLAN AND AS 00.0 IV.T.049074 L. w . r n cwm rt..ro a=MY.00501....0 a.10.1.920. _ API.A.MOIL MAC rt. .r noon comma mc room. TO AMOu.- m A.A.r w.MLs MO LOOM,m DOmM w,M Mom. E..v ONO....10110 mLL RECL.SPILL PEC...707 AND CU..'TRAP.MESE moons 0n,t KEN 011.1.10 MOW MO WW1011 mons 0 OTANI NO•AnT IRV-los mow=a fra...am rociroun2..MX ECOPIE REV..EV A AM..MOO it 0.0 ARO.ME AMC 0.FACESSIVE IC OICANG MM..MI Illt MAO.ENSER v,...vv.Lov v.,L.L.v.,op.,v v. .m,am, - .., a..L m M.mp,.a a..,M..m pMr .pr. m a..ML M MCC., m ."M .M _ MLm ,m.m M ... _ ..m.M.m...mLa, p<.M.a.6»�, MCOM,. i nsum...o,..,nM E.mc.mm L.Los sus M Cf...•..NA 0.0.onsuvO p°„O na i b FOR BRIBING ONLY 1211 MODEM, DR..MCA �o,.Lw,.0..0 O.n.our. u.sm.M mon.MOLOO is•Lp.v.�mr • anw mw.cmmrs vacan`�"'m' �"`'s" Azo n,MC WOO, AmM.comms MAT 10.2 22 °`AL, ,a.m 05AO MOON,STOMO 01911 Mc IIC SAM NI A NE,OCCIIM NOT FOR CONSTRUCTION ara mew AS SHOWN p room COM PM.mum,FBA TO 0.01 MOM MIMI IV 10.101.00.47.1 PP.OP.orcnc01 MITE MA RV COAD CAL.21.201 M a.v•Man C.O. n r<...r.emaa. .M Mow A.B.ammo® •Mm,rna rs.aa IOW r.e.wvALL 7...W.A.It,M MSOECITD B•DR SuDEDIRRDOINT. a! L W77R070 E INSTALLED 4104/117 00.11.CP Pit •.47.0.mot M ono soarrago 22 MaMO+ou.ors r"L11n o.+.me.nso.M+rM m..n.Mo Lu Mono..M IM •soon,.,s-.0 os:,z` avers wwET Ill C(M O.COM.OM, v nL COM,. v.nsuv a..uo v oL.ova.: rcumn.c M.smM s a,v sv P. M M,.s "n`"` Ln.ONNOME o 0,ROM, 7ST9 4 J.•. roam..MACAO, LCCAOWS,. pE anion.04.5.41.C1 .vp.mu a m.sacw ALM�.s u vo....,.a,Mn v mows. mssorw,mn ra row NN w urpuL ws � e..�.n.vs.m...,WI..wn,rtn N.x.,Ana v 6 uo.aa+.WWI:s�ssys LMm,x Was MST cno.M,MM�r v n wec runs o ,.,r,I n.� MO wme,M_......ee r ono nm:0.1 sMv u AVE MMm ML,w,.wants v n<O„ nr.S MUM rM.vMmm.mnM rmrvpLux„.,MOla Mann,xam .M..so.r.mM,o Mn+vam ML.wmuavn o ,Ma 0 M000 m0,.a.mmRA,n.r SWPPP NOTES m,.. .Mo,,M,. .m.PFC.pa,m Lop, « rMOO C. .__. - AND a SPECIFICATIONS 8rL' 1 C-8001 NOSE TO CONTRACTOR: RIR6:U:TY 5ARRfRS _ MIAMI BEACH THIS IS THE CONTRACTORS CERTIFICATION REQUIRED BY THE EPA'S NATIONAL POLLUTION DISCHARGE ELIMINATION SYSTEM(NPDES),STORM WATER POLLUTION PREVENTION PLAN FOR CONSTRUCTION SITES OVER I ACRES.THIS j`' m CERTIFICATION MUST DE COMPLETED WEEKLY AND AFTER EVERY RAINFALL EVENT OVER 0.25 INCHES.IT IS � ' Y. at.. NaM x:6.6. Can 0,141410EACY °M4 SUGGESTED THAT THIS SHEET$0 REMOVED FROM THE PLAN SET AND DUPUCATED AS NEEDED BY THE CONTRACTOR. T >�j • I, ..• .11 S F ,._ ...... lop Ca.G mano,Amyx..w.. 1 C EVEIEICATES Or Nil/WEE01. 11 i i A eA g 9°DP$g ., tie k W y is COIEFE,E CE, n I F WEST8 m Ei $ 5. }� RR E ,,, a_.a.,E4,3 Iiiui 3 5 $II p!t ag 3I i j g$1§1` €_' r�r STORMWATER TURBIDITY MBARRIERS fir"" eIi III 2 6 9� h3?F e t n h ° i7 & A� .,.... K. 1II 1 a I 0 1 R $ 3ii li 51/ /-4ntlr.t=. / .,---, NORTH " BEACH OCEANSIDE I SECRON PARK I 1 i PROJECT R� k I pi yob sex 3 8 F G 5 6 5 6 '—..\—.7—A— un r ' # S Pg o q5. 6 t ill h' ! ! § E41P R g� ...n 0 °}Y h i 11 R g R� �� ?IN cs. N.I aN, Y 3 �o 5 G`— h it 1 h SILT BARRIER FENCE as YI r@5 j g If 6 g H E 3 b I G n� A I E 111111,1:t`._A g y€2 .., .na4 _ u, 1 i R 1 I!1 I a i iI eek y¢ Se 6 ''...« R i !I I'C€ € [ M ! VB.' PUN VIEW t _ y3 5 x E yl � E y E i aul wrs :.1�_ !. I' FO BOOING ONLY 3 iG Fd 1 R I I R rrwc. CURB INLEF NOT FOR CONSTRUCTION SECTION A—A ANNA AS SHOWN POLLUTION PROTECTION AROUND DRAINAGE STRUCTURES A S"`91T112025 p A j/ / sA .--.__3 wv__._._� l "EavnEY 15.7934 a / .faz NOTE H/ I�c it / A SOI R TANSNTPAH E LL BE Nr SWPPP I / / .' e. ..,-*--.e" cwA u u'o Tc* ceEa.. / CONTRACTOR � / �� yA� �b n cr-EL e U n fns. .. � ,,.N'b a.r.;n.a, .�..',.", .3 4,4, a ncH ,C N .r.,A.0 i DETAILS AND FORMS/ / vo, ''''''.3:6.y.`,....-. .E .,,..;.y 4.0 :Y�p3fN' EWESS AMEi.11 C N w.,Rr.S�nM. �.. _,.'n''''''+. Q� '^.K'y, 3:,,,,/ ¢I-74.0 t6,4 .1 sn rwxrn ._4. o TYPE I y PUJUU ROAD FLOATING TURBIDITY BARRIERS C�BO02 STABILIZED CONSTRUCTION ENTRANCE DETAIL V v 4 3 2 1 r'— _w•.— . .,� ¢-.- '�^ T ^; I MIAMIBEACH • BOTH sr 8. I\ I COW m L I •I: ,.... 1 .4,. ;t .� v flN7=) f= ,.wga.;mi o-n. ' .' t* 46. 411, 4 �. I ,\y �♦� ♦♦♦♦ 111,` 't.v. +l.,„{' __ S1714 N.1, `. +►+��� ����' 1 — mm c u.x.66.�o , �'lli • • ,m, is I 1 t'''}`.-Y' '�' I • c. L i I I •'� 1 `P 1 j '}T TI I'1 I I ' KEY MAP 1- 44,' 11 14_,L,.,2..----4"-1 8 I ����� - llr II'&i J5{ 1 ;1{'{l f ts' I j WEST 8 r Ems A •♦ �� ..40,407VN.1-'+�_.. _ �t, , ��i i .. < ramerao,tarrw am tti k.+d-a-+-mo \` # 1.11....' .u.w i� I „'.4 -.. 1I ♦ S-;dA,♦ i.• -X,`• I - i , 1 i ,,A,It Y.-+-• , 1 { , M,T.srtPL/..1K YAM 4441*I ..2.\ , � 1 O I R II , L I y' 1460 1. ', .. /, ' 1 l III f .. 1 1 9 �� _ � � I , Pc\ ' 0,;_,,,,,,,,,,,,e0,y, ' '; l l vv4'#.4.4 ST.4 4 0*V ,- / Y 1; NORTH j- / , p`v,1: t ', {�», BEACH ( l.�1; # OCEANSIDE o 3 �. t �►,: 46,• . I •. PARK Si ♦ .4 .it* q\� • PROJECT 1- L • • .�+404♦- 10'0'' , N• •C,. • �' gP i 1 ... .� � �Y 1'4����6+4'..4 6.*1 41 04 4. A \ \ , .♦ '' its , ; `I�'I, tit`• 4 I `� ,h �y � 'vii g �, •� ♦ fr •,i,".41,7144,� ♦ /• , I ` '•`�i _;/ L \ I, . Sc»:z -�+ ` X�o 'rur :::'Auk\N..'' ; — 7-1i/ft". 44111144......S..144.4* 8.44*, I- I 4&4111116, AI - ...:. .. I a h Mr- ', �, N0F FOR CONSTRUCTION z ` t..-..-_..�7 s ...o ` - sem.AS SHOWN yr II 4 -yTH S'REEi ' �rt�y—'� A I ' 1 . 9N120I0 gy j sFssa a` I l GRADING PLAN• y BEACHWALK it1__..... C-B101 Q� GRADING PLAN-BEACHWALK _...._.._ 1 .__......_ ....__. 4 • 3 2 f 777 .T..._ !', = = + MIAMIBEACH i + / fx, yR..a- . N;I.C, 1° 9 �- b t 1 ` ,Ili. „ J :. yn.':A. i Ry. I ' �. I 5 i I { CMr,,474 A L A li IF Mr. ' I -. w[. J ',rear I _ l / _----- I __a___...-------- ' • I axrvt++c. r 1 KEY MAP r ! I� � 4 s WEST 8 _ , /%1174:11I5 CT NT/MI 4 _ M� I ` is NORTH '; BEACH I • OCEANSIDE N.I.C. PARK • A ; j• 6 r � j PROJECT lad �': t many Y'' I— . N.I.C. ,I _ —• n�I ( -S. FOR MOOING ONLY _ MOT FORCOM$IROCTIOM y H tib; r, -.___—T - — j /�. 1, , I It AssH°" r 1 i r JOINT-1.15E f5, aaeare r ! , , / MAP1TENANC5 YARD ' _ ` \F i'<. _rr' 1 n- t` i i A 911112070 • . AL i �b s� �� 1• i -! I 15-7934 ' <• _ ., I ' GRADING PLAN• N �►� � � �, : • 1 � rti � •. d _ I A '` til 's BEACHWALK Y i - ammo iii r:i.. .,.^.,–..y...... _ yATCNiNE BEE BHEE'P01yFOR CON?MJWTKIN .. M 02 GRADING PLAN-BEACHWALKR ............ —' /C-B102 • 7- _• =—‘ MIAMIBEACH- - - - W K iI KEY MAP 1 WEST 8 ti �+ 1` .ae71..M K. f : + L.I\ nl' 7-� ra ;'• ' i ,L.' I i • 1 r' , f .''m.c c= t • �x ' r I NORTH i , BEACH \'; ' i ;', .' OCEANSIDE °` PARK PROJECT I ,5 x ��` i • , - 7/ ,',Q' �, .! , .: I i ; f S5 . n, I N.I.C, f • i.,,,-,1-::-.-,/Sl f•--A • ' I i roaBnoMwaaY ' - Is ,, .I nor FOS WNSIMC la I • . f l r r (A wiirxmo � a sr93;. :F ' i .. «, ti. r;7 't0.•. • ' , 1$ GRADING PLAN• i BEACHWALK .. -yam 1amr ewn 'amm ol.mo m im. aim. - -. !i 811 03 GRADING PLAN-BEACHWALK F' {"" __ C-B103 xe, s , 2 5 =u — �L = ;x r=^= = = _MIAMIBEACH , - I .i I • it 1! o 'i��riW.w n,. � i t IP° Gu, ,6 Assign s N.I.G. N.I.G. s f Ir y' _ : i ' , KEY MAP rAn � • ; �. Y ; � WEST j II I I •I ' i I; i .1 9 S I, ••"1.1•••"1.1• /;r i ii! i II '� t uc <t} i • 1• t S ''amI 5Y- I 1 \ ` 1cI ' 01 / ° NORTH i r ti o .P' BEACH .:11.,. 1 ° i 1 OCEANSIDE T 1^ \ PARK 1 1 i ..�.A _ ` PROJECT ti ii - ' L :i k -1 IIt •tea a..� w <ir 4 rt y, i. p� / i•- I '. NOT FOR CONSTRUCTION is 8 I ' \ / .,� I, AS SHOWN A Y! I— (, I ; Wroma ,., •- �.. � i .1I- ,� .1I-r•i I GRADING PLAN- I a- r �. .1• 111 •INE•01 •1•1•1•• milMMI umi mom Rolm. moms ••••• swam owl,ammo mil nimog emit momi dd O■�.1•11111•1 ' 111111 04 GRADING PLAN-BEACHWALK £ A C'B 104 xxe,•X . ' _ _ 'T' _ _ _ ,= ;_ :%r= MIAMIBEACH I �,� QIIZA wwcaa.rt ma 1 {{�$a,,� Pll> I I rim c+I.F.Gordano 1,1 N.c.. ,. , yv._ ':,*:;::'-4:B:;:';''''''.' », all I - -- � III• ', WEST 8 V a IY _ \ .c •rmr. $ 4. NORTH v. 1 ".f BEACH OCEANSIDE s / + I PROJECT � e a A 3 '°-'-''' Ez7 V-. I 1a I I ' / f _ mb a # \\:,:-',,'''` q - ,,� � �•� � ,.� F07010DING ONLY I ppYib 9 s et; NOT FOR CONSTRUCTION �l q ' Ae It. >/ I t AS SHOWN 1 f S RN.I.C. \ I A wllreow i. G �1S79Jb Jf, 1 j t' - d � S, 1 I I .�-.+�'��• 1S \rinse l+ .'/' - BEACHWALK , It a t ri... H, . I, (i) 05 GRADING PLAN-BEACHWALK f tl N'B105 x .. R 8 etert �.. — ' — — — - — — "" — — — ;f = = _' MIAMIBEACH CV.Mail. OVA6114,01.1.1.131S tit ' I 0 ^W COISMIIIIIP ` cera Combo.,LA...L� x� 1 (t -"' _ — ! 'i �� KEY MAP v, '''' 1 ,,,,,,, . g L ` ;� 1,__ \ , , 4,.. ',,\ 4 , ,, , , i��, ` M1, mocenum.otpcson WEST 8 f_ i u< ,re I 4..trECTUPAI.C.01.110.1. �� rI '' NM COGNMPSOIRIIPOR Pt ' 01.011.16.1.0,1410.111. zbid ._ { 1' ! f. -. s { NORTH �' � BEACH s ��, r _ OCEANSIDE s- ;�`�' PARK PROJECT a tD I 11 [ 1 m- 1 6lTMR \ �� '�I"� �� i — $ NOT f011 CONSTRUCTION •IJ1N1C. � � 6EACHWALK 06 GRADING PLAN BEACHWALK F 1 p C-B106 aAlf m 8 1 ...,—.. ---- .,......... .,.. --- .,...,..—.,v..v. ....,.,..Y...,...,—.,...,-... :I M AmBEACH 0 .- 1-\ I 5 \ *. "` IP.htitii 1 F GMY�ffim�lwT In b r� 1 Y^- � -- re'C „1 .,.., • ti4 Y f( ' '1,11;,'/ I� f .g� f KEY MAP RT . r I to ,[ 2tr'y, i •'i-/� ; ,= F :* , - •, t , T I 1 11 WEST .. I �� i y� f - I �I I. i f,..[.8 I I �,,� I Li 1 �,I, .• i 1 11 2 I i I . f ,.� 1 III• ' •S t r-n.:.ncw.ro...v j NORTH la , � , ` r� a_ 11, BEACH �I I j ' OCEANSIDE _ �' a I ,, PARK Il ( a • i PROJECT C j. �l I s i 06 / AMP.IS vp WI CP. :MS r; • 1 ,t 1 �` '. ! ( FOR BIOOING OMY _ : i _,` ror soy co rn uow i i AS SHOWN it if ¢L` i ` nK Et xW tv 1 f'<r l ,l'. ,7 �I Cs7934 ' ' `i• GRADING PLAN- L � �i t;*milli - BEACHWALK 4 BEACHWALK PHASE L .="" �"'"�°`" < 07 GRADING PLAN•BEACHWALK a sk, CSB 1 07 .are .m 1 ' n a I BMW MIAMIBEACH • 1 411• I - . _ g,. • want, __. GAi•fndaie .333 i. inn Inc `'� T ,.. txttrr.oWriu C rs Sa.olVE,a1C(Mt �• iuc.w,n•STA,wu SE..A1.1 S,A:.x, WEST 8 -\.,e1;11,,,,mmalkli341-.1 1 .., i .r. .. ' ., • W.'\ I.7. 103 . ...x[....7.0re, .0.11101C e..014Milar Robb. S NORTH BEACH ,,:....A> �,• -.17101., m ':r'M..n OCEANSIDE . , ,r %."..:',2.f,=.- ..a ,...-- PARK PROJECT , a a. e 4 .33 CC i I ttt : d a STA,0 T• r. s BfInM'O .WSTA rw70 iI_ .Y I 4 ro� _ . _.�� °.vc. -.., ,.. ... \ — I EoucToN `�+m • ASsNowN I • A 911113030 7 I T �_._: A.......��_.i. a ....T_ 1._i--'!—'i_'A---.r._--.—_T_—.. � ._._.. ._ k _ 7934 I' SEAM..StA'mn BLKIV.+$u".m u.°,w"."""'m CROSS SECTIONS u.,,.up.r,.. 5.,= ti...>Wa. -BEACHWALK C-6201 d I 3 I 2 1 M• IAMIBEACH 1410▪14[911941.1'01, IIIP ,11 QSn r, I ! •-_ _ ��"` ... - ----` _. Y OM,Caordleta to-ml.,x,-.. 3 3 y ,f POWER.5. I , _ _ I i < Eaanatf•SI.E. !FA[-Mtn.11,4 Ma 110.. .414 D WEST 8 0471[(W.* ., •I NORTH I • . . . • BEACH StArliMilt•SIA 34.0, ,fes n:.. "''n;'x.„ OCEANSIDE '1"..A.;..'1=4.‘ r.,,tMa ., .,= . PARK PROJECT zn,.a.„n•...MC,to. Mf� } � -� „ . -M y -- - 6 _ tMr.0. •...__i—i_ .E ...a. .. ; _..r .� Y..._� ..i.—E...._.a a i...._..... ....�.... .. -._-...._._ _. .. i a 1 s s E S n'. s I 0.14.[44014 aco'aa.W NKxMun�fr.,^9.Oo rnu,.fln n1.14 _ vx:,•.0,01. r: i.,,tn,.v v.,:,;.!cru 1 . tit . : r . „, tl I. :...7. . .... '. q• ' FOR MOOING ONI.Y i” NOT FOR CONSTRUCTION MM _ • d 3 L • ( ,. wm ........ E •-_ __ -- �,f- _ _ ( .n..ss+owrr r -. ....... _... ... ...... ,p...._., _. _.._ .... ........ .. ,. - sY ....... eCATE 0 —__—S. •-_;—'a -1---.f f s e• ♦ ` •a x , T—a_.:_..- -t_.._. _, _._ __.. _1 . ._.._...._ _— N 15.7934 m.sfrUn 1 Ill.Max•sua. sucwKf a a.m Maga.IX 10.20 CROSS SECTIONS .i,..,„:-.'.!,=.'"M. ,s.l .t„-,.. R•„`.,"..` -BEACHWALK 1yH Ps C-8202 b a ' MIAMI BEACH 4,t SEMO.ES MN., WEST 8 mom. I COMMA I [2 2.,--d —, emeo....., • _{.Lr..18watIrovadij ':.ILT i ....g - =1 .MMI ,, - ,t,. ..q • , NORTH . • e BEACH„:s:'�„. ,;:vim ”`"r""' OCEANSIDE BrektAVALA SU.30 .,..A.7 x,..�� ue,. .,, PARK PROJECT 13 :> ..• g.. a 260.4 I C.- . n • • • • • • f i . i. S -a e a . i _a t: i f--t a "T —1 '—I--3—'�' f i 5• ,+ems znrs 1 ECM.OA 1000 1:0041A.5,A5.00 MAWR.67A 3A•93 1 f 3 rOY BIDDING ONLY NOTF FOR CONSTRUCTION SCAAS SHOWN p n 9/110020 Fn A ��15-7934 e •' i CROSS SECTIONS G -BEACHWALK ii I 8_1 _ C-6203 , U-rt j_ ........... .......... ............... .. - U _ __... �........_ MIAMI BEACH • • • -4 X 411W 1n:' :4.'1 I +I CA.,Ciudad i AsAws..1nri, `-aL"E. MOINEER.G.514 4_ .._....... . ... a..... ........ .... ..oro, • WEST 8 .L pa „o .w - - .«n - 1 .tw,wwary rs.,mn 5,1r1.01....ro.u< PROFILE:BEACHWALK STA.9+60 TO STA.14+50 :rsmc i:zp Mori,1:2 von. a- — ursE .w .LL,ro 12 - _._ _._. .. .. _. ..... .. _, NORTH a «.�.. �" BEACH E f �— - N... 4 - __ .._ ti .. _. � ....„ -���__.r--�.'�. , .... ��t OCEANSIDE l�`q .. „,fl PARK T .COMM, j . e PROJECT a.......... ........ .. ....a ...... ..... ......._ ....._ .... .. ........... .......... .... .... .. • .. •ten i �.�PROFILE.BEACHWALK STA.14+50 TO STA.19+50 vinrs'.xu:r�nR,e 1 xu non:.,1:2 vrsrt i 2_.. ? 3.�...... .... a ........... ( .. ... _._. ...... ..._12 CS .ca. a, n� . t. # :�- 4 x�'�� ... n _•� FOR BIDDING ONLY Pg as A p -4:4 .., ..... _ ...,- .... _.._ ... _ __. ......1_,...1. ..... '� � ...... ___. ..._n NOT iOR CON8TRUttION i : 7 ` 5�4R. %� jm TI' — ," `�`: 4 1 �, SCALE AS SHOWN J I I q ti F �, —�' •• w+v[osR -�Ml ' PROFILE• .. ......... ......... ......: ....... ,.... .......... ...... ........._� BEACHWALK x 1 I." .,. _ ..r 21e0 . 11t0O X. FL P. ®PROFILE:BEACHWALK STA.19+5010 STA.24+50 "—PIM-1:2C%vwilr'rzo.12.,12yen C-8301 4 3 I e 1 -77,14 MIAMIBEACH F c ie a. ..?a 4 4444 • ._._ ---�5 4444. v 4444. 4444 .._ It 1. _ 4444.. 4444... • ,.,. .axe 4444.. 4vIMML _ - -�:.:.. isss .._. .. __e QIFIIFICATCS Or/4.1.14.114 4444. _4444. I .. 4444_ __. 4444... 4444.. _... 3„ i lE,a _, C SAVE,.en, SERVICES P4(1,10Ert ; . ......... .. .i-. ..,....__ w.« '-_ tr ,_. 4444..._4444.. e.......... ..4444........�... ... 4444. .. WEST 8 SUITEBCG APCNITEMPAL t(4.1.1•1111 L:/PROFILE:BEACHWALK STA.24+50 TO STA.29+50 Plan.+:2O.Profile:1:20 non:..,z vert. �` III-. _ ._--_'__ _4444 4444. • _- _4444 .-_-. - -_— -- ,/ K. • 4444.. NORTH I • BEACH T �. ! K OCEANSIDE PARK ' ..:.----'''''' -1,... 1 . • ,4444 -4444 444_4_ ......... ............ ... :4444... ____. ......... ......... • ._ 4444. 6 Se;• i ::...1 k . 3io — T — e,''''4"''''''''''''' °4x fi ___.._.._—._._—______...._—........_._..._..__......_._ __._._ 4_44_4. __44_44.___ vrvvs.o.c: . I PROFILE:BEACHWALK STA.29+50 TO STA.34+50 _� '"' "'Pim 1 ao irimie:i:20 wne.1:2 vert u yc — .. 44_4 444_-7,4444.. - _. _ 4444... _4444. .. 4444.. ..._,/ € � 44.44 ... ._._. a., -m_. 4444. r ,z- s ^«� FOR eiooine ON ic-. 4444.. __. _... 44.44 _.. ____. 444.4 4444._ 4444__ _ 444.4 _.._ _4444. • 4444. .. NOT FOAS HCONiTIlUCT10N • J 6 OWN xvz ,_. �.. 4444 _.e 4444., W11t20T0 4 . • 11M001.44 I. w C6-: 4444... 4444. ._4444........_. _444 _.. 4.444. _ _._ ._ _. ._. _.. _4444 4444. ... ......... 15.7934 • 341ikl 1111X PROFILE. ,_. 4 BEACHWALK L 1 .. .aEEraw.ee, e. .rxnnn�ex.e ............ ................. ... 4444._ 4444_... ............ ..... ...................._.._.......—___.____...4_44-7___............._.._—..._— ._...—._.,._._..._.__....._..___..._..__._.......__.__.—.. is eFa 3.05 .>le• s,a r ((�� XPROFILE:BEACHWALK STA.24+50 TO STA.39+60 Plan 120;MIAs 1.20ewz.r2va. C-B302 4 3 ' 1 1 YE SEE OBEET•--CD°OR CONnNIAnON r{.R T MIAMI_EACH B.e.i 1 MW W,.R IfO11�ICF1 11!! Irtill ., oNi c I W4Aw A( 3§ ♦ . x;•, IT.N � EM ! " "1°�f,; I L Cw, Nam*n I Na- Yr. s , , • ,,,, 1 1_. 1 1 ' " ♦ X • 1 - MI •񫱃i KEYMAP fer. .N.Ltt TN L t , 1 r —— AtiWEST"s �- �' àt , I Is I 444♦. t►.�".Yr. \ p- "._ NIT CONArli,SP.I.r i �� r •� • • • h"i#414* NORTH.e.a,... I I BEACH I r ♦ .♦. N.I.C. Oi :DE E 1 I I 4..iit4i,7 r4/fih4ii �; .: I I ' ' ' I •N'grit.N.7* , , , ' 1.-- i .. 4410.41, A. • c . , , , , ' . , , . ,„..., ,; 1 . 4), [ , i !„,, , I ****, '#\....* a . .1•+c \,,, _ , 1 -'', -— 1.- , , _ , , _ _ _ _ __ , ,„ ,., � ..�' ..4' .�' 8•*. ., ..._ w ,_ii. 1,,, t''''''—' L FS RTPUCn:w FOR BIDDING ONLY '?"' NOT FOR CONSTRUCTION AS SHOWN : Tui-ST ' I lc __ _ TRTN STREET I* A''''74;2020 0 . 1 I i .9 Y� a:+1S'93c'v�. 'I 't WATER PLAN- „ — -I to '4 BEACHWALK - 8 � .4�T-..,Y WV E!,.^,E�?YICE NOTE:All DEACIf SHOWERS BHALL DE FED BY POTABLE WATER.SERVICE LINES TO DE CONSTRUCTED AS PART OF NOTE:CONTRACTOR SHALL DEEM NATER PUNS AS SCHEMATIC IN IM THE'PA PL IMPROVEMENT PROJECT',WHERE BALL VALVE AND METER BOXES AT THE JUNCTURE OF BOTH PROJECTS WILL BE PROVIDED NATURE AND SHALL DE ALL DEEMUIRED TOP ATLD LOCATE ALL PROPOSED �) AS PER PLANS.WHERE NOT PROVIOF.D.CONTRACTOR FOR THIS PROJECT SNALI INSTAR.THE MI.I.VAL.YE AND METER BOX PER PLAN FIXTURES BASED ON VERIFICATION OF WATER MAIN I.°CATIONS. J _"` 7 TO SERVE AS FUTURE CONNECTION LOCATION. ��_ C-6401 _ WATER PLAN-BEACHWALK '1",t"7 m 4 I I 2 1 1 ammo PANT MIAMI BEACH H"'( 7 n 9r�AB1Y1L1610�AE �1 axxn.ms 'II .as AI aiI\ DT-ti R11� Rn[ iitkviEi i ��s'�i� caw.Gabes AAIVY1n Mr. sierr \ KEY MAP '�"' IN — • � ,�� WEST 8 8 I 3 uc j I N.I.C. �.. Y. v CLW. I,ID bN - .',+ a.m...., IrnI /- j NORTH I BEACH I— V OCEANSIDE i PARK r I PROJECT i i 1 I I a ' i I-- Mt �, �� -04 510005 ONLY NeArNHNTHI N.21 4 — +—.- NOT FOR CONSTRUCTION I- wrt.� T >r. 1_� . AS SHOWN , I ` .e I JOINT USE \ ' u�Aw+t { MAINTENANCE YARD y A n.lc WttClO10 \\7_ ' ' . ..n.,rn .,1_"`._ I J ,yl�. ♦♦♦ � A 1S79JA9 I - :A WATER PLAN- �� r __,..,.....1e14,4_, '' ,-- - w i .r y. BEACNWALI( WATER SERVICE NOTE:ALL BEACH HOWERS SIA_L DE FED oY PCTAELE WATER.SERVICr " _:,-1<n, 81 K .. v E ._LINES TO T C 001CCUCTECL R FART - ' NATE:ECONTRACTORDLL E REL DEEM WATER PLANS A AS ALL PROPOSEDO IN ( V 'HE PARK PLANS.WHERE NOTT PROVTIDED CON CONTRACTORALL FOATDS PROJECTER SNES AIL THE THEB L BOTH E AND METPRIL O EER P.AN FIXTURES BAS DDEREOVITTHN OF WATER MAIN LOCATIONS I) ,. -AS0 PER PLANS TURF C NOT CTION LO. FOR THIS PROJECT SHALL INSTALL. SAIL VALVE AND METER BOX PER P:AN FIATURES BATED ON VERIFICATION OF MATH ` 4 ` "� " p TD SERVE AS FUTURE CONNECTION LOCATION � � .......... /� .— WATER PLAN-BEACHWALN ^�- y_ _ _ p b'B402 suit•.xr A 1 2 11 OMR - MIAMIBEACH rRFs➢ ,E I1 li1.1.111940,it RIM 1 `� ., I xE `., a I gq_I , w.am.sw,1113.e 4` := raNunoc-oN ITI r, 18.2!' ', CANL Gaew&Axis. FU I I— �� Ilf(1 0 wL, , r FKEr MAP .L'" F'. \ , KK t £ i t WEST 8 2 I. i estes In a I i L,.. . ` >r WARM.,ROM NC AA NP„Ua / 11 ** ! NORTH 4 R .I BEACH OCEANSIDE I ,1 . N.LC. / PARK 0 of r •`�' °: PROJECT / , TAS i__ x.-RroJL •-1 ! i J / /i 1 SH VAS h7 - mor,or ' , �� / �� �...wun^ 1 PoRBIOOWG YEAR 8 (. 1 ,.,�. NOT FOR CONSTRUCTION SAS SHOWN O,11.0 OM I I �uTsaa" — ,,.. ! 4 ¢ 1 't•I _ W▪ATER PLAN- ,,.. BEACH WALK :} . 1 WA'TR AETVICE NOTE:ALL BEACH SHOWERS SHALL DE FED 3V POTACLE WATER.SERVICE LINES TO DE CONSTPUCTED AS PART OF .I I F'i ., I L v.-,.I�F. NOTE:CONTRACTOR SHALL DEEM WATER PLANS AS SCHEMATIC IN /N_ �811, ; 'HE PA.,IMPROVEMENT PROJECT WHERE BALL VALVE AND METER BOXES AT THE JUNCTURE OF BOTH PROJECTS WILL BE PROVIDED NATURE AND SHALL BE REQUIRED TO FIELD LOCATE ALL PROPOSED I I\ ` Li .. .r.r.r.ue.r . AS PER PLANS.WHERE NOT PROVIDED.CONTRACTOR FOR THIS PROJECT SHALL INSTAL:.THE RAIL VALVE AND METER BOA PER PLAN FIXTURES BASED ON VERIFICATION OF WATER MAIN LOCATIONS, "'TO SERVE AS FUTURE CONNECTION LOCATION ti i — WATER PAN.BEACHWALK C-8403 x+ , u R , n 4I 2 I2 I 1 ulna ... — MIAMIBEACH t . Frlout 1.111“..I.R VI1S IDafr iI IT,PlMIKC011(.1.11, ' 1 • / , , 1 , , 1 / 1 ., Maid c , ,... , ....,... com,ocsor...-onazotm , €-, fel,CU P,K,OEL. , ..t , "". KEY MAP F",..?•=1.t.,'A A` rev....... .. • t : 2",,,';:-..— L.. _ -'•> • - • .,,„„‘. \ )N-• - i ,„ 1:016•11...MS.*, WEST 8 NIFIN•Plt MT/0.10013 U.WW1 5 , 1 I - •'4',-.45"'`,...„7..' , , 1 .........aleSOL,„....1.011..1 i ‘ ' I.'.— • ..._— _ 't 1 I I .. , .. Pi VA 17.91 ES 1 N ,.... . ' NORTH ' IBEACH- i , ., 1 safto sT OCEANSIDE PARK I,..1.. 1 ... – „ .. . , I PROJECT .,. .. . P +17 Pe I I i \ r I , • 1 • • x im. 1 I i . c RucT.ON I—, . , •RW I, ) ; i t I • 1 1 ' 1 - N.I.C. , , - / , ...,.... , , . iii,:i. --• FL•;••',. _..., _ ,.. FO i BIDDING ONLY ,., • NOT FOR CONSTRUCTION , r I—• , ., : ,,,,,, AS SHOWN • 8 ' ' b , CUM. A 9111=20 ' IF I '''''., , '''''''/. i. I T' • I x 154934 \ 1 i , - 3 .. r I 1 WATER PLAN- z ' I 1 ' -•' 1 i \ ' ,1 BEACHWALK =mon man mon • • 1 •• mom. , V..'Ci,SE1VICE NOTE ALL BEACH SHOWERS SHILL OE FED DV POTAELE WATER SERVICE LINES TO DE CONSTRUCTED AS 040101 NOTE CONTRACTOR SHALL DEEM WA-ER PLANS AS SCHEMATIC IN W811 HE PARR IMPROVEMENT PROJECT WHERE URIC VALVE AND METER BOXES Al THE JUNCTURE OF BOTH PROJECTS HILL BE PROVIDED NATURE AND SHALL BE REQUIRED TO FIELD LOCA TE ALL PROPOSED ri) -op-. ..• _ wtPrOtt.fol • AS PFR PLANS WHERE NOT PROVIDED.CONTRACTOR FOR THIS PROJECT SNAIL INSTALL THE BALL.VALVE AND METER BOX PER PLAN FIXTURES RASED ON VERIFICATION OF WATER MAIN I°CATIONS -0 SERVE AS FUTURE CONNECTION LOCATION i - WATER PLAN BEACHVVALK C-B404 , 3 , 2 ' 1 _ srsi T. -„.c��nucrrs aen 1 1 _. ^ ""• T moo, '� • „ MIAMI BEACH s d Si•ll I �1 � \ i i EARL C.+dreEAsdNa kw T 1 i ,, LI I '( 00110100 Moo� I t KEY MAP catusumut 1 � WEST 8 1 NN,.o. N DT,M, N, 1 00.00 00m, UM l " µ11101100 i I I 4 N.I.C. 1 NORTH �' BEACH i 1 --^*-- OCEANSIDE PARK PROJECT - N.I.C. r j N, . i um. Z !AT r l'' t 6 b' !y'�.. rail ; 'm.p � M fT 73 L _ . * r.. 1 mmoum • Vi % _._ II _ 2� A� � 1 .,.,... FOi BIDDING ONLY [j ISI ' f7 NOT FOR CONSTRUCTION N I � � x I i _.. ..��AS SHOWN 8 /. k \ A 91174020 N.I.C. g :.. .R 1 : •6 S'R Y',Ye 1 ` T �' te 1- 1 r : _� WATER PLAN I I n I. BEACHWALK I ..L k WA'ER SERVICE NOTE.ALL BEACH SHOWERS SHALL DE FED SY POTAELE'WATER.SERVICE LINES TO DE CONSTRUCTED AS FART Df '(. . 81 'NE'PARK IMPROVEMENT PROJECT',WHERE BALL VALVE AND METER BOXES AT THE JUNCTURE OF BOTH PROJECTS WILL BE PROVIDED NATE ECONTRACTORLLE SHALL DEEMIREWATER PLANS TE ALL PROPOSEDMATIC IN N �.. _ _ A FURE AND SHALL BE REQUIRED TO FIELD LOCATE ALL C �, / .. r �.� AS SER PLASS. REWHERE NOT CONNECTION LO CONTRACTOR FOR THIS PROJECT SNAI.i.INSTALL.THE BALI.VALVE ANf.MF.TF.R ROX PF.R P AN FIXTURES BASED OR VERIFICATION OF WATER MAIN LOCATIONS J `! TO SERVE AS FUTURE CONNECTION LOCATION. �- -^"'^"`^ 1 — WATER PLAN-BEACHWALK C-6405 +N x+(. WR 4 I 2 ClrIrt MIAMIBEACH fR 1 Y alt, gg=t F uu«f[rr a.a oae � Nly ' i >'.ys_ ^ aLn..E.'� TPr'E m«'''''Nm. itill }4 P $ � I �I N p y �L « R I bill C,..,11 t Irt.Pa H 8 ' �. i KEY MAP w.w� cr purr f3BiP.. la ..cm.o�e sKs «. Itl «f 1AES n 1 A � WEST 8 X1 L s Il— } �x I 1 - ,. '' <� r NORTH.....,., ' s h ; N.I C PARA• BEACH OCEANSIDE 3 d 4 g. t..,...'''''T .,,`,-4";4,171 1 y ! ,-..:1<''::::'':7 ; '� < '---':. 1 PROJECT 1 ti r / B A PI.,D z F,,,,,l i i ER.w 1 'l x i • , , ' lE. \;- ' ,,-' 4' `-..,..4„ "--v.;A-71-"1 ::-.41:;:il /4i,;:i',7..*7ii,';:,. ., , , r e.iN 6T ! i & + : N::S,moo tBBTP Fie ., FOR DIOOING ONLY �-- (.' .erc.w+..a . it jp=" E' , NOT FOR CONSTRUCTION „ A SHOWN j i, i # u , A 1 "r ,a ,, wTTrsmo N.LCP rrsTsx s , IArLIMU ; 1 WATER PLAN- - =1 BEACHWALK ,7-77 OC:.v CE NOTE'ALL BEACH SHOWERS SHALL BE FED 3Y POTABLE'WATER.SERVILEL!'CS TO BE CONS'TUCTED AD FART OF I's R M1� II'LI UF.F I'J,I'FR PLANS AS SCHEMATIC IN N 8� x. HE'PARE IMPROVEMENT PROJECT'.WHERE SALL VALVE AND METER BOXES AT THE JUNCT ORE OF BOTH PROJECTS WILL BE PROVIDED M1A:URE AMU Ss ALL DE REQUIRED TO FIELD LOCATE ALL PROPOSED T� •�� AS PER PLANS.WHERE NOT PROVIDED,CONTRACTOR FOR THIS PROJECT SRA)L INSTALL THE BALL VALVE ANO METER BOX PF.R PLAN F XTURES B0.4E0 ON VERIFICATION OP WATER MAIN LOCATIONS. ( 7 "` P"Isi N.wNx TO SERVE AS FUTURE CONNECTION LOCATION. / '^•'^�•" —.- WATER PLAN AERPLAN"BEACHWALK2 ^7',f,''''':',----1 gyp b-6406 $ 1 A3 - MIAMI BEACH r� fal .N..aRUR �,_ p, i! R.R�.RA. itzl .,.,;., 174^ . .-4,---;-,‘-' #I V,_ _ ,�i:. " d „ a W .-3'-, �,+ + p u«,Gara.e E AMM...M, � ' i' t I - • 'k' 3 I t tmwiv. . I/F aaN • wr-' I Sr t KEY I � � � � MAP ^Z,,,, � � � WEST 8 i o h a NOR N.E.C. ,,11`."' F f R> I' . : TH BEACH y t 1 ,4Y. / OCEANSIDE 8 l i }K z ��`- � ' ' PARK .....13.: a �. 04. -• .� v D R -. ,��� PROJECT —17 , N 4 R , I � ¢ sMy I ,� 9� ..:°,7'77.,:'— x, /� ry 1AF°.D.a..iu II w.ra." ` .-.._....�..—... ..-...r.—..1.-..—......—..-�.-� .^ FOR BIOOINGOFflV A'147:12026 syATER PLA LK it BEACHWA ff NOT FOR CONSTRUCTION } _ � <or: AS SHOWN b �is7934 r .eiN 3T y+• =�-- L Al t P .8L s Wf L,.,E?VICE NOTE:ALL BEACII SHOWERS SHALL DE FED BA PGTTELE WATER.^,ERVICE LINES TO DE CONSTRUCTED AS FART OF - � -i.,t. NATE:CONTRACTOR SHALL.DEE 1 NA ER PL ANC AS ECMEMATIf, 811 'HE PARD IIACROVEMEN LPROJECT'.WHERE BALL VALVE AND METER ROES AT THE JUNC(JRE or BOTH PROJECTS WILL BE PROVIDED NATURE AND SHALL DF RLCVIHEO C :.ELO LOCA-E ALL PROPOSED AS PF.R PLANS.WHERE SOT P TION LOCA O.CONTRACTOR FORT IS PROJECT STALL INSTALL THE fl.AL L.VALYF.AMD METER BOXPF.R P:AN fl%TURF.B BASED ON VERIFICAT ON OF WATER MAIN LOCATNN:S. ( " s..rr4 nrr OSE:VEASFUTURECONNECTION LOCATION. \ p T�-w C-8407 --- WATER PLAN BEACMWALK 'p x. .o N.r. 1a 4 I 2 I 1 l DADA MIAMIBEACH DEE DEIAEMBEACH 'MO COVED,.CDREA T o .,M - OVA .b A WASr‘ NA TY MN.ixiNR A 5 E. J/♦'CATE VALVE _COMM AT nexe rro CIX'MLarMWEI GRADE r `� H SOPit Y130ET PAVEMENT, t <„FIN -Y tN"N:'PR-m : /{• / A. *11 'Oil P.r.n,.n.� _ f , . wow: �w�,�w,k A.. -. J RUE uX«% - ,fur. 3/['CIA I.N.TWE „K'BRASS PIPE S 1 ner 'inA V[N: / \ •- jl N --Y:.A nb i EN ARPROVED EQUAL C .. J [ 1 . I SII J f sy 1! „i Ulm„.' i- ' b DOUBLE sm6P STAINLESS STEEL SEA,' rzi.. EIMINEERNG E. ,»”. ,PRe,.�.�..�:, 1 U 1 SADDLE W/STANILESS STEEL STRAPS I, sw.s+xc.Mfl, 1Lx•'50.0.0 t1 porous Poop, I»A.SR uLaM r[IMREy Dal[ a a». t_ A.;a AL YEAR SOME FROM 5,r KAP 10 Y NEM 1- `T •Nrt� /� yr OW 1 'C TAT T I wrturt I �� Mn 1%°e=.3.4 4 #W,WWY> I RAVEL;TAO,E J (`�I a>R r �i 5 SAE SM Y POWtENill i J YGC MI' 'i ,w „IOW) .. .. ,roA. ..+-y- .r ,Is�X r+ rY� CORPORAi,ON STEP t I^ M wu WEST 8 31.1.30P.STREET 9 A CN PAP NON 0 M OW Ai..1Tw'LAVE SEP.PM INOER JAIL n M^J,P^ww`lrt A[GMil N CAR PAWAR 41 ASINO PA^AI xEf.4l1 w.J r R.A.PM "-'92172,A. •`r VW • \ N > _ FlTt-P- j aap m ACR MAIN i 4ASl5w 1 \ W lna• !a• • „,--......•,:-.:. . i N = 015.0 i l l.♦Ar a w..n NSTf:USE RE40ENIW.SEANCES CONNED NDN CR fOOE HYb6AN(5 , A [AY�>-1f'"L" -f cFCTW0N _1 O.VOW AREAS roR TEMPORARY B.T.POINTS .' fl I ;ROAR. vrneN i la NI PRO PO PP PPP CORAw,u..uKa .. [A[f°' a LE } r_i �1 .r.P�i .RA .aw L,n.N,::i mA.ro InNNRP. fc 1p 1:94CACT RAWER REIS.YOf: 1.01-EAIRW O'qN Kap. Op. cARREADEs BAOIE. t'IJNG P PPP Na Nr.rAP N N NORTH _., �T ATi MEkB_D uL __OOP PEPrIto to Mow AS/ARM. V AR OM - .. BEACH Mfx wc[mPCC„Iw:Wut 1111-.1. ,.. ® yT} ... I. .••I wPiEN UElAIL5 Not 1 WcJs ....«..- �® TwMex wrEa tRivl. ,M.,«....r...,.,, _. � E EFNNICEFAI.E w81 YNAER.BGE,A, �^ w« .A „rtwG.Cr .N .............. eENw^.�[il OCE SIDE PARK PROJECT B .I,It 3 RAE 1_ ____i__.. .300E Ac P'—^t .... Gor pr NRA: ���'e��y pd ..AA NA 'R6e--1 2 PON ...�'� . KW UP 1 lig i igi i �_._____- �� _ tam, m,a.. AIR AY 1. �,.N.G. E ! f I��IF( �f ! pp ,{�E[k' ttyy } TAg .e ( 1. WHEN A PORTION Of THE 510EWAlK IS WITHIN THE 4'-7'rFSET, iyj r • H l5.il,� {eA 41 �1E�ff'�I`fOtls7 LOCATE FIRE HYDRANT Y-0'FROM FACE OF WALK,WITHIN CRASS S L 6 ........-.1,1303. LLMe C- !_ .... .. ,Rn,m APOPPO4RE .3°CRAB'..BATE AREA. !,711,4:•.":”,. ...P.A. E ^x 1' l iP . E ' ./�f a R.J.KSS 2. 8A AL OTHER CASES CONTACT FIRE DEPARTMENT.OR FIR, 1 �- ..,wn2A f AA; I � CORP.ST. Cc.Fra mAtx HYDRANT i 3. 11 SSOEWALO LOCA E GUARD POSTS AT THE FAQ Cr THE PUMPER - 4 0 ,6 3 PJ 15. AND 2 6 FITHFR SIDE 3F CENTER ANNE OF FIRE HYDRANT, C I NNE ES ,I II ! Nov A[ $ I 4. 09TPRENi POURS.ERE HYDRANT A AND GUARD POST CONCRETE WORK SHALL R 1�AN -10 ARRA#^. =N911XIIIIII -f I 'iii ' I. K.,rte u�MMIIIIIIr ]y EXTRA POTS MAY RE REQUIRED N INOUSTRta ANO CONCERTED E _ RA, � l , + TRAFFIC AREAS. „uR ♦- /r",..... Ngrtt 1 1 II aUL1S OATS s TEST D FRE HYDRANTS SHALL NOT BE LOCATED EO WITHIN A RADIUS N~ [u A> f ”"NI L TAt Rw:)R 1 4$q, t Y LAUD I GUARD!ORS SHALL NCI BE ALLOWED IN JC i HD/OR WHEN (I T} -14-1E,\:._7:21 iI 4�' "TTT I.Ab0�ly11N.ON R-wY�CawECmN Ar GmMA,W Ai a I PlliZ.HYDRANTS ARE BEHIND LITERS OR PROTECTED i .. ))' � 3.1G N 'wpm a N SNAw. 1 STEEL U.AR ENCROACHMENT GUARD POSTS TO BE TIES 2 REDECR BIDDING ONlY Q �.®kl�' i��88!• Loo NOT 433 AYPdM COINER.00335 At in1R NIv PIPE SCHEDULE 00 6'DIAMETER 5 C';BURIED 1.5 j. 1j plop W, 4 ` NM RA, ! 1� 00 ibiM uui wisR 3L#SEM Cd3.LS`�; . $ Ii • 1 Z <` LPAs lax., r,11nln 3-.0'0 I B. SYNOUEIEFTHE n=TOILE OFf A FIHYDRANT SERVICE CONNECTION IS NOT FOR CONSTRUCTION GYa �. -Y Ir 1 A �S FlFTY FEET OR CRFATER,IT SHALL BE CONSTRUCTED%NTH B' T 1 ' ! I -^ rz'PXD.o .D�vY i a.�o Na iYLE� OIAMETFR PPE ANO IM.LF; 4N 8'x 6'RFDIICER AT OR R"THE AS SHOWN Nt2J. FRE HYDRANT. 1_. .A1lb >~ A N 0003 [sNnn k 3. SLAB OF CONCRETE AROUND FIRE HYDRANT SHOULD C0,4R THE e r.+Y.w� ri E E : i •/ 6 A,�a'"RCPno�°Aa� v.wlis Pa�F: �°i¢ars ` GUARD POST: 911172020 8 a:+rc'rµc eI ,. $ {,'f I -', ' ! ay`7� `w��',P81L`c�n.Rc s" REv ..iAa Mrlc.POP n E555 MEGA, A ...,-,•,-.....,. W tf F.. q {`'. f+i I E LTA 15.7934 ti I 11i GitlEEtA4...EAe.7E,S CEA.alal. P NSP ` ,� N I , ,4 1 CIVIL r _II ;�p� W. w ¢�k� '-'s"R" x s OP Oft., frOligan-WOO PPM Promo O 1 � N. - � I�l� ENGINEERING t, NATTR ML_:3.➢LIBIL r. qq�� _ . . -- E DETAILS ...POO MVP O[IAP WSI4 R.M ATERDETAILS,*.1 ST8 .., ,. �_. ._... GENERA.. o,„,, A A. _._...... rwnnRArnAGR.0 W'S7R �r ........... } YGA9 WS2R aPN .r . _ny,._ w..e- I- rn.wn[nusn rvG cc.«Ecrw ..raw..o...a�. 7 C-6501 A I _ I CAM MIAMI BEACH •03 coveurlox cDroa G.1•4 0. T..7 VALVE(M. - 8A q1 f_trRiPkKNi h CX. .i. n. � „�SA 91n.3E „romminum. ti, a - GMx 1 Rumen.svcrr,o1,171.,-,1,3.76 Iva WAS[ r . Der MEN MDT 4YlYSh 74.7,2—�ARK c ugt w:ecu [wum3,a nnINrva u F•n+w,. i ii.'CRNMa _.Kj sun 1Ft CW,M 94-14Ass DETER ser,ses KILN No 04.!T OTR 00110.E CUM 0010.SSEVNv 11110.,0.MIFL(2) 7 �u94 *MU DETECTOR Or.YN,cPIA.. A-A ,.W V.PEfLCW*MAI, Vr ECALARDS 9 EROM I 1r 0-4..) *.=.4. 1u-Cass __e --111111481111111i1111:12 1la I m:.� r TAE VP TR** WEST 8 R.S. „' a �,.N R NNE r E.WAKM.0SOTE Kt REE. ORTERENRAL RELIEF -69 PfE AMP,* xm.. NEW VOW PP.Nr 102,3 uK rt fvATION YlEW CONCRETE SUS SiR'-NF' DE- S MX L P .xI N.t Nfn'CA r DOW A/CN'Os*a RRADV5Yt••• :1c xO,E: 1.MONO 54441,SE MIME MON MM;V R.(000 MI.&'N AC00RDANLE R/ - _ _ RA.90 S<993TN..[N021 FEC.IIC^11W9 4-20' ?1Ar^ eMFi M eOtiUS ARE NOT RERMRED IMF=N TRAFFIC AREAS. 7NDi WHIR COvSMIiOTR7E4 DETAIL S vnm N 1.A9 DAM".N TIS WEST REARM R nor.ALUM.WRNS 1K4•61011(1 AT.{ .xv. I.ONNER DnNL MASONS MEN REANC PREBAIRL EONS 0.3E.N.T. .3.mr nu wn.NR.roi,.... 'RAIINAWCii°44 NORTH _. ............_.__ _ BEACH W^LER OH NON WS31 TATA.. ROMWRYDETNLS N0.1 Rsa OCEANSIDE PARK PROJECT NOTE'. D DETAIL SHALL APPLY TO THE INSTALLATION OF ALL WATER SERVICE LINES ssK 3 r pa r A "" l Ll b ti T .:...w..n.o,•:.'v,. 6 II 1 I a { I, `S) IMES 1115 V^IEMK 9HAL RF --. TRENCH DETAILS REMOVED AS THEY ARE NOT WITHIN THE SCOPE OF WORK TWA r 01., `TANK 1ES ri F I 3 FOR BIDDING ONLY x REDTTA9.1. i NOT FOR CONSTRUCTION yy VIT I fq VOW.117.141. y' A�SXOWN TO RE 005 .,TNN F A W77R020 (� L NYOHD M�2.r FaF NIA 15-79A V 4 J LT A 57934 f __.. I i an a,r &n; ,rowuoowulIouai.:a�_ CIVIL _1I c. '1 AREA:2 ENGINEERING .._ TATA.— oROENR,4D1041R DETAILS _— $d -pyo StE EwHLmroRRceruw as X577 ....2.,.....^-~ �.- un .A TI LT IC-B502 4 , 3 I 2 1 1 COW MIAMI BEACH IMICPPENTINCIOMIRININI AS MGLIPMII '''...,AA, SIMEN-.14 VI IMAM PROVOK, Pi 1.01010 .n *Tx 0' k5, ate v„-..L1:17,.... WEST 8 SUITE A.% i ,"`fig'` __ !1; $" rrc,..o.,m.... L NORTH BACKFLOW PREVENTER CAGE DETAIL N' BEACH OCEANSIDE PARK PROJECT B NEW CONCRETE FRLIWIAY v 3 24136'OIIDYSRE ENCLOSURE (TO BE FLUSH) B (SYWERIECH 2436) NEM CONCRETE SVQ A APPROVED SOLO COVER DRINKING FOUNTAIN n (ET AP PROKO EHEE) (SEE DETAIL ON TN5 SHEET it AA ' Illn p mnFuulr�unAniuP nm= 01= 6,242 i TO BEND I)6'PVC TEE _1113. VIII PROPOSED I)1'P6C ORO 1/4•/lf , 9 _Ii; �I,I JOIN 6 T 1 MIK IIIPI�Innele N. COMPACTED FILL OO ID' 22 HOPE PPE(24116•) (2)45 0E1105 WITH If CRAM FLL l FOR DITTOING ONLY g NOTES NOT FOR CONSTRUCTION I. SEE SITE PIAN FOR CONCRETE SLAB CROSS SLOPE AND GRADES. 2. FINISHU NISH SB SHALL BE HON-SKID 011 BROOM TE%TUBE PERPENDICUIIR TO DiRECT10N OF SAS SHOWN PEDESTRIAN TRAVEL. __ k 3. INSTALL TYPE'A'(OPEN TYPE JOINT)BETWEEN EDGES OF CONCRETE SLAB AND NEW A6111(2020 2 CONCRETE WALKWAY. c'V f1 4. INSTALL FILTER FABRIC AROUND SYNERTECH BOX.AND 24•HOPE PIPE. 01S-793- DRYWELL AND DRINKING FOUNTAIN DETAIL TON civil 1 ENGINEERING 7R DETAILS C-B503 4 I 3 I 2 20'TYP SPACING BETWEEN EXPANSION JOINTS UrTNT MI AMI BEAC H • TVP SPACING BTW CONTROL JOINTS RIB.TyP SEALANT ,-R.-TYP / SAWCUT WITH METAL at=,,-,%--- S -.... L ... EDGE GUIDE •_ : BOND BREANFR 6 ININ OEPM 1-Im -' O• EXPANSION JOINT FILL O1 M mom TaRATAYe: p ' A 7ERLA INSTALLED ..CONC SLAB § Ef2IP DOWN VERTICAL SIDES !. S% CONCRETE M. S - LONATUDINAL IOTE D=DEPTH PER MANUFACTURER'S I NOTE.AOC.UNLESS OTHERWISE NOTED .^ , SLOPE RECOMMENDATION TA I SEALANT AT VERTICAL SURFACE SAWCUT CONTROL JOINT N >1 1 -- Cahm Sion.,A hammy Int SEALANT 1;t• „ ww .. `......EXPAN9ONJOMT ..CONTROL JOINT PLAN VIEW RUA TYP R BONO BREAKER ID.DEPT.' RIO TIT .. STANOPR°TO0.ED A' .tp"rwa.,i. 1Y MIN i!ITMM PERMANUFACTURERS LL GROOVE C THR -' 'R " --- TRANSVERSETO"SLOPE RECOMMENOATIONI MaO+T-NFL T��P'•-• r W nw CONI9LA8 O I - I DOWEAPANStON VERTICAL FLS O. LONG SLAB S .. COMPACTED LIME ROCK BASE • S---•III,•II7�l1 MATER WL INSTALLEDlemAMPIKTAfo DOWN VERTICAL 910E9 g. ,• ._..._—_• 12.STABILIZED SUB GRADE CONCRETE nn HATEZS'O C.UNiLESSOISE NOTE°.INSTALL NOTE:S O C.UNLESS OTHERWISE NOTED DNE: •� AT JCT OF EX AND NEW CONE;WHERE CONE ABUTS Vntn+.m CURBS,DRIVEWAY AND SIMILAR STRUCTURES SECTION VIEW uvrE.n.unsmx=x SEALANT AT EXPANSION JOINT TOOLED CONTROL JOINT WEST 8 4 CONCRETE SIDEWALKQ (TYPICAL) . .__...---__-.. ..................._.__.._...—_—'--_—__'_ PATS U CONCRETE JOINTS(TYPICAL) Nrs •e..roMaII.KY+T> ...TEM.COMajnrc 1 YitAte> MULCH OR SAND LAYER � A RES BULLNOSE REFER TO PLANTINODEINL3 I M .ti FIBER MESH REWFORCED •Am OM of' YPOAII CONCRETE, PORTLAND CEMENT • 7� ,/ �'2 ITINISHES VARY CONCRETE J SOO MIN.POI(S�.-;IIS l ).4 1' FREFER TO MATERIALS ...... DAYS A'MAX SLUMP rw,•YYA•APTY ' --. . 2 SCHEDULE 6 SPECIFICATIONS Z FINISHES VARY REFER TO y C E MATERIALS SCHEDU:E 6 NORTH . . • .) ; , ' > - 1.- SPECIFIGTONS _ _ « • COMPACTED LIRE ROCK RISE A • COMPACTED LIME ROCK SASE BEACH (COMPACTED TO Se%DENSITY m DENEBRSITY PER TOETI OCEANSIDE DENSRV PER AABHiO i-1001 PER AASHTO T-ttb) VARIES • i ) 12.STABILIZED SUB-GRADE PARK ITYPE BI • GEDTEDTILE PROJECT B -1ME • ,STABILIZED SUBGRAOE '"•'M.Mb[.%1'I y..a' HORTICULTURAL SOIL,REFER (TYPE RI # TOPLANTIND DETAILS JI —s,.... -' II $ CONCRETE SLAB AT PLANTING NTS �J CONCRETE SLAB-PEDESTRIAN-GRADE(TYPICAL) MS i 6 J. EXPANSION JOUR \ B*I ,, CONCRETE U .FMiSHES VARY 1 �- y evwvnwua.a• 1 SCHEDULEAB REFER TO MATERIALS �,�-W - 6 SPECIFICATIONS S -WELDED WIRE MESH RCED ` METAL WIRE - MS STL REPAIR FLUSH ft smmaAR ) EXPANSON JOINT CSEONC BELE REINBLAB 3000 MIN. ® e/1A/TI;A.=:WV INFURCEMENT REVy ) CONCRETE.FINISHES VARY .. PBI®1B OATS t'MAX SLUMP _ !ST j •' • ." \ REFER TO MATERIALS L Z FINISHES VARY REFER TO "'( j L SCHEDULE A SPECIFICATIONS F U 2 MATERIALS SCHEDULE ypF. m _—• _---_-. W N m SPECIFICATIONS gY 1 1•I T i— EXISTING CONCRETE 1 K` SIDEWAK OR CURB Z - COMPACTED LME ROCK BASE j . I - - 1 •> I I (LORA COMPACTED TO%% m DENSITY PER PATO T INT • • NSHORE T OMPACTON SHALL BE DONE TWO(214 INCH LIFTS FNGMY I VARIES �" COMPACTED LIME ROCK BASE NOT FORC�TBKTION ICONWACIED TO 9e%UENSTY PER AASHTO T.IIMI • ,sues.°SUB-GRADE (TYPE BI v_AS SHOWN ,� 12 STABILIZED \) • 1T STABILIZED SUB-GRADE XUR. COMPS •LEAF.ROCK BASE SUR GRADE(TYPE ( (TYPE B) `s'9111)2010 4 . •, ' EDIOSBYDENBITY ) A PER MSNTH VINO) i'' 157934 ?O 6 IN THICKENED CONC SLAB AT 4 INCH CONC THICKENED SLAB NTS G CONCRETE SLAB AT EX.CURB AND EX.CONDITIONS NTS ®CONCRETE SLAB-VEHICLE-BEARING(TYPICAL) NTS 6 �ii .. ._ ti ^ ..� ^ ^ ..�.� ^ ..... PAVING&EDGING 1 DETAILS 1 I SD-B201 4 I 3 I 2 I GLOP MIAMIBEACH PRECAST CONCRETE UNIT IX'•vu%ASVtA PAVER:FINISHES VARY. + M 6 - ........._.__..... _..... MAX SLOPE I:]!fVPI f.-0. CONCRETEPORTLAND ADER CEMENT PP PPATMCn WA.DPW REFER TO MATERIALS 'i, -\ CONCRETE HEADER CURB, WPM, RWA W SCHEDULE 6 SPECIFICATIONS I• .^ 6• B• M SUMP. I3.000 MIN PSI.22PS REBARS. CONCRETE. • mMLcdNAt FLUSH i Nvt REFER VARY } -: MULCH OR SAND LAYER. 3 MN COVERAGE .. ....... ...__....... .......... REFER TO MATERIALS .G afl _ _ ...... REFER TO PLANTING DETAILS 1 FLUSH CONYWREBAR 1 . - N SCHEDULE A seeCIFICATIONS _ w Y • • ...WIDE PORTLAND •..... --_ _ .._..__ 123F-{ENGTHS BETWEEN LL < - • W I EXPANSION JOINTS).T MM •.. -- _.._..._..._. t3. •• w •. CONCRETE HEADER CURB • W 1 '"-1.C7--- W COVERAGE. N •> .I j MA%�SLUM MIN PSI W M DAYS P _ 111* 1 NS CONT .i.....v�..i...... • COMPACTED LIME ROCK BASE I KEBABS] N.COVERAGE. > (COMPACTED T09e%DENSITY a'A1 N.CURD AFI:LIMFAOCN 1. 1T ES REBAR OOVAEL WlPUSTRC GhI C"KdRMEA.w-.�'.,iM ....AR.... •. PER AASM000101 Z FOUNDATION LN'PAP ' SLEEVE(TYPA 3'MN.BERMR 1O VARIES I'NOMINAL SEOOING SAND EXTENDED MW R BEYOND OVERLAP COVERAGE. C ...•- iii !NOT TO EXCEED 1-1R') e • THE ECCE OF CURB • ..... IIT EXPANS ON iw.o&.MT YIWIS LID.rS�.�r COMPACTED TO CDENSITYO JOINT 020d'O C rEnn0.oN1 IT M1I N STADIL ZED 08%OF THE MAXIMUM DRY (TVPCALI GrAnMPS WEAW SUB-GRADE ILBR-FO DENSITY PER AASNTO f-100 "' 1sm�tt,MNrrvran COMPACTED TO 98k OENMTY !MIN.LBiR 100). .M.o.“f PER PASHTO T.1801 STABILIZED ASUBGRADE (TYPE Bl _.. sa..� ..........._.1Y MN STABILIZED ,..,... ili-C 1 OEOIE%T0.E BLIBGRADE ILBR IO COMPACTED TO 811%DENSITY -nree-na.e ---- - HORTICULTURAL SOIL.REFER PER PASHTO T-1801 c<AKJrlVu oevwrx TO PLANTING DETAILS WEST 8 ___---.- -- PB NXHDn MawS PAYER TO CONCRETE NTS C CONCRETE HEADER CURB AT PLANTING PROFILE VIEW NEW(OW OMS'WI . _ �,..,._• .AP.1ECPRN cu,RAT.Nt j PRECAST CONCRETE UNIT 6• 3 TMIN.OVERLAP s,AAPmrAINnAUrt H< rz <�N PAVER:FINISHES VARY { REFER TO MATERIALS - - CON T PS REBAR SIGN ENG.. - / SCHEDULE d SPECIFICATIONS • BETWEEN E%PAN410N ANTER S } 17 X117 PORfUND CEMENT MIN.COVERAGE. % MFm~w W A�a 'y J CONCRETE HEADER CURB. FLUSH FLUSH 3.000 MIN.PSI O52e DAYS.M' ay.nr�.n. pMRNG FIXTURE w '., MA3.X SLUMP.COVERAGE KEBABS. ..-._� CONCRETE WITH THICKENED G' T ....___.- CONEOE. ID'15 EDGE FINISHES VARY EXISTING C(EB CURRWAlIL OR SLEEVE(TP1 TIDE.COVERAGEAINORTH REFER TO MATERIALS , IP • m SCHEDULE 6 SPECIFICATIONS . • OVERCC"CUV gEBAR,R�JOIMT6- Fa YWN TIP UYE%PANSON BEACH �� �� • EXPANSION JOINT JOINT C. ITT ' A'/ONCOMPACTED IPO OEXCEED BEDDING SND -- �, IIYPMALI OCEANSIDE �, BASE COMPACTEOIO 9814 PER 18P-WIDE PORTUNDCEMENTADER CURB, PARK y 1ABLIZEO AGGRE(AIE, (' ---""•A1(J'MIN COMPACTED LIME CONCRETE HE . APDAPAVE OR APPROVED ! , ROCN BASE ILBR100W ]GOO MN.PBI®2e WYE.A' RE FABRIC MPPEO • COMPACTED T099%OENSIIY • MAX SLUMP.VP 2 PS CANT _ PER AASMTO T.WI CEOTEXTKEBABS.3'MIN.COVERAGE. PROJECT ROUND PERFORATED PVC P • I FOUNDATION OR Sp'MN.CURS PA'LNEROCK B i • A . .. EXTENDED MN 9'BEYOND '• •.--- ABUTTING CONDITIONS •ntcn...,au ge�i r J'.� 1 I T VAD' TONG (. 6•MIN • ..... ........ THE EDGE OF CURB q4 ''E•• PERFO G • PIPE FOR ( COMPACTED TO A DENSITY OF U Mw STABILIZED BGRADE EBIRS0 MN OF THE MAXIMUM EMIT I .) COMPACTEDPERMSNTO (MIN. P00IAASIROT TAN 11n• PLAN VIEW 6 -.....—...._._..-........ 3, 3-(IVP) (TYP) NOD ._.....— HIS CONCRETE WITH THICKENED EDGE TO LIGHT DRAINAGE 12"DEEP CONC HEADER CURB AT CONC UNIT PAVERS ` ' \.... ./...^__...�..�. 5._.`.\..U-i....... ..i..�...�...'a._i..!._........��..,..�^_ 3-MIN(TIP) f -�- RBULLNOSE ITNT...05 FLUSH FLUSH 4,0029 PRECAST CONCRETE UNIT BDDINNG SAND EP LSRE TO MATERIALS A • —` - OVERLAP REBARS AT JOINTS- B (NOT TO EXCEED SCHEDULEd SPECIFICATIONS w ]'MIN YP 1-zl SX 1C POITLANO CEMENT U 6•MIN •• •• S _ FLUSH FLUSH COM HEADER CURB],000 Q. 18.-WIDE PORTLAND CEMENT dS. B W MN PS D',26 DAYS A-MAX > _ •1 SWAMY.P31 DAYS.f' F 6 COVERAGE. C MAX SLUMP W 2ES CONT • EXISTING CONE SIDEWALK OR REBMS]'M COVERAGE. •• •• CORC HEADER CURB v pi • OVERLAPREBARS AT JOINTS. — 4'M'MIN.CURB D.LMEROCK • 'MIN NP FOUNDATION OR PMO' ' 3 EXTENDED MIN e'BEYONO q $P EXPANSKN JOINT E EDGE OF CURB 'JjOS A 1Y MIN COMPACTED LIME COMPACTED4TOAUENE TY OF ' 8%THE MAXIMUM DRY •, ROCK BASE ILBR B OG S PER MENTO TAW • :,,,,,,,,.1,,,,t,::: '' COMPACTED TOOB%DENSITY I .: -------- --------- 1 BR 00 FOR BIDDING ONLY PER MSHTO T ITO) I 6.MIN. IT MN STABLZED NOT FOR CONSTRUCTION 9 dm,�a R•MN CURB PAD LWEROCK SOB GRADE ILBF95O lYp FOUNDATIONOR'PAW CROSS-SECTION VIEW CDMPACTEDT-IBek DENSITY z IF ` EXTENDED MN.B'BEVOND PER AMHTDTtBO) AS SHOWN.__...... ............. ............. .........3�..' THE EDGE OF CURB NOTE. Ei COMPACTED TOA DENSITY OF CONTRACTOR SHALL PROVIDE SAW-CUT CONTROL AIMS AT S x OA, S SIT MIN STABILIZED L GRADERLRM0 BIfDENOF TYMR MAXIMUM � OC..SEE JOINT DETAILS FOR SPECIFICATIONS A 911112020 COMPACTEDTOYe%DENSITY (MIN LBS tall Si PER MSHTD T•1 MI 1x:795 0 (�' 15.'934 �J B"DEEP CONC HEADER CURB AT CONCRETE UNIT PAVERS NTS LJ CONCRETE HEADER CURB(TYPICAL) NT' PAVING&EDGING t DETAILS SD-B202 I 3 Cuba .. ....,._, .,.._,- ... ...,,...,...,_. ...,,,...,._. ,ti... _ MIAMIBEACH INTEGRAL CURB CONE BENCH BEYOND ELEVATION ,,FTAILS?OROK R t ap�AeMOIL9n-,-w• gIMA ON I- INT CURB FLVSH MONOLI AB WITH MAIBCPfATMm. T f ,0.FACE INT PROFILE CURB REFER •' , PROFILE DETAIL FOR CAIENSPNS 1 z CONCRETE FINISHES VARY- ? MULCH ILEOR • \ / SCHEDULE MATERIALS SCHEIXXE 8 ` • SAND DYER "'S\ '� SPECIFICATIONS OMITTED REFER OMITTED FoAa°° • CAN.Glerd4510 LAwe*Ly by , BASE DETAILS `" '. _. \x 'Y STABILIZED SUB-GRADE EIPAl610N I / \ (TVR BI C(xAn 'MIN CURB PAO \ F A - ..... • FOUNDATION OR 4A0' ., PURPOSES EXICNDED MIN 6' ,, \ )_ BEYOND THE EDGE OF •B COMPACTED TO 0814 Pwrw ABUtTING CONDITIONSEINGEAT ED FORON\�. SOLI RE O T E ITV OIA _nu ONLY.TO BE FORMED ANO REO TING • I DENSITY PE•R DRY ! amens. SMHFR "' AS A MONUUTH WITH ABUTTING SDEWKK DETAILS -- -- •J. - TIED MIN LBR' • • WEST 8 BOMBS.anwsT U INTEGRAL CURB PLAN DETAIL NIB O INTEGRAL CURB ABUTTING PLANTING AREA DETAIL NTS < N:N.R Ur,10 VA l ...... ,_,•_--..........., ..... '. n..�..i. ....... ..''''''.4.1, .._.- vis‘1''..;11V11(,...'11- :J ROUGHLY SAND TO REMOVE 'I ENO OE ARC-PROVIDE (,- SHARP EDGES(TIP) ! S' SMOOTH TANGENT ¢ �l E. v- _ ., __x ,-�FJ 1-1.T DIA HOLE SET J• ! TRANSITICM W" BELOW IOP OF POST A • MATCH MIN M a WWI ma Emu- 1-DIA.,NMM,NYLON ) • RVl'(TYI) THS ESS ROPE.COLOR.WHITE , 2 PV WA SAG OSTS BETWEEN 1 I` RILL1N• SLAB 1140 CIVIC NORTH 8wt Z -XHXP PT S2 WO POSY FINISHED GRADE � < BEACH d ROPELENG ( t... OM1 1,1111411;1, OCEANSIDE n.xeowNe ROPE LENGTHS SHALL NOT EXTEND BEYOND AU FEET IN 1 LENGTH(°POSTS,ALL ENDS ) SHALL BE SEALED WTTH A PARK I I 6 I I PROPANE TORCH TO PREVENT 1 NOJONNT UNRAVELLING.WRAPPED WITH Z-0•- NT OF INTEGRAL CURB SEPARATION I I ilt I 1 TE DUCT TAPEAMINOFY i CO EMS,AS SHOWN ON PIANS \ PROJECT I SECURED TO THE WO POST .,9 L _.... ......�. U WITHA118'X 145'WPSHER ! .Y».l..Yr,:MARC a a..+' i Aro A COURSE THREADY X SE I NOTE'.INTEGRAL CURB COMPONENT SHA • SIST OF T, _ -.,.: OP HO FMERIOR 365CREW. I A MONOLITHIC POUR WITH ANY ABUTTING CO- SLAB • WOO C.(TOP) • EXCESS ROPE SHALL BE AND SHALL NOT BE SEPARATED BY AN E%PANS•` •SAT IEA.. WRAPPED AROUND THE POST ) BENEATH THE 1-1;t HOLE ) ( ®POST AND ROPE DETAIL TYPICAL ( ) _ HISi. ® -III.( INTEGRAL PAVER PROFILE DETAIL E py E +w wwwrHa 1Z AI RYE1104/281104/28W A •{3D mLP NO.110SDEDIA RD/ NITELLICCPT MORGAN REV A MODEL OR APPROVED EIXML. ( 5' 1' B'(lYP) WHITE TOMSASIL SKATE ' r • •-- -- • DETERRENT ANCHORED WITH q TWO BLIND SMART PINS PLUS 9 ANCHOR PNS AND...PACT ) ( RESISTANT EPDXY.SPACED t . r l ..._._.. , Z_ z°•APART°` OMITTED p Rl?TIP nmw-r Nls u..;PA.>E 2 INSTALL ANCHORED WITN TWO BLMD FOR BIDDING ONLY • $ SMART PINS PLUS ANCHORS.USE ` _ • / <' NOT FOR $ / SMART PI IN LUSANCHOR USE i - CONSTRUCTION L¢i TNV-0ART EPOI(Y PER i Ti C -._— J MANUFACTURER59PECIFIGt10N9 ff .........:'""..� ..... .�::" - -_ -- ..."+• NxF 1� AS SHOWN — [ NOTE ) S SKATE AL E ON SIDES OFNT F PRECAST ) (A X911 moo L ELEMENT FACING KL PUBLICLY \ ,,,A way., ,YEA tl ACCESSIBLE PEDESTRIAN AREAS (> j ( 15,7974 ®SKATE DETERRENT SURFACE MOUNT HIS O INTEGRAL CURB CAP END DETAIL ELEVATION NTS n"" " \- .1_- _ _.._!�•._.....,_�_�_ ' PAVING&EDGING I DETAILS 811 d.._,. SD-B203 _ 2 GI.. • INTELLICEPT MORGAN OR APPROVED EQUAL. MIAMIBEACH HEMI SKATEBOARD WHITE TOMSASIL SKATE DETERRENT.ANCHORED vmarmaxpo.camas uaw DETTERANT.SEE DETAIL S i WITH TWO BLIND SMART PINS PLUS ANCHOR PINS R IRICI.KOID SHEET SD301 • AND IMPACT RESISTANT EPDXY SPACED 24' 2,-0• APART O C SEE DETAIL 8 SHEET 50203. RAEq conallin • - • (FANNING GRADE ELBA 81V) (BANNING ORALE ELEV 2-CAST STONE CAP WITH VARIOUS LENGTHS NO 2%MAX TOP OF WALL$t 5'MOVE FINISHED CONSTRUCTION GRADE 9g61 2'C - PITCH FOR THAN I AGE:ALLITH 1'GE OVERHANG AND TOP OF VE @ 2.6 PITCH DRAINAGE:ALL EDGES TO PROVIDE A SEALANT t' ABOVE PIRATED 2%MqX 12-INCH ROUND BULLNOSE FINISH 111I CONSTRUCTION GRADE BOND BREAKER - '-• 1/2-MORTAR BULLNOSE I'CORNER RADIUS(TYP.) ri t`� PROVIDE ANCHOR WITH REBAR(TYP) EXPANSION JOINT '. N: ..1'-0'X 1'8'x 2'A'CMU PILASTER PROVIDE RS PRECAST ULTRA HIGH " GAr G•f.N 8.EVIwAA::set. PERFORMANCE CONCRETE VERTICAL BARS IN SOLID FILLED CELLS••(1) _ CONCRETE. • (UHPGI BENCH BYd CORNERS QAB'O.C.MA% FINISHES VARY FINECONCRETE.SHALL D OOLITE CORAL ROCK VENEER WITH NATURAL C REFER TO MATERIALS DUCTAL®GRADE FII RANDOM FINISH(TYP.MORTAR JOINTS SHALL SCHEDULE A SPECIFICATIONS 7 WHITE 'r-,.:-'..3..' IK 'l l� DC EVENLY DISTRIBUTED HTIN WIDTH VENEER SHALLDERNEER6L.Eta w BE EVENLY DSTRIBON ALL FACES OF ALL RRa ` -, S'DEEP ED.ROCK,LIGHTLY - - WALL SURFACES.INCLUDING ENDS grim ....TAMPERED. .c grx" FINISHED GRADE 2%MAX . HOLLOW 1 8' Y,. MULCH OR SAND LAYER. FRONT FACE - REAR FACE 4' In• ; REFER TO PLANTING DETAILS vK cam` J • ..___ .______ ACI STD HOOK(TYP.) :47 -- SUSGRAOE SOIL • ■■■ I CONCRETE FOOTER WITH REBAR- I REINF.AS REOD.PER WEST 8 o STRUCTURAL ENGINEER GRR'b HEFT WATERPROOF SEALANT AND EXTENDED 3. TOP NF ©MITTS ` ��� O. (TYRLING FINISHED GRADE STRUCTURAL ENGINEIER PER wwroN v K mn VIII TIIIEIVII NR NP 7 •...._.............ANCHOR BOLT - Ii CAMPACTED LIME ROCK BASE (COMPACTED TO SB% - • t.,....rt.w...•..m.,.,. MODIFIED PROCTOR) • FOOTING AND STRUCTURAL NORTH DESIGN TO BE PROVIDED BY • 10738'GONG REINF FOOTING CONTRACTOR BEACH .2I S STL REBAR CONT QM. O.C.TOP a BOTTOM EACH WAY OCEANSIDE .DIES- NOTES. PARK I STRUCTURAL DRAWING AND SPECIFICATIONS ARE BENG PROVIDED ONLY I. STRUCTURAL DRAWING AND SPECIFICATIONS ARE BEING FOR INFORMATION PURPOSES TO GUIDE THE DESIGN.GC SHALL PROVIDE PROVIDED ONLY FOR INFORMATION PURPOSES TO PROJECT SIGNED AND SEALED SHOP DWGS AND SIRUCTURALCALCULA DONSFROM A GUIDE THE DESIGN OF THE RETAINING WALL.GC SHALL B PROFESSIONAL STRUCTURAL ENGINEER FOR APPROVAL BY OWNER AND PROVIDE SIGNED AND SEALED OWLS AND CALLS FROM anN•xlc•.RC • y PERMITTING PRIOR TO CONSTRUCTION OR INSTALLATION, A STRUCTURAL ENGINEER FOR PERMITTING PRIOR TO - a '•' ` R 2. ALL REBARS SHALL HAVE MINIMUM J'COVERAGE CONSTRUCTION OR INSTALLATION OF ANY RETRAINS WALL. R,[ 2. ALL CONCRETE TO BE 28-DAY CONCRETE STRENGTH 1 ALL REBARS SHALL NAVE MINIMUM]'COVERAGE 8\..._.. - _.. _ --......_.. .._._.............._...................._............._ - .._............_ /1 -....._.._.._...__._....._...._ ✓PRECAST CONCRETE SEATWALL•DESIGN INTENT ONLY NTS JOOLITE WALL DETAIL(TYPICAL NTB Eo q { OOLf1E CORAL ROCK t'R1DN5 CORNER(iY 1 • F NEE TE CORAL ROCK 1'RADIOS CORNER TIYPI ..EIVMIMOINJONT S 3'(TYP) ( VENEER WRH NATURAL . 2 VENEER WITH NATURAL Aa•n.a..aa RANDOM F NISH(TYR)- - PLANTING RANDOM FINISH D'rn.), H 1 CONCRETE' I ( MORTAR JOINTS SHALL MONTAR JOINTS SHALL FINISHES VARY. ROlaloo NN FFD 14NLn M *--- ---------1 _� —} NOT EXCEED Y<.NCIH N SSONCE- Df HEMI i NOT • I REFER TO A. - M 64DN E 'GRINCE' •Fr SKATE WKl .VENEER SHALL WIDTH VENEER SHALL MATER ALS R A kns ` DETER"T OR APPROVED BE EVENLY p6TRIBUTEO „•g - _ -- SOIITKNL U L BE EVENLY OISTR BUTEO I�EI�-- _ SCHEDULES J -- ON ALL FACES OF ALL •nw qq L SON REFER O ON ALLFACES OF ALL F "^---'— - SPECIf CAT10N9 F �� INSERTED INTO NCLUDNGKIlDS b j ' I PLANTING ...SURFACES b g Rt•TYP"" MANUFACTURER'S s'.. _ A-mos,-ELEMEN NCIUDING ENDS ----- II OSTIOLE PLANTING CTED j III RECOMMENDATIONS.1600L' ( �a15 —'---,. I I+Y _ COMPACTED aL4 ham_....- I I k • SPACING O C. REFER SVBGRADE SOIL HORTICULTURAL SOL pCC' SUBGARADE SPK OMITTED REFER TOPLANTING B ,' •.', WARE PROOF . I I WATERPROOF WATERPROOF -...-.• WATERPROOF - ( SEALANT • SEALANT SEALANT SEALANTpp' EDITS INSTALL LOCKING SRN PER MANUFACTURERS COMPACTED ME ROCK • • . / COMPACTED LIME ROCK • FGR RIDDING ONLY ,� SPECIFICATIONS, BASE ICOAiALTED TO - . BASEICOMPACTED TO - _ BP%MODIFIED PROCTOR) Sex MODIFIED PROCTaR1 NOT FOR CONSTRUCTION '• .. w - NOTE: _ PIONEER�NLF GC ROOOF 5asmr•.roHn Nrr.V.0 rca, WI$NSCONC REINF FOOTING • _ E PIONEER FOR oLPWmK.MOOR ERccNNI OR Nrn m.�Nu.Kw 16'XA8'CONC RENT FOOTING AG SHOWN SKATE OEfERR OBE ILFIEE To INSTALLED ON SIDES. PRECAST WI as ST REBAR COAT®1Y WI KS An REBAR CONT a IY ELEMENT FACING ALL- Cwog O.C.EACH WAV TAB O.G.EACH WAY TBECAL.FROM A q ESSMRE PEDESTRIAN•-a ACI STD HOOKITYP) .ACI STD NOM.0,2 RIlBTN2B �ANE:m•cun oxu-P.rw.''•U:i.<`w'Fuae .iu....a"Noo:•:i`we....,, .maErg . •••1S793C B k .? HEMI SKATEBOARD DETERRANT NTS \_i RETAINING WALL ABUTTING SOD NTD 0J RETAINING WALL ABUTTING CONC NTs `"'°,,, i PAVING&EDGING ". .. .r , ,. DETAILS .# LIIII1 ... - "OEErMNMN 1 666 SD-B204 4 I 3 I 2 I wen MIAMIBEACH INOCervENTOdlipiTER WA 1.111•40.A,NP !� ,,,,,,V-iy PAVER NOTE'. • VARIE8 hti• . • �� X 'I AL VERS SHALL BE P.B..1.18' CENTERLINE1/11*• yyv✓l✓ C'-l-X`` (EXCEPT WHERE NOTED ATTR NO OFS 0.1PED t Y I CHAMFERED J FATES PMMO DESIGN lYYALL AVER JOINTS SHALL BE WITH MPICN.) ‘,....j..',...,.....;"/,''',,,,. 7 90 D GREE SHARP EDGES MD FLLISN ........... iova.,,,,),,,i,„!1h AGA 8 EACH OTTER'coAU CMI.Gorda..8 Ate.inc r4lY•/'Th COlOR51ND CATEO MATSTANDARD C 0 4 r o '1,,e',...2...,„,,,,:,K t.h;y I PAVER COLORS PRO-!DEO BY OLD C aAn t,4 y "SfWY I CASTLE PAVERS INC' ` Y $r h 1 , /� To iNETioNS s c EOLBE AN GOLORtT MATCH ° .. �Y ., j„fl IN rNE GTURER ONSTR CTOR SHALL _MI I ..';:7,...j_=-,,,;•.'•:..,,,,...,;2;, cvo '< h 1 PROPOSESS MPLE NATF.WO rTEE HALL '- �K,s x` k v( MATCHING OLD CASTLEEPAND PAVER Ih4I; ;4,A. I FOR APPROVAL BY LANDSCAPE .„,,,,,,,,,,,,,,,,5,,,,,„;,,,,,,..?„,-;;;,-„,„-, I ARCHITECT PRIOR THOUTALUTION- `.. j} y,h I REPLACEMENTS WITHOUT WRITTEN APE .-YFl µ.mi M&S'; ARCHITECT SOMALL BE REBY PLACED AT THE 'A` WEST I ,:y^',KviN� I COMRACTORS SOLE COST AND r� 8 7 ,.yy'iJ. EXPENSE FOR BOTH TIME AND MATERIAL. 4 Fun 9os Ch1.N,r< 1 s ,eYI.9�ar,MR no., t M`V4L� `. �K yy:..5',, , I N VP. AAwIEONIw SOLALE”" WO1. 1� ~ �h"/ CONC UNIT PAVER Becm.BCN 3 S'Y.X ;TN+,r HERRINGBONE PATTERN }hY:ITh' ly ,� ENLARGEMENT. .�,•...�..r I +e-wTOE co CONC HEWER ':.>.''','.'('':',1;,'(':',.':':'''z':' VffY f I EXPANSION JOBB ,. ,,,,,,-° ( ;ITER{UT CORNERS AT NORTH CE SDEGREES(TY'', S N-C I .- CONC UNIT PAVER SOLDER F i':,,,,,,:,:,,,,i,...;,,..,,,,„.,,..-‘.7:,,,, --. COURSEPATTERN H y ;� a . 4iT} � BEACH �` CONC UNIT PAVERAAYIDE < OCEANSIDE j � 000000NAB , PARK __. / PROJECT I I \,:f.7::', i• ) I - ---CENTERLINE REFER TOGEOMETRY DETAIL FOR UYDUT SPECIFICATIONS B tel} 2 DE CONCRETE UNIT PAVER .y T T SC DS CENTERED ON GEOMETRIC 1 3{ CENTERLINE BANDS SHALL HAVE MINIMUM WIDTH OF WAND SHALL BE CENTER x. E :I'. OMPRSED OF A'.B.CONC UNIT OF ARC xwe.wwx.w:,.. 11 /� -. PAVER IN SOLDIER COURSE PATTERN TYPICAL) 4A«ILIPFf 9 COLORS VARY REFER TO L MATERIALS SCHEDULES AND i I �I SPECIFICATIONS w, i i PATTERNDESION ., 1 a 1 I 1 f.ENTERLINE ,•R:^ r�yte. 7 �, t'.e'CONC UNN PAVERIN 0 t c I '. 90LWER{OURBE PATTERN F� / • ALGNED ALONG�'T.. L-EM Pa I ENLARGEMENT T GEOMETRIC CENTERLINE "'' ' , FOR BIDDING ONLY r 'i'5„..', . .....25.97 ' 2597 •...................• NOT FOR CONSTRUCTION I 5197 AS SHOWN p A 911711070 A B �15T93L \:J BEACHWALK PAVER DESIGN NTS 'J PAVER BANDS GEOMETRY LAYOUT NTS d PAVING&EDGING i DETAILS- St BEACHWALK �.�� SD-B251 4 I 3 I 2 I MIAMIBEACH »�N••A sREA.. .- {.3. T. G34-LFN EES I.wluc.LB ala CONT/S REBAR I2JR"LENGTHS . 12.U•{FN(:THS BETWEEN EVE IN COVERAGE 4-............•.____..... .. ...... .___... . .�..... _.._..._.....__..._..........._:........................ Y MIN.COVERAGE. • BETWEEN MK .. EXPANSION R I JOINTS).TMIN. • «-w-.-f COVERAGE. . . PLASTICYEVRETMIDONLWVERAGEW IP CONT 05REBAR(1W-LENGTHS • / IIT EEPAHSIOI MINI V MIN.COVERAGE s,' Q^� I JOR1T®M40C. CJ RTYPICAL) m,C.nW E A.aMIn.W. I __— nuwlru.au mw'"'"." CONT•S REBAR ' - • 1!'-WIDEPORTLMO CEMENT •- 1100.-LENGTHS MINI 1 • CONCRETE HEADER CURB. V tfill T 4.1k COVERAGE 112•... 5.000 MIN.PSI®28 DAYS.DAYS., EMOIMff NMI,I, "� I -.nrv.',n •(FTP) • MAX SLUMP • SOLDIER COARSE PAVER BD - RAI • and;t..rr. HERRINGBONE PAVER AREA caN><mv 8£5.4Nn •. _._... .___._.._ _ _....... CONT NS REBAR.S•MIN COVERAGE WEST 8 &PI DM ICYMMIX Jn.M Pmt i •AortEnunrtt WNutrAYl aRUY..I. NORTH ---- BEACH OCEANSIDE • '.. h PARK k ��y�y�•r��� PROJECT R II:Z �r O I .CR.ET.. .HEADER CURB.............C.....__N.EC_..I.._.....BEAC.....__._ � ..__._.__.....__.__._.____....._...................................._.__ _....___ � CONCRETE HEADER CURB"T"CONNECTION-BEAGNWALK NTa 1 ITCIV PORTLAND CEMENT EIIGE CORCRETE HEADER CURB, a ,.,.«.....u.. I. PORTLAND CEMENT 3.000 MN.PSI/28 DAYS.I' .Y�ev f CONCRETE ROTH( SIDES. 2 e5 REBARB. J.000 MIN.PSI jT Te RAYS.A' J'PAIN LCOVERAGE. MAX SLUMP FINISHES VARY J IF PRECAST CONCRETE REFER TO MATERIALS '. I T X IT CONCRETE HEADER TTHIG(CONCRETE SLAB PER SCHEDULE63PECIFIGTION9 UNIT PAVER;FINSHES VARV- Y f.URB PER OETAII.]SMEET ()£TAIL J.SHEET SD-XIt EXPANSION JOINT REFER TO MATERIALS 50.2022%. FLUSH FLUSH __.. NI' OMINAL BEDDING SAND SPECIFICATIONSSCHEDULE a 2D-0'MIN. MAX (NOT TO EXCEED 1-1R'I }A _ __—l-_-.-.._ 100"M.SUBMERSION' L• • I A1'l MN COMPACTED LIME FLUSH FLUSH 2%MAX 'E kW b ROCK MSE(lBR 100 • •• •• COMPACTED PER PASHTO-trtr EOI na.�sr. ,� . __'__—_ ._ �___.____ Mw.CURB PAoLMERocK FOR BIDDING ONLY -- H FOUNMTION OR WAD. — • • £%TENDED MIN 8' BEYOND NOT FOR CONSTRUCTION •' THE EDGE OF CURB I BU'MM CONCRETE TO BE Y res COMPACTED TO I UM SITYDRY OF v SUBMERGED UNDER MMD -.• ......_._.. 98X OF THE MAXIMUM DRY SHOWN DENSITY PER O T-180 A MAS COMPACTED LIME ROCK MSE TMIN LBR t00, _ (LBW-COMPACTED TO NW. IT MIN STABILIZED MAX DENSITY PER AASHTO SUB.GRADE(LBR40 9N7lZOM T1501.COMPACTION SNALL BE COMPACTED TO MIN MA% .____ b � DONEN TWOAICZ NCH Li FTS DENSITY PER AASHTO T-tBOI NORn NAND' 151934 I G BEACH MAINTENANCE ACCESS DETAIL NTS �/BEACH MAINTENANCE ACCESS DETAIL NTS PAVING&EDGING I DETAILS- B EACH WALK ti SD-B252 4 3 MIAMIBEACH -...., , ,,,• low .---'" , \ , s ,\ \ ' CAIN GoNlame 4 Aardale.Inc s•Ax , `3, A ISAWIDE CIP CONC t • WEST 8 v , T., \ . - , , ,e'' SWIEY, • 7 =:- CIRCLE WITH .I' /.'1k - S '/EE I 'I.4 • , NUMBER IT,P/ / 4,•;`' ....,,.. ‘''''I. ,A,i'',•,;,... ;:f.,,,, • , ps A ,,.....„...„,,,,,,. FONT TYPE UT 00 ERR , h-A-..4.s'c",---,, t,,,,z-v, . LANDSCAPE ARCHITECT Toe.1,5 ce r moo.ee TO P000103€G43 ''..1 ''i ague' ' H..,,....... LINEVVORE OF FONT CENTER FONT WITHIN GEOMETRY ' IDENTIFIED AREA(TYPI AD • NORTH 1 ' BEACH . e OCEANSIDE • - -.-`-, / 44 42. PARK . PROJECT , B i -I _ — w.• A . ® mrs C>PAVER CIRCLE NUMBER DESIGN DETAIL NTs PAVER CIRCLE NUMBER GEOMETRY I ....0 Nuevo ABUTTING PAVER AREAS Inn i PERIMETER PAVER CIRCLE INFILL PAVER AREA.HERRINGBONE PATTERN !NEILL PAVER AREA HERRINGBONE PATTERN IHFILL PAVER AREA HERRINGBONE PATTERN INFILI PAVER AREA.OESPINGEIONE PATTERN PERIMETER PAVER CIRCLE I 1 r SANOSET I lir SANOSET I NT SANOSEI i rFtSCUTE:TCHT2rOUS PAVERS CUT TO OEPICT LETTERING N CON NUOLIS PAVERS CUT TO GEM, -S,o FLUSH FLUSH 25(302 HERRINGBONE PATTERN HERRINGBONE PATTERN HERRINGBONE PATTERN LETTERING IN CON TiNuOUS 2."..M ELMS FLUSH I • 1111.BrI 2: ' I , I! [ 111111.111,_ ,,,F1.1!11,slimecoMgMENHINIIIII ..4,14, ,,, 1Y"' , , , z____-;_,, ,,,,,,,-.. -,..77„,-,,--.: •-- -,:ci _ __ ____________________ ------------ ' 6 MIRO. FOR BIDDING Ofel g MOT FOR conTournom II ,,,,,„ AS SHOWN — . -_ 3 A nillZ20213 f c 15.7934 PAVER CIRCLE NUMBER DETAIL PAVING&EDGING DETAILS- BEACHWALK g 1 SD-B253 I 2 . , 3 ' 4 M▪ IAMIBEACH MIME LONSULIAM 11° CAW.Cw-Ndsm F AI-doles,k. FON▪NIEEIWG 514 suaviros MI Mena.MOWED COtirEPRAJ.On. WEST18 17:47:13,11,I 100,1 0.111CIMPAL“1.19A TM, _ qrauatar...t Ft anis 4 We.6.40.15.100131,r 2 CONC HEADER CURE1 I „r w... 80202 AT PLANTING + .r.rway. ADJACENT PLANTING AREAS ADJACENT FUMING AREAS NORTH REFER TO PLANTING DETNLS. __1_-- I REFER TO MANORS DETAAS. p GROUND ELEVATIONS VARY. GROUND ELEVATIONS VARY, BEACH MAX SLOPE 1J - I I MM SLOPE J1 V. I REFER TO SHEET S04325I I (� Ip OCEANSIDE `L'.w 11F 1 OR PAN.DESIGN -.. 17n T .�1F .1 1 , _l. I - "I -_ .elf. J-T�f PROJECT J r - _ , t I`� • t I b -.v»�n.xlcm..uulwvl In.I CUM PAD - . _...... ____. _....._ 111 ......_....... ........ ............._ j. - CURB PAD . VALE HALF SEX X RABIES(MINIMUM 25 FEET) - „f 2 --. ..1 --------,-....-. - - --- -... - 6 �\��BEACHWALK SECTION(TYP —ICAL) I+TS 5 I9 1.20.1 POST ANO ROPE.SEE.. .+••c ua+.rww•a.. .a zway.aww�nu 't DETAIL 5 SHEET 5020J. RHO.m L OOL TE CLAWED WALL. V.19.15' SEE DETAR I SHEET TAMPA BOLLARD SEE �yEV,D23' ,. _391 FJJI/Ia ru SODAS SHEET SONY �,,}t.. O W - J:i.wA5 EIEV B.21� 1%MAX j 11 F yyy L--_. r I 1 I I CONC HEADER CURB AT REFER TO SIEET9.904251, CONC HEADER CURB d i2. SD20I VERTICAL SURFACE 202282 840412S3 FOR AT PAVER I I �Iu S ) _ BEIDNWALIL PAVING PATTERN iIGJ -� / I'� LCOMPACTED O , SASE L-- 1.7W ISANDSEi I.. 6W,.,,, 1 ,11 I I' GBEDE. ( 'FLUSH ^FLUS- ^ G[1ARES FOR BIDDING ONLY !i Ti1 I sANDSET "� I2%MAX ” IaTFoeeoMer�uenoN aI I r' ,_„.,,),.-*!..s+,:-�, ,u,:•,.!"°Y[' r, +} 's \.JS..'' ,.,1.,, .aa:a'.a.,''' . I ,. 420_'4....; " U VAE .o•.Xv1Mnie,.S:, :`;�„ 'f'i J , J= ! ',../ti ti 4 AS SHOWN S ! l 3 CURS PAD -. 1 I AA 9111/7020 1 a r. C ",s +_• - .( I\ 1579?= . 8 %'OOLITE WALL AND BEACHWALK SECTION(TYP) NTS PAVING&EDGING A DETAILS• BEACHWALK g Tu SD-8254 3 I 2 1 MIAMIBEACH r nORM { TOP MANUFACTURERMAK R INOOEL.11009,45G STALLAT ON:SURFACE MOUNT PER tip ' •`a'., .'" IACOLANUORfACTURERS RECOMMENDATIONS• CAAN,G�IVYO E NFRigN.k. TRASH RECEPTACLE: I) ` CN 'SOPENING. PETLITU NAVE LARGER RESTRICtIVE �� { { F JRN•OPENINGWONWN CLEAR.DISTINCT SLAT.... • lA0EL READING'WASTE'DOWN THE SIDE OP UMW.. S.RIE.EIUGMEM ervI RECEPTACLE.AS WELL AS THE TOP LID. l RECYCLING RECEPTACLE: •! BLUE.RECEPTACLE WITH SPECIALIZED LID WITH w 1 • SMALLER'SATURN'OPENING AND CLEAR DISTINCT TPL'BnCrulrX'' SLAT LABEL THAT READS'RECYCLING-DOWN THE ( SIDE OF RECEPTACLE.AS WELL AS ON THE TOP LRJ. CONTACT. �.nr.•.w..n JEN KR/ILL,THE PRESTWICK GROUP INC FRONT ELEVATION A%ONOMETRIC PHONE.0100)30,79ZB K WS - cd(tmvu PFSNprA EMAIL:J0RNJ.OPRESTWIOL-GROUP.COH , WEST 8 O ..... mwD9TN LTAEFi TRASH AND RECYCLING RECEPTACLE N:P.�AND,..N.IL9.I oNY 0,101.11 NORTH BEACH OCEANSIDE PARK PROJECT B MA: I 1.1810,0 s ..0 NERN,N RFV mm No w.s FOR BOOING OAEY NOT FOR CONSTRUCTION AS SHOWN A viireom 15.7934 SPIES II, FURNISHING DETAILS 811 r SD-B304 4 3 GANT MIAMIBEACH t9'-0' 2 NTELLICEP T MORGAN REV A MODEL OR 1.9CONvOn P.Comm v mNE AMNROVEEOUAL rHIITE. L SKATE .M sour A M TA. DETERRENT ANCHORED WITHITH TWO TWO MIN BLIND • SAMRT RNS PLUS ANCHOR RNC ANO IMPACT REBISIANtEPoXY.SPACED M' .a.CwsA APART OL NOV DEKKO.. "N tY M N CLEARANCE AREA MEASURED COIANNOL tN POCTIA IN WXYI FROM THE OUTSIDE EDGE OF THE SHOWER AR'RD..5715562617 . FA ASSEMBLY BASE PLATE --------- \\: ' ONE P,. M - - OUTDOOR BTACH SHOWER:SEE DETAIL J. _, �,. ^ �V� I ' '':, . FOR 90IF9 SPECIFICATIONS SCHEDULES C� {{}) FdT SPEC fICATION3 � ESTIMATED SHOWER OVER-SPRAY AREA Calm.C.wtlesl IPIP k. •SSR PIPE LV . s ESTIMATED SHOWER SPRAY AREA yO C a 10-EXPANSION JOINT w[2.222,,e MMfGV:,,u6nMtt ADA KRUM wc.51. o I r. \. ,• _• / _........_._. ........ ._.__AoncanPLwrt9.o'MN RADIUS .AeTr-9.NSI 'w• Y I\ TURNAROUND CLEARANCE FOR WHEELCHAIRS �V,.AePM ACrto I..NAMED.,'ALTERED - _ , -/ ,\ EXPANSION JOINT I - eFTEPE] BD.4DD .1 9' td'WIDE PERIMETER RETIA KIN(:WALL .. 1w TRIOS I BUE%ROSE[G § 6, • Y 1 / ` / TOP OF WALL 4V Pa INCHES ABOVE FNISIEO W w4nu[wSVtlR ,, \ \ / ELEVATICKCONSHOWER CONC SUB WEST 8 NnaIIAO TUBING AlI,47 • ; F!rr THICK CONCRETE suB SD AILDA05 STREET mlxeslAm[ [� \ .. EMrE WS $INLYI ? ........... .._...... _..SLOP EXISTING SLAB TOWARDS DRAIN AT AM,,,,NV Ix'S F _ ON SLOPE CONTRACTOR SMALL GRADE erx N SUS TO ENSURE THAT NO PONDING OF ,, _ 4'on[rnw4<Otlulun E.. WATER OCCURS ITYPICALI :'+F wvw[. ........_... ..._..._. ...SAND INTERCEPTOR DRAINACSEMBLT I. ACCESS _ 1 PLOP _ MANUFACTURER.2URN ODEL 187.S1 4 2,021.41,62.222.22 „I 101001 B SS 2%MAX - SS SO NUMBER w on FLOW•SBGFMI .E. [ _-_ 1. „ __ 4,—,-...—....-�*IMAX i NO SUBSTITUTION ALLOWED R'p "^"i. .. CONTRACTOR TO INSTALL DRAIN PER MANUFACTURERS RECOMMENDATIONS NPRIT41A9AES49TEEL ¢ jr�� ." I ROUND ECNAMFR AA�MANNSITION S eircw u.. nATFn mo „ :i§K i iNOTE �. NORTH y� y �[ I[YEXPA.ACONJgNT IMMORAL STODE85]iFEI]W1 to OmS ER RE110011 TB...FACE MOLY NSTIIIATFN6 2°w ry E+ 31 iii SAweon cosmot INT BEACH 1 INST26 TON ADPL TP MWINACTIMRT]SP2.1.1I:N). w' - T [ f - EXTENT OF Ir WIDE THICKENED SUB 1 BOWL -- OCEANSIDE E.MS !DEO HR]E FC SENGPE%ta:1MCi OX6MTANi]AeBI£EXN I6ESOM5 - I S TICK CONCRETE CONNECTOR SLAB FMO PPROW ON LNG V IOLM USED FO[CONSTgATq s Ml nffXPY AT OE IME Of CF/EIOFIrt MPAGE MAfvR»fCfMANwJrER 9V JO.G(M9 �.r �. PARK CO OEWREN �4 11 I _..ITIM RESAR VO.PLASTIC SLEEVE } 9.CONNECTOR DR' EGA PROMO TOS upERECICCURIMTXX[vgT....CANwY..amMIUO NSDi REFERENCE TIMER A Sky[ 31 R^+__�� +'•'`� CENTERED ON,DNT a Z'D.C. PROJECT i.ALL XALN5.P0.1s MO RA9NFR94IW[H4UNlES44TEL. M.ji C3 I - .wALwrtm wx Nva Iy. 2.' NY EXPANSION JOINT B • 4 • • EVENT of tB'CONC CURB Ij L�G` CI �. • PAVER WALKWAY 31 L MAO Wr9.NMIFR19TIe 3 �1, g '�.�BEACH SHOWER CUT-SHEET DETAIL Nrs BEACH SHOWER PLAN DETAIL 1 vigoic CONC SLAB PER DETAIL VIEW SHEET ITRmoms cMn[BI INicKREx n us+I KEAw PITO.C. 4'P02 .. ewn.wwN.urnYt • rmr.P.sM1 �A. usnrrte.A yl.r,r,.snF 6'PVC HEADER WITH(07 A'PVC TEES �' MO,EOM a'INCLINE DRAIN BY NYLOPLAST WITH WOVEN FILTER FABRIC -VAa- u.T EwAMe]M ANI h e'PEDESTRIAN H.10 RATED HINGE GEOTE%5.1.2X2 _ L� 9/2i/!V IVBLK WOO' rN } "'' 'Tww, POO/PROPENE OR EQUAL 0001 rvTu Rto IM-t 3 3. ,•'P GRAS 4'PVC 2.WAY CLEAN OUT LRMls at.Nl ae i vr[oann.u>F.TRI sAECFKA aIc _... ...T.`..... .h �' SOD AREA • C cO.sKTIP YA¢.MK iF- _—._. _ IIyT�.....• • .,...,0,..8.,....- I I B@ �..\' _ A ..... i SWORE 4.PVC A'PVC 241NSAND INTERCEPTOR GRAIN ASSEMBLY MANUFACTURER:ZURN • __-- -, - 1'T02'15 SHIED LIME ROCK FOR BOOING ONLY • MODEL NUMBER:2110T-SI SIZE.50(MS'L x 2XX 2B'D:FLOW• 119T FOR �� -- 506PM)NO SUBSTITUTION ALLOWED CONTRACTOR TO Irxe INSTALL DRAIN PER MANUFACTURERS RECOMMENDATIONS 37 a'PVC AS SHOWN MIT • E.....EUNPE-NPVNr.PRwnmcS.,MO6N1NxsN.UP0 MJ. M •IT vERFORATED PIPE 021.124}2. I sBRmXmn A 911713020 A NA-;-.1 N,-PwEIIARe. z A Y E R 15-7934 ��/Yp k.wK. 4 __ • I‘J'TYP SEAT WALL AROUND BEACH SHOWER Bir, \J SAND TRAP SECTION DETAIL NTS BEACH SHOWER I DETAILS A Yi1 _a_._p. SD-B430 b A 1 3 I 2 I MIAMIBEACH • 2 318T+RECAST CONCRETE UNIT PAVER:FINISHES VARY IltocamOrt8A Cams OrwS REFER TO MATERIALS --•118.L-'RI- SCHEDULE 8 SPECIFICATIONS • B"%IR"PORTLAND CEMENT r1-- CONCRETE HEADER CURB, 3,000 MIN PAIR 28 DAVS.1' MAX• SLUM,001205 REBARS. T MIN COVERAGE • ---- PORTLAND CEMENT CONCRETE 2000 MIN PSI(P 28 • DAYS,1"MA%SLUMP: FINISHES VARY REFER TO Gala.asp.. Amdahl.Yu. MATERIALS SCHEDULE A Lit(1II:0•.1 I •• E • I• SPECIFICATIONS w • • C 6A _ ngat.•n. 1 ♦ 1R EXPANSKKIJfXNi ,EcrMu,Pnuvx COMPACTED LIME ROCK BASE !MVOS.111/11 • (LBRMI.COMPACTED TO WA tow.Eet..mm. MA%DENSITY PER PASHTO T.1801 COMPACTED LIME ROC%BASE (LBWS•COMPACTED TO M% MA%DENSITV PER AASI?O T-180).COMPACTION SHALL BE DONE IN TWO(2)',INCH LIFTS. WEST 8 >M�I.B8T tA8ET ... _. _ —_ ..._ ._._.._......._._......_..__.__._._..._...._....._ &IRLof �. _SHOWER SLAB CONNECTOR Nis NBY.oA%DIY.IN„PI 1.1111.110111.41....1.12 01078.0401114111.1 NORTH BEACH OCEANSIDE PARK PROJECT q B mnllwl[m..11.140 L In.1 �` Nw ti gf u %q�, eEu.vva FOR BIDDING ONLY NOT FOR CONSTRUCTION AS SHONR! "aiirm2o y x10.14 RMANE% 15-797: 1 BEACH SHOWER DETAILS SD-B431 1 I 3 T 2 I coon MIAMI BEACH NUM.1.1111.10, 410* 1•11,1111,., 0.y'liar/ unrgr,"utt,tirmxs.,.....y 4: ./..Mei,• '''..i :1414*;04,;:i / ViWeili9 I *141f4i 7 *"./ '•,511.''''1':',.;!. '''t. /// / ,:'.4'. rt•,.,..„..,,i," / „...., 4414 Irc',',7ii. 1/. f,z7=i;. . .:,/ It'' • ' , • ,i ,1 I, • • • . /— • • .151:995.145151,5 • ........., .\\—MO.1.515-•12 ...mow 1PIS1516 p.....kno. „.% 1615•41 031,11101191 ,1.1 . • ." • 111•1‘,1194 91510,11. WEST 8 1.1•901,11.4•51.ut 4105150•141.51.119.• • 1- i:ri:L1:::L;e1:' 1,5,po,..,,,o,F...•t '7777' ,•m, ,..,,,ev.m••ux • NORTH BEACH OCEANSIDE PARKi:'I I i::';',,I. .7,---19109.90,411991 mem.cm . • . ,r1 4 , ..., • •\__ PROJECT ..: i.,•.• 1 1 WO=UWE—/. 4.:•.,1 k i • "'"'"'"'"' , 509101110111 4111.11Val,595 , ,911,911.•••99/4111,114.,,11.1! 1 rill ill • * Iil...; .:t•1 \ 2 r,"- 4,-... , ;' \'.11.I:\ \'• • - v ... • • \\ -. \ \\ -.• \. .. • 1,bi,,, \ -", , • \ \ ' -,...-r• \ '\,.',.-•,,\\ 41r , ::, .,k • •.• , 1./.4:"..; .• , ,...--- , X'•0 1 I ' '-d4;''7.I.; N'<P N V 14.9•395 1 \ \ . ' 7- • _ 5 ri s \ ; \'il I,',I\•,. ' \ 1-';'''-, - FOR DIMING ONL V,-- -• \ -.11 s. ; a k NOT FOR CONSTRUCTION .. '4i \ 4. ', • v-, •-:- \zi`:.Ps,,\ • • . • EC. AS SHOWN 1 \ A 9111/2020 i i ''..:7:-, ql. x.,*i , . 15.7934 (1)VOLLEYBALL COURT ENLARGEMENT PLAN lbo BEACH VOLLEYBALL COURT t ENLARGEMENT A ) —........... SD-B460 1 ,,,,,,A ' '. ' MIAMI BEACH _ .. CUCNLNC QUICK LNN..-.• — Ile COM• A TCIV ROVE- ` / -NAwIN BIN ( i w.imwATwm. - LEVER 1 ' SIOE RATCHET`. .. ippo LOCH I I iENSIOlERB WINCH • F....G dIFn L N-r.wt-.. IR', J HOOK -',Ir :en. ou'ex' A • BOTTON4 ROPE C e !u,-r:u.::..a • tem.,.w .....ROPE RATCHET uxosrAff wcxnrc w TENSIONER I Tm4 m*I QUICK LINK•... { g j) ALUMINUM POST WEST 8 wwo wrEo t7 CONCRETE F, 77.177:477....a 'e. • ..._ FOOTINGS I R f { • 37' ' NORTH 30 BEACH MANUFACTURER:SRA SPORTS GROUP VENDOR.GREG KIGAR.REGIONAL SALES MANAGER •. MODEL KAYO.STANDARD OUTDOOR CONTACT' OCEANSIDE VOLLEYBALL SYSTEM GREG KIGAR INSTALLATION'Z MINIMUM CLEARANCE SURFACE PERE(989)821'3148 INF K MOUNT EMAIL GKIGARMUE ORTSGRWP.COM PARK COLOR STANDARD ALUMINUM POLES CORPORATE EMAIL.INFOOSNASPORTSGRWP.COM p I' NOTES: WEBSITE:WWW.SNASPORTSGRWP.COM PROJECT 1 r. INSTALLATION TO BE COMPLETED IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATIONS. B I 2 DO NOT SCALE DRAWING x n1!.x!c n•u.E i. 3. THIS DRAWING HAS BEEN PROVIDED BY MANUFACTURER THROUGH CUODETAILS COM.GC SHALL I PROVIDE SHOP DRAWINGS.THIS DRAWING MAY NOT BE USED FOR CONSTRUCTION / Im { p 4. ALL INFORMATION CONTAINED HEREIN WAS CURRENT AT THE TIME OF DEVELOPMENT BUT MUST BE • #j 1 REVIEWED AND APPROVED BY THE PRODUCT MANUFACTURER TO BE CONSIDERED ACCURATE. 1 R 3 { p l.:_')VOLLEYBALL COURT SLEEVE TYPE-- 6 YPE- .:. S ... xO.. E . ni,.iao MTSNHN Ae. - 9 0 r i c FOR BIDDING ONt Y X NOT FOR CONSTRUCTION L{3! AS SHOWN 1qq A uilaom M.15,793rz S i BEACH I VOLLEYBALL COURT DETAILS ) I SD-B461 4 I 3 I . MIAMIBEACH 111W w-,a na-a ITTLIw.Nc. ‘ . `,. N MAW.1.000ED . ' , , . . • . i: � WEST 8 • Y \ \\ ✓ ,e" r+. d- v \ �x NORTH 'i F2 ,`.\ •p• e \\\=„ "°�`-�\,. `,'„ BEACH OCEANSIDE j ;` ' 4 • \ PARK i / \ A -\ •\.• : PROJECT g • / 'l �•' N•\N\ 8 r d / f.... ..,,�, i,...--- / FOR BIDDING ONLY �',. Fes, *•/ NOT FOR CONSTRUCTION 4 / •.'' #AS SHOWN gg A Kv 9H 78020 // i 157974 Ox; BEACH ACCESS ENLARGEMENT PLAN '�" BEACH ACCESS ENLARGEMENT I0AN SD-480 A 4 _ 1 MIAMIBEACH 1141 . .GlOrdaril$A..k. *a; ": WEST 8 WE OM / • +:Pr NORTH . , i_.� ,:, a BEACH '-�` �i ".r.;' ro • /. , OCEANSIDE JEW CONCRETE ..' •< -,; PARK SLAB FLUSH — �"�"� " `'k-t. ., PROJECT � WITH EXISTING ;7,i,. _ ` ',�., .=.•.-� '. — ti SHELTER -., i.' r------• P FINISHED �`� *` ' Y FLOORS •:,,,,';" t:, •�� �_. _.,, 5 =LTER TO REMAIN, �! -- �•� � ,. ` it. ♦,, ' ... ,, FOR DIMING ONLY PRIMEAND PAIN �eFOR°° °rn°N SY WHITE MARINE ', °"" 20. GRADE PAINT -•.- ...i.",.,..%:,..),.. -7%;•:- i BEACH ACCESS PLAZA ENLARGEMENT PLAN ,.b '�"` � - BEACH ACCESS PLAZA ENLARGEMENT PLAN P. SD-481 Ct. MIAMIBEACH leo CAin.Gorda.,t Anode.M. 01411.1Y.*IA t'l 1 _ sewoca 1,01.0 \ \ WEST 8 '':,''s4. ` \ 7� NORTH.e.m.,... � , BEACH KA� ' r OCEANSIDE i'4. F,y;,, , PARK '" 7 , i PROJECT 4x t t AN . I 1 ,, { i,1` 1� i.1 1 i I/ FOR BIDDING ONIV $g¢ 1 NOT FOR CONSTRUCTION 7h+' 9177'AS SHOYYN �' ¢} A !2010 1 i/` 1 �1S7934 OSHELTER CLUSTER ENLARGEMENT PLAN - ''0 SHELTER CLUSTER a ENLARGEMENT 1 PLAN SD-482 1 A ' 3 MIAMI BEACH .61.4464414144.11 14036014.141.4CM.01.1 I NOTE: ALL HARDAARE SMALL BE STAINLESS STEEL I 40° ELEVID2S MEP TO LUUIPAE SCKDME Du +� ..................... DACM V C' WEE! FOR.LL+DM'L \�—' MO 1pf 51f10 I CARL GROAN.'AmvM.Irc. {(( SFS SPECFGfpuS '' _.._ (LAS,ROE) -_- IN 1 1 i I ■_♦I� G 45. 1,4054.4406 �,.,,..bL»» �.`I`` III Pant-AMER COLOR I „,�1 LARD614060.6,314 I I W.111/1 5441/6.103 OW BOLT BS P+BOII.MO SPECnGTOD I if INIARO • UII i .%m cr 61116.614 164.46.6.0 MO S,PRPD BI C(MIMATOA NSF f/ EQ"MI 10J/I0 ono: IIB D IO III �•� SAMPET, N.WIRER ICP AO YY BlO.OM MSE PW[ BOROY ,;SE WLr SWIM VIM I 1 1 Em OF WOOER 4.0444,44,44.6,44, + SIC aA Lal: /G-' I .�••,"•.": / +x'FEW v WINO Js W CONDOR a0B6 ,I� I .. NDS LMm ! `�� WEST 8 P.M 2 11T _ `�. 3113 141/5011 MEET �� jiIFPIGN, B05 AIM�E4 S,ETL I i x• AK110R tlL, K PIC manz '-�j calAQM w _ 2 K uB N COMER ararm Ei s) _' OIpO I ROAD NCl o BI[6 r�RAMFp W 06 NUI:n F u 1 12 APC LINOI K N,YU Sty FI RD CUMRRION muco Rtl i R us, 11 vAsa�E ynFT.~n'n rpip ... 1111 DOMER+C YU I OI,;, CO IEDDIS DS'F) IO-2R MC WOOD HOLE _'� D "°-°""°"'""�" NORTH I I ..�... T - .B Rif LER SOWR K Pa WNW us -eoc RDIDnNF tyros RN DROPPK -WOOF I Fx"°`"°"°�° BEACH nI•cnIIRR'KE=16 NUM GM RISE RALE r~ I ; T CONCAVE FOOMiOx -IIDnc wR-�� ..�' . -' •-�.i GENERAL WANTING NOTES FROM THE CITY.THE CRY MAY WAIVE ANY CITY PERMIT FEES OR PUBLIC WORKS RESPONSIBLE FOR SITE RESTORATION AS FOLLOWS, MI AMIBEACH [Ie CC.ITTA..RammA IAMIP DEPARTMENT RIGHT-OF-WAY PERMITS.HOWEVER.THE CONTRACTOR SHALL BE 34.1. FOR ALL ABUTTING AREAS EAST THE WALK EXCEPT WHERE NOTED.CONTRACTOR 1. SEE TYPICAL PLANTING DETAILS SHEET FOR ADDITIONAL PLANTING SPECIFICATIONS, 4 RESPONSIBLE TO PAY FOR ANY MIAMFOADE CODE COMPLIANCE FEES. SHALL COVER BARE SAND OR DISTURBED AREAS ATA MINIMUM OF 5 FEET MEASURED RRnx IAAbL R n's ,T FROM TME EDGE OF THE WALK WIT/A VARIETY OF TYPICAL DUNE PIONEER SPECIES I 2 LANDSCAPE CONTRACTOR TO ACCOUNT FOR,PROVIDE AND FURNISH A WATERING 15. ALL PLANTING SHALL BE CLEAR 712 FT.IN FRONT B SIDES WITH/FT.IN REAR AROUND ALL (SPECS.72 CELL LINER SIZE IT 18.O.C..8.12-VARIED HEIGHT/PLANTS RANDOMLY 1.1.0819.11.1.11 CONTRACT TO PROVIDE WATERING SERVICES FOR ALL RELOCATED,DISTURBED AND NEW FIRE HYDRANTS,CHECK VALVES.FIRE SEPT,EQUIPMENT.ETC.AS REQUIRED. PLACED TO ACHIEVE A NATURALIZED LOOK, PLANTING WATERING SERVICES SHALL MEET OR EXCEED THE WATERING PARAMETERS 34.2. FOR ALL ABUTTING AREAS WEST OF THE WALK EXCEPT WHERE NOTED.CONTRACTOR EXPRESSED ELSEWHERE IN THESE DOCUMENTS THROUGH THE WATERING NOTE AND THE 18.GENERAL CONTRACTOR TO REMOVE AU.EXISTING NON-DUNE NATIVE MATERIAL EAST OF SHALL COVER BARE SAND OR DISTURBED AREAS AT A MINIMUM OF S FEET MEASURED PROVIDED WATERING SCHEDULE. THE EROSION CONTROL LINE WHEREVER THEY OCCUR.INCLUDING BUT NOT LIMITED TO FROM THE EDGE OF THE WALK WITH A VARIETY OF TYPICAL DUNE STRAND SPECIE NON-NATIVE SPECIES OF SCAEVOLATACCADA BRAZILIAN PEPPER,AUSTRALIAN PINE.ALL (SPECS,72 CELL LINER SIZE 0 18.O.C..B-I2•VARIED HEIGHT)PLANTS RANDOMLY 3 ALL PLANT MATERIAL SHALL BE FLORIDA NO.I QUALITY OR BETTER ALL PLANTS SHALL BE EXOTIC NUISANCE AND INVASIVE MATERIAL.AS DEFINED BY THE MIAMI-DARE COUNTY PLACED TO ACHIEVE A NATURALIZED LOOK. IP* TRUE TO THE GROWTH BAIT OF THE SPECIES,AND ARE TO BE FULLY ROOTED IN THE DEPARTMENT OF ENVIRONMENTAL RESOURCES MANAGEMENT,INCLUDING TROPICAL 3/.3. ALL AREAS DISTURBED DURING CONSTRUCTION SHALL BE PLANTED WITH BEACH-NATIVE CONTAINER.HEALTHY.VIGOROUS,WELL-BRANCHED.AND DENSELY FOLIATED.PLANTS ALMOND.SANSEVERIA,AND OTHERS ELSEWHERE IN THE PROJECT AREA ARE TO BE VEGETATION COAL G.AR.I AHmn-.k SHALL BE FREE FROM PHYSICAL DAMAGE.OR CONDITIONS THAT WOULD INTERFERE WITH REMOVED.CONTRACTOR SHALL CONDUCT A SITE VISIT TO DOCUMENT ANY INVASIVE E%OTC ATTITT,T,AATHRIVING GROWTH.AND FREE OF DISEASE.INSECTS.OR INSECT EGGS AND LARVAE.THE VEGETATION IN NEED OF REMOVAL NOT SHOWN ON THE PLANS PRIOR TO SUBMITTING A BID. 35.CONTRACTOR SHALL INSTALL ALL NEW TREES WITH A MAX OF 72 HOURS OF RECEIPT OF CITY MAY INSPECT ALL PLANTS SUPPLIED BY THE CONTRACTOR AND MAY REJECT WANTS DELIVERY TO THE PROJECT SITE.WHEN STORED ONSITE.CONTRACTOR SHALL PROTECT ALL C CrAllti[kr6 Cr 41 i114.1.11. THAT DO NOT MEET THESE SPECIFICATIONS. 17 CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WITH CITY REPRESENTATIVES ROOTBALLS FROM DIRECT EXPOSURE AND SHALL KEEP ALL ROOTBALLS PROPERLY wL IMO.= AND CITY-APPROVED COMMUNITY ACTIVISTS TO CONDUCT A WALK-THROUGH TO ASSESS NITRATED,CONSISTENT WITH HORTICULTURAL BEST PRACTICES AND STANDARDS. 4. PIONEER SPECIES SHALL BE INSTALLED WITH THE TOP Of THE ROOT-BALL NO LESS THAN SIX AND DETERMINE SPECIAL PRESERVATION ACTIVITIES FOR SENSITIVE HABITAT PLANTING SWIM,*°'1i INCHES BELOW FINISH GRADE.FERTILIZER MUST BE PLACED INTO THE HOLE BEFORE THE PRIOR TO COMMENCEMENT OF CONSTRUCTION. 36 CONTRACTOR SHALL RESET AND/OR REPLANT ANY TREE IDENTIFIED FOR RELOCATION MRKL6....AT PLANT IS INTRODUCED.RANTS MUST BE WATERED IMMEDIATELY TO SET THE ROOTS WITHIN A MAX OF 72 HOURS AFTER BEING UPROOTED.CONTRACTOR SHALL PROTECT ALL - "• BEFORE BACKE ALING THE HOLE TO GRADE.NO HYDROPHILIC GELS MAY BE USED. 18 THE FOOT REP,THE CITY OR CITY'S REPRESENTATIVE SHALL BE NOTIFIED OF ANY POSSIBLE ROOTBALLS FROM DIRECT SUN EXPOSURE AND SHALL KEEP THEM HYDRATED CONSISTENT CHANGES FOR APPROVAL IN THE MATERIAL PRIOR TO INSTALLATION OF THE SAME. WITH HORTICULTURAL BEST PRACTICES AND STANDARDS. 5 STRAND SPECIES AND SAWPALMETTOS SHALL BE TREATED AFTER DELIVERY AND PRIOR TO •_n.,._v,r. , ON INSTALLATIWITH APPLICATION OF VAPOR GUARD ANTI-TRANSPIRANT OR APPROVED 19 LANDSCAPE CONTRACTOR TO CONTACT THE FOOT REP.THE CITY OR CITY'S 37. TREES AND PALMS WITH GIRDLING ROOTS SHALL NOT BE ACCEPTED. N.x•w aw ,0„ EQUIVALENT.AT THE MANUFACTURER'S RECOMMENDED APPLICATION RATE.SAW REPRESENTATIVE TO SCHEDULE A PRE-CONSTRUCTION MEETING PRIOR TO INSTALLATION WEST 8 PALMETTOS AND STRAND SPECIES SHALL BE INSTALLED WTH THE TOP OF THE ROOT-BALL AS REQUIRED. 38.ALL COCONUT PALMS SHALL BE PLACED TO ENSURE CANOPY AND FRUITS DROPS OCCUR NO LESS THAN FOUR INCHES BELOW FINISH GRADE.PLANTS SHALL BE REMOVED FROM THE WITHIN A SAFE DISTANCE FREE OF WALKWAYS. 3.13 HUDSON SIAM CONTAINER BY INVERTING THE CONTAINER AND SUPPORTING THE ROOT-BALL AS THE 20.LANDSCAPE CONTRACTOR TO RETURN TO JOB SITE 12 MONTHS AFTER SUBSTANTIAL CONTAINER IS PULLED OFF POTS SHOULD BE CUT AS NECESSARY TO MINIMIZE COMPLETION AND REMOVE ALL TREE BRACES. 38 ALL UNDERGROUND UTILITIES SHALL RE PLACED AND/OR INSTALLED OUTSIDE OF THE AREAS r.r+anA .HY MOT DISTURBANCE OF ALL FRAGILE ROOTS.PULLING THE PLANTS OUT OF THE CONTAINERS BY DEFINED BY ANY TREE PROTECTION BARRIERS. APPOrrECTIVI.COMM TAW THE STEMS WILL BE CAUSE FOR REJECTION OF THE PLANT.AFTER DIGGING A HOLE TO THE 21.ALL SYNTHETIC BURLAP.SYNTHETIC STRINGS OR CORDS.OR WIRE BASKETS SHALL BE uI NECESSARY DEPTH,ADO ONE HALF OF THE FERTILIZER AND INCORPORATE IT INTO THE SOIL REMOVED BEFORE ANY TREES ARE PLANTED.ALL SYNTHETIC TAPE(I.E.TAGGING TAPE, 40.LOCK TAGS SHALL BE INSTALLED ON ALL TREES/PALMS THAT ARE TO BE RELOCATED.TAGS I BEFORE INSERTING THE PLANT.PLANTS SHALL BE PLACED IMMEDIATELY INTO THE HOLE NURSERY TAPE)SHALL BE REMOVED FROM TRUNKS.BRANCHES,ETC BEFORE INSPECTION. WILL BE REQUIRED TO BE REPLACED IF THEY ARE BROKEN OR REMOVED. - ONCE REMOVED FROM POTS AND ROOT-BALL SHALL NOT BE EXPOSED TO UNREASONABLE THE TOP 1G OF ANY NATURAL BURLAP SHALL BE REMOVED OR TUCKED INTO THE PLANTING DIRECT SUNLIGHT ONCE PLACE.TWIST THE ROOT-HULL TO SEAT IT BEFORE BACKFILLING HOLE BEFORE THE TREES ARE BACK FILLED /1.CONTRACTOR IS ADVISED THAT ALL REQUIREMENTS AND STANDARDS EXPRESSED IN THE AFTER BACKFILLING TO COVER TWO THIRDS OF THE ROOT-BALL,ADD THE REMAINING CITY OF MIAMI BEACH'S CODE OF GENERAL ORDINANCES,DIV.2 TREE PRESERVATION AND r. FERTILIZER IN A RING BEFORE COMPLETELY FILLING THE PLANTING HOLE. 22.CONTRACTOR TO SET TREES NO DEEPER THAN THEY WERE IN THEIR ORIGINAL GROWING PROTECTION SHALL BE ABIDES BY WITHOUT EXCEPTION.CONTRACTOR SHALL BE „.,,. CONDITIONS WITH THE ROOT BALLS EVEN WITH,OR SLIGHTLY HIGHER(.N.i-),THAN THE RESPONSIBLE FOR ADHERING TO ALL CITY-STANDARD PROCEDURES IN THE REMOVAL, sen,.,rtn u,.wvn.cr. 8 ALL LANDSCAPE MATERIALS SHALL BE FERTILIZED AT THE TIME OF INSTALLATION WITH FINISHED GRADE.ALL RECEPTOR SITES SHALL RE MARKED WITH FINAL GRADE STAKES TO RELOCATION AND PRESERVATION OF ANY AND ALL TREES. C. ,> . EVERRIS SUNCOAT 16-912 W MINORS 93.DAY RELEASE ORA PROPOSED EQUIVALENT.IF FACILITATE THE DIGGING OF THE TREE PIT TO THE CORRECT DEPTH FOR THE SIZE OF THE NORTH APPROVED BY THE CITY.SEVEN T)GRAMS(1 TEASPOON/SHALL BE PLACED WTO THE ROOTBALL. 42 GENERAL CONTRACTOR SHALL BE RESPONSIBLE FOR PRUNING ALL TREES IN ACCORDANCE PLANTING HOLE OF PIONEER SPECIES BEFORE INITIAL WATERING.STRAND ZONE SPECIES WITH DETAIL I SHEET L-903.CONTRACTOR SHALL ESTIMATE AND INCLUDE ALL COSTS IN BEACH SHALL BE FERTILIZED AT THE TIME OF PLANTING BY INCLUSION OF 210 GRAMS(ONE.HALS 23.PLANTING IN OR NEAR AREASOR ANY VEHICULAR USE ARE NOTA PART OF THIS PROJECT.AS THEIR LANDSCAPING LINE ITEM IN THE BID FM. CUP).ONE-HALF INTO THE PLANTING HOLE BEFORE INSTALLATION OF THE PLANT AND SUCH,ANY INCLUSION OF VEGETATION WITHIN OR NEAR ANY VEHICULAR USE AREAS SHALL ONE-HALF DISTRIBUTED INA RING AROUND THE NURSERY ROOT-BALL AFTER BACKFILLING RESUME A REVISION TO THESE NOTES TO ADDRESS SPECIFIC SAFETY CONSIDERATIONS ENVIRONMENTAL NOTESUR_ OCEANSIDE THE HOLE TO COVER TWO-THIRDS OF THE ROOT-BALL'S HEIGHT. PARTICULAR TO THOSE CIRCUMSTANCES. NO STING OR ANY OR 7. CONTRACTOR SHALL GUARANTEE ALL PLANTS,TREES AND PALMS IN ACCORDANCE TO THE 2/.ALL PLANTING AREAS WITHIN 24 INCHES OF ANY ABUTTING BUILDING WALL SHALL BE I TO ANY EXISTINGWETTTHER ANYACTIVITIES FTHIS PROJECT TO AREAS.N AD-ANENT PARK FOLLOWING TERMS.PLANTS NOT LIVING AT THE ENO OF 30 DAYS SHALL BE REJECTED AND EXCAVATED TO A DEPTH OF 30T MINIMUM AND REPLACED WITH SPECIFIED SOIL MIX.SOIL MIX SHALL BE REPLACED.THE CONTRACTOR SHALL GUARANTEE THAT AT LEAST 90%OF ALL SHALL BE FREE OF CONSTRUCTION DEBRIS,WEEDS,ROCKS.NOXIOUS PESTS AND DISEASES. 2. CONTRACTOR SHALL NOT STAGE OR OPERATE EQUIPMENT WITHIN THE DRIP,LINE OF ANY PROJECT PIONEER ZONE SPECIES AND DIVERSITY SPECIES,AND SEPARATELY 90%OF ALL STRAND TREES OR WITHIN THE TREE PROTECTION AREAS. 5 ZONE SPECIES AND SAW PALMETTOS SURVIVE AND ME IN GOOD.HEALTHY CONDITION FOR 25.TREES AND PALMS SHALL RECEIVE 12 INCHES MIN OF SPECIFIED PLANT MIX USED AS A PERIOD OF ONE(I)YEAR FROM THE TIME OF ACCEPTANCE PLANTS SHALL BF DEEMED BACKFILL PLANTING AROUND THE ROOT BALL 3. CONTRACTOR SHALL REVIEW ENVIRONMENTAL REQUIREMENTS OF ANY PROPOSED STAGING SURVIVING IF THEY PRESENT VIGOROUS NEW LEAF GROWTH AND INSPECTION OF THE ROOT AREAS WITH THE PROJECT ENGINEER AT LEAST SEVENTY-TWO(72)HOURS PRIOR TO USE. ZONE DEMONSTRATES THAT NEW ROOTS HAVE MIGRATED INTO THE SURROUNDING SOIL BY 26.ALL TREES AND PALMS SHALL BE INSTALLED A MINIMUM OFF FROM CURBS.SIDEWALKS, Mtt NO LESS THAN FOUR(4)INCHES. PROPOSED BOLLARDS,UNDERGROUND UTILITIES.AS WELL AS 5'FROM ANY HARDSCAPE OR 4. ANY MATERIAL TO BE STOCKPILED FOR PERIOOS GREATER THAN 24 HOURS SHALL RE 9. PAVED SURFACE.PROPOSED OR EXISTING PROTECTED BY APPROPRIATE EROSION CONTROL DEVICES.COST TO BE INCLUDED IN THE R B. THE FOOT REP OR THE CITY SHALL PERIODICALLY INSPECT ALL INSTALLED PLANTS AND RELATED BID ITEM. £ NOTIFY THE CONTRACTOR IF IT IS DETERMINED THAT THE SURVIVAL RATE IS NOT 27. THE LANDSCAPE ARCHITECT O'RECORD MAY PROVIDE A CERTIFICATION LETTER TO THE £ ACCEPTABLE.MINIMALLY.INSPECTIONS WILL BE CONDUCTED APPROXIMATELY ONE(1) CITY CERTIFYING THAT THE uNSSCAPING WAS INSTALLED IN ACCORDANCE TO THE PLANS 6. CONTRACTOR SHALL BE REQUIRED,PRIOR TO SUBSTANTIAL COMPLETION,TO REMOVE ALL MONTH,THREE/3/MONTHS,AND TEN(10)MONTHS AFTER PLANTING WITHIN THIRTY 130) AND SPECIFICATIONS.THIS WILL REQUIRE THAT THE LANDSCAPE ARCHITECT,OR AN EXISTING.INVASIVE EXOTIC VEGETATION FROM ALL BEACH DUNE AREAS FROM 79TH STREET DAYS OF RECEIPT OF NOTIFICATION BY THE CITY.THE CONTRACTOR SHALL REMOVE ANY ASSIGNED REPRESENTATIVE OF THE LANDSCAPE ARCHITECT RECORD,BE PRESENT FOR NORTHWARD TO 87TH TERRACE CONTRACTOR SHALLSUBMIT PLANS IDENTIFYING DEAD OR TYING PLANTS AND SHALL INSTALL ADDITIONAL PLANTS TO ACHIEVE THE THE MAJORITY OF THE TIME DURING LANDSCAPE CONSTRUCTION TO OBSERVE MEMS AND LOCATIONS AND AREAS WITH A CHANGE ORDER TO THE CITY FOR APPROVAL.CONTRACTOR ACCEPTABLE LEVEL OF PLANT SURVIVAL. METHODS EMPLOYED BY THE CONTRACTOR.IT IS THEREFORE THE RESPONSIBILITY OF THE SHALL BE REQUIRED TO FURNISH AND INSTALL NEW POST AND ROPE FENCING ALONG ALL A 001/191.7001/191.7 CONTRACTOR TOCOMMUNICATEOFCATE IN WRITING ANY EXPECTED OR ANTICIPATED PERIMETERS OF ALL BEACH DUNES IN THE AFOREMENTIONED LIMITS(79TH STREET TO 87TH u � vw�....va+ssu I. 9 XERISCAPE LANDSCAPE PRINCIPLES SHALL BE APPLIED TO ALL SITES AS SPECIFIED IN THE CONSTRUCTION TO THE LANDSCAPE ARCHITECT WITH NO LESS THAN I WEEKS'TIME PRIOR TERRACE).WHERE POST AND ROPE EXISTS.CONTRACTOR SHALL REMOVE AND REPLACE -BOOTH FLORIDA WATER MANAGEMENT DISTRICTS%ER19CAPE WMT GUIDE IF,UPDATED TO THE COMMENCEMENT SAID ACTIVITY WITH NEW. i EDITION RESPECTIVELY. ,T 28.CONTRACTOR SHALL CONTACT THE COUNTY.CITY AND/OR UTILITY COMPANIES TO LOCATE - A YW ml PlIO115 8 10. ALL TREES SHALL HAVE A/I/2 MIN.CLEAR TRUNK HEIGHT AND CALIPER SHALL BE ALL UNDERGROUND UTILITIES OR STRUCTURES PRIOR TO DIGGING.CONTRACTOR SHALL A MEASURED ATD BH.AT TIME OF PLANTING. A REPAIR ANY AND ALL DAMAGES TO UNDERGROUND UTILITIES.ANY ADDITIONAL EXPENSES AMNAYA 1 S2 """"'- "---" INCLUDING DESIGN.ENGINEERING.CONSTRUCTION AND CLIENT-MANDATED INSPECTIONS WATERING NOTE WA 6i(FIRST 6 MONTHS) S 1I. ALL TRANSFORMERS B MECHANICAL EQUIPMENT INCLUDING BACKFLOW PREVENTERS,ETC.. CAUSED BY CONTRACTOR-GENERATED DAMAGES SHALL BE SOLELY AT THE CONTRACTORS SMALL RE SCREENED WITH HEDGE MATERIAL TO THE HEIGHT OF EACH ABOVE.GRQUND EXPENSE AND SHALL BE AT NO ADDITIONAL COST TO THE CITY. ALL NEW PLANT MATERIAL,IRRESPECTIVE OF WWJ 1.111320/401ELEMENT FOR COMPLETE SCREENING ON THREE(3)SIDES.(NOTE:THE QUANTITY OF PLANTING PHASE, SHALL HAVE AN 1-2 MOH.,TUE5.1/485.SAT. I SCREENING SHRUBS IS IN ADDITION TO ANY REQUIRED NUMBER OF SHRUBS AS PROVIDED IN 29.CONTRACTOR SHALL VERIFY AESTIMATED QUANTITIES OF MATERIAL SHOWN ON THE ESTABLISHMENT PERIOD OF 12 MONTHS FROM 34 LL THE PLANTING SCHEDULE.ALL SCREENING SHRUBS SHALL BE PLANTED FOR PROPER DRAWINGS PRIOR TO SUBMITTING ANY BID•CHANGE ORDERS RESULTING FROM THE TIME OF FINAL ACCEPTANCE AT Sb MON.TUE-5,TIURR.SAT' OPERATION OF EQUIPMENT BEING SCREENED AND/OR PER THE REQUIREMENTS OF THE MISCALCULATIONS.OMISSIONS.OR DISCREPANCIES SHALL NOT BE ALLOWED.PLANTING T-B MON,SUES.PURR.SAT. �( SUBSTANTIAL COMPLETION. CONING R 11-12 MON.SEMS SAT NUAANN SH ITY SHALL ANTED ALL HEDGE MTO TTIPWIAL REQUIRED INSixMNFOR HSOFPLNiNG ANTING RPpSE3 LIST OR SCHEDULE SHALL TACE PRECEDENCE OVER PLANTING PIAN WILL BE PERIODTHE CONTRACTOR 11-12 MOIL.,TF(R5..5AT. FOR BIDDING ONLY MAT N PLANTED TO SO O TM BE TIP IN OU WITHIN SIX BEEN.A OUST CIN AND WILL. RESPONSIBLEWATINGFOR THE FOLLOWINGSC13-1 MSN.,THRS„SAT, k MAINTAINED SO ASPROVMACONTIONALIPLANTS OCRO/SOC ADJUST SPACINGUEAS b.ALL PLANT MATERIAL SYMBOLS SHOWN ON LANDSCAPE RAN SHALL BE CONSIDERED ITEMS: WATERING PER THE SCHEDULE 15-16 MON.,TH.1/. SAT. NOT FOR CONSTRUCTION .{ NECESSARY AND/OR PROVIDE ADDITIONAL PLANTS TO PROVIDE AN ADEQUATE SCREEN. UTAGRAMMADCANOR SHOULD OBSTRUCTIONS. IN THE FIELD BY THE CONTRACTOR TO AVOID ALL ATTACHES. RESETTING OF PLANTS. Il-IB TM1RN..51M. K.NF !48 SHRUBS USED AS HEDGES SHALL BE BAIANUS ICACO'.W TIP(RED TIPCOCCPLUM). UTILITIESMSALL OTHER OBSTRUCTIONS. REPLACEMENT OF SICK OR DEAD PLANTS.AND -20 TORS.WITH AMINIMUMHEIGHT OF MINIMUM2/•AND ASPREAD OF IY,WHEN MEASURED ALL OTHER CARE REQUIRED FOR PROPER 21-22 THINS,.Sel AS SHOWN IMMEDMTELY AFTER PLANTING 8 SHALL BE A MINIMUM OF 2 HEIGHT WITHIN 2 YRS FROM THE 31,ALL SIZES SHOWN FOR WANT MATERIAL ON THE PLANS ARE TORE CONSIDERED MINIMUM. GROWTH ANY PLANT MATERIAL NOT IN Z'-2/ THURS.`NAL DATE OF PLANTING. HEALTHY GROWING CONDITION WILL BE • WATERING CONTRACT SHALL BE INCLUDED IS P,n. 32.SITE PREPARATION SHALL INCLUDE THE ERADICATION 8 REMOVAL OF ANY NON-DUNEREPLACED BY HE CONTRACTOR AT NO CONTRACTORS BID FOR ANY PLANT MATERIAL THAT MAN OF REOUIRED SOIL MIXES TO BE USED FOR BACKFILL IN PLANTINGA 9/112020 12.FOR AREAS EAST OF THE EROSION CONTROL LINE.ALL SAND COMPRISING ANY PERCENTAGE INVASIVE AND EXOTIC SPECIES.WEEDS.GRASS,CLElW-UP OF ANY DEAD MATERIAL.DEBRIS, ADDITIONAL COST TO THE CLIENT. THE 12 BEEN PRUNED,DISTURBED BY CONSTRUCTION,A __I AREAS SHALL BE AND RUBBISH. MONTH WARRANTEE/ESTABLISHMENT PERIOD WHERE PROPOSED OR EXISTING IRRIGATION SYSTEMSC. AS CONSISTENT WITH NATIVE DUNE SANDS OF THE IMMEDIATE AREA OR LIKE QUALITY. SHALL BE EXTENDED BY 45 DAYS FOR ALL ARE NOT FUNCTIONAL. ALL WARRANTIES SHALL BEM157936 CONTRACTOR SHELL PROVIDE PROOF OF SAND SOURCE AND PROOF OF MIXTURE VM LAB 33.UPON FINALIZATION OF THE PROJECT,CONTRACTOR SHALL FURNISH AND PROVIDE AT REPLACEMENT PLANT MATERIAL. AT THE PLACE BY CONTRACTOR REGARDLESS SHAL OF i TEST RESULTS TO ENSURE CONSISTENCY WITH EXISTING SAND MATERIAL. HIS/HER EXPENSE ASBUILT DIGITAL FILES IN AUTOCAD VERSION 2007 OR LATER AND PDF CLIENTS EXPENSE, THE CONTRACTOR WILL NON-OPERATIONAL IRRIGATIONOR SYSTEMS OR AREAS ( AND HARDCOPY PRINTS AT THE SAME DIMENSIONAL DRAWING SCALE AND SHEET SIZE AS REPLACE ANY PLANT MATERIAL DAMAGED AS A WHERE NO NA IPROPOSED IAO /I y 13.LANDSCAPE CONTRACTOR SHALL NOT INSTALL ANY SOO WITHIN THE PROJECT AREA EAST THE PROVIDED PLANS AS-BUILT INFORMATION SHALL REFLECT ALL FINAL CONSTRUCTED RESULT OF AUTOMOBILE ACCIDENTS OR'ACTS LANDSCAPE I OF THE EROSION CONTROL LINE CONDITIONS,INCLUDING HARDSCAPE.PLANTING(INCLUDING SPECIES AND LOCATIONS)AND OF GOD'LIMI ED TO HAIL,FREEZE,LIGHTNING. GENERAL NOTES ANY OTHER IMPROVEMENTS TO ITS NEAREST TRUE ONSITE LOCATION AND CONDITION.THE AND WINDS EXCEEDING 75 MPH AS DEFINED BY a 11.CONTRACTOI(SI SHALL BE RESPONSIBLE FOR OBTAINING.PAYING.PROCESSING AND CITY MAY FURNISH A DESIGN AUTOCAD FILE FOR CONTRACTOR TO UTILIZE AS A BASE FOR THE MIAMI IDRRICANE CENTER. 1 PERMITTING ANY TREE REMOVALS.RELOCATIONS AND MITIGATION CONSISTENT WITH ANY DEVELOPING AS-BUILT DRAWINGS.AS-BUILT FILES AND PRINTS SHALL BE DISTRIBUTED TO AND ALL APPLICABLE AGENCIES HAVING JURISDICTION THESE SHALL BE REQUIRED PRIOR BOT/THIECITV AND THE ENGINEERMNDSCARE ARCHITECT OF RECORD. R TO THE REMOVAL OR RELOCATION OF ANY PLANT MATERIAL OR FOR LANDSCAPE PLANTING ----- y INSTALLATIONS.NO TREES OR OTHER PLANT MATERIAL MAY BE PLANTED WITHOUT A PERMIT 3A.WHERE GROUNDCOVER ON SHRUBS ARE NOT GALLED OUT.CONTRACTOR SHALL BE .......,- I L-6001 4I ' 2 I MIAMIBEACH •(2.217 arm w.u....i DUNE PLANT[NG ARCA 01 OUNE PLANTING AREA 04 �r II 1rwrvs. .. __... _.. 170160678.1.161•1161.4. • -_ _ ,.. 5.aq Ti,„,,, eserrtl �.,_,,. _. 1186.6601.it 3118 1.,.6...11 '3v 1,iII;•'16R 1 '..•7.1s-.'o,-6-2- - r - ,1 l3 re 7 6F10 in 66.61 _)a SF)bl.RMtlM •.q a='x 0.2460 M nbc t `fl7Jf a each Bean 72 CO 26.68ac 1r OC.,617Vaned 1.11*0*876 72 Celina Sus a lroe.67224999 14 mvn to 07 �a,., _ 72CM Lha 8420!6006170262166 197360 puri _-_ Har W,a9aT ...72Cil.r S.a*1r00617WW1* • _c0' 71.-_,,,c-,, -72 641161447640 a roe 612W40X --_351266.1,6,616 __ 6.2 M.n cry 72 CO L999 399 a leoG.,617Vr46M IP 19/31 p Y6_ _. Mr+e 1202, St/L.116-01SOC 6 263.614.... X36 os -.........72 CMiu7,Sue Q x00.9-rv..6M 38*361'6'1,6.6 D,np Vne ACM Spatrlf,6!ZNre6M 97) Dun Gra RC14L 5 et IS0C.67.6861A _ Moe Gra. 7201412*So.Q 16006a7NM X _Y.P _- --- Care Pens Gra- --RCM S. 102701.617.726111 913 p. 4 _ Snore 66166 1 .. 5 Q 0C 6 e6X.... Slurs P.m,.p72CMlow re SueQ r00_6TW316X - 26 Lvs Slee.... .•fm•72 Cea uner6.e.019.00..612,99e9 it ilnoda + --- Sra01s 26 Lr4r5ze 01666.6,2 WredM RN 1.. Se6 OMI 72601.*baa air0c.612702726 M BSJ I 0'a 72 COL.9.017 OC.,612,860X �RtlRwoO IR31r6n .7q6 exabn P4n14/P.. IF.," MaswMSML.rMRa31b90My -. RMr bG.7*tlR Na. ,,,S..nYq PhMb10es1_ GM.02231146 Assam.Ya. 361450, 6546.FodalS2)b a Pres 68213 Oren Sure Fa46n156L be Ron. 557 Over Scpere FoOtageo be clank. C 171111111,1,001,11.01.01011 •n. '61aryusl9xplb*6. 514 Gena 72.11x*S.0 W C..6173 .614. /!2!4!!F^F4'^1•4 Se.Lawn. ... 72CCMI1nrG4•Ei6-00..612 Web67 _ .._ arpu. 67470 -_.... e. L:wM ICN Lose $_,BOC 117.146711 Ill MMM.71ano a Sa O*,.nay 72 CML...58681 sr 06.12.. 111 -116 Boat.rd2acrc Soo 0.840ara n Calmer S.a l0'0 C..6-12'0.72614 aoaem.s - Sea 0.seD in 5 0160 C..97,22..4.9 � __. ___ Lops.. n1w. III&ma moss z'Ifbie44ala' 1-1.8461Co_epum 2614 tree 584 Q+0'o C..6166346 M MO OEmo4Da.m.eea'Nata6s4 061..e.C. 72 Cn.7 S3.01700.,617VMWM 4a'41�Pr401..1•' M496_B act ea 1602SOT Vese67 .......11 11716 61 En 13•14.•pd.. bob B26n61. tree 584 a O6 6 We61t- 1119672.26 ate Gabner6l27.07l 72 CO 1276 See Q 110.0.,111-12.6.1 14 ..........- 169 .9eac ®pa __N 6 $9'oc.61' _ _ sew _ C 6 _ 119029231 SII_91700..2,1r wow le c 6a <d6 Bea 9i Farx :6aU-41$.64.1.9:OC 6.12y vancG HI era Q1rOC.67. 119 AVMbFMe Serbs EMa n 661 LM Sus Q 1rOC..61r Varied Hs iva Ra/In..w.rae 21444 2,424 34..... _ 185 0 08. la 7,11i.}.21.811478.016 81S4.Hasp? 7.9 Ben Cos.�R CM ^9P' 110 L 5 Q 6-C. :. byrbCe*YPnnrl MeM a4Maae9a14G 0.511 MF 6.7 Goa IC S_,C 6'06.:411;:'\4'.'r:14 e+i. 72 761 Swanmrtls .. •SlHer5 0 40L..6t263.14 ... 196.4.marl. Bet Cow CAN Ora.7200la*Sen a lrOC.6127Wte6M 14 Sm4em 09,, b14 CS. IRC 5 4 H.0C 4-r.am la ni Rr14O amen 01.58-1.64,B.7 7.4 6 06.0062 Ht 11B N81a. Owe 6ubOe R CMI,*84.Qtr O C.612-We6M Pn<9up�L Ct 5 06.62.64114. 721 14267,224 L Doer Xt P.7a6um wer9n D4/8 Pao.Crass ZCML S Q 2700 61763 t1B Pham R.N.rwOwe Pub(L nC/La*SzeQ 1600 942-92n9172 ...,-,. O'6'p 7 Q 600 670226 119 Ronda aIss MAY WOO(Wry ACM 127,54720 1600 6.12,74840 St 62101414 12 14 oaC 3 Cr 5 99'19.O �Z We6X �eNu asor:a *5220,@00 6,7.2267 WEST 8 .....__..._...1:_...._..... ....^6..... Rae••. rNM.Mo.1.rPl.rsxM.an6asaa.bnFwl+lvae.F •MAY bo.l.rP6.1 x1Mo1wand 57ccwlanR�Dawal311.101.004 mFFi DUNE PLANTING AREA 02 DUNE PLANTING AREA 06 M0+9won 10 rt 6 o,.wO 2272. 72266..6 o6.q '1_4.... • 61.62.1error '?a.. ..._.._____. _.r __ ,.. w.., rb*w �yTw.a• r 4666866.8.488.8 10 72..6)0 _ C.a.P.* FG -IS 0 106iSitgpere6.Cedecw JB 020 5962 'oro' a S'Ji 3162 Plena 56 C4 :g W r 16 r Bea 122 1.7,5410 1670 0..67741414.1 10 001 2 ce cr.684 a t06.62634e HI 41.1010.1.4.0.6111.10.1 fib 9016. mpaar Boren 92+157,1_47X67 L2SaeQ r0<.1-176346X 05»18 P.ob16.001.0•0004.,_ 72021 Ste Q rOc 2VaeM 61s -...• ..... Mr.tl na9040061n Y. T YRA .._ pan 91 5a ... 27212 n� CM L2** 0 14 54eQ 270 .62,4440 _ D pe 48 TR W M _ 720Lnw Sz 6 r0G2Vm41. 6 r. !66472 4.2810 age ty 17.17Fre31214. p n Um Gr 1 1x01418g276 63u. 00tYWeb X. 20 P �nre0'a 626 7. _S',O Q C 66.6469.... 7227 a 0'..,t i:, Owe Stamp,Stamp, �11a.127.127.FM ban c 66 Peep6lnn amen., 15wn 1n0Mf .447Lner54eSi.DC..617967 0 wn SMeare P 72 ce Uers..a 660C.67.r44M 136 Spas.Nev2p.1601 :'Wprva(hop..Grass i R Ca 1.88 3404 Or 06..6-1260181416 10 040.4.4 v. - Wp.MGropes(Gat 72 Collv*Cie a 16'OC.617'Vae6M rn.rt:.wnwwm...v 1586 Usk. 4424 .... 1030.* '.12 Cal L6396741600..612'84.8 M 235 un_8S46..Uen Sae 0. 72 CMta*S4.QrC,,114.12., 0 4.746. NORTH •Re.to General Plae.xWs.48 Succession Plead,Del al 'Riferb Oa.IM.b0919 Nona 87N.Sum..Raab.00.2 "29yOwra,,l5ax�.41a_a SC toMOW4d 92- SrLw_e4602.lSF)maPteaM BEACH(� -26 A79u2966141814 - -see La.,. Coll.Site Q 9.00.6-170.7.6* 44 14/4202001 - I -1'.e. 7262047,5x,al WO C,6166346 M. OCEANSIDE G 6266714622662 Seco ea.0 y 72612*See Q'roc.612Va.6M a 522 *4.0225 726. 5 01603 6161 176 isQry�MYM6gsa'6n.srs4 .sICl1p 72C14leer Ccea 70C,6t2V646M ry1:W.vs 116..14 C.3,08.10 72601 S 0 0'0C.6125YWH 6n4MxlwM Gars eeac.60,. nuuL1*5..Q r 0..6176346X �Blanket Glower 7202 q '060 6,6.11414 PARK is......41002. BBrn6 ,12v 720141 Seng 606 617 WM111. G *Bea1191•0...Rower 7203 0C 6•2venaa WHOM H4 u Iluss ere. 7260 LMe S31 Q1810.6.,62W316M 4 amt Gun9 E. 7202167.5 BOC 6•1i 94 !� 627 fie 7260127,57200'OC.6 TV.74067 b Sra•te E. 7203 S '060 7:847 . PROJECT 28 0.a. 7260 644.600 .neM w Oe.P6ee2r.6 72CM 5 a 2700 7 M 6 ....... _...4 ...... M Br 7211447,31 Oc V . i7260i:7,3.794_21.oc,1614::614 .2- - .m...........,a...,...,. S pr,oa pefens 1SM Cova Gn4 72.1 tn.5..Q e-ac-.6127,M6111. 46614.842,2 _ *Marg C Ow 72 c14 s2 Q s.o< 34 201 am -ryCma 72.6414.64aQ 1270 C,616.114 M 4Swlae .•len 51127 247 T2G LmrsnQ+roc B1r.ne0M _ u ry'RaMbOssrtl Ran69Nar an6tRe4aa4 P4n�DeWl •RaW bO.7wtlPlaran➢Naw Md5ue2eson P*rer1OMM N . DUNE PLANTING AREA OS DUNE PLANING AREA OB 1 Ova.516.72702611*)10 67l.0.R 6.1113.1.5q.0,16424156110 601 7.a� 516,60•3X a0' 6. .*562010'00 6tY Vaned Sean Be 262 S 8'O 88.88 6 614 - •Sear. Mlu'Y 0861.Ina 36.01600 617.1414 4 9 ... 164.5 4481.My 172 CN Q '06 91794*l4 :�,,.nv..amn..r. Sb 7,,,,,"„102,,,,qvw TTC1.7446840 6416-06612'Va:MM 4 f0' _- IRT=sada Wro '2<a 3 �rOC.Gtr WY1M 2727 610112 PaicG. 72 CML(.Sea Qlr 0 C 617.5415 ---1 Penprn ,.0o2 IOua PaeAvass 4.203 5 018'00,2-1769 27* Mee as <a.wrowaxra ip1 6 m pn Snore Papaw. 72 CM La*$4.QIrOC 6120..667 Pei wn vpnaum Shoe Pafp wn 7202 L" 34.Q1rOC.,617.146X t 254.(2.2 00 0r,gaa6 Gros 720141.7,SueQ r0C 6.12,4783 117 5772 ,22n4us I .0 04.4.funs 72.44765x.a+r OC..612Wr1 I )901 reo.pa, Gas 720/416654461 0'06 612,4'.8310. 22 ..-866.36' 5eO.s 72 Calm'Su.4 HY 0.6.,617WIsast -'Refer 0 Gn7,NNand,Notes and Sumas.PlantInl metll •R2bb Gem.012X729 Nola ow/Succevim P4nby 0271 _ 1 r277therai Sv8svre40224.(Sj Nan. _- 21160414.P� Oa...19F)bs P*Y6 4 6A,eu.0**.W ss 2CMS..54201270 C,61r VY46« �r 22,2622 56 LraN. 7260127,52.21160.6.61T634e67 B 6..4 4.48.8.. 5240•1•D.sy .2 127,5440 frac 6120.2w avr.122 vmn111.6 156502.v 6 nM 4*922015 OC,617'N4461a 6 Chneso699022 eaco'Na6b6b' 94te61*6ocopean 172 0141722 5410 10'0 6.61]'03.6* 46._000/Onus cxa Maltmla2r' lbnza6Y6p01len 72 CMLna82n alr0.0.,61il*l00lt , e 1700.216 OcI B 12-Va1MM 67 Ema ra*tie op,a6 4,34 2662 7260 Leser S44 a fro C..slr 63.074 60416211µ2rena (each ea..R994 �2 C.4.axe R 1IWO910 a 610'Ver* 10.4nM3.0. 644db61Mw,baa 72 CM LM Sze a+0'O C.,612W26X Hasand. yOw. aWaa I Sae r C 6 09999 XL 43316.6 02 56(22 72C.1s*Ws el 1.0._,612'.x`.616 4.1.62 • 6 . Se664E1der -__720M4v588060 C 620x3161[ 1 S.._-Ens 72 COIL.3.7.1 1600..6170446 M FOR RIDDING ONLY 6 Pa..10 alnarwn Dub Pa.c Orae 72CM19 60eQ FOG 612'0x.611 0PNrcwr ,041..__ Wine Parc Gs• 72 co La*rhe 4 Ir 0C..616 woe a.. 9VINe7.6 a.92D BOOT 7260 Lb.area 160.0.612 Vatted 67 aaa.Aa7r.bel. !e bag,&MY0462 726013,16722 IrOC,672*r46M• '1.11261^1111.,_6.67 SM61n6*6P4Gw 72014 Low Sue 611270.c.61263.614 45y2*apMe4 ,06066 rd Pre n60La.S.a 1r0 C.,617W46M NOT FOR CONSTRUCTION 6 - em.an BRc6d. ... .._ 72601.•*8312 Q 1raC.612.W40M 4567.18 mach 1625 cedar 72.167,978 a 1r0C.4.1211.8,0111. .._ •RMi se Qenrtl/16iy Mow and Bamboo.Mar.,Ower •111tlr=06ri71402AN14r 47.113.4•444;4,1147114,1.0401147.113.4•444;4,1147114,1.04011 -- °`Air` AS SHOWN F A S11112020 bi PROPOSED PLANT LIST AT 79ST CIRCLE-BEACHWALK PHASE ONLYC.PROJECI_R J 22bre,' 072 S64n2b<4.+182 Co„„Ham. '1.2,_,7,6„'^ 15-7936 TREES D ALMS SV o•vi1:1u G 5 1 ._.. ... ip 9P IFep F a I t ._.. ..... ... 1.. PROPOSED 6.14166(MN SALT TOLERANCE' eM I 2 �e41m1...e.m 52181418 .... - t641,681813.a. S P14 B 12 OA Rs 127SFO u to oc --- PLANTING a EM +3913 Enols 13114* 6.14062726 1Oa1 F B .17 OA 76 4 Sp.M PLANTSCHEDING LES- II MET 77 M.N..6s We Duro(Iwo SwIbw 1214 rATew,170AX 2 52.2.ma.‘.ro.c $ 1BEACHWALK I Nobs. ddd 1.Geo.!C 6scb1 MM be 6590,06.lo,vo7bq M5ti11•,In 6460dn2.b6e 7.47414 49,27.8 26 2 a'H+bs 61.1.be nee of tog.rrsecta ar6 nen nl disease 16726 3172 _..u.�..:.. 343.6.31.8wl Hie root pa ss al,pros.4.1.ewe.oa r recent,6..267,168 m. al leo sp.tonlatners OW rot be L-6501 4 1 3 r 2 Wen MIAMI BEACH =,.°`...--!:-^,,`",..,. DUNE PLANTING AREA 07 DUNE PLANTING AREA 10 DUNE PLANTING AREA 13 Mar'° 61N 0,44454 Ennee S,L./w .... Vim., �n,,:.aa _..� _ _-,115•56. 5568y57 115.5850 lb... ____'< - Mon.1253546Iw. _.-- �- h".. AIME 50553.7.51, P FcabpaOil rob Up. 5050,Oevea Square Footage(84)0Cee Monied .066.Squ .ape 44 550050 N Sean l2GLaw S.fa 12404 6175nOO 155C6,64 'Bern pun 72 GL..S4.a MToc 617 A:WWN '----81Cwava,am _._;65x.1 Bean C 0 rOC 612V8;e6111 4 1"71 .... Be ..w1W RTLaW SC.O 70.0.6 TWrMK 1568e4ee ---- - Beech 72G46 Eke 700,6 TMritlKmp6 re _�BN[nLM.96,y 60* 1700 617 Vxw6H aIP C 'Y a 0O. RCMLf.liwa SOC.6241..514 155 yprw y_., 556050*. 72GIab 9MalrOC.. ZNrWN 6 pee _ 8...4 - ¢a@ r 0 C..6.124 Vend N. a5 IU. G RGLint..a r0.4 61r WIe0 N. ',55.14440 06.1.8 Cress 72.15.Sin alr OC 0.7000014 8Priem em Owepne -CI Sena ls•0.4 0.12•W481N I Pmpenn CM L. a 6'-C_61TV/WH_.... 1555 p0* t29 __. _______.. Sbn Prp4n 72 G 1ne 5k a_R;OC_624 WWH 6 rp5:mvylo 4. Snore 7 GL St r2C,6124 Va.H. - ...._.._-. _........ P I W . pip,.0ragaMGoss 172 CMLaw5.a ROC 6.17WIe0H 1955Pa1•0468 s..iw 5o.0* .bOGbS rl CMILW 5.88ISSIT 417,44NN 00 42 Mp;aw 5.0.mgeaO Gnf 4G LM see 0lrOC.41YNr4GN +Ol .ua 55 Oah '.R Cell,.Sk5a15'0 C.61T VHq H. 51221I/YrYPSt//5 SM Ob RtoLnr BbalSO C_0.1T 417,4444 it 15Y�On6•prtWO 90tOak RGUr5r 8¢5@171OC,61rWWK C/Nr.OMAN,..•,+elel . aro OS,WaIwrO.9 No. «ae/en PNMhwpIW •Reh-/o GarvYPIMrIM Nobs M,Jd,r¢.bM FWYLNOY •Pee rro Grr5re1Pbd9lbb rM6amu5M PMIMOxM 5.•CrAtiro54,6,1-3.610685,105 1...''''6”.%551'..5,......5 ).5,65PPw/ _ _ 20600,* s2 00005'155500.0 O.erS ou:ape(SF 56 PWW we uvvz._5 0' vercr :RGLx+n.eealr0.0 61YWWK ' _ :5 L..n R co Wet Sin.50 C..61rWWH. _ - 1 0 s$5090elales ISHtm- 720501.10*44411,4 OC.,b1r Vries H. 16 re --- I.aU5e 0 :72CML0S S.a Ir 0.C.0417 Vs.. yo _84,257.O '1X.84.1 SW WO G.6,755.014 21 -lea weans.4 Sea 0alsy RGLSV0O a 1500.617 Va.GN. _ Iis 0 p0N 0 en �1. Y .7 M C 72 COLL.Woe.O.e.alt... - _ 3C r EI..Nor cw aru6 50 C«p4n RCM S a+r OC.17xrW16 6'0X.? k OWan. ,02... rdfbw'NwragM' HMka'AerC oprrn 72 CIL..Sae alesoc..,7NrWH 5mw 566le 0*'.5Wa0 C em Buc Czepx 'RCMP.Uw S 38,88 64_617000014 921 Ga. _I..Bees Cree -]2G4w Nb a MT WO C..617005000 E Words 8sacs0.es CHlpx 7205%Larpwa lSOC..6ISNMM - 6042 115ptl44 ... Bern BerlMF RG 4er SY a150 C.,61TY5WK St Gel.er0.aesl,., _.- e.tn,0*l00lFwnr RGl.w5Ma1r0 C.617000014 - 2+GaU•nS P,tlMN Beim 6M+x Row RGLar6kaa 18CC 6trv�•MN L,TtZ....ama. 1MIM50.el* Dae Su* RCM Lew9a*,r0C.617WW14 01 Mole ..MMB Bae Sn0ear R cowman.tr0C....1r... 2N.400..i Oem*E*.. 7204510x5 a 1r OC 6,1700.610 16.1458.• r.W1eE0w - -R CM Leer See a lrD0 6tY VW.HI 81 MIn0rtan Sees.Exna RGLxx5kea150e..6,YWW14 200.00057 SsW.E. 72 Gtar Stell,50C..617Nre61e •am r.xe.m 164748t144/G4m8 ............ Dune t4goB ea 7201 se Jur UC,61T`nr.I/ 015.1 x040 Dun p5tps_.., 72cow.6ea1rOC,...17*alN. 2Paw.an.. Cu... 72 G4W50501700 611...400 _..._..... �2GI..5kt 01700.,61.0005014...... 155.10*•54055 WIW:06:lD Bary 72 CNL ee S.0a tr O.C.312,1re016 61 RpMvaret. .......Sall IM.my 72 Goer see a,r 0..46f2'W 3II 2Sp..rp.fl ....Sat Pax. C6856856,4EnT le a..m/enn Bev Ce. OpMS RtoLrlx E.OItOC..612WIN H. 6150 0.00, __- ._-SM NLWOa Com pes.72 Gam sin a Pr D.C..6175x.614 2SparaaAVMs.6 o..c. Gres>RGLaw Se.alrOC.617W.MN WEST 8 16 Sett med. Bev Cepa :RGlOwt'#ea1r0 C.tor LLWK 61 S4x.•050I.O pry Cut Rtolh0*p0*a,r 0 517000014 - 25u.bms5ma o..... RG4r Sue 0700 5124 LY4GH 2113.1.3500 61-6666 •Her le Gerler/Nn16g_N04 aNS0eeevbn Plane,D/W •PerroOxrrs1 Iemu,No.M SuceMren Mnh5000 •R.er r O.rw/P.056NaYe M57.484ar PIMy_Wai _ 6.8.8 605 DUNE PLANTING AREA Oa DUNE PLANTING AREA 11 DUNE PLANTING AREA 14 N nal 6wwm Ilmei it r c�mavm.165,556. m1a...x4 7.1456,68 �.. ..l merinn.. ut 9111i0.35.5 3111O07025500aoMIle(SFynee?wee 110: 54'75�.!PiSF10500a:XM ..- ._ __ 55,7ONra064r5FwINef9; PW; ee, -2 0147750.a 1r 0.C..6170MM0N. 2Cawa4 m1Ym5 2500.1 RCS.lib S-8;82-iii-0 C..617001./14. H2C.LMW,arr6n. ash 1GL 5 @+fOC.0-1TVar*GH 158 120Iar sin er O C..4erWMN 1a Imam Sew. ase. 7 -Lose See 00000.bt2 Verc21e- 156.4,64 _ em t 156.1.464.nens ioo, I for nCMl.w5t1 aIr O.C.61T Wed H 2Nwb.p..c ir'ErraplMY a . 72 _ .5-444444'41464 .10050 _ i7G Lawpn 0170.2.0417 Wed 11 26arr.epu 2661 Kee.]One 72 COI...Ue58_0 w158 0 C..5.57.I wafts It 7407.6 0etmaw Dun 12 G Lrr.S.0ltOC.0.12'0005061 anrm ID to 472.L.w 5k.a1t O.C..617050661 2Pnpunxnaan pun Pest toms 720e liner SOe g NroG..6I2•Ver5K 1@P5AW.6.5.re ---51 Pet1600 nGLrs Skea l97c_Ai7 WW N_ ••_••:.•..• 160 / Bryn ::n p/e. RG Um/6e.0160C 15121150.415. 2 Spentn5v0*1.0* 91 re Dome 22 n.r SPe01rOC 6124PWI6. 14 *5.0 14211.4.487 8.884. S**O1 . 120 :Sae 8U 171V..H ,x saoL. a .«64.es:RGLYw5W0150t.61zLYbON zsnaoeb4 n.yixib N romN.Gal..22 Cali nerslroe.6,rWrK 1{z5Pa56M.Y.6+Itb wpr Or..Gres RGLar sk.alroc 5.,71400*K-- NORTH ,5 :50014.Bb@1700 617 Vae0 N. a4f/. '0Slwv.w .Sr Oen RG 4w see C.61T+AWN .147014 perc.Arw - SS O. RG4e.5;ze$1YOf 5.12Vta6H ]54 r Bea n Oat yy/1 1 I es.toGmwalWorn�yHozes cpsi,Pran4sDee6 '_...._'R/rroGeno/elnaryNo seed A ssesionPWrengDMA I• •RefrleGenralReno, one SWmra,Plantlr,OxM_ BEACH 304610wre05ywe*s0041.1T T.P.. a1:Uwr.ASquare 5 F tab PUP. O rall ry_af5F'Itone P.. OCEANSIDE 624.9*.pwp./V24S-..-__-- Sea Lawn:. iR G4w Sin alr OC 612'Va.14 <y,oyuyouh;ao..... 54.57 le.. RG Lir Sire O WO C.612 vow N e6.481876x.688.81. __. S Law 72CML.1er S.0 154 Wo.C,6.17Y'tl* .4481.06.64.6.v 6onm.14 .Y 72.156.a 1705,61755.061 Sr.. ra :S OaryeO/aY RGIaW6w 1 00.617000014 5841.45xsxoaw ',F of t*,Y 72 PARK 200,56.50(057 vll0rev.5M' tb146.CaPCHm ':RG4Mr 6..014OO 5,700.014 eSsin 45,46,86166.1464.4 T14666.466 aaPxC YGYarSaea\4.iF542taonla+ a4u 64.0 RG lawS.01r 0C 8,2..... 322 Gain Mee bashS.**0Co0410468•4584.40* --RCM4.r5.e01r OC 617 Vei15 .i0604,eamrws---- •G0un9aerntrerop G Um 6e.01rOC.617055061 6NI 0rerl.. ,Gma.50.6 4.041 72016.51501700.,6.1TVxi.116 620 O.eAMWo/e _RC?.L,_.izeairOC.0.1.W.to 6054,04,00*1 Beac &05Peah00I next.72 Cerl Law..9swoc 617LY.6H 0O5r/.*5. DueSa./xeaaa T24.Lar5e501504 2.17004510 PROJECT -_ E P.16603.U.. Cum 7l Cwo Lne 5'55(35700 6l7WMGN taoNWnu.rM;h a So.. -R to L:w SMa tr OC.5.1rWWn 55Wh4a.4M6a ... ..{Oe.su.5abr 72.6.05.0170.0 6.12.1r.OH. 8 DbaN.EOG 72 Co 4w a C.SAY 0N rra Fuw RG 4w 9ria 0,7100 66-1r.17 women 1414.551/. p.p.Ftln RGIaw 0.0 10•04.642488.141.6.17.5•2111 .1YMr.5 N. g ! ____._61 :- ----Der PrtG ']1CMl S __7700.6100/56 N Pee. unr D P.4 Gr 1 R Cali Liner Sky 83 WO C 612'Nr.N. 55 PeYeW our. 401.186 Cies. RCM U.S'y501r0C 617000061 .5Na114xR.x•.vNNnSA..ur O 62 Fenner thlete _......... WN..r62SBery R C.1.+w See 430800 a.MI ... 1avua V16.440y09.ry R G 4w See a 1500.,61700.0 K 8M..scI0* -__bY:-SerryC010 I2 CARL.5.88,115.00.lZ VOW 183 }ww -0 62SPnael0tne SM6x.0W CYN oxa,]2CMlow 51.0 airOC 617005 N. t5parn.c pelens ISM 1555.1 CBG Gru•12Glner 6palr U.C..61YLYa6N 363Pe`65.y51N. IS.0.ops.007 Cora Gere llGLaw 555010 G.G.61TNIrMIt- BTSur05maaxre _ 852055 :5047 S.aalr OC.61TV/WK 'see,. ma 10.4.00 RG4W pMalr0C.61r550014 56 SUNbr.WN4 ,724/41 Sea@170c 6,25x0061 NA R/erle OxwYAlanOg Nei.erre S oMr P0nW605Y5 - Pelee le Gem.Plar y Hetes end Sucuswee Pia..D/0* - •Roh•NOwe.PIs..145.1.70*Sums-3710n Pn,M O.s 1 DUNE PLANTING AREA 09 DUNE PLANTING AREA 12 {. 120^'5 I _ _.. aew5 1enm 1 ... 172 o.:�n sr..,a-'m; DUNE�WITING ARE�6, s. • _ sF F 105 P1weo .._ � 2 Oran 557570 yy1 75j o ^ e RG um. O.0 617 VVanes M. TrC-�a _..... �75 .10 24•55.4514.8OI1er0C 61TNr.0....... 57 feneva7em -_....... .10.15100.1 .... {72.Lop Seen 15'0 C.6 Vaed5-� „ 2 20 115 'N Y 10074.mpr/r _; rbr.Wwy RG14r Sna SO4_5 .540 61 - 315011ea 505x.1 72 CM aw BDea 0700 6TWMN e 156,66.16. :RCM Lrw Ste alrGC,6.70502 N. P7enr5aPn.6Nw 12 cow...a,r O.C. 1r 0r56N- �J) wren - as/050wt61e Y ]2005/5¢5@trOC.6TWipM ,.r,r... a*"""r«a..0 il '12 arc(0.83 :RCM Wei SW a150C 624001061 3 Percun anon. {FU -_ Orme 50400500ales 00_0417 Wed NI 37 0544-4454n emrrm ll 60Pnc au RG Sas IroC..6"'5x5014 » i; S pym :r2UI 4w 5Ma,r0.c.65 llit5 37�Prape0mf.2./46 ? 0Mm tato Lino 00. EOC.,617N1a61t _ 5]PespdPivapas o 0700 0wm 72GL 9Re*1r0C 570016115 1tO.L..1570 50* -- TSyouO/N aeplvs - Cx nee 0200 S00WOL�,TVr.O H. C S0,95.0m.._RGIar Sbg__._. V"FM O'4ns_..5e.2G 471 S. OG 61TVr60K On-•Urnla a•� .... S Cels � 120 Law 656017 O.0 btTNMN - fi 457,...545,.,52..5.,...,,,a01„_. Se o :R Cr Law 583.0180 C.617 WIMN 566 U1WpnLW6 60*0.6 •Rele•00ner/WanOrp res antl SumaWn Ienunp 0aall - R/rmGNota 3022755.1 lMn6ny paMN •IF/bbOwer/AY.iN 16Yw.S.5.56bnlWany OMM r I I Sou.. aqa 4354 to to Pon. ]te I.Oven.L...5 ForIA}9FIgbPYYO 70I Am Dan..F001ga15F1 6 se Pen. e0 man*artarearso } _a - ..1n 2 'le a,50.C,6170050 K 152006#x000.01 I.Mrrt SM Comer SW a ter W0.0 6171151.0 N. 1410016.00rwec 5575x777 110 Leer--- 4---1 1-124 briedM N Bat rnt O.a_O p 72 Ca a 0150.00.11.12.1.7805s1t 1Sa ante... 6uW Sb O.a.Noy,53 RG Lu S.a 1500..6,7NrWN 1441.2 ..48 ocop 720 L 5 51OOC..*trNMN 50Cm4a4.SOM taco•llarrtaaaae Nwaa;u..C9C.n RG L.ew S4S@IWOC.617L*15010 +Se764bebw kece'PIa.a64.' 0 Se. 72 Cad 4009*.0,710 C.617550014 178174580ruf'abme.b' Gel.5WI Crosser ]2G LPs S.a 01700.617LWtlK N: 120141,7444s SOMA 45 BsnC0. ,RG L.$65 aerQC.617005014 2750*5 10ra5 O6yee.ac Creapa RG 4w 5o.a16'OC.6ITWWN 1100hrai6p.Y G/O.npsSCnyx RG1.w SnOPT 0C 617550014 44474400- 1534444151441. 150*YJWM O0es6oS.w nG LeverWm Au Mg ger 0.0 6 r N 16 G/Wrhsa.00.r Reach D.0.S.rae Po. 2C 1 Se ow-00 7Nr401S 1461.Y5.pWML 0M0nww6.IF RG Sea ,SOC..S 2.9444 N. .......... SPN..x86*5 05455 540154404 ,120M4r Ib alrOC.61TV550K 15 NNW210*1 SeasS A 720 5.3 a 600 17Vaa61t 10NM10104 1. 041.6..15.1 .......72 C. S' a150G 412.9444 HI. 5DVN050xs Sar/5E0x ,72 0451.5104 I.a IR 0.0,67W1w N. 15 leePerko. SOnne1.0(' 25Lver5:z a B C 6-10WWN 10 Anton sol Own PPM O 120175 See a 1500.617 WW N FOR DONCONTR .... ......man. COW PK OrM RCM 0..17900alrOG.b TWbM 45 Pertun*.1x5.1 Uuro ver.Cussi2 CO Lrw S;zaG 1p CC_613'W5/1 1 Anton wla6 WI *00 pSu ]2CM Uw 5wat50C..btTN11.OK NOT FON CONSTRUCTION Y 6DMwOa/07.. 1NY.MpOhary RGt 5.52.. o.c.6171440 N. 15 R/,erawW 1{Rad.ecuY/. Wli lMye Berry R44w 0*5Q 1500 617 Vx.ON P __..1D•1PPMr5P5Mn... ....3/r?I..A1x Cad Crews Ir00._0417 WW6111,3191511.91115. 5 9w CVO RGtv.et Siz a C 6135.0014. ............... Arae ..._..._ ._.._. a .. .......iSSe.eunp ....... ......._... CVO c, 501x00 Size a 50G61TNrWK LMhw Caro Goss 72.5 505 1700..6,70.016 w IY9ar0mxama ............ 0.1060/ �RG 471 Sbal70C,0417 Wiwi N. IR G IabS:.a WOC 577.14504 lerSaWN a ��C.Sd. RpILer Sna SOC 61715x0014 •16AeD.n//M n6/N6s xNSun..MRB66N01595a6 •RM!�iele/P6MrMNs.erq`SVO�cu/en amMy,O/56 I 'R.New0.n5/IaMM6r5MrW rL/S6aWNa1 Mx1S'M 00.1 AS SHOWN 2 A simirm0 1 MAL MONO NAN. A157935 `e PROPOSED PLANTING A SCHEDULES- BEACHWALK L-8502 4 r 3 I 2 I , Wen MIAMIBEACH qI,25e¢r9 DUNE PLANTING AREA 16 DUNE PLANTING AREA 19 DUNE PLANTING AREA 22 uwtr a.a ora c.,mn3 Reaerr 334Tas1,.r.r-u r,aea 3333 � �� w'9 t'^^^'..eon •� -k....r �.m.n.- +O SF).pwwM 812 Ow.5¢.:e.-¢72 ap19fr O9Pw94 1520 M odaoa lSF;o be P.. _.. nCelLnw%•GWOC.61TMIr.K 16 Cern ma '6 Ben 72 COS.St Q WOG_a1TYowl N _ ncnLYwr 3¢e Q,roc RIRwow* __._- ncas U14/5.0141004602-341640 K ,6 fiYmasenpYa _- Ow.n try T2CSLYr.r S¢nQ roc btz YaWK _ p•'ar k-1_ EEO 72G.Um Sim.lr0C..6,2 Vona It w --------- LM• Sae t3 .Taws RYaa K. In c.11sr%Q rO C_6lr OK I so syr R m n GELYw Gip QlroC.61rWiYK S22 araOm def PrRRGrlt i3@SIar SMRWO.C,61rJ .-el HS 11 -6466 ISha Penedp_P___�line*Um%al 1r _ S6foaEOWYvappp .._ jD�P Gera 12CNUw LeasQ 1ro CLL612N1MK 232 Spome genal S -..---�- 16P 2.I 3.2naum -, *9.P n line* Q 1roC 61rVnnt 1UdK.nr 5 paten 1t COLYW IM QIrOC,6-1TNrom�- 232Sm'POOMrl Y t'V2 Opean nCS LYr Sire 4310. ea-- __ I /teem Mahe OSUFzn�a Drop[eM dM RR CO lYW 6bQIfO.C..61T VfMK asO Gnat fCNLmw%.QWO.C..9.12-3.1.1111. 13 SpalatialnU*SJI.7 0A __ 1009.epeM Gras•12Cpunw S¢• ape nm 61681/rrvn S 72 C.0 Sem Sire•WO.0 a1TMISK 3861000.YweeW 9.06 papal au 12CNllrrffip Q,ra@ 612,966111 CA.r lGonne L Aso*.az RMa to Gan Prong Nora and Suttuaroncle s0•p! •RMw Goners,Pl.,Newall SueceeeMr I P*991s Success!, - a r he 291 ooleOe 9F)b.1 PWS! ,arae S,are[chap LF5ro4 Pea•ap C a Square22.2 I ,„ppm» 722 CS_ S 61 t0 C.6IYVINd M. Bnry.s yaps Se 12 CM Lew Su Q SOC r2542450555.,o.t no9w P :ref? COS arOC6Z*ma M fiAmx 1TVa.0M ywzay+repn I >La nC W%e@,rOC.6 YVM N M 13192 6 EngKe• 10,O4.`K2115I. linen, , '. COS QSOC.6.12.VarW HL„... ScO>s ms I I3CM Una $ OC.61Y Wen NS - Some.',Moors.. @Sea Oer+mp TOCRR L.er Slze$,r0C..612-VerMN y @case Nonsense o.. 12 Cs.Ler Su OC6.2-Var.21* 2 op..nLaw%e*1fOC.6-12WeWN__.. Lw P.s5c. ^Te. ._�160 C.61r Verne H. 90 f•rux• -...1 .1•21..r._.21, 0333. EnOal111.1 'MP'WIW eneeeSC nC .n.rwnena 92 GSats@LA•IY 6l.s CO isever3 12 Gen un.Sae 4_13":0.C..612 Aiwa K 67,22 .712-6. er t $VCG.6.1YVa.CM ]2.0410tp*S T44,, Creeper 7,Coe L.bee a O19.W 6ix-ir wow L • 92>MeMe on. dare...axe. 72 Co lam 6¢e 196 IS.OC&12 Wood MS Ftrner ,n Gnaw%Qtr O.C..612-Va.OK 2Glbwp00was k_n Baeelibar ICC.law%eQ tr O.C..612 wow XL - fixMrerunrlw 5 72CSLow S¢eQ rOC 612-Vas.H 2xSar.se d00a lace Sunfacer 72 Col law 9¢e•tr OC•6Y 92 NO retro. Sm.EW 72C6 War SaeQrOC air 9r.dM 6Na ennui. 5. 720114w S¢e Q 1rOC 617 Vanilla *Owe SeauE 72 LaLrw.r90 ItcO.C.•62,396 M. 928.wvanrnrun d 611*6,wt 720621 S �! C 61YVa.27. 0Pan.emefum WM P G __12062 Una Sue Q 12-00 6.1YVere,N 2Psarw engem Dwv !ase RCS LYwb@P_Q ilE OC,a T ape I 0303._. __._...... ___._ ..........___........ 0033_ .............. 91 R•n96 Kane• - 11596•..o two nCd ta.*USW 6¢a@19'10.612-*Aid 6Raede Kr.rus S.669eel3a Bony '172 COIL.%.Q 16`D.C..6IT awe 14 2R>MM KMNII S.qI Ygyp BFry t]CM IIS 9mQir O.C..4162 Wrwa Hl F+M2P1Lunsrasn • • 92 @_effete paten. 9NM•a.Cw Gnu n CM loner ISO C_612'WM,• 6Saar.*S**11 Sa6.916 CMOGrw InCNlna bee Q ISO C...12,644:11.14 dr 2S.SM1Ppbb 9N16saar ea9Grw72 CN Lw 3treQ,ro.C..a1YVa.01* WEST 8 1 92 Span .... 6asCMr 72 CNiiw%e Q,rae 616 Vane M. 65aamilial.1a 3044 Gar :72 CS law We@tS OC.612..92It 2@NMI 0.I Ery CMI In CNK@ Sks Q I6.0.C..612@ Sla ___•Re*@Ow I4 PMMFrtxpww,Inse•e•IM/6•9613/OMNI •Rwr Is Mna@ Maw end Scene*PIN.. •0000__ •Rah a 6rrMP.asYr.Mew we Berese.n Ples0.90p/ w¢ea%u OnFLT 300_0_0303.. e -.. 05 �w J DUNE PLANTING AREA 11 DUNE PLANTING AREA 20 DUNE PLANTING sww•owartu1 .....5t.p2.1. ."�amw.r 131s6 -e.nas 63x4 i6x6_641 r . 30-.mY0R-3161et.wmsue u.,dew, ..0.....,§„,ro,..,,.. by Prue 3333___ata Ovens Sp.re Freon@ 6 se Caned N'oWM 1561 Is k PlareO .........2S Cwaavwb1,8.ewer. ..._. Saecm Wm 72 2 Cel lar Sin Q WO O.0 1612,...11.4 t 7I-..e nr 0333. 6w3ka nCS tars S¢QIS G•C.0.1TNpp M...... 7non.spa , 3333. 3333 Omit Bon 720.12-0 0 ICOC.61TVn41t ...41.44.10.no•b c. 0000 ANwpwy @COWw&pf Ifo.C..612VI.OK ..w2-...nxwwe _ 25 parrrea argwee Bron Mawgey 72G4r Sin @1rOC..61Y W.aK l�,wm ,rrn0033. BeMnlpnrq.w._...?2 CaL taw Sas Q rrOC..6tYWMK i,panea.ruwa 003_ .. S•tl1 }606, Mw Rafe.*o nG.0 bluQ 2Oe 62Wna K. [sx" Ryman- ICS Len S¢Q O.0 6 3-A22 K. Tl72 1127/x. 07.7.... 23CSLL*%.QIr OC 6,2vabN 26 pee Pacer 2CMU ! 01600 6 rWrraK a+n ___..._.,OOnne Pa* 2CSuw St q rOC._6 2-1010110000__ ) n s.Pa6cdw n40...,,,!..55-1159::.9S.6,T10a11 a rtn ..7 Pa Nn 3333 6 Poop 3333... 12 Gel law baa Qt6'DD b]'Nrrb6lf....... -.. 3333. 3333 .. w..m�rm r.,. ,ry verve.. Seven Napalm 12 CN Su Q BOC 6-irWANK. 162 vv am Wg..01plan .. 72Ce923.leq ICOC.6z.woo IM I lSpw2.02.'6.66 afire j ete ete bre 72 CM Lnw Sae Q 10.@C..6 Vari•O13 pau0o rvpYecn wprdwaseGr 2e Su q 10 C_6121004 It 79ps -vpr SO 022.paMOw•nCOL @ Ss.Q,r OC.62-10311* 596 M 2-n _5 O ttCS Lew 53.Q t2-O.0 6162 Wwe M. ],,,,nee*tenon .544 OM COx2-666/613410 C.6,2Nr.dK ,79G•o•uum. 74 --•6e Dab nCM lief%eQ Ir DC..6,r VIWK NORTH _ FM.m_a.r „gHote srPee,P�rnaw.oaM 0' 33beef.MPrrmgxe,a..ear-•�e•=!.•�� 3303.. •R.p.. GeM.,1P,.,rani- :as dsuc....w•Pr.r9nr•r BEACH ...0333. 0 Saw,[eob�r_j6FlbasPpb. 0033.. 33 30_ _-.963710 Swore-ooa1 . P¢nbe 0300 000. 0>w1Span Po-Y9e19f 0bePbwe SIDE • zwqu2220UYa -�_---- Sea Lee. nC.L Sc.0120.0 61710.0 M. 1464444,±36664434 1 w 2C L SO.Q 600.6-1,6.1•9 IA u v ---- 145 044i44 law* n CO Lim Slzn@ IF CC.S-1T0.1.UN • OCEAN • ;9&.231 0...p fit OM.Duo 72Ca Lm09�IRO C..614 Wwa K 3O9n¢ z ..,;.Sea Oast Oaay 72 CO Spm rOC 5-1T W.9@ 36 � nz Sea O.w-Du@ n CO law San a IrD.C,.-12-Vaal 1* PARK ' 10 CNyf*lsou*co xawmleM- 04 961*107.n n Can line bee a,rO a 612-Vaned M. 3 Censor.. anoe-nwe ;Mc:cmacocc7Nn 12 en Una Sae 9E Ir0 C 0-122-07* nenenewirac:rco keeseeh elms..Coeopn 1C••Low%e Q Ir 0.C.afr Vaasa It ,a @nobs leas oaan beta GMs 73 Ca V6S (6SOC.a1T MiKK 43 Emade IWbe B. Cm., 72 Ca tens Sze Qle-OC.0-12.WNW 11 E Jasxv>4 Gaon B.Kn@sone 72 CO env SE. IS 0.6.•6TVaia1* OGebd*** 80.1114.4110. 12tH Una Sae QWOC..6 rT920.4 Geda rtpY .O ertetibeeb .72.Cal son Sae$rOC_6 rW.aK 7vc Dins Orale Fbetw nGLnr 6hep l2-OC 6TVaMK 10 xeMhensebie dM semen r 2CML S Q r.S 6,2-fl litr a..e Mune uRvw l2 CSLnr Steq 2OG 6-12.Nr.C11 3 Def@Wow@ @COLLr*E. fro C.,6 YVa.CHPROJECT IO Male .. .__._.... -pens EYY... 12 Cel Uw6 --. 0333 .. 3330.. _-- q 2-0 C..61TMweN r Bid .__ nCS'961.623 0 O TVaweK ocnm 0333... OdllP Elder 71 G122t18✓u QISOO.RIR.VPreE P s. t0 emFun NOM. De.Mc ems 72CNu Sa�1r0o,61YVw01* re ��o -,_ _ow*Pont Ben, 72Ca ner S¢q 18.0.0 6.0Va.1K JPwKam SneersDef Pols dap 72 CM LFM%1q 119. 6 OC..612 Va.aK • !O Fawaacr.n V.r1•Y..lo Genz 72 Ca.Lrw S¢.Q1rOC..61r..ewe1* l FI, In co,.S¢aQ I60C 0•12'6..9.1. ]Fade 0011 - - VP.e.e6po Bary 72 Gams Gk.QIfOC.612-VawaN tUSpape paw SO1.99.0 Gwn72CSu Q,o.c -2-fl-F. Sane p. 5M 9.2.1 Coca Gnu 2 CY Law Saegr9C 61210.4-K ISpann P•w. Sawowr7 Corti Gratin CS llw 6b*Q If OC..6TVw01* fOSuw mreana BR Ca. @CML Q.foC arV;R11_ 215420.15 wMP.nn S.Bsycar .. 12 GAL.S¢.Q rOC,61YVartlK 1 SFA • •Newt*GaIMPYpbq Na.PM 34iesaba M.A.OMR G 4 mrYw uccnebn OMN 0333_. .. Nry Car ..ttCSl.r Sane ,rOC 6,__VwOM __ 3333.. ➢New as P4allt _ 3333. 'RMIbOwWPwl9w xef•nwlrrK•aaar PYYe6e9DIY.. _.4111...E.1211E.P.C,517..1....!1.........3333 3303... • 3033. -__ X3„33 .......__-__ ��.eu �._ ei 3330_ PLANTING AREA 21 DUNE PLANTING AREA 16.2-n _ -- - DUNfiE_ rr.r 0030_ IPe.r.n. - onnoE e-,?......... ...".......R3*Saw.[eMral8Fl34 fi an::. ',22 GO OWS oC T*211216 107 Cann. 91216 * in Calor%.Q 1SO.C..61TMbK �.a�n,..3ettw.... 0 22 CPI MPS a15OLb2_WredlS III Lenya 0000 Ow3lbwrfay 42 C.4111444-8114111,6•oC..61rMMK 01v.+elanv....aw rxrw r. -72C•1L Sae 6ITWr.a N. _ 12OC.l-17 WOO 1* 151 w e_. 0033 X07 ESTE,. am. _0000_ Uur Parc Grw n CM lyer3[ao 1rOL.,b1T WwOK Ir _ , 20161mn%e@I2OL.,6rt2NrWK w - a - 75�pal a9ne._ ..._.... IS+.. CM tee 9¢e�WO.C_.6rT nand let 107 PasPa9.rePrllrrm. --.;SnortfI..n.._ «3CMlawr$u..Q,1ro.L..6,r 10.OK 6 --4`,L.,-,'";::::7"' _?� _ ne 72 Cil Lir...giro.0 0-1?Woe 3333 &3 3333.. 1w Spsaa.re _-. 199Vien dpere O7w Itt CS Ii•Sae QiF o..932'19.099/. a 720Sdr sues wool* 2661 O2WpIa - _ 15e.Ow i1]C11lner See q lrOC..612WrtlK 004:2-n Gs, nrm➢xor.. r:.eBDew 'RMIbGveanXrg xofas_arr_d_S.uacpelan�wr. OeY S g are fonl7•(SF)........ ...l OwrS$pre Fap.6.19F1 b as PIIS* '1 y -. RCM Ia.e%•QIrOC.6WMMK e2.Vpe.pwp .'alww. 173 Callum.624•-If0L_612-10601* P -1l 2R :..Daly @COL.n Sas glrO.C..612'Mw01* QB¢p a-.a - O.S. Y :tt CM tine bwQtr103613-Vatl1* -iJ9G ;w ., s.._ -•Coap4. nUL0 92.QWOC..6-1TMw0H 4271.2101*. nen n.vr .b Wei...Cons.. 'TICS Lew Leff W 00..612196.01* �' 22p Fmotlss or. I- SYo.Claps nGllan%eQ WO.G 612-LYIYOM. 611 EnrpKllaMl• __ _'G4S6 ka3 Grapl In Clew&pQWO.C.6-ITI .911 -6 1 139 Ca6MvpaN-+e 3333... 01115,.rblFb.a 72 CM L*W Lae Ql2-O C.9-129YwaK _.__.�G�WP¢aMM B.M3 Blar•S flows ,n CS LYr 9Sane 32921rOC 6,21096.01* n-�: : 131 N.Mabad00.t Sun.aw 7 CS Lew 999 Q WBC..6,2-VI.EK 4211,4,701000096 06.16 Suwsaar '12 CO Lewin••1r 0C..6-1TVarel01* FORBIDDING GNI7 2 ,...- i - - --- ,'..M nGll+e%e QlfOC•6.1T Well M. .Ilse kW.. Sess.Elder 111 CYLer Bip$tr00 6-12.v...K. ,>o Penton moron. r• 72 GILYr%aq WO.C..61TVar.OK 42 P4,en4n 64910.+ Om.Parva Grass 172GI Lew S.aQIrOC..61T wood Ht. NOT FOR CONSTRUCTION 139 Ra0•r4.a. !e3- nG1LYa%•q WBC.6,2-Wase N. 43 Rard•Kr96w 8*I•Mas noes ttCSL.,I BwQ1rOt 6-1rVw01* 1>o Sp**p.n. -. :wddpf 72C461.1.Bal Q1f O.C,6,2 WwaI* 43$pwr•pavn 6..0 oar 010 Gras.72 COLaw sae.+roC.612 W.ON 136 Srsr.mearnl F: 72 CS law%aa WOC..6f2 Wre.ON 1DL'elar-mrMla IB•Y Ced•r '72062016 Bw QfrOC..6ITWMN. 1.4 0300. Re7rpOwrM P96Y1r NOw MlO Wtter. -r•,eneROMM •RMraOMIYP96.Aq Mew MSlaawla PYwlq Owl AS SHOWN A 911113020 ou x g 15-793L 6 ': PROPOSED PLANTING k SCHEDULES- i�I BEACHWALK �. __ L-6503 3 I 3 I 2 I 1 MATCHUNESEE SBEZ'T 48802 FOR COM:NUATION - - R MIAMIBEACH 7 _. BOTH ST I ii..„,„,, ,, ' ♦ f I ., ,, , #,,,,, ,,4.4 4 11 IN . ,,\-;\,, &_44jr414,,4.:411,..4. t it. KEY SISYWASIW,I, Ma tr.00R ' 1 4.0 4114 ifr ettl$ G _� ♦ N.I.C.♦ ♦♦ • I j 1 WEST 8 I ..t4,4,9,;i%'' '' 5'' , i . i 44.41# .. VIIFFVfl 460 440.4)*IL: 4„*"40t.e,, -- ' ,,,,k ',,, , r.. ' : - Ho.::--'7":--------:-l_..7—:TnT,:..„' NORTH I r, I BEACH ♦ ♦♦ • \\ ii OCEANSIDE ® ♦♦ ♦ < �� PARK F / PROJECT i� `"`¢'7 41.,...„.:„,:_,..'( _. / \ 1 •44+.40,404,94*440.4,107401,„, . -,1„, .-- „.., ..,,,.„, „., , le \ _ '® .arn9eMib. , ..-,:;,,,,,,..„,„„,,Rt,,,,,,;,,':.. ; I ... ......46,S0 ....44.441A,4 01P •411Ilikil,„ beseit.:uw'7:' ..,::44°, ., ,,.. ,_ .,,,,,,,,i,...:47'.,',,"-'''', '-, ' -I 11111,111,4011111121011111 4111,4 ,-likir 40 A , '1 .? -''' .-2/ '2`' i ..**O...• ' , - ' ( s i i ' 40. A‘_•ATti I*,6 AL.4 Pe,Ai k <t. ,,' , i , t r -1' : 1 1 r • #41.-V441re.41°V- IFir V .- . ., , ,. • + a. a x axmntsnn: FOR BIDDING OMY u t`, r\ l 2 , •• t NOT FOR CONSTRUCTION M S e ;,:. 3 Y _. AS SHOWN erxe • J .."wn: T�t11 n I Lc_c TBTH STREET 'Y \_—____________-----, �-- A W1811070 ..�04,1.4 'g TSTsse 16 PROPOSED I PLANTING PLAN- + s ,; BEACHWALK k Z N 0/ PROPOSED PLANTING PLAN-BEACHWALK ^'. L-B 801 vat 0 1 _ M11iT.',:i._1ryG 3- _1.`-T:..33.'. f J,t'.r•:T:YL 3T.;i.. caw M — MIAMIBEACH 1 N.LC. — L'.1:1 .1.T.T ,..., '''',1''''''''L'''''', ❑ _. KEY MAP C 1 ai''' I .. L I , 1 1 1 COMEIMAL WEST f8 N.I.C. WIT 80. IN a; k' , * ..., NORTH _ . ._. BEACH APFA ry.Nr..� i OCEANSIDE s I t PARK i Ii— PROJECT xi '" ". k 'i 1s ..,oN I , // 4 f ; =N_... ' FOR OIDDING ONLY Nrr.a / r j NOT FOR CONSTRUCTION _ rr w..a,vr iw. j r_.-------T----- I/ I f' •_-• 1 '-'7,S SHOWN at JOINT-USE / I I .. N.I.C. , i . Mo TENANCEY*08/ / I I I p xw*. 1 N..c _ ni17R030 15 7934 ,A PROPOSED $ � . 4 11 \ PLANTING PLAN- s ..L. ,-.. .ted.. �. . ` - BEACHWALK MATCH-NE SEE SHEET.0801 F 20 CCNINUATtSA y 'ft N 841 I02 PROPOSED PLANTING PLAN-BEACHWALK L'Q V O 2 2 1 — — — — — MI AMIBEACH Nlil CN.I. . li ). L / �s/ gs g , 'r Ca+M.FAriNae.. r— t ` I 1 sal •: �r luP 1'^ .�>ti ;s :6r.'-,... 'v '-t...4'._ ,-/J.41 � i WESTFit8 I�I .$ GNB.,, 1� c . ', „ ,„ ; '� � ° ,�, ~-kI n:w eanosr h' `r - l I k f.' ... wt.... ;, vx , ' ' � 0.117.4 DIGIC015 PRIAM IC �, ",�„ \.. L n c ." a � a:s a ,-,'-'-.1,:t...,• a D L iii011itrg i_ -� y ,. .yam ' q s i :, r ' . i NORTH BEACH .:111111,!r..,"...0%,,,•,,..,.1.:::;.....!..„).:71,,,,,..: • ,. 4 .1. i OCEANSIDE i . e PARK B PROJECT i L, I r P � . 5 l'I''''''n. L `: ,r` t. gs,:1',,,,,, ' ,.. z a '.I - . . iFOR BIDDING DNIY NOT FOR CONSTRUCTION f>m..:.. 'm ✓'� .x-. t I AS SHOWN , r rev.. '' ' 9117/S030 ., r - .,.....1110.... - G { / 157976 j. -. PROPOSED 10 PLANTING PLAN• . - I i BEACHWALK ee- T n 03 PROPOSED PLANTING PLAN-BEACMWALN F'S.r'"� L-8803 T C i 3 C T4L AT 'r' MIAMIBEACH t .1" its . wurw rail Z 2 y� Y ,:.,,,',.-'''-',<-1`..,'-',.,- a.hlJ+r F N.I.G. ,1177ii t I , I !. _ f n , varve 1 *i NY l `�'� `�X t5" £ � `" G ,�: r #N'� Y?x / i ,wvka rF " ,� PROVIIM KEY MAP „ ti k 1;' 4 ` `" WEST 8 7,`m �I NORTH G -,- OCEANSIDE neo sr 1 � r v `c l % �� OCEANSI�E 1 • k ., PARK t ��� �! r. e PROJECT i xw 1 IgstrrsT —, - j rrzmnoian NOT FOR CONSTRUCTION �. - \ n I ''9H.;7020 793, l L. •,y!riz.` " a"�, #sw m �\ urtn�c 5 LL L 6 PROPOSED _ PLANTING PLAN- BEACNWALK N 811 Oq PROPOSEDPLANTINGPLAN-BEACNWALK F .1-7,.-----.1, —�^ L-B804 efxf V 4 1 t i b .... ..„ MIAMIBEACH , , \ 00- 1g I . . \ , t 1 1 1 \ N.I.C. .. t 1 , riTil Cahn.Gordono I harsahn h I \1 1 , \ r1 1 I 1 - [14/4ESSYSIO/0 I I 11, \ KEY MAP i ' 1 , 1 WEST,.8 1 . I APSE BO i ' I 1 '' ' ' I rli•X''''' ri:t=arZWZ: 1 1 t t 0•FLMIGY 41/44.4.1. 1 1 i p 'I, 1 . 44/ •A NORTH Ax p//A 4 A AAAAA 44 1 N.I.C. . , I j r 1 1 , BEACH I 1 OCEANSIDE TANSTIMICTION I. I. / FENCE OTT IS ., _ / I / PARK ' • I i PROJECT 1-.. • -.. !,•.*",,,' 1 • ,..._ •• . , . , I 1 I B / I ' • -.... ' i I • ',.. &ITN ST . , A. ' \ err/"4.Ftr4;11.4.40,4// AA. IN 't 1[1,4 StAPATINS ...... • „ I • I , ATA4 '-/-.'MOOING OW t N.I.C. 1-- NOT FOR CONSTRUCTION I ' , \ , 1 1-1 AS, )4 N 4/ \ i 7 1 \ A I'lliiii2cao \ II,, 15-7934.I ''.\ / I ,/' PROPOSED PLANTING PLAN. BEACHWALK 4...e. 05 L-B805 PROPOSED PLANTING PLAN BEACHWALK x " , 3,, - , .4.4 � *� R i 1 .c SGC. T 6717�.� ( R.T 47.11 77. — h} MIAMIBEACH I— 1 a It in SEE",ANAL sOLuria$11 1 f d KEY MAP ,". 1 1 l nr.. .. WEST 8 OPE WV NC CAE) EACHCECTURAL COMMA VAC r z,-„,,,,r-- I I /' q tea: 1 ,,, 7 '. 1 .' NORTH F 4 ,� s BEACH I ,k,'4,-„ "� OCEANSIDE 1 Ym` , �9 PARK 1 7 N'I.C. PROJECT •y, 1 I / 1 1 T 1 I 1 iFfir r / / 1\\ 1 gt/ senor k j, S r•i .' ', I __ _... FOR BIDDING ONLY ` \. I NOT FOR CONSTRUCTION MAW KAM,. 7 1 \ 1 AS SHOWN II "ISSUE z v 1 sTsae 1I' _ r \ 11 I; PROPOSED _ 1 '! PLANTING PLAN- - I�..I - • L BEACHWALK " n 06 PROPOSED PLANTING PLAN-eEACNWALK Fy�f'- - L-6806 J , b 6 uM., ,� MIAMI BEACH Is SI a.� Llil — , .....,.. , 14:I ! r, ��, ' s"g3' "<•� «ter am �KyiP a� KEY MAP WEST 8 WIMIOS/ 1 ,1 E .i =f \''''''''''-:-'-'''"'' s LI r P x,w NORTH Ewg,,.P; t i''....,1' T; . BEACH —'� OCEANSIDE 1k: ;, PARK I r y 1;21 < PROJECT,.n, 8:i^ - moi/,` - -ii NY , 4. t L-. - A'...,;,' - a, - r � 11.6.6 a 4, i ; L ' " 1 9 ,a,-r +e #v im", It s. ". ,.�. P "��4 '�""�` „ FOR BIOOINGO Y A.;',',1"0-'4'1''''7,'",'';', L. NOT FOR CONSTRUCTION ,14 wr AS SHOWN �. "9�iirsmea• F rITA P0041L,MAMA 1 1 t '444,44';',i54",,/,‘",‘,,, •.', .. "'cr, a„;;,,:� ,,° 5�° ^.?. ' : �`#1r�, -'-; 5 PROPOSED � 3 s5' t. -. .. \� �`• :. '• - - PLANTING PLAN• 111.111.1 OMR. BEACHWALK g. 4 07 PROPOSED PLANTING PLAN-BEACMWALK —...,.,.r L-B807 4 aerr MIAMI BEACH ABREVIATIONS I DEMOTIONS: 1,CCM..CENTER OM . ALIM11. .......c "1^1.1.11. "..... i NNN•19 .....,u..: Mr. MC,ILIMMAIMME.: (1.1.1tONSAIMAI "s^..... ; E.. MAIM .... i,„ ......F M. ..... ; 40.• we., Pl......4 CS.,.C.Wniaki I Ass...Ins we, I 1(..) MC ...1111CA:111111..11(..; ICIPT:t"».CL"-it"..)ifiloki. C. 11. .•mtmoormmommtatmiMemot.Mt M. c.c.e.s. Z".t7 t'''.7:::.t."*.'''''"' AM 114.,.13.11C AMMAN.........0,.... ..I., SMAMM MI 4 7 ., • ^............, flg .1, 1.11.16 FAIMOIO .. .1: MM.(MCIMMI: •A^..... .... r............ , •.1,14,414 (4);),...F.1 K......4'...." .1.11., V.A." t.IA).17.-t.t.Z.."' ‘., 0.. tr, 4^.. ).)..•.'/M' MA.1.............1111.1.it( ...,. (W.0,.EST8 .10.MMI .........MY XV 1/0.1 0 \‘).. i;/ •— 1 , ./IFF1.1.,.......:AMA.. Z.Ljr.... .....,,4 44 FM seInelpviwt ammo. 6 I • 0111 ,,I,......,......:,..........,.. 1.1....... .i.),M)))."."..”4.4.•))...)'4 n?..s....1....,...v... ..Z,V,`,:g.,:47,71,',5:1'.>. 1 M.M.(1.."........1:II I '•41,4‘;',...7\,`,4".'",:•=' ..., .1.11.1.('IMAM... MA MAT ........Z ;•';,)..........•;`)Z" mr.......mom. ) ..)•.)).•.2;.•E.•••••.."):“.r.....:-.-,..s. ..'-i;1..---.,:..------,— ..,r,;;;;.4.z.T.-;::-:-...z;z17...,..77, i 1 1 4 !OA SWIM 7.T.`.-.4 z....-..„..., .50 KIWI NORTH M 1,11.1),MEM ....11 MM.. .----\ BEACH ,.. .. . , mt. imemm. OTREE ROOTBALL FIXING SYSTEM WI PLATI-MAT OPLA11-MAT DETAIL ,,..-,UTILITY PAD SCREENING DETAIL NTS , TOM, OCEANSIDE MI .1.1.0 PARK PROJECT -.. / 12z.a112.: ;,...,;.... I.,. T B ;•.........; 1 ....sr. : :.es!::::. .4 - —-,OI —"'"- .mt.MEM •:;413;t1-4*-4-1-At — /1.40., .......a.^F^A, ;-).;',FIg;AA.r )% :,7, -• ,.. ......""; :41SN !;;;„''''.=:„.'`.,,,'":,.`,..--,:—. " MINIMMME 41,0}6 ir 02,"...,,,,,...”..,,.. 1 • . . • ,, : -4 4.--,,,), ,,, : ( ... HO):I ..:. Immi. ..... I -404^?'. 'IA,'^Mi.4.< •Z.0) !; ‘4,11!' :. "- ... • : 1 .'"':'.1';::::7.'.:51'.;1.',.."'" :'''1. , ;'•:'.‘,./1 ,.::.k..:•.‘17"..47,,,E.',17,.:1.,,,.;:::',..4.1,:i.:....,'.,.7%:::4.:,:,'i::::::..7.1::F: _ .T.... NG • .1.1../}....1.4.11...15.714., 1 ,--,:i.;;%:::::::4,..•:_----..- i 44, ci),..„,.......„„... •;.::-.7.7:::".=.1..."7,..--' *...51, •--- ,a,,,,,a,,......a.,.,g,...,,,,, • • f''''''.37...;Lio•7•.: a ..... 1 I r,, W.,,,,Ofl..,G..../),...• .o....came w.555N i..'-.!t /•• \\(.. 1 ,ra.,..1...,C........17... 1 . ri1.4.,....,.......,,,r.-• (?'\\ -ri a ,c, swam / \\,,,.. ,,,,, it .\ N ....." ;:e tf...7a= i R i: ;. , ,••• • NLY 1 -' :::........................ 1 tg ,01,./../ ,I.g.:',.,.,-,.' \‘',, ' r •- // ,t;;;;L: ..,,,,,j1N-/;\ i NOT FOR CONSTRUCTION s '',,i•:i3)' ,/,/ Vtil-.‘i:i f./'!'"'-' , '', —..,••«•. •••• .. ''.'.12., ii://' ,;',,,..',3 4:7 1 :, ; --Z,7;."'" - ; il i\s,':,,'-4/;• ' 'z,<,.,./ •r.„,:;. ' AS SHOWN ' 'T•"` " "..7` "..,=74.'iir.),.....g.-4t...:;•' ...N.NZ, ,±1221 l f.t.X 1.1.. i .•••11 / 9 ''..---\1.-7..r;i:•'''':,.. 1 Mut DATE A 9mirmo 1 ...,24,1ne.p.lt ®.4 15-7934 PALM TREE FIXING SYSTEM W/PLATIMAT. OGEAGMAN FIXING SYSTEM W/PLATI-MAT 'PALM PLANTING DETAIL(WEST OF ECL) NTS 0 PALM PLANTING DETAIL(EAST OF ECL) NTS MEI Mit i TYPICAL 0 PLANTING DETAILS 81 I/ L-B901 g 4 I 3 I 2 . 1 0.1 MIAMIBEACH •0.,...,1...41 11.1.0...011,.CINfr.MN. ,..)N I...M.:N.1, ,•14 r.4.51/1(7' WO. 4,. . •.1 ..., ...' '.'....:=Z;;":1/7,Z''''''' .11 Pltie....24., '. .N.,•.'.•Nte',...g'1.:,' .4 ''' A...-4......:..Li.....S ...., 7,,..,,,.A','n.f ......1,....'.::.:Z., V:.,......,.. i \ (2) CA.Gmbh,&Amadeu.. „..;GROUNDCOVER PLANTING DETAIL(WEST OF ECL) NTS _.../GROUNDCOVER PLANTING DETAIL(EAST OF ECL) NTS ”,.,T.,..•,...Th.., C IIRT../..Or 41/14091.1011 LANDSWEI.ANWILINI.02.,Y9 ...N...',N• KNINK.41403,011D (t.ING....... ,.N1.1.,.•• N.i.] .,,,,,:k. ,44, A:f.,,-:.,1;4T.',,,....— I •..,—..,33,31 53.3"33,.7.4ti MN,...51...11 F'.., r'."'''''''.''''''''',...'1" l',,,'.':?;•;;;"A ''''''' CONEPOIRAL 1,86.0. Yi I ',Or'.: ''.'.Ne"I''7'',1 1.4'4 Nt,rt,N.12,,,4. ,r ..,Tr..,,;.-.:. ,;:,-..7';,•//. ,..,i,.....,...::::Zi..- WEST 8 •'. - '''•'''.‘,", ,,,,,]..4....,... ,,,c.......-,o,:,mr, 11 SOW NOW CRY.Ift 100,31 ,1 i ';-tr' ' -Ve- \ MCNITLIINNt MOAT., ......x....... „.... ,, . '> .1 '$: ..,4 .....:,-..,.. •-••••• -il'All--". "11 .1---1"I'-:'• •------''''!".-,'",'.??, t,..... ....,.., .,..;4-.--..,.A.,,,,,,. -1/4,,,..,...:.-:, e.'.'2:-..'i 1-4---,,,,.9-,,,,I.,-:!. • •” ',' %, :, ''."" =,Ui.•%•;•::. / -.,, ‘, •:,,',.'..I '''' • "'".""--'•\...,,,,,,•..S,1.,re! % tZfr'7'.4.X'Aer42;''' -,''..--;A"-. • ',1,*-1, / .. / - .• , ',..a.(3:312.53, (A079.X.4,11,441.1.' i. •,. ;;::'f.C';'.•••/ - ,,,,,,,,x,--' / 1 i sN,..„ .,,,,,, 4g"4" •vs,,,, "'''' 4—...-..-41-11 .1.Nr Nil,MTN '"... ..„,,....„.„.,...„.„,.... .,,,,,,,,r,NIANS4t nem,.CY 43.0333, .14133 NORTH „................ \......i SHRUB PLANTING ON SLOPE DETAIL(WEST OF ECL) NTS ,.../SHRUB PLANTING ON SLOPE DETAIL(EAST OF ECL) pas ,...._, SHRUB PLANTING DETAIL(WEST OF ECL) NTS BEACH OCEANSIDE PARK PROJECT .„ :, ,,,,,,,, 8 1 1,,,.,:..`0,4',L 4..'N'f,'.!.., ".!;,Kr...°4=.:igi: c! '`.: ;- Z'`.,!':NV. r-,,,,,,,,-...,.,!ra„ 3.1.1.3.13.3F!..a.,IC.INA' •,. S i ::,: `,,,,,, .:"'„;::.A ii .,..4 1,...,4 co.,....C. ,.. 1.1.13.rt!..1,31'..0,,...3...FY ,-=,7-;:1;gn.,;Z:: : -!.....:..r.,..,1`FINII, NA,.,te N,N.Y '" ':.._;;.,,''.. / :?f'777';74nir:"' N.N.N.Vii,N.NWN,NI...N.......... .. '''T:';'.1'N.'1:11t=4:-,<-....•'' Or , IiihriTION Ol•PtAN'INC trr,..oGe 5tcnon Or PlANTIN6.5C)IBG .,,,,,,,• ®SHRUB PLANTING DETAIL(EAST OF ECL) NTS Cl)SPACING&LAYOUT DETAIL(WEST OF ECL) NTS ®SPACING&LAYOUT DETAIL(WEST OF ECL) NTS 1 P NAKISN FOR BIDDING 051.Y GR.011N012V7L.?1flip111_.±ciNG CHART, ,----1!/—,--4 - ......K,., . . I NOT FOS CONSTRUCTION 1-Ptiii4Y SrAElik•,0 .1 R0411 5,ACING CV) i 1•,. WA! --...................0.C. 1•4":)( • ;I. i .433 .3,7,. AS SHOWN 1 L,1N.ac. , IN,o.c. 3 i ;2 IN.0.C... 4,. 10 IN.0.C. _I A S...... \.....-/‘."..'' Sr4CiNG METN00 15 ••• 4/"A,,,,..-'', \ ." ....,..-.,..,,(--,,(--,„ 1..R.CF•egRD 1I51`. , \ \„, / / O.C. I , - : • , f...0.,Agt 5f,V..1NC,SB T A—1:42020 ...._, .._;\ ," 1.1 51•,A.11MCMINCAR ....!.'.:S...,./V , ARt0•5 101tRt \,,*.L,>••/ co„,,,,,..,,,..,,,,,,,, A —4. O.C..i— , 11 0 i_ 21 N.0.0 1 • 30 IN 0.,.. 2C 1N.0,C ---I ,SANGVLAR 5rAt,NG 154934 i r 3G FN.0.C. i 31•4.0,C. I ;5 NOT WO\51Di.t. 814.1 ITU i i 46 IN,0.0 i 4 i B.0 C I P.9..Y.t.1"L=2!MIK.P. ..!•.'.!M 7.4.21.W-2!.•!?...,.•.r.±c.'!5.....,2!!.`1?.?!.Y. TYPICAL PLANTING 4+0.1 KV,.1•PACiNC,-,•,..t,t,r-,,,44.,X t1,4,'' i DETAILS t _ ..!..).GROI/FIDCOVER&SHRUB SPACING DETAIL(ALL AREAS) NTS 811 •i . ::' L-B902 . , . I 2 I Geer MIAMIBEACH CPT 03 Wm N :3.:'-' , NOTES. Imo co•Nr.Ntai Me.LNIA A B . 4,\ ',e6Y( 1 TREE PROTECTION FENCE(TOE,SHALL BE I INSTALLED PRIOR TO ANY SITE WORK. mul 44.401 P.MIS = CI N, '' ti:."..‘3” CLEARE40 OR DEMOLITION •,,,, ',' . ic"",„;,,,, 2 TPF SHALI BE MAINTAINED THROUGHOUT CONSTRUCTION .'4i'El i.,%'-'4;;:k t.',:?:'". 3 REMOVE IPF ONLY WITHIN WRITTEN , APPROVAL FROM CITY URBAN FORESTER / I ,„ZAV..",,,.;•=%L.','....1:,cf :, AFTER ALL SITE WORN HAS BEEN , ^ - C li i ' 4 NO CONSTRUCTION ACTIVITIES , ,.e. PERMITTED WITHIN TPF WITHOUT URBAN ..\.,44, ..-,...t,,...44 I.-,', ',..,,."...,' 3000 SEE FORESTER APPROVAL . r ' c....,,G.4.4.14 41 ANormes 411 '''''''GE"") PIPE 2-0 0 GALVANIZED Itt \ '\\,,_ -' \' y - , ......- ..•_-.,... 1- NO 2-cmuNuNK STEEL C SENTIFKAVECIENT110.11WION .= FABRIC TENSION BAR AT ENDS -•-•-1.?' k \ r . / A B 1 ENTRY t ..._;-, suReFrn4 OM NNW.PK,103.0 5 ,......„.......), 2„... LAYOUT -3FiE.E.E.F. . 4 ..... atom i '3'.i ""';.TINTOSON'1:9f:: NEWTONS CRY NY M.I. ENLARGEMENT ®PROTECTIVE/FENCING BARRICADE DETAIL NIS ,P.D.O•TCPA,C01391.33PE . ,,,*,. ,,,•.:',,,,,p.:0,;.4.:)....,'• ,.,,,,,,in- ,,,,, - ?...-,,,,,,,,, ,..N. A...-0..„,-,4,,,1:y., .31,N,.PL,303.1,Pc riP.w 41..,,,.. ,..'t,kT":„.11i.‘6.3. 3A6-.3TT.3,67:S.! ERASES ERASE 15 1 7, ....,,,,.„„....., IMMIMEMS.INOIGNENOMMast . 1",,,t4=7 • fzr-.......? _,,I f;:::„:':;'!..-.... _..... lo NORTH / i. °RANCHES TO BE BEACH / REMOVED UNDER THE PLANT ALL DISTURBED ' SUPERVISION OF A 1 AREAS WITH PIONEER I 1 CEP'PEE ARBOPPS. OCEANSIDE SPECIES CONSISTENT , 'PLANT ALL AI ALL T.MES Will4 THE DESIGNATE. DISTURBED AREAS PLANT AREA PUNTING PARK I. 1 44 r , SPECIFICATIONS AND GENERAL NOTES 1,4 EDGE GE EDGE OF WITH FIONEER SPECIES CONSISTENT ._../ VEGETATED DUNE ,„,,,,,,Du,.., WITH THE PROJECT DESIGNATED PUNT . AREA ,,,,,, NOTE. AREA PLANTING E CONTRACTOR TO REMOVE ALL BRANCHES TO ACHIEVE A 6 CLEAR TRUE, SPECIFICATIONS ANO L TREE PRALUNISOS LL SVISEA HABE UPERD Y CEED ARBORIS A RTIFIT ON SITE SECT.A-A SECT.B-B NOTE. GENERAL NOTES AT ALL TIMES PHASE 2 SHALL NOT OCCUR LESS THAN S MONTHS NOR TYP '— g SHALL IT EXTEND BEYOND 9 MONTHS AFTER PHASE I am S HAS BEEN CPAPLEIED V i. r--N (12• CUPOLEX DETAIL - --------"1%. (j....)SUCCESSION PLANTING DETAIL 001itALL DUNE PLANTINGWREAS NTS (1.0 TREE PRUNING DETAIL NTS r WELDED WIRE MESH .... 1 r CONCRETE SLAB wry... 1 REINFORCING REBAR IN TUBES A /1 CUPOLEX RIALTO SOIL CELL I EXTENSION TUBE Adilliblit, CONCRETE PILLAR 'j 41 KIP" MAWR FOR BOOING ONLY 3 111 II i ii m NOT FOR CONSTRUCTION nue AS SHOWN 1 DET A '711'12020 i 1 cr.....,....... A 15494 i ®CUPOLEX DETAIL rrts .....,..,., 1 TYPICAL I PLANTING DETAILS 81 1!.! -........ L-B903 1 , g 3 g 2 I g .BIO MIAM'IBEACH IA/01 107[ 0' 0 RE4 (DELA .],.P: E A. PASTE x .NC 77.1.Ic(DELco/,mu01t 60(Yaps Lm:. 1.1.0 NUNS, KNE00 s,Mc W 11800 OMNI GOERS. ELECTRICAL SYMBOL LEGEND L wr:Lw a 1 GDEPM uJIE p WARN PO 1.IIINS .(0A. INC MSM fOGM.0 10 u 1151,R0.SPEC.1-0-1194 0 x5140 NOES FOR IW.4''MS(001100 MAR WM ON It 181 SSPE.7E51.1``.y AM(YM 1 2.11091.11 07144 MIN 0O3 511 MO co.N7C-3 T MOM yDi MOODE.MT.BOTSKAIL BE OFON IE INNOF CALM001000 A.A.11.11X0.0 O 1E0 MUM FOR 7x1051 Of'1110271'.011010 G5 ARE OMA 00110 NC 41110101 22 1001100 Ma USF DF 2.ME 101 TR UCMR NON 11 101 ARAN-OG NOMEW WIRD.RM WIUUSE KW WN IMNAL 909 PRMODMANTAM SMO.70 SCAT TIE 6f9N DRAM W O IT PE {OS 'P SME ART All. A FOR AMS 8001110 O AW MSS DOLTS.USE R[CPUf1 x CCPR05M MOS F ea MCI. ,ES MOS XL fa d[ L S RXMW Ma COM.MO MIES W NEN R. ; P' N' K APPRISES Of M 1051 (Ni41rD1K rt/L'N•MAW GNMNSl JAN. IOM #40111055 MARE.ABF C1 P. ZION M/B SOWN 3 1111Pt MK.C4KROX Y9NL MR Mf- DE.R.16E IPPCNtL M M 1N1i 9". A.4-0.1110 0045 SC 111.0(11 SOHNI 01 P.I.NOR 00524.1100.P iatRETR W-13.13 PNET MO CPM w111®1 C. M MON.AMSC C 505 1. S.LTIAS SNO AM) D. 11 URE COMP .A O CONCRETE SLAM P 015 INR MN AT O NO O 110.41E ESPADE REDTO 005 ROTS RPY.Of I0.1.01NO 7.197 EON MOOREDFORIN E WI11C EEECTINCK SYSRMS A$SHpM W M 2J N ..DMD MM NIT St. MNCF P.CE UNE'M BELB S Ef R P fD t0 PEdFI LEMCIN 0 CME. P Fa Fn r KPMExxn aaWarK t(tc1RDDE a caxWtTP MIEN ... :.1541,WALT MO MA.)C WORM'C(0CRPA 00WER MI(MOP J PJC,BANNS TIN O SYE EII.Y DLLFU FOX,N LANCES.BAgM-IL kL 02 REDUCE MOW CPE 01^1[(0 dR1E1i 0(010[ MP 0 .TAROTS M1CM5/.700..MIN WO 90X.77,0(PROC.0175117) 6 CM.Sod.i NfxiPIPP.Inc. E WIW ELL RG EWPw_NI.04.0 BY 01,01 TM.DER E NC MOW WM.40 WON.. _ _ ON YLC1E04 0/1MS. 23 1604.00.N '• 1 t OCOFS AND SI0pN05 A Tib.BOBS.NO MM.EWl 0rtfx[5 P- CNE OT.LY 00(1[0 111615 TSF.WIN E A,n4xtw C(5 110 AR:OYRNI11A91*0 DO 1.SOP All PVOS.NOR.. A BLIES 4 RKNAC Irol 010 IMMS MW,.0 4 M SP1Y I.E. 0 W FHCM'EC 0001 MAY K REGSME0 P INE EXACT 0110;1,W MANS. NLE 1WV p[SWRN 9Y1L R INSTALLED N A 5041-004 PORTON PROEM CCR4wYN1. PE..01 A...E0.'W1EN1 CpRK14 MON ON(02101x4 CTS _ r.T'vR4 NO IMRM x01201 MSM .l p'IK WUN MD 'p[5 k14.(.(0700 i0 F:.xRM S0f0:KAlIONS WS.590rt.Ka.'22r NO A. 1)1.1.1 E EI:IMD1 Lt.[(MC All) 0 Y 5x C SK' PUS EE A1O..RF(40 NMI RCN Y23 01 PPNRiVI0 IW.. 1 P. V 200 125 r RPlI1 J•DX 01.0010 TSF.RM./.TWi ODEON A ' MSNLdIW 4 NEW FiE0.06G1 SFMCf.NO PIOROAM'd11 NIM ML. 2;NATI. PRrEOTIW ASSpNSbx(NEA: C 4MOO MOREERENTES MIN Of.TROD X110..CON..4[: OU ! co(M D.S. CIIiO .I0A1A 01111(01]110-5980.KIWI 5,62 OR E$510 11. 1ETNINON 4 NEM[fL"N SEiM*Y P.WFL NO CANTOS. 3)W1#MILRS ONATDML R) FR51R IIOM0.xCKAN 00.00 K 0M04 Ur.[ENGAGER LUMI%7110 20[7040'01 Lr.was 000 540 BNJ.(T BALM 2 51 1001004 01814PD'K.NN 19 IVB'. 0 n Al PK[M.PK OAbalf'M 100(1(4(0 1 4(.E SmCPAN amts. N7 7311•11FD DAM 01.1 CCVp Alf k']f• r.SxiC:.H'S 4Wi wN/MI 3. WWI.M NOL MAIM.MA DCKNWL [,014AIrtD POOR GeV 0001[[16 AcvAron)roaA w:xeAi,0.0011�10 R.auw v4( .w,1 PPi NSTALL NM., i. NMI.KV..cwtt 90Am MOO1100040 MM 01(11 1w.0.11x. .... 1.5.171 DAD .SEM..11 A 0Kur' EEM.00 +. POMC Al REINED woo.Aro 090[[105 FOR A 1.110 T NAND REIMS 1490 14 2... MN MOON) C. SE RK -CORM. J NEL 01 00(ACC 51141 1 BE TM T.WAGED AOEPN0 11€ELfCIRI.SIM AS PIN M MIDI,4 MESE P,001/1l1F. k Elf CROIX EfrANEfRS(CFI) ON DRAINJt R 3/1-11.1.ROLL MENU CONDRIS Tl ELYIf 5051000'0 N 5 RIPP'O IRE N SfT[ MOMENTS ,c r War RM-. a 9)NPM 1*2.0U0, NUxi 1LE0DMx 271L5 EOM.CAP E£3/6'21171 NOT D 1COOL sot REI IMG. E. MKN Ns'M aC RF ER N2fR N WRW]P 1 1f+F C [ 'R D. r1IsrAL..Daus PASS.:MRx.M NT AMC RPE Was MO SPIE x vx SIEVES941#S Mtx..BNO 1ulIEMM1aI w:Nr4 11x0 ME;Ne..1kRPi1'4V 1u .__. __ .. / WEST 8 1J SOP PANKS MEM TILOS DM.MO ST.ER'R'NNSS MO PAP.1/2-0M DEAN. A NL NO L:'SREL CONN PINES A•W WM.AM POINT Ls EAQR1 M T. MADAN MNIEI CWROS`O F.R:i00 SENAG. 10-00510 NE*SVEN AS PMIS.REST 81045.LADMAA90S.ETC. MIR JO 4K NEN t5 DATE 4 0.AKA CN 4 TI!4•41.4.4 307E Mfr E ^114 MO 0140-,504E: NMS Pt 1.15 10 P11.10t 2(14 p1 OPS SPREAD .7.0.7o.xr va s WEAK.CR 1 0 0l*II 5 PRNASf1.RAM 10 M EWMCR MR.05110.N Art DT.123PASS.1'✓1 USE SEALING CPMO.APP901D FOR M Raf1SE. AO MAGOONKM 0011 2 51 IN 0NDINRICA(M RCC40 0000. MD 20aMR TO Y 011 CROSS SIRUCILWE 0000/000 JOINTS. 81212AR0 0 M MMM.MAIM CNMW WM.0-[x4016,MRRCOI ECTON G. URE'XPTRwrt.3 its AK OTNFA EOUR[M WN WREMW CRNMGT. PRCILE DEAD FROM P11A1 ERFMER TYPE PxXLROMOS NIH COPPER BUS AW A5 w OIA t.4A RD..LON NIENIC IOM. Mf: 5 S OM.. 1.1 4[10117 YARD MWRMxY NANONS I) PONE 1. NEW NO CME WEN[ GFRANO 905 D P DRAM,ETN PMH BEARD NN g 510RSMOwN SEPARATE 1, M Y 041(01:1.aN CM SIDI MNK MIN WET,5014 MOLDED Ma TYPE MI M k1 WK TC OE NE .K R MRS _ TR FOR 11'.,4 WK.CA 12-2.0,709 COLI(AAE:REO ORD/1 K MFRS V W t N 10.103 MRS 0 d Y WR1ENrt0 W W4S MUST�A1.R:NE 00 10040 11.M FOL00001 ,) 01...0 MIM1 7 NTO of xMEMO 0 FI0 P 00*0 M AMP.10 LOCA.. 101*RO POEN..4.21.1700 PrTOP 04) 11ESwi OL(M1'M. 00 00 DT 1Wpe.FOR ir' ROES R NA Il S14 INSWRI04 NO 0x.5540.YL MOODY.M1x1CIVS. -MED M 10/ La.AM3 LN.I N AGNS..INS.INF 1041 M A 1EIAL,11 O N `)KNUICTIRE S NW0 NO 1,102.KINDER K Al 0000(010. 2.A 550001 4 R4INO 111.111.PIM-ON. IN N0M0!.SNP:,rt 7.41.01.(.0(1010 0010.01 10 x.118 .)0001MY.WD NPM;0X11009 MN*41.500 OF 11NRMM VAIN CRGUI 111000 .. A;151 OF REEN1.0(0 SPARE PARTS A 11117.NAL WPM 7,35.4.11117 1 .�.�...rt+Ana¢...Au, MO.075 Of ONO OP NEE xCtlYAUR W A MEW Of EIRPOEO.0.412E 12,1-5,9 ).o ORO.. 15 AS HAI CRNMO3 100x05 ROC..YWINAN CNIMELS.ATE.000015 10 WILL NIM SOMERS SIEB. NORTH NCNM:NNIS Af0 EOM.5N[0B OBMELS M R SERIES P-MOD:MSN M1YEL GRCLI. MMA.501 N4 ROGRO.;141 M:'CLR:MIY POW TO FM.71.Y1.1124.1 A TT OS MMTEME'As ING5.0.0 0170026(WINNE NO R1MG5.1.1...0 BT U6rNR N*.CO.OR A MM M.01860OrtS OE ME RAM.LUCINDA CODE.w Mf M 001.75 SMWER TEAMS005 W ROUEK R CC1R4E',4ECI9CY AI.VAD[0'113 p6 ANG.r [DAL. TNN S2E 12 ANG. BEACH ( E MIEV TE C.NPN.15 0 W MOAN W.CPXW:1 UW.N. 9. A'IEN NRn/UI A N010ICMAI P.AS 0'R44K1S AT POR.4/V NM E MY:E50f CONNECT.)Wm BE MX MN M DOOM.NW.RR..JSNO 0011 0.NAIKS SW.L LE PROMO IN CN'MO PIMS.MOO MN S.EEO 4(5 WW1!(LLT Cf 90405.072M55.00II(1$020 AM..80AE5. MN.1/N7417ED M WAN.OR FNCO PROOWR P EpYL. C. KUwMT SAPS.0010)NO1 2AM1'R7NM 1-I/1[NHS M..14 M 14.5 Of 0 AMEa1311 CONNL T.SKAll of 1.E.1 DU..(M EOM).00117E-9011 DONNE.. OCEANSIDE 1.6 W'AKS 01)OPE 550.3 OR IND/MUM PPE.42AS FOR COOTS DAMP.1 SPECK..OPPDSO FORM 001:401. K.x 711 00 E W.P N.27S. D. 10 4 EC 121 RP.N. JO01,INSTEL/WOVE ANDS.NIA.PM,00 SEPARATED PARK !VN(41 T...MO WINOS NO PM NEW MK 111.1 DESIGN OF 510)NC D. 7CE m1Uprs INSTAUED NT TEAK'S.UMCES NOT 1.5S DW 1/4 NEN O C All..11xfMR BY 1901 NWT./AIMS. V KCRV;I_4..7015E-5 AM..[001110 M M MOD.}'61. NPA...D(55,413 R CUWK S W DMR MIMED RIMS E. WMT DAM,70.NONG✓RES PPECM1.M COMMEN. _SLMES MEN PASONC COMM. E. EU..x01:NODS MY.}7711.12,MT Of MR U.0*00 1/4 M.x CARIES .NOD 1025 .ONE F:PRR'AM' XES BAND N FN MOLL RC'110 L W a. REt..WALL WAR M rM DOM Of RKIRNS UB3iP M 0rPI 04CR max( T L.OMUSPEND,CENNC.DlrM12f0 F RAMEN GNOME.5 OF 57.9 COO RIFFS,S/6 N. EFT LUIC PROJECT NEW,USE 1.d MAIM S11.1171SOOR N.G 5.1XTTAINE 4.1(K NO 1%0.51015E ILL LENT'K i AWN.R:SISTAKE 10 Q .00, IJAI .OS':WR5.0WINS SL 612 tr NR rINDOOR.r.Awl NFMn (.1.2115( f(.1.21155 f O AC.S.M.M.CON. ',06. MID PW fRPn01 RIF wy. G x OMEN pPKD TC . xlcm 00o, (0 .0 A S2iAS 940'0 W OWN..EV SUM.Ia. MMP x000:T DIANNE SKRY. NERMR NSSENE TIO,SOLI. 04050 4(5 NM.1 LLW`Ya9 PIM OR:V.AV 120 NO ID.40x0(.l 05 SONS E I:E UN..P 1I[SW MEL (.ATS M S!POO DEO.SI..AND PA140 0 N/.NMMS ANS MACE:, 0 2 011005 MC LEOS OF USO RPE SOAK PATS SNI;DE ON..10 DM[R PROP CAKE SHAM.KU.Cs 170051.1216 045 AO R4fK5,10.0140.SINEI TS 114 II 0401 4 10 COMIx10R6R.Y0T51 SIGN,PON-i...,.R.24 PARTS 7*NUANCES NO COKES.NO 75 OKA PMR NE1 142001 PS REDO.RI NEC NMR E!S A NM1I.WE K 01151(4(4 84R fu f R.NRSDS DON I.MM EVES 100LRCINI TRF(Mr.FE SPM[!11[5 4 fICP 1011 V.(USPS SIMI.K 41 MKD TC 1MRP PRIX R !I SOL. N 140.9 EWCRNI MM 10111.1011 761000 N SAW CONI ARLWY y AN COWIE,OK. 10 040 A.GM401 01 CPIDUCTOA WITN(KEN F4Ad4.x EARL PM2MY,SIl CCM.. F, x00011 CSNIKA 0 SOL 01001(0 EWER 600 711 105 9,).11,01*(1 TO 440 YAMH' NESE 000101(4. P NU. Vtl IU 14151.. 1111(%A(1O w1.IAN(51710 ST PO /x0 MN O IN A MMR DW00MC (COPE W NAPPRQID 0010WLESS CWNECTOR. CWFACI 5'5X40 �1 _ G 5. .DE MR. 1.1.7.0111I01100 WORE CONNECT.5 NOE r0 MSR a 4(5..SV NN[1/'N L4J11M MD.ON PE C.O.X..M Q m'AMTv. [R Y Its N C RMWMM:INE S RECON[MMUNS B. C TMAIX )124.2 AME,WAS 0 1 511181 1 AK W6 COMMAll NSW..a-7077.10 DVS AM,C.C.MI 1 UM.6 DMD. PNM.BE 10 SIR Y.IM 2.NaR 0.. jEDOCKACAND 5111.5 E.KRIY 90104 NO Max UFFlN ON. 0715 N SPE 1 PVC A 150.l wEWt 5411 BC WANED J1!'AMC 000-040 Of M 0151E 076-0000.]NIAL , fE b AMG.'NNO 1 DN PVR: ME J. WONT. 6f SJD Ir AF 00011-1!6 M.AMP,. UNF A.401 CaEISI P 0111....R SNIP ON/ALRVfn T TE WE M BOM GW SRF E HIR 11R9111.31111/1010.111 M ES ISI CONCRETE it COMM. 77 NW OAARA11MS 115 FAL WT0K5 IMMO(ERIE CE 1060001100 CERIO,RT6.011 CMR ..,,v,4(,.,, 010 I .GP.ED tlC115. 15[405 AK CWOui POEGN WE 101 ALL W 0 I/2 10 M P055-001E5 SPM.K COME.10 SPM AMO COM..Br Nv:n- 1 MOS 4[CNS FM010*1 A TAR CODE 1001 0.071015 10.000(AR 071005 OPTS Pg4M^.t MwOfR YO/OR fCR 1 CRM010K OYAYIW MIS DAMS D:qt 9015 R.R.Cner4D Q 1 10:210 rP.l SWlA:iN MRM MRNt^Ph.BVIK..PWV A.RFO..MM4 R. eWwa MOON Mf 960010.P'0LLvrn CUMNNI.Si MIK.NE.,P OMENNOG.TIN 970 F.MENMO 4 9.11000 5 .Af ip WW1 1.1E^aY CO,4KxT ME: 27 'A/245 Nil'MRM.SSRNe Mf.N11pL PJCN-PARSE 5 PA..NV.4 R. 90117-.4.7 C - MCC.COMA. WIERuz MINIM.E NOT NMIRED.WPM EPP.Wl;<.MLR. 3) 12RnAq r ER w srn[R caw-Nem,111.' MYSE A CMN.-1...E e. SEE NOTE 1.2 FOR DESIGN CODE AND STANDARDS ,U71,....... a P MMS NMN.70 0 CUT.M CCMRACIP Saar 0007[142 WIN IN 011 .[R 1 .ANO*41 *RS LN CAPON(0f MANE PE 1ETO 1) 1yK.]xG s*0oO OLIIYk. 0414 6 Y* M MMMtt N W fN IIVYSM WRPRU1004 KI T4.vNe5 ATO S11 .FY KOOS.PROCH CRABS AND NSIRUNMAMPI MO COW.MMES Af ROC.19 CONRR 145 AND FINNOES. RO 01410 t104 NC 6M:11.2110-11-16 E N3 EON.,SLEETS FM P NEV OMER REM 6.1 0.2'0111:00 M .R11 • POMO EY PER Cr d Was I' COERCE DR IxRPR+1 Nx PVN..Lua.'DCE,c.PMD;OEM MM. „ 06/01000 LUMINAIRE SCHEDULE09-1.0 AE. 1m 140'No 0'MR 51007E NEWER.00 T M P APA1N4.N Of " p1Rl.M NS,,,400 Sp (AMP,KN:Jog. O 15 REO)31112 A MIOT UT.0..56411R NAN AME NE N1Af11 NO 1.506 FR C4.TR0 A 0 01 CROPW J5 450 H 0.EREG BHCb-'NSMUII WM:IKRAC GU1W. ESS H4[V1Y 016 1E0 01 RUMNS. 001000 BQLARO _ MAK.. ___- fet EDGINGS MINS M.LL✓9[1[01 M WI PULL ON 14(-SRC-TPI WIWDA. 9. W 1811 h .00710'^('.INTO 0001 Oat M[LCCNMM9!10811 W S MEN NAND-AMP.:FORMS AM SURFACES ' i iSPr[D. LOMT SOURCE UNP:42 WATT NW OUTPUT AMBER LEG(4-105 LUXION C MOEN L1C1-061000000000) FOR PI ONO ON)v Ym FON A NEAT MD KC. POU .C CONDUCTORS BAWDS.M..9015.Ml 9011[54 ETC., 0000000 NA1 G0:210 VAC15 9EIN0 NOV.ON 11N5 PROJECT 1.8 1[s11NG a use 1ERWws s4rn nw.ME OSGKD MO AMC.fP uE sic.fte FOR CONSTRUCTION RN Jh0LM N M MIN.AE VKM4:W 10* ENN:R.s'WI-IP MA Orn DPI 4(09.12 I M-NS TO�010 190 0. PANG 4(p LASER C 011.0 V INSTALLED 4[0R ALL.[-RMS AND[7100[- M Af5[NrE 4 1.K[NL12R PbUAFN ( 50 041(([2[015 PEW OR.O'ICD RE.ON:APIS(012 x ANNULS, [0.4. 0.73.7 PEMrAIIW RSIs 11-00 R'W4 W FACK 00 AND 2✓W II 117'11 A SIO A' 0..4(0'EI' 0111.4 O. CERRCSOO 0 100NT CAST 4UMM1Y.1OUSE AS SHOWN DC NDKR:WOOS 001110 MN1 0 10.4-10. SPM RPM 10 WAWA L DOOM SWROUMINC LED x4(180'U141T 911.(00001 SO IS 110115E SOV) _ A 0 OURIT.PLL4ArO1.13N8NU OPTICS BOROSILGE.55 LENS MNE w*e 9 MIST WECTROSTIOALL0 NOTED AND BAKED ROLALS 0 KAN.TOPCOAT. F 10 RACOVAYS A WDCT.15 x MOM R6KO.35 TO BE CI1.413 SRO.OS 811 MO) O P' A0 205 U Nt i@ CNTIIRF k 150x0 SANTA f FO 1.E'SOCA 1' A 011 2010 0000000`0 MOOT SP4TG01105 14981 NO RSI-C33.b. i wools ___. 21 ND 781ST 8 MEPAM OCTET BONS.RIES NOP 02 MEDICO M DIEOR 0.MO BOAES NO 465RNIMaS.RAD:RE t0 YAICN Cl.4 MANN EAWI SrAMNOi AM;1C1 iV Dr.OSEY MOAT 4(1]SOU N G1Sr J 509 N.Y.N[.,x4(TIL WS 2.M 0001141 i0 INE 01ARD 1101.10 SNOW D1 MERE ORAN.S 0 COMIPA 011 iS�93: MIND.RRVNO.190 NNIW M PROM TOTAL.1B 5 510.10115 4 90LAR0 IMO, 1x.11:.:,1 [AOI M 040)100 ON-OPENED FACTP0 DOVES.MESE LX115 TO IX DELIVERED TO 3 LOCATION AS C.F..,BY Ona WAW EWA4N PRIXECT 11ANAER. ELECTRICAL E _ ---- ___. NOTES. a BEACHWALK 11. E-B100 ELECTRICAL NOTES-BEACHWALK 901x£NT A 1 3 1 2 .t. WCIth-UNE SEE SHEET E0202 FOR CONTISJATION. .n , MIAMIBEACH • . - - ,.:,. > . , g i FirSrri"''''" 1501,1 ST 0 ) w„, # %. ' '- 1 ' \ ---'""."'''''"'''' • 1 • 11:411 --.--- mot 11110 ,, \,, ,,,,,,,,,,3•,...,r F.< i IJ / 4A4CV N.I.C. , , , • *110. 'Lb .....,,,..............-...c,-.;.:,;....;:.:.- 44.4 *Ali ......____ \ 1 7 y 1 KEY IMP t.' i , //SO h SI hth N 2.Ihth .1 t=tt..T`nnhc r-----j• * 1 ifit,, / WEST 8 'i . 4. 4 btoo.#*IN,.4" i . .. \/ ak •-• , .., NORTH •' ) -AiKetAtALS t/ / BEACH 1 -1,1449rA& /a , I , .4r l'itrarirt \ ----- OCEANSIDE 1 PROJECT 4111"4°• .4.440-v' -,, Rill PUUS00 SPE NO CMOS •< s4, ie #.0 • -,.• (T..) ... 4 NI / , • i t 4., N.I.C. \ A - ThoPEED MAID(RYCY4 ' ! i- \ 1 I .1 \ ..4„ L ___I .414 440 #4&44‘4411 0 11 . . • ,......... SSP. LS,ISIS 5. k'IlDS MS 001.3155 I 1 NIC. t ' 4 itri#444704.k 4.6.4 147,333.0-3,33 , . - . .AI II , FOR BOOING Ott NOT FOR CONSTRUCTION 4 '--laiiIta AS SHOWN aset.wat MP STREET I 1 i A W11/2020 t: c'15-7937." I 1 I6 •/_ f ,L ratTearjrg....r.) ELECTRICALBEAcHwAL KPLAN ia la ,L 1/4- •- , 01 ELECTRICAL PLAN BEACH WALK E-B201 277"'"'"i 1 ' 2 I 5 "— 74 rarR .. MIAMIBEACH ( k a. .aa, `� ~ U1p.MDDR YRc w4-) w..ro.R ISM om.E N.I.C. 111° e� .,.��. n • I ` `, 1 U)1].la Du w r r+c �iT'R! cra.Goat I Mates�. `' j —r \ c a. [MI I.MSCAPE 0.11,11.1.71111F 10100001/8 - � eigli ST 1 t--(Sp.Naosrw: \ f KEY MAP • • I- � COPC.E. 341. c:N].wDD.z PK WEST 8 I 4 • `U N.I.C. E r � I / /� � Feaomcu indrao(Mot.) OM SHEETE-.V2 I t i; 1// NORTH BEACH OCEANSIDE • 1 • PARK ,, PROJECT • Ea zl..eE ND / b4WIL M 517117%.131 { • \ • \ 1 • - • /I { UN]a M an•N r nc - a4 -tio moons 1 ai iI.Ii _ • A}necm=NM • ,:. I • 1 N.I.C. ass- c^ , 3 --```-• l Xl FOR ERODING OMY ,a !,, -.` NOT FOR CONSTRUCTION - Ir • I��-i2WeAwA2'AR ,e r i • AS SHOWN JOINTLSE I /I MAINTENANCE YARD/ \ , , , .� f011]L M oro w r.we • A cv 91171020 I c ' /� \\�b �\�/.. •'.'� Malt.r.Iiwa ♦♦� 1 C �� I •,,1S793C {rtlon NemDR[Ol ¢]o wwc ELECTRICAL PLAN I � .!\. \ 41 IwEem Rlo WNW OMi .BEACHWALK k . I-�:.E SHEET EBZU.FOR CONTINJATION (1'[� ti 102 EELLECTRIICALPLAN-BEACHWALK E-B202 .e .[: sort r ..... MIAMIBEACH I NRt f .: f� ,� \�• \ Ux-. : — ' s n an N Y NC : • dl p. ua.Ganes Aran,It. ( , \ .\. .. \*. am . 1.4.;;J:,.:,■ j , / mi S (])n!n mo N]M ''E'7� .meoeN ]PASN t (IVR^) 0. •L'' '1 KEY MAP f • 1 WEST 8 ill 1. _. y, •1 t \j(rIn!IE WO x Yvt u< { Y .]Nall _ N.Q.C. ,.j Fes '_) K ,I '* Mrt ..�,.,.,,� / •�(]NEd/60eDN1•Pi7 •:%:....:',..:` NORTH ��(])nlnaON]•PL BEACH I•..., •, , „.\ / .', _ wR �NO OCEANSIDE i �TMPARK °"9.7`�°`/ PROJECT f I u / f; P • /.(R //i' - fi I , w*Rtr M / . . I uN.lnooNr Pk I el / T2.: `..�. . I ,RN k �. r tA�if OW d n oo x Y we is=m MI.'S y /' y " f l n!'\ rx I N ' / .. N` / —.,),.n ao N YM - I r N.I.C. ` FORBIDDING ONLY J..115''NNM NOT FOR CONSTRUCTION AS SHOWN / . , e • - • a11 H 2O20 - - - _ - PN.( y J ONsi-N ao N r R,e --. ..cNe....,.Ea a i `0)n!M ao N r we g �1Slsx i 4 '/•,L;` ,�. �/ '§ moi"Pensua to cm;mom: ELECTRICAL PLAN N.I.C. . T.- �,- / `� i Q wens xo aawm wt¢ -BEACNWALK 811 O N.Erwr. 1 03 ELECTRICAL PLAN-BEACHWALK Fs1r.� ) E-B203 NviE. Nr n f b t S I 7 -7—_--1.-sMIAMIBEACH 1 7f�,(Ti ii inlYa I w,rxn n D... 8r Dt xi �,, NI,ti iF _,.4 VRa, ..1. 145 e IS RD N i'wC N.I.C. CIMS[i+dno l 4.m+s[c I DY2 m rP PM-1 o. 44J0 alwena we.Sum-a \ `6g KEY MAP "mai i >hx.nYle ut.4 if ... / (2)w a 96 as el 2PC DRAYS WEST 8 SAN 1 , lif 9ppp�l IrtwraSOa"Ua�0 P.GII . ID•DDSON SMUT b, 1 _ WN PRIBDII.e`M Ila MOWS ux Ma[1Qu�.1rs,4r n[axru 1114.DRAW RISIR lR DN RID E BJ01 b 21 i RT.DeRSSISOROISS OR . r� .. �'"""mp,'"ous I .1,-- r OMB e N as P Ync i I NORTH t__ ceSi.iPl b. - � wuYf4l5 _� 1llX BO>. �1�� Bal .� BEACH 4W.M 0[PBI �4 83RD,. RN �s ' 'SP \ OCEANSIDE . .(— -,_ 0,--,` I PARK �((9 /B QiNrPS PROJECT pffC^CWC BSC M-1/ i ' IPR A�i� ( t R0tl4B MI.(T..) [tw MVO M WV[-WM i I ��r �(nM.kaoxY% N.I.C. N.t.C. ,;0...,,,,,,,,:„..,:11„..1,_(,)„.,.......,-K -, , K. K-(i),ee,eas,,i•Pc NM MP CESSERIS '"I` 8116.ml.8.0115 7 :vs ''f'16 -,I i 1 I 1 .a 1 P[ • FOR BIDDING ONLY _ / ' 1 I' \ 1 NOT FOR CONSTRUCTION D6% 1 I`—(tUr t p OW Y Pc AS SHOWN RDA Mit �V \ .'� A 9177/7070 Ber i • . �is7934 SIR(I RC r \\ IR•;i. .,�(i)R.waDwi•Pc A w.SFVRO8 Lx$'__ ELECTRICAL PLAN $ i •BEACHWALK �� �.l .Li (:;1 Hca a[�Pc ._._'__ 8'' 04 ELECTRICALPLAN-BEACNWALK E-B204 - MIAMIBEACH g azi 11.0.401 0.33,20 a..„.\ (2)16 a NvowRSW 11:4i l'illill° 11 r e-„• VG13� EDASD 13WMD E-SX.2 'I'+t\\ pERx3 M SNFl E-6lOR F` ••• /,-(2)#0.la DSO M Y PK ,, I c n. r/ R R. � nw p i \w+ aU, 1�-mxw nx(MOO KEY MAP �,. \ {{R L ,aaA1P,JRW cDns.n..o..w«x WEST 8 (. \ 1 �(sNa.,S DwnR.nc N.I.C. t Be 1 I I .l'-(Sp e i,cm w R . d. ca I 1 , / NORTH / BEACH i • � Ute ,!. / 1' i OCEANSIDE INSIR Kamen,WE Otcwrx I � nsw craw.R ME �_•� �MET EPARK =,N.�E gDNYnC PROJECT i.,.._ -` .� IR)N t 113 as x r nc 6— t / '_f �\ N -4\, d. i01Ne Ncwarrx S..H„ N.I.C. 'l [ !/ 1- i 1 �(1N.N.d R'nC ww. • g = r. 11 1 3 20 \\ L BRIM \ t \ IRMeeN�nYnc FO DI i '� F07 MOOING OW`r '�. V¢.oiR (RMssI 0 NOT FOR CONSTRUCTION N.I.C. \ \/ nc IOU r AS SHOWN N.I.C. ! te,,. 1 } ' S 517718020 XPi .-- :,\ 1,1310,E * (RHS e N m•Y PC �....aa h ,� \� i 157934 SKS,ir ux� ', O1Po 15 m n axOri 13naox=m oma o13.r=c _BEA I r''t' f ! wnuls aauano was. ELECTRICAL` 1 -.r , i / �,� PLAN �. r CHWALK N 811 05 ELECTRICAL PLAN-BEACHWALK F E-8205 5<K.�.a 4 . S 5 MINOT r —— MIAMIBEACH • , . }�— —FOS hoo«2..1we 1I 1 'w RIM(4«n MOW • I,4:14 �yJ',,,1; �ewouns m nccmcr a su ocrAu wio vxc �y_r� spew Tx saw[-0.k. iS �OWaaa..2NC t r r. a.. 141444141.444.0 ✓ t�r S 1 KEY MAP m K r.r r «a•rx ` . / , ' � (z,_.sAO«:•� WEST 8 N N.I.C. 1 W..04.C.,„AO" .44044,1141.4.CA4AVAN4 1 u rr ka ` )I .I in NORTH k i \I------------.4.,_ (,N,d «1, BEACH .� OCEANSIDE ' J PARK N.Q.C. 1 a4' , j.I r:« a.rat 1 PROJECT I _ .K � 6 " I,-, / SI a . . . II J� 5 �_ � gip' or: � .0 ox sxm c-nn s' Ire «�o�a�.ori«w _ Y ;;.,r..,...,, -�/ 1 /- --nNa.b CM«Y PVC mina OM Coons IS -. E: ;1 _ - i sw. COUNTS �1�,, (. r '� i - �/'� �� ps 1 ' / I0>[PJIan 1 eeT«erX N. / I' i ! SI'� —(UK U 1s ao«2 ws 1 \\_` 44 101 I nRtN' \ ,\ _ NOT FOR CONSTRUCTION N.I.C. TANGn r--(Y,,a.b-«Yw oreWe fi w « 1T Mit'Wm. As SHOWN P.B wF. N11112020 N.I.C. $ S�. , .,..Ax.,—' ,\,,71,' ��—fellse koaxYwc 4441444.34 414041.4 � I, i w / 15.7934 a \ '�mt ro-�,� 1 e' / I ELECTRICAL PLAN r j{ nmc«(3 I \ ',, V—,00a.10,S«Y wC / •BEACHWALK _ U_ _ _ / L , EWING C, J1j, t ,a i.•�F.. il. C! _ .r N 8111 (1 p .. _ «leer..«. 1 06 ELEe� xv ICTRICAL PLAN-BEACHWALK J.-' �.. r w E-8206 ,t-r-,--..i COM II MIAMIBEACH �,,. nu,voB kk �.a ntk .11 1.174 (N R ua,riawt . 11.° kppgF..F . ' ' y 6 C a '''. + .. N.I.C. � .I�. (161 � - 31111333314 6331 ua��vrn 33333, '*33 .333.3•36 P3333030 n "' '' ,� u♦ ( NN wT�cKEY MAP',,— , • � .,•.n \ ^ ` �xNaM • (333333333 WEST 8i� . .311.33333, 0.333,337 Lu I Y .1 N.I.C. r r ca!0urt % �, -, .f • 11/'----..._(•,43.,......2,,c .. I' / NORTH 1 I BEACH , - i ., •. ' �,xN,.NB�Nx� OCEANSIDE 1* PARK f -..� _4- (2..IB aB N x•cz PROJECT n, j BIXVA9 '. ..� BANS Sa[ET E-Bki : n ON)apNNx reE e z a , - If , \ '�lxN)ala ON x T NC NBC Nm 0261[2.5 gym E IX / Po \ sunwes xlha�aBax ON lI / , e maw.,yo—o W oo DROWN FOZ BIDDING ONE.,, c `BBxoun)NO 910t.p.p..f1 ` NOT FOR CONSTRUCTION I ecu. x AS SHOWN 1 1 T %--1xN)a le NO F THC i f / �r l \\ S:,ti iwc n 91112020 .� `� \ ON)a M 012•12.1.12 .3 -x33«9 earth sr i `' 5 935 J �� A V - i ELECTRICAL PLAN I 1 X,K') 1.1 •BEACHWALK y a� , --------'— L.Is crm n:'fl- - 07 ELECTRICALPLAN-BEACMWALK-'E p.arx _s....,- E61B2O7 Ke..m S a 7 I 2 • MIAMI BEACH • .a.360301E.1" (METER PEDESTAL NAME: IPI( WM.. 103 AMP WO 7urr,.cx. :a a6an amla .. IMGIr IeTPN VOW.: IA 1-rw.sl.IMRE P OST Alt WA.lO.r :,nn:i,t.:s.i,:.r. BNnR 9(0017 I•fu•vark6E:x4 A4wnN9.v 0137/7.NAPA 03 Si. 4.Lc m. I IVA HOK 0,.:Ca KERI N -SEE SF3M[f/1025tH. Int k[ONO. x pMTOUucnNi601 Cl/Y e A 0.W In c i R1N5 IL: 1/A tl TKI[ . r0 tl VT tui I 0m111 Qi MINK 00000110 SIM w UM C-i101 I I R x61 3SPAM 0.2E a AC[ 1 01041 ONLY fa 00�a '-IIL�'1 In 1 In 411/Pit SHORT CIRCUIT CALCULATIONS (»sr 1 I.i 4 oatr a e0LM003012% m eat4NM eneln 6 r 04 I 0.T(. �4 0'6'4Palone Sandals.Int. 73/Ai OMNI A2 DEM M WannITI a NCS l.I 6n Ix lx 1 PP DT "" =NOM 912 K RP 10.S DOLT ONTO LEAP (211 a3a. .0 x 3 eaUm n)en 14 60.AOS SMUN S r 4 i au to - a -nin H05 0 24 4021 1 PINS( ILI_t0 I x ft ^__ I x I 0.A In 1.F0 uaamx «.N 11390 ialt 10 tart KT1m pr_sy '-: 1x1 SYKF................_....tT n SI API ............1.__.......nl N.«uav,o.w, .s w.x3110• ill 1. --^ K[ 19 29 SPACEPWS COMM•1p Ht lar SrK[ i1 n 1 In 1 v Manna 101 rlra M•1 ::---- p.a uKE ..lrskrom6 ....n :.IP APA_ (n ^•-^rN,� Pont oniontan W�161 tMrt(C)-e.4A 1>K! M _ot___ Ixn 4t t io WLVE stunt.2a v . nu[ N CE 'if) ` -�`-,:"::.rv.:"" 1x1 NKt b m sok 121 TROOP MORRO 09177E w• 606,00373 67066PR r N.c:1.,...... fw s'� NSOIFD IT OPUS 1201260 16116".IlL i PP1-Na. IAN EN11[MgMAI. 11AI a PMSF TUTK CONXFCRP m40 31.63.03 663..03 --r"`-:.. 9;E 9ea 29x9 ra lausal 10010.1040004/3 s..lvsl*9TALcaXNEclmlwa WEST?8 1411170.01 (nrb6 SIMON a ruN1W16C0Nn•OR NE1.111.2.OSME1FeXE1863 NII. 1,01,7 Y.-" treat (2)13413 UM.a VANELMIFSC01Ox0000110IaMREl.4naeu.n. x_ r.• OWE ��:�f �e,� MKC In 1110 NAO.3 MK 10 ImN0PnMOCON1.CKAIN R3C0 12x-000403CC1p34.1.7 616 CONTACT.0.111131.1.1010.601101111. ........... _........... .._..........._... �i .... .. - ....... - 4ICOM.s.S.lulutrNPnOESSINK1NOESTKMTXEnArrlwEn N[ftmw SOUS, MO 00.301 AI Una ta23034!• von.(37 PONY 1102 67,A3700-307 3, e e Iii (.)Y PST TO BELLOW MN � TO(0211124 fit wrr. KSNrnK wauL'mRs ...... ... .......... .... ...... r0-S..2 X WE PKEr[-BxM VoltageDr Itl1Mr K INCU•/914E4re .. .. .. .. r<•ala AI 1`'_� a-4 N W ..112.9 4 W. _ N:rr.e. ..NH.e wit... UM.1.c, H .1«w ilLionn...==11 I Nwr, 61838 .6y 1941441/Rupe vwr • Iran L. ^�I..a TO E05MC rpt rw PILAU • • 61% x 6 x+a I 71x.7 tam r 1.a .rt;„,.,,.„.n.,... 16610 SFE 94[1 TOOL YR U. eJ 1 32120 Y 46°.x0 - 1M.xit21 67.6115 42 43 240 1 1076 CO 6 24.3 r j Ducal719037-1-': _ NORTH 1..1421 Woe,n 4 4 to i nu.W 3 . SXA .G[OPTIR{VO 1.MMa0n:.Me071. WOMEN:nPanel,,.Mw.Irunt.. .. t. .Ihews.. BEACH c,,,,,,,no.(6'.. M.O.IX5r,NM,.N...rn.r.r.,..4.,.m..1aNr:,M3N..m. • "N'PIN '°" "°' OCEANSIDE • 0 ELECTRICAL SERVICE RISER PEDESTAL(SIDE VIEW) PARK _" 519161210 PROJECT VOLTAPEDww 11011.......11S.,::::..... North Shore Open Spate P6k Uteach Ooa,do.aIL) o ,.�.r,zabr6 3 i«.r.......,...r .rr�rw..ar.c.r.. ar-f. t«r.w.. 1 nM - .: v0. c« ...r.♦ l ] 2 61111 C4iHtlONV194.24 US R►iO (// w.Yw w.w Nuw.M y V6.11n t' ,INRLlRIMear / '..n.vtdv[senxdwN+.u..vrt..a.r.s.xaarr.. • 6 `. rON1'IA44NNIWX.R>b<e 01000060 1001 4 w HERR •:0066174ww.Mrmwean�w'C:As 070:, .... _........_... NOLO." 7103 • ac ICU 130/120.'IE ; w] 1 .w.40H401.«.6N.N0010 NFN..X 034416X!0 NWsK07000 r0200,t 1X19612(4:06.. AN 411N-TP 16061 \ ,{ Nr UT.126 21-000/x2-00tH // `(3)06 k 110 Pa 2 M ..A`^a`N-. .tNNM- 0.rGMMOMrtY,4kleN1C6KAMC (061017t44.4.4444,4444.4.4•4.91.4•4j - 9940(7(A P/o eea.ou9 N)Y vw la / (2)I3 k o MON Y PC -w•- 1"121- 10 3040 I 6 E M Y�F MD. PIL 615 12101/120 / (PR-14,10) - ... .a _a.r..nr. 11 ! N ANO4MRSN«1OENOlAPMR.it'Me6p3..MN • a.T�..n+a.rr • W 3uMM48gnw M'xerRM • anNr.1M .12!1112 0.tnblb'T«NNkwFrAw A6Mf➢dEC'IPWI c.m.1r 0.M-Ei.hn44e.. t:I PIN fA6K Pr IT .N+1iw ..rWr•pw..cx11M i�' %'0%111621 XR p1n-BN CONDUCTOR LINOIIWRTAOE DRQ n e..6NYwr ats.9.MwwewAw X4a. 5 S' •43aN4.Yon4r..n4.64rvrrvl:un at NOv05m 01201012.0 (n IS k M PD,N Y PVC 1111«.r 112.11..21121 wwN4.�M... 13 640 i .:-«4X4w21IH.«1:x • MC 11M1 Y KIT RCP Irl (LPN-1215) 0612112112 1:...411 :Tomb b i y N gent 111600.113 UM. ••_ 3• A� ' SQ PXFI[-610. An.MOST, CD N k/210 GO. Y PIC m n e0 / / ed LOUtlSHEETdl fool \ IRR-1.11) CONDUCTOR E12GVOLTAOR 0009 n._ 160....-......... �'! MMa 1200 *0*N�E,E N Yp«+Nw EY A/n2pa 000VN�6MMNi,rNiMH / \\ ..rwtirN�i K-«•wwtiYwMw n 610 w ..11...51.12 m+IwrM.4 1.7:...91oHA.HA HHINN:n««4:srwea,v.. n W. AO:R DI 3 :«:MTm.e39t 911M3s+elMWrxNW"CArc«Naws,M+D eYaW,.M4W / ` 969, 1n.xiR FOR BIDDING ONLY .r-t.a«..N..a,a..1171.H..w1«1r.»r..r...t.rE.l.rk..re..a...1..:wk.«.. / `Y\/ ; «129.,1 Poss.,. Si ,65.112 OM..N..1w..e..:m«« 15,104+«crM+w.440..+r.. • G .2. 1}21.,n.. n 166161 NOT OR CONSTRUCTION I. ... P•4••PMI.......14lN.NmYa......".. ......rMpN.N.N.wM!00^.., °q 104111 0E b P 9.011 , l .r.r..�rNrw.aa«a124«sT> i.a,.NNN«rr«a«s« ELECTRICAL SERVICE 116113 r As sHONrN 1 Sa10NTS k . ��� • _ 4 917718020 R fi • 21 vw ,..':.only 9.9.9.9... • 36 1.142 5-793E (Mew •• 4 • 40 ;u.;m ELECTRICAL . Taut n r RISERS- fa' 0BEACHWALK 01 ELECTRICAL RISERS-BEACHWALK E-B301 g SCA,A 3 3 3 I 3 I 2 1 I NO1E: ALL HARDWARE SHALL BE STAINLESS STEEL 3161 - -. Q MIAMIBEACH TRIADA BOLLARD. ISS NSE>'1M UNC • 'OIIB.NPM.E REFER TO LUMINAIRE • 1ErrER3 1.0.1.401, SCHEDULE ON SHEET 1(—J ISO snap WM w 9WAW DEWS _ R6 IS 111 IMMO A • x.At Wox W.4x- .wA^ w A�/:xrtA E-BIRO FOR ADDML ; E-) 3+-I 461614 WiBox• = It I L I C PI OrvlMnnc M•n2-•\ x�axoK YYr-vc AIt0a6ainrt. SPECIFICATIONS. le* I MI���' WAS MELn W CTONS \A I I�i !Ra /MELTON A LED ENWE-AMBER COLON I-acme 64,P =MA-AT tRO 631 LUMENS. I $ ��r _ _ . 8.50'OA BASE PLATE F \I'ir tC '�a , mIcm DRIVER w Y �-- m .8� f [cw rt,+.i vau•� _..... IMAM MP I COMMIT MN.6ROLwa CdWLTM H LVIWIIIS i0 DLCTIWA RISER Si� 1/2-13 ANCHOR BOLTS Y, I I Ra)PEP € C - e. R WOW AS PEP NM 1 HNIALT NEC 2501 C OTHER masts I 1' 1 1 ORE WHIP AND CONNECTOR SNOW RQa/(S)OaNI NE UM 10 Is 131112,41.:0610 Avl Box aur.E+wc P. I'/ PRONDEDMANUFACTURER. BYLR BOLLARD PuROF '^ / 1 14AAEACTURER. A 1- (a x«xx BOLLARD ELECTRICAL LAYOUT X41 CAST ALUMINUM 84611.9.1.8 -1 COMA .4-4(-N..., ^\� .r,-4:47,F1-1-- 1 . . ALL MIMIC BELOW TM5-- 12 AWG 606110 < ? LINE IS PROVIDED AND INMUDNE2 5 1 �-5 4 it I WEST 8 INSTALLED Br CONTRACTOR 7 •0 GROUND ROD S ■I 1 OBMERSIBIE I rr wM, EXOTHERMIC g 1 CONNECTORS MP.) I NOTE:ALL HARDWARE POLL BE STAINLESS STEEL 3181 I 1 'A` 1 R ING 10-2/UHC TAPPEDOT I�I, OLI! , BRANCH WIRE�SCNHEDUL a y - HOLE FOR GROUNDING BOLLARD F. P rw BRICK BEACNWRU(PA4A$ HEADER CURB- BASE PLATE R`:1 BE•%10'MOUND ROD BOLT AS PER BOLLWD ST'ECFIGTpNS AID SEF*TWA 930*50 DETAIL. T Y P�``A' 5 : W IgA1 TAAPER-PROOF SS.BOLT SUPPLO BY CONTRACTOR. 1 L-. y'.a-Y riyy, .. BEDDING;IND-� ;-T' a I .. " 5,, • 35'()Kw • '..¢m..... COWACIED UIE AOd( - ` ',$)`r. I. � I YTI FEMME SUP FITTING BASE y LRE RDaE CONCRETE BASE. 1 — — Lrx.24.OL0AZITE PULL BOX NORTH �Pvc coram 'VOLTAM Kia MAL' 469 III STARLESS STEEL .w• I/2-1.3118'STAINLESS I ...n. _ BEACH j(( �Q ANCHOR BOLI(34) �� STEEL ANCHOR BOLT 1 E GRAND'YORE SWILL BE/8 MINIMUM) II « M _... .. STREET LIDHTDETAIlB sn, OCEANSIDE Jl 1 y PVD CONDUIT xOINwrePu.L Sax TRIADA BOLLARD DETAIL 331°D �T N CONCRETE �r..x 11 PARK S46IB.NT,S. ,R5 1 V FEI41E SLIP I � ram 1. I _ PROJECT w.. 1U' 1 J MA. ON �x B [lc/..-00101/.0 aWrID cax0 9 CLEWANCE -3/a'WC NRV OPENING A ,I wN -x _. q ,—+�T J , IIa1B'CYLWDNICKE "1` I I !p .u:Iu• N • '—, CCNGREIF FOUNG1pN /0tI ��',�uiolAWOL..x- .we r IDI'LLRPEA-_ Aa vox4Rwlro xa0 0 _� 3 MN. yw (5)p VERTICAL CLEARANCE ME ADA'r!ox4 ..... .s r ` PREFABRICATED BASE PSI _ \` / 5 SAWS LORDS) .. ..A. �' CABLETOTOP CABLE PIRCMOIT TCP• (5)�3 TIES GR X 20'L fAPPEA CLAD llI Q Ii)�rn .v..... SE — S$ y. Q OF GRODNO R00 OF GROUND ROD GROUND ROD In--:-.7 ^^^' o.E9 N ) J BOLLARD BASE DETAIL n .!....._A ' _-�II� _ 5 TESCO SINGLE MET ' - DE TAL SERVICE GROUND DETAIL RmAo5m HMOS aAW Jl Lq � `„�0 a'Da„ MODEL 38-103 $461P'N.T S. Qj \ �R![A �E�A PAW6 1. (PENS w 591@ S.D.tl r ma.. \ =MI Y DIN%s) I mash/WNW TAE ^ rt �Nl+.rcrt ae-i m w eT^TT- n n" n TECH WW1.rs NW MOW as III >,//�/\ •:-..�\ W rmum> 8" \-r ,nnn an Na aTAgS SWERSNL ati*DIE \ C AWRRW9 0M �"; A ,T.T., R .., "xO.ro I ai I I NOT BODING ONLY 41d4¢CNmEE 5 ox1 c-9100 11111 �,' \ \ OP w w'--""' NOT FOR CONSTRUCTION COONS m x1E m¢:H^v.a.:rvxv,rRP Me.PAM Mr A mlaxAWiMME cTomh.NI SWIG[ / BCMAAOs t u NL aeMFcaF vw �MED , wro y SANT AL MONO ` wo 'ti;ANO A'L c-1.4 m SIMPLY NDA ( \X ---I j AS SHOWN �+ \ I// DECTWIS 911712010 A ..MS.uaTGFO:M GtWY 1.5 /�•j(, R -PEN..( TWDI_&5 II•MM16 TTPITA' GROUND DETAIL 0SJR0o010...0.0101 I 8 � 0 ;. w X ALL SERF ET LIC.RIO LUM'NAIOES15.7934 I^—tC (POVIC NM EMML I •• tl -E j 0@) .w. B �:�� -- ELECTRICAL SUBMERSIBLE CONNECTORS ELECTRICAL TRENCH DETAIL = STREETLIGTTOETAL:, sTL4 sa1..«.Fs. 8151.NTS 0 -' /�,i MMUS TMt 10PNasona"9IW'9W _._.__.. _�—) ?r"iss�"T Ia1�9Ic _ DETAIIS- wE: U D ^ (�`�00A BEACHWALK BOLLARD PULL-BOX DETAIL �1I/ . Y 02 ELECTRICAL DETAILS-BEACHWALK E-6302 xE.xra 4 I 3 I 2 4 OMR IRRIGATION NOTE'S 8 SPECIFICATIONS MI AM i BEAC H cry c.wavier.. PLAN, PROJECT CONDITIONS n�u+aua n ohs newt I dam this oven re dm arid P o id COUPLER wR CLOSING shall PIPE ANC uLU r the supervision LINES - rrrmar g.m gr stows e i Met%d',. smen M of above and at war dergr oun and bewne rami tar want the rWwre and bcetim w%h aA Prov de owns wan 1r ose Vuk:k coupler kayo NK wslh None S`wrvel SH-1 aro(£ RA/Ie peri e t be bmit d threhI Owners OwnersGcnSCm 1 d n ant M1 me 01 Tart Creon agreement 1 above gerund and underground utilities prior b sled M work 00 fart 1'nCM1 wrier hoes. Representative.Submit w q' let inspections 1 d date. ^� pipesintended tenpi t Mantra/ r S UIC oblaa kir lues arefl- i nom 1s Representative y t ser 1Tl 4 e. thed.tanticipateddate. t n an buboelatern Contract.'required k oOwU the b the Indbe and POINTeterOFnnatter nNE("U %1'E: 1. Wtthw Pump.tion and o flow . in II cl M allo wet ,ander full head 1 planstoassist bidding and planning Ms Scope (wale c t the s odes.I e1 PNeMe f)endda 77 P.S1 de+0rl 1 1.p 000.and pcescn 9 d a p.1 stem be new and Tree tan Oehxts.Pipe PVC fidir!ys o u mmuladurad by of water In id vete sod N 1^e saga' solenoid in Repeat flushing er re .I m that the oyri tel e0 II maso Me Cee coin Mea Irrigation Im11g t e is P Irl leo GPM by Droste meq rlrsn,ng wB See a5o US..O ar Spears rp'at sof In g authorities C!Cad'g I manufactures recommended aftersolenoid nes Merril Y are n»a1Ktl.Aldinta A n.y 1'I water is 1 ll firm•nstn M. A required p a6 pertaining theIrrigation netallation shall pomp Powder equ .bN on con nd'ig t pa pr P' d mmem ng k ollecmg Ire f d -p a rthag1 d he btainal D he in alien contraga pump. I connectoror I .t p recorder tint 0i collecting threaded PVC nipples siwi be SGx60 per ASTM D2994 2. After fluster.,cp c plug allalhe rgs L Prevent P antra I materialsthat •y 1 g prier d commencing wale.Cost for atl pmrn K. pressure 1etfa• hoer t sb.1.r.h l week.Toll aaaU,to len would i Me pipe t:c.nq hn45.Leave a plana unl l removal¢necessary Shall be included in his aapud. comp Me Jury.n Van iod with m ran ua s du h .recon la t nk'IPS Class 200 SDR 21 pipe,ASTM meta grade de to t at nee web BE,CIO pee f hr cm y g srxnnwr,winter terse J to Iwo careens:on of n:nNlatim. G.r'' '4 n aa. SCOPE OF WORK week+.H sire sublet Vrea1 5 recording on spread sleet to:not wi th ran:b 12.rove mob-dC tl ham hmsnrd araa0 to hep d ata tp emerN pith _ ...« epresen Iry nd'. dscape architect for 251101on and approval pOor to commencing -7 W 2 5'sewn tx a and ASTM D2ado 3' d s b S i Ba ASTM C I a t wit 'ng irrigation work.s r10 Mow 62x61 Above grand pipe andfittingsSc-90 purplepee with Soh 801r feting.Use C ren Contractor n scope M work Hhem as the i ng pressure below 25 PSI at any given point,contractor mustrwn a oosw s d hip tel Ce system s not advise than BIM Pumps'to adjust pump pressure accordantly IPS dO SO'Vnm weld(ASTM d.010 BI' meat 1.p pl r for welding DRIP. ,Mw fry man than hone days.Contreci•shell.Ct de existing system and flag 5.-40 880 puc'uir^a'I000 Co up tD '.When 0*p ends are cut,;A snail Drip lire shall be installed mealy ar rnnfam;/+dela Is nn seem IRarn.The number ,sow ini N'.g t nd•ream., 'des M l Ne'Of P t k L a nag rp to remove burrs Iron M ane Cleaned pipe ands ea per :0 damann00 shown on drip 1 b denotes the GPM Sow h!n particular drip grid.b assist the desnine CONTROLLER mixed...Appy sons.wed r 3 per manufactures :,a.irons mid mirdekas contrary„ h uNer nnrng tl e size amu ty,d supply:deamme Mader. ry tracking' pal -.lrg rot..W...renes V_ro,valves.pump The Owl locaDut of contronws Mall be coordinated with the'Owners repruse'utrlrvJ, elation Mall be removed with their r00sr,a.re swing r is and pe Capps.16 nehaa end o'by the General Contactor r below ground Al equipment removed snail be returned to owner.Existing pile tr.ul is Mainline.IPS 0.1200 SUR 21 O•R:ng pipe,ASTM D.'22<1.When pipe Capri;are all, Compactor s aa.t aid.lateral,10.110210!reader(PVC supply and discharge tumour to 1 'n trenching M new SysInn shat be Capp°_ler prassu•e.Col's'g Odd megad Cohroelws.Ra^fid ESPESP-LXO LXMMS-IXMMSSPED(Stainless Steel pedesu1 per contractor shall rive ewers from cut and creased Vit» d as per uleMurIs be lamed 4'below h44T0 grade) nu hash p 1'.Fee and dear d debris install drip �,- Jun g len conlm0:Crs worts h:1 p ced ecus d Cr better condition at no irstaAal or a-n1 te.led morner0 p oe u <wall.loth :m Memmr tubing wea e R acme.Sheinstall drsgaarge header ant i00 pad detail 118 9 Meer 'I al Ito owner.Contract po. b'..b rwte all dors arta;nd tree detail l22 m sheN IP 90^e.PrdestV Conbd s. be pupped;r pedestal)with z I d above 1 : 30' ed from 1.shed grade oto d pe.a IP.-0011.%ace Ran eird Operation Indicator Gee de1Wl 06 on sheet 10.90!Mesh 12' ro.u..'..wavuw 120v receptacle ant a power enroll b5.to 0po.r1004 does controller for ma rmarce. WEST 8 d'pli a rf oxen a1 impossible.coneacto anal wen with emery reP'esert.t.on Mwmain,.f.ni gs p 1 1 I M k 80 ASTM 6246].U n IPS 705 PVC Greer of hush pad. d proceed Conlrolery I M grd:tdetl per detail 023 ti boat on b narrow were as w ro a ceb'ea kAd h-b,ady.rryselium setting cement(ASTM Meda) h purple primer for litengs. msec run through sphereM!Niuema of ground rod Contractor may use 12)gmunding Plates. Appy solvent Nd d p Per u actu 1 lions and guidelines. The:Ment M drip routing is to manta n e steady direction of flow born supply header Tawewillbeesubskr-ul aomonl of saes transpkn ed;act anown anOro grid ,'be tested hr grnend Medadru taphole a lest pen m connecting PalingsLC and wawa.a:b:LEEMGO ductile iron fangs vane fitting andnwtuwnn.et ret regwdn plan),ntiNA wires and ear mtrd!n. ^g0 9 a 5 ngie '.charge coal he hx rid»."aha Ing ea nt»wn in Dl hedge an sone!R-I 4 Conlador must Oban the current tree Plan and wed with landscaper to stake ttese ngu'ngc recUwMs.a:nainlX»di ecaena oa'lyen shall M!egrakxc'as per detail N29 on Single hedge haus are drip tubing C-r each sCe of root ball.pmund tris v tetras p b running the -I' Ail controller conduits and other openings air pedestal mull ha led In silicon rale" MOVECT.1.1.COWMAN, sheet IR5O2 each'Sable Parr'(an scrub bats),cduraela shell create an mad sone'loop wound of palm ler addition water Mr Cane.Loop!or Pelm Carl°0,00 on rrr gehm Clan ref.to EIxuC power tub wauated by liter.de.l war.la 10 Sen IMI'1's up W Current for odr0or use Controller shell be equipped n Rain B. k freeze SLEEVING landscape Nan to kgetnn N.E.C.Additionally check.vclkpe phamps and 1 service can he p grade u sensor.Mount nota.,on contra let and transm.tter on a'oO'etCr PT post.Post to be Sleeve minimal s,I.5 inch Sleeves up toe'Mall be Schen bol end,ASTM D.2.6. necmpwy b new pump station requirements. mono..amuses khrala0 nam won min fib aril.;. len Cl vert a h.t xtimn.SM rust Sleeves 0-ncn or Mg.shall be Class Y9 500 2 Pm ASTM 62291 solver:went the grles with more then 366 GPM flow shell have PVC supply and discharge headers. 36 donee below Hushed grade.pot'BO pounds Of finer- vera cooxete aroono pat. BE.Sleeve coverage and solvent pT° ms above Sleeve see delete or sheet 4901. Co^Vapor Ma l mastain e u reel..build...one .daily eases dr renew re City be o]oo1 8 digests so I.nen well apts.;Tway than U man.:na S.:ontuil a to 00 two pipe biz,a Leger t yip pipe, M one•d peeve.See derail Oficala Genera Contractor wrescape architect when requested.Contractor must 112 N2AmahaA IR 002 tar addO nnO requirements All sleoLe pns locations shall be h.y read all tle and 1 IIF R yquestion of concern of markt M,nbald drawing.Irrigation t tcoordinatea with TESTING y iar.or newt dein:slice tor anything.con:ractor rrrystbait and Ort aria to COnItaMer 10 p de ower with an optional lid quote to upgrade contrdler to the 10000cape aro sae Man to amid Macao sleeves dread, g mons NORTH b. top his b s m phi be he g d ell nfo e. N drawings.details. 'OGioud Netwo•k'.Camidges'.030-USA 8 I0EXTANTGP,plus n500001'on and inwards Tre0 mot n AIM pror rqa n A Making hMmsoa'leo when sedwelpressure PVC gala have cued as Der 501rre'madures requirements and pe Iht de triad and included i his bre p.olosal.Na mogrdrnrwrag Conno ler'lewd sensing.Cnntr0C b canna.to pre weed connect ham installed prior tois lad.Iniga C da] shallcoordinates! placement lKtructloM Piece two liquid fieBO dnsure gauges m oppoBlk side M making HchelcontractorebopB EQC ga meters will a issued for required material,Innor neehd to complete the Woe.:pump with Rarest Contractor Additional, ¢hall^sa permanent markers or 3. Pressurised g 'vs'tem as Per Plantop verbs la elrnenu W c e I using 1 5 9-snh lin lab fatiah with{x a With all e U t its isolationvalves and control valves. MedCabl 1 W N I: 2.ince.Rad hear.Hammer NMO'a Concrete Anchors b Op % N p I na mpomp dation. OCEANSIDE The mirk contemn..by there plans.item. d 510000-n. ...Is Y converser 1. AA two-wire shall be Rain Bunt 14 gauge Max Cable.each taro-were contrast shad c. F NII n d 01 -expelled I �/ Providing May 1 dope W en systemnadir arms blandscaped h M dCe:Ne of dm I la TRENCHING PQRlS '1'1005 head- h ed . reqs dinner.:p In t and I»T tions 2. All Mall tie.:nem. 1.5•in.Sher a0 POr•lull. 1. Priam all trenching ae required la the installation of was Included under Oat d P with (using yd riN tomo)Ic 120 P51.Mat2tan have gone c gr length to row in Met 01 thed ori and y duce LI 3. Each 1 wire cor hoer MINI have(2)iwo-wire legs leaving control kr.(leen, sod:Cn,including shoring f n Minks,u necessary.Remote all sudntes, a pressure gauge P ler 2 .ass items that are req, yI n,mp,l a yak 1.Th peW 1s each ion existing underground-ns :o etc.damaged.at as a reeve M excavations, Leak shellberdp dr g 11 p PROJECT I. Leaks resulting horn.tet areal be ads rad mrd teals.peeled u!hN:rysLem n np ea component,necessary M he haletta' g p ug - y ♦. Dander,:F aha Na seal time a'Fr}1oiTJPf decoder.MaxiCabk snail t0 mor Mgt :CmC `__ 9 00niroller.are denvery d complete,My functional au' 1C ds ape potion q Ir rhe.n(t SPITUR0 ler every SOpke1 or every 6 dernitet 2 II Mae as noIrrigation Cron'.oto•role rostra Ili;y to secure all opnr.trereeaLs recommenced that contractor perform this own teal prtsr to caning for n �'!+"'uw'rcm•wweevi w n♦ system that completely comdan with ma irrigation d•1na,sPn<ul Tixi s.tle.Nle whNa+nr cornea first for pup mfety and workers accord^0 OSHA regulations.by the use of 9peNaa 10 2. and all meed to regulations.codesJordi. Thisk hall include.but 6. AN IN i s controller 311.1 Iadditional2- fi l loose Minted g laps etc. earaU any ramspualon Idea 3. Should Tn1 not sown m Constructon DOcumenu be found during not be]lmaed lo,deluding and emending I I'required t Iplpe fittings, wire(Measured num n f valve bet) fled Ig e 1: akK N U REQUIRED MEETINGS AND EVENT NOTIFICATION rava8aw con. hon IXy nohly Ow r son d be road rs,wire Pd glue, ! Mol.protection m public m n M S Portions 1 mainline N Mu Cabs running t»ion r 0 run n ao Provide tht.11owirg nglTmahms b the ownon rnpmsenkero wAnin the tone Pmgtl p barricades.wa g laps and. - Y bay.'stfaun back filling, 19 gauge.rx'a wire :crag mainline.end h in obs vanB Mx.Tp Rerneeentraa a me Char Engineer b.ori .l01u h nen.Failure listed below: M compacting,tepee ol hards.pe•landscape. ba sues worn d p by rtt a. both ante d Vacw wiwon'l"seal end...Mag. Caps. to do sO h make Contractor liable Y and an damages tt '^q forhon . nmaaure recording 3 Calendar clays peer dNe,notify Project Manager to operations, bsluen t discoveryofsuchWl'1 Indices h utility w. ttd ndugraog!JAR'',l mflmIBnntm Crossings M record d confirm date d d I d meld P.M.r e.mfi g guarantee and b'fl plansELECTRICAL CONNF,C TUNS AND GONTRO'WIRE ^g d P1N. results 1 I b G e&n'.I-t d Landscape A Mh Connie k Me Nalvna Eledrl.,Cr' - acco Mainline f M b.. g. r n ul all direction. M shall be do _ .tle sset l 1101 eNec r Pd[rocs.A kCen'a'- 2. MAI I Hydrostatic Test 7 Cabrda be to 'r f I rgfm path &son wain pr piping ofl�di N Imeneed Mc...shell dent as 12.15 Prc.power to cont ler.and associ.d aCPorhD sled f5 fittings No deflec' lbenM g 1 pipe o permittedUse y towniefur clarity C' •hnN C1st equipment. 1 gresi all direction canges according led r 29 110-902. 3. +.A ria.. t :.nen spec'. ]c.M.'d0 pry d:a at. nss4 Mw Ntrypr I 9 a d' herd u IMgenon careirecdr to coordinates 5 Trancheshall be tical sided Installed auctro wideg'.to 0 free ...ion tO p ,Mage and aUl 1 ppe tontine g t la d other obstructions U roe working apace around wort Inatelk0 antl 10 p ample space b CkSting Final Inspection:Icelander flays pride Id rriyation f nal nspef:hpn Gala. +w.....r...,.„ N radios•duct on. lofts,25V I I dl.t nage and ensure pop up sprays hays RAIN BIRD PCB VALVES anti wmVaciava. ammo.�..s heed to Med coverage 100%of pealing urea v Sele.nod wenn shall be install according lP 0eta11 at?8118 on sheet 10.902.Place i 8 Whenbetween (Z,pipes we pkoM ins Same karat 1 5-:n spar!'.m AneNraspoMon 0--d SuAm;las ��� y deka Do .l a011511 18JmMs to want ways 24'10 woe and edge abed between p Pes The Contractor .hall^o piece ,oyes On IW r T-Iron _ i} The Ceon I 'er I h M On site ns111aI 1 Crew m,.9t nava er ftOOnc¢and De M stn;N Valor r.f slnr5 2 R he pnNwmy spa'def IoM.+na'1 1, Trenches located under paving na' bu,kt 11.0 with Seno(Iflya 6-Inch IAstu%d Ing (2)sets).km1^ated controller charts hung m door. y4 wit.vaned n' '1' n.I10 s f:nous and:p to manufactures pui(m1aM (be.en varve Wass).end parN.e1 to each,s...Valve bps her wire Soli., II 1» no ane tto pi,and 1+non r pFB)end 026 9 Merl y z-. La -ed r,s--.n plan',educed se)d art tr pedestal,t0 .use ler i installation procedures Inc the 9pBdfted equipment in pans installed a 000100 to vane details 017 8 4410 V 00.1009 in y d tea be to The Coocactoctlan.Sea enc overage n10 nen red 8 21 on slaws in-902 Onw-dao lo..twwarepresentativeFea Ion a day of foal or final na4 Non will be set peryead:ulw wd!use th finished pada d lest.step m valve Mx end grass. 6. Convect.,Noll dr;henMo tor prPa to required grade lines and compact Wmlukd and.rescheduled.Fen la reinspection w11...eel Dy irrigation Th Irrigation Contractor shag c leB y lama a' nmsell with the see you msIdl :1 y mownmenl 10 v0.Mx and must not he.I 0 e Cn*Om led le trench Colton:to ode and wawa bearing Or the W I length of Cine. .�' grass.Val bo' n shwa b s eh.be set flush with top d les,.Contexts b IM line proms accurate 91 g 2. Covrage We.Th^vgn,,Contract:r Mall naval.zones mpg the i0 software cOnditiorn and requirements 01 the ilrIg3t4n Man pnis In bidding the mirk. seal around cut out openings Id pipe in vane boxes dr sal ntrueled,. 9. The Contractor Mal'Ise Mb reapons b nt for any damage centred by Mem Na n' Ceti Ph Head to head cwa g - over spray feria to intended Snood Me Contract Documents be N variance with the myu rala:en19 ul the operations end Ma immediately repair Or•eWace Cemaga0 Perls. coverage arms-Hems onset 6 nches sod edges A.hardener.as 500011 ed- Y, GATE VALVES;IEEM10.1 tailed per do Is It 8 S20 o.Meet IR 902.0 gate heads sot perpordiciiiar and pLirntr. newer --- i authoely having runsdiction.natty Owner's Representative e:d wait ler valves need to be sallower than detail shave.cOnhector shad use a 64m'0 drain pipe PIPE ASSEMBLY 3. Valve nos placement set as per details and specifications ass two-wire as'e Sdk»s FOR BiDD,G ONLY A. instructions before proceeding wfth work. to extend clown to gate vane.Convector muss nth'ide owner with(21 48inch sane 1 install pipes 51-010151 in amnrn^nce wet man rfaJures latrM pnntd completed ante Ran Bid 00701.25 space ees. keya.All valve Mees incutdmg pkta i pull tenon all pad of aeb»aa drawinginatruey a Control.,Programmed flow test ler high flow shutdown ardnm rone,run NOT FOR CONSTRUCTION (Contractor shall ver fy ail underground 1liI 02 hours prier to commencement 2. Clean prpe endsand r amus Of dut scae and moisture before blee arid ly t tee. shirt team; at Penetrator.Controller conduitsM work.A cony of theraving ticket hlla on site at all limns Th - afion RAIN BIRO ROTORS.SPRAYS.AND ROTARY HEADS: 3. Interior of pl Ootbe true frundn wd loris and sawn pipe laying' lin �d with silica.-amteater standing plana•ground grid has 10 dere or len soul and localon td Me new utali0es in this commonly may not to available la the Popup heads seaC he instated as per detail a1112-13-14.15-la on sheet 1R002 and dogmas.nor end Pges sheil bed0aed by ap000aed means such as nskleng (negger tested by electrician on rs leter head). AS SHOWN $ tootling Siis:. I Y must ma alit /owners reinesnrtlahvn for ncrgrdirg 1 d...GPMra hx antl mak.: him:ler xm'hda.xmdnl l0 1 rempr cry PVC-P d sur on. 5. M punch 1 M I 5 comFltete *MOM,yS IOCaI On Mr»wly nsMllad see MIS,Hn09lacmcallmea. omen. qo na nk .mad to heed age.Heeds s»11Meel 4 Whntc plea.to r+tal was PVC s.^fF80npeke,0 fomes PIMI'any iwrtwlil'spec and be spared adjusted Ornodhep(a details I perpendicular and flush with f knell grade.so%mm•odeo around head To test. tlnd'10 r'temp.Uae strati typo trklim wrench only en reepH DO not use specifications before ne0edio k comp ate.Contractor will tarry the costless kr A 911112020 I Irrtgation contraclar shall coordinate eis I her work with It contractors for the when meppng on Mad.m movement r d heed wd grass shierTeel as ',Mai Odd wrench napnmion wnurr neva ore flat sura d.cos-N 1 1 I.. 5 Ito rot al PVC P.wltn wnwwmhenda A beat I their f mound Aides and pule la ye installation of Meld W w e' srsu.k,iae DO 4.:e1 h nAy V'. P h y tWtdl 0/mann. 157934 And r.inline ripe 0 p.s through bloc* II aria roadways and Contract m pcwsd Oxine With .won later 1 m r0 sxeti m9 paving,et'.Impel t'for shall V m reel R l 1 t0 wmer all an Obstad bKKk g Coverage bac tle putsd l' Contractor aro shall re-adjust warranty a Y parts and (Wrdempe.uliLl A d landscape damaged by Ios/her work all MP wP nears and brhDkm a9 wooed atter len..xapa is rtxndeley nNdiknd with labor ri his Meer hmd,r Man de0r.vea6dns reaei;n hirting from day�I f acceptance. warranty Mall also I mulch laid g Impawnpwobnwdo rgnxaedOP° IRRIGATION iT catlydgor shag take immediate steps io repair.rewa,or restore all II shall he rho con r...ors rram0ni'hl4y to ema0i80 ane ktrafim M al'aprlrkkt needs NOTES w services to any Metres which are drsoapted due to Meir opeta0ons.Al casts1 n order to ensure Drdw coverage of M area.pug and Derailde hoed to head 0[ Involved in d er ptdn o'service and P wverage' abed es due to negligence on the pad of the Irrigation contractor hall M IhA responsibility ;I31use nerderadusrrdascns(raw tr.teouu Over spray onto y haroscape and WMr slrudu:es Ora.25'5 M Wb.'o had rad,usl.'.1 arae¢tfowale Manges hem:engwlm pian.contractor she]:adlcst read spadrg!nozzle:n she, IR-B00 ra and grans ni"bandamy Heed^.Venever ep shall ner be greater than aad714.6of throwow 4 (of ad:m.1 darn). AIAtsAIBEACH niaME 000,54,44• IRRIGATION SCHEDULE WRACK WALK) : 14/0.° I !N?a N!+IV(C!WIMSC.I 47. AR ON! 155GR? I 0 Pan.3.xrowe,W.c . ti .m .r Calm.Girard I AnadeN.Inc • O r.eb swnx.scOW-WA , u 135 ",,,. Oc.,,en,,„,„.,,,„„, , N .At ra. tt acvmma .wrEe,sc<14 £A� ..,,,,!,i!._...._o!.S.,,W.noT9.! .4,,..E......a+H sa, , a, 4 .,.„rn .„.,z. WEST 8 14EW YORMC/rf NV 930,1 ,10.4.ICI45.11LR la Mem•, .am na-.�.� 333 411,4004 3,1REET -. 1.11574 .wS xILSCM OCL..,t,CAIOK., 211. ... ie 1.A lien NSII. I 1'1 1.2'A ANN 4554455.555444 1454 4 5.4 GANN NORTH ..., _. .„,.,:a,.,.„„...,,,,,„,„ BEACH .d..,%yr.,.,.,a.opawn m ,a..,naa OCEANSIDE .,,:a,'Laaa,..PxOe..200SOP, ,, PARK -»1..4 t/INA.a� PROJECT 6 1 I r 1 t i. PURPOSi FOR BIDDING ONLY NOT FOR CONSTRUCTION ij �c4AS SHOWN (' A CA A ASH 118020 � 5� 1S793C F IRRIGATION SCHEDULE BEACH WALK $p' IR-6101 4 I 3 I 2 * -OR WNTIITUATION MIAMIBEACH eoTNK '+� '� ,�� _.. m _ �♦ _5 I Iy z I `: '. «., 1 1 ,x `"� "` h T w,I c ? p r•,;-:,•,,m,,,,,,,,,, ✓3•1 � - ♦ ♦ ®39 i J , / Itit =i �+4 ', � 1t Byrd C/,w G.W/Amla_In } & �� Np � ♦i l i 111 Rd' C .,,,. � � I '' 4P4,4.441♦♦♦ i I KEY MAP ��V4 Ii1A.41 0,,N 04, I L WEST 8 w �� : j. wwo,K{WE 005 MVO .,mryT _ ,,,,,,,, a �j _ If �� . - f __-1 , FENS P, _,,,,-.,,,, N.LC. n � ,rinat.. - M, : ,, , , I •41p. ., A� J � -"= E � � ��I �• � �•** /"- ,���., I NORTH , •7‘1;10k I i ,,`; �' � � BEACH L. 1 I a . i } OCEANSIDE • .4,V1 ''''('`S\:'1';'!"` j PARK 1 f .44.4.4ss),40,..,,„,A,,,,,,040,....„.„,,,,46. .,,s," 1 ✓`` �N PROJECT *4 ,..ys;4•,g4,• ,, ,... . ,- .,, ' ,, 1 •v- +404. •• . 4044p- ..-4-:_*,,,-=/•,,' •>'„,, ,, ,,,„-...,,, \ .,,, , , 0 ff' ' .,, ;) , 1 , :,**4"44,40#*iik-+4,44114r..- ?:-.. ::',,-. ' 1 E ,t 'c ' 1, t "L''' '''' I. ',.‘*** le.dk.4111. 41Ir 4111,41*4 "47.7',r r € II ' ham -I• �^{ \ ,. AL, 41t*Iltril,7410V#414i.* , ..., 4t.4 1..^ • - .‘ • , \ S/ 1011t).....*Ailt, ir•S SI':-:4, :. , 7/ . , , ,s 107Rlmiucovly L + NOT FOR CONSTRUCTION , \ ._..._..;.__. xra ..., .. `. I # AS SHOWN I 9 TSTM ST I I 1__ T9TM STREET soon. i l A 9(17/1070 F * - * U B M G 1! �1S793C F 040 fIllt IRRIGATION PLAN -- •BEACH WALK ,- ry 841 iuv..... rt rv..aw ;,- 1R-B601 tint—',..—SRRG,ATMON PLAN•BEACH WALK 1 1 = Y•S W ii c a O Q 1@ 111' I 10i E 1- F, .1 LI b; I .tp5 AI I. Iii 1 k er �= t A 1 fi!dl! 3E51 .,,IIIIIIiii::€t "" zm O a if. i' i §. igr � $ �" � �m i iii\ Y z �' I _ IZ Y. 1 / I-y ; coi 1 1 ii\T- ! -,,,I, , ,,/,.-,,'4,4 -, k4 • z I, - _, : -17 I t _ -- I . _4I 4� I ) L.—___•._i 1 m I $ , a I I _ W g -- _ ._.;i .�_ — w O I o = —_.� _ �`__I - 1. 1._L�� m -- 6_L/�L/�—/.Q 1111—I-11-1--1._-1 m s•d 1 I `. a _ _.... _. .. -. 3A•$NflIOD p --,4",,,,,...,,,_1).„4,-... °� "� ' �? ,tt k ,, ' 4.'45•1•1.1)---' I x ,�r .. . ,. ;•.. KK N rrsuewac s.m.ft...o.mw+.:.,:,waa sw:»Y.M».vr**4. wa+ewnw..sw.«s.w«ealaa, .e-3,:;0.,+.c MA%E.1e GPM FLOW PER RISER. DRIP SPECIFICATIONS) /VIAMIBEACH (ms FEET IN EACH DIRECTION) 1. DRIP TUBING;RAIN BIRDXFCV-O9•12,ROW SPACING 12-INCHES.DRIP GRID LAY-OUT IS MALRBEK. IS BASED ON 30 PSI.IF STATIC PRESSURE IS HIGHER THAN SO PSI,INSTALL rncswon aICE.TreROwW /.l._, 8 (.Y-. `-. (D-- APRS.D ON SOLENOID VALVE AND SET TO 50 PSI. Rus awn a 100 Ws '��JJ v \ //-(Y_) ll\` /�-('2,) 2. INSTALL DRIP SYSTEM IN THE FOLLOWING ORDER:AI.WOO ALL MAINLINE AND +'c=asa'+r' �— O -. _.__.,..., Ir-- ^,__-----M ITS ASSOCIATE EQUIPMENT COMPLETELY INSTALLED,FLUSH MAINLINE TILL FREE l� G —' _---- AND CLEAR OP DEBRIS.ay INSTALL ALL LATERALS TO THE VARIOUS DRIP GRIDS, •• .. "' AND SUPPLY HEADERS WITH RISERS EXTENDED ABOVE GROUND.CENTER FEED • RISERS,TEMPORARY EXTEND NIPPLES WITH PIPE AND COUPUNGS(DO NOT GLUE). I`^ FLUSH TILL FREE AND CLEAR OF DEBRIS,TEMPORARY CAP NIPPLES,SEAL BLANK -'.-C) Ill TUBING(RISERS)WITH TAPE.C)-INSTALL EXHAUST HEADERS-RISERS•FLUSH ^ / • • POINTS.D).INSTALL DRIP GRID,STAPLE TUBING PER DETAIL XS,CONNECT DRIP 140111 f TUBING TO SUPPLY HEADER RISERS.FLUSH TILL FREE AND CLEAR OF DEBRIS.E). C.P.,GARP..,E Associates.Lc. /� lrysF-� �/� •(� PITC) CONNECT DRIP GRID TO EXHAUSTHIGHER RISERS,FLUSH SYSTEM USING'FLUSM . "�I U \ -' "+ ♦ — 1:.J V\ POINT'. 'w, ` _. Mlle • ..... C rAnr u!_FvrutndMAROS Is- 3. INSTALL OPERATION INDICATORS WITHIN 12-INCHES OF"FLUSH POINT'VALVE Eiwwxc+vt uwx�rfrnu A0.2.22BCX.SEE DETAIL 06.ACTIVATE DRIP ZONE,ENSURE ALL OPERATIONINDICATORS ARE FUMY EXTENDED.ADJUST STREAM SPRAY TO MERE R CANNEASILY BE SEEN svw.EmD.I., BY MAINTENANCE PERSON, OI:MLED TRADE 0i01-40 Ort HE,IS.5. OEING,EU GRADE Op.0 aPE.1XmL.R mmRr! 01..00:RIDE OO PVCRmF.ma.MPRr! 'N O A.w+e RO corsAa,s.wM "P' OP D+G"a E+Hu,Sr EVE,HEAD ' EXHAUST HEADER 4. PRESSURE TE 57 WITH OWNERS REPRESENTATIVE PRESENT;PRZONE. OMA.MEND. O •� TEF OM.. M.G. TEMPORARY INSTALL Q)PRESSURE GAUGES(LIQUID FILLED PRESSURE GAUGES) TEE Q PmE o q/BIM./ O LE>p 0 0RIun°Ns OLDOTT FI E'CAISINS ON(2)FLUSH POINTS.(1)ON LARGEST GRID"FLUSH POINT'AND THE OTHER ON COP OCAS(RA.l•�NO 0��e KO INf.MAO'E OR TspE%LGE ON O.ar.O�F WRAC, FARTHEST GRID'RUSH POINT-.ACTIVATE ZONE,AFTER FLOW HAS STABILIZED, - K O l PPLE,LENOlI S FECOPED OB OR0.TE UO�D ORATE AOI. VNClP EulJ' SLRACE MJL..N. VERIFY ALL ZONE OPERATION INDICATORS ARE FULLY EXTENDED,CHECK PRESSURE KM TYPE. I RONe OS p15071 eU.ISi8"P'DR MAX 3.00 GPM FLOW PER BLANK OSlHrowcj EE.TK.5OWEN TONINGS GPM FLOW PER BLAND ON BOTH GAUGES,PRESSURE MUST BE 111 PSI OR HIGHER TO PASS TEST.IF TEST WEST 8 TUBING RISER MOS NH tubing) TUBING RISER WM NM 1e0091 FAILS,CONTRACTOR TO LOCATE AND CORRECT PROBLEM AND RETEST,IT IS IN THERREET 1Ta wOVN a CONTRACTORS BEST INTEREST TO PERFORM HIS OWN TEST BEFORE HE CULLS ("'Y DRIPLINE SUPPLY HEADER CENTER FEED RISER /- DRIPLINE SUPPLY/EXHAUST HEADER CONNECTION /_•1 DRIPUNE SUPPLY/EXHAUST HEADER CONNECTION OWNERS REPRESENTATIVE PRESENTS TO AVOID RE-INFECTION FEE'S. 1.72=202.r.Nr mn Y. S DRIP UNE SUPPLY HEADER CENTER FEED AGER '2, N.T.S. DRIFLN:SUPPLY HEADER CONNECTION O--_-_ .miEr`_cnry+Fyl.r^'D �,_� `._/ NT.s DRRINE SUPPLY:EXHAUST HEADER CONNEC,ION STRES...... ___.. __.____.._._...._.AAAA___—_..............—AAAA__ S PRINT"RE WERE TESTS ES W S ALL BETAKEN NOTED ASH P TINT`LOC TIONSG BY S ALL BEM LU"EDNN AS-BIL WAS WINGS ALL'FLUSH POINT'LOCATIONS SHALL BE INCLUDED IN ABSURD DRAWINGS. _ 4.12.1.2.4222.12 N,.AMAEDe,,,,,,R ss pAspw C47.1.._... AAAA... +.wwA owsawason mow. �15 _.:• �` l 1 /-0 �\ w-. OFR.Hcy FADE "..E NORTH22A;524..22.5.2.,. ...-� •aivwn l Y NLR.p1 0 OCR SumM.0 DRIP TOEING • 77:72=27., BEACH .. p Wm NNP+) I I�cC:]�IB. .� OOPFAANX..NOXA,OP _ _ ti -. � p, •PRO DED EMU (;)-. p� PARK NSIDE I ammo...�. k % © /.l_� I� 0e cio,ilaw mean. I.� I -tit 'o"'_ • . l RFD • PROJECT �L- E S - ER ASAOIpi MUST(+LACEOOP FLU S R //�f 1! I B W,' WDHW tt ACHES OF RASH i --� a5 BYE D • 1 tµNCN 1UMID AS NECEUS SR 1 S I pnrv, • I F .g i vOrF.S STAPES I.NEVERT sFEETx Oj .E ,..n s• I• I 42:L=:‘,._4.4 �.• '�\I . 3.€ 1 AMX LAMT SFLEER ROTEOS RERERM metra TRANSFER € iI i--e--�-.1 VE ASSENT XTEN i -••AAAA SEPT MORO RANEs. - r OMEnlr WtOORRnF TUBNq - /�uu:.wR 'r....n .r., ` mKm S •w....we-raRuw { E nKY 1,1d+Psru¢rnueHfrrne r. O�Ei._v�..w TOOL r6E � J I . 1L0.E SAKTI SOI P.HCE TRP STARES OR A _-� - EE M2E,FD,10.ONL041.MOM O LOI°VNC NOME MAT BE SET r00.08E.OR IF r IS 0E5mFO TO HEE SPRAT BLAND IRREGULAR BRANCHING OUT JOINING LATERALS fQ TANOx MpAlML.TWlIf FRCP VAN LAYOUT ODD CURVES LATERALS •�•r•A Hn ©''FFR` NRANome.SET THE ARC 101 PArtERN T.FLOW FROM NO..MUM • e.tm..x' END FEED EXAMPLE -.......7.:=7,r,....CENTER FEED EXAMPLE PLATING AREA.422seLE cSWIDH N1 ,P . RE xTEfm.Ai PERSON 11 ('4 GENERAL DRIP EQUIPMENT PLACEMENT ,'Sl RAIN BIRD TDS-050 WITH BEND)DRIP STAKES !S� RAIN BIRD OPERATION INDICATOR. ('/ ;• ............ ... AAAA... .........__ / E1 `../ N.ri AAAA.. AAAA.. -/ M.TS .\-1 AAAA... ......... RMS." !1!1!1¢ }Rr} i y.. XPCV AMKIMULE LENGTH OF SINGLE LATERAL MEET) E J av UI %FDRIPLINE GENERAL GDRIHES FOR WATERING TIMEMVP%yM xKLR;fE�- J: LEX.s..,ARI a R 0 E'SNED SECT_ tv'P A q I IRREGULAR •U SO OP OF S M'1 RX" L L. / r SW, [TEA/ A n r,.. AREAS:TRIANGULAR rPARMNG ISLAND TYAGIL LAYOUT Ham. DipstR FEW CAM( ,, • • OQBIRIAVEVEM.EF Bu. MIREX < s FOR BIDDING MAY B #B 2224.0RVs CRP OR G4 FD ENM(ROW:SP.0 :" • ONOT FOR CONS TRU CTION 8qe, -,•.;<''' i•v-o' o• 6Ouw µO^MsR. IIu LD'TC:RN XAn Mi.) f S e RE It...F.1.1 ti. S-:t T ,. ECNLAE OW PER00EE _ y, Gv.i t - � IRAS SHOWN'N\ 1 FRG w � `e` =vow 8 I _ ) Q eXg SAW R A N . C ITER .M n r •vRMPPo.w \,. V SPE RAH tO V MEM,GR SAP ED WL_ — ) jigu .sor.A.. A 91118020/� ADD O c100 yDzm D ES J - - - - ID CI Mo - MOPE PEED LAYOUT 1S7934 ( CORINCTOR MUST PLACE IrI FLUSH xnlmE IR �fuR EVEHv IIs,0071 7,`=',1 ow AER SUPPLY AND EXHAUST HEADER SIZING CHART(UNLESS NOTED ON PLANS) 10"=:'I RIPER MRPGRIO1 TNE.WRVS 2 ATAUTDRAWN.ARE To SHOW HOW THE WATERNEWEL/E.121 DRIP 2 PTES FlOw TOW.. IRRIGATION xAPaN.rN. CR`°' I.MERTTlI ID22 .,,,, REavIREDT..LI.DST0N0AAENfEDFDmRE ,lIfNEDa.rIOITE.HEADER ANO .,YR DETAILS A `;mR m 0-.,a R ewn REAP R.I.,E«AE . tTETT FoRM1210.2.2.mai UPS F 2 WET EAN.PAEL SUM.E WRE2122.MO MAT PACT REELED!.THE SHAPE P. R ORO MO.REM tubi em. sf..RTE.HEADER 222.01.10.0 . ,ADER• Re m WC. ,.rHeNRR a eiea'Iw oN DRS SHEET ""D AND SIDE AS SHOWN NSW.DEOP.S.NTRACTOR WALL Rlw NE.2.5,22 DUD TD ALL OMER sER ' t i)RAIN BIRD DRIP LINE FLUSH POINT i'-', RAIN BIRD TECH LINE CV TABLE-1 RAIN BIRD XFCV TABLE-2 TYPICAL DRIP GRID LAY-OUT .L_r IR-B901 �-. MT, 8' Nr:. ' j..............._' ----_AAAA \0; NT.E 3 , 2 I , . I. 0—...... _ r,„ "'„,,. ON — 1, .a o.. o . MIAMIBE ACH "'"' 110BCONVENKNOBBRABBIBE • p. m;.. P ' �. '1,A'''": 0:° 01." p MOS W.m, 33110 O .n O.,•.. ..r.. p.., O_. . .,pro. o��=, .M O --.-,-.. °6/P 1 "CrDid01.1,0.,_ ---0 ` " _ ., d 0 6 b UMW, suABLABBB pm "" RAIN BIRD 8006SS,W/TSF12 ."'\MIN BIRD BWSSS,W;TSJ-12180 SWING JOINT RAIN BIRD 1812 -'� RAIN BIRD-806-NSI oee.,e.e .c 111 1 112. ----- {14• ,MIN BIRD 1812-SAM-PAS.ON RISER COBBEEBBYOBSKaBB __.... WEST 8 O Op,.,a I O OM" F O., -- 11C) •=11,011.W/OM O;m pew.,.,wt.,* ... �_ p �..�. . _ o 1 m r O O o�' ��w� ���� p 0 Q `O f .O 0 I n i p ww.mu on Ow..... . o -b 41 o,. � --o �._. o� I '4 7:,1'''''''..,. NORTH .a SRP C 1 ----.,.w. . .�s 3r;`=� n� , Vii` il ��JC BEACH F. ` .,,...,.,...,..,.,m,........ ..... ,: M .. 0---- .18.... t0 ...:13e"0' O. r. _..r. �., _,-,w.... d aiL.i ,. t,„,�w,„..�.4.4,w._ _ _ ,_..,..,,.r ,.,o. . OCEANSIDE ' RAIN BIRD 1400 SERIES BURBLER,ONFIXEDRI' (;i RAIN BIRD'0O/150/200.PEB,wrTHGATE VALVE (.18'N, .BS RAIN WRDI00/1501200-PE8.`MTNGATEVALVE LMV-BB MAINLINE GATE VALVE /' UAV-SRMAWUNEGATE VALVE x PARK ..._.._.. _....._.. PROJECT C)toto oAo Loo.uo !AIvEESSEE B. Ae .0, Ott abef La BP Of p WfG GDI,E O. C!At,f O0 - I I...... °a: .: ,wn r.. • 1.0111411A ,,1 ca .a.IEf....uG p,nws,l ....... j . ° 0.......'........ti O,u BF,CWEP — Oo © %wiO © O E .04 ® oo o<o.➢.l e j pu. ,. AG. AS S O./1:_' _.1. QSOB 4 `BRIEI ELK.% �\— Ot L B.-BB'*BB. Ir. /0 0 'T'47.1::5;45:w` C .. ` '::a TVlNG # r '....") P O. ° ,5i M.m, f. ll OwP 9aJ y9..E4'fi /.l_ /u C e3 tAW1: � � ll � ��.4.t,x a 1 90x 1.1. OL .J S1KEr r.�s ©.o�`,ourr.w ,......w, ., n.........,n.,..,.n ' _x.. le. r01,,E141,11 In'rn,A!,wPE �„ •..�..:s.....e�a�.-�.,_.. .... ..xv,r EFF,4,moTzhoo .r.•r.,-7.-. F '• DUICN COUPLER RAIN BIRD 14LR0 ESPLAD TwoWre 200 Ste.Decoder Controller ' CONTROLLER GROUNDING DETAIL RA,'3EnSOR WR2 RIC (25)LSP-1TURF GROUND DETAIL •a. �.n W.n,W..c..mm..I LYN S... •.am ICROMA too ......... 1:00.1 _ KAMM ..I FOR BIDDING 551, DISTANCE CHART NOT FOR CONSTRUCTION lc IIIRUB-PTO BIF Fa a-WING TABLE THAT FEETING*TON WHICH `� -•���•• w`''""� PFCM..,PD nnrlDt SeEGfYwncws*rro9r�lMruEsie".,Mi9 wuat BE P9t/.FD PER NMfACiU,ERBµ' 00x0 C... AS SHOWN 7, v a �"Z-.•_• AS AN .M INSTALLS. DF[c A BOG t IlN61 YEu t e..w .+ .. SUE SENDS w.w , JOINT 0.1.BILL EIeI YOU MEW A �.,..✓ �'� ---5.--,...- -, •-+ MET RESTRAINT W1,PI OF TNT CilDPll �� 9111/1020 z SWII. I I- ,.. PIPE BENDS REDUCERS DEAD END MA MELO MM. � —- SIZE 11" 22 45'�D'X11 STEP'2 STEP 13 STEP BLIND SERV.B15,7034 ti ty a 4f,___, - _. r c .. .,�. v IRRIGATION --r DETAILS a TP v..I SJ 1 __ ,. ..... ...,.r,....n„�.e.rrnu mvun....m. .rw......v�u-. - .- _ - . ; J ROADWAY/AAROSCAPESLEEVING _ LZ'JPPETRENCH DETAIL 8j 2D101NRFDECODER WIVINGDIAGMM 29 JOINT RESTRAINT SCHEDULE IR-B902 MAS -r MATCH tt:E DEE SF'EET._..B/FO '' co„, —T — MIAMIBEACH R 8 A I , �. j♦j .j { _ I4r, 1 , ! 1.N COVJULTAMP K 1 ' . ' le I\ L �♦♦ irrIci ;,-cell A.&. 1 Wat'41 . 1 41 li,*WE*0, . ' lit I , SAM.0,01 I I S I f♦♦ ♦1"40111101" I KEY MAP_ � ♦ .\ I_ 8 I - - •� 41+4* I WEST 8 •44 * S 4" ...,....., 1 ♦♦♦♦� ® rANTRNANOE ♦♦♦ I RAC ♦♦♦ ♦ ♦ , -- °v �� � NORTH L_ 1 ' ♦ BEACH I I ♦ ♦ ♦ I N.I.C. OCEANSIDE I— ,4,1#1,,,,,t,'1 ♦*�i ♦ I PARK � I � s \♦ I PROJECT _ , ‘ y *.IF ♦ ♦ \\ , ; •1 g ray +At '' .4 r#4,4 6 ..4‘ 4 Ild..4 I i 111‘4# \\ aiiltFtg,s----- , r 1 L 1/6NI I 1 11 1 4 41 I Ir4 4 4 0,8** ' t i s 8 ♦♦ • ♦♦♦ FOR DIDDNG ONLY �n - NOT FOR CONSTRUCTION \` NOT A PART OF THE BEACHWALK r�S ow, I ,1 PROJECT'S SCOPE OF WORK; mart NTH ST I I ass i c a 79TH STREET I p,' THIS IS BEING PROVIDED FOR A �,;�R010 i I6 INFORMATION PURPOSES ONLY TO I 'i HIGHLIGHT PLUMBING CONNECTION Mall MIL F e COORDINATION NEEDS. +sTssa I , r WATER PLAN• -- — ,R a ., PARK I + PLAN. NOTE CONTRACTOR SNAIL BE RESPONSIBLE TO TEST AND CONFIRM THAT ALL WATER SOURCE MAINS DEPICTED SHALL BE POTABLE /NOTE CONTRACTOR SHALL DEEM WATER PLANS AS SCHEMATIC N I N WATER.CONTRAC tOR SHALL ENSURE THAT THERE ARE NO CROSS WITH NON POTABLE WATER SOURCES CONSISTENT ',NATURE AND SHALL SE REQUIRED TO FIELD LOCATE ALL PROPOSED O AfyI�� WITH AIL STATE LAWS AND STANMRD.4. FIXTURES BASED ON VERIFICATION OF NATER MAIN OCATNNiS ( —,..�„n /► i — WATER PLAN PARK - - C•P401 1 3 1 2 1 1 . �- ?� .•:J:_�.T:ti ,._.„..,7-,,,,..77 - - MIAMIBEACH'_If"ESEE�-[T. .. , M .ttt.T 7.7 :f • QiS1.N J i u --� _ �— 7 � • , Nt C-M Ge.SI�NtAvi,n�:.. I II 1-, 3 anw. g r •• .T.. C I kP ,,..„--.7,--,.....- , Tm �' KEY MAP a \ i])R B 4t Y il I t ,.wrP. h i ,NI. WEST 8 — I ��a aR, . N,,, SDN i--/i �� :A ,�R�....,n,,,,,. I NORTH I BEACH I— ;I I OCEANSIDE ,I• 1 PARK rI PROJECT • ; R i f N ' PmR� .1,14.-7."•,': P.b ♦ °k %'. -Lf`a . • g I 3y y g '1 (# 4 YES s � $ f°`,: I I r . ,i;� �. , - • ?3?!1 j' 1 1 m.= fOT DIODIN ONIV • �'- ` -- ��-'-. NOT A PART OF THE BEACHWALK I jR5 wso;�� -~ -- PROJECT'S SCOPE OF WORK MDT FOI CDNbTRUCTION I t�T--. F --- — —1 ' — — THIS IS BEING PROVIDED FOR nss OWN -- OINTUSE i + INFORMATION PURPOSES ONLY TO �» I NA!TE NA CE YARD I ' NECTION g»Ro:o r HIGHLIGHT PLUMBING CON �_�;_ t COORDINATION NEEDS : . Vin' WATER PLAN LI -,,.-.a. � � .��� � •t PARK r_ NUITCY..LINE SEE BNEET._-0.1 Epi CONTMUATgN ♦ _ r _ ► r. ���M u NOTE.f,ONTRACTOR SMALL RE RESPONSIBLE TO TEST AND CONFIRM THAT All WATER SCARCE MAINS DEPICTED SNAIL RE POTABLE , +NOTE:CONTRACTOR SMAIl DEEM WATER PLANS AS SCHEMATA:NI '11..,1-,'i 4 WATER.CONTRACTOO SNALL ENSURE TI-AI'NERE ARE NO CROSS CONNECTION WITH NONAOfABLE WATER SOURCES CONSISTENT NATURE AMO SMALL BE REOVIRED TO FIELD LOCATE AIL PROPOSED .. WITHAL!.STATE LAWS AND STANDARDS. FIXTURES RASED ON VERIFICATION OF WATER M N LOCATIONS ��w ..� WATER PLAN•PARK _. ' �. C-P402 MATCH--INE SEE RESET-41 FOR CONTINUATION wart , ''' MIAMIBEACH ,...„_........ .g ,.., .......... I,.;•••?...,7,,, i , - fr..--.4..---...... IRSMS I mum st..ft 33.• 'L. I ki , , • / ' ` R lE:11.1,"....-4-4‘ -- , ge.,,t ------- t : rhz-,1 sI; . ,... : \ mtii 1 1 I .- , L , • .., , , . . il I ' r i ...' ., KEY MAPJ i•-..::.,;:,. , ,.. -r -1 1 ,,,,,,,,,-;,,,-,,,,,,i/-,,-' ' ,,.:, . -,..:: '4,, .'''"!1.,, B.....L''. ,t, .":.'7,., ti4,4 IL. ' ' I 0.1 ,',' le,..A.f..1 L ' " ' ,• , , . • ..,4' L,'‘, ,, ' WEST 8 I. .;.,„,:„‘‘c.i.....t! -,.:. .......rocw, ' :. I, 1 • , . . ...,.„, , 1 . , „, ;.,. I,.. I 1 112E5 .. .i . f , ,,, •, , , • • , . , .... NORTH ,,,„......,.,..,, , BEACH i .........H. OCEANSIDE • .0., • , „,. , N.I.C. PARK .1 r oi I • , i ' PROJECT L I ,1 , , .• ,.. , . . 1 i ... —A — - A k PIP4 I 1 / 1: t 1 , 1 . 4 , • I— :, , I 1 4 o //,' - , ,.... i , , , „ ,,,,, , , • 'f I I ' ,,...........; — ; ; I I S ',.'„ , ,• ,,., ' , ; - '. •fl 1 1 ' ..-... ,., N 't! , I I & . ,, ', ' .g I NOT A PART OF THE BEACHWALK rOR BIDDING ONL Y NOT FOR CONSTRUCTION• • 1 , PROJECTS SCOPE OF WORK; „,,,„ THIS IS BEING PROVIDED FOR AS SHOWN 1 I . . •, INFORMATION PURPOSES ONLY TO I ! . ,., 5, ..ae tare, ... - k.ale CATE HIGHLIGHT PLUMBING CONNECTION A simon , , , i r i . . •• 1 .,z,r..z.=1*., • , . ' COORDINATION NEEDS. - , 154934 ",..:,, , . --- .7-...... .L. •, '' '. ':, • • -,,,— , • ,,• ,..• . .‘K,, " 1 { .: '•.‘,1., WATER A ...:4,..--• ij .... , PLAN• PARK , . 1 , —•— 0 VATCL.LSLIE SEE SHEET 01 FOR CCW I x NCTF CONTRACTOR SHALL BE RESPONSIBLE TO TEST AND CONFIRM THAT ALL WATER SOURCE MAINS DEPICTED SHALL BE POTABLE "L WA".14 CONTRACTOR SHALL ENSURE TFAT-NENE ARE FLO CROSS couNEcnom WITH NON POTABLE WATER SOURCES CONSISTENT NOOSE ASO SPALL fat.,EGuiPED TO.LLD LDCA L ALL PROPOSED WITHAL'.STATE LAWS AND STANDARDS I FIXTURES BASED ON VERIFICATION OF WATER RAIN OCATOAS 'I,.....) ? ....... , , .,„ . ,, ,, n „-x " C-P403 _ WATER PLAN-PARK '1'.I 1 Asc.t r•X, _ 1 y� MATCH_INE SEE SHEET-.{1 FOR CONTIILAT.-JN - Deo MIAMIBEACH i .-/ ;i 1� . 41.;-"41, I 47.--.17,z.--- i .MM7,zF ir `,a 1 R.R 1 i '.-141'. 11 ? 5;: 1%=`,:rg".:.:,, ,1,44- --i. _- I F rr v w� 5 KEV MAP I C la,n IS .esr. 1 1 - -E� WEST 8 i I 1`0 MI t NORTH 1 C 1 BEACH A3RAST ' i— 1 '' , . .. OCEANSIDE L"I i„,,_4: I y; ,.: PARK '* . I j i PROJECT mar tl I 1 - _ f N.I.C. I- _ I '. I 5 z I -' � Eaa KONG d1tV NOT A PART OF THE BEACHWALK NOT FOR CONSTRUCTION t. 1.— a .... - PROJECT'S SCOPE OF WORK; R .MA THIS IS BEING PROVIDED FORAS SHOWN y I I INFORMATION PURPOSES ONLY TO • I— I � 1 8 HIGHLIGHT PLUMBING CONNECTION A I/17a 020 .E I I u - COORDINATION NEEDS. g \ :5 I 1 1 .:{ �1S79M I 1 i I f WATER PLAN• i PARK MATCHINE SEE SHEET -U I FOR CONTINUATWA ; NOTE O,'RACTOO SMALL RE RESPONSIBLE TO TEST AND CONFIRM THAT ALL WATER SOURCE MAINS DEPICTED SMALL BE POTABLE NOTE:CONTRACTOR.MALI.DEEM'NA•FR FLAY:'A A W 'i" AGER CONi1AC I'OR SMALL ENSURE THAI ARE NO CROSS CONNECTION WITH NON POTABLE WATER SOURCES CONSISTENT ',NA UNE AND SHALL BE REODIRED TO FIELD LOCA L ALL PROPOSED P WITH • ALL STATE I AWS AND STANDARDS. ;FIXTURES RASED ONFRIFR.ATION OF WATER MAIN LOCATIONS <(- ,,, A A g we ERC-P404 gPLAN-PARK - ..rl A r3 I 2 ' 1 MATCH-INE SEE GREET CI T'OR CONTINLATON 4,... "'''". "'.... ...." ....". ."'".' ..."" ""7 .." . .' rmiv.-;1 MIAMIBEACH • ', ---,z-z.z. ' , - '\i:. • Alit 1 1 ...., i ,., -. ., . 1 1 r......L:-=.....r...,.--t-- 1 1 , \ , I": I \ , 1 I ,I C . , KEY MAP ______„ ....,-...a.....A.A • AT.a A' i • ' ..." "Tintim.u.'"'"' 1 . 1 •' • 1 , ,,,,,n1...Cf 40.,FR WEST 8 ' 1 i i V V VORM01,MY ICG13 i1 i ,-.TEC,,Inl.,,,O4KIAPC ' 1 ,fte1/11.1.A11.0.1,411 1 1 I ,rwt.Nut nan.nne•lc ... /1 H I' 1 1 . Z 1 i I_____[, BEACH FE ITN pc- i , , •fts,... / OCEANSIDE , PARK / PROJECT NIC. .,... i ,.,K., , N.I.C. , • 1, , .,, „ b., sAin sT i I K 1 cremAt TATA. TotAr....".., p LI ...c•r r ' ,- • . warn, „ . ' 1 1 WM.. IT • 4i-a ' 1 I I 1 *1 .,..E -..1 r,1 810000,ONI Y r i . • • , NOT A PART OF THE BEACHWALK NOT FOR CONSTRUCTION 1 I 1 ' . .4.' PROJECT'S SCOPE OF WORK; al , THIS IS BEING PROVIDED FOR ,,„0 4.9 SHOWN INFORMATION PURPOSES ONLY TO i 1 *, - HIGHLIGHT PLUMBING CONNECTION , NIC. 1 , L , , . 1 COORDINATION NEEDS. ,,SIOJECIMMIltft ' i I E t 15 7934 — 1 i I. WATER PLAN• " ' ."-• ° —^ - PARK ' I , TAM,ONE SEE SHEET UT FOR ZONTINUATON NOTE CONTRACTOR SHALL RE RESPONSIBLE TO TEST AND CONFIRM THAT ALL WATER SOURCE MAINS DEPICTED SHALL BE POTABLE .,NOTE:CONTRACTOR'HALL TECH 4,,ER PL ONE AS SCHEMATIC IN N , WATER CONTRACTOR STALL ENSURE TFAT THERE ARE SOCROSS CONNECTION WITH NOR POTABLE WATER SOURCES CONSISTENT ,NATURE AND SHALL OK REQUIRED TO FIELD LOCA C ALL PROPOSED /I • fa ... - , WITH All STATE I AWS ARD STANDARDS FIXTURES BASER ON VERIFICATION OF WATER MAIN LOCATORS 1 ......... ; ..... WATER PLAN PAR - I K C-P405 4 I i MATCH-JNE SEE SYEET---Cl FOR CCNTNAJAT,ON sea 1 -7,-r — MIAMIBEACH { 4 I' I +��1- M..aROtN �. ..r r. $ 1 1 r 1 .L /wN�N . llgtai CBudro\ArrcI W-.HN ,1 • r I_ ! F , _,_. I N • \ . 8 I �i ,�_ - _` i KEY MAP I— ..a—_,> I.Aesr..o! esr we I, ..vw.t".n.a. ' .... ::f,"`""`.c."` I a _ Ka WEST 8 't 5?. ) ,1 I QB_i Xe y xFF.MecPn NrNn, 1 1 . =Tr.nt"a.r. Nr.r I .. n —.-"..---......—k-"' -e— \L ..eu:s.`s�'� Il � l n • • l NORTH l i BEACH PARK 1 1NSIDE PROJECT ,T 1p i 1 ; p,'- Bavn : ': _ a ...,.-F ,.,. a 91, _ i N.I.C. 1 �. t r_P a g I S ._._._ _. _ w __� :w.om N.I.C. x rFzr F ,., . I „ ,., 8', +AOMNc t. N. iII \1 Y Imo'.\ v rETN ' 1 r L J T _ j k�11:11::i.-.nom- nw�: [ � NOT A OF THE I i' r t PROJECT'S T SCOPE OF WORK; xoTFOR eaarRucnow 19ExP N,s ,. .n: • t ,� 1. x"F ® • THIS AS IS BEING PROVIDED FOR S„o IN """"' INFORMATION PURPOSES ONLY TO , it "I` 11 r' HIGHLIGHT PLUMBING CONNECTION A silane i . 1‘ i,1 I" COORDINATION NEEDS. �A0Ate, D '! .e WATER PLAN- A 1 . .. € � ' r I .�v PARK MR riiii""�,0"" NI. MATCH-LE SEE SHEET---0-1,FOR CL1/1TINVA iICM ,,�" Y NOTE CONTRACTOR SHALL BE RESPONSIBLE TO TEST AND CONFIRM THAT ALL WATER SOURCE MAINS DEPICTED SHALL BE POTABLE F WATER.CONTRACTOR SHALL ENSURE THAI THERE ARE NO CROSS-CONNECTION WITH NOS POTABLE WATER SOURCES CONSISTENT '�NATURE ANO STALL 01 F 00 REV TO FIELD LOCA L AL HO'L51. WITHALL STATE LAWS AND STANDARDS. :FIXTURES BASED ON VERIFICATION OP WATER MM LOCATIONS 1-y ��..... etr .� WATER PLAN•PARKS._-_. _ ..... ., _. .. / C-P406 %Nl,..7A A 2 MIAMIBEACH �� $ w. Via,,. 'i ix t mal lip armor _ .N ; J _.__ —. _. II � 1 � K,'��'i CJAN G,Mno lAmd+a Nr.. 11 T _ : KEY RIAP I {t+ - u R,N I IU I ,. � I I WEST 8 A N I i ;~! 1 - y I si.M I— • ',---",„:7',':.',' NORTH F 1BEACH OCEANSIDE I 1 PARK R I ' I PROJECT iE r I e 1 , :A. <a0 .m-1.—^ S I .,.,., a H.., 1— :.I • I i • _..n .—...�.- , I ,o FIRS" ,.�: „ S .. . 1 i 1 I1 .....=� ` i y OSP M :a$F.M.IO russet r1` .y.`�.....—..�. i} NOT A PART OF THE BEACHWALK I PROJECT'S SCOPE OF WORK; FOR DIMINO NOT FOR CONSTRUCTION ;I I 1 ^- THIS IS BEING PROVIDED FOR RD NarrtucrloN °{'+'-F - „R 7\_ INFORMATION PURPOSES ONLY TO AS SHOWN r h I / HIGHLIGHT PLUMBING CONNECTION ,� I „«- g COORDINATION NEEDS. A ''Ar' 20 1 BATHER �' I N. t'�) { E'. .• +.`� �i S'956 , r ill •.1` :.. PARK R PLAN- I l S Z I- _T .T A rP .....• >*M ` WATCH ONE SEE SHEET-�.0.1 FOR CONTINUA-ION (. NOTE.CONTRACTOR SHALL RE RESPONSIBLE TO TEST AND CONFIRM THAT ALL WATER SOURCE MAINS DEPICTED SHALL BE POTABLE ',NOTE:CONTRACTOR SHALL DEE .R .. +. .F M1 ;., N •/ 1 P I WA.ER.CL NT,ACTOR SHALL ENSURE THAI THERE ARE NO CROSS CONNECTION WITH NON POTABLE WATER SOURCES CONSISTENT NATURE ANO SHALL OF REQUIRES TO-IELO LOCA L ALL PROPOSED }k'f1f•� - ^ -- --- WITH AL1.STATE I.AWS AND STANDARDS. ;FIXTURES RASED ON VERIFICATION OF WATER MAIN LOCATIONS. +.mow /► y; - WATER PLAN-PARK •_ .. ,... -,...._ .__.._,..._. .. F Q C-P407 T eCN HI 4 I 5 I 2 t MIAMIBEACH I P M, . 07. • 1 �.».. sn. [ ... y Y'. _...... 411W rwu_ q;,,,,,,,- ��,� ah—•1 rE ELIFaill?MN..AA..anpeIt' 3/A"GATE VALE SI.l <ux,p111I Aolt MAN &VP103tirMMTOM A�.���� 'W iii GME 11 K* 4 .. S,PEET ,[LENT ;\'EP"AO a4) ir...- 6 '411=.N40NR,NN / '' LMR.w �• _l• .•A aNa SET j _• .W.A ( m , C.*,0400tH A Amo 40 3 BLACX PtV. i IE' \44/4�I 3/.'DA MN.TWE II BRASS PIPE x .••• w9+s swE'AxE w 7 29 _ JM4 . 3/0 -un srw W NPPDKD EWA. q C.. :PPL ,I � {p'M— � aErE�l. �I f �6 I 1 : ._.M.3nxEx r,wm�., IA 044000E SFRAP S1AM6f00 STEEL SERVU .-q. NAMES sABOLE r/SrANwtss sTm S'.leAPs y ja.Rx M.M R9 CiI90.A•�N9sY "E� Frit n4 • PI Nr'.-.41.14:1:47.7.:4Z:Ca. zr ME ac WALE 0 P$TAMES S,EE''MAT POROD: y. 1 NurAl 130103 1-- .CM..A / +'�;;A "El)n .�� ..a, 7......-;:z.;,- /'ii ,1,.:Q1...n 'AMMO same W N 3'CCAM1',Jx 5![P. 1 iAcc LL PAWN SEAM*AW 5,.!u[,FP.10 1'.IE`c+ •j •.� X'. uxT.T'IAT, l )-) — .✓ a Mu�`ln.N043.0010.13.3.304 ruA.w.cu V• ‘.44.,4r2' WEST 8 .._. CORPORATION SIGP • .. ,11 _ I • - AKA rtalER V..R M':,F SwAtC.ME LPRa afAAS!NOErt / \\ �' PAY P �-r • 4444 \ s.E x'• ME PAM Ex,Stn OE Ew„0411 M a•. l MAN O \ —MEM VX.rtpI \\ . uu,R xE.v+oxx.m' i54.00_E iJ CALNO * ! I `\ \ miieaxT�w MATtlE MAIN -.-``\\ A•:NA Rmarara.a.ammo.. I I \ : F 3034 cavacm. ' fot-cr /r ' \ IS AT.S.yltvw au • L.,lf r.un.‘..e.• l+' M!,/, t 4 r▪ t(yYX:e.F 30 N.VSE RPOIDEW6N..5ERWCES CIXIHECO0N OR FERE HYDRANTS r�.-1E o tiW iR �OW E 4R r UI M T..n IA'lots-I WM. FOR MI�'ENA1W 1).11.PORTS r - :wE ta 4.30 M.IN MOM MAS ,,:710`♦. :3 % V 'AS u zrzt t MAL YM Jy'$ t-d� >E�!}I IO(`i'{,alt rnm R POS MOAN.• a wrr'mm'...�,,„„„..roe:,,, a .u �.> .<.SS ttrr..E flbniaL w."R"n.°dw"�i>cEu`saxCOPMEMAS MP OE MM.COMEEM M AMMO WM mune 0.x04. 4NLUNc P KS P� ' NORTH r• 3 ONIM IM a.EMP M u.n ...,. r' ER MLOEIt_DETNl. 4444_ L..,12'WATER MFTFR DETAn BEACH I � �. maw,EN�ENErace axaET E — _� "96- .Tx00,.tF aExncE saaOiE WS, WA GETA LS NO.I WSE e. rwr .A ER reRxTAa wsn e•eey.e. I— I ,.sW ER.ANaE A ws,3 OCEANSIDE .P.._.....__,.. —.�. —au.Exa,J:TwxL.....a�x•JE,n„ _..�. _ _. _ 4.44.4__4444 PARK NOT A PART OF THE BEACHWALK G PROJECT PROJECT'S SCOPE OF WORK; H... THIS IS BEING PROVIDED FOR INFORMATION PURPOSES ONLY TO ,,-fes a ft `nalSw&fd HIGHLIGHT PLUMBING CONNECTION a a ;!ii i- A,a �nE"OP COORDINATION NEEDS. lI .v `....,«,T...” E �t'i't�t d+ .,Arz..[rcJ �_•= �i""arzw"RT .R MST Muss'O ,.n xi T t;�1.61' _ Ea W i1 71IEeI I I 1 A P`Wi DON OF THE SIDEWALK IS WITHIN THE 4 7'(A'F'SET, ■ �{F 447 p ■� [ ..:. � J_r.av-nww I • II 5;� {1 ti laf4�i�ilEl�Elit •t„r r.rM:w�ce ncru 'A LOCATEAREAFIDE HMPAN 1 0 FROM FACE OF WALK,WITHIN ORA55 • M �f x^• •-. E x 1140. �. T ti'' l.S •,•• i a 1, N U.OTHER CASES,CONTACT EIRE DEPARTMENT FOR FIR R P` —t.• I y. cam AWE HYDRANT LOCATOR _ 4.491 KW '� '�_� ”"�"v'0 ,{�J' �'k BI calm 3 F1 SDENAL0 LOCATE GUARD POSTS A, TO FACE or THE PUMPER I' ; IE�y F ; F / AND 2 6 EITHER IDE OF CENTER 1.61E OF FIRE HYDRANT WV TEE AND FRF HYDRANT WAR AND GUARD POST CONCRETE WORK SHAT RE �Ai I 4e IE E'R DIFFERENTPOURS. p`E,fj H .t rtA,wc 4 4NHR�A��-f 13 - Se „ "�1Q ANN EXTRA POSTS MAY BE REQUIRED IN INOU TIRO..ANO CON','ESTED R WA1$EY TEST TRAFFIC 005054 € _V ,�,• C t S .' yq CM I q I ZT Aa OR 0 FRF.HYDRANTS SHALL NOT RE 1.0 A-FO NI'HIN A RADIUS. O I .t. t E •'! 44 ,_ - �� GUARD POSTS SHALL N01 DE ALLOWED Its 0.O i.R OR WHEN N *44 -Ikt I. �.", 1 I;! 1 1 !al. Ilf•• I PRE HYDRANTS ARE BEHIND CJR95 OR PROTECT D FROM n05 f A I T 1RAH miT CNRE TM Ai MIN MTIOR ST M 66 t VEHICULAR ENCROACHMENT'GUARD POSTS TO RE CALVMIIIED FO'H BIDDING ONLY H®®'� .g�S %U E L m N¢T Io—z TpRdIARY apI.CEIIaN k ON44ORAnp Ett. STEEL PIPE SCHEDULE 40 8 DIAMETER O BURIED 2.0). v N ! r. I±1 a RE'A MAM IMn.Au mnq RAi emI e400441 a. f.ONCRE1E ETU INDEPENDENTOF THE LAN NOT FOR CONSTRUCTION _ I A 1MCTas Ault CALL MlOt 074400 0 S73-M. 1 SINEW P#DISTANCE OE A FIRE HYDRANT SEWAGE CONNECTION IS c ' �S X02 susMq oRl oat°•PRE 1{§11y��IAL FlFh FEET OR GREATER,IT SHALL RF CONSTRUCTED MIH B' VMS L. 1 1 ` E R ! . ° «ft IS'elm XRT-.219RD DIAMETER PIP€.ANO VAL4E.;AN 8"O R"REDUCER AT OR RY THE AS SHOWN 5 ;'' M1.Ot 1 ROM WPM..IN F, +L �.. IP MAPCO. • FIRE HYDRANT. 1 aQ 1 - / a VAMP lM[{A MEANS,.M A WI.I0. A aV[w•r F t 1'11 • E .. 40mummy0 POPIRIESE WON RAMMER i Epi rR�imii3n SLAB OF CONCRETE AROUND FME HYDRANT SHOVED COVER THE E' �� OVARD POST. &11rl070 .$ r"IA G • 1 \ MNR wa.M MEM 7 1I Z Z fel _ }l 4 K SHALL PUMP M RA4 IMO rE4'2 01,9044013.00.„ sum, _04•E 11-70 WM Ata OMR asN. AO OMAN nnws MAO tEM-41113 i, a 7: `�� EW l=, !9 1 15.7934 COAT•NlTTR for MamaNA c.xH I" 1 ` 4g' .I ! K i311 GENERAL..N O]E, SKI,n i, a� Eli 1OL�%1 CIVIL Z.'.1:1.1.-Z,'=', w Pp..w �` IIT ..,�.a.Pw Illi ENGINEERING '.T.p'AffR Y,D"R 001147 E ... ,_._ DETAILS N N.s ®FrJ -•�' • •., WATER DETAILS N0.3 WSTH ccrsrw NOTES aua..w......�.. ,"RnTerz HE'M CETN. W51A 3 3.373314.6104 OMR V:$15 m•••• mE04,0. 444..0 a.uv,NG CEwECrw I aa....ww.m.n.�. ,• C-P501 a .. uOM4 MIAMIBEACH CaxrnER Sue e/H Sir Lw NUNSua.a vis OAK ^ oEIICT9R vu.f , ie O.l,a,WKw 44 T VASTY(n..j F •AFWM.]R laIAADR ..' ups:_ IP SYRASS.SKKa c.�_._ G,,,Goodin*t A.fxMIN.Inc 0D1LNt ENfd e_E. CA. "'• .�N VIEW VALVE As IN, %� M.nls —' 3'"V' C ml 4 unm ENEI.T �; 1.a' e` ` DNa" • 1 III TEST SCI(M) _____ Sv-v.SS FETE v.r 5C�qN•. SAWMk wxVtn'n'. b`aOOLTlLf WEST SSEY ' rMAK rLAN ,TilN� ) 7 I MOW OEIF£0!BOAIX VALIK ShOOLOW VREWOrti, /I 1/r BOLLARDS a ()E>:»ore I m(+w.) , a) . 4 d 1., 1 .A.wN o""p -etre CONE4T1EN.MAMA rzm IFN - ]] 1 i'l�,l�=I®�[ I TnE7 1 NEY rot It WEST 8 FOMl S'Ium m4 •r - '�Iiw�'Ami/.. , IMEOx.y$Ts v.,[10*.e.r Irna.. .oxx ,ani FTFftEN11K RFlIEf n I' SIFu` * xilw: vu c l'``�FNATION VIEW ca.wER R R w/ ALL aWnwen V nNN '!'.e•N.1*, SRw3M.,S ON:r.: 17.1 N O IE•E1. •F NOTE: I.11.1x0 SNALl Re OUCTI(IRON RR IV FLANOW rr5555'N ACO]RDANOE 1.J 1..A SO.'cOMMIX M VT.-CAM.A-aa• _ /M MOS AAF NOT 11FOAeD urors N MOTE AREASVA SSCn.:WALA CAVSTRUCT!ON DETAILS • AS?ftl111D M M EATS,Rh19Nlx K INF WEtwf WW1 A4VVIATM •k*• ANY,1414. OMER AtA{1 MAINTAIN ERI WOO=. „ E SE REsw /O EN!Y. .-...• •' NOT A PART OF THE BEACHWALK PROJECT'S SCOPE OF WORK: RFD-iiiYR;do F NORTH THIS IS BEING PROVIDED FOR ^":: INFORMATION PURPOSES ONLY TO •__ "" `" _ BEACH ^' WATER SHO. "^ .a10_µ ROADWAY DETAILS NO.I RS8 HIGHLIGHT PLUMBING CONNECTION -. -- AsMAI ,>A..x.A,NE �NlS31 M-a- .,.M..._••••••_I UMW.cRNENR�.xN,�AAA OCEANSIDE COORDINATION NEEDS. �' PARK PROJECT NOTE B v-wv✓.�.rv�,-vv-w�✓wvv.rvwWvvw DETAIL SHALL APPLY TO THE <xAllfo,vo.wv�az.cI.1.•x INSTALLATION OF ALL WATER SERVICE LINES y1.. ( sca \ r. j,. mweT Ouf,DERVV, i k TRENCH DETAILS REMOVED AS THEY AAE NOT WITHIN TME SCOPE OF WORNMtOFSOWS-AA1 SR,A n / I ,'WRT ,ww,ye V 101 BIDDING ONLY N " . / NOT FOR CONSTRUCTION I (`°'Low.rea.)1.I f cwAwu /I� �'AS SHOWN yrIIENovED > LTRs *."." A .oAn kxd LTRs 011/3030 S d15-7934 ks•lI R,E 1 CIVIL I ',.-....*4 D '+A (% m ` ENGINEERING r ...,.. DETAILS tett -- ="•snE EAArHeORN DETNU NDa SES17 Im..1- .g7 7,,.,, Do.vnA ,...„,...........,_,1uxceR alauax H,,,„. C-P502 „,,,,,- MIAMIBEACH ...NE CONSLXV,NT LT Zig. 0 .....?;.".,1',,,,,.<1,.;W: 1111111W us -�'s •,- � � •* CSM,,GA! Moline(Irc �_ . so- y ° ` i � . �,. C owNwmcs a-0,11/14024106 yr WEST 8 NORTH BACKFLOW PREVENTER CAGE DETAIL NT5 BEACH OCEANSIDE PARK PROJECT e NEW CONCRETE WALKWAY y`' 2,'A76'=CASTLE ENCLOSURE (TO BE RUSH) (SYNERTECH 2476) NEW CONCRETE SLAB FLUSH SOUL/COVER DRINKING FOURNN ¢ (OR APPROVED MAL) R (SEE WWI ON 11S SHEET e ¢ I W.PIC --J_III Ai =RIB1-11—n 1—I I_111111_ _IIIIII— =[ u�l(I n. `�� � d 90 BEND __.__ •S.f.., .m"n” +K'PVC BE 1111=`; - _�- PROPOSED,K'BC DRAIN 1/Y/U ; Te`i � 70RIf er,N NXKNc.m Aa 6'W11 COMPACTED FILL 5q II— 'lir 21'Dol HOPE PIPE(2,1,e7 (2),5'BENDS i. WITH 1K'GRAVEL IILL i W +.onve iNOTES: FOR BIDDING OWL5 '¢ NOT FOR CONSTRUCTION ai I. SEE SITE PLAN FOR CONCRETE SLAB CROSS SLOPE AND GRADES. A 2. FINISH SLAB SHALL BE NON-SKID LT.BROOM TEXTURE PERPENDICULAR TO DIRECTION OF xa AS SHOWN PEDESTRIAN TRAVEL. F 3. INSTALL TYPE'A'(OPEN TYPE JOINT)BETWEEN EDGES OF CONCRETE SLAB AND NEW A 911112020 q CONCRETE WALKWAY. ',,..7M K Ali A. INSTALL FILTER FABRIC AROUND SYNERTECH BOX,AND 2U'HOPE PIPE. o-�15.7934 8 NOT A PART OF THE BEACHWALK —,,,,L, i PROJECT'S SCOPE OF WORK: DRYWELL AND DRINKING FOUNTAIN DETAIL NTS CIVIL G NEERING E THIS IS BEING PROVIDED FOR EN 4. INFORMATION PURPOSES ONLY TO DETAILS HIGHLIGHT PLUMBING CONNECTION COORDINATION NEEDS. 1 C-P503 ATTACHMENT C CONSULTANTS RESPONSE - PROPOSAL 3/11/2021 Detail by FEI/EIN Number DIVISION OF CORPORATIONS 1) Vt.:frltr of Jii.0tdkt.org apartment of State / Division of Corporations / Search Records / Search by F_l/EIN Number/ Detail by FEI/EIN Number Foreign Profit Corporation BRIGHTVIEW LANDSCAPE DEVELOPMENT, INC. Filing Information Document Number F95000004215 FEI/EIN Number 95-1590418 Date Filed 08/29/1995 State CA Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 03/01/2016 Event Effective Date NONE Principal Address 980 Jolly Road Suite 300 Blue Bell, PA 19422 Changed: 05/28/2020 Mailing Address 980 Jolly Road Suite 300 Blue Bell, PA 19422 Changed: 05/28/2020 Registered Agent Name&Address C T CORPORATION SYSTEM C/O C T CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 04/19/2016 Address Changed: 04/19/2016 Officer/Director Detail Name&Address Title VP search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=951590418F9500... 1/6 3/11/2021 Detail by FEI/EIN Number Feenan, John 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title Treasurer Feenan, John 980 Jolly Road Suite 300 Blue Bell, PA 19422 • Title Director Feenan,John 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title VP Chesnut, Brian 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title VP Chen, Po Sun 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title VP Buxton, Kurt 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title Assistant Treasurer Wilkinson,Timothy 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title Senior Vice President Titus, Stephen 980 Jolly Road Suite 300 Blue Bell, PA 19422 search.su nbiz.org/Inquiry/Corporation Search/Search ResultDeta i I?i nq ui rytype=Fei N u mber8directionType=1 n itial&searchNam eOrder=951590418F9500... 2/6 3/11/2021 Detail by FEI/EIN Number Title Assistant Treasurer Knaus, Katriona 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title Senior Vice President Hinners,Jeffrey 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title Senior Vice President Germann,Vincent 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title CEO Donnelly,Thomas 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title Director Donnelly,Thomas 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title VP Bruttig, Richard 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title Senior Vice President Brosnan, Sean 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title VP Mauser, Ed search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiN umber&directionType=l nitial&searchNameOrder=951590418F9500... 3/6 3/11/2021 Detail by FEI/EIN Number 973U Jolly Komi Suite 300 Blue Bell, PA 19422 Title Senior Vice President Lennon, Jeff 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title Secretary Kuehn,Tomas 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title VP DeGarmo, Chuck 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title VP Powell,Thomas 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title CFO Powell,Thomas 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title VP McFadden, Brendan 980 Jolly Road Suite 300 Blue Bell, PA 19422 Title VP Duke, Kelly 980 Jolly Road Suite 300 Blue Bell, PA 19422 search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiN umber&directionType=Initial&searchNameOrder=951590418F9500... 4/6 3/11/2021 Detail by FEI/EIN Number I we rresiaent Donnelly,Thomas 980 Jolly Road Suite 300 Blue Bell, PA 19422 Annual Reports Report Year Filed Date 2019 03/26/2019 2019 04/03/2019 2020 05/28/2020 Document Imam 05:26!2020—ANNUAL REPORT View image in PDF format 0410312019--AMENDED ANNUAL REPORT View image in PDF format 03/2612019—ANNUAL REPORT View image in PDF format 04/06/2018—ANNUAL.REPORT View image in PDF format 04/13/2017--ANNUAL REPORT View image in PDF formal 04/26/2016—ANNUAL REPORT View image in PDF format 04119/2016—Reg.Agent Change View image in PDF format 03/01/2016--Name Change View image in PDF format 04/23./2015—ANNUAL REPORT View image in PDF format 05/01:2014—ANNUAL REPORT View image in PDF format 04/16/2013--ANNUAL REPORT View image in PDF format 03130/2012—ANNUAL REPORT View image in PDF format 03114/2011—ANNUAL REPORT View image in PDF format 04119/2010—ANNUAL REPORT View image in PDF format 04/30/2009—ANNUAL REPORT View image in PDF format 04/27/2008--ANNUAL REPORT View image in PDF format 04'25/2007--ANNUAL REPORT View image in PDF format 03114/2006--ANNUAL REPORT View image in PDF format 02124/2005--ANNUAL REPORT View image in PDF format 01/29/2004—ANNUAL REPORT View image in PDF format 0112712003—ANNUAL REPORT View image in PDF format 10/30/2002--Name Change View image in PDF format 02'26/2002--ANNUAL REPORT View image in PDF format 10/26/2001--ANNUAL REPORT View image in PDF formal 02/07/2000--ANNUAL REPORT View image in PDF format 03/22/1999—ANNUAL REPORT View image in PDF format 01/26/1998—ANNUAL REPORT View image in PDF format 01/24/1997—ANNUAL REPORT View image in PDF format 01/2411996--ANNUAL REPORT View image in PDF format 98/29/1995--DOCUMENTS PRIOR TO 1997 View image in PDF format search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiN umber&directionType=Initial&searchNameOrder=951590418F9500... 5/6 3/11/2021 Detail by FEI/EIN Number search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=95159041 BF9500... 6/6 North Beach Oceanside Park Beachwalk (From 79th to 87th st) FM #440841-01-58-01 Bid #2020-025-DF Tab 1 : Bid Submittal Questionnaire-Construction Appendix A BrightView Landscape Development APPENDIX A ITB Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown form ATTACHMENT A-2: Bid Tender Form and Bid Bond 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 ATTACHMENT A-9: Supplement to Bid Tender Form: Sub-Contractors ATTACHMENT A-10: Supplement to Bid Tender Form: Davis Bacon Act ATTACHMENT A-11: Supplement to Bid Tender Form: Bid Certification, Questionnaire& Requirements Affidavit FDOT Required Forms ATTACHMENT A-12: FDOT Form#525-010-46 ATTACHMENT A-13: FDOT Form#375-030-33 ATTACHMENT A-14: FDOT Form#375-030-40 ATTACHMENT A-15: FDOT Form#575-060-13 ATTACHMENT A-16: FDOT Form#375-030-32 ATTACHMENT A-17: FDOT Form#375-030-34 ATTACHMENT A-18: FDOT Form#375-030-91 ATTACHMENT A-19: FDOT Form#275-030-11 BID NO:2020-026-DF CITY OF MIAMI BEACH 52 M �/IAA /� I BEICF-1� 1755 Meridian Avenue,3f°Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT A: Revised ITB Price Form; DELETE and REPLACE prior ITB Price Form [released via Addendum No. 4] with this REVISED ITB Price Form FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1) ITB PRICE FORM, ATTACHMENT Al (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND WITH ITS BID SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. 2 ADDENDUM NO.5 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 M I �( �/ I EACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 A-1 www.miamibeachfl.gov FAILURE TO SUBMIT THE REVISED ITB PRICE FORM SHALL: RENDER PROPOSAL NON- RESPONSIVE AND SAID NON-RESPONSIVE PROPOSAL SHALL NOT BE CONSIDERED BY THE CITY. (DELETE and REPLACE prior ITB Price Form with this REVISED ITB Price Form) City of Miami Beach REVISED 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. •PROJECT SHALL BE AWARDED TO THE LOWEST,RESPONSIVE,RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID). SECTION 1 — BIDDERS PRICE: PROJECT TITLE: ITB NO. 2020-026-OF North Beach Oceanside Park Beachwalk-From 79th to 87th ST.) FM#440841-1-58-01 Item Div Description of Item Cost 1 01 General Requirements-Mobilization $ 24J9(r0. (40 2 01 General Requirements-Construction Fence $ )B, 440. T CP Li- 3 t_ 3 01 General Requirements-Erosion Control $ �J 39s 15 4 01 General Requirements-General $ 2-54,033, 52- 5 02 Site Work-Demolition and Site Preparation $ (5s ,t 2J1 , 13 6 02 Site Work-Earthwork $ 12J--,Jcg. 10 7 02 Site Work-Concrete Curbs and Slabs,incl.soil preparation $ 130, 35 I, (I 8 02 Site Work-Pavers $ 3)2, I I I • 79 9 02 Site Work-Site Furnishings-Beach Showers,incl walls $ 12Z. ,Ito(A.937- 10 02 Site Work-Site Furnishings-Trash Receptacles $ 2.4)11/5• 7'3 11 02 Site Work-Site Furnishings-Volleyball Area $ -7f 39 I 439 12 02 Site Work-Post-and-Rope $ 13 02 Site Work-Landscape $ ,C)2, 930• i 44 02 $ LI-abIS 14 02 Site Work-Utilities and Connections $ L O, &)91 . SLI- a-6 15 02 Site Work-Landscape-Trees&Shrubs $ 2:1 3, 2.32, 0 Gi, 47 16 02 Site Work-Landscape-Dune Planting c $ 1ll , 52,2.5r3 443 17 02 Site Work-Landscape-Dune Invasives Removal West of Erosion Control Line $ &7 102.. 4918 02 Site Work-Irrigation _ $ (99L0142-• 472 2019 15 Plumbing $ 42-, 7 t 614-Co. I,fT -- 24-20 16 Electrical and Lighting 22 21 - Bond $ " 2 30b • 00 2-322 _ Insurance $ 066, 0:0 Subtotal $ 3 242 3145.c?3 ***CONTINUED ON THE FOLLOWING PAGE * * * 3 ADDENDUM N0.5 �_. INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841-1-58-01 MIAMI BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Allowance for City Indemnification $25,000.00 Permit Allowance $15,000.00 Lump Sum Grand Total (Total Based Bid; Line Items 1-23 22 + Indemnification + 3021 3 q Permit Allowance) $ I Bid Alternates Item Description of Item Total Cost ALT A Pavers Design A $ 3'7 417 L{. DI ALT B Pavers Design B $ 2/04 to3 (p O Site Work-Oolite Walls,incl footing and cap per detail 1 on ALT C sheet SD-B204 $ ALT D Security Cameras CCTV $ 131,90/. 04' Invasive removal and dune planting East of the Erosion Control Line:Provide unit cost as per responses in Unit Cost A addendum#3. $ 28 i.7D f 6,ctua re- Y2t Post&Rope Installation:Provide a unit cost per linear foot / Unit Cost B to furnish and install post-and-rope fencing $ 5 DO / U Section 2 - Bidders Affirmation Company: Brightview Landscape Development Inc Address: 4155 E Mowry Dr, Homestead, FL 33033 Telephone: 305-213-1964 Email: Andy Jo .n Signature: / Title/Printed Na :f ce President FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE 4 ADDENDUM NO.S INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM#440841.1-58-01 A-2 City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: INVITATION TO BID (ITB) No. 2020-026-OF North Beach Oceanside Park Beachwalk- From 79th to 87th ST.) FM#440841-1-58-01 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 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: 2020-026-DF CITY OF MIAMI BEACH 54 A-2 Attached is a Bid Bond g, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check ❑, Bank Draft ❑, Cashier's Check ❑, or: Certified Check ❑ No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: Brightview Landscape Development l ic. Address Line 1: 4155 E Mowry Dr, Homestead, FL 33033 Address Line 2: Telephone Number: 305-258-8011 E-mail Address: Jennifer.jaikissoonCa�brightview.com Federal I.D. Number: 95-1590418 Dun & Bradstreet No.: If a partnership, names and addresses of partners: p `�y y /�r :T I 1f ..�Y/! f/ wT.� . _ �..���r.. ^il t' 1/I[r. (Typ-or Print N-s, e of Bider) v Y (Signature) A-2 BID NO:2020-026-OF CITY OF MIAMI BEACH 55 BID BOND BRIGHTVIEW LANDSCAPE DEVELOPMENT, INC. KNOW ALL MEN BY THESE PRESENTS,that we, as Principal,hereinafter referred to as Contractor,and LIBERTY MUTUAL INSURANCE COMPANY as Surety,are held and firmly bound unto the City of Miami Beach,Florida,as a municipal corporation of the State of Honda,hereinafter caned the City, in the sum of five percent(5%)of the Contractor's Base Bid amount of$ 5%of Base Bid Amount lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor,materials,equipment,machinery,tools,apparatus,means of transportation for,and the performance of the Work covered in the Bid Documents which include the Project Manual,the detailed Plans and Specifications,and any Addenda thereto,for the following solicitation. Bid No. 2020-026-OF Title North Beach Oceanside Park Beachwalk(From 79th to 87th St)FM#440841-1-58-01 WHEREAS,it was a condition precedent to the submission of said Bid that a cashier's check,certified check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a guarantee that the Contractor would,if awarded the Contract,enter into a written Contract with the City for the performance of said Contract,within ten(10)consecutive calendar days after notice having been given of the Award of the Contract.) NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10)consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds,satisfactory to the City,each in an amount equal to one hundred percent(100%)of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void;otherwise the sum herein stated shall be due and payable to the City of North Miami and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America,as liquidated damages for failure thereof of said Contractor. IN WNITNES$yyHERE0F,t e,said Principal and the said Surety have duly executed this bond the 22nd day of October ,20 ATTEST: PRJNCTPAL- BRIGHTVIEW LANDSCAPE DEVELOPMENT, INC. (Contractor Name) 1J7 i /�F nature .^H .. Print Name Print ,r (7,-4,1110'WTitle Title Ek,e16f ae f# • ❑ _ c ice•9 . pc r SURETY:: OF .. - r : a�r r - Ila _ '41/L.�'.4A.. # LIBERTY MUTUAL INSURANCE COMPANY Signature (Surety Name) Claudette Alexander Hunt.Florida Res ent AgettDonna Garcia,Atto y-In-Fact Print Name Ati:m:4,,, - ,,.„.„.„.47_1 - ) g • • r (CORPORATE SEAL) (Power of Attorney must tie attached) .': ,. BID NO:2020-026-DF CITY OF MIAMI BEACH Mi i i BEACH CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles OCT 2 2 2020 On before me, Ethan Spector,Notary Public,personally appeared Donna Garcia who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)is/ace subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/t#eif authorized capacity(ies), and that by-his/her/emir, signature(s)on the instrument the person(s),or the entity upon behalf of which the person(*) acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. E'HAN SPECTOR WITNESS my hand and official seal. Notary Public California- Los A.^.geles County Commission ar 2308417 My Comm.Expires Oct 11,2023 Signature Signature of Notary Public This Power of Attorney limits the acts of those named herein,and they have no authority to e bind the Company except in the manner and to the extent herein stated. ty, Libe T Liberty Mutual Insurance Company c►1` Mutual. The Ohio Casualty Insurance Company Certificate No 8198054-024029 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, B.Aleman. Tracy Aston,Thomas Branigan,Lisa K.Crail,Ashraf Elmasry,Samantha Fazzini,Donna Garcia,Simone Gerhard,April Martinez,Rosa E.Rivas,Paul Rodriguez, Edward C.Spector.Marina Tapia,Nathan Varnold,KD Wapato all of the city of Los Angeles state of California each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of November , 2018 . _ Liberty Mutual Insurance Company The Ohio lty Insurance ,g-0 9,0%,�4'yc., oiJPooaPo�F�y c,P�o P°t,r�4,0 West Americana Insurance Company any >; J 3 o fi Q 3 o n ce l o fi ca 1912 0 0 1919 0 I' 1991 0 /� 'r vs Cy3 Z= e o Q / v) ui d� S40,,,s .ea O NAMP`'�-aL 'ls �NOIANP' .41:.*. `�4 C c — David M.Carey,Assistant Secretary = m State of PENNSYLVANIA T •-6 2 County of MONTGOMERY ss ca c L am c o a> On this 28th day of November , 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 O2 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes m I- ay > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. tit ti (13 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. a a tq 0m (ICIN ;•a.t^ ,p" `k rcc` COMMONWEALTH OF PENNSYLVANIA I /t Q 4 a)O °� ¢cNotarial Seal //� ,�IQ%� -�/ Oa ` i.. U OF Z D Teresa Pastella,Notary Public v /GL c o 0) Upper MerionTwp_Montgomery County By: N e3 C rp V My Commission Expires March 28,2021 3 E . yv \c eresa Pastella,Notary Public O ca _ Member,Pennsylvania Assoaatan of Notaries Q. CD N O �� This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual E Q2 0.. Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o _ at- ARTICLE IV-OFFICERS:Section 12.Power of Attorney. . o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the ID -v > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o TSC any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attomey,shall.=g- > have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed, such "O° Zinstruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under thew co provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. c°O 00 ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. c-' Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,I—.= shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of OCT sr 2,- .1.., �-f OCT 2020 INSUR �x't INS& \NSUR �.1..,. 0,4, 4, ,,p,-,,„0.,,.% `P G,30.,,'QQ.O ''� J 3 Fo fi c 3Fo n ? `"o fi v 1912 0 o Z 1919 o Q 1991 0 �a �,y�9sS4cNus�_,42" so NAnsPea ya Ts, �NoixtIt' .4b By:Renee C.Llewellyn,Assistant eh , �x' 'y1 . 0 'M . 0 Y , Secretary LMS-12873 LMIC OCIC WAIL Multi Co 062018 BRIGHTVIEW LANDSCAPE DEVELOPMENT,INC. CERTIFICATE OF RESOLUTION I, Tomas Kuehn, Secretary of BRIGHTVIEW LANDSCAPE DEVELOPMENT, INC., a California corporation(the"Corporation"),also doing business as BrightView Design Group for architectural work, do hereby certify that on November 7, 2016, the following resolutions were adopted by unanimous written consent of the Board of Directors of the Corporation, in accordance with Article III, Section 3.11 of the Bylaws of the Corporation and that said resolutions have not been rescinded,amended or modified: Authorization to Execute Documents RESOLVED, that the Board of Directors have authorized and they do hereby authorize Joy Bigley, Sean Brosnan, Richard P. Bruttig, Kurt Buxton, Mark Carlos, Po Chen, Brian Chestnut, Ron Claassen, Thomas C. Donnelly, Kelly F. Duke, Matt Fisher, Virginia Foss, Vincent S. German, Dan Harper, Angie Heimbigner, Jeffrey Hinners, Peter Hunn, Andy Johnson, Cliff Johnson, Jay Kassabian, Tomas A. Kuehn, Matilde Lavenant, William A. Leathers, Jeff Lennon, Brent Lloyd, Ed Mauser, Brendan McFadden,Tony Messina, Brett Park, Will Pereira,Thomas Powell,Robert Reich,William Ropp,Julianne Seeley, Glen Sharrar, Chi Sidener-Funk, Larry "Skip" Stevens, Jr., Stephen R. Titus, or any of them to execute and deliver in the name of and for and on behalf of this Corporation,any and all bids,bid bonds,contracts,contract bonds,change orders, liens and releases,and credit applications; FURTHER RESOLVED,that the Board of Directors have authorized and they do hereby authorize Virginia Foss, Louis Guitierrez, Angie Heimbigner, Gary Hoopengardner, Cindy James, Walter Johnson, Matilde Lavenant, Judith Leiby, Matthew Mudek, Nina Ochoa, Will Pereira, Lori Pulliam, Glen Sharrar, Chi Sidener-Funk, Theresa Zachery, Sandra Zarlengo, or any of them to execute and deliver in the name of and for and on behalf of this Corporation, any and all billings,credit applications and lien releases; FURTHER RESOLVED, that the Secretary or Assistant Secretary of the Corporation is hereby authorized and directed to execute a Certificate of Resolution certifying to the passage of these resolutions; FURTHER RESOLVED, that any and all persons, firms, corporations and other entities, including, without Iimiting effect, public entities, shall be entitled to rely on the authority of any one of the foregoing persons to bind this Corporation by the execution and the delivery of any such bids, bid bonds, contracts, contract bonds,change orders,liens and releases,billings and credit applications; 1 FURTHER RESOLVED,that the authority herein contained shall remain in effect until the persons, firm, corporation or other entity relying upon the authority herein contained receive written notice to the contrary and that all previous authorizations heretofore given with respect to the matters herein contained are revoked; provided, however, that this revocation shall not affect the validity of any instrument hereinabove referred to that was executed by any person or persons who at the time of such execution was duly authorized to act. [Signature page follows] 2 I WITNESS WHEREOF,the undersigned has executed this Certificate of Resolution on this day of January,2017. 4... • Tomas Kuehn 3 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 CGC1525297 SCC 131152027 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? General Contractor, Landscape, Hardscape 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. r QMiz Z)l5±/72- . Reir hitwQ,f,C- t� S+ fb 3,1OO,Cbo (J)) /- i ') 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. 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. See 0,-+f-ac.{ - A--3. 7 Re ✓ c� BID NO:2020-026-DF CITY OF MIAMI BEACH 57 A-3 #7 References Trade References for 2020-026-DF-Nobe Beachwalk Project: Faena District Beachwalk Gardiner and Theobald Luis Fabara l.fabara@gardinerusa.com 305-989-2117 Senior Project Manager (Hardscape, Landcape,Sitework, Electrical, and Irrigation for streetscape area of Beach walk) Project: Las Olas Beachwalk Renovation Vincent Collins Skanska Vincent.collins@skanska.com 954-605-7688 330 SW 2"d St,Ste 207 Fort Lauderdale, FL 33312 Senior Project Manager (Landscape, irrigation, pavers, decorative concrete for Las Olas Blvd and A1A intersection to include artificial turf lawn, seatwalls, planters,all walkways,and roadways) Miami World Center CDD/PIA David Echezarreta Coastal Construction David.echezarreta@coastaltishman.com 305-807-6924 Project Manager (Landscape and irrigation scope for all streetscape areas and common areas) 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� f. Percent(%) Completion to Date of Bid Submittal Sf',e G Tu Ci 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? lVYes ❑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: Brightview Landscape Development B. The business is a: ❑ Sole Proprietorship ❑ Partnership E'Corporation C. The address of principal place of business is: LI/55 . 014,b6kl/ lirzn ) 5363 - - -D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: Name Title Thomas Donnelly President John Feenan Vice President/Treasurer Thomas Powell Vice President/CFO Andy Johnson Vice President BID NO: 2020-026-DF CITY OF MIAMI BEACH 58 3 06 34014,ew Landman*Devoe,.9n.t,Is. Status of Contract,On fund Prjaaw Project Ower Contact Project 0awer 5,939,94 Mips Prom Or 446-44 9b Nan. Jeb 1%e City,Stab,2% Chat Name [:tent Contact Name Clam Phone ProjMQmw Kansa Nam. Phone Mcbe9t Naw 9 Description of Wort Contract Awwt Sub bb Type Sart Dade ... 1.0ae %Gewlab Las Oa 60011.814 Corridor sit*fumshrp,hardfup..one,a.urr.s, Imprwemenn(813156012110) Fort Lauderdale,FL 3331651oreI4.254 euilamy Inc V,ncant Collins Iii (954)9205167 [sty of Fort laudwdale Tam Goan (954)828-5937 8000,Inc (954)524-3330 landscape and Irrigation 986559.30 Sub Pudic 07/31/Il 01/01/21 9991% gland World Canter SHawo 9[DD 045564 MyrµFL 33132 Co.W/Tbhman,a lint Nampo Dared Edwamet. (305)5533900 MWC Anodat9,120 M01H91 Sia21k (561)5714010 klmle,Hom and Associates,Inc. 1305)613.1025 landscap,irrigation and hard4rap* 2,211136.03 Sub Pr323. 11/02/17 08/01/21 7763% Miami All Commercial Aaocutbn MMWC SY*wrt PM 1045111 Miam)FL 33132 Coastal/Tishman,aN,as Agent for David Es ranwa (3051559-4900 Noidmp,lit Mk0aal91919 17361556-7021 kiml*yHwn&A2ocates,Inc (941)318.7600 hnds.5pe.lanNupa and 10,1811 n 1,600,699.00 Sub Private 08/10/18 09/01/31 29.98% Las 01m.Oceanfront Plaza Proles 2315602-303 Fon Lauderdale,FL 33316 Stank.USA Building,Inc Vaant)Collins (954)605-7668 Cary of Fort Lauderdale Tom Groan (950)428.5931 10545 Inc (954)524-3330 landscape,irrigation and bard1cay9 4,556,401.03 Sub P5011 12/01/16 01101/21 10000% L9 019.Festival Strew Project 12315602403 Fonlaudordaa,FL 5331654m5a USABu44A din1nc Viacom Collins (954)605-703 City of Fort Lauderdale (954182.9937 1054.11%. (954)910-5167 and. m.Prignlon ar1Mrdsap. 1,189,910.00 Sub Pup1.19 ic 00/23/18 01/01/21 9 % OW-Sou)Intracoastal lot Pr:v.2313602-SM Fort Lauderdale FL 33316 Sl.r9ka USA Building,.Inc Vincent A,Collins (954)6041666 City of Fort 1.kidded 1. (954)822.5937 FOS&Inc. Mnbape irdhaton andhardaupa 1.087,649.03 Sub Public 11/01/18 02/01/21 100.00% SATE 1955 Collins Avenue Surhdc FL 33154 Ameri.ribe•Moriarty,10 Victor Pales (305)42-2185 40948955110 Loupe Rapannt (906)542.3546 C9Mo.Vlel Pann.n (646)881-4704 Mobcap end MSati,n 631,318.11 Sub Peva. 01/01/19 11/01/20 100.02% Flamini°Renwnion(Phase I) M1ml Beach,Fl 93139 3n.nrarib9,LIC Julien Mond. (905137453/3 MC2/C.)nnen Flemmlryo III,LLC 1.11.n Monfa (796)2454106 Stamm M4N.aiv*,inc. (3[6)481-6700 herdscape,landscape and irrigabon 772,903.30 Sub PIN*. 10/21/19 10/01/21 6933% 121 MIam1 L.P.1/S/1 RNorunding RMr Land/NS..6 Residences Marry,FL 33125 6a/four Salty CoMnelioN LLC loon Sizemore (953)5151329 Owviopwm LLC 1180n31amers landscape and hrigati. 1,157,031.35 Sub 31Nat9 06/14/19 03/01/11 93.13% Wenn Henry Automobiles Nor)Miami,7133161 Pirtle Construction Company Rodney Pent (954)7970410 Wain Henry ANowdlw,Inc. N/A /FS OMAn,Inc (954)47-1852 Iands0pe 0ndlmtnlon 966.541.00 Sub PMn. 10/01/19 99/01/21 10.00% Sunrim Mills MLD Umitod lurch. ,sit.furnishings,roc0wort, Sawgr.a Mills Mail Remveslon Sunrise FL33323 W4eing-Tumor COMn0lns Company David loMoon 1954)7760800 Partnmhlp N/A (N/A) Irn.n Thompson B Apodarw (5541039.6405 landsnpa and...MM. 4,975.26 Sub Priam* 07/15/79 09/01/11 10.53% Esplanade at Avamun Hardsnpe 6 U Aytrit6o FL 31160 VCG160 Wiliam Ruhr, (214)5744500 Seriag.Crown Properties Torry O.6 (313)359.7500 and0esipl Inc (813)2759216 landscape Irrigation and Ilanbcape 1,77.143.0 Sub Prwae 09/16/19 12/01/71 2.71% Highland Duns As.eclates'moiety Highland Dump Mammas Property Arden Ph 26 Pod CB lB Pod 8306 loeahatm9,FL 13470 LLC Dan Mdwmick (617)121.4400 LLC Dan McCormick (617(321-6403 Urban D9916n Rilday Studios 156113641100 Pdagslonrylt*ms and landreapa planting 1,691.785.65 Prime Private 08/30/83 12/01/31 99.71% The Placa at Coral Gables North /gave Plan Trustee LLC a trustee PercaI1045803 Con)Gabls,FL 33134 Co8ul/rbhman,a Joint Namur. David lianas (305)5593903 wider Land Trurt Number AP 2018 landsap and Irrigation 963480.53 Sub Pmnb 05/07/20 05/01/21 63.03% Northam Palm Beach County Northern Palm Beach County Arden Unn 5311 PM 617 anbatc..e,FL 33470 Improvement Distnkt Tim Helms (561)6241630 Irnprwannnt Dawn Tim HMOs (561)5147930 Liman 09gn 4ilday Stock's (561)3661306 landscape,1.18.ion and hards.5pe 336,086.69 Prime P1,bLc 05/11/20 11/01/21 76.5611 IM9r.d 16.01•Delay Beach lames Al wLandscape ndscape 11119018 Dalny Beach,FL 33434 Suffolk Construct.,Company,Inc. left ANnaab (X1)832-1616 Dairy,SL 0.116 Mark L.Marlow (UM) nhitaca (511)14-3036 landscape 6 ingatbn 46000000 Sob PnNne 01/01/20 0301/21 50.36% The Plata Coni Gables Rr 6 Soils t Agave Pau Trustee,LLC 9 mute* 045813 Coral Gables,FL 33134 Coatal/Tbhrnan,a Joint Ventura Dan Redngwa (305)5593900 undo,and Trot Numb./PP 2018 Cadce Beckmann Mahan Atkin)Associates,Inc (410)2353001 avbcam and Irrigation 108,83956 Sub Pdvste 08/1500 05/01/21 1711% Priv Fund/ DOM TecninA 9 N0,800360 Nan/FL 33132 Contra(CND Construction (305)8863344 Ha Construction Corp.,Ltd (305)43643M soh peammnw 27,005.03 Sob Pub Land 06/30/10 01/01/21 94.45% Oval Sanctuary Paw Installation 1219034 Dont,FL 33178 Suffolk Construction Company,Inc. 1981.5 Chen 1561)132-1616 Sanctuary at Oon(,1LC Masud Shoji... Arch0wtunl ARlance (954)164-458 h1NFnpa 42,793.41 Sub Private 08/11/20 12/01/11 30000% arida imomadw.l uniwrelty FIU Pastel*.Hos1n/Photo Mimi,Fl 33199 Mop 6 Ass04at9,LLC (305)3814471 Board of Trolley (305)348.6495 3.1111113 8 WI II (404)45.7023 411,718.41 SW Pub6a 02/10/23 11/01/21 0601/ Lunt.Temr(404) Miami.FL 33132 Co9uLfbhman,a loin Venture (305)559-4160 214634.0 Orn.)Lit Architectural Alliance (954)7648658 harde.5oa.andsnpe ardilrigatIOn 241250.03 Sib Priv8. 10/14/20 0671/21 07016 MWC 410,10-0*48 Improvements (109-5919) Wand,FL 33132 Coaatal/rbhman,a bin(Venture MWC Gara994090 Art6Mctuni Alliance l.rdacap.,landscape and Int:aion 20,159.W Sub Privets) 10/21/20 05/01/21 MWC B)o61-1tnati Improvements (409-5914) Mian.,FL 31132 Coastal/Tishman.*MOP Vwnun MWC Recall N,140 Arth0Munl Alliance herdaap.Landscape and Irrigation 20,159.03 Sub Private 10/21/20 06/01/21 Pas.8 ora A-3 E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. None F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. None G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5)years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). None H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five(5)years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. None 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:2020-026-OF CITY OF MIAMI BEACH 59 A-3 J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five(5)years? If yes, please provide details. None K. Under what conditions does the Bidder request Change Orders? We bid per plans and specifications at the time of contract. If there are changes that deviate from the contracted plans and specifications it may involve a price change 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. Nnite, 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 6dNo O. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? DYes 6dNo If the answer to either number N or 0 is yes, attach a written detailed explanation. BID NO: 2020-026-OF CITY OF MIAMI BEACH 60 A-3 •• - • . - . •- -.••: -- a _ !!-, - -• -_ •• •• !. _.. - Veteran-owned Business? ❑Yes El 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. -- -- - ..... - - --• - - • -- ••- .•: . ' - . -ropeser-shall • • • • - - -. • --- •-• ---.- -- --- . . • - - ! - !. 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:2020-026-DF CITY OF MIAMI BEACH MAGI 61 A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name of Firm Print Name Address Title: CONTINUED ON FOLLOWING PAGE IF CORPORA 0 1,49 &/ h1s'/eW / d e �/d tem61(. a Print Name of Corporatioh P nt :me Address Title: 33o 3 WITNESS: Signature Aleff-11 // Print Name Title: 4 rs 1.4(.' [3a,E.•/ x.4,4 du_ (CORPORATE SEAL) Attest: , ecretary BID NO:2020-026-DF CITY OF MIAMI BEACH 62 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this /6,16 day of 1 'ie/4jb-Py' , 20. 41 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. 2020-026-DF. ,0111# SIGFiAT 1 / PRINTED NAME Brightview Landscape Development lie TITLE(IF CORPORATION) BID NO: 2020-026-OF CITY OF MIAMI BEACH 63 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the 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: 2020-026-DF CITY OF MIAMI BEACH 64 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION / 7:40( (Bidd--r Signature) Yrh/V1� arcz, 1 �7pi t (Print Vendor Name) /ttc- STATE OF FL6/2/ COUNTY OF YY7/ern The foregoing instrument was acknowledged before me this 17, day of /JPI'-E'lo?APe` , 20 Z(}, byy��?Y�SYt as 1 (name of person whose si+nature is being notarized) Oa-PM-Pic/en-6- (title) of r s /r �:tr 41 . L,. ,_ , (name of corporation/company) Cnown to to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PU: /r.Tm/1e,-c1t/�-6SAW (Print Name) My commission expires: ,)- "' Notary Public Stats of Florida Jennifer Jaikissoon �'- My Commission GG 207016 pr Af Exptrss 041212022 BID NO: 2020-026-DF CITY OF MIAMI BEACH 65 A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide"Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of"Benefits"defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The"Benefits"defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-XXX of the City Code]. Notwithstanding the definition of"Benefits"in the Ordinance,to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A"Domestic Partner"shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over$100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract(covered by the Ordinance). BID NO:2020-026-OF CITY OF MIAMI BEACH 66 A-6 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; • The City contract is valued at less than $100,000; • The contractor has less than 51 employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; • Contracts for professional A/E, landscape A/E, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; • Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; BID NO: 2020-026-OF CITY OF MIAMI BEACH 67 A-6 • 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:2020-026-DF CITY OF MIAMI BEACH 68 A-6 DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: Brightview Landscape Development INC. Name of Company Contact Person: Jennifer Jaikissoon Phone Number: 305-258-8011 Fax Number: 305-258-0809 E-mail.jennifer.jaikissoon@Ibrightview.com Vendor Number(if known): Federal ID or Social Security Number: -15 - /-7,D `/E3 Approximate Number of Employees in the U.S.: 22,000+ (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 Li Sex (Yes_No Color 'Yes_No 0 Sexual Orientation `,(Yes_No 0 Creed (Yes_No 0 Gender Identity(transgender status) VYes_No 0 Religion (Yes_No 0 Domestic partner status `[Yes_No 0 National origin VYes_No CJ Marital status Yes_No 0 Ancestry vYes_No 0 Disability N./Yes_No u Age "(Yes_No ❑AIDS/HIV status `,(Yes_No Height 'Yes_No 0 Weight JYes_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:2020-026-OF CITY OF MIAMI BEACH 69 A-6 Question 2.Nondiscrimination-Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over $100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? V 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? V 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. Firm Provides Firm Provides BENEFIT for Employees for Employees Firm does not with Spouses with Domestic Provide Benefit Partners Health V V Sick Leave V V Family Medical V Leave V Bereavement Leave V V If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: www.miamibeachfl.qov/procurement/ BID NO: 2020-026-OF CITY OF MIAMI BEACH 70 A-6 Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C.Wthout 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 b") • .y of !/.� ,in the year c2t ,at iinile5 , !: �1 > l l�41t1w�/ yip S na ur> `,- Mailing Address Ja.)/ (CM ihn9. lead Name ofS' natory City,State,Zip Code VicPSPf)de Title BID NO: 2020-026-OF CITY OF MIAMI BEACH 71 A-6 MIAMI B 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. Brightview Landscape Development lliss .17/0kI L(/ •D✓ Name of Compy please print) Mailing Address of Company 1� ,4--/ 1 8ignatr�t City,State,Zip Ali ncm ( 3/3) (02-i3 -g i i(r2 Name of Signatory(please print) Telephone Number V t u. P_est 1. e444- 13-' i ti/ca-D - Title Date BID NO: 2020-026-DF CITY OF MIAMI BEACH 72 A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits.A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor; and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B.Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner (or spouse, if applicable)in lieu of providing Benefits to the employees'Domestic partner(or spouse, if applicable).The Cash Equivalent is equal to the 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:2020-026-OF CITY OF MIAMI BEACH 73 A-6 MIAMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply.Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Department evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be available: i?c Reason for Delay: \\* Description of efforts being undertaken to end discrimination in benefits: BID NO: 2020-026-DF CITY OF MIAMI BEACH 74 A-6 B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure.The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months.An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: N' '' If requesting extension beyond thre o t s, 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:2020-026-DF CITY OF MIAMI BEACH 75 A-6 I declare(or certify)under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct,and that I am authorized to bind this entity contractually. I • > .' A A' ; op,1W7/ 4Acc rn i/kJ h n1 thzd1 Name •f Company, ase p t) c Mailing Address of C mpany 33033 Sig atu ' City,State,Zip d4 16� (213) (928-S lI co Name of gnatory(please print) Telephone Number Vt c¢ PY2e 12-1/(4262,6 Title Date Balance of Page Intentionally Left Blank BID NO:2020-026-DF CITY OF MIAMI BEACH + CH 76 A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Total $ .M. Name o Bfhde A t o '�=trBignature of Bidder BID NO: 2020-026-DF CITY OF MIAMI BEACH 77 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 /Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] Balance of Page intentionally Left Blank BID NO:2020-026-DF CITY OF MIAMI BEACH 78 A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. Percentage Material Used of Recycled Content \\!\.: BID NO:2020-026-DF CITY OF MIAMI BEACH 79 £Ystz� A-9 INVITATION TO BID (ITB) No. 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK (FROM 79TH TO 87TH ST) FM#440841-1-58-01 SUB-CONTRACTORS PROVIDING SERVICES TO THIS PROJECT Name of Subcontractor Work to be completed % of Work to be performed (Telephone and fax no.) ,l� A . 2f0 6/6 Name: So ca h Re1cd L e.r1L SIM Tel: '1 (8 ? Fax: 9,D S ?AO ' t+e Name: Rzuyi-ret, 3tAzt k--/ 1O°/1), Tel: (2)05), S61-78S-3 Fax: (-3dSr)dS/- bI9 Name: Tel: Fax: Name: Tel: Fax: Name: Tel: Fax: Name: Tel: Fax: (Attach additional forms if necessary) BID NO:2020-026-DF CITY OF MIAMI BEACH 80 A-10 rp STATEMENT OF COMPLIANCE: DAVIS BACON ACT No. -1)/- Contract )tContract No. p -04E4-0541 -i-s -D f Project Title /1/d/LJy 8&4.h pceaflf/o'e /24L . /. ( i ,a1 : /-/ 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 pec. l, , 20 & 40/pin ' heu ,fiptwin//mac. (�}Ytr, for l By: / rj s � .._ 7 �i"natur ) By: l 'c� ftWi ke 1 STATE OF 06g-IM ) (Print Name and Title) COUNTY O1(lW(��ft�E ) SS FY The foregoing instrument was acknowledged before me this(7,2 day of 34 ____-- 201.b by SteY1 who is personally known too M or who has 5roduced as identification and who did/did not take an oath. WITNESS my hand and official seal, this j(j1 .. 'of`i ceK , 20 I (NOTARY SEAL) (Signatur-.�, r,/I ,, along acknowledgment) 1 4J •4._ Notary Public state of Florida �� Jennifer Jaikisawon �1 1„n m -(� /-( 4mI ► • MypCrcmmaon207016 (Name of officer taking acknowledgment) (typed, printed or stamped) fyS (Title or ra k) (Serial number, if any) My commission expires: 604,122_ BID NO:2020-026-DF CITY OF MIAMI BEACH 81 A-10 ADDITIONAL ARTICLES: Federal Grant Projects 1. By virtue of the fact that the funding of this Project will be delivered in full or in part from the United States government through the Department of Housing and Urban Development, federal assurances must follow the grant application in addition to any and all supervening assurances set forth in Rules and Regulations published in Federal Register or CFR. 2. Clauses, terms or conditions required by federal grantor agency are hereby attached and made a part of this appendix. Balance of Page Intentionally Left Blank BID NO:2020-026-DF CITY OF MIAMI BEACH 82 A-11 Solicitation No: Solicitation Title: 2020-026-DF North Beach Oceanside Park Beachwalk(From 79th to 87th ST) FM#440841-1-58-01 Procurement Contact: Tel: Email: Kristy Bada (305)673-7490 kristybada(�miamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements,and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated.This Statement of Qualifications Certification,Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Brightview Landscape Development INC, No of Years in Business: No of Years in Business Locally: No of Employees: 60 years 30 22,000+ OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: ValleyCrest FIRM PRIMARY ADDRESS(HEADQUARTERS): 27001 Agoura Road, Ste 350 CITY: Calabasas STATE: ZIP CODE: California 91301 TELEPHONE NO.: (6 _1 3 -- TOLL FREE NO.: L�[1 FAX NO.: FIRM LOCAL ADDRESS: 4155 E Mowry Drive CITY: Homestead STATE: Florida ZIP CODE: 33033 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Ariel Caballero ACCOUNT REP TELEPHONE NO.: 305-258-8011 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: ariel.caballero brightview.com FEDERAL TAX IDENTIFICATION NO.: 95-1590418 The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. BID NO:2020-026-DF CITY OF MIAMI BEACH 83 1. A-11 Y ME. .• :,: . . . . .. .• . .•.. ... • . . . . .... .• . . - 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT:Proposers must disclose the name(s)of any officer,director,agent,or immediate family member(spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer 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: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title, 3)Address,4)Telephone, 5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? YES V- NO SUBMITTAL REQUIREMENT:If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has 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. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest,lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. BID NO:2020-026-DF CITY OF MIAMI BEACH 84 A-11 7. • -•• • . . .: ' .. :•••. ::. ...: : .. ...• .. . #Burly-lMn g wage-rates-listed below P.-.. .. ... - . . . • . . . . . . .. ._ •. - .. . . .. ... , ...- is-avaflable-at • .:: : :.. emont/. .. .. ._ 8. 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 proposals, 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. D. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? V YES NO E. 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? v YES NO F. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health ,� v Sick Leave V V Family Medical Leave V V Bereavement Leave , v 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 BID NO:2020-026-OF CITY OF MIAMI BEACH 85 A-11 decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal,proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 10. 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. 11. tte • .. a .t...•.: ; • P• . . . t !. 12. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, https://prod.bidsync.com/Miami-Beach.However,Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Recei(it Receipt Receipt _ Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If aa¢Itional confirmation of addendum is required,submit under separate cover. BID NO: 2020-026-DF CITY OF MIAMI BEACH 86 A-11 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience.Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City, with prior concurrence by Florida Department of Transportation. The Florida Department of Transportation specifically reserves the right to review the qualifications of any consultant or contractor to approve or disapprove the employment of such consultant or contractor In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest.In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances,including financial and disclosure data,relating to the Statement of Qualifications and the applicant including,without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto,are approved and executed by the parties,and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes,until the date and time selected for opening the responses.At that time,all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto,or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. BID NO: 2020-026-DF CITY OF MIAMI BEACH 87 A-11 In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. PROPOSER CERTIFICATION I hereby certify that:I,as an authorized agent of the Proposer,am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto,and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal;proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses,data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorizgd Representative: .Pi'eSttf Signature of er VCS. th Representative: Date: j • !4-`1/0/ BID NO:2020-026-DF CITY OF MIAMI BEACH 88 North Beach Oceanside Park Beachwalk (From 79th to 87th st) FM #440841-01-58-01 Bid #2020-025-DF Tab 2: Minimum Qualifications and Submittal Requirements Appendix B kff BrightVie Landscape Development BID BOND BRIGHTVIEW LANDSCAPE DEVELOPMENT, INC. KNOW ALL MEN BY THESE PRESENTS,that we, as Principal, hereinafter referred to as Contractor,and LIBERTY Munlnt INSURANCE COMPANY as Surety,are held and firmly bound unto the City of Miami Beach,Florida, as a municipal corporation of the State of Florida,hereinafter called the City, in the sum of five percent(5%)of the Contractor's Base Bid amount of$ 5%of Base Bid Amount lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor,materials,equipment,machinery,tools,apparatus,means of transportation for,and the performance of the Work covered in the Bid Documents which include the Project Manual,the detailed Plans and Specifications,and any Addenda thereto,for the following solicitation Bid No 2020-026-DF Title North Beach Oceanside Park Beachwalk(From 79th to 87th St)FM#440841-1-58-01 WHEREAS,it was a condition precedent to the submission of said Bid that a cashiers check,certified check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a guarantee that the Contractor would,if awarded the Contract,enter into a written Contract with the City for the performance of said Contract,within ten(10)consecutive calendar days after notice having been given of the Award of the Contract I NOW, THEREFORE, THE CONDITION OF THIS OBUGAT1ON IS SUCH, that if the Contractor within ten (10)consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds,satisfactory to the City,each in an amount equal to one hundred percent(100%)of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void;otherwise the sum herein stated shall be due and payable to the City of North Miami and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America,as liquidated damages for failure thereof of said Contractor IN WITNESS WHEREOF,the said Pnncipal and the said Surety have duly executed this bond the 22nd day of October ,20 20 ATTEST: PRINCIPAL: BRIGHTVIEW LANDSCAPEj1EVELOPMENT, INC. (Contr. Name) Sktruature Signature// Print Name r, nn7T' >' � TAS Tido reit' le r/ C SIGN» B , DENT . r A AG SURETY: OF tt i% ft1 Y LIBERTY MUTUAL INSURANCE COMPANY Signature- (Surety Name) Claudette Alexander f rtt_Florida ResidentAgertt Donna Garcia,Attorne -In-Fact Print Name , -/C act(P' - ..) _. A- Sag - (CORPOlATE SEAL) (Power of Attorney must be attached) BID NO:2020-026-DF CITY OF MIAMI BEACH ` r'''BEACH 56 :v, CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles OCT 2 2 2020 On before me, Ethan Spector,Notary Public, personally appeared Donna Garcia who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)is/afe subscribed to the within instrument and acknowledged to me that he/she/tom executed the same in his/her/tom authorized capacity(ies), and that by-his/her/fir signatures)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. z ETHAN SPECTOR WITNESS myhand and official seal. j NotaryPubiic Caii,ornia �.�• > S. Los Angeles County :;%...- ,2,t+ Commission r 23:8417 °<<i os My Comm,Expires Oct 11,2023 Signature g> Signature of Notary Public do- This Power of Attorney limits the acts of those named herein,and they have no authority to • r�t bind the Company except in the manner and to the extent herein stated. '' ` e, Li berg tt Mutual Liberty Mutual Insurance Company 1� , i Ylu lual The Ohio Casualty Insurance Company Certificate No 8198054-024029 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, B.Aleman, Tracy Aston,Thomas Branigan.Lisa K.Crail,Ashraf Elmasry,Samantha Fazzini,Donna Garcia,Simone Gerhard,April Martinez.Rosa E.Rivas,Paul Rodriguez, Edward C.Spector,Marina Tapia,Nathan Vamold,KD Wapato all of the city of Los Angeles state of California each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of November , 2018 . Liberty Mutual Insurance Company P�"tNSUp P�jviNNSU , tMSURq The Ohio Casualty Insurance Company J J c0e'°1 +•Rt cJ cPRPORy,.'eq� /GP'jz`oaPOR4T +. West American Insurance Company m ce Fe mco F 1912 c' 0 1919 , IE 1991 0 �// N d▪�9s1912�'fi pa31 O � �e Q 3 j Vr NA MP`> b Y NM/kW' b !� ca) N 9j) * yd dyl * pc' SsM . pc' By: E David M.Carey,Assistant Secretary IP. State of PENNSYLVANIA u rn County of MONTGOMERY ss co -) N On this 28th day of November , 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 3 m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes= u > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Ico o w E B 1 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. a o- In ,,r` r'4s2- o o� O f(, o„,„ �` COMMONWEALTH OF PENNSYLVANIA 47-04 ''' '' Notarial Seal U CF Teresa Paslella,Notary Public (j/J-1.44/,,t) /^, ) �Q tj ,Ci O 5 Upper Merlon Twp.,Montgomery County By: Il{-�t-(-��, m - fD uI› ... C'\p�� My Commission Expves March 28 2021 eresa Pastella,Notary Public o m Qy Member,Pennsylvania Association of NOlanes d O C C,) ,-,!,'..7 __.- to o 3'0) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual �' 5.t Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o w mar - a) ARTICLE W-OFFICERS:Section 12.Power of Attorney. 2 cu Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President.and subject to such limitation as the Chairman or the 3 > President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o o o c any and all undertakings,bonds,recognizances and other surety obligations Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall 2g; - 1c have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation When so executed,such "-'cO r. u instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the cr i provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. c°, ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. 0 Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,t— shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fad as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of OCT 2 2i?�-( C T 2Q?� L 1NSU� ,ZV !NSU N 4NSURq ,..S1'`oPPORgT 4...„J''''GdaPORgJ�'L VP vOta9 1, yn .. Fo'ti, Q $. Fo Cl p . Fo m \ 91 ,)0 919 , 1991 n OBy:''g0N5S`adb °�,CHAMPS ayb3 .'s,, N MO. .Ab Renee C.Llewellyn,Assistant Secretary t Hl . * M ,, > LMS-12873 LMIC OCIC WAIC Multi Co 052018 BRIGHTVIEW LANDSCAPE DEVELOPMENT,INC. CERTIFICATE OF RESOLUTION I, Tomas Kuehn, Secretary of BRIGHTVIEW LANDSCAPE DEVELOPMENT, INC., a California corporation (the"Corporation"),also doing business as BrightView Design Group for architectural work, do hereby certify that on November 7, 2016, the following resolutions were adopted by unanimous written consent of the Board of Directors of the Corporation, in accordance with Article III, Section 3.11 of the Bylaws of the Corporation and that said resolutions have not been rescinded,amended or modified: Authorization to Execute Documents RESOLVED, that the Board of Directors have authorized and they do hereby authorize Joy Bigley, Sean Brosnan, Richard P. Bruttig, Kurt Buxton, Mark Carlos, Po Chen, Brian Chestnut, Ron Claassen, Thomas C. Donnelly, Kelly F. Duke, Matt Fisher, Virginia Foss, Vincent S. Germann, Dan Harper, Angie Heimbigner, Jeffrey Hinners, Peter Hunn, Andy Johnson, Cliff Johnson, Jay Kassabian, Tomas A. Kuehn, Matilde Lavenant, William A. Leathers, Jeff Lennon, Brent Lloyd, Ed Mauser, Brendan McFadden, Tony Messina, Brett Park, Will Pereira,Thomas Powell,Robert Reich, William Ropp,Julianne Seeley, Glen Sharrar, Chi Sidener-Funk, Larry "Skip" Stevens, Jr., Stephen R. Titus, or any of them to execute and deliver in the name of and for and on behalf of this Corporation,any and all bids, bid bonds,contracts, contract bonds, change orders, liens and releases,and credit applications; FURTHER RESOLVED,that the Board of Directors have authorized and they do hereby authorize Virginia Foss, Louis Guitierrez, Angie Heimbigner, Gary Hoopengardner, Cindy James, Walter Johnson, Matilde Lavenant, Judith Leiby, Matthew Mudek, Nina Ochoa, Will Pereira, Lori Pulliam, Glen Sharrar, Chi Sidener-Funk, Theresa Zachery, Sandra Zarlengo, or any of them to execute and deliver in the name of and for and on behalf of this Corporation, any and all billings,credit applications and lien releases; FURTHER RESOLVED, that the Secretary or Assistant Secretary of the Corporation is hereby authorized and directed to execute a Certificate of Resolution certifying to the passage of these resolutions; FURTHER RESOLVED, that any and all persons, firms, corporations and other entities, including, without limiting effect, public entities, shall be entitled to rely on the authority of any one of the foregoing persons to bind this Corporation by the execution and the delivery of any such bids, bid bonds, contracts, contract bonds,change orders,liens and releases,billings and credit applications; 1 FURTHER RESOLVED,that the authority herein contained shall remain in effect until the persons, firm, corporation or other entity relying upon the authority herein contained receive written notice to the contrary and that all previous authorizations heretofore given with respect to the matters herein contained are revoked; provided, however, that this revocation shall not affect the validity of any instrument hereinabove referred to that was executed by any person or persons who at the time of such execution was duly authorized to act. [Signature page follows] 2 I WITNESS WHEREOF, the undersigned has executed this Certificate of Resolution on this day of January, 2017. ell r Tomas Kuehn 3 , • Ron DeSantis, Governor Halsey Beshears,Secretary -*,--- ,„..---.0,1, do /:_rr - ,:,,...,_7 ..0 .,----.b.1 } (' g: STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 1 '1 1 CONSTRUCTIOR 1-L ENSING BOARD THE IRRIGATION SPECIAL ' '.I,t , ' 0 = •: , CERTIFIED UNDER THE I.•• •• , TUTESPROVISI� S fk •i i "`"r• i i • .^%L'4.�7: JJ : t• ibi $ s n `'-S�''� Vft,-- •, i £�h • i • :.,:. T - BRIGHTVIEW LANDSCAPE DEVELOPMENT, DEVEL 'M NT, IM, C. I 1. - ` ";-. 5326 CR 5 ` 'SEFFNERs _ F 33584 * i�. l i� ~ww ..r ti' '."•.. i I �r r 4•41.7.• :if '� af. LICE % . 't`: : SCC131 '' 2027 ! ; EXPIRATION DATE: AUGUST 31, 2022 , Always verify licenses online at MyFloridaLicense.com CIL.;'.1.1.4:: • G . IfJT,4. ,• ''• Do not alter this document in any form. • :a...'51r717,.-,: 31•.o . This is your license. It is unlawful for anyone other than the licensee to use this document. 0 1 I .0V- ;,;::-- Ron DeSantis,Governor Halsey Beshears,Secretary FI rich , i.,-,;.„._ .,..,„.,.... d , g riky"': ' , rii . _-� STATE OF FLORIDA1 °` DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTIO .. > $ R,, * ENSING BOARD THE GENERAL CO TRACTOie llrit R HEREIN $ C r'%... ED UNDER THE PROVISI• . S ADE-CHAPTER 489, R ;a .t. ' ATUTES I 1i . i ' ' ' "' r _ t 3 a ' , a ' a` BR!GHTVIEW LANDSCAPE DEVELOPMENT. INC. 4 ,. 5326 CR 579 ,,` 1 '. � SEFFNE , L 335 * 44 i.o.114 S • fa 44.,,' "41, sY�'. ♦ M ' , i I LICENS UME ert, 297 ` € EXPIRATION DATE: AUGUST 31, 2022 Always verify licenses online at MyFloridaLicense.com DI ; � ! 1 + 4�;.720 Do not alter this document in any form. g OPrcr 'i ;c . This is your license. It is unlawful for anyone other than the licensee to use this document.t. I B #3 Previous Experience Trade References for 2020-026-DF-Nobe Beachwalk Project: Faena District Beachwalk Gardiner and Theobald Luis Fabara (Senior Project Manager) 420 Lincoln Rd#349 Miami Beach, FL 33139 305-989-2117 l.fabara@gardinerusa.com (Hardscape, Landcape, Sitework, Electrical,and Irrigation for streetscape area of Beach walk) ($3,987,598.70) Completion Date: 11/30/2017 Project: Las Olas Beachwalk Renovation Skanska Vincent Collins(Senior Project Manager) 330 SW 2nd St, Ste 207 Fort Lauderdale, FL 33312 954-605-7688 Vincent.collins@skanska.com (Landscape, irrigation, pavers,decorative concrete for Las Olas Blvd and A1A intersection to include artificial turf lawn, seatwalls, planters,all walkways,and roadways) ($7,115,000) Completion Date: 03/15/2020 The One Hotel South Beach Beachwalk Plaza Construction Robert Lalle(Senior Estimator) 120 NE 27th St Miami, FL 33137 786-693-8700 rlalle@plazaconstruction.com ($2,298,876.09) Completion Date: 10/30/2016 1,I/MM.00 landscape D3.elopmerd,Inc Open&Closed Jobs 01/01/2013-09/30/2020 All Manche.&Derign 51,141.. Pro{M Owner Contact Inject 000.6 Am.Mrt Pheru EMS CentresF1ma Or Mb Nam. lob She City,Scab,0. Client Nam. Chant Ceetect me NaChM Iheee 1 Pm..Pm..Owner Nance Nemo PMM 1 N Architect None AJ01*Contact Name R Description 41 Werk VP. Sob Closed Dab Sheridan Village Pembroke Pines,FL 33024 Altman Contractors,Inc. Mart Brakev7N (561)9974661 Allis at Sheridan Vlllya,tIC Jacob Ella (561)997-8661 WRlln Hub Design Group Not Available 1954)923-9661 IrrlgatOn and landscape Petting 885,515.00 Sub 02/28/15 Mlal801 Park Flamingo Casln.Ph 1A Hialeah,FL93010 LIMO Connection Group,Inc. later Challenger 13051663.9526 01.1017 Park Construction,LLC And,*Lavin (305)665-9826 Raymond lunges,Ito. Not Available (305)358-6717 lm,atIoT aha land.4ping 1,043.212.00 Sub 03/31/24 City of Hollywood,Commune) Side Stn.StnaIuoes Plus*11 Hollywood,FL 33019 Burkhardt Connmctlun,Inc. Man Pahl. (561)659-1400 Redevelopment Agency Susan Goldberg (954)921.3900 landscaping and tree relocation 45,510.48 Sub 12/31/13 kaleml Send Mua.urn Plaza Wenn.F133132 Suffolk Conerunbn Company,Ito. SMNn Johnson (561)132-1616 Museum of Schnee,Inc. GRian Thomas (305)3753000 lames Corner Field Operations Not Available (WI)4361450 and:Lace and irrigation 275,509.69 Sub 06/30/15 Iroward Mal-Regie Cbema- 5kework Plantation,FL 33368 G.nrdl Construction,Inc. /hililp Grardl (613)246.4341 9ruwate Mall,LLC lob Kespenkl (910)445-2429 CPO Engl0..,s,Inc. NM Ausgabe 1407)322.6841 landscape and l rrigallon 253,020.00 Sub 10/31/16 Ponce 6 Bird Mlami DwelgpmenL MquhMonito 100.matlonal Ponce&8170 Miami,F133146 CB Construtt0n,Inc. Goran Uust1M (954)977-4211 JLC Not Available (905)441.7811 COrpor.lon(GEO) Not Avahbla (3051372-1612 11050100.1nO4pin4 and trim relocation 160,822.00 Sub 04/30/15 FOOT P4N94 landsraping ft.l udonta1,.0133301 W.I1.y Asphalt PFMn6,inc. 300 Brinkman (954)6161005 F007 Dien,4 (954)777..620 Coteur 6 Hearing (5111 7474336 Iandsu0 and lrrl5rtlon 3,987,598.70 Sub 06/31/17 John Moriarty B 440001.00 of Miami Art Museum of Oade County Aru9ectoniu intom01onal MAM/MSM Mdwm Drive Miami,F133132 Florida.Inc Robert Nordin, (305)350-3888 Association Inc Not Available (305)375-1734 001001at1on(GEO) (305)372-1612 landscape and irrigation 96,873.20 Sub 06/30/15 Ok.KMb.e Blvd(50.704)Wet of West Palm Meek Fl AE00M landscape Architecture 6 195 to Tamarind Ave Pro)813721031 33402 City of Wart Palm Beach CPM lames (561)822-2100 City of Wert Palm Beach Miranda Beadles (561)822-2103 Planning Not Available 1407)143.6552 Irrigationaystama aha landscape planting 966,351.63 Prim. 02/28/15 Costal Construction of Miami Dade Miami Beach Edition 3065141 Mian)Beath,F139140 County,Inc Inc Cohn 1305)559-4900 Swill*Acquehbns,JLC Lynn Elliott (305)695-7744 E014,0c Not Available (954)524.3330 Ian...and Irrigation 2.231,777.00 Sub 03/31/10 6130393 50mm.nin Road Landscape Project from Boy Sunt Board of County Comm64onan,L. Board of County Commits/Gurs,Lae Intgat07 systems,Isn4s0p.p1a01ng..n45 Dries to Lyprea t FL Myers,FL33302 County,Florida lea Crone (239)533-5875 County,Fonda Imo Cru0 (239)533.5475 Ouade Pro4Mbm,Ito. Not Ava11ab1. (239)3901336 Wer malnenanc. 805,309.07 1M 05/31/20 NonhwM M.d Qr ED Additions- landscape.imgation,tree protection,tree Ranovatlem Margate,FL33064 Brasfield l Gone,LIC Ryan WhltOba (407)562.4500 Northwest Medlin Canter Mark Radar (954)9740400 Klmlay-Mont and Aswclat0.Inc. Not Availa618 (850)837.0673 relounon,mabtenanu 162.04500 Sub 03/31/16 Coy of Coconut Creek/gid 80847.13- 11.FM 4425537.1-SO.Olnyons 94 Median Coconut Crook,FL 33063 Weekly Asphalt Paving,Inc. Bob Brinkman (954)6861005 CM Of Coconut Crook Brian Roman (954)9794760 8.101,8 Sch0.,, Not Avaleble (954)776-1616 endsupa,irrigation,anti malne.nta 999.012.011 Sub 09/30/15 TM Parry Beach Hotel 8, Pawns,fencing,electrical,landaupe,imitation Condominium R.Hdenca. Warn)1eesh,FL 33130 Plaza 003011110,011 Gaup Florid.,LLC Robert La/le (786)472.3062 2377 Collins ReO0,L.P. to Gable (714)6931752 8034,1.0. Not Available (954)5243330 and*bug. 2,298,87609 Sub 10/31/17 Argl0MOnifa Inemation.l ethane.horizontal cone.,landscape and 1011,1 ChyCa00re•EPO Building Miami FL 33191 Ainer1476e-Moriarty,.0/ 0umbMo Laos (305)8423185 /nckNChyCentre Pro).O LLC Jot(Benson (305)311-1234 Corporation(G40) Not Available 1305)372.1112 lln.atlon 1609700 Sub 04/30/15 Coastal Construction of South Florida Inc.dbe Coastal 1011006 Oona Planting 3u7eloe,F133154 Condominiums Mike Vahnus (305)559.4900 SC Trust,LIC Bill Thompson (727)871-3939 EDS..Mc. (951)5243330 landscape 136,984.00 Sub 05/31/17 CUM.1 Construction of Munroe.Inc Craig Reynolds Landau. Faro/Janco Resort and yacht OHS Marathon,FL 33050 dbe Co•nsl Construction Company 19r.ny MOah. 1305)55}4900 sus.Ltd. Not Available 1505)449-5900 Architecture (305)292.7263 ISMuspa and Irrigation 504,776.00 Sub 03/31/16 All Abroad Florida Ft.lauder4ale.F133307 All Aboard Florida Operations 110 Matthew W.BB I.6ation.ael .rotMloN tree (305)526IIU MI Flor6a Operations LIC Matthew Webb 1305)5262114 Craven Thomponl As.nat.e (954)739-6400 b0.utteios ardendsndtupe planpng :00.5:700 Prime 11/30/15 brave at Grand Bay Coenut Grove,1133193 Facchlna Construction of Florida,LLC Mantle,Rowe (305)341.4900 Torn Grove Communities.110 David Merlin (905)4164556 Raymondlunglu,130. Na Av,1eble (305)859-6777 hardtops,Iandsupe andlrrlgation 1,760,171,52 Sub 05/31/16 /spat Health Carer Inset.* MIemLL Fl 33176 TM Robins 1 Merton Group Ron Bow. (407)9147235 Baptist Heakh SOdh Florida,Ito. Thoma Tulbch (786)5962919 Geomsnt4 Designs.Inc. Not Available (305)665-9641 tree potewbn and nbutbn 138,715.12 Sub 12/31/17 50Nenp01 Omen.at the Promenade si.0rNahbp,paver,lan4.up1 and at Coconut Crook 43304 Coconut Curb,F133073 MOS,Censtruct6n,LLC Erik Oxford 1205)503.2121 Cameos Coconut Creek.110 Kan Adams (813)3.-5313 Architectural 0111anc3 Not Avolabe (954)7641156 Irrigation 421,656.00 Sub 11/30/15 Ar9uBecionl4 lmernanoW 8916,11CltyC.Mr.-Wee Block Miami,Ft33136 Amerlurlb.Moriarty,IV Orvid Fallows (305)842.2185 801181100503ntre Pm1M 110 Gross Toleid (305)311-1234 Corporation(GEO) Not Avallabe (305)3724812 landscape and inigatl0, 1,301.882.00 Sub 01/31/18 Arca....Ica Im.matl0nal 5.3111 CItyC.Mre North Block Miami,ft 31130 Mn3ncarle•Moe.,JV David Follows (305)842-2145 930696 CIty0.mre Project LLC Gregg Told (305)381-1134 Corporation Not 60.11 de (305)372.1111 landscape and irrigation 969,EJ00,00 Sub 01/31/16 en.site fu *Mnp,landscape ce Sany 1.chwap aM Miami Bch,F133140 The Fame Group Tony Pa (706)5402860 3201 Notes,LIC Sergio MIN* (706)540m 2060 Rayondlunges.inc. Net Aya1la0. (305)934.6777 tonere*, irrigation m n 3.923,746.00 Prime 12/31/19 Sieger Sue..Architeciunl phi at Island Estates Auentun,F153160 Suffolk Construction Company.Inc. ;ores Oro610 (561)212.3000 Pr040evoio0.rt,LLC Gary Cohen (866)811-3759 Partnership Not4,31.03. (305)274-2702 tree relocation,landscape.7407lptbn cob 9.0 et Health Canes Institute 29699 Miami,FL33176 The Rob101 Morton Group Ron Bowes (407)9167235 Imp.Health South Fb0da.inc. Thoma Tdben (716)596.2319 0.00antle Dadgns,Inc. Not Aua4abl9 (305)665-9686 landscape,Irrigation and Mrdsu. 1434,364.00 Sub 01/31/10 Diplomat Motel Landscape RMwele, Hollywood,FL 33019 Diplomat Heel lessee,LLC /rends Hiigan Diplome Hotel Leasee,LLC 9randa Niigen BnghtV1.0 00147 01010 Ment Lloyd (309)8262010 design build endsc.plry 32,500.00 Prime 01/31/16 W Kest Early l.amky C.mer,01011e and Surfau Parking Let Miami,FL33196 Th.Robins&Morton Group Ron8mves (407)9167235 Bagel Meath South Florida,Inc Not Available (305)2762500 Gpem,OIIOD01/ns,inc Not Available (305)665-9651 tree relocation.landscape and L:gat(0, 413.651.00 Sub 07/31/17 Kendall Mana59men D.al,ym.nt K.nN11 Ma.Bem,M Dw.epmem tearing,grubbing rough gndinS,concrete and Kai4a11 Pond. Mlaml,F193143 Company.1.1C Metthwe Cook. (214)741.7744 Company,110 Not Available (214)741-7744 KI0IMHom and 0.10000,Inc Not Available 1251)5979300 sh.work 649,504.00 Prime 05/31/18 Arquheaoni41.9m.m.1 Miami Science Museum Salami,FL 33132 Skanska USA Building,Inc. Mule Hann (954)9105167 Mueem of Seen..Inc Ron[remota (305)6464400 Corporation(GEO) Not 00111.bl. (305)372-1812 landscape,Irrigation and sae furrehmp 156,054.42 Sub 08/32/18 demolition,masonry Ratwork,arta fumishinp, OlplomatIeort&Spa Hollywood,1133019 Diplomat NMell.a.,tIC Brenda Illi/.n Mploma HON Lea.,LIC Cornelia OHIO 8050006,.Deign Group Brent Lloyd 1303)8252010 landscape and Irrigation 1.654.735.66 Prime 07/31/17 The Ballpark of the Palm Beaches- Wert Palm 9.ch.Fl Herds..BP 32.01 33316 Hunt Construction Group,Inc. [hes Bauer (407)35241112 Palm leach County Bathe.Stade (561)193-0204 EDS&lea. Not 00.3.03 19.54)5243330 6,ntlace. 2,706,18000 Sub 11/30/13 dapit H..Rh Cantor Intkut9-Site 0om4hlnp MM.,F133176 TM Robins&Morton Group Ron Bowes (407)3167235 Baptist 0.150 C•3101/31031,11,1 Thomas Tulbch (786)5962919 000,17tic Designs,Inc. No110.1abl. 1305)665.3643 Me Omehlop 62,000.00 Sub 03/31/17 Baptist HomMeed Hospital-Pryer Area. Homestead,FL 33030 Slunk.004 building,inc. Ek.Whams 1954)9265117 Baptist Health South Florida,Inc. loan Rin4w.ld (716)5942913 landaupe,hands4.and 07(31100 101.019.00 Tub 04/30/17 MNNaid Durr Assoc..tropese Highland Dunn Associates Property Highland Our..,Phase 1 laaahachee,FL 33470 LLC Stave leonhadt (617)l214401) ICC Sten L.onh,rdt (617)2214400 Ureas Dolan Kiday Studios Not AvMa6le (561)3661100 irrigation waft...landau.Panting 9,343,792.70 Prima 09/30/13 Highland Dunn Msncistes Property Arden Ph..2 Wellington,F133470 Edwards Construction Sen.,Inc Mm C.IIMk1 (407)872.1112 11C 1617)221-400 Luce,1 A40u(at0 Not Ava11.81. (772)467-1301 1.Muape and 11igakon 3,151,411.07 Sub 10/31/19 Und 53.Vd,n Wet.,,Linear park Northern Palm Beath County Nonimm Palm Beach County Improvement Project Palm Beach,Pt 33470 Improvement District Robert Lawson (561)6247830 Improvement DItrict 006art 13,60, (561)6247130 Urban Design Kllday 641410 Not00.11,be (561)3661100 hardscape.lan4tap4 and Irrigation 594,573.00 Ponta 06/30/18 121 Marina Rey largo,F133037 lunesu Constructlom Company.LLC Thomas GMhn.t (305)436.7666 Marina Inn Lank,ICC Eric 5001.. (Unk) Exteriors by Roby glum Not Avila 1.h (239)207.4195 Irrigation systems end landscape Panting 6811,416.00 Sub 06/30/19 Page 3 of 4 61,Mwew Lend+opt.D.r.lepnant,M. Open 4,0os•d lobs 01/01/2013-03/30/2020 All Bun,M.6 0a.0 3tvdle, Prated Owner Canted !Mama Owner Architect Phone Final Canavan Prime Or his Name lab SM Clay,Seas,By Client Nam Chant Centra Wane Client Ph•.I P o1ct Ower Herm Name gene a 4rdltet Name Architect Contact Name 6 DncrlpNen of Work Value Sub Closed Ora. Las Dia boulevard Corridor she foml,hinds,Mrdscap•,water feature, Improvements(N2315602.200) ort LauMrtLle.FL 33316 Skanska USA Building Inc Vincent Coelns 111 (954(920-5167 Chy of Fort Lauderdale Tom Groan 1956)6285937 E1354,Inc. Not Avalla ea (954(523-3330 landscape and Irrigation Sub MCI Team 9.0391 Raoen Priorities MlamL/193176 TM Robins L Morton Group Ron Sawa (407)916-7335 Baptist Health South Florida,Inc. Not Available (736)596.2919 landscape and Irrigation Sub Miami World Center S6ework CDD 09.5564 Miami,FL 33132 COattal/Tehnan,a Joint Venture David EdeaNaa (305)559.4900 MWC Associates,LIC Michael Shall (561)S11.010 RIml,y-atom and bsodan,Inc. Not Available (305)673-2025 landwp•,Irri{abn are hard,upe Miami A/I Commercial Association - Sub MWC SMwork PIA 809.5717 MIeml FL13132 Coastal/Tishman.aly,as ABxt for Dwld EsoStanae (305)5550900 Holdings,112 Michael Stalk (786)556-2027 Rlmlw-Nom 6 Magdaa,Inc. Ha Available (941)376.7603 hardwpe,landscape are imgabn - Sub The New Norton-Banyan West Palm Bad,FL troa/Enabling 33401 Gllben•6ulldIng Company nye.046 (941)758-6441 Norton Mueum 07 Art,Inc. John'adman Imgalo0,Iandscape.iM fumishbp and Las 01•4 Oceanfront Plats Project (5611633.5196 Gunhon Guthrie Nichol Na AvallabN (106)90}6602 Mrda pe 1,941,61).34 Sub 09/30/20 2315602.300 Fort Laudordale,FL 31916 Skanska USA 9ulldIng,Inc Vaunt A.Collin 1954)6057666 City o1 Fort Lauderdale Tom Green (554)8285931 6054 Inc. (354)524-3330 landscape,Imgation and hardsupe Sub Las Olas-FeaNal Su,1ro)ea 2315602-400 Fort Lauderdale,FL 33316 Skanska USA!Wading,Inc Vincent A.Collin (954)605-768' City of Fart Lauderdale (954)6215937 1054.Inc. (954)920-5167 landscape,irrigation and hartupe Sub Les Ola-South ImrauM•I Let Project2315602-500 Fort L8444414,FL 33316 Sk3nsks USA Building Inc Antall A.Collins (954)005-7661 CITY of fort Lauderdale (554)13185937 ED541nc. landscape,Inlaton and hidsupe Sub Miami World Genn-703 Stow" landscape,ImatIon anallstlon,synthetic Apartment, Mien%FL 33132 Ceaaal/Tbhman,a Joint Ventura BIIINudak (305)3594900 Bbd G Phase 1,ILC Michael Shall 1766)556-7027 EImIw•Nom and Mandato.,Inc. (305)6752025 lawns 417,949.28 Sub 10/31/19 Arpu0Ktonlu International Solt MI*Miami North Miami,FL 33181 'lumbar,Corutrualon LLC German Raoerro (305)937-6200 SM Mu106mIN LLC Garman 6•0u.lu (786)823-3132 Corporation 10E0) Not AvallabIa (305)372.1812 landseapa and Irrigation 1,013,39965 Sub 09/30/19 WON-Emergency Cents Country Walk MIaoI FL 33186 NV24 Group,LLC Brad 0,064, (766)23}5371 baptist Health South Florida,Inc Tom TMleck (305)273.2400 Rknhy-Ham 6 Associate,Inc. Not Available 1941)373-7600 irrigation Fytt•ms are landstay Waxing 224.110.00 Sub 01/31/20 MITE 8955 Collins Avenue Sorb.,F133154 A7.nun4e•Moriarty,N Victor Paella (305)842-2135 AS959955 LIC louts RMp•nnt 1305)562-3546 CMM'-Vail Partners Net01.Oabh (646)9324704 landscape and Irrigation sub Ole.Partners,LLC a Palawan Olaa P•nnen,LLC a D•lawan Sole Mla Way North Miami,FL 33161 Limited L1ab11M Company Merle Rohn (305)682-4130 Limits liability Company Mario BpmMe (305)6824130 E050,Inc (954)5243330 landscape,Irrigation andhsr6eap• 2693556.00 Prime 05/31/20 01411-Hollywood tow RM Expansion Job 0217045 Hollywood,F133314 Suffolk-Yate,A Joint Ventur..112 lyad Mask (766)004.4456 brnlnOMTrt.of Florlde be M7n (900)683-7800 EDS41ne. Not Available (954)524-3330 landscape 61rr13atbn Sub 609 Hollywood-East Pool Landscaping Job 1217046 Hollywood,FL 33314 S.Flelk-Yes,A lobe Ventura,LLC lad Man (736)77}5062 Seminole Teta of Florida 1,3 Myers (600)683-7800 1014144. Not Available (954)5243330 landscape 6 irrigate. Sub SM IC leasing B FIna13u,Inc.,tient Port of Miami Cote Terminal A Miami,7133132 Suffolk CerNtruttan Co Inc Ian Dugs*, (5611282-3000 for Miami Cruise Terminal A,LLC Na Available (786)77}5063 Berm&lo Marne 6 Partneri,Inc (305)859-2050 hardsua,lndsupe and imatbn Sub 6NM East Campus Bed Tower 6 CEI Expansion Miami,FL 39176 TM Robin 6 Morton Group Mal,Esubn, (105)8703000 bptA0 Nal.South Florida,M. Sok 3ule, 1730 5982919 Gal/De40,1n. (306)393-1016 landaupe,Ir1/atlan and bardscape - Sub Flamingo Renovation(Phase 1) Mhml Mach,FL 33139 AmMarlbe,112 Julien Manta 1305)3745383 MC2/Centrum"iamlrrge III,LLC Jul4n Mon). (706)245-4705 Stamm Archbeaore,Inc Not Available (305)x2.1700 harbua.landscape andkngalon • Sub Soh Mla Lagoon Amanty 8016-02- Amuhma0Mu Imemati0nal 460 North Warm,FL 33181 O1YHILL5 TM1rat4, (305)682.4106 017011.1[ MM0 Aem,n. (305)x2.4606 Con:araken(610) Not Mali.* (305)372-1312 landscape and irrigation 1,112,759.09 Prime 05/31/20 RL Miami L.P.1/SJa RH.,t.lSng Rano Landing Shops B Resld.nca Miami FL 33125 8+Boor Beatty 20001.ctbn,LCC 1.6cn 010,mar• (954)585-4339 Development LLC Mon Shaman• landscape and Irrigation Sub Wan.Henry A5emablla North Mlemi,F133161 Pirtle C6000,abn Company Rodney Inver (153(151-0410 Waren Henry Auom0blln,Inc. N/A 175 Deign Inc. (954)347-1692 landscape and Irrigation Sub Sunta MIAs M1P limited hard,ua,she furnishings,roc-Mork, 5sw6n,Mills Mama Renwati0n Sumba,FL 30523 Whiting-Tama ComnN,Company David Johnston (954)776-0800 Partn.NHp N/A IN/A) Gwen Thome..6 Associates Not (9541739-6400 landscape and Inifi0,, Sub 001,0.de et 6vMtura Herdso:M 6 U Avetura,FL 30180 VCC,LLC William Rushing (214)5744500 S.rka1•Growth 010901la Tony Davis (212)3557430 Land0.61a Inc Na Ara6a4e (813)275.9276 landscape,Irrigation and hard6ape sub Equine 018-0002 Mlaml,Fl 33132 1.T.Maten&Company.Inc. Doug Comlany (212)7964200 VMt6n Orta Center V LIC N/A Iendsupe and 606alon 201,206.03 Sub 08/31/20 PM 66 North Early Wort-Tm tree p1061.0 root pmniry and relocation of ReloxMr{nh tbns FLauderdale/Fl 33316 Por 66 Vmhures LLC David Pende1407)313.4233 Pier 66 V.mra uLLC David Pende3r+h (407)31}9233 6054 Inc. e NAvailable specific Ines Prune Highland Duna Maclaea Property Highland Duna Mxelan Property Arden Ph 24 Pod C•1600660306 Loahadoa,F133470 LLC Dan McCormick (617)221-8400 LLC Dan McCwmHA 1617)221-8400 Urban Design RIId+y Studien Nm Avalt,6le (561)3661100 lreatlon systema and t,nd•up•planting Prime Shaw Contract Flooring Sank..,Inc.. Marlins Park Field Renovations Al lank FL 33125 da Shaw Sports Turf Trent Dads (866)70}4(104 Merllm Stadium Operator,LLC Jeffrey[Ina (305)626.740. athletic Belt and landscape 1,119,133.00 Sub 09/30/20 TM Plaza at Coral Gabbs Norma A6we 0104 Trusts.,LLC as trot.. Pani a09-5813 Coral Gebla,FL 33134 Coastal/tblmen,a Joint Ventura Davi lianas (305)539-4303 under land Trot Number N 2016 Iand.ua andlnfaatbn Sub NMham Palm each County Norther Palm Peach County Arden Unit 536 Pal 617 1aaMtde.,FL 33470 Improvement District Tan Nelms (591)6147530 Improvement District Tun Nelms (561)6247830 Urban Owen Rilday Studios not Available (561)366-1100 landscape,103.11on and 6artcape - Pon. Inspired lhln3#Delray Beach lama M rowdy Landscape 0219018 (Wray Bad,FL 33434 Suffolk Construction Company.Inc. /OfAtanaso (581)832-1616 Daray3L 011112 Mart L.Marlow (link) Arehlteca Not Available (561)246-5056 landscape•Inflation Sub TM Plaza Coral desks In 6 Soils 009 Agan Plata Tnrsts.,ILC as trustee 5613 Coral Gabbs,1133134 Coaaal/Tehman,a lent Venturi Dan Rodrigs., (305)559-4300 under Land inert Number AJ 2016 Caen bctmam *3770709314439001*..,Inc, Not Available (410)235-6001 lendsc.pe and 1mad0n Sub POM Terminal 6 NU 0 C0860 MIamL FL33132 Central Civil Commotion (305)8383344 NU Construction Cop..Ltd (305)496-4000 soh pavements Sob Done Sanctuary Paver Installation 1213034 Don),FL 39176 Suffolk Constru0ion Company.Inc. le4lca Chen 1561)932.1616 Sanctuary at Don],LIC Masoud Sho)... Architectural Alllanca Not Av.liable (954)764x54 harteaps Sub Florida International Un5en1ty Board NU 01901 w Nmwbg Phan 1 Miami,FL 33199 Moss 6 Aao0ates,112 (305)381.8471 of Trustees (305)3486495 Parkin&win (404)443-7623 sob Cum.Tower 0109) Mlaml,7133132 Coasui/Tbhman,aloin Winton (305)559-4900 Val MWC owner LLC ArChltydoral Alit,n. (954)7646551 hetdscepe,l.ntua and imatbn Sub M WC Bbd N-Ganga improvements (1095913) MIWnL FL 33132 Coa0al/tAlvnan,a loin Ventura MWCG.np N.LUX Archhnsor+l Alkenx hardlandscape inn Sub MWC Mock N-Rend lmprovemem ,upe.andscape and (103.5914) Miami,F133132 Coasnl/T9hmarp a leen Venture MWC Raab N,LK Arch0Oaurel Alliance har0cae,landscape andimation Sub Page 4 of 4 I Y1Varrtnrij .s-f. Fixed Asset Inventory 1/31/2020 Location: 1550-BVLD South Division : 100-Landscape Division Florida Number ,Manufacturer Crest;>pn _m 1A-1/2 Ton Pickup 1002932 Ford F150 SC XLT 1A-1/2 Ton Pickup 1005835 Ford F150 SC XL SWB 1A-1/2 Ton Pickup 1006640 Chevrolet 1500 1A-1/2 Ton Pickup 1006673 Chevrolet 01500 1A-1/2 Ton Pickup 1015098 Ford F150 SC XL 1A-1/2 Ton Pickup 1019811 Ford F150 SC XL 1A-1/2 Ton Pickup 1019863 Ford F150 SC XL 1A-1/2 Ton Pickup 1026122 Ford F150 SC XL 1A-1/2 Ton Pickup 329683 Ford F150 4X2 SC XL 1A-1/2 Ton Pickup 55032 Ford F150 4X2 SC XL SubTotal 18-3/4 Ton Pickup 1004703 Ford F250 SC XL 1B-3/4 Ton Pickup 1004760 Ford F250 SC XL 1B-3/4 Ton Pickup 11118 Ford F250 SC XL 1B-3/4 Ton Pickup 329686 Ford F250 SC XL 4X2 1B-3/4 Ton Pickup 329687 Ford F250 SC XL 4X2 1B-3/4 Ton Pickup 329695 Ford F250 SC XL 4X2 SubTotaI 2A-Trucks, Flatbed 20556 International DT466 Truck SubTotaI 2C-Trucks, Water 1005947 Freightliner FL80 Water Tank SubTotal 2F-Trucks,Tractor/Semi 1026543 International Semi Pro Star SubTotal 2I-Trucks, Service 330854 Ford F550 Service Truck SubTotal 2K-Trucks, Misc. 1007809 International 4700 SubTotal 2L-Forklifts/Aerial Lifts 1008066 Gradal 544D Forklift SubTotal 3B-Skiploaders 3179 Ford 545C Diesel Skiploader SubTotal 3E-Wheel Loaders 1003058 John Deere 244J Loader 3E-Wheel Loaders 1008098 TCM E820 Loader 3E-Wheel Loaders 30271 Caterpillar 9514G Wheel Loader 3E-Wheel Loaders 326143 John Deere Wheel Loader 3E-Wheel Loaders 329803 John Deere 304K Wheel Loader 3E-Wheel Loaders 3308 John Deere Wheel Loader SubTotal 3F-Track Loaders 1004755 John Deere Track Loader 3F-Track Loaders 1021967 Caterpillar 299D Compact Loader 3F-Track Loaders 326146 John Deere Track Loader SubTotal 3I-Mini-Excavators 1021966 Caterpillar 303.5E Skidsteer 3I-Mini-Excavators 326144 John Deere Mini Excavator 3I-Mini-Excavators 326145 John Deere Mini Excavator 3I-Mini-Excavators 329671 John Deere 35G Mini Excavator SubTotal 4B-Trenchers, Rubber Tire 1008538 Vermeer RTX450 Trencher 4B-Trenchers, Rubber Tire 4292 Ditch Witch 3700 Trencher SubTotal SC-Trailers, Equipment 50695 Other Open Trailer- Eager 5C-Trailers, Equipment 50863 Other Equipment Trailer- Trail SubTotal 5G-Trailers, Water 1004829 Misc. Water Wagon 5G-Trailers, Water 1006794 Misc. Water Trailer SubTotal 5I-Trailers, Irrigation/Fitting 50803 Millerbilt Irrigation Trailer 5I-Trailers, Irrigation/Fitting 50852 Millerbilt Irrigation Trailer 5I-Trailers, Irrigation/Fitting 50936 Fauver Irrigation Trailer SubTotal 5K-Trailers, Misc. 1006740 Other Open Trailer-Acne 5K-Trailers, Misc. 1006778 Other Open Trailer- TCTC SubTotal 6A-Autos 1006123 Volvo S40 6A-Autos 325984 Ford Fusion 4dr Sedan SE Hybrid SubTotal 6C-Autos, SUV 1008892 Ford Escape SubTotal 8D-Bunker Rake 1004196 Toro 5020 Sand Pro SubTotal 8K-Utility Truck Vehicle 1005815 John Deere Gator 4x4 North Beach Oceanside Park Beachwalk ( From 79th to 87th st) FM #440841-01-58-01 Bid #2020-025-DF Tab 3 : Lump Sum and Bid Price Form and Bid Bond BrightView Landscape Development M I Al I B EiC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 A-1 www.miamibeachfl.gov FAILURE TO SUBMIT THE REVISED ITB PRICE FORM SHALL RENDER PROPOSAL NON- RESPONSIVE AND SAID NON-RESPONSIVE PROPOSAL SHALL NOT BE CONSIDERED BY THE CITY. (DELETE and REPLACE prior ITB Price Form with this REVISED ITB Price Form) City of Miami Beach REVISED 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 118 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 hid,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. 'PROJECT SHALL BE AWARDED TO THE LOWEST,RESPONSIVE,RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID)" SECTION 1 - BIDDERS PRICE: PROJECT TITLE: ITB NO. 2020-026-OF North Beach Oceanside Park Beachwalk -From 79th to 87th ST.) FM#440841-1-58-01 Item Div Description of Item Cost 1 01 General Requirements-Mobilization $ v- ,9(0a (00 2 01 General Requirements-Construction Fence $ 'a r 11 r 1T0. _L�+ 7co 1 3 Ol General Requirements-Erosion Control $ 2.0,3c)5. )S 4 01 General Requirements-General $ 154 03 3,52- 5 02 Site Work-Demolition and Site Preparation $ 15g t 21 I . i 6 02 Site Work-Earthwork $ 12_4,598. ICS 7 02 Site Work-Concrete Curbs and Slabs,incl.soil preparation $ 13 D, 35). I I 8 02 Site Work-Pavers $ 3)2 J >' i I 79 9 02 Site Work-Site Furnishings-Beach Showers,incl walls $ 12Z r I(D(n .7 10 02 Site Work-Site Furnishings-Trash Receptacles $ 24,is . �*17g 11 02 Site Work-Site Furnishings-Volleyball Area $ -7i 39 I • c9 12 02 Site Work-Post-and-Rope I $ 51, (031.90 13 02 Site Work-Landscape T $ c D2, 93i3. 13` 44 8a $ /1--dIS 14 02 Site Work-Utilities and Connections $ y D (09 i . 5/1-- 16 b 15 02 Site Work-Landscape-Trees&Shrubs $ 21 3, 232. v 8 4316 02 Site Work-Landscape-Dune Planting $ l I I , 522.58 48 17 02 Site Work-Landscape-Dune Invasives Removal West of Erosion Control line $ &) 102_ 1-918 02 Site Work-Irrigation $ 69, 642. cP2.- 2819 15 Plumbing 24-20 16 Electrical and Lighting ---- $ 9 3 o_,Lh a, 3 z 2221 Bond $ 32,30b. oc. 2-3 22 - Insurance Subtotal $ 3 26,2 3z45,93 'CONTINUED*CONTINUED ON THE FOLLOWING PAGE * * * ADDENDUMNO.S 3S INVITATION TO BID NO 2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO87TH ST) FMf 440841-1-58-01 MIAMI B E/\c2� H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Allowance for City Indemnification $25,000.00 Permit Allowance $15,000.00 Lump Sum Grand Total (Total Based Bid; Line Items 1-23 22 + Indemnification + 2 342--1 3t5 ,(13 Permit Allowance) $ ) Bid Alternates Item Description of Item Total Cost ALT A Pavers Design A $ 31-7)q"71-1- Di ALT B Pavers Design B $ 2101-3t1)5. (00 Site Work-Oolite Walls,incl footing and cap per detail 1 on ALT C sheet SD-8204 $ 3421808.2 5 ALT D Security Cameras CCN $ I S l 9 g/. ô'4- Invasive removal and dune planting East of the Erosion Control Line:Provide unit cost as per responses in Unit Cost A addendum#3. $ 2-0 i. 7O/6C? it.t, t/ pt Post&Rope Installation: Provide a unit cost per linear foot t Unit Cost B to furnish and install post-and-rope fencing $ 5•00 /b .-p Section 2 Bidders Affirmation Company: Brightview Landscape Development Inc Address: 4155 E Mowry Dr, Homestead, FL 33033 Telephone: 305-213-1964 Email: Andy Jo4n Signature: �/ ./6074 9 Title/Printed es: 'Nam ' Vice President FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE 4 ADDENDUM NO.5._ _. ,. INVITATION TO BID NO.2020-026-DF ( NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) , FM#440841-1-58-01 BID BOND BRIGHTVIEW LANDSCAPE DEVELOPMENT, INC. KNOW ALL MEN BY THESE PRESENTS,that we, as Principal,hereinafter referred to as Contractor,and LIBERTY MUTUAL INSURANCE COMPANY as Surety,are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida,hereinafter called the City,in the sum of five percent(5%)of the Contractor's Base Bid amount of$ 5%of Base Bid Amount lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor,materials,equipment,machinery,tools,apparatus,means of transportation for,and the performance of the Work covered in the Bid Documents which include the Project Manual,the detailed Plans and Specifications, and any Addenda thereto,for the following solicitation Bid No 2020-026-DF Tale North Beach Oceanside Park Beachwalk(From 79th to 87th St)FM#440841-1-58-01 WHEREAS,it was a condition precedent to the submission of said Bid that a cashier's check,certified check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a guarantee that the Contractor would,if awarded the Contract,enter into a written Contract with the City for the performance of said Contract,within ten(10)consecutive calendar days after notice having been given of the Award of the Contract I NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10)consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds,satisfactory to the City,each in an amount equal to one hundred percent(100%)of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void;otherwise the sum herein stated shall be due and payable to the City of North Miami and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America,as liquidated damages for failure thereof of said Contractor IN WITNASp WHEREOF,ti 1p said Principal and the said Surety have duly executed this bond the Zeno day of uctooer 2O0 ATTEST: PRINCIPAL: _BRIGHIMEMANT, INC. (Contractor Name) Signature Signature */z • Print Name Title Tale V_ ti.5 ,r.e•••/ C. -SIGNai 13 - DENT- • , AG 'At__ SURETY: °F 4 4101114. Allfa LIBERTY MUTUAL INSURANCE COMPANY Srgn"a6re iSurety Name) ludette Atexande[Hunt,Florida Resident Agent Donna Garcia,Alto ey-In-Fact Print Name Attornrit _) „/1 ((ORPORATE SEAL) (Power of Attorney must be attached.) BID NO:2020-026-DF CITY OF MIAMI BEACH 56 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles OCT 2 2 2020 On before me, Ethan Spector,Notary Public,personally appeared Donna Garcia who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)is/ate subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/theeic authorized capacity(ies), and that by-his/her/their- signature(s)on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. -:T ETHaN SPEC?OR WITNESS my hand and official seal. JMyComrnXOlL2O2 3 Signature g:;;;". "--- --- Signature of Notary Public we This Power of Attorney limits the acts of those named herein,and they have no authority to LiV -1 b * bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company ..ft ]\1utua1. The Ohio Casualty Insurance Company Certificate No:8198054-024029 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, B.Aleman, Tracy Aston,Thomas Branigan,Lisa K.Crait,Ashraf Etmasry,Samantha Fazzini,Donna Garcia,Simone Gerhard.April Martinez,Rosa E.Rivas,Paul Rodriguez, Edward C.Spector,Marina Tapia,Nathan Vamold,KD Wapato all of the city of Los Angeles state of California each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 28th day of November , 2018 . Liberty Mutual Insurance Company Te-‘'4NSUR. POSY IN,soq a 1NSUR4 The Ohio Casualty Insurance Company �J `eP°RI f t yJ�`op.P0it4:`9y VP` � ogewia,r 'f, West American Insurance Company >, D a o to •- o C, vi a 0 to N 1912 a 1919 g 1991 s mo Q o / i CA ur tli dJ�T,C' *uS*'ADi' Z�14 Hh4MPs NaD� `ls�•��NDIANr�,aD3 0 /�'f / ,! CA y c David M.Carey,Assistant Secretary n -@ State of PENNSYLVANIA n o S County of MONTGOMERY ss c O) (a at On this 28th day of November , 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 5 2 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes=I- v > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. o w D D IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. c a --a is ai ,P, t'4s1. D ` -' Onq,.. C° COMMONWEALTH OF PENNSYLVANIA L¢0,P1A cq„ � LtIt TesaPellNtaryPblic e/ l Uppety By: rte � ki (d - IP •c ,�Q My Commission Expires March 28 2021 - r,�Lvp �o eresa Pastella,Notary Public 3 Li �e7 Member.PennsylvamaAssoc,auon of Notaries a (o DN (r)o T N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual E 5.E. Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows p a1 - ax ARTICLE IV-OFFICERS:Section 12.Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the .a 2 v President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o a c any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall L N > 112 have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such °O CN instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the E provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. c°O ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. v m Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, cD H.= shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of OCT 2 el 2�. 0 C f 2 2.2020 `1NSUR 4-L1 IF1S q� , tNSUR ,F-`oavo�,.'4'LO yJPooacoRgr-CT/.. VP oowPo4 ry,, 3 Foto v3 Fc0 r ? Fo1,t 2 1912 0 0 1919 7,I s 1991 0 —(444414—. i v o s o t.a�e�7`*os�-pD y0 •�j',1"*PS.` ,.4b rs, 'v44 i"��,e, By:Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 BRIGHTVIEW LANDSCAPE DEVELOPMENT,INC. CERTIFICATE OF RESOLUTION I, Tomas Kuehn, Secretary of BRIGHTVIEW LANDSCAPE DEVELOPMENT, INC., a California corporation(the"Corporation"),also doing business as BrightView Design Group for architectural work, do hereby certify that on November 7, 2016, the following resolutions were adopted by unanimous written consent of the Board of Directors of the Corporation, in accordance with Article III, Section 3.11 of the Bylaws of the Corporation and that said resolutions have not been rescinded, amended or modified: Authorization to Execute Documents RESOLVED, that the Board of Directors have authorized and they do hereby authorize Joy Bigley, Sean Brosnan, Richard P. Bruttig, Kurt Buxton, Mark Carlos, Po Chen, Brian Chestnut, Ron Claassen, Thomas C. Donnelly, Kelly F. Duke, Matt Fisher, Virginia Foss, Vincent S. Germann, Dan Harper, Angie Heimbigner, Jeffrey Hinners, Peter Hunn, Andy Johnson, Cliff Johnson, Jay Kassabian, Tomas A. Kuehn, Matilde Lavenant, William A. Leathers, Jeff Lennon,Brent Lloyd, Ed Mauser, Brendan McFadden, Tony Messina, Brett Park, Will Pereira,Thomas Powell,Robert Reich, William Ropp,Julianne Seeley, Glen Sharrar, Chi Sidener-Funk, Larry "Skip" Stevens, Jr., Stephen R. Titus, or any of them to execute and deliver in the name of and for and on behalf of this Corporation,any and all bids, bid bonds,contracts,contract bonds, change orders, liens and releases,and credit applications; FURTHER RESOLVED, that the Board of Directors have authorized and they do hereby authorize Virginia Foss, Louis Guitierrez, Angie Heimbigner, Gary Hoopengardner, Cindy James, Walter Johnson, Matilde Lavenant, Judith Leiby, Matthew Mudek, Nina Ochoa, Will Pereira, Lori Pulliam, Glen Sharrar, Chi Sidener-Funk, Theresa Zachery, Sandra Zarlengo, or any of them to execute and deliver in the name of and for and on behalf of this Corporation, any and all billings, credit applications and lien releases; FURTHER RESOLVED, that the Secretary or Assistant Secretary of the Corporation is hereby authorized and directed to execute a Certificate of Resolution certifying to the passage of these resolutions; FURTHER RESOLVED, that any and all persons, firms, corporations and other entities, including, without limiting effect, public entities, shall be entitled to rely on the authority of any one of the foregoing persons to bind this Corporation by the execution and the delivery of any such bids, bid bonds, contracts, contract bonds,change orders,liens and releases,billings and credit applications; 1 FURTHER RESOLVED,that the authority herein contained shall remain in effect until the persons, firm, corporation or other entity relying upon the authority herein contained receive written notice to the contrary and that all previous authorizations heretofore given with respect to the matters herein contained are revoked; provided, however, that this revocation shall not affect the validity of any instrument hereinabove referred to that was executed by any person or persons who at the time of such execution was duly authorized to act. [Signature page follows] 2 I WITNESS WHEREOF,the undersigned has executed this Certificate of Resolution on this day of January,2017. iC ,_ Tomas Kuehn 3 North Beach Oceanside Park Beachwalk (From 79th to 87th st) FM #440841-01-58-01 Bid #2020-025-DF Tab 4: Other Bid Forms Appendix A-12 through A-19 Appendix D BrightView Landscape Development A-12 rine C. cwpt COLPO R*,Vt,"YCO'ffoNS+Cpix'X* mil 1Da6 LAP CERTIFICATION OF CURRENT CAPACITY wo4axwkvun rn CONFtDeNtlAL 4,c4 1 J t Zt Fill!n your FDOT Vendor tJuti+ker For bids to be received on (Uteri)Dote) V€ ------ !Orly applicabal 1a FOOT pam.aualtted coniracaxsp CERTIFICATE I hereby testily that the amount any proposal eutreitted by this Wider fit the atwve letting does not exceed the atrourt1 or the Fern's CURRENT CAPACITY( tasirtttart capacity rating less Intal uncompleted MA). ). The till uncompleted work as shown on the'Status of Contracss on Hatted'report(pate 2I S I further certify that the'Staters of Contracts rxt Hand report ipataa 2)was prepared as Colt sys 1. It the letting s 1 store the 25"day of the month,Me oerttfice's ar J report reflect the uneeNepleted work as of the I5" day of the rr+aoMh,last crowding the month of the ening 2 II'the letting Is Mier the 25r'day of the month,the certificate and raped reflects the unromp♦eted werk on progress its of the 1501 day cif the moon h M the letting. 3 All new contracts and aerbscotracts)awarded earlier gran five dayls before the letting dere are Included u 1htreport sAd charged egalr s1 etS total rating. / 1_ I tstlrfyli+at the+nfarrrammn above is=red ,/ �+• FIRM Sworn to ard starscnbea ttxs dew BY /.411P/421 ar ) 20 c)-. ft- "nit ,/• • Tine 1� A '4' Notary Public State at Florida Jennifer Jaikissoon <O R < MypiCores 04/1msssion GG 207018 Exm2f2022 BID NO: 2020-026-DF CITY OF MIAMI BEACH 90 N N 52S8/o-d6 ao STATUS OF CONTRACTS ON HAND PROGRAM MANAGE! T 12109 Pna2d2 (Furnish complete information about all your contracts,whether prime or subcontracts; whether in progress or awarded,but not yet begun;and regardless of whom contracted with.) 1 2 3 4 5 6 UNCOMPLETED AMOUNT TO BE DONE PROJECTS CONTRACT(OR AMOUNT BALANCE OF BY YOU OWNER,LOCATION AND DESCRIPTION SUBCONTRACT) SUBLET CONTRACT AMOUNT TO OTHERS AMOUNT AS PRIME AS CONTRACTOR SUBCONTRACTOR [) 0 m co m n NOTE: Columns 2 and 3 to show total contract(or subcontract)amounts. Column 4 to be difference TOTALS $0.00 $0.00 between columns 2 and 3. Amount in columns 5 or 6 to be uncompleted portion of amount in column 4. All amounts to be shown to nearest$100. The Contractor may consolidate and list as a single item at contracts which,individually,do not exceed 3%of total,and which,in the aggregate,amount to less than TOTAL UNCOMPLETED WORK ON • 20%of the total. HAND TO BE DONE BY YOU $0.00 (TOTAL COLUMNS 5 AND 6) I N 8rightWaw Landscape Development,Inc. Status of Contracts 00 Hand Protected Project Owner Canted Protea Owner ...Bert Pone Prime Or date of Job Nar,, Seta Sib City,Stab,21p (Ilan Name Client Cement Name 0ynt Mena a Project Owner Name Name Phone• Arch..78 Mama • D.88Hptan of Weft Contract Amount Sub Jeb Type Sart Date oampl.Van%Complete tas Olas Boutward Comdor alt. lnp,ha nista,.water femme, rns(42315602.10o) Fort Lauderdale,1131116 Skanska 1,60 Buildey,Inc Vincent Coffins Iii (954(9205167 City of Fort Lauderdale Tam Green (9541828-5937 FMA.Loc (954)524.3330 landscape scape and IMgatlon 986359.00 Sub Public 07(31/17 02/01/21 99.91% Miami World Center 5ttework CDD 09-5564 Miami,0133132 Coastel/lhhmen,a lane Venture Oa+k Fawner-ma (305)559-4900 MWC 41,0clates,LLC Michael Siatlk 1561)5710010 Almlty.Horn and Associates,Inc. (305)673.2025 landscape,inlgnlon and hardsaoe 2,211,736.36 Sub Prerrt. 17/02/17 08/01/21 77,63% Mleml AP Commercial As,oclation MWC S8ewed PIA 899-5717 Miami,FL 33182 Coaatal/'bhman,aN,as Agent for 0,51d ExM»rreta (305)559-4900 Hoidin®,11C 5404.5 Staalk (786)S58-7027 Siml.y-Hom 606Ocatn,Int. (941)373-7600 6ardwp.,lands,p.and IMeatlon 1,604.699.00 Sub Private 08/10/18 09/01/21 29.98% tae Olaf-Oceanfront Plata Project 2315602-300 Fort Lauderda.FL 33316 7686,6,USA Building,Inc Vlnrent 9 Collins (954)005-7698 CDt of Fort Lauderdale Tom Green (954)828.5937 FDSA.Inc (954)52433W landscape,Irrigation and hardscap. 4,556,401.00 Sub Public 11(07/18 02/01/21 100.00% Ln OW-Festival 5traet Pro)ea 2315602400 Fort Lauderdale,1133316 SIuns6a USA Building Inc Vincent A.Collins (954)6057688 City of Fort Lauderdale (954)8235997 EDS.,Inc (354(3795150 landscape.IMgrtipn and 080204ape 1,189,910.00 Sub Public 04/23/19 02/01/21 97.79% Las O9-»-South intr.-oast.Lot Protect 2315602-500 Fort Laud.Male,Fl 33316 Skanska USA Building Inc Vin.n.A,Collin, (954)6057688 City of Fort Lauderdale (954)822-5937 ED50,101. landscape,5Hgat!on and hardscape 1,087,683.03 Sub Public 11/01/18 02/01/21 100.01% APTE 8955 Colilns Alenue Surisde,FL 33154 Americasbe-Moriarty.IV Victor Pue!Ite (305)842-2185 ASAR8955110 Louise Repesam (305)562.3546 C13,7,619e!Partner (646)8828704 landscape and irrigation 431378.21 Sub Prvata 05/01/19 11/01/20 200.03% Flamingo Renovation(Phase 1) Mleml Beach,0133/39 Ameiradbe,ICC taken Manta (305)3745383 MU/Centrum Flamingo III,LIC Julien Monts (786)245-6705 Stantac Nchhecture,Inc. (306)4824700 441416,p,,iandsrspe and,,CplIon 772,900.30 Sub Prtvrte 10/22/19 10/01/21 89.83% el Miami L.P.f(k/.Remanding Aver Landing Shop,IS Residances Miami,FL 33120 Balfour Beatty Corcirualon,LLC talon Sliemore (954)5854329 Development LLC 18,0,31semoro landscape and Irrigation 1,157,097.35 Sub Pre8te 06/14/19 03/01/21 98.12% Wane,Henry Automobiles North Miami,FL 33161 Pirtle Constru3lon Company Rodney Pena (954)797.0410 Warren Henry AutomobO.,Inc. N/A 111 Design,Inc (954)447.1852 landscape end rogation 366,54100 Sub PrNat, 10/01/19 09/01/21 100.09% Sunrise MIih MLP Limited 6ardacape,site fumAhinga r0ckwod, 5awgna Mills Mall Renovation Sunrise,Fl,33323 Whkingtumar Contacting Company David Johnston (954)7760900 Partnenhlp 85/6 INA) Craven Thompson&A4,ocialos (954)7394400 landscape and Intg0lon 300,375.26 Sub FYN.e 07/15/19 09/01(21 10.52% Esplanade.9 Ayemur,Hafdsape 6 LI Ayentu0,3113180 000,110 Wllllam 3iahing (214)5744500 Sedta..,Growth Properties Tony Daus (212)3557800 LandOalgn Inc (813)275.9276 landscape,Irrigation andhar4s9pe 2,779,74300 Sub P.m 09/16/19 12/01/21 2.71% Highland Dunes Maculates Property Highland Dunn Associates Property Arden Ph 2A Pad C 3 28 Pod 1413. tnuhetchee,F133470 LLC Dan McCormick (617)221-8400 ICC Dan Mc02,914 (617)221.8400 Urban Design Nildey S1udos (561)3641149 Inla9tlon systems and landscape planting 2,697,735.65 Prime Private 03/30/19 12/01/21 93.77% The Plata at Coral Gables North Agave Plaza Tr sten,LLC an 154103 Parnell.. .5913 Coal Gables,FL 33134 Coastal/Tishman,alo1M Vernon, 0rcOUenn (300559-0Tom 900 under Land TNumber AP 2018 landscape and Irrigation 963,880.93 Sub %%ate 05/07/20 05/01/21 6303% Northern P.im Beech County NOrthem Palm Reach County Arden Unit 53•Pill 617 LolahatAoe,1133470 Improvement District Tim Helms (561163,7830 Improvement Dbtria Tim Nelms (561)6247830 Urban Dmlgn 011day Studies (561)366-1100 landscape,irrigation and hardscape 336,086.63 Prime Public 05/11/20 21)01/21 78.56% implied Own.6 Delay Beachtarma M YDwery Landscape 8219018 Delay Peach,0133484 Sotto%Construction Company,Inc. 18909,03011 (5611832.1616 Delay Sl One 110 Mark L Marlow (Usk) Archiacn (561)248-3056 I.nd19pe 6!Maatlon 460,003.03 Sub Private 08/01/20 04/01/21 50.38% The Plate Coral Gables by 6 So11s 8 Agave Placa Trustee,LLC as trustee 035811 Coral Gables.FL 33134 Coastel/T2hman,a join9081101, Dan RodnMet (375)5594900 under Land Trust Number AP 2018 Carlos Beckmann Mahan 80114 Associates,Inc (410)2354001 landscape and Irrig0tlon 108,039.56 Sub Prete 06/15/20 05/01/21 17.81% P Fund/ POM TTenni/tat 8 NCia C0860 Miami,5133132 Central Chill Construction (305)888-3344 NCL Construction Coro.,ltd (305)4364000 soh pawn/emu 27.00503 Sub Pub Land 06/30/20 01/01/21 %.45% Dorsi Senauary Paver mrtallatlon 8119034 Dora),0133178 Suffolk 0090,al0,,Company,Inc. Jessica Chan (561)632.1616 Sanctuary 280001,CLC Masoud 5hataea Arthteaunl*Mane (954)764.3958 har4scape 4279342 Sub heat, C8/17/20 12/01/21 100.04% 3107*,International Unlvenity PO4new Homing Phase 2 Miami FL 33192 Mc..Associate',LLC (305)3414471 Board of Trustees (305)348-6495 Perkins 8W10 1434)443-7423 42771342 Sub Public 01/10/22 11/01/21 0.00% turn.Tower(a09) Miami,FL 33132 ContaI(nshman,a Joint Venture (305)5594900 SM MWC Owner LLC Architectural Alliance 195417648458 hardseape,la M80pe and Prigrtlon 242.250.00 Sub PM.. 10/14/20 0001/21 0.09% MWC 3lock H.Garage Impr0remenh (0315913) mitten],F133132 COaetal/Tehman,a lohtt 04ntre MWC Garage 11,11C Art398190al Alliance hardtaw,landscape andlogatlon 20,159.00 Sub PrNR. 10/21/20 06/01/21 MWC Block H-RRell Improvements (809.3914) Miami,8133132 Coastal(Tehm.n,a Soiree Venture MWC Retail H,11,0 Architectural Alllenre hardxepe,landscape and Irrigation 20,159.00 Sub Private 10(21/20 06/01/21 Page 3 of A-13 AOCWO11171T ,Wt CERTIFICATION POR DISCLOSURE or LOBBYING ACTIYITIFS ON TTDERAL-AID CONTRACTS (Compliance with 48CFR,Section 20.100(b)) The prospective participant certifies,by signing this certification,that to the best of Ms or her knowledge and belief (1) No federal appropriated funds have been paid or wit be paid,by or on behalf of the undersigned,to any person for influencing or ettemptng to Infuence an officer or employee of any federal agency,a Member of Congress,an officer of employee of Congress,or an employee of a Member of Congress in connection with the awarding of any federal contract.the making of any federal grant,the making of any federal loan, the entering Into of any cooperative agreement,and the extension,continuation, renewal,amendment,or modification ot'any federal contract,grant,loan,or cooperative agreement (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for Influencing or attempting to Influence an officer or employee of any federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress In connection with this federal Contract,grant,loan, or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL."Disclosure of Lobbying Activities", In accordance wtth Its instructions. (Standard Form-LLL can be obtained from the Florida Department of Transportation's Professional Services Administrator or Procurement Office.) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered Into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31, U.S.Code. Any person Who fails to file tine required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. The prospective participant also agrees by submitting his or her proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts,which exceed$100,000 and that al such subrecipients shall certify and disclose accordinglyo ; Nemec ,• I t, By.,/; � - :� .: .____ II; ..i __Authorized Authorized Signature Title: rf(• _l( f'1 BID NO:2020-026-DF CITY OF MIAMI BEACH 92 A-14 pTi�rE'�i'il3rrMOfPMr►C wr-�11WftEP r,HtATi.M kTiatr.o CERTIFICATION OF USE OF Suss i ALL LOWER TIER PIIoc1NEhEirt SUBS ,r..r Advartaement No.: Fkranc,'al Project No. Protect Description I,the undersigned,caddy that I have disclosed all subs aid lower ter subooneulta•stslsub-vena proposed •be used by my rem to peribrra services on tie$ubpot FOOT contract, In eocordance with Section 7A of ase Standard Professional Ser roes Contract,t understand that The Conavttant wf not stet tat,assign or transfer any work under this Agreement to other subconsultanttsfsub-vendors root speccrfiod in the Agree„rnt without the written consent dr the Departmenl I will comply with the aforementioned FOOT contractuel rectir,orrient Addltlonasy,l certIty that all rotas proposed by my firm In the tee proposal do not reflect blending or costs with subs and e lower tier subconsufants/sub-vendore. I f4.irtrw certify that either (loeioara choice by chcc&ang box) ❑ There are no supe or wives tier subcorsuttantslsub-vendora to my consultant firm on this contract Or have dise.+rteed all subs and tower be subcorraultentsfaub-warders to my firm,and the lull list or subs end ea lower tet subconsuitmakulubvere.ors who may be itaied by my rfrrn or Phis contract as provided below. / / ,, , Firm Name .....til /�.lc)o�-�-�( :0 ! ',✓ 1!♦ Signature `�'�ff _____— -- . Name orCerlifytno f May Td Y(n 6V Tole: ! of (� r Dat©of Cdhikcabon: BID NO: 2020-026-DF CITY OF MIAMI BEACH 93 A-15 NON-COLLUSION DECLARATION AND 'Ark/ COMPLIANCE WITH 49 CFR§29 �rx C�t caa ITEMISEGMENT NO.: FAP. NO.: MANAGING DISTRICT: PARCEL NO.: COUNTY OF: BID LETTING OF: L)1i111lt ,hereby declare thatI am (NAME) V t CP Pim a/lift / of Bill hi-wet-0 t ! a p.e .t/e/o j)m2/?f / 7 i 4 (FIRM) (CrrY AND STATE) and/hal I am the person responsible within myfirmforthe final decision as to the price(s)and amount of this Bid on this State Project I further declare that 1. The prices(s)and amount of this bid have been arrived at independently,without consultation communication or agreement,forthe purpose of restricting competition with any other contractor,bidder or potential bidder. 2. Neitherthe price(s)nor the amountof this bid have been disclosed to any other firm or person who Is a bidder or potential bidder on this project,and will not be so disclosed priorto the bid opening. 3. No attempt has been made orwill be made to solicit,cause or induce any other firm or person to refrain from bidding on this project,or to submita bid higherthan the bid of this firm,or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good falth and not pursuant to any agreement or discussion with,or inducemertfrom,anyfirm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontractor agreement regarding the purchase of materials or services from anyfirm or person,ar offered,promised or paid cash or anything of value to any firm or person,whether in connection with this or any other project,in consideration for an agreement or promise byanyfirm or person to refrain from bidding or to submit a complementary bid on this project 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person,and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any other project,in consideration for myfimm"s submitting a complementary bid,or agreeing to do so,on this project 7. I have made a diligent inquiry of all members,officers,employees,and agents of myfirm with responsibirites relating to the preparation,approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication,consultation,discussion,agreerrtertt,collusion,act or other conduct inconsistent with any of the statements and representations made in this Declaration. B. As required by Section 337.165,Florida Statutes,the firm has fully informed the Department of Transportation in writing of all convictions of the firm,its affiliates(as defined in Section 337.165(I)(a),Florida Statutes), and all directors,officers,and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract or forviolation of any state or federal law involving fraud,bribery,collusion,conspiracy or material misrepresentation with respecttoapublic contract This includes disclosure of the names of current employe es of the firm or affiliates who were convicted of contract crimes while in the employ of another company. BID NO:2020-026-DF CITY OF MIAMI BEACH 94 A-15 SM- Paso;rd 9. I certify that,except as noted below,neither myfimr nor any person associated therewith inthe capacity of owner,partner,director,officer,principal,investigator,project director,manager,auditor,and/or position involving the administration of Federal funds: (a) is presently debarred,suspended,proposedfor debarment,declared inetgirie,orvoluntarily excluded from coveredtransadlons,as defined In 49 CFR§29.110(a),by any Federal department or agency, (b) has within a three-year period preceding this certification been convicted of or had a civil judgment rendered against him or herfor commissionoffraud or a criminal offense in connection with obtaining attempting to obtain,or performing a Federal,Slate or local govemmenttransadion or public contract violation of Federal or State antitrust statutes; or commission of embezzlement,theft,forgery,bribery, falsification or destruction of records,making false statements or receiving stolen property (C) is presently indicted for or otherwise cnminattyorcivilly charged try aFederal,State orlocal governmental entity with commission of any of the offenses enumerated in paragraph 9(b)of this certification;and (d) has within a three-year period preceding this certification had one or more Federal,State or local government publictransactionstermninatedfor cause or default 10. l(We), certify that l(We),shall not knowingly enter into any transaction with any subcontractor,matenal supplier,orvendor who is debarred,suspended,declared ineligible,or voluntarily exclude dfromparticipation in this contract by any Federal Agency unless authorized bythe Department Where I am unable to declare or certify as to any of the statements contained inthe above stated paragraphs numbered(1)through(10),I have provided an explanation in the'Exceptions'portion below or by attached separate sheet EXCEPTIONS: (Any exception listed above will not necessarily result in denial of award,but will be considered in determining bidder responsibility. For any exception noted,indicate to whom it applies,initiating agency and dates of agency action. Providing false information may result in criminal prosecution and/or administrative sanctions.) I declare under penally of perjurythatthe foregoing is true and correct CONTRACTOR (Seal) WITNESS: ��/i// EP- NTID '�1t j' BY: WITNESS: / j IGNNTLRE Executed on this dayof Pert/ je FAILURE 70 FULLY COMPLETE AND EXECUTE THIS DOCUMENT MAYRESULTIN THE RID BEING DECLARED NONRESPONSIVE BID NO: 2020-026-DF CITY OF MIAMI BEACH 95 A-15 0.14 Pitt 3 REQUIRED CONTRACT PROVISIONS This certification applies to subcontractors,material suppliers,vendors and other lowertler participants. -Appendix B of 49 CFR Fart 29— Appendix B--Certification Regarding Debarment,Suspension Ineligibtttyand Voluntary Exclusion—Lower Tier Covered Transactions Instructions For Certification 1. By signing and submitting this proposal,the prospective lowertlerparticipant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered. It it Is later determined that the prospective lowertier participant knowingly rendered an erroneous certification,in addition to other remedies available to the Federal Government,the department or agencywith which this transaction originated may pursue available remedies,including suspension andlor debarment 3. The prospective lowe rtier participant shall provide immediate written notice to the person to which this proposal is submitted if at anytime the prospective lowertier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms'cove red transaction,""debarred,""suspended;""ineligible,""lowertiercoveredtrans action," "participant—Person,"'primary covered transaction,""principal,"proposal,'and Voluntanlyexcluded,'as used in this clause,have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contactthe person to whom this proposal Is submittedfor assistance in obtaining a copy of those regulations. 5, The prospective lowertier participant agrees by submitting this proposal that it shall not knowingly enter into any lowertier covered transaction with a person who is debarred,suspended,declared ineligible,or voluntarily excluded from participation in this coveredtransaction,unless authorized bythe department or agencywith which this transaction originated. 6. The prospective lower tie r participant f urther agrees by submitting this proposal that it will include this clause titled'Certification Regarding Debarment,Suspension,IneligibillyandVolunlaryE�cclusion—LowerTierCovered Transaction,"without modification in all lowertier coveredtransactions and in all solicitations for lowertier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lowertier coveredtransaction that it is not debarred,suspended,ineligble,orvoluntarily excluded fromthe covered transaction, unless it knows that the certification is erroneous. A participant may decide the method andfrequencybywhich it determines the eligibility at its principals. Each participant may,but is not required to,ct eckthe Nonprocurement List 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required byth is clause. The knowledge and information of a participant is not requiredto exceedthat which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except fortransactions authorized under paragraph 5 of these instructions,if a participant in a covered transaction knowingly enters into a lower tier coveredtransaction with a person who is suspended,debarred,ineligible,or voluntarily excludedfrom participation in this transaction,in addition to other remedies available to the Federal Government,the department or agency with which this transaction originated may pursue available remedies,including suspension andior debarment Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusior,—i oos+erTierCovered Transactions (1) The prospective lowertier participant certifies,by submission of this proposal,that neither it nor its pnncipals is presently debarred,suspended,proposedfordebarment declaredinebgile,or voluntaryexcludedirom participation in this transaction by any Federal department or agency. (2) Where the prospective lowertier participant is unable to certifyto any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. BiD NO:2020-026-OF CITY OF MIAMI BEACH 96 A-16 sros"E:f'Ft1.Fit Cfe+h`I iENT Co,11,00#,Fol.Tai Gi CERTIRCATIOW RETARDING DERARSmNT,SUSPENSION, RIBICSILITY AND VOLUNTARY R'XCW$(ON- LOWER TIER COVERED TRANSACTIONS FOR FERAL AID CONTRACTS (Comp tanto with 2 CFR Parts 180 and 1200) It Jac-armed that'len eer the het identified firm nor a;prinolpee ars rarotently suscendad,proposes far debarment dictered ine=gble,or olurnar sect m pathopaten�In tars tnrnsaactan•bre any federal tree&tl out or agency. / Name MComacooO gtrAotOrf Ary ilipe'.lti ,aid'�pe.. beV I yrytJ4r 1. aim, Pry/ • l.VA,id-ozo Tie* Vu l aQcdem Instrutllons for Corte-eaten Instructor's for CeMtcatbn.Lower Tier Pnrfc ants (Apptscabe to ae suboanbeete,purchase orders end other lower her transactcne regerrnp peer F! WA approval or eaterated to coag$25,000 or more-2 CFR Parts 180 and 1230) a.By spring and submitting this propasel,the prospective lower tier is providing the certiicatnn set out batow b.The cernfcatkm In'hits clause is a material representation of tact upon which reliance was paced when this transaction Net entered Into.If a s later determined that the prospective lower tier perbciperc knov.ngly rendered an erroneous senllcabon,In tide-hot to other remedes available to time Federal Gsorernment,Me deportment,or agony wet welch the transection orreniatcd may pursue aeetable remedies.iWdng suspension endke debarment c.The prospective lower tier participant shat provide immeaate wetter'notice to the person to which this proposal is subneted if at arty time the prospectaa rower ter participant teams that its certifsation was erroneods by reason of changed circumstances. d.The terms"covered trarsectione tial'errede'suseended,"eneligake,"partclpate,"'person,"'prinr,Tral,"and-voeinterey exctuded,"as used In this clause,are defined in 2 CFR Parts 180 and 1200-You may contact the person to which this proposal Is aubmtted for assistance in obtaining a copy of those regulations.'Forst Ther Covered Truneaceens"refers to any covered transaction between a grantee or subgreetee of Fodor*fends and a parlkWard(suet as the prime or genoeal contract) 'Levee Tier Covered Transections"talhrs10 any covered hnseollon under a First Tar Covered Trmrsec on(such es subcontracts), -First Tier Participant refers to the psrtibeent wire has entered trio a covered h#nsactiar vete a grantee or subgrardoo of Federal funds(such as the prime or general contractor) "Lower Tier Participant refers any participant veto has entered ion a covered transaction with a First Tier Participant or other tower Tier Parhicipam s(soon as subcontractors and suppliers) e.The prospective rower tier participant agrees by submetting urs praposa that,shoed the proposed covered transection be entered Into,It Beall not Meme rrgy enter Into any Inner tier covered transaction rah a person wino a debarred,auspended, declared'Wive*,or vofunterty excluded from particepatkn In tris covered transaction,unless au-Modred by the department or agency Pate which Me transaction originated f The prospective lower tier perbcrpant further agrees by submreeig this proposal that it veil include this clause titled 'Certdreab:re Regarding Debarment Suspenreen,Ineligibility and Voluatrry Exclusion Lower Tier Covered Transection,"wrrnoet modification,at all lower tier covered transactions and in all solicitations for lowerfter covered transactions exceeding the $25,000 threstroal. g.A particsent In a covered transaction may rely upon a certeicaton of a prospective pert-clove in a lower tier covered transaction that a not dotrered,syspondgel,Inoble,or wirntatdy excluded from the covered iransacton,unless It knows that the oartlhoatan a arronrcv's.A particrpartt In*Vomit*for*hooting that Its prinaGsls are not Steepended,deemed,or otherwise lnesrpble to participate in covered tram ectices,To vie the*Weeny of Its princcets as well es the altglb say or any lower tier prospectvre pertaipants,each participant may.but is not required to,checkthe Excluded Parties List System website (tetpse/wwwepes peel),which is compiled by the General Services Administration ti.Nothing carlarned In the toregoing shall be construed to require eetablrshmeat at s System 04 records In artier to render In good falth the certtfestwn required by tide deuce The knowledge and Information of participant a not requred to exceed that *elm is normals possesaed by a prudent person ei the°refinery course or business dealings. I Except for transactions authorized under perwarie cot those instruotionq RS portielpanl In a cevteed lranse011on knowemply cetera Into a tower tier covered trarrsadem wilt a person who a suspended debarred Ineligbs,or voluntarily excluded from pe.Kicipeton i i tins transaction,in addition to other remedies avafabae to the Federal Government,the department or agency with wbidi this transaction originated may pursue available remedies,Mottling suspension andrar determent BID NO: 2020-026-DF CITY OF MIAMI BEACH 97 A-17 o'ATE Qr FtryVtlb DEPARTWIT oK rwaawoatnnou aTsemi DISCLOSURE OF LOBBYING ACTIVITIES PACCAMENT 38V 1$1his firm opal»:+bts n your Ann, YES❑ + sa If no,Olen ple. . ... •ses�eeellon 4 bee3 fix`Prime" 1.Type of Federal Adler: 2.States of Federal Ashen: 3.Repert Typo: a.cpnttecd a hfdrolb3dappHraliess a_Indeed Hing b,grant b,aetlal award b.malerIal desnge c.cooperative agreement c.post-award For Materlsd Charge Only: d.ban Year. Quartet: 0.ban guarantee Date of hast report f.loan Insurance (mm` YYY) 4.Na and Address of Reporting EnhIty: 5.if Reporting Entity In to.4 is a Subewardde,Enter Name and Prtms ❑ Subawardee Address of etre e. Tier at krn : (ongreasional Ots11c1, f known:4c Congresabnal OIatrtct,if know 6.Federal Depertrm►nt'Agsncy: 7.Federal Program Namadhescrip16on: CfDA Number,N apptira Federal Acton Number.ft knower 9.Award Amo4nk t/knewn: $ 10.a.Nam and Addresa et Lobbying Registrant b.Individuals Perfonatg Swelces(Mck,s*ng address If (dfmdhvkhna1 feat name,ant name.A4 dttlarant from Mi. 108) (last name.Mt none Mf} 11.nramaeun fittl06414 Irmo ma lam a asm!mtedby urn 31 U S C.rm.nnn 13M cess dedoeute rA kttbysg aofybee 169 Signature: trokeiket i ap6eentelMa of kla tKksh 8641lebermt r®a Weed try the aborti Maar 10151-aneerMn M'at 10000 4X obteeml lnlg itsdedboute rooutedpsoeueat Iu31 U 8C 1357 Mid Name. Tbtelnbonellal VAN ba 4r41a6101110,4104lnrpNCtfo 00y s rxporr Mkt tdmlr to Inn n6xxeu®edswure MA be oared The: badeedporton otrotbraIpanS1e.Qooaronoimaethan S141 GOO in etch r,u,raare Telephone No.: Data(rnmrddvvyy): Federal Me Only: lwinon�eio tocal4capaductun ... . ._. t 510i4 Fom 1 ibbil T 671 .. BID NO: 2020-026-DF CITY OF MIAMI BEACH 98 � A-17 �rsoaal "ntti ttEil 4 oral Hrola?S INSTRUCTIONS FOR COMPLETION OF EF-11L,DISCLOSURE OF LOBBYING ACTIVITIES This Maciasuu,form eheat be completed try the reporting entity.whether s*thewardee or prime Federal recipient at the iniliaa*or receipt of a covered Federal action,or a malarial change toe previous ntal pursuant to free 31 U.S.C. section 1352.The ting el a form h metered for each payment Cr agreement to make prarterit to any bbtryt ng orlpy ter fntluencing or at0n1nun9 to rrttaerwe an oflk er or employee of any agency.a Mercer at Congress,an Mew or employee et Congress.,or an ernptayee of a Member of Congress in connecter with a cowed Federal=nary Complete all iMac that apply for Noor Ore initial filing and material change reeport.Refer lb the tmptamentng guidance published by the Ofd of Management and Bagel for addltbtal Information. 1, Identity the type of covered Federal action br which lobbying DOWN is ancilar has been secured to Influence lie ocdmme of a coveted Federal action. 2, tlenety the status nt the covered Federal as tion 3. ben*the appropriate cls tic/0bn of Itis repot If ens Is a toiowup report caused by a inatetel change to the ettorrnatloonn preveausy reported.enter 11*year and quarter In which Ss change occurred.Enter the date of the teat prevbue y submitted report by the repentng entity tar this coveted Federal actin. 4. Enter the tullnsme,address.city.State and attic code of the reporting enelyy,tnckfde Congressional Uisfrlct if known.ii.Check the ap roprtete cbsat&celan at tea reparirg entity that*agnates if II ia,or expects to be,a prime or su award teappient,tdenlly the tier of the subawardoe,e.g.,the first>rtbaward ae of the prime Is to 1st Her. Sutawan s include but me not lkntted to eut contracts,sangria*and contract awards under grants 5. If he organisation tiling the rural in item 4 checks St&a ardae.'then enter the 1LI name.address,city.State and zip code of the prime Nile,el rerinient.Inc to Cangreselona District it blown, 6, Enter ire tame at the federal agency malting the award or loan et:armltrnent ba9ade at beet one organizational Levet below agency name,ft known.For example,Department of Transportation,United States Coast guard. 7. Enter the Federal program name or description for the coveted Federal action(item 1).It known,enter the.tai Catalog of Federal Donieslc Aetestanoe(CFDA)number for pante,aaapeaatbve agreements,loans,end ban commitments. 8. Enter he most appropriate Federal Identifying number evadable for the Federal action idantilled h Item t(e.g., Request for Proposal(RFP)number,Invitation tar Bid(IFB)number,,grant announcement number,,tie cantrect, grant,or ban award number Ore appacalionlproposnt control number assigned by the Federal agency).Include prefacces.e.g..'RFP-DE-90-001.' 9, For a covered rederal eaten where there has been an award or ban commitment by the Federal agency,enter lie Federal renown of the awardlaan commitment for the Prone entity identified in dem 4 or 5. 10, (a)Enter the tun name,arffires,city,Stale and zip code of the lobbying registrant meter the Lobbying Disclosure Ad of 1995 engaged by lie reporting entity atentitkrd In tom 4 to Influence the coverall Fedsrat eaten, (b)Enter the full mews of the lndMidued(s)performing services,and Maxie Waddle=ft efferent Gram 10(a). Emla tact None.First Nanta,and Middle Initial(MI), 11. The certt'tyingn official shit sign and data the form,peril hisrhar name,Sara,and to1Cphono number Awaiting ceres*iteatiticeAt.".asd,aaetexs Ito pirarts ate,eyaierlforestall toe cxiNicnofantenwttswins It(ruckus d y414t}1$C0iIieManta* nee valid OMB rxa,edn'reneinttineAxnrrxa8orrcogoottxitoalrlF,jNo 0340 4048 PCtx.I'wasteIxoden larfere conn tae,at inezm xe s esenteksi to afmage 10 mantes per response,nrnnanq tune ire ternewrry rrhwims,teacrangeinsheq data manteaa, n>aa,nan3and Ntaietal o V*data waffled,titA tutpsblouziodurdaoatpIfnicdhtklat01a,txnaticrr-Sidedmaaes%regeeina11*taadu, cecinas nr any otter awed of rhecxtta0on orr,tanwtace tnr5rdrah r pu5tma.Sr rad,icine lie berden to an once or Menagorani sad {incest,Pageants rdeta tei PronctiaMainCistri Yrrshhrdott DCfaitill BID NO:2020-026-DF CiTY OF MIAMI BEACH 99 A-18 a7P s,Y Wl Ys e:A triPA-11,-P.117(Y T�.ti '�.PTil C't! Vendor Eligibility Check Prior to Contract Award " Protect Oescription(t1:.,_„�,,, financial Project ftumber(s): In accordance with State law: Section 28T13342i1b),Florida Statutes.provides that public entities may not contract with firms Lha t have been excluded horn participating in the public contracting process. A public entity may not accept any bid,proposal,or reply from,award any contract to,or transact any buslnesa.In tate%of the threshold amount provided Ins.287.017.f,5.,for CA 11400 Wi.) with any person or affiliate on-tne convected vendor list for a period of 34i months following the date that person or affiliate was placed on the C*twitted vendor list unless that person or offltlete has been removed from the list pursuant to Section 287.133(3)(f},F.S.A public entity that was transacting business with i person at the time of the commission of a public entity crime resulting In that person belna placed on the convicted vendor list may not accept any bid,proposal,or reply from,award any contract to,or transact any business with any other person who Is under the lame,or sobstantlatty the same,tontrai as the person whose naive appears on the convicted vendor list so long as that person's name appears on the convicted vendor list A contract award(reference 2 CFR 1200 and 2 CER 180)must not be made-to parties listed on the government-wide Excluded Parties list System In the System tot Award Management(SAM),In accordance with the OMIt guldellnes at 2 CER 180 tha t implement Executive Orders 12549(3 UK Part 1986 Comp.,p.189)and 12689(3 CFR Part 1989 Comp„p.235),"Debarment and Suspension." Pursuant to 23 CFR 172.0}I3),a contracting agency stall verify suspension and dekarmentactrons and eligbifity status of consultants and subconsultants prior to entering into an agreement or toothed In accordance with 2 CFR part 1200 and 2 CPR part 180,when the identities of such subconsultants are known prior to execution of the subject ageementor contract.The Excluded Parties tist System in SAM contains the names of parties debarred,suspended,or otherwise excluded by a8,rncie,at welt az parties declared ineltaible Under stattetexy or regulatory authority other than Executive Order 12549. The Convicted Vendor List/Suspended Vendor List/(scrirninatory Vendor List/Federal Excluded Parties List/Vendor Complaint Lists are available at the following Department of Management Services site; ILta:/1wWcv,Otavveyfk?p tttrOzonalrr r,, aptiatiortf,;ltlate. putcha%mijverldnr laiotTnarlct(Ittcmain:est susl=^nde l dlurimicra,tonr..comolaints vendor lists Section 287.135,F,5.prohibits a company from bidding on,submitting a proposal for,or entering Intact renewing a contract for goods or services of any amount if the company Is on the Scrutinized Companies that lierycatt Israel List,treated pursuant to Section 215.4725,F.S.or is engaged in a boycott of Israel, Section 287.135,F.5,also prohibits a company from bidding on, submitting a proposal for,or entering Into at renewing a contract for goods ar se rviaes of $1,000,000or more,if the company is on either the Scrutinized Companies with Activities in Sudan List,or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which are created pursuant to t,215.473,LS. BID NO: 2020-026-DF CITY OF MIAMI BEACH 100 A-18 ;TRIS 'fil::At(:�trP•SP/freHTif^!.eArt` f1TA/k f3 '.4.0.5041 Vendor Eligibility Check Parr to Contract Award rp<��� n Ottlt The list of Scrutinized Companies that Boycott Israel,and the Scrutinized List of Prohibited Companies(Activities en Sudan/t ran Petzo cum Energy Sector]are available at the foibwang Florida State Board of AdEministratoon site; lltt ://w w,sbolta Cflatt&dFitntiSW dvlar 17/fAsPcirt nnrlarC C- llcrvernorerriAnnriatns,avi I have checked the aforementioned I(at3 that apply to this procurement,as applicable to verify that the vendor farad all subs where known)is etigibk for contract award/execution; ProtUrentent Office nr Cnntraaaw'g Awarding Office; sTerY iri Printed / l r,, Signawrg,=� Date / ►AICA•• BID NO:2020-026-DF CITY OF MIAMI BEACH 101 A-19 STA TV OF FLORIDA OCPARTMENIT OF TFIAtISPORTATlON 775.054.11 DBE BID PACKAGE INFORMATION EovAL OPAOI/TllNRY OFFICE OSEtt9 Pose t of 2 DBE Utilization The Department.began Its DBE race neutral program January 1, 2000. Contract specific goals are not placed on FederaVState contracts; however, the Department has an overall 10.65%DBE goal it must achieve. In order to assist contractors in determining their DBE commitment level, the Department has reviewed the estimates for this letting. As you prepare your bid, please monitor potential or anticipated DBE utilization for contracts. When the low bidder executes the contract with the Department, information will be requested of the contractor's DBE participation for the project_ While the utilization is not mandatory In order to be awarded the project, continuing utilization of DBE firms on contracts supports the success of Florida's DBE Program, and supports contractors'Equal Employment Opportunity and ORE Affirmative Action Programs. Any project listed as 0% DBE availability does not mean that a DBE may not be used on that project_ A 0% DBE availability may have been established due to any of the following reasons: limited identified subcontracting opportunities, minimal contract days,and/or small contract dollar amount Contractors are encouraged to identify any opportunities to subcontract to DBE's. Please contact the Equal Opportunity Office at(850)414-4747 if you have any questions regarding this information. DBE Reporting tf you are the prime contractor on a project, enter your DBE participation in the Equal Opportunity Compliance system prior to the pre-construction or pre-work conference for all federal and state funded projects. This will not become a mandatory part of the contract It will assist the Department in tracking and reporting planned or estimated DBE utilization, During the contract the prime contractor is recjuired to report actual payments to DBE and MBE subcontractors through the web-based Equal Opportunity Compliance(EOC)system. All DEE payments must be reported whether or not you Initially planned to utilize the company. In order for our race neutral DBE Program to be successful, your cooperation is imperative_ If you have any questions, please contact EOOHelpijedor.state.fl.us. Bid Opportunity List The Federal DBE Program requires States to maintain a database of all firms that are participating or attempting to participate on FDOT-assisted contracts. The list must include all firms that bid on prime contracts or bid or quote subcontracts on FOOT-assisted projects,including both DBE's and non-DBEs. Please complete the Bidders Opportunity List through the Equal Opportunity Compliance system within 3 business days of submission of the bid or proposal for ALL subcontractors or sub-consultants who quoted to you for specific project for this letting. The web address to the Equal Opportunity Compliance system is: htto4://www.fdot_gov/equaiorportunity/eoc.shtm. BBE/AA Plans Contractors bidding on FDOT contracts are to have an approved DBE Affirmative Action Plan (FOOT Form 275-030-11B) on file with the FOOT Equal Opportunity Office before execution of a contract. DBE/AA Plans must be received with the contractors bid or received by the Equal Opportunity Office prior to the award of the contract. Plans are approved by the Equal Opportunity Office in accordance with Ch_ 14-78, Florida Administrative Code. Plans that do not meet these mandatory requirements may not be approved. Approvals are for a (3)three year period and should be updated at anytime there is a change.in the company's DBE Liaison Officer and/or President. Contractors may evidence adoption of the DBE/AA Policy and Plan and/or a change in the designated DBE Liaison officer as follows: • Print the first page of the document an company stationery (letterhead") that Indicates the company's name,mailing address,phone number,etc. • Print the company's name in the" "space;next to"Date"print the month/day/year the policy is being signed; record the signature of the company's Chief Executive Officer, President or Chairperson in the space next to"by"and print the full first and last name and position title of the official signing the policy. • Print the DBE Liaison's full name,email address, business mailing address and phone number the bottom of email. E-mail the completed and signed OBE AA Plan to: eeoforms(adot.state.fl.us. The Department will review the policy,update department records and issue a notification of approval or disapproval;a copy of the submitted plan will not be returned to the contractor. BID NO:2020-026-DF CITY OF MIAMI BEACH 102 APPENDIX Required Forms for Bid Submittal (Note: Attachments below only apply if the adjacent box is checked) ❑ ATTACHMENT 0-1: Prevailing Wage and Local Workforce Participation Program Requirements ❑ ATTACHMENT D-1A: Responsible Contractor Affidavit Form (PART A) ❑ ATTACHMENT D-1 B: Responsible Contractor Affidavit Form (PART B) • ATTACHMENT D-2: Bid Guaranty Form; Unconditional Letter Of Credit ❑ ATTACHMENT D-3: Statement of Compliance: Prevailing Wage Rate Ordinance BID NO: 2020-026-DF CITY OF MIAMI BEACH 129 M I AM PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov EXHIBIT D: State of Florida Department of Transportation Project Commitments Record S g; ADDENDUM N0.S INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) FM?t 440841-1-58-01 M I AMI B EACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3,d Floor Miami Beach,Florida 33139 www.miamibeachfl.gov State of Florida Department of Transportat;on Project Commitments Record FM: 440841-1 FAPtt 0620-029-B Project Name: CITY OF MIAMI BEACH-NORTHSHORE OPEN SPACE BEACHVVALK Environmental Document Type 1 Categorical Exclusion Environmental Document 6/1/2020 Type: Approval Date: Commitment itment TNIe• NEPA-Staging Commitment Made To: Project Leader Environmental Commitment Yes Status: Commitment Added Affects Any Other Environmental Commitment: No Implementation Discipline: Construction Commitment Approval Date: Transmittal Date: 5/28(2020 Commitment Description: NEPA Commitment Consistent with the Staging Plan,Sheet G-010,all staging activities will occur within a bare-sand area located within the park boundaries,immediately west of the maintenance yard.The proposed staging will not interfere with the public functions of the park on either a temporary or permanent basis.This staging area will be temporary in nature,to be utilized as such only for the duration of construction of the proposed improvements.An staging areas wit be cleared of machinery,equipment and materials,and It will be restored prior to the completion of the project Comments/Notes: (Most Recent Comment Snowy Projects Linked to the Commitment There are no other projects linked to this commitment. Page 1 of 1 Print Date.7/14/2020 11'02.21 AM 6 ADDENDUM NO.5 INVITATION TO BID NO.2020-026-DF NORTH BEACH OCEANSIDE PARK BEACHWALK(FROM 79TH TO 87TH ST) IMif440841-1-58-01 D-1 The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize,for clarity,the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts,the requirements of the City Code, with respect to these programs, shall prevail. I. MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not 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. (reference: Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum)the name and zip code for the covered employee, to the City accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed. Beginning, January 30, 2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCP Tracker. No payment application shall be deemed accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training.The Procurement Department offers ongoing training in LCP Tracker to all contractors. To schedule a training session, contact Alian Gonzalez at AlianGonzalez@MiamiBeachFL.gov or at 305-673-7490. BID NO:2020-026-DF CITY OF MIAMI BEACH 130 D-1 II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit. As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award, the bidder shall submit a Responsible Contractor Affidavit.The Responsible Contractor Affidavit(RCA) is comprised of two(2)forms —RCA-Part A and RCA-Part B. Both forms are required to be submitted with the bid or within 48 business hours of being notified by the Procurement Contracting Officer for the solicitation. Failure to submit the RCA shall result in the bid being disqualified and deemed non-responsive. a. Part A—Commitment to Promote Local Workforce Participation.The contractor,and each subcontractor,shall submit RCA-Part A affirming that it 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 affirm that it will make its best reasonable efforts to promote employment opportunities for Miami Beach residents.To download RCA-Part A affidavit, click here. b. Part B — Position / Employee Data. The contractor, and each sub-contractor shall submit RCA-Part B with the following sections completed: • Section 1 — Indicate the number of positions required to complete the contract work, the minimum qualification(s) for each position, the number of positions currently staffed, and the number of positions to be hired. • Section 2—For the positions indicated in Section 1,specify the name,address,and position of each current employee of the contractor or subcontractor. To download RCA-Part B form, click here. 2. Workforce Performance Report. Before its final application for payment,the contractor shall submit its final Certified Payroll in LCP Tracker, which shall be deemed its final Workforce Performance Report. If the project goal of thirty percent(30%) of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. BID NO:2020-026-DF CITY OF MIAMI BEACH 131 D-1 III. PROCESS FLOW The following graphic outlining the major steps of the Prevailing Wage and Local Workforce Participation programs is provided illustrative purposes only. 6.Contractor submits Workforce Performance 1.Bidder submits a Report prior to bid or proposal. submittal of final payment application. 2.With its bid or proposal,Bidder 5.Project submits Completed. Responsible Contractor Affidavit-Parts A and B. 4.Prior to 1r submitting every payment application, 3.Project Awarded. Contractor submits Certified Payrolls in LCP Tracker. Balance of Page intentionally Left Blank BID NO:2020-026-DF CITY OF MIAMI BEACH 132 D-1A ta177;vt-REQuiR.,, ,,*itesuamiTTEDvoTH THE BID ORWITHIN-48 BUSINESS HOURS OF REQUEST. LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part A - Commitment to Promote Local Workforce Participation In accordance with Article III, Section 31-40 of the Miami Beach Code, all contractors and subcontractors of any tier performing on a city contract valued in excess of$1,000,000 for(i)the construction, demolition, alteration and/or repair of city buildings or city public works projects,or(ii)a contract valued in excess of$1,000,000 which provides for privately-funded construction,demolition,alteration and/or repair of buildings or improvements located on city-owned land,and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami- Dade County residents and seek to achieve a project goal of having thirty percent(30%)of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, contractor(s) shall provide the residence adcjress of each worker. � }' d -,hoc V' Pit ; / ,' ; -----.-_ Print Name of Affiant Print Title of Affiant Sjq re of Affiant 840 Vi-e,A,' kittti/S Clye )-ezfiity Merit AV/601.),42-1/ Name of Firm Date I;.... . IbaYY_. .• . 332).33 Address of Firm State Zip Code Notary Public Information Notary Public-State of Fi-OC/44 F—,/44County of ightnit —hQ , Subscribed and sworn to(or affirmed)before me this /(e___ day of, ; ,'14, ,- 20 2-0. by hily;jf;)7n 04 He or she S--personally_cnown_ts ❑ or has produced identification 0 Type of idtn tiff : for ploduced t / / fak Sign.1-4,1V: r,t.ry Pu.lic Serial Number rlo "�a'9�hai4tfet i��.o" da Expir tion Date t> '6s dissoon y r # • My Commission GG 207016 '� �a` MY Commisaiors GG 207o16 V?os ted' Expires 04112/2022 �q St Expires 04tt 2/2022 BID NO:2020-026-DF CITY OF MIAMI BEACH i 133 THIS FORM ISR *LIMED TO BE SUBMITTED WITH THE BID OR WITHIN 48 BUSINESS HOURS OF R LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part B - Positions/Employee Data SECTION 1—REQUIRED POSITIONS.Specify the total number of positions that will be used by the Contractor(and by all subcontractors)to pei trades and labor work of the contract,broken down by trade and labor category,minimum qualifications for each category,and the number of F category. Name of Contractor/Subcontractor: A g C D Trade/Category Minimum Qualification(s) No.of Positions Required No.of Positions Currently for the Work Staffed Total: SECTION 2—CURRENT EMPLOYEES.For those positions currently staffed by the contractor or subcontractor(Column D),identify each individua trade category of all persons proposed to perform work under the contract currently on the contractor's or subcontractor's payroll who reside i Dade County. Employee Name Address Trade/Categor .ce.i/r hat the representations contained in this Construction Workforce Plan are to the best of ivy knowledge true ibljv Torisbi4 Pii -' nature of Affiant Print Name Print Title BID NO: 2020-026-DF CITY OF MIAMI BEACH Ls 134 D-2 LI BID GUARANTY FORM UNCONDITIOilit LETTER OF CREDIT Date Issue \\.}) Vu./ `, ss s an k's No. Benefi i � . c ary: pllcant: 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 BID NO:2020-026-OF CITY OF MIAMI BEACH 135 D-2 to herein or to which this Letter of Credit is referred or this Letter of Credit relates,and any sucf.. 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 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. Al< !prized Signature BID NO: 2020-026-DF CITY OF MIAMI BEACH 136 ❑ STATEMENT OF COMPLIANCE: D-3 PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. c4 - 0 72)F- Contract F Contract No. Project Title A/L36 /},A,a,214 ,i _Deck- BPAh i //G (p-in# a) V/ 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 Pe( , 2026 1 t rr i Poi r.�tor) By: ;, 1Z ignature) _ By: 411f44 ) VP STATE OFA (Print Name and Title) ) SS COUNTY OF>✓t1lrYl( ) The foregoing instrument was acknowledged before me this /041 day of �, _ 20 , by j y;t?S , _' who is persona /�'knOWn to me who has produced as identification and who did/di. rrattakean oath. WITNESS my hand and official seal, this - f i� 20 2,, (NOTARY SEAL) (Signa4yf p:rs n taking acknowledgment) �r•''w.� Notary Public state of FroridTGla �1 � /C4 'S6 Jennifer Jaikissoon (Name of officer taking acknowledgment) .r My Commission GG 207016 es Expires04/12/2022 (typed, printed or stamped) (Title or rark) (Serial number, if any) My commission expires: t4/12--A).2-'2-- BID 4/t ��'�BID NO:2020-026-OF CITY OF MIAMI BEACH 137 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION 375-040-62 BID OPPORTUNITY LIST FOR COMMODITIES & CONTRACTUAL PROCUREMENT 01/16 SERVICES Prime Contractor: BrightView Landscape Development, Inc. Address/Phone Number: 4155 East Mowry Drive. Homestead Floruda 33033 - 305-258-8011 Procurement Number: 2020-026-KB 49 CFR Part 26.11 The list is intended to be a listing of all firms that are participating, or attempting to participate, on DOT-assisted contracts. The list must include all firms that bid on prime contracts, or bid or quote subcontracts and supplies materials on DOT-assisted projects, including both DBEs and non-DBEs. This list must include all subcontractors contacting you and expressing an interest in teaming with you on a specific DOT-assisted project. Prime contractors must provide information for Numbers 1, 2, 3 and 4, and should provide any information they have available on Numbers 5, 6, and 7 for themselves, and their subcontractors. 1. Federal Tax ID Number: 95-1590418 6. ❑ DBE 7. Annual Gross Receipts 2. Firm Name: BrightView Landscape Development ❑ Non-DBE ❑ Less than $1 million 3. Phone: 305-258-8011 ❑ Between $1 -$5 million 4. Address: 4155 East Mowry Drive ❑ Between $5 - $10 million Homestead FL 33033 ❑ Between $10- $15 million ❑ More than $15 million 5. Year Firm Established: 1969 1. Federal Tax ID Number: 65-0930302 6. ❑ DBE 7. Annual Gross Receipts 2. Firm Name: Ram-Tech Construction ❑ Non-DBE ❑ Less than $1 million 3. Phone: (305)259-7853 ❑ Between $1 - $5 million 4. Address: 15802 SW 200th Street, ❑ Between $5- $10 million Miami, FL 33187 ❑ Between $10- $15 million ❑ More than $15 million 5. Year Firm Established: 1998 1. Federal Tax ID Number: 65-0495070 6. ❑ DBE 7. Annual Gross Receipts 2. Firm Name: South Florida Electrical Consultant, Inc. ® Non-DBE ❑ Less than $1 million 3. Phone: 786.299.2337 ❑ Between $1 -$5 million 4. Address: 4234 SW 75th Ave ® Between $5 -$10 million Miami, FL 33155 ❑ Between $10- $15 million ❑ More than $15 million 5. Year Firm Established: 1995 1. Federal Tax ID Number: 6. ❑ DBE 7. Annual Gross Receipts 2. Firm Name: ❑ Non-DBE ❑ Less than $1 million 3. Phone: ❑ Between $1 -$5 million 4. Address: ❑ Between $5 -$10 million ❑ Between $10- $15 million ❑ More than $15 million 5. Year Firm Established: AS APPLICABLE, PLEASE SUBMIT THIS FORM WITH YOUR: BID SHEET (Invitation to Bid —ITB) PRICE PROPOSAL (Request for Proposal— RFP) REPLY(Invitation to Negotiate— ITN) ATTACHMENT D INSURANCE REQUIREMENTS TYPE 10 — CONSTRUCTION W/O DESIGN AND PROFESSIONAL SERVICES (INSTALLATION FLOATER) INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence, and $4,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D. Installation Floater Insurance against damage or destruction of the materials or equipment in transit to, or stored on or off the Project Site, which is to be used (installed into a building or structure) in the Project. (City of Miami Beach shall Named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability Insurance in an amount no less than $3,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation — Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(c�riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement.