Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract between CMB and Amici Engineering Contractors LLC (2025)
Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Z(D7 i025 Docusign Envelope ID'.CC91FE80-C165-44DF-99CF-C780A4E7932E Contract No. 24-511-01 CONTRACT 4/2/2025 I 11:09 EDT THIS CONTRACT ("Contract") is made and entered into as of the by and between the City of Miami Beach, Florida, a municipal corporation (the "City") and AMICI ENGINEERING CONTRACTORS LLC(the"Contractor"): WITNESSETH, that the Contractor, for and in consideration of the payments hereinafter specified and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the materials required, to do and perform all the work and labor, in a satisfactory and workmanlike manner, required to complete this Contract within the time specified, in strict and entire conformity with the Plans, Specifications, and other Contract Documents, which are hereby incorporated into this Contract by reference,for: ITB-2024-511-JP WATER MAIN REPLACEMENT- FIRE FLOW PACKAGE NO.1 The Contractor agrees to make payment of all proper charges for labor and materials required in the aforementioned work, and to defend, indemnify and save harmless City, and their respective officers and employees, from liabilities, damages, losses and costs including, but riot limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. The requirements of the Contract Documents, as such term is defined in the Invitation to Bid are hereby incorporated by reference to the General Conditions for Construction Cortracts dated April 13, 2020, and Formal Solicitation 'erms & Conditions — Goods and Services dated October 27, 2022, are hereby incorporated by reference as if fully set forth herein. Without limiting the foregoing, the Contract Documents expressly include this Cortract, Composite Attachment A (the City's General Conditions for Construction Contracts, Formal Solicitation Terms&Conditions—Goods and Services),Attachment B(Plans and Specifications, Invitation to Bid No. 2024-511-JP and all Addenda thereto), Attachment C (Sunbiz Entity Detail and Contractor's Response to the ITB), and Attachment D (Insurance requirements). For the avoidance of doubt, all of the documents constituting the Contract Documents now or hereafter existing (including any Change Orders, Work Orders, Field Orders, schedules, shop drawings, issued subsequent :o the date of this Contract etc.) shall govern this Project. The Anti-Human Trafficking Affidavit is hereby incorporated into this Agreement as Attachment E. [BALANCE OF PAGE INTENTIONALLY LEFT BLANK] 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Docusign Envelope ID:CC91FE80-C165-440E-99CF-C780A4E7932E Contract No. 24-511-01 In consideration of these premises, the City hereby agrees to pay to the Contractor for the work. when fully completed,the total maximum sum of eight million,three hundred seventy- seven thousand three hundred ninety dollars and fifty-six cents ($8,377,390.56). The Contract Price consists of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal: Total Base Bid+ Indemnification $7,475,809.60 Total Permit Allowance Account $10,000.00 Off-Duty Police Officer Allowance $100,000.00 Influent Gravity Sewer Lateral Allowance $30,000.00 Total Alternate Items(if applicable) NONE Total Owner's Contingency $761,580.96 Contract Price $8,377,390.56 The Contract Price,exclusive of the Owner's Contingency and Permit Allowance,includes, without limitation, all costs fcr all labor, materials, equipment, fixtures, freight, field supervision, supervisory expenses, project vehicles, field office and equipment, postage and delivery, safety and first aid, telephone, transportation of employees, parking, insurance, taxes, preparation and maintenance of the construction schedule and the preparation of as-built and shop drawings, as well as Contractor's overhead and profit required for completion of all the Work in accordance with the requirements of the Contract Documents, including work reasonably inferable therefrom,even if such items of Work are not specifically or expressly identified as part of a line item in the Bid Price Form. The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents. Progress and Final Payments will be made as provided for in the Contract Documents. Contract Time: Contract Time and Schedule Days for Substantial Completion: 335 calendar days Days for Final Completion: 65 calendar days Liquidated Damages (as applicable) Failure to achieve Substantial Completion: $2,650.00/day Failure to achieve Final Completion: $1,325.00/day 2 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Docusign Envelope ID:CC91FE80-C165-44DF-99C1--C780A4E7932E Contract No. 24-511-01 Whenever either party desires to give notice to the other, such notice must he 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 unless such notice information is revised in a Contract amendment duly executed by the City and the Contractor. For the present, the parties designate the following: For City: City of Miami Beach Public Works Department 1700 Convention Center Drive Miami Beach, FL 33139 Attn: Bradford Kaine, Interim Public Works Director Ph: 305-673-7616 ext. 3541 Email: bradfordkaine(c�miamibeachfl.gov With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 Attn: Ricardo Dopico, City Attorney Pt;: 305-673-7000 Email: ricardodopico(a miamibeachfl.gov For Contractor: AMICI ENGINEERING CONTRACTORS, LLC Attn: Juan Barreneche 10621 SW 139 Street Miami, FL 33176 Ph: 954-650-4699 Email: juanb(c amiciec.com 3 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Docusign Envelope ID:CC91FE80-C165-44DF-99CF-C780A4E7932E Contract No. 24-511-01 IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by their appropriate officials as of the date first above written. FOR CITY: ATTEST: CITY OF MIAMI BEACH, FLORIDA DocuSignedd ,by: rAftla By. AaaaAoacs�ac� By: Rafael E. Granado, City Clerk Eric Carpente , City Manager 4/2/2025 I 11:09 EDT Date: [soak: APPROVED AS TO FORM & LANGUAGE &FOR EXECU LION 104-1/1---,0 .3)7/) z— City Attorney Date FOR CONTRACTOR. AMICI ENGINEERI ONTRACTORS LLC Name: .IAAN1 BA RAILS Nt,c14-. I Date: 3�13 i 2.5' . . ± v ma's /soar1 , • Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ATTACHMENT A CITY OF MIAMI BEACH TERMS & CONDITIONS Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ^ ' "AIBEACH GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS (April 13, 2020) ARTICLE 1. DEFINITIONS AND INTERPRETATION OF CONTRACT DOCUMENTS. 1.1. Definitions. The definitions included in this Section are not exhaustive of all definitions used in the Contract Documents. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein, as follows: "Applicable Laws" means all laws, codes (including, but not limited to, building codes), ordinances, rules regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, Project Site, or the Parties. "Application for Payment" means the detailed itemized documentation, including all supporting documentation, in a form and substance satisfactory to the City, submitted by the Contractor on a monthly basis in order to obtain the City's approval for payment for Work performed pursuant to the Contract Documents. "Bid" means an offer or proposal submitted by a bidder in response to this ITB. The terms "Bid" and ''Bid Submittal" are used interchangeably. "Bidder" means any individual or firm submitting a Bid for this Project. "Change Order" means a written document ordering a change in the Contract Price and/or Contract Time or a material change in the Work(as defined herein). A Change Order must comply with the requirements of the Contract Documents. "CIP lnspector/PWD Field Observer" means a City employee charged with observing and documenting, for internal City purposes only,general observations and conditions of the Project including,without limitation,the weather conditions, the number of workers present at the time of observation, general type of work being performed and taking photographs regarding same. Contractor expressly waives any right to assert as a defense to any claim regarding the Project including, without limitation, any dispute between the City and Contractor, and Contractor and any third party, the presence or purported approval or consent of any CIP Inspector or other City employee conducting any field observations during the Project. The Contractor expressly acknowledges that the purpose of such City employee is to observe and document for internal purposes only general observations and conditions of the Project, and in no way is intended to, nor shall be treated as, a person with authority to approve or reject the Work on behalf of the City or any other entity, or to direct the Contractor's Work in any way. Contractor expressly agrees to waive the presence of such CIP Inspector or other City employee performing field observations as a defense to any Claims involving the Project. "City" means the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Department permits,or other applicable permits within its jurisdiction,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. "City Commission" means the governing and legislative body of the City. "City Manager" means the Chief Administrative Officer of the City. The City Manager shall be construed to include the Contract Administrator and any duly authorized representatives of the City as the City Manager may designate in writing at any time with respect to any specific matter(s)concerning the Project and/or the Contract Documents (exclusive of those authorizations reserved to the City Commission or regulatory or administrative bodies having jurisdiction over any matter(s) related to the Project and/or the Contract Documents). "Claim" means a demand or assertion by one of the parties seeking, as a matter of right, adjustment or interpretation of the Contract Documents, payment of money, extension of time or other relief with respect to the Contract Documents or Project. The term ''Claim" also includes other disputes and matters in question between the City and Contractor arising out of or relating to the Contract Documents. Claims must be initiated by written notice in strict accordance with the Contract Documents. The responsibility for substantiating Claims shall rest with the Party making the Claim. All Claims submitted by Contractor must comply with the requirements of the City's False Claims Ordinance, as set forth in Sections 70-300 et seq., of the City Code, or shall be forfeited in accordance with the terms of the False Claims Ordinance and conclusively waived and released. "Consultant" means the firm named in the Invitation to Bid Summary as the "Consultant,"that has entered into a separate agreement with the City to perform architectural,engineering,or other design and construction administration services for the Project, and who will serve as the "architect of record" and/or "engineer of record" for the Project. Wherever the word "Architect" or"Engineer" or"Consultant" appears in the Contract Documents, it shall be deemed to refer to the Consultant and/or the design professionals engaged by the Consultant. All communications, directives, instructions, interpretations and actions required of Consultant shall be issued or taken only by or through Consultant's authorized representative(s). "Construction Superintendent" means the individual who is a representative of the Contractor, and who shall be responsible for continuous field supervision, coordination, and completion of the Work,and who shall maintain a full-time on-site, physical presence at the Project Site and satisfy the obligations of Construction Superintendent as provided in the Contract Documents. "Contract" means the written agreement between the City and the Contractor for the performance of the Work in accordance with the requirements of the Contract Documents, and for the payment of the agreed consideration. "Contract Administrator" means 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 initial Contract Administrator for the Project is named in the Invitation to Bid Summary. "Contract Documents" means all of the documents setting forth bidding information, requirements and contractual obligations for the Project, including this ITB. Contractor's Bid in response thereto, the Contract, 2 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 and the Plans and Specifications, together with all addenda to any of the foregoing, Change Orders, Work Orders, Field Orders, schedules and shop drawings, and all other documents required by the ITB for the completion of the Project. "Contract Price" means the amount established in the Contract Documents as the total amount the City is obligated to pay for full and complete performance of all of the Work required by the Contract Documents (including, but not limited to, all labor, equipment and materials to administer, coordinate, provide related certifications, install and otherwise construct and complete the Project within the Contract Time), and as may be amended by Change Order. "Contract Time" means the number of days allowed for completion of all Work, as stipulated in the Contract Documents, and as may be amended by Change Order. "Contractor" means the individual or firm whose Bid is accepted and who enters into the Contract with the City to construct the Project pursuant to the Contract Documents and who is liable for the acceptable performance of the Work and payment of all debts pertaining to the Work. "Days" means all references to numbers of days in the Contract Documents, shall be construed to mean calendar days, unless specifically noted otherwise. The term "business days" means a day other than a Saturday, Sunday, Federal holiday or any day on which the principal commercial banks located in Miami- Dade County, Florida are not open for business during normal hours. "Field Order" or "Field Directive" means a written order which further describes details or provides interpretations necessary to complete the Work of the Contract Documents but which does not involve a change in the Contract Price or Contract Time. "Final Completion" means the date upon which all conditions and requirements of the Contract Documents, permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by the City; any other documents required to be provided have been received by City; and the Work has been fully completed in accordance with the Contract Documents. "Notice(s)to Proceed" or"NTP" means a written letter or directive issued by the Contract Administrator to Contractor to commence and proceed with portions of the Work as specified therein or a specific task of the Project, and stating any further limitations on the extent to which Contractor may commence and proceed with the Work. Unless otherwise approved by the City at its sole discretion, City's issuance of a Notice to Proceed for construction or portions thereof shall be contingent upon Contractor obtaining all appropriate permits and satisfying all requirements of agencies having jurisdiction. However, the City is not obligated to immediately issue NTP on the date Contractor obtains all requisite permits and/or satisfies the specified conditions precedent for issuance of NTP. The date of issuance of NTP shall be determined at the City's sole discretion once Contractor has obtained all required permits and otherwise satisfied all conditions precedent to issuance of NTP. "Owner's Contingency" means that separate fund which is available for City's use at its sole discretion to defray additional expenses relative to the design and construction of the Project, as well as additional expenses expressly chargeable to the City or otherwise deemed the responsibility of the City pursuant to the Contract Documents. The City retains exclusive use and control of the Owner's Contingency. The Contractor has no right or entitlement whatsoever to the Owner's Contingency, and use of such funds are subject to the Contract Administrator's or City Manager's prior written approval and issuance of a Change Order by the City 3 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 at its sole and absolute discretion. Any unused City Contingency remaining at the completion of the Project shall accrue solely to the City. "Parties" means City and Contractor, and "Party" is a reference to either City or Contractor, as the context may indicate or require. "Plans" means the drawings or reproductions thereof prepared by the Consultant, which show the location, character, dimensions and details of the Work to be done, and which are a part of the Contract Documents. "Project" means the improvements described in the Contract Documents and all Work that is contemplated thereby or reasonably inferable therefrom. "Project Initiation Date" means the date upon which the Contract Time commences. "Project Manager" means the authorized individual which is the representative of Contractor and who will administer and manage the prosecution of all Work on behalf of the Contractor. "Punch List" means the list or lists prepared by Contractor, incorporating input provided by the City or Consultant, identifying matters that remain to be completed to achieve Substantial Completion and to be completed between achievement of Substantial Completion and Final Completion in order that Final Completion can be declared by City to have occurred. "Purchase Order" means the written document issued by the City to the Contractor indicating types, quantities. and/or agreed prices for products or services to be provided to the City. "Responsible Bidder" means 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, including, without limitation, the factors identified in Section 2-369 of the City Code. "Responsive Bidder" means 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. "Schedule of Values" means a written schedule setting forth the detailed and itemized cost breakdown, inclusive of labor, material, and taxes of all elements comprising the Contract Price. "Specifications" means the general term comprising all of the written directions, provisions and requirements contained in the Contract Documents, as amended, describing the work required to be performed, including detailed technical requirements as to labor, materials, supplies, equipment and standards to which such work is to be performed. "Subcontractor" means any person or entity supplying the Contractor with labor, materials, supplies or equipment used directly or indirectly by the Contractor in the prosecution of the Work. "Substantial Completion" means the date when the Work, as certified in writing by the Consultant, and determined by the City in its sole discretion, has been developed, designed, engineered and constructed in accordance with the Contract Documents such that all conditions of permits and regulatory agencies have 4 I General Conditions for Construction Contracts(April 13, 7020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 been satisfied and the Project is ready for occupancy, utilization and continuous commercial operation for the uses and purposes intended by the City, without material interference from incomplete or improperly completed Work and with only minor punch list items remaining to be completed, all as reasonably determined by the City and evidenced by (1) the issuance of a Certificate of Occupancy or Certificate of Completion by the authority having jurisdiction; (2) the issuance of a Certificate of Substantial Completion by the Consultant; and (3)acceptance of such Certificate of Substantial Completion by the City pursuant to the Contract Documents. "Surety" means the surety company or individual which is bound by the bid bond, or by the performance bond or 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. "Work" means all construction and services required by or reasonably inferable from the Contract Documents for the completion of the Project, including the provision of all labor, materials, equipment, supplies, tools, machinery, utilities, procurement, fabrication, transportation, construction, erection, demolition, installation, insurance, bonds, permits and conditions thereof, building code changes and governmental approvals,testing and inspection services,quality assurance and/or quality control inspections and related certifications, training, surveys, studies, supervision, and administration services to be provided by the Contractor, and other items, work and services that are necessary or appropriate for the total construction, installation, furnishing, equipping, and functioning of the completed Project, together with all additional, collateral and incidental items, work and services required to achieve Final Completion in accordance with the Contract Documents. 1.2. Interpretation of the Contract Documents. 1.2.1. As used in the Contract Documents, (i)the singular shall include the plural, and the masculine shall include the feminine and neutral, as the context requires; (ii) ''includes" or"including" shall mean "including, but not limited to" and "including, without limitation;" and (iii) all definitions of agreements shall include all amendments thereto in effect from time to time. 1.2.2. Whenever it shall be provided in the Contract Documents that the Contractor is required to perform a service or obligation "at its sole cost and expense"or words of substantially similar meaning,the Contractor shall not be entitled to reimbursement for such item and the cost of such service or obligation shall not be included in any Application for Payment. 1.2.3. Contract Documents shall be construed in a harmonious manner, whenever possible. The general intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Project by the Contractor. 1.2.4. The Contract Documents shall be taken as a whole and are complementary, and any item of Work called for in any Contract Document shall be as binding as if called for by all, so that any part of the Work shown or described in any of the Contract Documents, though not specifically referred to in other Contract Documents, shall be executed by Contractor and binding as a part of the Contract Documents, as well as any Work which, in the sole opinion of City, may be fairly inferred from the Contract Documents or by normal industry practice. I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 1.2.5. Detailed plans shall take precedence over general plans for the same part of the Work.Specifications and detailed plans which may be prepared or approved by City after the execution of the Contract and which may be fairly inferred from the original specifications and plans are to be deemed a part of such specifications and plans, and that portion of the Work shown thereby shall be performed without any change in the Contract Price or Project Schedule. With respect to conflicts between large-scale drawings and small-scale drawings, the larger scale drawing shall govem, unless otherwise dictated by Consultant. 1.2.6. Where compliance with two or more requirements is indicated in any of the enumerated Contract Documents and where these requirements within the Contract Documents conflict in quantity or quality, the Contractor shall comply with the most stringent requirement as determined by the City, unless specifically indicated otherwise in the Contract Documents. 1.2.7. As used in the Contract Documents, unless specifically indicated otherwise, references to an Article include all Sections,Subsections,and items within that Article; references to a Section include all Subsections and items within that Section; and references to a Subsection include all items within that Subsection. 1.2.8. Words which have a well-known technical or trade meaning are used herein in accordance with such recognized or well-known meaning, unless the Contract Documents otherwise specifically define such word. 1.2.9. The Recitals,Appendices, Exhibits and Schedules attached hereto are expressly incorporated in and made a part of the Contract Documents as if fully set forth herein. ARTICLE 2. INTENTION AND PRIORITY OF CONTRACT DOCUMENTS. 2.1. Intention of City. It is the intent of City to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 2.2. Priority of Contract Documents. In the event of conflict or inconsistency among the Contract Documents, the following order of precedence shall govern the interpretation of the Contract Documents: a. Change Orders or Amendments to this Contract(excluding the Plans and Specifications); b. The Contract Documents(excluding the Plans and Specifications); c. Modifications or changes to the completed Plans and Specifications, as approved by the City; d. The completed Plans and Specifications, as approved by the City; and e. The ITB. In the event of any conflict between the General Terms and Conditions of the ITB (as may be amended by Change Order), and the Specifications, the provisions of the General Terms and Conditions, as amended, shall take precedence and control. 6 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Contractor shall be furnished two (2) copies, free of charge, of the Contract Documents; which shall be preserved and always kept accessible to the City, the Consultant, and their respective authorized representatives. Additional copies of the Contract Documents may be obtained from City at the cost of reproduction. ARTICLE 3. CONTRACTOR'S DUTIES AND RESPONSIBILITIES. 3.1. Performance of the Work. The Contractor covenants and warrants that it shall be responsible for performing and completing, and for causing all Subcontractors to perform and complete, the Work in accordance with the Contract Documents and all Applicable Laws relating to the Project. Accordingly, Contractor shall furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the Work described in the Contract Documents,and all Work that is contemplated thereby or reasonably inferable therefrom. As part thereof, Contractor shall achieve Substantial Completion within the time period specified in the Invitation to Bid Summary for Substantial Completion, as such date may be extended pursuant to the terms of the Contract Documents, and shall achieve Final Completion of the Project by the date established in the Contract Documents for Final Completion, as such date may be extended pursuant to the terms of the Contract Documents. Unless otherwise provided in the Contract Documents,or as agreed to in writing between City and Contractor, the form and content of all reports, forms and regular submittals by Contractor to City shall be subject to prior approval of the City, and Contractor shall submit such materials to the City for City's approval prior to implementation. City's approval thereof shall not limit City's right to thereafter require reasonable changes or additions to approved systems, reports, forms and regular submittals by Contractor to City. 3.2. Standard of Care. The Work shall be performed in accordance with the professional standards applicable to projects, buildings, or work of complexity, quality and scope comparable to the Work and the Project. More specifically, in the performance of the professional services under this Contract, Contractor shall provide the care and skill ordinarily used by members of its profession practicing under similar conditions for projects of similar type, size and complexity at the same time and locality of the Project. Work shall be performed by the Contractor, Subcontractors, and specific personnel referred to in the in the Contract Documents in accordance with their respective degrees of participation provided and represented to the City by the Contractor from time to time. The Contractor may add Subcontractors as it deems necessary or appropriate in order to carry out its obligations under the Contract Documents, provided such entity shall be suitably qualified and shall be subject to the prior approval of the City. Nothing contained in the Contract Documents shall be construed to create any obligation or contractual liability running from the City to any such persons or entities, including to any Subcontractors. 3.3. Notices to Proceed. Contractor shall be instructed to commence the Work by written instructions in the form of a Purchase Order issued by the City's Procurement Department and a Notice to Proceed issued by the Contract Administrator.At least two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to City of all required documents, including but not limited to, Payment Bond, Performance Bond, and Insurance Certificate(s), and after execution of the Contract by both parties. 3.4. Conditions Precedent to Notice to Proceed for Construction of the Work. The following are conditions precedent to the issuance of a Notice to Proceed to authorize Contractor to mobilize on the Project Site and commence with physical construction of the Work (typically, the second NTP for a Project): (1) the I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 receipt of all necessary permits by Contractor;(2)City's acceptance of the Contractor's full progress schedule in accordance with the Contract Documents, Contractor's submittal schedule, Contractor's Schedule of Values, and list of Subcontractors; (3) Contractor's Hurricane Preparedness Plan; and (4) Contractor's submission to the City and Consultant of any other documents required by the Contractor Documents. The Contractor shall submit all necessary documents required for issuance of the Notice to Proceed with construction of the Work within twenty-one(21)calendar days of the issuance of the first Notice to Proceed. 3.5. 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 or City, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by any other provision of the Contract Documents. 3.6. Personnel Requirements. 3.6.1. The orders of City are to be given through Consultant or the Contract Administrator, 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 Construction Superintendent and any necessary assistants, all satisfactory to City. The Construction Superintendent shall not be changed except with the written consent of City, unless the Construction Superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The Construction Superintendent shall represent Contractor and all directions given to the Construction Superintendent shall be as binding as if given to Contractor and will be confirmed in writing by City upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. 3.6.2. The Construction Superintendent shall be responsible for management of the Project Site and tasks, including, but not limited to, organization and coordination of the Work of Subcontractor employees; exercising control over rate of construction progress to assure completion of the Project within the Project Schedule; inspecting or observing the Work to enforce conformity to the Contract Documents and supervising trades, subcontractors, clerical staff, and other personnel employed in the construction of the Project. On a daily basis, Contractor's Construction 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. 3.6.3. 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 critical path activity or Work for the next two weeks. The Consultant shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 3.6.4. 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 Contract Documents, it shall be Contractor's duty to immediately inform Consultant,in writing,and Consultant 8 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 will promptly review the same. Any work done after such discovery, until authorized, will be done at Contractor's sole risk. 3.6.5. 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. 3.6.6. The Construction 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. 3.7. Subcontracts. 3.7.1. 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. 3.7.2. 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. 3.7.3. Contractor agrees to bind specifically every subcontractor to the terms and conditions of the Contract Documents for the benefit of City. All of the Contractor's agreements with the Subcontractors shall contain the following provisions (or shall incorporate the following provisions by reference)and shall state: a. that the Subcontractor irrevocably submits itself to the original and exclusive jurisdiction and venue in Miami-Dade County, Florida, with regard to any controversy in any way relating to the award, execution or performance of the Contract Documents and/or such Subcontractor's agreement, and whereby the Subcontractor agrees that service of process on it may be made to the person or entity designated in the Subcontract; b. that the City shall not be in privity of contract with the Subcontractor and shall not be liable to any Subcontractor under the Contract Documents or any such subcontract, except for the payments of amounts due to the Subcontractor under its subcontract in the event that the City exercises its rights under any assignment of the subcontract and requests or directs the Subcontractor to perform the portion of the Work covered by its subcontract; c. that the City is a third-party beneficiary of the Subcontract, entitled to enforce any rights thereunder for their respective benefits, and that, subject to the terms of the applicable Subcontract, the City shall have the same rights and remedies vis-a-vis such Subcontractors that Contractor shall have, including the right to be compensated for any loss, expense or damage of any nature whatsoever incurred by the City resulting from any breach of such Subcontract by Subcontractor, any breach of representations and General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 warranties, if any,implied or expressed,arising out of such agreements and any error,omission or negligence of such Subcontractor in the performance of any of its obligations under such Subcontract; d. that the Subcontractor shall indemnify and hold harmless the City, its officers, agents, directors, and employees,and instrumentalities to the fullest extent permitted by Section 725.06 of the Florida Statutes; e. that such subcontract shall be terminable for default or convenience upon ten (10)days prior written notice by Contractor, or, if the Subcontract has been assigned to the City, by the City or its designee; f. that Subcontractor shall promptly notify the City(with a copy to Contractor)of any default of Contractor under the Subcontract, whether as to payment or otherwise; g. that Contractor and Subcontractor acknowledge that(i)they are each entering into a contract for the construction of a public facility or public works project as contemplated in Chapter 255, Florida Statutes, and (ii) each have no right to file a construction lien against the Work or the Project, and further agree to include a similar requirement in any purchase order or subcontract entered into by Subcontractor; and (iii) the payment bond provided by Contractor pursuant to this Agreement is a substitute for the right to claim a lien on the Project, and that any claims for nonpayment shall be made against the bond in accordance with Section 255.05, Florida Statutes. h. that Subcontractor shall comply with all Applicable Laws(including prompt payment)and the City requirements as set forth in the Contract Documents and maintain all files, records, accounts of expenditures for Subcontractor's portion of the Work to the standards set forth in the Contract Documents. that the City may, at reasonable times, contact Subcontractor, after notice to Contractor, to discuss, or obtain a written report of, Subcontractor's services, with Contractor entitled to be present during any such discussions; provided that in no event, prior to any assignment of the Subcontract to the City, shall Subcontractor take instructions directly from the City; j. that Subcontractor promptly disclose to the City and Contractor any defect, omission, error or deficiency in the Contract Documents or the Work about which it has knowledge no later than ten (10) days following discovery of such defect, omission, error or deficiency; k. that Subcontractor assign all warranties directly to the City, I. that the Contract Documents provide a limitation of remedies and NO DAMAGES FOR DELAY as delineated in Article 10 hereof; m. that in the event of a change in the Work the Subcontractor's Claim for adjustments in the subcontract price shall be limited exclusively to its actual costs for such changes, plus no more than the overhead and profit fees/markups and bond costs to be established as part of the GMP Amendment. n. Each subcontract shall require the Subcontractor to expressly agree that the foregoing constitutes the sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the subcontract price, damages, losses or additional compensation. I" I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 O. Each subcontract shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which the Contractor must submit Claims to the City, and that failure to comply with the conditions for giving notice and submitting claims shall result in the waiver of such claims in the same manner as provided for in the Contract Documents. 3.7.4. Contractor shall perform the Work with its own forces, in an amount not less than the percentage of the Work specified in the Invitation to Bid Summary. 3.8. Plans and Working Drawings. 3.8.1. Contractor to Check Plans, Specifications and Data. Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Consultant, and shall notify Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor shall 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 failed to report it to Consultant, or unless Contractor should have recognized such error, omission or discrepancy upon reasonable investigation. 3.8.2. Supplementary Drawings.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. The supplementary drawings shall be binding upon Contractor and shall be considered as part of the Contract Documents. Where such supplementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. In case of disagreement between the written and graphic portions of the Contract Documents, the written portion shall govern. 3.8.3. Shop Drawings. 3.8.4.1. 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. 3.8.4.2. 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. Submission of such documents is a condition precedent to the issuance of a Notice to Proceed for construction. 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. 3.8.4.3. After the approval of the list of items required herein, 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. 3.8.4.4. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. I I I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 3.8.4.5. 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. 3.8.4.6. 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. 3.8.4.7. 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. 3.8.4.8. 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. 3.8.4.9. 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. 3.8.4.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 3.8.4. Field Layout of the Work and Record Drawings. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. 3.8.5.1. 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 delivered to Consultant prior to Substantial Completion, in accordance with the Contract Documents. 3.8.5.2. 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. 3.8.5.3. 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. 12 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 3.8.5. Art in Public Places ("AIPP")Coordination.Contractor shall coordinate the implementation of the City's AIPP commissions and installations for the Project, if any, with all such coordination Work covered within the Contract Price, provided, however, that the City shall separately fund the commissioning and installations of all AIPP artworks. 3.8.6. City's Participation. THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONTRACTOR'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONTRACTOR SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONTRACTOR'S OBLIGATIONS, A WAIVER OF CONTRACTOR'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONTRACTOR OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONTRACTOR'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONTRACTOR IN DEFAULT FOR CONTRACTOR'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY,THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONTRACTOR EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONTRACTOR'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION,ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION ANDIOR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 3.8.7. City's Information. Except for any tests or studies that the City provides as part of the ITB, any information provided by the City to the Contractor relating to the Project and/or other conditions affecting the Project Site, is provided only for the convenience of the Contractor and does not relieve the Contractor of the due diligence necessary to independently verify local conditions and Site Conditions. The City makes no representation or warranty as to, and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of any such test, studies or other information and makes no guarantee, either express or implied, that the conditions indicated in such information or independently found by the Contractor as a result of any examination, exploration or testing, are representative of those existing throughout the performance of the Work or the Project Site, and there is no guarantee against unanticipated or undisclosed conditions. ARTICLE 4. CONTRACT PRICE. 4.1. If the Invitation to Bid Summary or any other Contract Documents contemplate unit pricing for the Project or any portion thereof, 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. 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. I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 4.2. If the Invitation to Bid Summary or any other Contract Documents contemplate lump sum pricing for the Project, the Contract Price shall be the amount specified in the Contract, consisting of a base bid, and a separate line item for the Owner's Contingency(to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, exclusive of the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the ITB Price Form. 4.3. To the extent the Project includes both unit prices and a lump sum price, then all sections of this Article 4 shall apply to the item of Work in question, as applicable. 4.4. No Compensation Prior to Notice to Proceed. Prior to the City's issuance of any Notice to Proceed, Contractor shall not incur any cost to be reimbursed as part of the Project, except as the Contract Administrator may authorize in writing. 4.5. Owner's Contingency. The Owner's Contingency shall be an amount, determined by the City, which will be available to the City to pay for Project costs which are expressly chargeable to the City or determined to be the City's responsibility under the Contract Documents, including, as it relates to the Contractor, the following increased costs of the Project incurred by Contractor: a. Express written changes in the Work made in the discretion of the City after issuance of a Change Order or Construction Change Directive relating thereto. The decision to make such changes, and to incur the costs that arise there from, shall be in the sole discretion of the City. No costs may be charged to the Owner's Contingency under this subsection without express approval of City. b. Changes to the Work if ordered by agencies having jurisdiction, provided such Work directly results from City's issuance of a Notice to Proceed prior to obtaining full permits thereon; c. In the event of Excusable Delay, reasonable acceleration costs to meet milestones, if approved by the City at its sole and absolute discretion; d. Differing site conditions pursuant to the Contract Documents; e. Post-hurricane or storm-related Construction Change Directives (to address matters that are in addition to, or not covered by, the Contractor's City-approved Hurricane Preparedness Plan required by the Contract Documents); f. Increased Costs of the Work resulting from other actions of the City deemed to be City's responsibility and/or compensable under the Contract Documents. Unless Contractor secures City's written agreement that such costs are City's responsibility, documentation of responsibility for such costs shall be submitted with the Contractor's Claim. When Contractor has reason to anticipate that such costs may be incurred, it shall be the Contractor's responsibility, when feasible, to provide the City with sufficient advance notice, so as to provide the City with a reasonable opportunity to avoid such costs. Such costs shall be deemed the City's responsibility if City subsequently agrees in writing to grant the Claim and accept such responsibility, or if the Claim is granted and responsibility assigned to City pursuant to the dispute resolution process under the Contract Documents and all reviews thereof are exhausted or waived by City. The Contractor has no right or entitlement whatsoever to the Owner's 14 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Contingency,and use of such funds are subject to the City's prior written approval and issuance of a Change Order or Construction Change Directive by the City at its sole and absolute discretion. Any unused City Contingency remaining at the completion of the Project shall accrue solely to the City. ARTICLE 5. APPLICATION FOR PAYMENT. 5.1. Applications for Payment for the Work performed by Contractor shall be made monthly based upon the percent completion of the Work for each particular month and in accordance with the Contract Documents. The percent completion shall be based upon the updated and City-approved Project Schedule as required by the Contract Documents 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 or City. Contractor shall include, with each Application for Payment, an updated progress schedule as required by the Contract Documents and a release of liens and consent of surety relative to the Work which is the subject of the Application. Following submission of acceptable supporting documentation along with each 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. 5.2. 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 the Contract Documents. 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.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. 5.3. Notwithstanding any provision hereof to the contrary, the City may withhold payments to the Contractor in the following circumstances: a. correction or re-execution of Work which is defective or has not been performed in accordance with the Contract Documents and which the Contractor has failed to correct in accordance with the terms of the Contract Documents; b. past due payments owed to Subcontractors for which City has not been provided an appropriate release of lien/claim (whether or not the Work in question is the subject of any dispute); c. the City's remedies arising from any failure to perform the Contract Documents' requirements or uncured Default of this Contract by the Contractor; 5 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 d. damage to another contractor or third-party (including, without limitation, the property of any resident or business in the area surrounding the Project Site) which has not been remedied or, damage to City property which has not been remedied; e. liquidated damages; f. failure of Contractor to provide a Recovery Schedule in accordance with the Contract Documents; g. failure of Contractor to provide any and all material documents required by the Contract Documents including, without limitation, the failure to maintain as-built drawings in a current and acceptable state; and h. pending or imminent Claims of the City or others including, without limitation, Claims which are subject to Contractor's indemnity obligation under the Contract Documents, for which the Contractor has not posted bonds or other additional security reasonably satisfactory to the City. Except as otherwise specifically provided in the Contract Documents, in no event shall any interest be due and payable by the City to the Contractor or any other party on any of the sums retained by the City pursuant to any of the terms or provisions of any of the Contract Documents. 5.4. No acceptance. No progress payment made by the City to Contractor shall constitute acceptance of any portion of the Work, any goods or materials provided under this Agreement or any portion thereof. No partial or entire use or occupancy of the Project by the City shall constitute an acceptance of any portion of the Work or the complete Project which is not in accordance with the Contract Documents. 5.5. Final Bill of Materials. Upon request by the City, 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. 5.6. 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 the City. 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. 5.7. Form of Application: Projected Payment Schedule. The Contractor shall make each Application for Payment on AIA Form G702 or other form approved by the City, which incorporates the budget and the Schedule of Values. For each line item, the Contractor shall state the approved cost, the cost to date, and the projected total cost, and retainage held (if any), shall state that the projected total cost shall not exceed the approved cost, as adjusted by Change Order. Each Application for Payment shall also state the actual costs incurred by the Contractor for the payment period covered by such Application for Payment. ARTICLE 6. PROJECT SCHEDULE AND CONTRACT TIME. 6 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 6.1. Time for Completion. Time is of the essence throughout this Contract. Contractor shall perform the Work so as to achieve Substantial Completion within the number of days specified for Substantial Completion in the Invitation to Bid Summary, and the Project shall be completed and ready for final payment as set forth herein within the number of days specified for Final Completion in the Invitation to Bid Summary, with such Final Completion date calculated from the date certified by Consultant as the date of Substantial Completion. 6.2. Project Schedule; Preliminary Matters. As a condition of issuance of a Notice to Proceed for the construction of the Work(typically, NTP2), Contractor shall submit to Consultant for Consultant's review and acceptance: 6.2.1. 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, in accordance with the Project Scheduling Format required in the Invitation to Bid Summary. (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. 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 and City. Monthly, Contractor shall submit with each Application for Payment 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("Progress Schedule").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. City's acceptance of a Progress Schedule for purposes of City's approval of an Application for Payment shall not constitute or be construed as City's approval of the Progress Schedule itself,or as approval of any change to the Project Schedule. Any changes to the Project Schedule, if agreed to, shall be memorialized in a duly executed Change Order. It is strongly recommended that Contractor or the professional who performs scheduling have a vast knowledge in the use of the required scheduling software specified in the Invitation to Bid Summary to develop and update the project schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an two (2) 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. 17 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 The Project Schedule shall be the basis of the Contractor's Work and shall be complied with in all respects. 6.2.2. A preliminary schedule of Shop Drawing submissions; and 6.2.3. 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. If requested by the City, Contractor shall provide additional breakdowns as to any line item, to show labor, equipment, materials and overhead and profit. 6.2.4. 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,that by facilitating Contractor's efforts to coordinate with such utilities,City is not assuming the obligation to coordinate any necessary relocations and Contractor shall be solely responsible for such coordination. 6.2.5. 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. 6.2.6. Within five (5) days from the Project Initiation Date set forth in the Notice to Proceed, a pre- construction meeting attended by Contractor, Consultant and others, as appropriate, will be held to finalize the schedules submitted. Within ten (10)days after the Project Initiation Date set forth in Notice to Proceed, the Contractor shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for Consultant review. The finalized progress schedule will be accepted by Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by City or Consultant of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to Consultant as providing a workable arrangement for processing the submissions. The finalized schedule of values must be acceptable to Consultant as to form and substance. 6.3. Recovery Schedule. 6.3.1. If Contractor's Work, or any portion of the Work, becomes more than (30) days behind schedule, if the Work on any critical path item or activity delineated in the Project Schedule is delayed for a period which exceeds 5% of the days remaining until a completion deadline for an item in the Project Schedule, or if the reasonably appears that the Contractor will be unable to meet the deadlines of the Project Schedule, the City may notify Contractor of same, and in such case, the Contractor shall submit a proposed recovery plan to regain lost schedule progress and to achieve any Project milestones, Substantial Completion, and Final Completion in accordance with the Contract Documents ("Recovery Schedule"), after taking into account Excusable Delays (as hereinafter defined) and permitted extensions of the Project for I General Conditions for Construction Contracts)April 13, 2020) Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 review and acceptance within seven (7) days following notification from the City, so as to ensure Contractor makes up lost time. 6.3.2. City shall notify Contractor within five (5) business days after receipt of each Recovery Schedule, whether the Recovery Schedule is deemed accepted or rejected. Within five (5) business days after City's rejection of any Recovery Schedule, Contractor will resubmit a revised Recovery Schedule incorporating City's comments. If the City accepts Contractor's Recovery Schedule, Contractor shall, within five (5) business days after City's acceptance, incorporate and fully include the Recovery Schedule into the Project Schedule and deliver same to City. 6.3.3. If the Contractor fails to provide an acceptable Recovery Schedule, as determined by City in its sole discretion, that demonstrates Contractor's ability to timely follow the Project Schedule, the City may,without prejudice to any other rights and remedies available to the City hereunder or otherwise, declare an Event of Default or order the Contractor to employ such extraordinary measures, including acceleration of the Work, and other measures, including substantially increasing manpower and/or necessary equipment, as may be necessary to bring the Work into conformity with the Project Schedule. 6.4. Substantial Completion. As a condition of Substantial Completion, all of the following must occur: 6.4.1. All Work affecting the operability of the Project or safety has been completed in accordance with the Contract Documents; 6.4.2. If applicable,all pre-commissioning activities, including alignment, balancing, lubrication and first-fill, have been completed; 6.4.3. The Work may be operated within manufacturers' recommended limits (with all installation instructions, operations and maintenance manuals or instructions for equipment furnished by Contractor, catalogs, product data sheets for all materials furnished by Contractor and similar information provided), in compliance with Applicable Laws, and without damage to the Work or to the Project; 6.4.4. Contractor has corrected all defects, deficiencies and/or discrepancies to the entire Work as identified by the City or the Consultant, and the Consultant confirms such corrections have been made in writing; 6.4.5. The most recent updated set of "as-built" drawings reflecting the progress of the Work through Substantial Completion (in native file format, such as autoCAD); 6.4.6. When Contractor believes it has achieved Substantial Completion, Contractor shall request an inspection by the City and the Consultant, and shall provide the City with evidence supporting its assessment of Substantial Completion, including any specific documents or information requested by the City to assist in its evaluation thereof. Contractor shall, prior to said inspection,develop its preliminary Punch List for input and comment by the City and the Consultant. Once the preliminary Punch List is submitted to the City, the City and its representatives shall then schedule a walk-through of the Project with Contractor and the Consultant. Following the walk-through, Contractor shall develop and provide City with the list of all remaining items of Work to be completed or corrected,and which incorporates items and comments identified or provided by the City and Consultant comments and is certified for completeness and accuracy by the Consultant ("Substantial Completion Punch List"), provided, however, that failure to include any items on lc I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 such Substantial Completion Punch List does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents; and 6.4.7. Any and all appurtenances, utilities, transportation arteries and any other items required under the Contract Documents and necessary to serve that portion of the Work are sufficiently completed, a temporary certificate of completion or Certificate of Occupancy,as applicable, is issued for the Work for which a Certificate of Substantial Completion is being sought and/or all conditions or requirements of authorities having jurisdiction are complied with, to permit the City to utilize and occupy that portion for its intended use in accordance with the Contract Documents without material interference from any incomplete or improperly completed items of Work; 6.4.8. With respect to any Project for which a right-of-way permit is required from the City's Public Works Department or which includes a final lift of asphalt as part of the Work, in no event shall Substantial Completion occur prior to the final lift of asphalt and acceptance thereof by the agencies having jurisdiction (including, without limitation, the City's Public Works Department). 6.5. Certificate of Substantial Completion. Any determination by the Consultant and the Contractor of Substantial Completion shall not be binding on the City, and the ultimate determination of Substantial Completion shall rest with the City and shall be evidenced by the City's executing and returning to the Contractor its Certificate of Substantial Completion (or Partial Substantial Completion, as applicable). 6.5.1. When the City, on the basis of an inspection,determines that the Work or designated portion thereof is substantially complete, and when the Contractor has complied with all other conditions precedent to Substantial Completion provided for in the other Contract Documents, the City will then prepare a Certificate of Substantial Completion which shall establish the Substantial Completion Date, shall state the responsibilities of Contractor, if any, for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the Contractor shall complete the items listed in the Substantial Completion Punch List. If the City issues a Certificate of Substantial Completion on the basis of partial completion of the Project, or upon the basis of a partial or temporary certificate of occupancy or certificate of completion, as applicable, City may include such additional conditions, as it deems appropriate to protect its interests pending substantial completion of the entire Project or issuance of a permanent certificate of occupancy or certificate of completion, as applicable. 6.5.2. The City shall not unreasonably withhold or condition acceptance and execution of a Certificate of Substantial Completion (or a Notice of Partial Substantial Completion); provided, however, the Project shall not be deemed Substantially Complete and the City shall not execute a Certificate of Substantial Completion until all of the criteria for achieving Substantial Completion as identified in the Contract Documents have been satisfied,and (2)in the case of a portion of the Project,the conditions set forth this Article 6 relating to Partial Substantial Completion shall have been satisfied. 6.6. Partial Substantial Completion. Partial Substantial Completion of the Work shall occur when the City determines that a portion of the Work, as defined in the Contract Documents and/or otherwise by logical boundaries, is Substantially Complete in accordance with the Contract Documents. The City may(but shall not be obligated to)agree that a portion or component of the Work, acceptable to the City in its sole discretion, may be certified as Substantially Complete provided that: 6.6.1. The requirements provided in this Article 6 for issuance of a Certificate of Substantial Completion are complied with for the portion of the Work for which a Notice of Partial Substantial Completion is being I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 sought; 6.6.2. Such portion and any and all appurtenances, utilities, transportation arteries and any other items required under the Contract Documents and necessary to serve that portion of the Work are sufficiently completed, a temporary certificate of completion or Certificate of Occupancy, as applicable, is issued for the portion of the Work for which a Certificate of Partial Substantial Completion is being sought and/or all conditions or requirements of authorities having jurisdiction are complied with,to permit the City to utilize and occupy that portion for its intended use in accordance with the Contract Documents without material interference from any incomplete or improperly completed items of Work; 6.6.3. The City is fully able to use and occupy the portion of the Work for the purposes intended and the Contractor separates the portion of the Work which is Substantially Complete from non-complete areas of the Project in order to prevent noise, dust and other construction disturbances which would materially interfere with the use of such portion for its intended use in accordance with the Contract Documents and to assure the safety of those entering, exiting and occupying the Substantially Completed portion of the Work; 6.6.4. Partial Substantial Completion shall not constitute Final Completion of the Work or Substantial Completion of the Project, nor shall it relieve the Contractor of any responsibility for the correction of Work (whether or not included in portion of Work Substantially Complete) or for the performance of Work not complete at the time of Partial Substantial Completion. 6.7. Liquidated Damages. 6.7.1. Upon failure of Contractor to achieve Substantial Completion within the time period specified in the Invitation to Bid Summary for Substantial Completion, as such date may be extended pursuant to the terms of the Contract Documents, Contractor shall pay to City the sum specified in the Invitation to Bid Summary for"Liquidated Damages" for each calendar day after the time specified in the Invitation to Bid Summary for Substantial Completion, plus any approved time extensions, for Substantial Completion. Partial Substantial Completion shall not relieve Contractor of any responsibility for Liquidated Damages for failure to timely achieve Substantial Completion. 6.7.2. After Substantial Completion is achieved, should Contractor fail to complete the remaining Work within the time specified in the Invitation to Bid Summary for Final Completion, plus approved time extensions thereof, Contractor shall pay to City the sum set forth in the Invitation to Bid Summary as "Liquidated Damages" for each calendar day after the time specified in the Invitation to Bid Summary for Final Completion, plus any approved extensions. 6.7.3. Contractor agrees that the Liquidated Damages set forth herein are not penalties and have been set based on an evaluation by City of damages to City and the public caused by untimely performance. Such damages may include loss of revenues to the City, and additional costs of administering this Agreement, including Project staff, legal, accounting, consultants and overhead and other administrative costs. Contractor acknowledges that the amounts established for Liquidated Damages are fair and commercially reasonable. Contractor and City have agreed to the Liquidated Damages in order to fix Contractor's costs and to avoid later disputes over which items are properly chargeable to Contractor as a consequence of Contractor's delays. I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 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. Liquidated Damages shall apply, whether or not the City terminates Contractor for cause and whether or not Surety completes the Project after a Default by Contractor. Liquidated Damages shall apply solely to claims arising from delay in meeting any milestone for which the right to assess Liquidated Damages is specified, including, without limitation, Substantial Completion, and Final Completion, and shall be the City's sole remedy for delay, and are not intended to, and do not, liquidate Contractor's liability under any other provision of the Contractor Documents for other events not specifically referenced in this Article 6. Liquidated Damages shall not liquidate Contractor's liability under the indemnification provisions of this Agreement. Contractor, in addition to reimbursing City for Liquidated Damages or other damages for untimely performance as provided herein, shall reimburse City for all costs incurred by City to repair, restore, or complete the Work, as may be provided by the Contract Documents, including, without limitation, any additional design fees that may be due to the Consultant related thereto. All such costs shall be deducted from the monies otherwise due Contractor for performance of Work under this Agreement by means of unilateral credit or deductive Change Orders issued by City. In the event a court of competent jurisdiction determines that any Liquidated Damages amount herein is unenforceable notwithstanding Contractor's agreement herein that such amounts are fair and reasonable, Contractor shall not be relieved of its obligations to the City for the actual damages resulting from the failure to timely achieve Substantial Completion or Final Completion in accordance with the requirements of the Contract Documents. Without limiting the foregoing, City and Contractor covenant not to bring any action in a court of competent jurisdiction that would ask the court to rule that the Liquidated Damages amounts are not fair and reasonable. 6.8. Beneficial Occupancy. Beneficial Occupancy shall occur when the City determines that a portion of the Work may be occupied prior to Substantial Completion. City may take Beneficial Occupancy in accordance with the provisions of the Contract Documents. 6.8.1. Prior to the anticipated date of Beneficial Occupancy, Contractor shall separate the portion of the Work to be occupied from non-complete areas of the Project in order to prevent noise, dust and other construction disturbances which would materially interfere with the use of such portion for its intended use in accordance with the Contract Documents and to assure the safety of those entering, exiting and occupying the completed portion to be occupied. 6.8.2. Beneficial Occupancy shall not constitute Substantial Completion or Final Completion of the Work, nor shall it relieve the Contractor of any responsibility for the correction of Work (whether or not included in the portion of Work to be occupied) or for the performance of Work not complete at the time of Beneficial Occupancy. 6.8.3. After Beneficial Occupancy and as conditions of Substantial Completion, the Contractor shall deliver to the City complete as-built drawings, all approved Shop Drawings, maintenance manuals, pamphlets, charts, parts lists and specified spare parts, operating instructions and other necessary documents required for all installed materials, equipment, or machinery, all applicable warranties and guarantees, and the appropriate certificate of occupancy or certificate of completion that are related to the portion of the Work being occupied. 2 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 6.8.4. Contractor's insurance on the unoccupied or unused portion or portions of the Project Site shall not be canceled or lapsed on account of such Beneficial Occupancy. 6.8.5. Contractor shall be responsible to maintain all utility services to areas occupied by the City until Final Completion. 6.9. Final Completion. Final Completion of the Project shall be deemed to have occurred if all the following have occurred: 6.9.1. Substantial Completion of the entire Project has occurred; 6.9.2. The Work can be used and operated in accordance with Applicable Laws bearing on the performance of the Work and applicable permits; 6.9.3. All spare parts, special tools and attic stock purchased by Contractor as part of Vendor supplies shall have been delivered to City and clear of all Liens; 6.9.4. All items on the Substantial Completion Punch List shall have been completed by Contractor to City's satisfaction and all final inspections have been performed; 6.9.5. Contractor has satisfied the additional conditions prescribed by the City in conjunction with a Certificate of Substantial Completion issued on the basis of partial completion of the Project, or a partial or temporary Certificate of Occupancy or Certificate of Completion, as applicable; 6.9.6. Contractor has delivered evidence to the City that all permits that are Contractor's responsibilities as specified under the Contract Documents have been satisfied and closed, and that a Certificate of Completion or Certificate of Occupancy (as applicable) has been issued by the authority having jurisdiction, and the Project or designated portion thereof is sufficiently complete in accordance with the Contract Documents and can be used for its intended purpose for uninterrupted operation, including,without limitation, acceptance of completed as-builts, if required by the agency having jurisdiction. 6.9.7. Contractor shall have provided to City final releases and complete and unconditional waivers of liens for all Work performed by Contractor and each Subcontractor or Suppliers, and a Consent of Surety to Final Payment; 6.9.8. Contractor shall have delivered to the City a certification identifying all outstanding Claims(exclusive of any Liens or other such encumbrances which must have been discharged) of Contractor (and of its Subcontractors, Suppliers and any other party against Contractor) with written documentation reasonably sufficient to support and/or substantiate such Claims; 6.9.9. Contractor shall have delivered to the City a written assignment of all warranties or guaranties which Contractor received from Subcontractors or Suppliers to the extent Contractor is obligated to do so; 6.9.10. Contractor shall have delivered to City a complete set of as-built documents and Project Records prepared in accordance with the Contract Documents; 23 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 6.9.11. Contractor has delivered to City all other submittals required by the Contract Documents, including all installation instructions, operations and maintenance manuals or instructions for equipment furnished by Contractor, catalogs, product data sheets for all materials furnished by Contractor and similar information; 6.9.12. All rubbish and debris have been removed from the Project Site; and 6.9.13. All Construction aids, equipment and materials have been removed from the Project Site. 6.9.14. Contractor has delivered to the City all executed warranties and guarantees required by the Contract Documents, all of which shall be in the name of the City and run to the benefit of the City; 6.9.15. If applicable, certificates of insurance indicating that any insurance required of the Contractor or Subcontractors by the Contract Documents shall remain in full force and effect for the required period of time; 6.9.16. Any other documentation establishing payment or satisfaction of obligations, including receipts, releases and final waivers of lien from the Contractor and all Subcontractors, to the extent and in such form as may be reasonably required by the City; 6.9.17. Final Completion is a condition precedent to City's final payment to Contractor and issuance of the Final Certificate for Payment. 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. 6.9.18. Waiver of Claims, The release by the City and acceptance of the final payment by Contractor shall operate as and shall be a release to the City from all present and future Claims or liabilities, of whatever kind or nature, arising under, relating to or in connection with this Contract for anything done or furnished or relating to the Work or the Project, or from any act or omission of the City relating to or connected with the Contract Documents, the Work or the Project, except those Claims or liabilities, if any, for which the Contractor has provided the City with written notice pursuant to and in strict compliance with the "Claims" and notice requirements set forth in the Contract Documents, and containing a detailed reservation of rights that identifies the precise nature of the dispute, all facts in support of Contractor's Claim,the particular scope of Work giving rise to the Claim,and the maximum amount and/or time sought in connection with the Claim. ARTICLE 7. INSPECTION OF WORK; CORRECTION OF NON-CONFORMING OR DEFECTIVE WORK. 7.1. Consultant, City (and its authorized designees), and representatives of any regulatory agencies having jurisdiction over the Project, shall at all times have access to the Work and the Project Site, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing.Whenever requested, Contractor shall give the City and any inspectors or representatives appointed by the City free access to its Work during normal working hours either at the Project Site or its shops, factories, or places of business of Contractor and its Subcontractors and suppliers for properly inspecting materials,equipment and Work, and shall furnish them with full information as to the progress of the Work in its various parts. 7.2. 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 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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. 7.3. 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. 7.4. 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. 7.5. 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. 7.6. The Contractor shall coordinate all technical inspection and testing provided by professionals designated by the City, the Consultant, permitting authorities, and others. The Contractor shall also schedule the services of independent testing laboratories and provide the necessary testing of materials to ensure conformance to the Contract Documents and provide a copy of all inspection and testing reports to the City on the day of inspection or test.The Contractor shall provide reasonable prior notice to appropriate inspectors before the Work is covered up, but in no event less than 24 hours before the Work is covered up. All costs for uncovering Work not inspected and any reconstruction due to lack of reasonable prior notice shall be borne by Contractor at its sole cost and expense. Any time billed by inspectors for inspection where the Work is not ready to be inspected shall be at Contractor's sole cost and expense. If any members of the Project team are to observe said inspections, tests or approvals required by the Contract Documents, they shall be notified in writing by the Contractor of the dates and times of the inspections,tests or other approvals. The Contractor shall schedule,direct and/or review the services of or the reports and/or findings of surveyors, environmental consultants and testing and inspection agents engaged by the City. All Materials and Equipment furnished by Contractor and Work performed by Contractor shall at all times be subject to inspection and testing by City or inspectors or representatives appointed by City. If any of the Work should be covered up without approval or consent of City's Project Coordinator, or without necessary test and inspection, Contractor shall, if required by City's Project Coordinator or by public authorities, uncover such Work for examination and testing, and shall re-cover same at Contractor's expense. 7.7. Defective or Non-Conforminq Work. 7.7.1. Consultant and City shall have the authority to reject or disapprove work which either Consultant or City find to be defective. If required by Consultant or City, 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. 7.7.2. Should Contractor fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing 25 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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. 7.7.3. 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, Contractor's warranty obligations hereof and any claim regarding latent defects. 7.7.4. 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. 7.8. Cleaning Up; City's Right to Clean Up. Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as Consultant shall determine to be just. ARTICLE 8. SAFETY AND PROTECTION OF PROPERTY. 8.1. 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: 8.1.1. All employees on the work site and other persons who may be affected thereby; 8.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project Site; and 8.1.3. 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. 8.2. Contractor shall comply with all Applicable Laws 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. City and Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. Contractor shall be responsible for and shall remedy all damage, injury or loss to any property,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. Contractor's I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 the Contract Documents. 8.3. Contractor shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be Contractor's Construction Superintendent, unless otherwise designated in writing by Contractor to City. 8.4. Contractor's Responsibility for Damages and Accidents. 8.4.1. 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. 8.4.2. 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. 8.5. Occupational Health and Safety. 8.5.1. 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. 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. 27 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 8.6. Hurricane and Tropical Storm Precautions. 8.6.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or tropical storm 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. 8.6.2. Contractor's Hurricane Preparedness Plan shall, at a minimum, include the following: (1) monitoring of the real time weather radar and insuring reasonable precautions are taken prior to and during inclement weather conditions, from a severe thunderstorms to a category 5 hurricane, to prevent accidents and to minimize property damage; (2) preparing an emergency phone list showing home phone numbers of all project personnel and subcontractor's supervisors, including all land lines and cell phones, to be used for emergency purposes only; (3) ensuring the project jobsite's equipment and buildings are protected, identifying vulnerable work in progress and determining how to best protect it from damage, and capping all incomplete piping to prevent sand filtration; (4) cleaning the entire project, inside and out, removing trash from the job site, clearing all materials that can become airborne, verifying that all erosion and sediment control devices are in place and meet adequate standards, and removing screening on fences and signs; (5) arranging for the pickup of all dumpsters and portable toilets and secure all materials and equipment, anchoring or restraining everything that could blow away, and removing all non-essential barricades; and (6) the documenting of conditions of the project and the surrounding area before and after the incident (photographs and video). 8.6.3. Contractor shall be solely responsible for all costs of all precautions and Work covered by Contractor's Hurricane Preparedness Plan. Compliance with Contractor's Hurricane Preparedness Plan shall not constitute additional Work. 8.6.4. Any additional Work not covered in the Hurricane Preparedness Plan relating to hurricane warning or tropical storm alert at the Project Site will be addressed by a Change Order in accordance with the Contract Documents. 8.6.5. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension,will entitle the Contractor to additional Contract Time as noncompensable, excusable delay, and shall not give rise to a claim for compensable delay. 8.6.6. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to the City a Hurricane Preparedness Plan. 8.7. Location and Damage to Existing Facilities, Equipment or Utilities. 8.7.1. 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. As part of the Contract Price, 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, whether or not shown on the plans. 8.7.2. 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 i 8 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 (for utilities indicated in the Contract Documents). All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved, if indicated in the Contract Documents. No additional payment will be made to the Contractor for utility relocations indicated in the Contract Documents, whether or not said relocation is necessary to avoid conflict with other lines. 8.7.3. If Contractor, as part of its responsibility to identify all utility lines, identifies utility conflicts which materially differ from those indicated in the Contract Documents, such utility conflicts(for items not indicated in the Contract Documents) shall be addressed pursuant to the requirements of "Differing Site Conditions" as set forth in Article 10 shall apply. 8.7.4. The Contractor shall reasonably schedule the Work, and the phasing thereof, in such a manner so that the overall Project Schedule is not impacted and completion of 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, except as provided in Article 10 of the Contract Documents. 8.7.5. 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. 8.8. Risk of Loss. The risk of loss to any of the Work and to any goods, materials and equipment provided or to be provided under the Contract Documents, shall remain with the Contractor until Substantial Completion. Should any of the Work, or any such goods, materials and equipment, be destroyed, mutilated, defaced or otherwise damaged prior to the time the risk of loss has shifted to the City,the Contractor shall repair or replace the same at its sole cost. The Performance Bond and Payment Bond or other security or insurance protection required by the Contract Documents or otherwise provided by the City or the Contractor shall in no way limit the responsibility of the Contractor under this Section. ARTICLE 9. BONDS, INSURANCE AND INDEMNITY, 9.1. Performance Bond and Payment Bond: The Contractor shall, within ten (10) business days of the Contract Date, furnish and deliver to the City a payment bond and a performance bond, in a form to be provided by the City, issued by sureties licensed and authorized to do business in the State of Florida, covering the faithful performance and completion of the Project pursuant to the Contract Documents, including the performance and completion of those services provided by Subcontractors of any tier and covering the payment of all obligations arising hereunder including but not limited to, the payment for all materials used in the performance of the Project in accordance with the Contract Documents,and for all labor and services performed under the Contract Documents (including materials, labor and/or services provided by Subconsultants and Subcontractors of any tier), whether by Subcontractors or otherwise. Each of the aforesaid bonds(collectively herein referred to as the"Performance Bond and Payment Bond")shall have a penal amount equal to the Contract Price, unless otherwise approved by the City and to the extent permitted by law. Each bond shall be increased in the amount of any change to the Contract Price. Each bond shall continue in effect for one (1)year after Final Completion of the Work. 29 I General Conditions for Construction Contracts(April I3, 2020) Docusign Envelope ID, F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 The Performance Bond and Payment Bond and the sureties issuing such bonds shall meet all the requirements set forth in the Contract Documents and the Performance Bond and Payment Bond shall each be in the form attached hereto or shall otherwise be acceptable to the City in its reasonable discretion. If any of the sureties on the Performance Bond and Payment Bond at any time fails to meet said requirements, or is deemed to be insufficient security for the penalty of said bond, then the City may, on giving thirty(30)days' notice thereof in writing, require the Contractor to furnish a new and/or additional bond(s) in the above amounts with such sureties thereon being licensed and authorized to do business in the State of Florida and as shall be satisfactory to the City. The Contractor shall pay all costs of compliance with this Article as part of the Contract Price. 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. 9.2. 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, which shall be in accordance with Section 255.05, Florida Statutes. 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. 9.3. Qualification of Surety: Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 9.3.1. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5)years. 9.3.2. 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. 9.3.3. 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 I General Conditions for Construction Contracts(April 13, 7070) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 9.3.4. 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. 9.3.5. Unless more stringent surety requirements of any grantor agency are set forth within the Supplemental Conditions, the provisions of this Article shall apply. 9.4. Insurance Requirements. The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami, Florida 33139, Certificate(s)of Insurance which indicate that insurance coverage has been obtained which meets the requirements set forth in the Invitation to Bid Summary(and/or exhibits thereto). 9.4.1. Additional Insured Status. The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Consultant. 9.4.2. 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. 9.4.3. Other Insurance Provisions. a. 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. b. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. c. 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: a. The retroactive date must be shown, and must be before the date of the contract or the 31 I General Conditions for Construction Contracts(April 13, 2020} Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 beginning of contract work. b. Insurance must be maintained and evidence of insurance must be provided for at least five(5) years after completion of the contract of work. c. 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. d. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management(or its designee)for review. e. 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. 9.4.4. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. 9.4.5. Verification of Coverage. Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Article. 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. 9.4.6. 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 PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other provision of the Contract Documents. 9.5. Indemnification. 9.5.1. In consideration of the sum of Twenty-Five Dollars ($25.00) and other good and valuable consideration, the sufficiency of which the Contractor hereby acknowledges, to the fullest extent permitted by law, Contractor shall defend, indemnify and save harmless City, and their respective officers and employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorney's 32 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. 9.5.2. Sums otherwise due to Contractor under this Contract may be retained by City until all of City's Claims for indemnification under this Contract have been settled or otherwise resolved. Any amount withheld pursuant to this Article shall not be subject to payment of interest by City. 9.5.3. The execution of this Contract by Contractor shall operate as an express acknowledgment that the indemnification obligation is part of the bid documents and/or Contract Documents for the Project and the monetary limitation on indemnification in this Article bears a reasonable commercial relationship to the Contract. 9.5.4. Nothing in this Articce is intended, or should be construed, to negate, abridge or otherwise reduce the other rights and obligations of indemnity that may otherwise exist as to a party described in this Article. 9.5.5. Nothing in this Article is intended to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Contract, to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. 9.5.6. The indemnification obligations set forth herein shall survive the termination and/or expiration of this Contract. ARTICLE 10. CHANGES IN THE WORK; EXTENSIONS TO THE CONTRACT TIME. 10.1. Changes in the Work or Terms of Contract Documents. 10.1.1. Without invalidating the Contract and without notice to any surety City reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 10.1.2. Any changes to the terms of the Contract Documents must be contained in a Change Order, 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. 10.2. Field Orders. 10.2.1. 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. 10.2.2. 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. 33 I General Conditions for Construction Contracts(April 13, 20201 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 10.3. Change Orders. 10.3.1. Changes in the quantity or character of the Work 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 only be authorized only by Change Orders approved in advance by the City. Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the Contractor shall proceed promptly, unless otherwise provided in the Change Order or Construction Change Directive. No Change Order shall take effect until Contractor delivers a Consent of Surety increasing the Performance Bond and Payment Bond by the amount of the Change Order. 10.3.2. All Change Orders which exceed the then-remaining amounts available in the Owner's Contingency shall be approved by the City Commission. All other Change Orders, if funded by then-remaining amounts available in the Owner's Contingency, shall be approved in advance by the City Manager or the City Manager's designee. Notwithstanding the foregoing, the City Manager, at his or her sole discretion, may elect to present any proposed Change Order to the City Commission for its consideration. 10.3.3. If City requests a change in the Work, City shall submit a change request to Contractor, in writing. Within seven (7) business days of Contractor's receipt of such request from the City, Contractor shall provide City with a rough"pencil copy"estimate of the cost and/or time impacts associated with the request. Within twenty-one (21) days of Contractor's receipt of City's initial request, the Contractor shall submit a detailed proposal to the City stating (i) the proposed increase or decrease, if any, in the Cost of the Work which would result from such a change, (ii) the effect, if any, upon the Contract Time by reason of such proposed change, and (iii) supporting data and documentation, including any requested by the City in its change request. 10.3.4. If the Contractor proposes a change in the Work, such proposal must be accompanied by a detailed cost breakdown and sufficient substantiating data to permit evaluation by the City. If the Contractor does submit a proposal within the preceding seven (7) business day time period, the City shall, within twenty-one (21) days following its receipt of such proposal, notify the Contractor as to whether the City agrees with such proposal and wishes to accept the Contractor's proposal. If the City agrees with such proposal and wishes to accept the same, the City and the Contractor shall execute a Change Order which at a minimum specifies: i) the detailed scope associated with the change to the Work; ii) the amount of the adjustment in the Contract Price, if any, and (iii) the extent of the adjustment in the Contract Time, if any. In the event the City disagrees with the Contractor's proposal, the City may either(i) notify the Contractor that the City has decided to not proceed with or approve the requested change, or (ii) issue a Change Order as provided below. 10.3.5. The increase or decrease in the Contract Price resulting from a change in the Work shall be determined in one or more of the following ways: a. by mutual acceptance of a lump sum (inclusive of all overhead and profit) properly itemized and supported by sufficient substantiating data to permit evaluation by the Consultant and City; b. by unit prices as may be specified in the Contract Documents or subsequently agreed upon; c. by time and materials or"cost of the Work" (as defined herein) and a mutually acceptable fixed or percentage overhead and profit fee for the Contractor. 34 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 10.3.6. If none of the methods set forth above are agreed upon,the Contractor, provided it receives a written Change Order signed by the City with respect to all undisputed amounts and Work, shall promptly proceed with the Work involved, subject to Contractor's reservation of rights as to disputed amounts (with such reservation of rights identifying the precise nature of the dispute, the facts in support of the Contractor's position, and the maximum amount and/or time sought by the Contractor). The cost of such Work shall then be determined on the basis of the reasonable expenditures and savings of those performing the Work attributed to the change, including a reasonable overhead and profit in accordance with this Article. With respect to any such Change Order Work, the City, with the Consultant, will establish an estimated cost of the Work and the Contractor shall not perform any Work whose cost exceeds that estimate without prior written approval by the City. With respect to all Change Orders, Contractor shall keep and present, in such form as the City may prescribe, an itemized accounting together with appropriate supporting data of the increase in the Cost of the Work. 10.3.7. If unit prices are included in the Contract Documents or as part of any Change Order, City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price associated with such Work as stated in the Contractor's schedule of prices bid, as set forth in Contractor's response to the ITB. The number of units contained in the bid is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Contract Documents, as may be amended by Change Order. If additional unit price work is ordered, then the Contractor shall perform the work as directed and shall be paid for the actual quantity of such item(s)of work performed at the appropriate original schedule of prices bid associated with such Work. 10.3.8. Decreases in the Cost of the Work due to a change in the Project shall result in a decrease to the Contract Price, by way of a deductive Change Order. 10.3.9. The Contractor's overhead and profit fee for all Change Orders shall be the net change in the Contract Price, multiplied by the percentage specified for overhead and profit in the Change Order, provided, that the overhead and profit markup or fee shall be as follows: (1) if the Change Order Work involves self-performed Work performed by the Contractor's own forces, the overhead and profit markup shall be reasonable, and shall not exceed ten percent (10%) of the net change in the Contract Price; or (2) if the Change Order involves Work performed by Subcontractors or Suppliers, or both, the overhead and profit markup shall be reasonable, and the overhead and profit markup from Subcontractors and Suppliers at all tiers shall not exceed ten percent 10% of the net change in the Contract Price, and the Contractor's mark up for such Subcontractor performed Change Order Work shall not exceed seven and one half percent(7.5%)of the net change in the Contract Price. For deductive Change Orders, including deductive Change Orders arising from both additive and deductive items,the deductive amounts shall include a proportionate corresponding reduction in the overhead and profit fee, as applicable to the Contractor, Subcontractors or Suppliers. 10.4. Value of Change Order Work/"Costs of the Work". The term "cost of the Work" means the sum of: 3.1) I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 10.4.1. 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 the 'cost of work"as defined herein. 10.4.2. 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. Contractor's fee shall not exceed ten percent(10%). 10.4.3. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. Contractor's fee for overhead and profit markup for materials and equipment pursuant to this Section shall not exceed ten percent (10%) of the net change in the Contract Price. 10.4.4. 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. 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%). 10.4.5. Contractor shall not be entitled to an overhead and profit markup or fee for any Change Order involving 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. 10.4.6. Contractor shall not be entitled to an overhead and profit markup or fee for the following costs or expenses: 5 I General Conditions(or Construction Contracts(April 13, 2020) Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 a. 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. b. 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. c. Sales, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by any governmental authority. d. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. e. The cost of utilities, fuel and sanitary facilities at the Project Site. f. Receipted minor expenses such as long distance telephone calls, telephone service at the site, express delivery services (FedEx, UPS or couriers, and the like), internet or other telecommunications services, and similar petty cash items in connection with the Work. g. Cost of premiums for additional bonds and insurance required because of changes in the Work. 10.4.7. The term"cost of the Work"shall not include any of the following items, as such items are expressly not to be reimbursed: a. 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. b. Expenses of Contractor's principal and branch offices other than Contractor's office at the Project Site. c. Any part of Contractor's capital expenses,including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. d. 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. e. Losses and expenses sustained by the Contractor or any Subcontractors at any tier, not compensated by insurance or otherwise, if such losses and expenses are due to infidelity on the part of any employee of Contractor, any Subcontractor or Supplier, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, or others to 3/I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 whom the property may be entrusted, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. f. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly approved by the City Manager or City Commission by a Change Order. g. Losses and expenses not covered by insurance where the Contractor, or any Subcontractor, failed to obtain and/or maintain in effect the insurance required to be carried by the Contract Documents, or where Contractor, or any Subcontractor or Supplier, failed to obtain and/or maintain such insurance in limits and amounts required by the Contract Documents except to the extent any deductible provided in such required insurance; h. Costs and expenses incurred by Contractor upon breach of its warranties or guaranties; i. Costs associated with the relocation of employees, and any travel costs not expressly permitted by the Contract Documents(including costs for long-distance travel,costs for travel between the Project Site and the Contractor's office(s), and hotel, car rental and airfare costs); j. Any amounts to be paid by the Contractor for federal, state or local income or franchise taxes; k. Labor, material, and equipment costs or any other costs incurred which should be back-charged to any Subcontractor, any Sub-Subcontractor, any direct or lower tier supplier, or any other party for whom the Contractor is responsible; I. Costs or losses resulting from lost, damaged by misuse or stolen tools and equipment; m. Costs of bonding or securing liens or defending claims filed by any Subcontractor of any tier, any Supplier, any direct or lower tier supplier or any other party for whom any of such parties or the Contractor is responsible arising from nonpayment, unless such nonpayment is the result of the City's unexcused or wrongful failure to pay the Contractor undisputed amounts as and when due under the Contract Documents; n. Costs of self-insured losses(e.g., losses within the deductible limits maintained by the Contractor or any direct or indirect subcontractor), costs covered by any insurance carried by Contractor or a direct or lower tier subcontractor, costs which would have been covered by the insurance required to be carried by a Contractor or a direct or lower tier subcontractor under the Contract Documents, and costs which would have been covered by insurance but for failure of the Contractor or direct or lower tier subcontractor to properly submit, process or give notice to the occurrence or claim; o. Costs of employee bonuses and executive bonuses whether or not based in whole or in part on performance related to the Work; p. Costs incurred or paid for recruiting employees (whether to third party recruiters or to employees); q. Severance or similar payments on account of terminated employees; 38 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 r. Costs incurred after the Contractor's application for final payment; s. Any outside legal fees; t. Costs of materials and equipment stored off-site, except upon the prior written approval of the Contract Administrator in accordance with the Contract Documents. 10.5. 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. 10.6. Whenever the cost of any work is to be determined as defined herein, Contractor will submit in a form acceptable to Consultant an itemized cost breakdown together with the supporting data. 10.7. Where the quantity of any item of the Work that is covered by a unit price is increased by more than thirty percent (30%) 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. 10.8. 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. 10.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 10.8.2. Whenever a Change Order involves Contractor and one or more Subcontractors, and the Change Order increases in the Contract Price, the overhead and profit markups for Contractor and each Subcontractor in accordance with this Article shall be itemized separately. 10.8.3. 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." 10.9. 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; and irrespective of whether such delay constitutes an Excusable Delay and irrespective of whether such delay results in an extension of the Contract Time; provided, however, Contractor's hindrances or delays are not due solely to fraud, bad faith or willful or intentional interference by the City in the performance of the Work, and then only where such acts continue after Contractor's written notice to the City of such alleged interference. 39 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 10.9.1. Contractor acknowledges and agrees that Excusable Delay shall not be deemed to constitute willful or intentional interference with the Contractor's performance of the Work without clear and convincing proof that they were the result of a deliberate act, without any reasonable and good-faith basis, and were specifically intended to disrupt the Contractor's performance of the Work. The City's attempts to facilitate or assist Contractor in performance of the Work shall in no way be construed, interpreted and/or be deemed to constitute willful or intentional interference with the Contractor's performance of the Work. Except as provided herein, Contractor hereby waives all other remedies at law or in equity that it might otherwise have against the City on account of any Excusable Delay and any and all other events that may, from time to time,delay the Contractor in the performance of the Work. Contractor acknowledges and agrees that, except as specified herein, all delays or events and their potential impacts on the performance by the Contractor are specifically contemplated and acknowledged by the Parties in entering into this Agreement and that Contractor's pricing of the Work and the determination of the Contract Price shall be expressly based on the Contractor's assumption of the risks thereof, and Contractor hereby waives any and all Claims it might have for any of the foregoing losses, costs, damages and expenses. 10.10. Excusable Delay. Contractor's sole remedy for Excusable Delay is an extension of the Contract Time for each day of critical path delay, but only if the pre-requisites and notice requirements set forth below in this Article 10 have been timely and properly satisfied. An excusable delay is one that (i)directly impacts critical path activity delineated in the Project Schedule and extends the time for completion of the Work; (ii) could not reasonably have been mitigated by Contractor, including by re-sequencing, reallocating or redeploying and/or increasing the amount of its forces to other portions of the Work; and (iii) is caused by circumstances beyond the control and due to no fault of Contractor or its Subcontractors, material persons, Suppliers, or Vendors, including, but not limited to,force majeure events such as fires,floods, labor disputes, epidemics, hurricanes,or similar events beyond the control and due to no fault of the Contractor("Excusable Delay"). If two or more separate events of Excusable Delay are concurrent with each other, Contractor shall only be entitled to an extension of time for each day of such concurrent critical path delay, and Contractor shall not be entitled to double recovery thereon. For illustration purposes only, if two events of Excusable Delay are concurrent for two days. Contractor shall only receive a time extension of a total of two days, and not four days. 10.10.1. 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 the Contract Documents. These time extensions are justified only when rains or other inclement weather conditions prevent Contractor from productively performing critical path activity delineated in the Project Schedule: (1) Contractor being unable to work at least fifty percent(50%)of the normal workday on critical path activity delineated in the Project Schedule 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 critical path activity delineated in the Project Schedule. 10.10.2. Compensable Excusable Delay. Notwithstanding the foregoing, 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, provided, however,that in no event shall Contractor 40 I General Conditions for Construction Contracts!April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 be compensated for(x) interim delays which do not extend the Contract Time, or (y) for Excusable Delay if caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Consultant, in which case then Contractor shall be entitled only to a time extension and no further compensation for the Excusable Delay. 10.10.3. Unexcusable Delays. "Unexcusable Delay" shall mean any delays not included within the definition of Excusable Delay as set forth above including any delay which extends the completion of the Work or portion of the Work beyond the time specified in the Project Schedule, including, without limitation, the date for Substantial Completion or Final Completion, and which is caused by the act, fault, inaction or omission of the Contractor or any Subcontractor, Supplier or other party for whom the Contractor is responsible; any delay that could have been limited or avoided by Contractor's timely notice to the City of such delay; or any delay in obtaining licenses, permits or inspections caused by the actions or omissions of the Contractor or its Subcontractors, Suppliers or any other party for whom the Contractor is responsible An Unexcusable Delay shall not be cause for granting an extension of time to complete any Work or any compensation whatsoever, and shall subject the Contractor to damages in accordance with the Contract Documents. In no event shall the Contractor be excused for interim delays which do not extend the Project Schedule, including the date for Substantial Completion or Final Completion. 10.11. Prerequisites and Notice Requirements for Extensions of Time. Except as provided in the Contract Documents with respect to Changes in the Work, an extension of the Contract Time will only be granted by the City under the following circumstances (a)if a delay occurs as a result of an Excusable Delay, and (b) the Contractor has complied with each of the following requirements below to the reasonable satisfaction of the City: a. Contractor shall provide written notice to the City of any event of delay or potential delay within five (5) days of the commencement of the event giving rise to the request. The Contractor, within ten (10) days of the date upon which the Contractor has knowledge of the delay, shall notify the City, in writing, of the cause of the delay stating the approximate number of days the Contractor expects to be delayed, and must make a request for an extension of time, if applicable, to the City, in writing, within ten (10) days after the cessation of the event causing the delay specifying the number of days the Contractor believes that its activities were in fact delayed by the cause(s) described in its initial notice. b. The Contractor must show to the reasonable satisfaction of the City that the activity claimed to have been delayed was in fact delayed by the stated cause of delay, that the critical path of the Work was materially affected by the delay, that the delay in such activity was not concurrent with any Unexcusable Delay, the delay was not the result of the performance of unit price Work, and that the delay in such activity will result in a delay of the date for Substantial Completion in the Project Schedule or Final Completion. c. The initial notice provided by the Contractor under Subsection (a) above shall provide an estimated number of days the Contractor believes it will be delayed,and describe the efforts of the Contractor that have been or are going to be undertaken to overcome or remove the Excusable Delay and to minimize the potential adverse effect on the cost and time for performance of the Work resulting from such Excusable Delay. The mere written notice of an event of delay or potential delay, without all of the aforementioned required information, is insufficient and will not toll the time period in which the Contractor must provide proper written notice under this Article. CONTRACTOR'S STRICT COMPLIANCE WITH THIS ARTICLE 10 IS A CONDITION PRECEDENT TO RECEIPT OF AN EXTENSION OF THE CONTRACT TIME. FAILURE OF THE CONTRACTOR TO I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 COMPLY WITH ALL REQUIREMENTS AS TO ANY PARTICULAR EVENT OF DELAY, INCLUDING THE REQUIREMENTS OF THIS SECTION, SHALL BE DEEMED CONCLUSIVELY TO CONSTITUTE A WAIVER, ABANDONMENT OR RELINQUISHMENT OF ANY ENTITLEMENT TO AN EXTENSION OF TIME AND ALL CLAIMS RESULTING FROM THAT PARTICULAR EVENT OF PROJECT DELAY. Once the Parties have mutually agreed as to the adjustment in the Contract Time due to an Excusable Delay, they shall enter into a Change Order documenting the same. If the City and Contractor cannot resolve a request for time extension made properly and timely under this Section within sixty(60)days following Contractor's initial notice of the events giving rise to the request for a time extension, the Contractor may re-submit the request as a Claim in accordance with the Contract Documents. 10.12. Contractor's Duty. Notwithstanding the provisions of this Agreement allowing the Contractor to claim delay due to Excusable Delay, whenever an Excusable Delay shall occur, the Contractor shall use all reasonable efforts to overcome or remove any such Excusable Delay, and shall provide the City with written notice of the Contractor's recommendations on how best to minimize any adverse effect on the time and cost of performing the Work resulting from such Excusable Delay. In furtherance of the foregoing, whenever there shall be any Excusable Delay, the Contractor shall use all reasonable efforts to adjust the Project scheduling and the sequencing and timing of the performance of the Work in a manner that will avoid, to the extent reasonably practicable, any Excusable Delay giving rise to an actual extension in the time for performance of the Work. If there are corresponding costs associated with any of the measures which the Contractor deems necessary or desirable to minimize any adverse effects resulting from any Excusable Delay, the Contractor shall advise the City of such anticipated associated costs and shall not proceed with such measures absent the City's executing a Change Order in connection therewith. Nothing in this Section shall, however, be deemed to entitle the Contractor to any adjustment in the Contract Price or any other damages, losses or expenses resulting from an Excusable Delay; nor shall it be deemed to obligate the City to agree to undertake any recommendations suggested by the Contractor as a means of minimizing the adverse effects of any Excusable Delay. 10.13. Differing Site Conditions. In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project Site which could not have reasonably been identified by Contractor upon prior investigation, and materially differ from those indicated in the Contract Documents, or if unknown physical conditions of an unusual nature are encountered on the Project Site and differ materially from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, then Contractor shall promptly notify the City within two (2) business days of the specific materially differing site conditions, before the Contractor disturbs the conditions or performs the affected Work. 10.13.1. 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, 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 Contract Documents. 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 42 I General Conditions for Construction Contracts(April 13, )O.'O) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. 10.13.2. An adjustment for differing site conditions shall not be allowed, and any Claim relating thereto shall be deemed conclusively waived, if the Contractor has not provided the required written notice within two (2) business days of discovery of the site conditions, or has disturbed the site conditions prior to City's examination thereof. If a differing site condition qualifies for an equitable adjustment pursuant to the Contract Documents, and the Contractor's costs cannot reasonably be established at the time of notice to the City thereof, the Contractor shall submit its proposed pricing and/or request for extension of time within ten (10) days after the proposed solution is identified to the differing site condition described in the Contractor's initial notice to the City. 10.13.3. For purposes of this Section, a"materially differing" site condition is one that(1) is not identified in the Contract Documents and is not reasonably inferable therefrom; and (2) could not have reasonably been identified by Contractor upon prior investigation, provided Contractor reasonably undertook such prior site investigation; and (3) requires a change to the Work that increases Contractor's costs and/or impacts the critical path for completion of the Work. 10.13.4. Where Site Conditions delay the Project, and said delay could have been avoided by reasonable investigations of the Project Site at any time prior to commencement of the Work in question,such delay shall not be considered to be an Excusable Delay beyond the control of the Contractor, and no time extension shall be granted. No request for an equitable adjustment or change to the Contract Time for differing Site Conditions shall be allowed if made after the date certified as the Substantial Completion date. ARTICLE 11. CLAIMS AND RESOLUTION OF DISPUTES. 11.1 Claims must be initiated by written notice and,unless otherwise specified in the Contract Documents, submitted to the other Party within ten (10)days of the event giving rise to such Claim or within ten (10)days after the claimant reasonably should have recognized the event or condition giving rise to the Claim, whichever is later. Such Claim shall include sufficient information to advise the other party of the circumstances giving rise to the Claim, the specific contractual adjustment or relief requested including, without limitation, the amounts and number of days of delay sought, and the basis of such request. The Claim must include all job records and other documentation supporting entitlement, the amounts and time sought. In the event additional time is sought, the Contractor shall include a time impact analysis to support such Claim. The City shall be entitled to request additional job records or documentation to evaluate the Claim. The Claim shall also include the Contractor's written notarized certification of the Claim in accordance with the False Claims Ordinance, Sections 70-300 et seq., of the City Code. 11.2 Claims not timely made or otherwise not submitted in strict accordance with the requirements of this Article or other Contract Documents shall be deemed conclusively waived, the satisfaction of which shall be conditions precedent to entitlement. 11.3 Contractor assumes all risks for the following items, none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Contractor's Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses, loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid 43 I General Conditions(or Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 11.4 Continuing the Work During Disputes. 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. Contractor's failure to comply with this Section shall constitute an Event of Default. ARTICLE 12. PERMITS, LICENSES, FEES, TAXES. 12.1 Except as otherwise provided within the Contract Documents, 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 or Miami-Dade County 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. 12.3 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 Construction Documents for said work. 12.4 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. ARTICLE 13. TERMINATION. 13.1. 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 Contract, the City may, in its sole discretion, terminate for the City's convenience the performance of Work under this Contract, 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 Contract,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 Article: i. Stop the Work specified as terminated in the Notice of Termination for Convenience; General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations; iii. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; iv. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for Convenience; vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non- fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Contract 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 Contract 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 Contract, 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. 13.2. 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 twenty- 4 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 one (21) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which constitutes sufficient grounds for the City to terminate Contractor for cause: a. Failing to perform any portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required therein; or failing to use the Subcontractors, entities and personnel as identified and to the degree specified; in the Contract Documents, subject to substitutions approved by the City in accordance with this Contract 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 Contract 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. Failing to provide the City with a Recovery Schedule in accordance with the Contract Documents; k. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; I. Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this Contract; m. Failing to comply in any material respect with any of the terms of this Contract or the Contract Documents. In no event shall the time period for curing a Default constitute an extension of the time for achieving Substantial Completion or a waiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 13.3. Termination of Contract for Cause. a. The City may terminate the Contractor for cause upon the occurrence of an Event of Default as defined herein, or for any other breach of the Contract or other Contract Documents by the Contractor that the City, in its sole opinion,deems substantial and material,following written notice to the Contractor and the failure to timely and properly cure to the satisfaction of the City in the time period set forth herein, 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 Contract, 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: a I General Conditions for Construction Contracts(April 13, 7020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 Contract 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 Contract that is in the Contractor's possession and in which the City has or may acquire an interest. d. All rights and remedies of the City's Termination rights herein 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. 13.4. 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. 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 Contract. 13.5. Costs and Expenses. 47 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 Contract, 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 Contract 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. 13.6. 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 Contract, or that any delay hereunder was an Excusable Delay, the termination shall be converted to a Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained herein. The Contractor shall have no further recourse of any nature for wrongful termination. 13.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Contract 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. 13.8. 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 Contract shall not be deemed a waiver of such provision or Amendment of this Contract. 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 Contract 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 at any time shall not constitute a waiver of such rights and remedies. 13.9. 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 by the Contract Documents, 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 Contract 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 Contract 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 /:8 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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. 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. ARTICLE 14. MISCELLANEOUS. 14.1. Separate Contracts. 14.1.1. The City reserves the right to perform construction or operations related to the Project with the City's own forces, to award separate contracts to other contractors or subcontractors, and to permit third parties to perform construction or operations in connection with other portions of the Project or other construction or operations on the Project Site or adjacent to the Project Site. City reserves the right to let other contracts in connection with this Project. Contractor shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 14.1.2. 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 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 Work. 14.1.3. 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 contractors, including the City's own forces, 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. Coordination with other contractors shall not be grounds for an extension of time or any adjustment in the Contract Price. Contractor agrees that its pricing of the Work and the determination of the Contract Price were expressly based upon the Contractor's assumption of the foregoing cost risks 14.1.4. Contractor shall afford other contractors reasonable access to the Project Site for the execution of their work. Following the request of the City or Consultant, the Contractor shall prepare a plan in order to integrate the work to be performed by the City or by the other contractors with the performance of the Work, and shall submit such plan to the City for approval.The Contractor shall arrange the performance of the Work so that the Work and the work of the City and the other contractors are, to the extent applicable, properly integrated,joined in an acceptable manner and performed in the proper sequence, so that any disruption or damage to the Work or to any work of the City or of other contractors is avoided. 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. 14.2. Lands for Work. 14.2.1. 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. 49 I General Conditions for Construction Contracts(April 13, 7U7O) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 14.2.2. 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. 14.3. Assignment. Neither the City nor the Contractor shall assign its interest in this Contract without the written consent of the other, except as to the assignment of proceeds. Notwithstanding the foregoing, City may assign its interest in this Contract or any portion thereof to any local or state governmental body, special taxing district,or any person authorized by law to construct or own the Project. Such assignee shall be bound to comply with the terms of this Contract. 14.4. Rights of Various Interests. Whenever work being done by City's forces or by separate contractors is contiguous to or within the area where the Contractor will perform any of the Work pursuant to the Contract Documents, , 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. 14.5. 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. 14.6. 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. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. 14.7. No Interest.Any monies not paid by City when claimed to be due to Contractor under this Contract, 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. 14.8. Project Sign. Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines. SU I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 14.9. Availability of Project Site; Removal of Equipment. 14.9.1. Use of the Project Site or any other City-owned property or right-of-way for the purpose of storage of equipment or materials, lay-down facilities, pre-cast material fabrication, batch plants for the production of asphalt, concrete or other construction-related materials, or other similar activities, shall require advance written approval by the Contract Administrator. The City may, at any time, in its sole and absolute discretion, revoke or rescind such approval for any reason. Upon notice of such rescission, Contractor shall, within twenty-four (24) hours, remove and relocate any such materials and equipment to a suitable, approved location. Notwithstanding any other provision in the Contract Documents to the contrary, the conditions or requirements of right-of-way permits established by the authorities having jurisdiction including, without limitation any regulatory authorities of the City, shall take precedence over any provision in the Contract Documents that may provide any right whatsoever to use of the Project Site for staging, material and equipment storage, lay-down or other similar activities. 14.9.2. 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. 14.10. 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. 14.11. Project Records. City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project, and to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to the Project and to any claim for additional compensation made by Contractor. Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3)year period following Final Completion of the Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours written notice. 14.12. Performance Evaluations.An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful Contractor. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Contractor for future bids with the City. I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 14.13. 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. 14.14. 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. Contractor hereby accepts complete responsibility as a principal for its agents, Subcontractors, vendors, materialmen, suppliers, their respective employees, agents and persons acting for or on their behalf, and all others Contractor hires to perform or to assist in performing the Work. 14.15. 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. 14.16. Severability. 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. ARTICLE 15. INSPECTOR GENERAL AUDIT RIGHTS. 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 the City. 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 the 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. Pursuant to Section 2-378 of the City Code,the City is allocating a percentage of its I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 15.3 Upon ten (10)days written notice to the Contractor, the 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 the 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. 15.4 The Inspector General shall have the right to inspect and copy all documents and records in the 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 subcontractors 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. 15.5 The 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: i. If this contract is completely or partially terminated, the Contractor shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and ii. The 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. 15.6 The provisions in this section shall apply to the Contractor, its officers, agents, employees, subcontractors and suppliers. The Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the performance of this contract. 15.7 Nothing in this section shall impair any independent right to the 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 the City by the Contractor or third parties. 53 I General Conditions(or Construction Contracts(April 13, 2020) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS - GOODS & SERVICES (October 27, 2022) 1. GENERAL DISCLAIMERS. a. The solicitation referenced herein is being furnished to the Bidders by the City of Miami Beach(the"City')for the Bidder's convenience. 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.Bidders should rely exclusively on their own investigations, interpretations, and analyses. Bidders are expected to examine the terms, conditions,specifications,delivery schedules,proposed pricing,and other all instructions pertaining to the goods relative to this solicitation. Failure to do so will be at the Bidder's risk and may result in the Bid being non-responsive.All expenses involved with the preparation and submission of bid, or any work performed in connection therewith, shall be the sole responsibility(and shall be at the sole cost and expense)of the Bidders,and shall not be reimbursed by the City. b. 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 Bid conforming to these requirements will be selected for consideration, negotiation, or approval. Any individual that submits a bid in response to this solicitation agrees that any action taken by the City in response to bids made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such bid, 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. c. It is the responsibility of each Bidders, before submitting a Bid, to: examine the solicitation thoroughly; visit the site or structure,as applicable,to become familiar with conditions that may affect costs,progress,performance or furnishing of the Work;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; study and carefully correlate Bidder's observations with the solicitation. The Bidders shall notify the Chief Procurement Officer of all conflicts, errors, or discrepancies in the solicitation of which Bidders knows or reasonably should have known.The submission of a Bid shall constitute an incontrovertible representation by Bidders that Bidders has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. d. Any action taken by the City in response to bids received pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such bid,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. In its sole discretion,the City may withdraw the solicitation either before or after receiving bids,may accept or reject bids,and may accept bids which deviate from the solicitation,as it deems appropriate and in its best interest.The City may postpone the deadline for submittal of bids and may, but is not required to,make a reasonable effort to give at least three(3)calendar days electronic notice of any such postponement. e. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting bid in response to this solicitation. f. Bidders are hereby advised that this solicitation is subject to the following ordinances/resolutions(as applicable),which may be found on the City Of Miami Beach Procurement Department website at https://www.miamibeachfl.gov/City- hall/procurement/procurement-related-ordinance-and-procedures/. Requirement Code Section or Resolution Cone of Silence 2-486 Protest Procedures 2-371 Debarment Proceedings 2-481 through 2-406 Lobbyist Registration and Disclosure of Fees 2-397 through 2-485.3 Campaign Contributions by Vendors 2-487 Campaign Contributions by Lobbyists 2-488 Equal Benefits for Domestic Partners 2-373 Living Wage Requirement 2-407 through 2-410 False Claims Ordinance 70-300 Acceptance of Gifts,Favors&Services 2-449 Purchase of Goods and Services Sourced in Resolution 2016-29375 Mississippi Non-discrimination(boycotts) 2016-3990 2 ACCEPTANCE OF GIFTS,FAVORS,SERVICES. Bidders shall not offer any gratuities,favors,or anything of monetary value to any official,employee.or agent of the City,for the purpose of influencing consideration of this Bid. Pursuant to Sec.2-449 of the City Code,no officer or employee of the City shall accept any gift,favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 3. ASSIGNMENT. No contract shall be assigned, transferred,conveyed, sublet or otherwise disposed, including any or all right, age o'7 I Formal Solicitations Terms and Conditions—Goods and Services(October 27,2022) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS - GOODS & SERVICES (October 27, 2022) title or interest therein,or power to execute such contract,to any person,company or corporation,without the prior written consent of the City. 4 CANCELLATION. In the event any of the provisions of this Bid are violated by the Bidders,the City shall give written notice to the Bidders stating such deficiencies and,unless such deficiencies are corrected within ten(10)calendar days from the date of the City's notice,the City,through its City Manager,may declare the contract in default and terminate same,without further notice required to the Bidders. Notwithstanding the preceding, the City,through its City Manager,also reserves the right to terminate the contract at any time and for any reason,without cause and for convenience,and without any monetary liability to the City, upon the giving of thirty(30)days prior written notice to the Bidders. 5. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS. This solicitation is subject to, and all Bidders are expected to be or become familiar with,all City lobbyist laws.Bidders shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including,without limitation, disqualification of their responses,in the event of such non-compliance. 6. DEFAULT. Failure or refusal of the successful Bidders to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a bid response before such award is made and approved, may result in a claim for damages by the City,and may be grounds for removing the Bidders from the City's vendor list. 7. DEMONSTRATION OF COMPETENCY. Pursuant to Section 2-369 of the City Code, when determining the lowest and best Bidders, in addition to price,there shall be a consideration of the following: (1)the ability,capacity and skill of the Bidders to perform the contract;(2)whether the Bidders can perform the contract within the time specified,without delay or interference; (3)the character, integrity, reputation,judgment, experience and efficiency of the Bidders; (4)the quality of performance of previous contracts; and (5)the previous and existing compliance by the Bidders with laws and ordinances relating to the contract.In doing so,the City may take any and all actions in deems necessary.including consideration of any legal,financial, operational(facilities,staffing and equipment)factor that may impact the Bidder's ability to successfully perform the contract, and the City may contact any prior or current client,employee or agent of the Bidders. a. The City reserves the right to request supplemental information from Bidders at any time during the solicitation process, unless otherwise noted. 8. DISPUTES.In the event of a conflict between the documents,the order of priority of the documents shall be as follows: a. Any contract or agreement resulting from the award of this solicitation;then b. Addendum issued for this solicitation,with the latest Addendum taking precedence;then c. The solicitation;then d. The Bidder's bid in response to the solicitation. In case of any doubt or difference of opinion as to the items and/or goods(as the case may be)to be furnished hereunder,the decision of the City shall be final and binding on all parties. 9. ELIMINATION FROM CONSIDERATION.This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt,taxes,or contracts which are defaulted as surety or otherwise upon any obligation to the City. 10. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency,disaster,hurricane,tornado,flood,or other acts of force majeure that the City of Miami Beach,Florida shall receive a"First Priority"for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. 11. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period.The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period.The City may use said estimates for purposes of determining whether the low Bidders meets specifications. 12. 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 Bidders not responsible if the history of violations warrants such determination in the opinion of the City.Bidder shall submit with its proposal, a complete history of all citations and/or violations, notices, and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Bidders that there are no citations or violations. Bidders shall notify the City immediately of notice of any citation or violation which Bidders may receive after the proposal opening date and during the time of performance of any contract awarded to it. 13. EXCEPTIONS TO SOLICITATION. Bidders must clearly indicate any exceptions they wish to take to any of the terms in the solicitation, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly Page 2 of 7 I Formal Solicitations Terms and Conditions-Goods and Services(October 27,2022) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS - GOODS & SERVICES (October 27, 2022) delineated,in writing,in the bid submittal. The City,at its sole and absolute discretion,may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected,the City shall require the Bidders to comply with the particular term and/or condition of the solicitation to which Bidders took exception to(as said term and/or condition was originally set forth in the solicitation and any exhibits or Addenda thereto). 14. FLORIDA PUBLIC RECORDS LAW.Bidders are hereby notified that all bids including,without limitation,any and all information and documentation submitted therewith,are exempt from public records requirements under Section 119.07(1),Florida Statutes, and s.24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty(30) days after opening of the bids, whichever is earlier. Additionally, Bidders agrees to be in full compliance with Florida Statute 119.0701 including,but not limited to,agreement to(a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the goods;(b)provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as 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; (d) Meet all requirements for retaining public records and transfer,at no cost,to the public agency all public records in possession of the Bidders upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 15. JOINT VENTURES/SINGLE PURPOSE ENTITY. Joint Ventures are not allowed. bid shall be submitted only by the prime contractor. Bidders may. however, identify sub-contractors or sub-consultants to the prime Bidders who may serve as team members. 16. FORCE MAJEURE. a. A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Contractor or the City's obligations under the Agreement,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 Agreement. b. If the 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 any case within fifteen(15)business days thereof,provide notice:(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 Agreement, (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. c. The City may,through its City manager, in its sole and absolute discretion, make amendment or equitable adjustment in the contract terms and conditions and/or pricing to address very limited unforeseen circumstances outside of the successful Bidder's control relating to certain supply chain issues and extreme market volatility.The City may,through its City Manager, but shall have no obligation to consider or otherwise approve an adjustment,where pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace satisfying,at a minimum,all of the following criteria: 1)the volatility is due to causes wholly beyond the successful Bidder's control; 2)the volatility affects the entire marketplace or industry, not just the particular successful Bidder's source of supply; 3)the effect on pricing or availability of supply is substantial; and 4)the volatility so affects the successful Bidders that continued performance of the Contract would result in an excessive or unreasonable substantial loss or financial hardship to the Bidders,such as,for example,an event implicating insolvency or bankruptcy.Any adjustment would require irrefutable evidence and written approval by the Chief Procurement Officer. For the avoidance of doubt,this section does not in any way alter or affect the allocation of risk between the City and the Bidders pursuant to the Contract, or Bidder's assumption of all risks relating to its performance in accordance with the Contract terms. d. No party hereto shall be liable for its failure to carry out its obligations under the Agreement 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 Agreement 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 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. Page 3 of 7 I Formal Solicitations Terms and Conditions-Goods and Services(October 27,2022) Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS - GOODS & SERVICES (October 27, 2022) e. Obligations pursuant to the Agreement 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. f. Notwithstanding any other provision to the contrary herein,in the event of a Force Majeure occurrence,the City may,at the sole discretion of the City Manager,suspend the City's payment obligations under the Agreement,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 Agreement for a time period greater than thirty(30)days,the City may,at the sole discretion of the City Manager,terminate the Agreement on a given date, by giving written notice to Contractor of such termination. If the Agreement is terminated pursuant to this section, Contractor shall be paid for any Services satisfactorily performed up to the date of termination;following which the City shall be discharged from any and all liabilities,duties,and terms arising out of,or by virtue of,this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. 17. INDEMNIFICATION. The bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attomey's fees and costs of defense,which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the bidder or its employees,agents,servants,partners,principals or subcontractors. The bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The bidder expressly understands and agrees that any insurance protection required by any agreement with the City or otherwise provided by the bidder shall in no way limit the responsibility to indemnify,keep and save harmless and defend the City or its officers,employees,agents and instrumentalities as herein provided.The above indemnification provisions shall survive the expiration or termination of this Agreement. 18. INSPECTION,ACCEPTANCE&TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to)all items shall be the responsibility of the successful Bidders until acceptance by the City unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller,and return the product,at the Bidder's expense. 19. INSPECTOR GENERAL AUDIT RIGHTS. a. 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 the City. b. 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 the 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. 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. c. Upon ten (10) days written notice to the Contractor, the 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 the 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. d. The Inspector General shall have the right to inspect and copy all documents and records in the 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 subcontractors 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. Page 4 of 7 I Formal Solicitations Terms and Conditions—Goods and Services(October 27,2022) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 nni A NA►BEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS - GOODS & SERVICES (October 27, 2022) e. The 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: i. If this contract is completely or partially terminated,the Contractor shall make available records relating to the work terminated until three(3)years after any resulting final termination settlement;and ii. The 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. f. The provisions in this section shall apply to the Contractor, its officers, agents,employees,subcontractors,and suppliers. The Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the performance of this contract. g. Nothing in this section shall impair any independent right to the 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 the City by the Contractor or third parties. 20. LAWS,PERMITS AND REGULATIONS.The Bidders shall obtain and pay for all licenses,permits,and inspection fees required to complete the work and shall comply with all applicable laws. 21. LIABILITY,INSURANCE, LICENSES AND PERMITS. Where Bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid,the Bidders will assume the full duty,obligation and expense of obtaining all necessary licenses,permits,and insurance,and assure all work complies with all Applicable Laws. The Bidders shall be liable for any damages or loss to the City occasioned by negligence of the Bidders, or his/her officers, employees,contractors,and/or agents,for failure to comply with Applicable Laws. 22. MANNER OF PERFORMANCE.Bidders agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local,State,County,and Federal laws,rules,regulations,and codes.Lack of knowledge or ignorance by the Bidders with/of applicable laws will in no way be a cause for relief from responsibility.Bidders agrees that the work and goods provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidders agrees to furnish to the City any and all documentation, certification, authorization,license,permit,or registration currently required by applicable laws,rules,and regulations. Bidders further certifies that it and its employees will keep all licenses,permits,registrations,authorizations,or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Bidders to comply with this paragraph shall constitute a material breach of this contract. 23. MODIFICATION/WITHDRAWALS OF BIDS.A Bidders may submit a modified bid to replace all or any portion of a previously submitted Bid up until the Bid due date and time. Modifications received after the bid due date and time will not be considered. bid shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date, or after expiration of 180 calendar days from the opening of bid without a contract award. Letters of withdrawal received after the Bid due date and before said expiration date,and letters of withdrawal received after contract award will not be considered. 24. MULTIPLE AWARD.The City may award two or more vendors (primary, secondary,tertiary, or higher), as available, by line item,by group or in its entirety,beginning with lowest,responsive,responsible Bidders(primary),followed by the second lowest, responsive, responsible Bidders(secondary), and continuing with other responsive, responsible Bidders in order of next best cost. The City will endeavor to utilize vendors in order of award. However,the City may utilize other vendors in the event that. 1)a contract vendor is not or is unable to be in compliance with any contract or delivery requirement;2)it is in the best interest of the City to do so regardless of reason. 25. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered,not conforming to specifications,may be rejected,and returned at the Bidder's expense. These items,as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the Bidders. Any violation of these stipulations may also result in the Bidder's name being removed from the City's vendor list. 26. NON-DISCRIMINATION. The Bidders certifies and affirms that it is in compliance with and will be bound by the Section 202, Executive Order 11246,as amended by Executive Order 11375,relative to equal employment opportunity for all persons without regard to race,color,religion,sex or national origin. 27. NON-EXCLUSIVITY.To the extent applicable,it is the intent of the City to purchase the goods or services specifically listed in the solicitation. However,the City reserves the right to purchase any goods or services awarded from any other governmental or cooperative contract or on the open market. 28. OCCUPATIONAL HEALTH AND SAFETY. The Bidders warrants to the City that any work, goods, supplies, materials or equipment supplied pursuant to this bid shall conform in all respects to the standards set forth in the Occupational Safety and Poge 5 of 7 I Formal Solicitations Terms and Conditions-Goods and Services(October 27,2022) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS - GOODS & SERVICES (October-27, 2022) Health Act of 1970,as amended,and the failure to comply with this condition will be deemed breach of contract.Any fines levied because of inadequacies to comply with this condition shall be borne solely by the Bidders. 29. OBSERVANCE OF LAWS. Bidders are expected to be familiar with,and comply with.all Federal,State,County,and City laws, ordinances,codes,rules and regulations,and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner,may affect the scope of goods and/or project contemplated by this solicitation(including,without limitation,the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s)on the part of the Bidders will in no way relieve it from responsibility for compliance. 30. OPTIONAL CONTRACT USAGE.When the successful Bidders agrees,other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of govemment or non-profit agency. 31. OSHA.The Bidders warrants to the City that any work,services,supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970,as amended,and the failure to comply with this condition will be deemed breach of contract.Any fines levied because of inadequacies to comply with this condition shall be borne solely by the Bidders. 32. OTHER TERMS AND CONDITIONS. Any order pursuant to the contract that includes terms and conditions other than those expressly approved in this solicitation or contract shall be null and void and rejected by the City. 33. PAYMENT.Payment will be made by the City after the goods have been received,inspected,and found to comply with contract specifications,free of damage or defect,and are properly invoiced. 34. PATENTS & ROYALTIES. Bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees,contractors,and/or agents,from liability of any nature or kind,including cost and expenses for,or on account of,any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Bidders uses any design, device or materials covered by letters. patent,or copyright,it is mutually understood and agreed,without exception,that the Bid prices shall include all royalties or cost arising from the use of such design,device,or materials in any way involved in the work. 35. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid,the UNIT PRICE quoted will govern. All prices must be F.O.B.destination,freight prepaid(unless otherwise stated in Special Conditions).The Bidders may offer cash discounts for prompt payments;however,such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award,if made,will be in accordance with terms and conditions stated herein. Each item must be bid separately,and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 36. PROTESTS.Any protest concerning the specifications or award of this solicitation shall be in accordance with City Code Section 2-371. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 37. PUBLIC ENTITY CRIME.A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods to a public entity,may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work,may not submit a bid on leases of real property to public entity,may not be awarded or perform work as a contractor,supplier, sub-contractor,or consultant under a contract with a public entity,and may not transact business with any public entity in excess of the threshold amount provided in Sec.287.017, for Category Two,for a period of 36 months from the date of being placed on the convicted vendor list. 38. RELATIONSHIP TO THE CITY. It is the intent of the City, and Bidder's hereby acknowledge and agree, that the successful Bidders is considered to be an independent contractor,and that neither the Bidders,nor the Bidder's employees,agents,and/or contractors,shall,under any circumstances,be considered employees or agents of the City. 39. SPECIAL CONDITIONS.Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 40. TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 41. TERMINATION FOR DEFAULT. If the successful Bidders shall fail to fulfill in a timely manner,or otherwise violate,any of the covenants,agreements,or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto,the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the Bidders of such termination,which shall become effective upon receipt by the Bidders of the written termination notice. In that event,the City shall compensate the successful Bidders in accordance with the term of the contract for all work and/or services satisfactorily performed by the Bidders prior to termination,net of any costs incurred by the City as a consequence of Page 6 of 7 I Formal Solicitations Terms and Conditions-Goods and Services(October 27,2022) Docusign Envelope ID'. F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH FORMAL SOLICITATIONS TERMS AND CONDITIONS - GOODS & SERVICES (October 27, 2022) the default. Notwithstanding the above,the successful Bidders shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Bidders,and the City may reasonably withhold payments to the successful Bidders for the purposes of set off until such time as the exact amount of damages due the City from the successful Bidders is determined. The City may,at its discretion,provide reasonable"cure period"for any contractual violation prior to termination of the contract; should the successful Bidders fail to take the corrective action specified in the City's notice of default within the allotted cure period,then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. 42. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed,at any time,by giving written notice to the successful Bidders of such termination,which shall become effective thirty(30)days following receipt by Bidders of such notice. In that event.all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection,the City shall compensate the successful Bidders in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City,work and/or services actually performed by the successful Bidders,and shall also compensate the Bidders for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful Bidders for any profits that the successful Bidders expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful Bidders upon a termination as provided for in this subsection. 43. TIE BIDS. In accordance with Florida Statues Section 287.087,regarding identical tie bids, preference will be given to Bidders certifying that they have implemented a drug free workplace program. A certification form will be required. In the event of a continued tie between two or more Bidders after consideration of the drug free workplace program,the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between Bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 44. VENUE.Any legal challenges to this Solicitation shall be brought in Miami-Dade County,Florida,and if legal action is necessary, exclusive venue for the enforcement of same shall lie in Miami-Dade County,Florida.The Bidder and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Solicitation. 45. CONTRACT EXTENSION.The City, through its City Manager, reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 46. AMERICANS WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters(five(5)days in advance when possible),or information on access for persons with disabilities.For more information on ADA compliance,please call the Public Works Department,at 305-673-7000, Extension 2984. 47. TRUTH IN NEGOTIATION CERTIFICATE.Any resulting contract, is issued and governed by section 287.055,Florida statutes shall require a truth in negotiation certificate. Execution of the contract by the consultant shall act as the execution of a Truth-in- Negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in the contract are accurate,complete,and current as of the date of the contract.The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which the City determines the contract price was increased due to inaccurate, incomplete, or noncurrent wage rates and other factual unit costs.All such contract adjustments shall be made within one(1) year following the end of the contract. Page 7 of 7 I Formal Solicitations Terms and Conditions—Goods and Services(October 27,2022) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ATTACHMENT B ADDENDA AND ITB SOLICITATION Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 5 INVITATION TO BID NO. 2024-511-JP WATER MAIN REPLACEMENT—FIRE FLOW PACKAGE#1 December 17, 2024 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. REVISION: ITB DUE DATE AND TIME. The deadline for receipt of electronic submittals through PeriscopeS2G is extended until 3:00 p.m., on Monday, December 23, 2024. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted, Bids cannot be submitted after the deadline established for receipt of bids. 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. REVISION(S). DELETE Attachment B — Revised Schedule of Values, previously released with Addendum No. 4, in its entirety and REPLACE with Attachment C—Revised Schedule of Values. FAILURE TO SUBMIT THE REVISED SCHEDULE OF VALUES WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY SHALL RESULT IN THE BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. III. ATTACHMENT(S): • Attachment C—Revised Schedule of Values FAILURE TO SUBMIT THE REVISED SCHEDULE OF VALUES WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY SHALL RESULT IN THE BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. IV. RESPONSES TO QUESTIONS RECEIVED: Q1: Item#23 & 24 appear to be the same. They both read: Furnishing, delivering and installing water meter concrete body-70 EA. Please clarify if this is a mistake and what should each item reflect. Al: Refer to Revision II and Attachment C— Revised Schedule of Values. FAILURE TO SUBMIT THE REVISED SCHEDULE OF VALUES WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY SHALL RESULT IN THE BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. 1 ADDENDUM NO.5 INVITATION TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3'd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7490 ext. 26652 DannyFlores@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, /t9a.& T'e -ache for Kristy Bada Chief Procurement Officer 2 ADDENDUM NO.5 INVITATION TO BID NO 2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I A M I B E/\ 2 I-I PROCUREMENT DEPARTMENT 1755 MeridiaN ,3rd Floor Miami Beach.Florida 33139 www.miamibeachfl.gov ATTACHMENT C Revised Schedule of Values 3 ADDENDUM NO.5 INVITATION TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ATTACHMENT C M I AM I B AC REVISED SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. For a detailed description of each line item please refer to Section 012200—Measurement and Payment of the project Specifications provided. (A) (C) Unit of (BItem No. Bid Item Description Measure Total Unit Cost TOTAL Quantity (AxB=C) GENERAL 1 Mobilization I Demobilization LS 1 2 Furnishing traffic control LS 1 WATER MAIN Furnishing and delivering to the 3 Department 16-inch zinc-coated LF 90 polywrapped ductile iron pipe,and fittings for water main Furnishing and delivering to the 4 Department 16-inch mechanical EA 2 joint butterfly valves Installing 16-inch zinc-coated 5 polywrapped ductile iron pipe, LF 90 fittings,and valves for water main Furnishing and delivering to the 6 Department 12-inch zinc-coated LF 1570 polywrapped ductile iron pipe,and fittings for water main Furnishing and delivering to the 7 Department 12-inch mechanical EA 5 joint resilient-seated gate valves Installing 12-inch zinc-coated 8 polywrapped ductile iron pipe, LF 1570 fittings,and valves for water main Furnishing and delivering to the 9 Department 8-inch zinc-coated LF 5420 polywrapped ductile iron pipe, fittings,and valves for water main Installing 8-inch zinc-coated 10 polywrapped ductile iron pipe, LF 5420 fittings,and valves for water main Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Furnishing and delivering to the 11 Department 6-inch zinc-coated LF 360 polywrapped ductile iron pipe, fittings,and valves for water main Installing 6-inch zinc-coated 12 polywrapped ductile iron pipe, LF 360 fittings,and valves for water main Making cut-in connections to 13 existing water mains at including EA 36 furnishing and installing all fittings necessary for connections 14 Furnishing and installing connection(s)to existing 4-inch fire EA 3 suppression lines 15 Furnishing and installing connection(s)to existing 6-inch fire EA 4 suppression lines 16 Making tapping connections to existing water mains EA 1 17 Furnishing,Delivering,and Installing Manual Air Release Valve EA 24 Assemblies(ARVs)for water main Furnishing,delivering,and Installing 18 Flushing Valve Outlet Assemblies EA 5 (FVOs) Furnishing and installing fire hydrant 19 assemblies,6-inch branch pipe,and EA 12 guard posts For removing and salvaging fire EA 12 20 hydrant assembly with guard posts Furnishing and installing 2-inch short EA 45 21 water services • 22 Furnishing and installing 2-inch long EA 25 water services 23 Furnishing,delivering and installing water meter concrete body EA 70 24 Furnishing,delivering and installing EA 70 water meter box cast iron lid 25 For providing temporary water services during construction of water EA 36 main replacements in place 26 Flowable fill used for abandoning as CY 50 directed by the Engineer 27 For constructing 8-inch reinforced concrete protective slab in low CY 10 ground cover Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-02D8A3F6F450 RESTORATION 28 Trench overcut in 1-foot depth LF 18000 increments,for any size pipe 29 Sheeting and shoring ordered left in SF 250 place by the Engineer Removal,transport, and legal 30 disposal of unsuitable backfill CY 3200 materials, including tipping fees,as ordered by the Engineer Furnishing and installing additional 31 suitable backfill material, as directed CY 3200 by the Engineer 32 Constructing limerock base SY 5100 permanent pavement repairs Constructing Type"S-III"asphaltic 33 concrete surface course permanent SY 5100 pavement repairs Cold milling roadway surface course 34 for permanent pavement repairs SY 20000 (nominal 1-inch thick) Constructing Type"S-Ill" permanent pavement repairs for roadway 35 (nominal 1-inch-thick machine-laid SY 20000 asphaltic concrete friction surface overlay) Cold milling roadway surface course 36 for permanent pavement repairs on SY 336 FDOT right of way(nominal 2 inch thick) Constructing Type"S-III" permanent pavement repairs for roadway on 37 FDOT right of way(nominal 2-inch- SY 336 thick machine-laid asphaltic concrete friction surface overlay) Replacing pavement markings 38 damaged, removed,or obliterated AS 1 by the Contractor's operation 39 Concrete curb and gutter restoration LF 1200 to match existing 40 Restoring concrete sidewalk SF 850 41 Restoring sodded area SY 200 42 Relocation of CitiBike Racks EA 1 43 Furnish and Install Geotextile/Filter LF 1,160 fabric 44 Furnish and Install Detectable SF 192 Warnin•s TOTAL BASE BID AMOUNT(LINES 1.44)$ Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 4 INVITATION TO BID NO. 2024-511-JP WATER MAIN REPLACEMENT—FIRE FLOW PACKAGE#1 December 9, 2024 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. REVISION: ITB DUE DATE AND TIME. The deadline for receipt of electronic submittals through PeriscopeS2G is extended until 3:00 p.m., on Friday, December 20,2024. All bids received and time stamped through PeriscopeS2G, prior to the bid submittal deadline shall be accepted as timely submitted. Bids cannot be submitted after the deadline established for receipt of bids. 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. REVISION: ITB Summary — Project Specific Information & Requirements, No. 18 titled Contract Time & Schedule, of the ITB is hereby amended as follows: Days for Substantial Completion: 290 335 days Days for Final Completion: 65 days Total Project Duration: 355 400 days III. REVISION(S). DELETE Appendix G — Plans and Specifications, 100% Bid Set in its entirety and REPLACE with Attachment A— Revised 100% Bid Set. IV. REVISION(S). DELETE Appendix C - Schedule of Values in its entirety and REPLACE with Attachment B— Revised Schedule of Values. FAILURE TO SUBMIT THE REVISED SCHEDULE OF VALUES WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY SHALL RESULT IN THE BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. V. ATTACHMENT(S): • Attachment A— Revised 100% Bid Set. • Attachment B— Revised Schedule of Values FAILURE TO SUBMIT THE REVISED SCHEDULE OF VALUES WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY SHALL RESULT IN THE BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. 1 ADDENDUM NO.4 INVITATION TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I AM I B EAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov VI. RESPONSES TO QUESTIONS RECEIVED: Q1: Comparing the previous advertisement to this new bid, the City has added scope. However, the proposed budget has not been adjusted to the current cost of materials. Would the City award the contract that surpasses the estimated budget? Al: There has not been a significant addition in the scope of work in comparison to the previous ITB. Refer to Section 0100 — Instructions to Bidders Section 10 titled "Method of Award." Q2: Licensing Requirements states that the bidder shall be State of Florida Certified General Contractor, with Florida Certified Underground Utility and Excavation Contractor as a subcontractor. However, per FS 489.113(3)(d) -- a general contractor is allowed to complete the job. The section reads as follows "a general contractor shall not be required to subcontract the construction of a main sanitary sewer collection system, storm collection system, or water distribution system, not including utility lines from the mains to the buildings, and may perform any of the services on public or private property, for which a license as an underground utility and excavation contractor is required under this part". Please advise. A2:The licensing requirement will remain as is. This project DOES include water services from the water main to the private properties and buildings. Q3: Based on this project's size, restoration volume, removal & replacement of active lines, exiting utilities, limited access, dewatering process, and diver installation where applicable, it has been determined that this is a 1.9-Calander Year Project.Therefore, please consider increasing the substantial completion time from 290 days to a minimum of 400 days for substantial completion. Keep in mind that the 290 days are equivalent to 14.5 Months of Construction Time which already exceeds the 355 final completion Calander days. Otherwise,the Contractor must include liquidation damage days into their bids upfront. 1 year(355 days) is simply not possible. A3: Refer to Revision II above. Q4: Due to the power outages and work stoppage of subcontractors and suppliers due to Hurricane Milton, please consider extending the bid due date. A4: The City will not grant an extension due to the hurricane but rather due to the additional time required on the part of the City to respond to questions received. See Revision I above. Q5: Please advise if Installation Floaters Insurance applies to this project. A5: Yes,the installation floater applies to this project. Refer to Appendix I of the ITB. ADDENDUM NO.4 INVITATION TO BID NO 2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 PROCUREMENT DEPARTMENT M I A M I B E AC I—i 1755 Meridian Avenue,3rd Floor FloridaMiami Beach,F 33139 www.miamibeachfl.gov Q6: Please advise if Commercial Divers are required for this project if dewatering is unobtainable for installation in the dry. A6: The contractor determines the means and methods for installing the pipeline. Refer to the Attachment A— Revised 100% Bid Set, Division 31 Earthwork, Section 312319 for dewatering specs, and Section 312320 for commercial divers specs. Q7: Please advise if all permits required to be paid for by the Contractor will be reimbursed from the Permitting Allowance. Al: Permit fees will be reimbursed by the City via the permit allowance once receipts are received. Q8: When isolating all existing water mains to make the connection, per the Sequence of Construction. Please clarify if an operable valve is available at all locations or if any line stops are required to make the connections. A8: All points of connection have existing valves in the network that allows to temporarily isolate the lines. If there are other connections and services between that existing isolation valve and the connection,then a cut in the connection with a valve may be necessary. Q9: Please advise if a field office is mandatory for this project or is up to the discretion of the Contractor. A9: A field office is not mandatory for this project and is up to the contractor's discretion. Q10: Please provide the type of sod required for this project. A10: Per Section 3.9A(Page 219)of the Attachment A, sod shall be Saint Augustine or Bahia. Q11: D. SIDEWALK CLOSURE a. When applying for Sidewalk Closure Permit,the following documents are required. 1. Plans in accordance with 1.4 B of this Section. 2. Proof of insurance in accordance with 1.4 E of this Section. 3. $2,500.00 minimum bond when closing the sidewalk with heavy machines/equipment. This$2,500 minimum bond is listed in several areas including for sidewalks, driveways&street closures, dewatering, etc. Please clarify if these minimum bonds are included in the 100% Performance and Payment Bonds required by the project or if they are additional bonds that need to be secured. All: The minimum bond referenced shall be included in the 100% Performance and Payment Bond for the entire project. Q12: Please advise if ALL Domestic Materials are required for this project. Al2: There are no requirements to purchase American made products. TDENDUM NO.4 ITATION TO BID NO.2024-511-JP TER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q13: 1.6 SECURITY The Contractor shall employ watchmen and security guards to protect the job site against vandalism, burglary, theft, trespassing, etc. The Contractor shall care for and protect against loss or damage of all material 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. The Contractor shall be responsible for providing, maintaining and securing gates used for construction purposes for the duration of the project. Please clarify if the City wants the Contractor to include the employment of watchmen and security guards in their bid, or if a secure fenced-in locked staging area will suffice. A13: The Contractor shall employ watchmen and security guards to protect the job site. Q14: 1.1 GENERAL A. The work of this Section consists of maintaining traffic within the project limits during the entire construction period, including any temporary suspensions of work, and includes all Maintenance of Traffic (MOT)/Temporary Traffic Control(TTC)plans,facilities,devices,and operations as required for the safety and convenience of the public and to minimize public nuisance. The Contractor's work includes preparing a signed and sealed approved MOT plan (if required), Please clarify if PE signed and sealed MOT plans are required for this project. A14:No, this project does not require a Professional Engineer to sign and seal the MOT Plans. The MOT Plans will need to be designed by and stamped with an Advanced Maintenance of Traffic Certification. Q15: G. All roads will be kept open to two-way traffic during construction to the extent possible, except one- way roads and where otherwise approved in the MOT Plan. Except in approved detoured areas, the Contractor will maintain one lane of traffic (10-foot wide minimum) at all times by using existing or constructing temporary pavement. Please advise if any temporary roads are anticipated to be constructed on this project. A15:No, a temporary road is not required for this project. Q16: D. Relocation: All trees shall be relocated within the site per the specifications found in the City of Miami Beach Public Works Manual. The Contractor shall be responsible for maintaining the health of each tree per industry standards for the entire period between their excavation from the ground to their final installed site. Please advise if any trees need to be relocated on this project. If yes, please provide a pay item, quantity, and location to relocate the trees. A16: No impacts to trees are anticipated as part of this project. 4 ADDENDUM NO.4 INVITATION TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I AM I BE,A : 1-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3,d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q17: B. The Contractor shall construct temporary silting basin(s) of adequate size and provide all necessary temporary materials, operations and controls including, but not limited to, filters, coagulants, screens, and other means necessary to attain the required discharge water quality. Please advise if the construction of a temporary silt basin is required or if the use of a sediment tank will suffice. A17:It is up to the contractor to determine the means and methods to install the pipeline. Should the contractor decide that dewatering is required, please refer to Attachment A specifications Section 015700 1.7D. The contractor is required to obtain a dewatering permit through the authority having jurisdiction, which will better outline the means and methods of dewatering. Q18: Detail SES5 requires the use of Woven Geotextile (Terratex HD) for the trench restoration where muck extends from 2'-10' from the existing ground. Please advise if the entire project conforms to this Detail. If not, please provide the location and LF of trench restoration that's applicable to this Detail. A18: The SES5 detail applies to areas of silt and organic soils where it is not economically feasible to remove the soils. These areas do not apply to the entire project and are outlined within the Geotechnical Report(dated 1112/2021)performed by GEOSOL,Inc.Schedule of Value Item No. 43 Measurement and Payment includes the cost for the Geotextile where necessary. Q19: The Measurement and Payment Item No. 42 states, For relocation and restoration of CitiBike racks, including coordination with CitiBike company, as needed, will be paid at the unit price bid times the number of CitiBike racks relocated, and the price bid shall be full compensation for furnishing all labor, materials and equipment for a complete relocation & restoration. Please clarify if any of the CityBike racks require restoration. If yes, please provide the quantity and the CitiBike Rack Detail so the Contractor can provide the appropriate restoration and determine the costs. A19:The plans call out "BIKE RACK," where Bike Racks were found on the survey. Note that the survey was completed in 2021, and no bike racks were shown. However, actual conditions may differ. It is the Contractor's responsibility to do any walkthroughs for field observations of existing conditions and to base their bid on replacing the existing conditions to equal or better conditions. The Contractor shall restore and relocate any bike rack, if applicable, as needed for the installation of the proposed WM. Should it be applicable, the Contractor shall coordinate with the City and with Deco Bike, LLC (Citibikes) prior the removal/obstruction of ANY Bicycle parking rack. 5 ADDENDUM NO.4 INVITATION TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue.31d Floor Miami Beach. Florida 33139 www.miamibeachfl.gov Q20: The Measurement and Payment Contingency Allowance states, for unforeseen conditions, minor construction changes and Quantity Adjustments, additional work not covered by other items, if ordered by the Engineer. This account is for all labor, materials, equipment and services necessary for modification or extra work required to complete the Project due to unforeseen conditions, unforeseen conflicts between existing elements of work and the proposed work; for minor changes required to resolve any unforeseen conditions, Revised Regulations, Technological and Products Development, Operational Changes, Schedule Requirements, Program Interface, Emergencies and other Miscellaneous Costs; and for adjustments to estimated quantities shown on the unit prices of the Quotation to conform to actual quantities installed;and associated time related to this work only if ordered by the Engineer. Please add the item to the bid form. Also, provide a percentage of the base bid or a dollar amount. A20:Owner's contingency will be added by the City at the time of award. Refer to Section 0400 — Terms and Conditions; General Conditions for Construction Contracts; "Owner's Contingency." 021: The Measurement and Payment Item No. 25 states, For providing temporary water services during construction of water main replacements in place, will be paid for at the unit price bid times the number of temporary services provided. The price bid shall be full compensation for all labor, materials and equipment required for providing the temporary water services during construction of water main replacements in place including any water testing and clearances necessary to place the temporary system into service. Please provide a Temporary Water Service Detail so the Contractor can provide a sufficient Temporary Water Service and determine its cost. A21:Refer to the Attachment A — Revised 100% Bid Set. Further, Item 25 is for items where temporary water is not feasible since the existing water main is being removed and not abandoned. This occurs at 48 water services listed below: • 32 services along Michigan Court(between 6th Street and 8th Street) • 8 services along 10th Street(between Lenox Ave and Michigan Avenue) • 8 services along Michigan Court(between 13th Street and 14th Street. Q22: Permit No 2022-H-691-00154 Special Instructions stated that Several contaminated sites located withing a 500-foot radius of the project have been identified. Please provide the approximate locations of the contaminated sites. A22:According to FDEPIMDC records, there are approximately five (5) contaminated areas close to the project limits, primarily located along 6th Street. A snip has been provided below for clarity.There are no known contaminated areas within the project limits as per RER-DERM; however, if during construction any area of the work site is found to contain buried solid waste andlor ground or ground water contamination, the Contactor shall follow RER-DERM General Notes found on sheet 3 drawing GO-03 of Appendix G Plans and Specifications ADDENDUM NO.4 INVITATION TO BID NO 2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ra Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Lena Inl or mettle V sM, ' Ae'° r. _. r r• ...awe fk 1______ usi Lr ' t uw...ew a '' tn.-6kAIIIIII1 - qu '' '''': 14.e Ir.r...... L/1' ' 94 ti 11 11 V; 11 ';'4-- '4 '' / III I if .1.f..11 RJR/14 ril I : ' ,rw 1. .d . 4..rovrvol.ol Ilutam...1.• alb 11*" 1,!:11 0_F: "lit 104. .... _. O O O — V Q23: Permit No 2022-H-691-00154 Special Instructions states, 10. Trench restoration shall be in accordance with FDOT Standard Plan Index 125-001. The max length for the use of flowable fill shall be 50 feet and max depth of 6 feet. Please advise if the use of flowable fill instead of native backfill is required for this project in FDOT ROW or will the existing material suffice. A23:Flowable fill instead of native backfill is not required for this project. Refer to the Attachment A— Revised 100% Bid Set for trenching and backfilling Section 312333. Q24: Is this a domestic material requirement project? A24:See Q12 response. Q25: Are there any existing Asbestos pipes within the work area of this project? A25: None known. Q26: Are there any known existing contaminations within the vicinity of the work on this project? A26:There are no known contaminated areas within the project limits as per RER-DERM; however,if during construction any area of the work site is found to contain buried solid waste and/or ground or ground water contamination, the Contactor shall follow RER-DERM General Notes found on Sheet 3 drawing GO-03 and Appendix G Plans and Specifications. Refer to response A22. 7 ADDENDUM NO.4 ADDENDUM TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I A M I B EI\C I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3'd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q27: What is the anticipated award date for this project? A27: February 2025. Q28: What is the anticipated start date for construction? A28: May 2025. Q29: Is there any known construction with other contractors within this project that may impact the work on this contract? If so: a. Where is the work involved? b. What type of work is it? c. What are the dates anticipated? A29: There are no known projects in conflict with this one. Q30: Is there any tree removal required in this project? A30:See Q16 response. Q31: Is there any Owner or Utility companies work planned in the project boundaries? A31:See Q29 response. Q32: What is the procedure and fees if any for obtaining water for testing and construction use? A32:Hydrant meter will need to be rented from the City and covered by the awarded Contractor using a permit application via the City's Citizen Self Service(CSS),or Civic Access, portal.The City holds a temporary deposit (about $600) and will deduct the awarded Contractor actual water consumption when the meter is returned. Q33: Will you be providing payment for stored materials? A33: The City does not provide payment for stored materials. Q34: Are there any materials to be furnished by the City? A34:No materials will be furnished from the City. ADDENDUM NO.4 INVITATION TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I AM I B EAC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach. Florida 33139 www.miamibeachfl.gov Q35: ITB — PDF 7, #28 Art in Public Places States: "...The Project or Developer, as applicable, shall transmit 2% or as amended of the Project costs for all development on City land to Art in Public Places ...",Can the City confirm that bidders are to add to the bid 2%for this project? A35: This project is exempt from the Art in Public Places (AiPP) program, as noted in subsection 28 of the ITB Summary. Q36: SPECS PDF 26,States:"Mobilization includes, but is not limited to,maintenance of traffic, bonds,videos, computer, insurance, construction trailers (complete), site cleanup, sanitary facilities, labor associated with permit acquisition, contractors staging area, project signs, testing, project coordination, and demobilization..." a. Isn't there a separate item for MOT? b. Are project signs required? If so how many? c. Are computers required? d. Construction trailer mandatory?What does, complete mean? A36:This item regarding maintenance of traffic is for the preparation and permitting of the MOT plans. The MOT is reliant on the contractor's means and methods to meet the permitting requirements. One project sign 48"x96" is required.Computers and construction trailer are not required or mandatory. Q37: PDF 282, 3.1 GENERAL INSTALLATION OF PIPES, U, states: "Polyethylene encasement of valves and ductile iron riser pipes, if required by the City, shall be installed in accordance with ANSI/AWWA C105/A21.5, "Polyethylene Encasement for Ductile-Iron Piping for Water and Other Liquids" Method A, B or C." Is this required by City? A37:Yes, due to the high salinity content within the area, polyethylene encasement (i.e. polywrap) will be required for all ductile iron elements (pipes, valves, fittings, etc.) in accordance with the City Standard Detail 14-12. Q38: Are there any requirements for filter fabric on roads? A38:For filter fabric within the City's right-of-way, refer to Detail SES5,which identifies woven (Terratex HD) geotextile. For filter fabric within FDOT's right-of-way, refer to FDOT notes on sheet CD-05. Q39: PDF 150, L. states: "Coloring of concrete shall be done by dry-mixing the compound and broadcasting over the fresh-poured concrete after it has been struck off." Is there a requirement for coloring concrete on this project? A39:Yes, "Miami Beach Red"will apply to all sidewalk restoration.The color is included within Schedule of Value Item 40. 9 ADDENDUM NO.4 INVITATION TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I /\f\'\ I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q40: PDF 303, D,4 States: "The proper number of gaskets, bolts, nuts and all necessary joint material, plus one extra gasket for every 10 joints or fraction thereof, shall be furnished with each order. The gaskets and joint accessories shall be shipped in suitable protective containers." Can you Please confirm that all bidders are to include in their bid these extra standard gaskets? A40:Yes, all bidders are to include these extra standard gaskets in their bid response. Q41: How many FIRE DEPARTMENT CONNECTIONS are on this project? A41:There is one (1) proposed FDC connection located on the corner of Pennsylvania Avenue and 10th Street. The quantity is included in the pipe linear footage line items (Item 11 and 12). Q42: DETECTABLE WARNINGS, please provide a pay item for this task, and the color and contrast? A42:Refer to the Attachment A— Revised 100% Bid Set for item description and Attachment B for revised schedule of values.Color and contrast shall be provided to the awarded Contractor. Q43: PDF 12, PLANS #20, "TREE PROTECTION, TRIMMING, ROOT PRUNING, REMOVAL, RELOCATION,AND/OR REPLACEMENT AS NECESSARY."There is no pay item for this work. In order to include this cost in the bid, please provide a quantity-based pay item to the bid, or how many trees need to be protected, how many trimmed, how many need root pruning, how many removed, how many relocated, how many replaced. A43:See Q16 response. Q44: PDF 20—38 in plans have comments: "RESTRAIN ALL PIPES, VALVES & FITTINGS AS PER DETAIL 31 SHEET CD-04." Please confirm that all DIP is to be restrained in this project. A44:The ductile iron pipe is to be restrained per the construction documents. The distance requirement for restrains are shown on the watermain profiles. Furthermore, detail GS 2.0 has the restraining requirements in case changes occur in the field. Q45: The specs mention salvage: In order to include such costs in the bid, please provide: a. The items to be salvaged? b. The quantity? c. The location of such items? d. And the destination of deliveries? e. Also if the delivery is to be made after all items selected are rady for delivery, or items are to be delivered on day of salvage? A45: The salvageable items (i.e. fire hydrants, valve boxes, meters) will be determined at the time of construction and based on the condition of the items.Any such salvaged items will be delivered locally to a City facility. 10 ADDENDUM NO.4 INVITATION TO BID NO 2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3'd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q46: PDF 53 PHOTOGRAPHY REQUIRED/DELIVERY OF PRINTS, C, states: "A minimum of twenty (20) photographs shall be taken prior to construction and each day until completion of the work." AND 1.3 DELIVERY OF IMAGES, states: "Distribution of images is anticipated to be as follows: 1. CITY(one set). 2. CONTRACTOR (one set). 3. CONSULTANT (one set). Based on the 300 day contract time this will equal 18,000 prints, at a cost of approximately$200,000. Please confirm this quantity of 20 per day. A46: Pictures shall be provided digitally, so no additional cost should be added. Further, refer to the Attachment A— Revised 100% Bid Set. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Danny Flores 305-673-7490 ext. 26652 DannyFlores@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, /t/az2 Z7 fr for Kristy Bada Chief Procurement Officer 11 1 ADDENDUM NO.4 INVITATION TO BID NO 2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 /\/\ I AM I B EAC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3ro Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ATTACHMENT A Revised 100% Bid Set 1 12 ADDENDUM NO.4 INVITATION TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ATTACHMENT A - REVISED 100% BID SET Fire Flow Projects Package 1 (W-14, W-15, W-26): REPLACEMENT OF APPROX. 7,650 LF OF ZINC-COATED AND POLY WRAPPED DUCTILE IRON WATER MAIN PIPE SIZES 6", 8", 12" AND 16" 100% Bid Set MIAMI BEACH City of Miami Beach Mayor & Council: Steven Meiner, Mayor Kristen R. Gonzalez Laura Dominguez Alex J. Fernandez Tanya K. Bhatt David Suarez Joseph Magazine Rickelle Williams, City Manager Ricardo J. Dopico, City Attorney Joe L. Gomez, Director of Public Works Cristina Ortega Castineiras, PE, City Engineer By: /\ ARDURRA Docusign Envelope ID:F405F4F5-FBDB-4E98-9125-D2D8A3F6F450 'MIAMI BEACH RISING ABOVE Table of Contents DIVISION 1 -GENERAL REQUIREMENTS 4 SECTION 011000 SUMMARY OF WORK 4 SECTION 012200 MEASUREMENT AND PAYMENT 26 SECTION 013113 PROJECT MANAGEMENT AND COORDINATION 45 SECTION 013119 PROJECT MEETINGS 47 SECTION 013216 CONSTRUCTION PROGRESS SCHEDULE 49 SECTION 013233 PHOTOGRAPHIC DOCUMENTAION 53 SECTION 013300 SUBMITTAL PROCEDURES 56 SECTION 013323 SHOP DRAWINGS,PRODUCT DATA,AND SAMPLES 61 SECTION 013526 SAFETY REQUIREMENTS 65 SECTION 014126 PERMIT REQUIREMENTS 67 SECTION 014200 REFERENCES 75 SECTION 014213 ABBREVIATIONS 77 SECTION 014500 QUALITY CONTROL 79 SECTION 015100 TEMPORARY UTILITIES 82 SECTION 015500 SITE ACCESS AND STORAGE 85 SECTION 015526 TRAFFIC CONTROL 88 SECTION 015600 TEMPORARY PROTECTIONS 93 SECTION 015700 TEMPORARY CONTROLS 98 SECTION 016000 PRODUCT REQUIREMENTS 102 SECTION 017000 EXECUTION AND CLOSEOUT REQUIREMENTS 106 SECTION 017836 WARRANTIES 110 DIVISION 2 -EXISTING CONDITIONS 111 SECTION 020100 MAINTENANCE OF EXISTING CONDITIONS 111 SECTION 024100 DEMOLITION 114 DIVISION 3 -CONCRETE 117 SECTION 030000 CONCRETE 117 SECTION 031100 CONCRETE FORMING 132 SECTION 032000 CONCRETE REINFORCING 135 SECTION 033000 CAST-IN-PLACE CONCRETE 144 SECTION 033750 FLOWABLE FILL 155 SECTION 033500 CONCRETE FINISHING 158 SECTION 033900 CONCRETE CURING 166 SECTION 036000 GROUTING 168 DIVISION 31 -EARTHWORK 171 SECTION 311000 SITE CLEARING 171 SECTION 312316 EXCAVATION 173 SECTION 312319 DEWATERING 186 2 ' TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMI BEACH RISING ABOVE SECTION 312333 TRENCHING AND BACKFILLING 189 SECTION 312500 EROSION AND SEDIMENT CONTROLS 204 SECTION 315000 EXCAVATION SUPPORT AND PROTECTION 229 DIVISION 32 -EXTERIOR IMPROVEMENTS 239 SECTION 321216 BASE COURSE AND ASPHALT PAVING 239 SECTION 321300 RIGID PAVING 253 SECTION 321600 CURBS,GUTTERS,SIDEWALKS,AND DRIVEWAYS 258 SECTION 329000 PLANTING 263 DIVISION 33 -UTILITIES 2700 SECTION 330110.53 FLUSHING OF WATER UTILITY PIPING SYSTEMS 2700 SECTION 330110.54 CLEANING OF WATER UTILITY PIPING SYSTEMS 271 SECTION 330110.58 DISINFECTION OF WATER UTILITY PIPING SYSTEMS 274 SECTION 330112 INSPECTION AND TESTING OF WATER UTILITIES 277 SECTION 330505 BURIED PIPE INSTALLATION 2800 SECTION 330519 DUCTILE-IRON PIPE 284 SECTION 330531 POLYVINYL CHLORIDE(PVC)PIPE 290 SECTION 330533 HIGH-DENSITY POLYETHTLENE(HDPE) 2922 SECTION 331400 WATER UTILITY TRANSMISSION AND DISTRIBUTION 298 SECTION 331419 VALVES,HYDRANTS,AND WATER SERVICES 3122 DIVISION 34-TRANSPORTATION 325 SECTION 347500 ROADWAY CONSTRUCTION 325 APPENDICES PAGES APPENDIX 1-GEOTECHNICAL REPORT 67 APPENDIX 2 -CITY OF MIAMI BEACH RIGHT OF WAY AND FIRE DEPARTMENT PERMIT 2 APPENDIX 3 -FLORIDA DEPARTMENT OF HEALTH PERMIT 4 APPENDIX 4-MIAMI-DADE COUNTY RER-DERM PERMIT 2 APPENDIX 5-FLORIDA DEPARTMENT OF TRANSPORTATION 8 3 I ' TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IBEACH R SING A3OVF DIVISION 1 - GENERAL REQUIREMENTS SECTION 011000 SUMMARY OF WORK PART 1 — GENERAL 1.1 GENERAL A. The Work to be performed under this Contract shall consist of furnishing all equipment, materials, supplies, and manufactured articles and for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, 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 shown 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 performed, furnished, and installed by the Contractor as though originally so specified or shown, at no increase in cost to the City. B. Wherever the Contract Documents address a third party, i.e., subcontractor, manufacturer, etc., it is to be considered as the Contractor through the third party. C. Wherever a reference to number of days is noted, it shall be construed to mean calendar days. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of the Contract is comprised into three different sections, W-14, W-15, and W-26, which includes mobilization and demobilization, furnishing and installing 16-inch poly-wrapped zinc-coated ductile iron pipe and fittings for water main, 12-inch poly- wrapped zinc-coated ductile iron pipe and fittings for water main, 8-inch poly-wrapped zinc-coated ductile iron pipe and fittings for water main, 6-inch poly-wrapped zinc- coated ductile iron pipe and fittings for water main, 4-inch poly-wrapped zinc-coated ductile iron pipe and fittings for water, removing and salvaging existing fire hydrant assemblies, furnishing and installing fire hydrant assemblies with guard posts; installing water service lines up to new meter boxes requiring close coordination with City of Miami Beach, protection of, and transfer of existing water meter and service from the old to the new meter box and plugging existing service lines from the old water main (contractor shall be responsible for replacing any damaged item); installing ARVs; installing flushing valves; making cut in connections to existing 4-inch, 6-inch, 8-inch, 10-inch, 12-inch, 16-inch, and 20-inch water mains including installing tapping sleeves, valves or solid sleeves, as necessary, removing and disposing of existing 4- inch, 6-inch, 8-inch, 12- inch, and 16-inch water mains, fittings and valves after installation of new pipe where shown on plans; furnishing and constructing air release valve assemblies; polyethylene encasement for ductile iron pipe and fittings; sheeting and shoring ordered left in place by the Engineer;additional suitable backfill, if needed; permanent pavement restoration; milling and asphalt overlay of existing roadways as shown on plans; temporary pavement to maintain traffic; furnish all materials, equipment and supplies necessary 4 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AM BE AC H RISING ABOVE for cleaning, testing and disinfecting the mains; removal of existing asphalt pavement and sod; removal, transport and legal disposal of demolition material; traffic control; dewatering and disposal of product water; stormwater pollution prevention; permitting; temporary and permanent replacement of any sidewalk, curbs, sod, pavement markings, pavement and/or driveway damaged by construction; tree protection, trimming, root pruning, removal, relocation, and/or replacement as necessary; coordination with City forces; and all other appurtenant and miscellaneous items and work for a complete, fully functional and satisfactory installation. B. It is the intent of the City to obtain a complete,working and satisfactory installation under this Contract and any items of labor, equipment and materials that may be reasonably assumed as necessary to accomplish this work, and shall be supplied whether or not they are specifically shown on the Plans or specified herein. C. The Work set forth within these Contract Documents includes the furnishing of all labor, materials, equipment, services and incidentals necessary to complete required work described here including all appurtenant work, complete,tested and ready for operation, including temporary utilities and facilities as required, all surveying work for layout construction and as-builts, all in conformance with these Contract Documents and City of Miami Beach Public Works Standards. D. Recommended Right-Of-Way staging areas are shown on plans. Refer to Section 1.4 for more information. E. The Contractor shall be responsible and shall assume the cost for the restoration of any altered or affected structure public or private that might be damaged due to construction activity. F. The contractor shall be responsible of obtaining, and complying with, all required permits as well as performing any necessary coordination with the issuing authorities. Permits that may apply to this work include but are not limited to: • City of Miami Beach Public Works Right of Way Use Permit • City of Miami Beach Public Works Department Lane Closure Permit • City of Miami Beach Building Permit(if applicable) • MD-DRER Tree Permit • Florida Dept. of Health • SFWMD/RER Dewatering Permit • FDEP Notice of Intent to Discharge Storm Water During Construction The Contractor's particular attention is called to any Special Conditions of the permits relating to construction procedures, excavation and backfill requirements, open trench restrictions, dewatering volume limits, and all other general and special conditions. In the event any of the conditions of the permits are in conflict with the requirements of these Specifications, the more stringent conditions shall govern. The Engineer shall determine which conditions are more stringent and his decision shall be final. G. Refer to the cover sheet of the Drawings for the location map. 5 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AIAMIBEACH RISI \ G A3OVE 1.3 CONSTRUCTION PERMITS A. The Contractor shall obtain, keep current and pay all fees for any necessary construction permits from those authorities, agencies, or municipalities having jurisdiction over land areas, utilities, or structures which are located within the Contract limits and which will be occupied, encountered, used, or temporarily interrupted by the Contractor's operations unless otherwise stated. Record copies of all permits shall be furnished to the Engineer. City permits shall be issued to the Contractor at no cost to the Contractor. B. When construction permits are accompanied by regulations or requirements issued by a particular authority, agency or municipality, it shall be the Contractor's responsibility to familiarize himself and comply with such regulations or requirements as they apply to his operations on this Project. C. It shall be the Contractor's responsibility to secure all permits of every description required to initiate and complete the work under this contract. D. Permits obtained by the City or its authorized representative, include the following: FDOT "Utility Permit". The FDOT Utility permit does not include a Lane Closure Permit or a designated a MOT plan, it shall be the Contractor's responsibility design the MOT Plan, to obtain a Lane Closure Permit and design, and be responsible for installing and maintaining MOT. E. No separate or direct payment will be made to the Contractor for permits and inspection requirements, but all such costs shall be included in the applicable items in the Schedule of Prices. The City will furnish signed and sealed sets of Contract Documents for permit use as required. F. The Contractor shall furnish to the Engineer copies of all permits prior to commencement of work requiring permits. 1.4 SEQUENCE OF CONSTRUCTION AND GENERAL INFORMATION A. Prior to receiving the Notice to Proceed (NTP), the contractor shall submit shop drawings, sequence of construction, and prepare project schedule pursuant to these specifications. All work should be coordinated with the City and submitted same to engineer for approval. B. Following receipt of Notice to Proceed with the work, the Contractor shall apply for all necessary permits to perform the work. Contractor shall also be responsible of providing the city with a detailed work schedule that will be used to notify residents and any affected stake holders. During this stage the Contractor shall verify all dimensions and inverts shown on plans, this should be done prior to the purchase of any materials necessary to perform the work. Contractor shall verify and possibly hand excavate and locate any existing utility service in the area of construction. Any findings not shown on plans or deviations from the plans shall be submitted in writing to the Engineer and the City. 6 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 A,MIBEACH RISI \ G A3OVE C. Upon approval of all required permits. the Contractor shall notify the Engineer and the City at least ten calendar days before he is ready to start actual construction to allow the City time to make arrangements for inspection of the work and to provide pertinent notifications to residents and stakeholders. D. Work under the Contract shall be scheduled and performed in such a manner as to result in the least possible disruption to the condition or operation of other the existing facilities within the work area (private or public). Any control modifications to the existing facilities shall not be made without first obtaining written permission from the Engineer and the City. E. Critical events in the sequence of construction are specified herein. The outline sequence of construction does not include all items necessary to complete the work but is intended to identify the sequence of critical events necessary to minimize disruption to complete the work. It shall be understood by the Contractor that the critical events identified are not all inclusive and that additional items of work not stated may be required. The sequence of construction is a precedence requirement and does not attempt to schedule the Contractor's work. It is intended only to indicate which activities must precede other activities in order to minimize interference and disruptions. F. The existing facilities shall be maintained in an operable condition by the Contractor during construction (excluded from this requirement are all normal and emergency maintenance functions normally performed by the City with the City's staff or by Contract.)All work by the Contractor that disrupts the normal operations shall be shown on the Construction Schedule and specifically scheduled with the City. Schedule notification shall consist of a written notice defining the work to be accomplished, the function that will be interrupted, the duration of the interruption, and the mitigating effort to be performed by the Contractor to maintain the pumping capacity continuously. The written notice shall be submitted to the Engineer 14 days in advance of the proposed work and the Engineer will respond to the Contractor in writing within 7 days of receipt of the notice regarding the acceptability of the proposed plan. G. In performing the work in the sequence described hereinafter, all requirements of the Contract Documents shall be strictly followed. VALVES BETWEEN THE EXISTING AND NEW WORK SHALL BE OPERATED BY CITY PERSONNEL. UNDER NO CIRCUMSTANCES SHALL THE CONTRACTOR'S PERSONNEL OPERATE ANY SUCH GATE OR VALVE. ALL VALVES EXISTING OR NEW SHALL BE OPERATED ONLY FOR THE CITY. H. Temporary installation/connections may be used where sufficient time is not available to complete a particular aspect of the work.All such subject temporary installations shall be subject to review and acceptance by the Engineer. I. The Contractor shall note that many areas of the work require the Contractor to work on existing pipelines and structures which will require dewatering. In the cases of ad wells the Contractor will, as possible, dewater the structure, hose wash down the basin and 7 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \AIAMIBEACH RISI \ G ABOVE shovel clear the contents (settled materials) to the extent possible. In the case of pipelines, the Contractor shall be responsible for the proper containment and disposal of wastewater drained from existing pipelines during construction. The Contractor shall contain such wastewater(in accordance with all applicable codes) and shall dispose of such to an off-site wastewater basin as directed by the Engineer. The Contractor shall be responsible for the prevention of wastewater spills within the realm of his work areas. J. Cancellation of Planned Shutdown: All shutdowns must be closely coordinated with CMB public works staff. A planned shutdown in accordance with the above described procedures may be canceled by the City upon 24-hour notification by the City/Engineer to the Contractor. Such cancellation shall be expected due to wet weather conditions or other conditions beyond the control of the City, Engineer or Contractor. All efforts shall be taken to check weather forecasts and the like prior to scheduling pump station shutdowns. However, if a cancellation must occur, the City shall not be responsible for any additional costs associated with mobilization and demobilization. K. No portion of the proposed water main will traverse through any contaminated area on this contract. Nevertheless, if contamination is found on sited, adequate precautions shall be taken during construction. If contaminated groundwater or contaminated soil is encountered during this installation of the water main, the work within these areas should cease, and RER shall be notified. Additionally, if contamination is encountered adequate measures shall be implemented, included but not limited to: 1. All joints shall be equipped with Viton ®"O" gaskets. 2. Line the trench with impermeable membrane. 3. Only clean decontaminated soil shall be used for backfilling: any contaminated soils shall be properly disposed of. L. If Asbestos cement pipe is found and requires removal, the Contractor shall obtain the services of a State of Florida Licensed Asbestos Contractor for all asbestos pipe handling, and the removal and disposal of the portion of existing pipe that is removed. M. The sequence has been divided into phases and subsequent steps representing major work areas. The Contractor is advised that in some instances activities identified in one phase will continue through the next phase and that certain phases may proceed simultaneously. N. Prior to performing the interconnection between the old and new water mains, the Contractor shall contact the City's Public Works Infrastructure Division. The Infrastructure Division Director shall then coordinate the valve closings by City personnel. O. Upon receiving permission from the Infrastructure Division Director, the Contractor shall perform all required interconnections, bypasses as necessary, and transferring of services. All interconnection work will occur at night between the hours of 10:00 p.m. and 5:00 a.m. unless otherwise directed by the City at no cost to the Owner. Interconnection to be planned in low flow hours, but minimize extra working hours to Operations staff. 8 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ;v\IAMIBEACH RISI \ G ABOVE P. Pipe shall be installed under dry conditions where possible. Water in the trench shall be kept below the invert level of the pipe to prevent the entry of debris and contaminants into the pipe. No separate payments shall be made for dewatering of trenches and/or other excavations. Deep gravity sewer can be installed in the wet condition using a diver at the direction of the City of Miami Beach Public Works Department and the engineer of record. Installation must be overseen by the above parties. Q. No separate payment shall be made for the cost of labor and materials required for the removal of nightcaps, plugs, bulkheads or external blocking and bracing of adjacent mains, for the supplying of water for cleaning and testing, nor for the interconnecting work to adjacent mains unless listed separately in the Quotation, and the cost of this work shall be included in other applicable items of work. R. The Contractor shall be responsible for positively anchoring the pipe, valves and fittings against movement from internal pressure by installing restrained joints, ties, external blocking and bracing or other devices where required, or by installing sufficient pipe beyond the valve end to serve as the thrust anchor for the section under test. S. The Contractor is advised that he is required to furnish all labor, materials and equipment necessary to pressure test each valve furnished by either the City or the Contractor bi- directionally, prior to installation, to the satisfaction of the Engineer. If the valves are available, the tests shall be performed prior to the start of Construction. Otherwise the tests shall be performed as soon as the valves are available two afford the maximum time for any corrective work required. The Contractor shall include all costs for this requirement under the appropriate Quotation Item(s), and no other compensation will be provided. T. For all installed underground piping, the Contractor shall perform leakage and pressure tests(as required) prior to final backfill. All tests shall be inspected by City personnel and Reports of pressure test be submitted to the City Engineer Department. U. The Contractor shall fully comply with any special working hours, and with all other requirements of the Permits, at no additional cost to the City. Working hours noted in permits or the specifications are subject to change. In the event that changed working hours affects the work of the Contractor, the Contractor's sole remedy shall be a non- compensable time extension. Said extension to be full compensation for all direct and indirect costs, including but not limited to loss of efficiency, loss of opportunity, increased bond or insurance premiums, or home office or extended overhead, incurred by the Contractor as a result of such change, and no additional compensation shall be considered. Night work may be required as a part of the construction. V. The installation of air release devices, flushing valve outlets and other appurtenances, cleanup, property restoration, paving repairs, cleaning and testing of the main shall follow as closely behind the installation of the main as possible, followed by a final cleanup and inspection. In performing the work in the above described sequence, all requirements of the Specifications shall be strictly followed, particularly those pertaining to leakage tests, prompt paving repairs and cleanup as the work progresses. ALL VALVES existing and proposed are to be operated only by the City. 9 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISI \ G ABOVE W. Trees shall be protected in accordance with the standards and requirements of the municipality having jurisdiction. The Contractor is responsible to satisfy any tree permit requirements including root pruning, crown pruning, removal and relocation of any tree within the project boundaries. The cost of any tree pruning, arborist, permit or other work required by the agency having jurisdiction shall be the responsibility of the Contractor. See Section 11.8 "Trees within the Right of Way" for additional details. X. The Contractor shall prepare, submit and obtain approval of a Protection and Maintenance of Traffic Plan (MOT), as per Section 11.4 "Maintenance of Traffic (MOT)". Y. The Contractor shall provide accessibility for local pedestrian and vehicular traffic. The construction in this area shall proceed as quickly as possible and paving shall follow immediately to reduce inconvenience to residents. Z. Removal of Citybike racks are not anticipated on this contract. The Contractor shall coordinate with the City and Citybike company if Citybike racks are found to be in conflict with the proposed work. AA. The Contractor shall inform Fire Department of the abandonment and transfer of service of Fire Hydrants. BB. The Contractor shall clean and pressure test the water main prior to connect. Perform all interconnections and transfer of services as required. Demolish, fill with flowable fill, and abandon the existing water main and services as shown on plans. Existing mains to remain in service until new mains are constructed, certified, and placed in service. CC. Upon completion of the daily lane/road closures, the contractor shall restore the travel lanes. Contractor may use steel plates with spikes and asphalt ramp. DD. Upon Completion of the daily sidewalk closures, the contractor shall restore the sidewalk. Contractor shall use cold asphalt. Miscellaneous work, final site restoration, demobilization and related closeout activities shall be in accordance with Section 01700, "Project Closeout'. EE. The general sequence of construction shall be as follows, but a detailed sequence of construction shall be submitted by the Contractor and approved by the Engineer before any work is started. The City reserves the right to make changes to the sequence as necessary to facilitate the work or to minimize conflict with operations and no extra compensation will be allowed. 1. Verify locations, elevations, dimensions, type of joints, pipe materials and all other existing conditions, etc., before ordering materials to complete the work in accordance with the Contract Documents. Use exploratory test pits and trenches as necessary to verify field conditions. 10 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE 2. Submit Shop Drawings for review and approval by the City. Upon approval of shop drawings, order all long lead items so that materials may be delivered in a timely fashion without delays to construction schedule. 3. Prior to commencement of Mobilization, a Maintenance of Traffic plan (MOT) must be approved by all required parties. Mobilization for work consists of, but is not limited to, the following; Set up storage, staging and parking areas. (As approved in writing by the City and paid for by Contractor if required.) Obtain permits, develop and submit construction schedule and start shop drawing submittal. Set up message boards at east and west ends of construction zone. Message boards shall read "Water Construction, from date to date" or as required by FDOT permit. Message boards are required for the duration of the project. 4. Notify"Sunshine State One-Call of Florida Inc., 811,"forty-eight(48) hours prior to any excavation. Locate all utilities within the project area 5. The Contractor shall establish and maintain a Maintenance of Traffic plan (MOT) for the duration of the project in accordance with City of Miami Beach Public Works Manual requirements and FDOT applicable standards. Contractor shall use City of Miami Beach police Officers as necessary to enforce M.O.T. 6. For road closures closed to thru traffic no street shall be completely blocked, nor blocked more than one-half at any time, keeping the other one-half open for traffic, without specific approval. Project W-26 7. Isolate existing water main at intersection of 7'h St and Lennox Ct as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 7th St just prior to the cut in connection to existing water main. Test main per Section 14. Cut in connect to existing watermain on east end. Open north and south valves on intersection of 7th St and Lennox Ct. 8. Isolate existing water main at intersection of 7th St and Michigan Ct as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 7th St and connect to valve installed on prior step. Test main per Section 14. Open east valve near Lennox Ct and north and south valves on intersection of 7`h St and Michigan Ct. 9. Isolate existing water main at intersection of 7'h St and Jefferson Ct as shown in the plans, through cut in valves(kept in closed position) and cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 7th St and connect to valve installed on prior step. Test main per Section 14. Open east valve near Michigan Ct. 10. Isolate existing water main at intersection of 8th St and Michigan Ct as shown in the plans, through cut in valves(kept in closed position) and cut and caps. Then install the water main, water services, fire hydrants, and fire department connections northerly along Michigan Ct from 6m St to 8th St and connect to 11 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMIBEACH RISI \ G A3OVE recently installed cut in valves. Test main per Section 14. Open valves on Michigan Ct at 6th St and 8th St. 11. Install the water main, water services, fire hydrants, and fire department connections westerly along 8th St from Michigan Ct to Lennox Ave and connect to recently installed cut in valves. Test main per Section 14. Open valves on Michigan Ct at 6th St and 8" St. 12. Isolate existing water main at intersection of 9'h St and Lennox ave as shown in the plans, through cut in valves (kept in closed position) and cut and caps. Then install the water main, water services, fire hydrants, and fire department connections northerly along Michigan Ct from 6th St to 8th St and connect to recently installed cut in valves. Test main per Section 14. Open valves near 8th St and Lennox and valve at 9th St and Lennox Ct. Project W-14 13. Isolate existing water main at intersection of 10th St and Lennox Ave as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 10th St just prior to the cut in connection to existing water main. Test main per Section 14. Cut in connect to existing watermain on east end. Open north and south valves on intersection of 10th St and Lennox Ave. 14. Isolate existing water main at intersection of 10th St and alley between Lennox Ave and Michigan Ave as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 10th St and connect to valve installed on prior step. Test main per Section 14. Open east valve near Lennox Ave and north and south valves on intersection of 10th St and alley between Lennox Ave and Michigan Ave. 15. Isolate existing water main at intersection of 10th St and Michigan Ave as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 10th St and connect to valve installed on prior step. Test main per Section 14. Open east valve near alley between Lennox Ave and Michigan Ave and north and south valves on intersection of 10'h St and Michigan Ave. 16. Isolate existing water main at intersection of 10'h St and Jefferson Ct as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 10th St and connect to valve installed on prior step. Test main per Section 14. Open east valve near Michigan Ave and north and south valves on intersection of 10'h St and Jefferson Ct. 17. Isolate existing water main at intersection of 101h St and Jefferson Ave as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 10th St and connect to valve installed on prior step. 12 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMIBEACH RISI \ G ABOVE Test main per Section 14. Open east valve near Michigan Ct and north and south valves on intersection of 10'h St and Jefferson Ave. 18. Isolate existing water main at intersection of 10'h St and Meridian Ct as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 10th St and connect to valve installed on prior step. Test main per Section 14. Open east valve near Jefferson Ave and north and south valves on intersection of 10'h St and Meridian Ct. 19. Isolate existing water main at intersection of 10' St and alley between Meridian Ave and Euclid Ave as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main,water services,fire hydrants, and fire department connections easterly along 10th St and connect to valve installed on prior step. Test main per Section 14. Open east valve near Meridian Ave and north and south valves on intersection of 10'h St and alley between Meridian Ave and Euclid Ave. 20. Isolate existing water main at intersection of 10'h St and Pennsylvania Ct as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 10th St and connect to valve installed on prior step. Test main per Section 14. Open east valve near alley between Meridian Ave and Euclid Ave and north and south valves on intersection of 10'h St and Pennsylvania Ct. 21. Isolate existing water main at intersection of 10th St and Washington Ct as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 10th St and connect to valve installed on prior step. Test main per Section 14. Open east valve near Pennsylvania Ct and north and south valves on intersection of 10'h St and Washington Ct. 22. Make a cut in valve connection at 10th St and Washington Ave. Install the water main, water services, fire hydrants, and fire department connections westerly along 10th St and connect to valve installed on prior step. Test main per Section 14. Open valves. Project W-15 23. Isolate existing water main at intersection of 13'h St and Lennox Ct as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 10th St just prior to the cut in connection to existing water main. Test main per Section 14. Cut in connect to existing watermain on east end. Open north and south valves on intersection of 13" St and Lennox Ct. 24. Isolate existing water main at intersection of 13" St and Michigan Ct as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 10th St and connect to valve installed on prior step. Test main per Section 14. Open east valve near Lennox Ct and north and south 13 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ;\AIAN\IBEACH RISI \ G A30VE valves on intersection of 10th St and Michigan Ct. 25. Install the water main, water services, fire hydrants, and fire department connections westerly along 13th St from Michigan Ave and connect to valve installed on prior step. Test main per Section 14. Open east valve near Michigan Ct. 26. Make cut in valves connections at 14th St and Michigan Ct. Install the water main, water services, fire hydrants, and fire department connections northerly along Michigan Ct and connect to valve installed on prior step. Test main per Section 14. Open south valve near 13th Stand valves at 14th St and Michigan Ct. 27. Isolate existing water main at intersection of 14th St and Lennox Ct as shown in the plans, through cut in valves (kept in closed position), cut and caps. Then install the water main, water services, fire hydrants, and fire department connections easterly along 14th St and connect to valve installed on prior step. Test main per Section 14. Open east valve near Michigan Ct and north and south valves on intersection of 14th St and Lennox Ct. 28. Make a cut in valve connection at 14th St and Alton Rd. Install the water main, water services, fire hydrants, and fire department connections easterly along 14th St and connect to existing valve. Test main per Section 14. Open valves. 1.5 ADDITIONAL ENGINEERING SERVICES A. In the event that the Engineer is required to provide additional engineering services as a result of substitution of materials or equipment which are not "or equal" by the Contractor, or changes by the Contractor in dimension, weight, power requirements, etc., of the equipment and accessories furnished, or if the Engineer is required to examine and evaluate any changes proposed by the Contractor for the convenience of the Contractor, then the Engineer's charges in connection with such additional services shall be charged to the Contractor by the Owner. B. In the event that the Engineer is required to provide additional engineering services as a result of Contractor's errors, omissions, or failure to conform to the requirements of the Contract Documents, or if the Engineer is required to examine and evaluate any changes proposed by the Contractor solely for the convenience of the Contractor, then, at the City's discretion, the Engineer's charges in connection with such additional services shall be charged to the Contractor by the Owner. 1.6 ADDITIONAL OWNER'S EXPENSES A. In the event that the Engineer is required to provide additional engineering services as a result of substitution of materials or equipment which are not "or equal" by the Contractor, or changes by the Contractor in dimension, weight, power requirements, etc., of the equipment and accessories furnished, or if the Engineer is required to examine and evaluate any changes proposed by the Contractor for the convenience of the Contractor, then the Engineer's or the City may, at its discretion, make additional charges to the contractor in connection with such additional services shall be charged 14 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 !"AIAt\AIBEACH RISI \ G A30VE to the Contractor by the Owner. A. Unless otherwise specifically permitted, the normal time of work under this Contract is limited to 8 hours per day, Monday through Friday. Work beyond these hours will result in additional expense to the Owner. Any expenses and/or damages, including the cost of the Engineer's onsite personnel, arising from the Contractor's operations beyond the hours and days specified above shall be borne by the Contractor. B. Charges for additional City's expenses shall be in addition to any liquidated damages assessed in accordance with the Contract. 1.7 TIME OF WORK A. The normal time of work for this Contract is limited to 40 hours per week and shall be during the hours outlined by the traffic control plans (TCP), Monday through Friday or as required by the Florida Department of Transportation and Public Works (DTPW) and/or City of Miami Beach. Other hours may be allowed, at the convenience of the city. Refer to the traffic control plans (TCP) for typical work hours for any work that is conducted in major thoroughfares. The Contractor may elect to work beyond these hours or on weekends provided that all costs incurred by the Owner for additional engineering shall be borne by the Contractor. The Owner shall deduct the cost of additional engineering costs from monies due the Contractor. Furthermore, any extended work hours, weekend or holiday work shall be requested in writing and provided with 72 hours advances notice to the City and Engineer. B. When applicable all tie-ins/connections to the pump stations or existing water mains and manholes shall be made at night, during low flow conditions. The Contractor shall provide the City and the Engineer a minimum of 72-hour advanced notice prior to performing any tie-ins/connections. C. If it shall become imperative to perform work at night, the Owner and Engineer shall be informed a reasonable time in advance of the beginning of such work. Temporary lighting and all other necessary facilities for performing and inspecting the work shall be provided and maintained by the Contractor. D. Unless otherwise specifically permitted, all work that would be subject to damage shall be stopped during inclement or stormy weather. Only such work as will not suffer injury to workmanship or materials will be permitted. Contractor shall carefully protect his work against damage or injury from the weather. 1.8 FIRE PROTECTION A. Contractor shall take all necessary precautions to prevent fires or any hazardous condition at or adjacent to the work, buildings, etc., and shall provide adequate facilities for extinguishing fires which do occur. B. When fire or explosion hazards are created in the vicinity of the work as a result of the locations of fuel tanks, or similar hazardous utilities or devices, the Contractor shall immediately alert the local Fire Marshal, the Engineer, and the Owner of such tank or 15 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Ai.AMIBEACH RISI \ G ABOVE device. The Contractor shall exercise all safety precautions and shall comply with all instructions issued by the Fire Marshal and shall cooperate with the Owner of the tank or device to prevent the occurrence of fire or explosion. 1.9 CHEMICALS A. All chemicals used during project construction or furnished for project operation, whether herbicide, pesticide or disinfectant of other classification, must show approval of either the EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with all applicable rules and regulations. 1.10 FIRST AID FACILITIES AND ACCIDENTS A. First Aid Facilities 1. The Contractor shall provide at the site such equipment and facilities as are necessary to supply first aid to any of his personnel who may be injured in connection with the work. Refer to section 1.02 CMBPWN: Safety and Procedures. B. Accidents 1. The Contractor shall promptly report, in writing, to the Engineer and Owner all accidents whatsoever out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witnesses. 2. If death, serious injuries, or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner and the Engineer. 3. If any claim is made by anyone against the Contractor or a Subcontractor on account of any accidents, the Contractor shall promptly report the facts, in writing, to the Engineer and Owner, giving full details of the claim. 1.11 SURVEYS AND LAYOUT A. All work under this Contract shall be constructed in accordance with the lines, grades and elevations shown on the Drawings or as directed by the Engineer. Elevation of existing ground and appurtenances are believed to be reasonably correct but are not guaranteed to be absolute and therefore are presented only as an approximation. Any error or apparent discrepancy in the data shown or omissions of data required for accurately accomplishing the stake out survey shall be referred immediately to the Engineer for interpretation or correction. B. All survey work for construction control purposes shall be made by the Contractor at his 16 i P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISI \ G ABOVE expense. The Contractor shall provide a Licensed Surveyor as Chief of Party, competently qualified persons, all necessary instruments, stakes, and other material to perform the work. C. Contractor shall establish all baselines for the location of the principal component parts of the work together with a suitable number of benchmarks and batter boards adjacent to the work. Based upon the information provided by the Contract Drawings, the Contractor shall develop and make all detail surveys necessary for construction, including slope stakes, batter boards, stakes for all working points, lines and elevations. D. Contractor shall have the responsibility to carefully preserve the bench marks, reference points and stakes, and in the case of destruction thereof by the Contractor or resulting from his negligence, the Contractor shall be charged with the expense and damage resulting therefrom and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such bench marks, reference points and stakes. E. Existing or new control points, property markers and monuments that will be or are destroyed during the normal causes of construction shall be reestablished by the Contractor and all reference ties recorded therefore shall be furnished to the Engineer. All computations necessary to establish the exact position of the work shall be made and preserved by the Contractor. F. The Engineer may check all or any portion of the work and the Contractor shall provide all necessary assistance to the Engineer in carrying out such checks. Any necessary corrections to the work shall be immediately made by the Contractor. Such checking by the Engineer shall not relieve the Contractor of any responsibilities for the accuracy or completeness of his work. G. At completion of the work, the Contractor shall furnish Record Drawings indicating the final layout of all structures, roads, existing benchmarks, etc. The Record Drawings shall indicate all critical elevations of piping, structures, finish grades, etc. 1.12 ABANDONMENT OF EXISTING FACILITIES A. The scope of work requires the Contractor to interface with existing structures, mechanical equipment, electrical facilities and piping which will be abandoned or otherwise removed and/or relocated as part of the work. Prior to beginning any work, associated with existing facilities to be abandoned or otherwise removed or relocated, the Contractor shall inform the Engineer of his intent so that all arrangements can be made with the City for disconnecting electrical service (where appropriate), isolating pipelines (where possible) or otherwise removing existing facilities from service to the extent possible. The Contractor shall not proceed without written authorization from the Engineer. B. Pipelines: The Contractor shall abandon or otherwise remove existing pipelines or segments of existing pipelines shown to be abandoned in place or removed as part of 17 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ' ''BEACH RISI \ G A3OVE the contract work. Unless otherwise indicated in the Contract Documents, all piping shown on the Drawings to be abandoned shall be abandoned in place. Pipe shown to be abandoned need only be removed a minimum three feet clear of new utilities to be installed. Abandon in place shall be defined as installing plugs, or other permanent closure, as reviewed and accepted by the Engineer, on all terminations, open ends or ends of pipe designated as being cut, capped and anchored in an acceptable manner. The pipe will remain buried unless otherwise noted. C. Piping indicated on the Drawings as being removed, or any piping to be abandoned which interferes with new structures or piping, shall be excavated and removed using methods which will not disturb adjacent piping or other facilities. Any remaining piping on both ends of pipe segments removed shall be abandoned in place, per the above definition. After piping has been removed, the Contractor shall backfill the evacuated area in accordance with requirements set forth in other sections of these specifications. D. The City is currently replacing all meters city-wide with automatic metering technology. Contractor shall be responsible for safeguarding the new meters during construction. Same existing meter shall be transferred to the new service line in coordination with the City of Miami Beach Public Works Operations Metering Division. AMI compatible lids shall be salvaged whenever possible and replaced where required. 1.13 OPENINGS, CHASES, SLEEVES, INSERTS, ETC. A. The General Contractor shall provide all openings, chases, etc., in his work to fit his own work and that of any other Contractors. All such openings or chases shown on the Drawings, or reasonably implied thereby, or as confirmed or modified by shop, setting, or erecting Drawings approved by the Engineer, shall be provided by the General Contractor. B. Where pipes or conduits are to pass through slabs or walls, or where equipment frames or supports are to be installed as an integral part of an opening, the sleeves, opening forms or frames shall be furnished by the installer of the pipes, conduits, or equipment, but shall be placed by the General Contractor. Where hanger inserts and similar items are to be installed as an integral part of a slab or wall, they shall be furnished by the installer of the pipe or other equipment requiring the hanger, but shall be placed by the General Contractor. C. When requested by the General Contractor, the installer of the pipes, conduit, or equipment, including those Contractors who require openings or chases in slabs and walls for passage of ducts, mounting of equipment, etc., shall furnish all necessary information, instructions, and materials to effect accurate installation of the required openings, chases, sleeves, frames, inserts, etc. When such items are secured in position, and just prior to construction of the surrounding slab or wall, the Contractor for whom the items are installed shall ascertain the proper number, locations, and settings thereof; and the General Contractor shall schedule his operations so as to provide a reasonable opportunity and time interval for such inspection. D. Any costs resulting from correction of defective, ill timed, or misallocated work, or for 18 I Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACHi RISI \ G A3OV - subsequent work which becomes necessary because of omitted openings, chases, sleeves, frames, inserts, etc., shall be borne by the Contractor responsible therefor. To this end, no Contractor shall arbitrarily cut, drill, alter, damage, or otherwise endanger the work of another Contractor. The nature and extent of any corrective or additional work shall be subject to the approval of the Engineer following consultation with the Contractors involved. 1.14 LIMITS OF WORK AREA A. The Contractor shall confine his construction operations within the Contract limits shown on the Drawings and/or property lines and/or fence lines. Storage of equipment and materials, or erection and use of sheds outside of the Contract limits, if such areas are the property of the Owner, shall be used only with the City's approval. Such storage or temporary structures, even within the Contract's limits, shall be confined to the City's property and shall not be placed on properties designated as easements or rights of way unless specifically permitted elsewhere in the Contract Documents. 1.15 WEATHER CONDITIONS A. No work shall be done when the weather is unsuitable. The Contractor shall take necessary precautions (in the event of impending storms)to protect all work, materials, or equipment from damage or deterioration due to floods, driving rain, and wind. The Owner reserves the right, through the opinion of the Engineer, to order that additional protection measures over and beyond those proposed by the Contractor, be taken to safeguard all components of the Project. The Contractor shall not claim any compensation for such precautionary measures so ordered, nor claim any compensation from the Owner for damage to the work from weather elements. B. The mixing and placing of concrete or pavement courses, the laying of masonry, sidewalks and installation of sewers mains, piping, structures and water mains shall be stopped during rainstorms, and all freshly placed work shall be protected by canvas or other suitable covering in such manner as to prevent running water from coming in contact with it. Sufficient coverings shall be provided and kept ready at hand for this purpose. The limitations and requirements for mixing and placing concrete or laying masonry shall be as described elsewhere in these Specifications. 1.16 PERIODIC CLEANUP - BASIC SITE RESTORATION A. During construction, the Contractor shall regularly remove from the site of the work all accumulated debris and surplus materials of any kind which result from his operations. Unused equipment and tools shall be stored at the Contractor's yard or base of operations for the Project. B. When the work involves installation of sewers, manholes, underground structures, or other disturbance of existing features in or across streets, rights of way, easements, or private property, the Contractor shall (as the work progresses) promptly backfill, compact, grade, and otherwise restore the disturbed area to the basic condition which 19 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ''n AAA IBEACH RISI \ G ABOVE will permit resumption of pedestrian or vehicular traffic and any other critical activity or functions consistent with the original use of the land. The requirements for temporary paving of streets, walks, and driveways are specified elsewhere. Unsightly mounds of earth, large stones, boulders, and debris shall be removed so that the site presents a neat appearance. C. The Contractor shall perform the cleanup work on a regular basis and as frequently as ordered by the Engineer. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished,when ordered by the Engineer, if partially completed facilities must remain incomplete for some time period due to unforeseen circumstances. D. Upon failure of the Contractor to perform periodic cleanup and basic restoration of the site to the Engineer's satisfaction, the Owner may, upon five(5)days prior written notice to the Contractor, without prejudice to any other rights or remedies of the Owner, cause such work for which the Contractor is responsible to be accomplished to the extent deemed necessary by the Engineer, and all costs resulting therefrom shall be charged to the Contractor and deducted from the amounts of money that may be due him. 1.17 ITEMS AFFECTED DURING CONSTRUCTION A. Certain areas of existing structures, piping and the like will be affected by work necessary to complete modifications under this Contract. The Contractor shall be responsible to rehabilitate those areas affected by its construction activities. B. Where new piping is to be connected to existing piping, the existing piping shall be cut square and the ends properly prepared for the connection shown on the drawings. Any damage to the lining and coating of the existing piping shall be repaired by the Contractor at no additional cost to the City. C. Disposal of Debris: All debris, materials, piping, and miscellaneous waste products from the work described in this section shall be removed from the project as soon as possible. They shall be disposed of in accordance with applicable federal, state, and local regulations. The Contractor is responsible for determining these regulations and shall bear all costs or retain any profit associated with disposal of these items. 1.18 CONTRACTOR USE OF PROJECT SITE A. The Contractor's use of the project site shall be limited to its construction operations, including on site storage of materials as approved in writing by the city. 1.19 CITY USE OF THE PROJECT SITE A. The Contractor shall cooperate with the City to minimize interference with the Contractor's operations and to facilitate the City's operations. 1.20 DIMENSION AND LOCATION OF EXISTING STRUCTURES, PIPES AND UTILITIES 20 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 �,'AIBEACH R SI \ G A3OVE A. Where the dimensions and locations of existing structures, piping and utilities are of critical importance in the installation or connection of new work,the Contractor shall verify such dimensions and locations in the field before the fabrication of any materials which are dependent on the correctness of such information. 1.21 CONSTRUCTION VIDEO/PHOTOGRAPHS A. The Contractor shall videotape/photograph the entire project site including all concrete and asphalt pavements, curb and gutter, fencing, landscaping to remain, structures to be demolished, and existing structures that are to be modified in close proximity or adjacent to the project site. The original DVD containing the photos and video shall be turned over to the Engineer prior to beginning construction activities. The videotape shall be on a DVD and shall clearly identify existing site and structural conditions prior to construction. DVD Label shall include the date the videos and photographs were taken. Special attention shall be given to driveways, retaining walls, landscape and other features of the properties abutting the project. 1.22 SAFETY REQUIREMENTS A. Contractor shall be in compliance with all applicable provisions of the Occupational Safety and Health Act of 1970. The Contractor's Manual of Safety Practices, dealing with the firm's policies on field safety procedures for employees shall be submitted to the Engineer for his review before "Notice to Proceed" will be issued. B. The Contractor's personnel will be in the vicinity of raw sewage. For his own protection, as well as for his employees, he shall check with the Miami-Dade County Health Department and, based upon their recommendation, shall have his personnel properly immunized against disease, if required. C. Under this Contract, personnel will be required to enter existing manholes/sewers to perform certain items of work. Before entering, the Contractor shall be in compliance with Miami-Dade County Manhole Ordinance No. 83-3, which mandates, in part, that above-ground safety personnel shall be on duty at all times when someone enters, or works in, a manhole/sewer and the air within a manhole/sewer shall be tested with a combination oxygen deficiency meter-explosion meter to determine oxygen content and explosion potential. A test for the presence of hydrogen sulfate shall also be performed. When unsafe air conditions are detected, the manhole covers of upstream and downstream manholes shall be removed to vent the sewer. Thereafter, the work area shall be ventilated mechanically by the use of an air blower, before entry and during occupancy, to ensure that an adequate quantity of oxygen is supplied to the work area. D. The Contractor shall conduct his operations in such a manner(utilizing warning devices, such as traffic cones, barricades and warning lights, and personnel such as flagmen and uniformed police officers) that the public is given adequate warning of hazards of the work site as may be deemed necessary by the City and County and/or the Engineer. E. The Contractor shall comply with, but not limited to, the following OSHA Regulations that 21 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISI \ G A3OVE are found applicable to this project. a. Process Safety Management(29 CFR 1910.119), Confined Space Entry Procedures (29 CFR 1910.146), Respiratory Protection (29 CFR 1910.134), Fall Prevention Protection (29 CFR 1926.104), Excavation Protection (29 CFR 1926.650), Personal Protective Equipment (29 CFR 1910.132), Electrical Safety (29 CFR 1910.301), Lockout/Tagout(29 CFR 1910.147),Air Monitoring (29 CFR 1910.1000), Asbestos& Lead Abatement(29 CFR 1910.1001, 1025), Commercial Diving (29 CFR 1910.401), Welding and Cutting (29 CFR 1926.350), Blood Borne Pathogens (29 CFR 1910.1030), Scaffolding (29 CFR 1926.451), Movement of Traffic (DOT Index), Industrial Truck / Forklift (29 CFR 1910.178), Crane Operations (29 CFR 1926 & ANSI). F. In addition, the Contractor shall adhere to any other applicable Federal, State and Local Safety and Health Regulations involving General industry and/or Construction Standards not mentioned in the Specifications. G. For trench excavations in excess of five (5) feet in depth, the Contractor shall comply with the provisions of the State of Florida "Trench Safety Act" H. Contractor shall familiarize himself with the "Underground Facility Damage Prevention and "Safety Act", Florida Statute 556. The Contractor shall contact the Sunshine State One Call of Florida, at 1-800-432-4770, forty-eight hours prior to any excavation. Failure to familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and the penalties set forth herein. I. All open excavations made in the earth shall be performed in compliance with the State of Florida Trench Safety Act, OSHA 29 CFR 1926.650, Subpart P (Chapter 90-96, Laws of Florida). The Contractor shall appoint a "competent person", in accordance with Subpart P, who shall be present at the jobsite. A"competent person" shall mean one who is capable of identifying existing and predictable hazards in the surroundings, or working conditions which are unsanitary, hazardous, or dangerous to employees, and who has authorization to take prompt corrective measures to eliminate them. J. The Contractor is responsible for the adequacy of forms, shoring and re-shoring and for safe practice in their use and removal. K. All Electrical equipment shall be clearly marked to alert service personnel of possible flash arc hazard (NEC 110-16). Provide short circuit coordination /arc flash as needed. Provide warning label indicating severity of potential exposure and level of personal protective equipment (PPE) required (NEC 409-110). 1.23 SITE CONDITIONS A. The Contractor acknowledges that by personal field observation or other means satisfactory to himself, performed prior to the Bid, he has included in the prices bid all costs for dealing with all construction problems created by observable above or on grade features on or adjacent to the site of the work whether or not these features are shown on the Plans or described in the Specifications. In instances where the observable 22 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMIBEACH RISI \ G A3OVE features indicate subsurface conditions which may affect the Project work, as for example, a pavement patch or catch basin gratings indicating respectively a utility or storm sewer not shown on the Plans, the Contractor acknowledges that he has made timely, diligent, inquiry of the Engineer or by other means fully satisfied himself prior to the Bid as to the nature of, and costs created by, the subsurface condition and included all costs therefore in the prices bid. B. The Contractor acknowledges that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and uncertainties of weather, the conformation and conditions at the ground, the type of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. C. The Contractor further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site, making whatever site investigations he deems diligent or prudent, and from evaluating information derived from exploratory work that may have been done by the Department or included with these Contract Documents.Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for properly estimating the difficulty or cost thereof under this Contract. D. The City has not performed geotechnical investigation as part of this scope. Therefore, prospective bidders are advised to, at their own expense, to make such subsurface investigation, by boring or test hole excavation, as may be desirable/necessary for them to become familiar with subsurface conditions. Such work shall be scheduled by appointment with the Engineer if for a City owned property or by notification to the City ROW division and property permitted if in the public right of way. E. In the event that site conditions differ from those expected by the Contractor, the Contractor shall proceed to complete the work as contemplated by the Plans and Specifications at his own cost and expense. If in the discretion of the Engineer, the difference in site conditions renders completion of the work as described by the Plans and Specifications impossible, the Engineer may alter the work, whereupon the Contractor shall be compensated for any extra work; the Engineer shall not alter the work where the site conditions render the work more difficult or costly to perform, if such work is otherwise still possible as described in the Contract Documents. F. Known utilities and structures adjacent to or encountered in the work are shown on the Drawings. The locations shown are taken from existing records and the best information available from existing plans; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by either the City or the Engineer for their accuracy or completeness. G. No request for additional compensation or Contract time (except for a non- compensable time extension at the sole discretion of the Engineer,whose decision 23 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \MIBEACH RISI \ G ABOVE shall be final) resulting from encountering utilities or structures not shown, or differing in location or elevation from that shown, will be considered. The Contractor shall explore sufficiently ahead of the Work to allow time for any necessary adjustments without delay to the progress of the installation. Costs due to delays occasioned by encountering underground utilities or structures which could have or should have been discovered by timely exploration ahead of the Work shall rest solely with the Contractor. H. Where the Contractor's operation could cause damage or inconvenience to railway, telephone, fiber optic, television, electrical power, oil, gas, water, sewer, irrigation systems or any other utility, the Contractor shall make all arrangements necessary for the protection of these utilities and services. I. Notify all utility companies that are affected by the construction operation at least 48 hours in advance. Under no circumstance expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities and utility poles where necessary. Absolutely no extra compensation will be allowed for construction problems created by utility poles of whatever size, overhead electric, telephone or other lines whether shown on the Plans or not. The Contractor is solely responsible for discovering such items in the field, and/or making reasonable assumptions as to what might be encountered prior to bidding and including all costs for such work in the prices bid. J. The Contractor and his subcontractors shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. K. Neither the City nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work.the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any utility service be allowed unless granted by the owner of the utility. L. In the event water service lines that interfere with construction are encountered, the Contractor may, by obtaining prior approval of the water utility, cut the service, dig through, and restore the service with similar and equal materials at the Contractor's expense and as approved by the Engineer. M. Replace, with material approved by the Engineer, at Contractor's expense, any and all other laterals, existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents and as approved by the Engineer. 24 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE N. Take necessary precautions to prevent damage to existing structures whether on the surface, above ground, or underground. An attempt has been made to show major structures on the Plans. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and is presented as a guide. The Contractor is solely responsible for field verification of all information provided and to determine the type, location, elevation and extent of any utilities which may not have been shown on the Plans. O. During the process of construction, it is expected that minor relocations of the work may be necessary. Such relocations shall be made only by the direction of the Engineer at the Contractor's expense. If existing structures are encountered that will prevent con- struction as shown, notify the Engineer before continuing with the work in order that the Engineer may make such field revisions as necessary to avoid conflict with the existing structures. If the Contractor fails to notify the Engineer when an existing structure is encountered, and proceeds with the work despite this interference the Contractor does so at his own risk. 1.24 FINAL SITE CLEAN-UP A. The Contractor shall at all times during the execution of this Contract keep the work site free and clear of all rubbish and debris. As soon as the work is completed, the accumulated rubbish or surplus materials shall be promptly removed. The Contractor shall also restore in an acceptable manner all property, both public and private, which has been displaced or damaged during the prosecution of the work and shall leave the site and vicinity unobstructed and in a neat and presentable condition. B. In the event of delay exceeding two days after written notice is given to the Contractor by the Engineer to remove such rubbish or materials or to restore displaced or damaged property, the Engineer may employ such labor and equipment as he may deem necessary for the purpose, and the cost of such work, together with the cost of supervision, shall be charged to the Contractor and shall be deducted from any monies due him. The Project shall not be considered as having been completed until all rubbish and surplus materials have been removed and disposed of properly. - END OF SECTION — 25 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE SECTION 012200 MEASUREMENT AND PAYMENT PART 1 — GENERAL 1.1 SCOPE A. Payment for all work under this contract shall be made in accordance with the provisions of the general covenants and conditions on the basis of the specific provisions of this section of the specifications. A contract will be awarded for Bid Item No. 30, the total of Items 1 through 40, inclusive. It is intended that all work required to complete this Project will be included in the various bid items described below. 1.2 PAYMENT ITEMS A. The format for Payment Requests shall be as directed by the City. This shall include the level of breakdown and grouping of payment items. B. Measurement: Measurement of work for payment will not be made under this contract. All labor, materials and work performed for construction of the facilities shall be included in the aggregate price entered in the Bid for each bid item. Item No. 1 For performing preparatory work and operations in mobilizing for beginning the work of the Project, preparation and acceptance of Maintenance of Traffic Plan (MOT), and including Demobilization, but excluding materials and permit costs, both of which are paid under other payment items, shall include, but not be limited to; preparation, submission and acceptance of the MOT, first by the City and if acceptable to the City, submission to and acceptance by all other governing authorities including FDOT; supply, submission and correction of all "Pre-Approved Product Lists" and/or shop drawings; ordering the said equipment and materials in a timely fashion; those operations necessary for the movement of personnel, equipment, supplies and incidentals to the Project site and for the establishment of temporary offices, buildings, safety equipment and first aid supplies, sanitary and other facilities; the cost of reestablishing the design baseline, vertical control points and reference points, and establishing proposed pipeline location; the cost of MOT permit preparation/submission/acceptance; the costs of bonds, required insurance and other preconstruction expense but excluding the actual cost of permits, which are paid under a separate dedicated allowance account and excluding the cost of materials which are paid under another bid item(s). Not inclusive of the costs incurred in the provision of traffic control and the costs incurred in the provision of off-duty police officers that are to be paid for under separate Bid Items. Payment for mobilization and demobilization will be made at the lump sum price named in the Bid Schedule. Mobilization includes, but is not limited to, maintenance of traffic plans and permitting, bonds, videos, computer, insurance, construction trailers (complete), site cleanup, sanitary facilities, labor associated with permit acquisition, contractors staging area, project signs,testing, project coordination,and demobilization. 26 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 VtIAMIBEACH RISING A30V - Partial payments for mobilization will be made as follows: Construction % Allowable % of Lump Sum Complete for Mobilization 5 25 10 50 25 75 100 100 Mobilization and 1 LS Demobilization The total amount of the partial payments may not exceed ten percent(10%) of the original Subtotal of the bid items. Any remaining amount will be paid upon completion of all work on the Contract. Item No. 2 For furnishing traffic control,will be paid for from the aggregate sum amount established by the Contractor for this purpose. Such amount represents the amount the Contractor feels is necessary to provide sufficient flagmen, signs, barricades, and similar items and work for directing traffic and maintaining safety during all times of work and other times as directed by the Engineer, FDOT, the municipalities' Public Works City and any other governing authority. Any portion of this fund remaining after all authorized payments have been made will remain with the Contractor. Conversely, no requests for additional payments will be approved. Payment to the Contractor under this item will be by monthly percentage corresponding to the percentage of the Project's work items completed and paid for each month, as approved by the Engineer. Item No. 3 For furnishing and delivering to the Department 16-inch poly-wrapped zinc-coated ductile iron pipe and pipe fittings for water mains of the nominal sizes specified in these bid items will be paid at the unit price bid times the number of linear feet accepted by the Engineer, which payment shall be full compensation for furnishing zinc-coated ductile iron pipe, pipe fittings, solid sleeves and specials; joint materials; joint thrust restraints;tie rods and eyebolts;corporation stops for testing and chlorination;vegetable soap lubricant; pipe bedding; backfill materials; temporary pavement materials; transportation and handling costs delivered ditchside; all shop drawing preparation and correction cost for material furnished under this item; all materials, equipment and incidentals required to clean, test, and disinfect the pipe and fittings; and all other appurtenant and miscellaneous items (not included in another bid item) required for a complete and satisfactory installation. The quantity for payment shall be the horizontal projection of the center line of the permanently installed and accepted pipe(of the particular bid item), including the length of fittings along the run, measured to the nearest one-tenth of a foot from P.I. to P.I. of bends and to the seat of the bell at the end of any particular line. The laying length of reducers, wyes, tees, and crosses will be measured as pipe of the size of the largest 27 I P a g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-02D8A3F6F450 '.BEACH SI \ G A3OVE diameter, and measured only once, only along run of wyes, tees, and crosses so that the length of the outlets, even if of equal size to the run, will not be included in the measured length of lines connected to said outlets. Item No. 4 For furnishing and delivering to the Department 16-inch mechanical joint butterfly valves for water main, valve boxes and covers. and riser pipes, complete, of the nominal sizes specified in these bid items, will be paid for at the unit price bid times the number of butterfly valves accepted by the Engineer. The price bid shall be full compensation for furnishing all materials and supplies required for each complete and satisfactory installation, ready for service and shall include, but not be limited to: furnishing butterfly valves complete with AWWA 2-inch square nut and coupling; furnishing joint materials; tie rods and eyebolts; furnishing valve boxes and covers, and riser pipes, complete, as shown in Department Standard Detail WS 3.12; backfill materials; temporary pavement materials; all shop drawing preparation and correction cost for material furnished under this item; all materials, equipment and incidentals required to clean, test, and disinfect the valves; transportation and handling costs; and all other appurtenant and miscellaneous items (not included in another bid item) required for a complete and satisfactory installation. Item No. 5 For installing 16-inch poly-wrapped zinc-coated ductile iron pipe, pipe fittings, and valves for water mains of the nominal sizes as specified in these bid item will be paid for at the unit price bid times the number of linear feet installed and accepted by the Engineer. The price per foot for installing pipe, pipe fittings and valves shall be full compensation for the completed pipeline, ready for service, and shall include, but not be limited to: exploratory excavation; excavation; sheeting and shoring if necessary; complying with the Florida Statutes "Trench Safety Act"; dewatering the excavation; transporting and unloading the pipe, valves, fittings and all other materials not specified in other bid items from delivery trucks at the job site (trench side) and placing them into position in the trench; installing zinc-coated ductile iron pipe, pipe fittings, solid sleeves and specials; installing resilient- seated gate valves, valve boxes and covers, and riser pipes, complete; installing joint materials; installing joint thrust restraints; making thrust resistant joints; installing tie rods and eyebolts; cutting and installing nipples; making all connections within the lines themselves; tapping the main for corporation stops for testing and chlorination; cleaning, testing and disinfecting the pipe, fittings, and valves; placing and compacting backfill; for removal, salvage, cleaning, transport, unloading and storage of valve boxes and covers, manhole frames and covers, and castings, on existing mains that are to be placed out of service; for removal and disposal of existing mains as shown on Plans in order to install in place new watermain; saw cutting pavement; demolition and modification work, and legal disposal of debris; for backfilling, compacting, and restoration of area (not included in another bid item)where existing valve boxes, manhole frames, and castings have been removed, if required; removal and disposal of excess or unsuitable fill material, where required; maintaining access to residences and businesses along the route of the main; protecting existing utilities along the route of the main; making temporary paving repairs; complying with work hour restrictions; satisfying permit requirements and conditions; preparation and submittal of the Contractor's Daily Reports, Contractor's PSM survey field book notes and monthly partial as-built record drawings of the work that has been 28 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACh RISI \ G ABOVE performed to date; moving and replacing utilities,trees(including trimming), landscaping, shrubs, mailboxes, sprinkler systems, shoulders, asphalt paths (not included in another bid item), curb and gutter, traffic separators and all other similar items, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work (not included in another bid item) including final cleanup for a complete, satisfactory and functional installation. The quantity for payment shall be the horizontal projection of the center line of the permanently installed and accepted pipe (of the particular bid item), including the length of fittings along the run, measured to the nearest one-tenth of a foot from P.I. to P.I. of bends and to the seat of the bell at the end of any particular line. The laying length of reducers, wyes, tees, and crosses will be measured as pipe of the size of the largest diameter, and measured only once, only along run of wyes, tees, and crosses so that the length of the outlets, even if of equal size to the run, will not be included in the measured length of lines connected to said outlets. Submittal of monthly partial as-built record drawings shall be condition for approval of monthly progress payment requests. Item No. 6 For furnishing and delivering to the Department 12-inch poly-wrapped zinc-coated ductile iron pipe and pipe fittings for water mains of the nominal sizes specified in these bid items will be paid at the unit price bid times the number of linear feet accepted by the Engineer, which payment shall be full compensation for furnishing zinc-coated ductile iron pipe, pipe fittings, solid sleeves and specials;joint materials;joint thrust restraints; tie rods and eyebolts; corporation stops for testing and chlorination; vegetable soap lubricant; pipe bedding; backfill materials; temporary pavement materials; transportation and handling costs delivered ditch side; all shop drawing preparation and correction cost for material furnished under this item; all materials, equipment and incidentals required to clean, test, and disinfect the pipe and fittings; and all other appurtenant and miscellaneous items(not included in another bid item) required for a complete and satisfactory installation. The quantity for payment shall be the horizontal projection of the center line of the permanently installed and accepted pipe (of the particular bid item), including the length of fittings along the run, measured to the nearest one-tenth of a foot from P.I. to P.I. of bends and to the seat of the bell at the end of any particular line. The laying length of reducers, wyes, tees, and crosses will be measured as pipe of the size of the largest diameter, and measured only once, only along run of wyes, tees, and crosses so that the length of the outlets, even if of equal size to the run, will not be included in the measured length of lines connected to said outlets. Item No. 7 For furnishing and delivering to the Department 12-inch mechanical joint resilient-seated gate valves for water main, valve boxes and covers, and riser pipes, complete, will be paid at the unit price bid times the number of valves accepted by the Engineer. The price bid shall be full compensation for furnishing all materials and supplies required for each complete and satisfactory installation, ready for service and shall include, but not be limited to: furnishing 12-inch mechanical joint resilient-seated gate valves; furnishing 29 I P a TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 kv,IBEACH RISI \ G A30V _ valve boxes and covers, and riser pipes; furnishing joint materials; transportation and handling costs; and all other appurtenant and miscellaneous items and work required for a complete installation. Item No. 8 For installing 12-inch poly-wrapped zinc-coated ductile iron pipe, pipe fittings, and valves for water mains of the nominal sizes as specified in these bid items will be paid for at the unit price bid times the number of linear feet installed and accepted by the Engineer. The price per foot for installing pipe, pipe fittings and valves shall be full compensation for the completed pipeline, ready for service, and shall include, but not be limited to: exploratory excavation; excavation; sheeting and shoring if necessary; complying with the Florida Statutes "Trench Safety Act"; dewatering the excavation; transporting and unloading the pipe, valves, fittings and all other materials not specified in other bid items from delivery trucks at the job site (trench side) and placing them into position in the trench; installing zinc-coated ductile iron pipe, pipe fittings, solid sleeves and specials; installing resilient- seated gate valves, valve boxes and covers, and riser pipes, complete; installing joint materials; installing joint thrust restraints; making thrust resistant joints; installing tie rods and eyebolts; cutting and installing nipples; making all connections within the lines themselves; tapping the main for corporation stops for testing and chlorination; cleaning, testing and disinfecting the pipe, fittings, and valves; placing and compacting backfill; for removal, salvage, cleaning, transport, unloading and storage of valve boxes and covers, manhole frames and covers, and castings, on existing mains that are to be placed out of service; for removal and disposal of existing mains as shown on Plans in order to install in place new watermain; saw cutting pavement; demolition and modification work, and legal disposal of debris; for backfilling, compacting, and restoration of area (not included in another bid item)where existing valve boxes, manhole frames, and castings have been removed, if required; removal and disposal of excess or unsuitable fill material, where required; maintaining access to residences and businesses along the route of the main; protecting existing utilities along the route of the main; making temporary paving repairs; complying with work hour restrictions; satisfying permit requirements and conditions; preparation and submittal of the Contractor's Daily Reports, Contractor's PSM survey field book notes and monthly partial as-built record drawings of the work that has been performed to date; moving and replacing utilities,trees(including trimming), landscaping, shrubs, mailboxes, sprinkler systems, shoulders, asphalt paths (not included in another bid item), curb and gutter, traffic separators and all other similar items, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work (not included in another bid item) including final cleanup for a complete, satisfactory and functional installation. The quantity for payment shall be the horizontal projection of the center line of the permanently installed and accepted pipe (of the particular bid item), including the length of fittings along the run, measured to the nearest one-tenth of a foot from P.I. to P.I. of bends and to the seat of the bell at the end of any particular line. The laying length of reducers, wyes, tees, and crosses will be measured as pipe of the size of the largest diameter, and measured only once, only along run of wyes, tees, and crosses so that the length of the outlets, even if of equal size to the run, will not be included in the measured length of lines connected to said outlets. 30 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AIAMIBEACH RISI \ G ABOVE Submittal of monthly partial as-built record drawings shall be condition for approval of monthly progress payment requests. Item No. 9 For furnishing and delivering to the Department 8-inch zinc-coated ductile iron pipe, pipe fittings, and valves for water mains of the nominal sizes specified in these bid items will be paid at the unit price bid times the number of linear feet accepted by the Engineer, which payment shall be full compensation for furnishing zinc-coated ductile iron pipe, pipe fittings, solid sleeves and specials; resilient-seated gate valves, valve boxes and covers, and riser pipes, complete; joint materials; joint thrust restraints; tie rods and eyebolts; corporation stops for testing and chlorination; vegetable soap lubricant; pipe bedding; backfill materials; temporary pavement materials; transportation and handling costs delivered ditch side; all shop drawing preparation and correction cost for material furnished under this item; all materials, equipment and incidentals required to clean, test, and disinfect the pipe, fittings, and valves; and all other appurtenant and miscellaneous items (not included in another bid item) required for a complete and satisfactory installation. The quantity for payment shall be the horizontal projection of the center line of the permanently installed and accepted pipe (of the particular bid item), including the length of fittings along the run, measured to the nearest one-tenth of a foot from P.I. to P.I. of bends and to the seat of the bell at the end of any particular line. The laying length of reducers, wyes, tees, and crosses will be measured as pipe of the size of the largest diameter, and measured only once, only along run of wyes, tees, and crosses so that the length of the outlets, even if of equal size to the run, will not be included in the measured length of lines connected to said outlets. Item No. 10 For installing 8-inch poly-wrapped zinc-coated ductile iron pipe, pipe fittings, and valves for water mains of the nominal sizes at as specified in these bid items will be paid for at the unit price bid times the number of linear feet installed and accepted by the Engineer. The price per foot for installing pipe, pipe fittings and valves shall be full compensation for the completed pipeline, ready for service, and shall include, but not be limited to: exploratory excavation; excavation; sheeting and shoring if necessary; complying with the Florida Statutes "Trench Safety Act"; dewatering the excavation; transporting and unloading the pipe, valves, fittings and all other materials not specified in other bid items from delivery trucks at the job site (trench side) and placing them into position in the trench; installing zinc-coated ductile iron pipe, pipe fittings, solid sleeves and specials; installing resilient-seated gate valves, valve boxes and covers, and riser pipes, complete; installing joint materials; installing joint thrust restraints; making thrust resistant joints; installing tie rods and eyebolts; cutting and installing nipples; making all connections within the lines themselves; tapping the main for corporation stops for testing and chlorination; cleaning, testing and disinfecting the pipe, fittings, and valves; placing and compacting backfill; for removal, salvage, cleaning, transport, unloading and storage of valve boxes and covers, manhole frames and covers, and castings, on existing mains that are to be placed out of service for removal and disposal of existing mains as shown on Plans in order to install in place new watermain; saw cutting pavement; demolition and modification work, and legal disposal of debris; for backfilling, compacting, and 31 I ' age TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ^IBEACH SI \ G ABOVE restoration of area(not included in another bid item)where existing valve boxes, manhole frames, and castings have been removed, if required; removal and disposal of excess or unsuitable fill material, where required; maintaining access to residences and businesses along the route of the main; protecting existing utilities along the route of the main; making temporary paving repairs; complying with work hour restrictions; satisfying permit requirements and conditions; preparation and submittal of the Contractor's Daily Reports, Contractor's PSM survey field book notes and monthly partial as-built record drawings of the work that has been performed to date; moving and replacing utilities, trees (including trimming), landscaping, shrubs, mailboxes, sprinkler systems, shoulders, asphalt paths (not included in another bid item), curb and gutter, traffic separators and all other similar items, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work (not included in another bid item) including final cleanup for a complete, satisfactory and functional installation. The quantity for payment shall be the horizontal projection of the center line of the permanently installed and accepted pipe (of the particular bid item), including the length of fittings along the run, measured to the nearest one-tenth of a foot from P.I. to P.I. of bends and to the seat of the bell at the end of any particular line. The laying length of reducers, wyes, tees, and crosses will be measured as pipe of the size of the largest diameter, and measured only once, only along run of wyes, tees, and crosses so that the length of the outlets, even if of equal size to the run, will not be included in the measured length of lines connected to said outlets. Submittal of monthly partial as-built record drawings shall be condition for approval of monthly progress payment requests. Item No. 11 For furnishing and delivering to the Department 6-inch zinc-coated ductile iron pipe, pipe fittings, and valves for water mains of the nominal sizes specified in these bid items will be paid at the unit price bid times the number of linear feet accepted by the Engineer, which payment shall be full compensation for furnishing zinc-coated ductile iron pipe, pipe fittings, solid sleeves and specials; resilient-seated gate valves, valve boxes and covers, and riser pipes, complete; joint materials; joint thrust restraints; tie rods and eyebolts; corporation stops for testing and chlorination; vegetable soap lubricant; pipe bedding; backfill materials; temporary pavement materials; transportation and handling costs delivered ditchside; all shop drawing preparation and correction cost for material furnished under this item; all materials, equipment and incidentals required to clean, test, and disinfect the pipe, fittings, and valves; and all other appurtenant and miscellaneous items (not included in another bid item) required for a complete and satisfactory installation. The quantity for payment shall be the horizontal projection of the center line of the permanently installed and accepted pipe (of the particular bid item), including the length of fittings along the run, measured to the nearest one-tenth of a foot from P.I. to P.I. of bends and to the seat of the bell at the end of any particular line. The laying length of reducers, wyes, tees, and crosses will be measured as pipe of the size of the largest diameter, and measured only once, only along run of wyes, tees, and crosses so that the length of the outlets, even if of equal size to the run, will not be included in the measured 32 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 11ih;v11BEACH RISING ABOVE length of lines connected to said outlets. Item No. 12 For installing 6-inch poly-wrapped zinc-coated ductile iron pipe, pipe fittings, and valves for water mains of the nominal sizes as specified in these bid items will be paid for at the unit price bid times the number of linear feet installed and accepted by the Engineer. The price per foot for installing pipe, pipe fittings and valves shall be full compensation for the completed pipeline, ready for service, and shall include, but not be limited to: exploratory excavation; excavation; sheeting and shoring if necessary; complying with the Florida Statutes "Trench Safety Act"; dewatering the excavation; transporting and unloading the pipe, valves, fittings and all other materials not specified in other bid items from delivery trucks at the job site (trench side) and placing them into position in the trench; installing zinc-coated ductile iron pipe, pipe fittings, solid sleeves and specials; installing resilient- seated gate valves, valve boxes and covers, and riser pipes, complete; installing joint materials; installing joint thrust restraints; making thrust resistant joints; installing tie rods and eyebolts; cutting and installing nipples; making all connections within the lines themselves; tapping the main for corporation stops for testing and chlorination; cleaning, testing and disinfecting the pipe, fittings, and valves; placing and compacting backfill; for removal, salvage, cleaning, transport, unloading and storage of valve boxes and covers, manhole frames and covers, and castings, on existing mains that are to be placed out of service; for removal and disposal of existing mains as shown on Plans in order to install in place new watermain; saw cutting pavement; demolition and modification work, and legal disposal of debris; for backfilling, compacting, and restoration of area (not included in another bid item)where existing valve boxes, manhole frames, and castings have been removed, if required; removal and disposal of excess or unsuitable fill material, where required; maintaining access to residences and businesses along the route of the main; protecting existing utilities along the route of the main; making temporary paving repairs; complying with work hour restrictions; satisfying permit requirements and conditions; preparation and submittal of the Contractor's Daily Reports, Contractor's PSM survey field book notes and monthly partial as-built record drawings of the work that has been performed to date; moving and replacing utilities, trees(including trimming), landscaping, shrubs, mailboxes, sprinkler systems, shoulders, asphalt paths (not included in another bid item), curb and gutter, traffic separators and all other similar items, to original locations and to equal or better than original conditions; and all other appurtenant and miscellaneous items and work (not included in another bid item) including final cleanup for a complete, satisfactory and functional installation. The quantity for payment shall be the horizontal projection of the center line of the permanently installed and accepted pipe (of the particular bid item), including the length of fittings along the run, measured to the nearest one-tenth of a foot from P.I. to P.I. of bends and to the seat of the bell at the end of any particular line. The laying length of reducers, wyes, tees, and crosses will be measured as pipe of the size of the largest diameter, and measured only once, only along run of wyes, tees, and crosses so that the length of the outlets, even if of equal size to the run, will not be included in the measured length of lines connected to said outlets. Submittal of monthly partial as-built record drawings shall be condition for approval of monthly progress payment requests. 33 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE Item No. 13 For making cut-in connection(s) to existing water main(s) as shown on the Plans, complete, will be paid for at the unit price bid times the number of connections installed and accepted by the Engineer. The price bid shall be full compensation for each complete installation, ready for service, and shall include, but not be limited to, exploratory excavation to verify the main size and material; excavation; sheeting and shoring if necessary; complying with the Florida Statutes "Trench Safety Act"; dewatering the excavation; cutting the existing main, removing section of existing pipe and connecting the proposed water main to the existing main; furnishing and installing any required pipe, valves and fittings,valve box and lids with concrete collars, riser pipe, restrainment, and other necessary materials; installing solid sleeves; making thrust restrained joints; installing plugs and caps on the existing main and placing it out of service, if required; legal disposal of removed pipe and debris; furnishing all materials and equipment required to clean,test and disinfect the connection;cleaning, disinfecting and testing the connection; placing and compacting backfill; furnishing additional suitable backfill material, if required; temporary and permanent paving repairs around the connection outside the trench line, if required; transportation and handling costs; coordination with City forces; and all other appurtenant and miscellaneous items and work (not included in another bid item) for a complete, satisfactory, and functional installation. Note: This Bid Item will only pay for plugs on existing water mains that will be permanently left in place at the referenced location. Plugs and caps on proposed mains will not be paid for as part of this Bid Item. Plugs and caps on the end of the proposed mains shall be paid for as part of the Bid Item for the pipeline installation. Item No. 14 For furnishing and installing fire department connection(s) to existing 4-inch fire suppression lines(s) as shown on the Plans, complete, will be paid for at the unit price bid times the number of connections installed and accepted by the Engineer. The price bid shall be full compensation for each complete installation, ready for service, and shall include, but not be limited to, exploratory excavation to verify the main size and material; excavation; sheeting and shoring if necessary; complying with the Florida Statutes "Trench Safety Act"; dewatering the excavation; cutting the existing main, removing section of existing pipe and connecting the proposed water main to the existing main; furnishing and installing any required pipe, valves and fittings, valve box and lids with concrete collars, riser pipe, restrainment, and other necessary materials; installing solid sleeves; making thrust restrained joints; installing plugs and caps on the existing main and placing it out of service, if required; legal disposal of removed pipe and debris; furnishing all materials and equipment required to clean, test and disinfect the connection; cleaning, disinfecting and testing the connection; placing and compacting backfill; furnishing additional suitable backfill material, if required; temporary and permanent paving repairs around the connection outside the trench line, if required; transportation and handling costs; coordination with City forces; and all other appurtenant and miscellaneous items and work (not included in another bid item) for a complete, satisfactory, and functional installation. 34 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'AIAMIBEACH RISI \ G ABOVE Item No. 15 For furnishing and installing fire department connection(s) to existing 6-inch fire suppression lines(s) as shown on the Plans, complete, will be paid for at the unit price bid times the number of connections installed and accepted by the Engineer. The price bid shall be full compensation for each complete installation, ready for service, and shall include, but not be limited to, exploratory excavation to verify the main size and material; excavation; sheeting and shoring if necessary; complying with the Florida Statutes "Trench Safety Act"; dewatering the excavation; cutting the existing main, removing section of existing pipe and connecting the proposed water main to the existing main; furnishing and installing any required pipe, valves and fittings, valve box and lids with concrete collars, riser pipe, restrainment, and other necessary materials; installing solid sleeves; making thrust restrained joints; installing plugs and caps on the existing main and placing it out of service, if required; legal disposal of removed pipe and debris; furnishing all materials and equipment required to clean, test and disinfect the connection; cleaning, disinfecting and testing the connection; placing and compacting backfill; furnishing additional suitable backfill material, if required; temporary and permanent paving repairs around the connection outside the trench line, if required; transportation and handling costs; coordination with City forces; and all other appurtenant and miscellaneous items and work (not included in another bid item) for a complete, satisfactory, and functional installation. Item No. 16 For making a tapping connection to an existing water main at: SW 6th ST. and Michigan CT. (STA 30+25) including furnishing and installing a tapping sleeve (316 stainless steel) and tapping valve, and cutting and capping existing main(s), as shown on the Plans, complete, will be paid from the aggregate sum established by the Contractor for this purpose which represents the amount the Contractor feels is necessary for the complete installation and satisfactory work accepted by the Engineer, ready for service, and shall include, but not be limited to: exploratory excavation to verify the main size and material prior to ordering the tapping sleeve; excavation; sheeting and shoring if necessary; complying with the Florida Statutes"Trench Safety Act"; dewatering the excavation; furnishing and installing tapping sleeve, tapping valve, piping, fittings, plugs and caps, joint materials, restrainment, valve boxes and covers, riser pipes, and other necessary materials; making thrust resistant joints; pressure testing the tapping sleeve; pressure testing the tapping valve in both directions before installation; placing concrete valve support pad; unloading tapping machine from Department's vehicle, positioning it in trench to be bolted to the valve and loading tapping machine onto Department's vehicle after tapping operation is completed by Department forces; assisting Department's forces in performing the tapping operation; furnishing all materials, equipment and incidentals required to clean, test and disinfect the connection; cleaning, testing, and disinfecting the connection; cutting, dewatering, plugging and capping existing mains that are to be placed out of service at the referenced locations, and placing them out of service; placing and compacting backfill; furnishing additional suitable backfill material, if required; temporary and permanent paving repairs around the connection outside the main trench line, if necessary; legal disposal of removed pipe and debris; transportation and handling costs; satisfying permit requirements and conditions; field locating utilities; protecting existing utilities; coordinating with Department forces; and all other 35 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 iAMIBEACH R SI \ G A30VE appurtenant and miscellaneous items and work (not included in another bid item) for a complete, satisfactory, and functional installation. Since this item is bid as an aggregate sum, payment will be in accordance with the cost breakdown as approved by the Engineer and measured as required by and satisfactory to the Engineer. Note: This bid item will only pay for plugs and caps on existing water mains that will be permanently left in place at the referenced location. Plugs and caps on proposed mains will not be paid for as part of this bid item. Plugs and caps on the end of the proposed mains shall be paid for as part of the bid item for the pipeline installation. Item No. 17 - Contingent Item For furnishing and installing Air Release Valve Assemblies (ARVs) for water mains at the locations shown on the Plans, or where directed by the Engineer in the field, complete as shown in City Standard Detail, will be paid for at the unit price bid times the number of assemblies installed and accepted by the Engineer. The price bid shall be full compensation for each complete installation, ready for service, and shall include, but not be limited to, excavation; sheeting and shoring if necessary; complying with the Florida Statutes "Trench Safety Act"; tapping the main; furnishing and installing corporation stop with tapping saddle (as required); brass coupling; PVC pipe and fittings, including cutting and threading as required; threaded bronze ball valve with lever; No. 3 valve box and cover set in concrete; constructing concrete support slabs, if necessary; transportation and handling costs; placing and compacting backfill; temporary paving; permanent paving outside of the main trench line, if necessary; and all other appurtenant and miscellaneous items and work for a complete, satisfactory, and functional installation. Item No. 18 - Contingent Item For furnishing, delivering, and installing Flushing Valve Outlet Assemblies (FVOs), at the locations shown on the Plans, complete, will be paid for at the unit price bid times the number of assemblies installed and accepted by the Engineer. The price bid shall be full compensation for each complete installation, ready for service, and shall include, but not be limited to, excavation; sheeting and shoring if necessary; complying with the Florida Statutes"Trench Safety Act"; tapping the ductile iron cap or plug; furnishing and installing brass nipples, bends, and couplings; PVC pipe and fittings, including cutting and threading as required; threaded bronze ball valve with lever; No. 3 valve box and cover set in concrete; 6-mil polyethylene sheet; placing concrete for concrete anchor; placing and compacting backfill; constructing concrete support slabs, if necessary; transportation and handling costs; temporary paving; permanent paving outside of the main trench line, if necessary; and all other appurtenant and miscellaneous items and work for a complete, satisfactory and functional installation. Item No. 19 For furnishing, delivering, and installing fire hydrant assemblies with guard posts, complete, will be paid for at the unit price bid times the number of hydrants installed by the Contractor and accepted by the Engineer. The price per hydrant shall be full compensation for a complete installation and shall include, but not be limited to, 36 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AAIAWIBEACH RISI \ G ABOVE excavation; sheeting and shoring if necessary; complying with the Florida Statutes "Trench Safety Act"; dewatering the excavation; removing and salvaging the existing fire hydrants assemblies;transporting and unloading the hydrant assembly from delivery trucks at the job site (trench side) and placing them into position in the installation location; placing the hydrant in the trench and connecting it to the 6-inch hydrant branch run; furnishing and installing joint materials; furnishing and installing joint thrust restraints making thrust resistant joints; furnishing and installing tie-rod and eyebolts; installing a concrete anchor at the hydrant elbow; cleaning, testing and disinfecting the entire assembly; placing and compacting backfill; removal and disposal of excess fill material, where required; saw-cutting, demolition and legal disposal of one flag of sidewalk, if required; constructing concrete protective slab around the fire hydrants in non-sidewalk areas; furnishing, installing and painting two guard posts, if required, including the concrete bases and filling posts with concrete; lubricating the hydrant, if required; touch-up painting of the hydrant, if required; making all surface repairs, including temporary and permanent pavement repairs around the hydrant, if any, and all other similar items; out-of-the-ditch-line permanent pavement repairs around the hydrant, if any, dirt and rock roadways, and all similar items; and all other appurtenant and miscellaneous items and work (not included in another bid item) for a complete, functional and acceptable installation. Sidewalk restoration repairs for the installation of fire hydrants are to be paid for under a separate Quotation Item. Item No. 20 For removing and salvaging fire hydrant assembly with guard posts, complete, will be paid for at the unit price bid times the number of hydrants removed by the Contractor and accepted by the Engineer. The price per hydrant shall be full compensation for a complete removal and shall include, but not be limited to: salvaging the fire hydrant assembly by excavating and removing the entire assembly including the bottom shoe; carefully cleaning the fire hydrant assembly of any thrust block concrete; cleaning, loading, transporting, unloading and storing the fire hydrant assembly in a Department storage yard as directed by the Engineer. The Contractor shall remove the existing guard posts. Fire hydrant feed mains shall be cut, plugged and thrust blocked if they are to remain connected to an active main line. Lines which are deactivated (i.e. not connected to an active main) shall be placed out of service or removed as called for on the Plans. The price per hydrant assembly removal shall be full compensation for furnishing all labor, materials, equipment and incidentals required for a complete removal per the aforementioned, and no extra compensation will be allowed. Sidewalk restoration repairs for the removal of fire hydrants are to be paid for under a separate Quotation Item. Item Nos. 21 &22 For furnishing, delivering and installing single services of the nominal sizes provided in the bid form, with the use of trenchless technology, where applicable, in these bid items respectively, including reconnection of customer's service pipe and meter transfer, will be paid for at the unit price bid for each type of service times the number of that type of service installed. The price bid per service shall be full compensation for its complete 37 I P a g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IAMIBEACH RISING ABOVE construction, ready for connection or reconnection as appropriate, and shall include, but not be limited to, furnishing and installing all materials; excavation; complying with the Florida Statutes "Trench Safety Act"; dewatering the excavation; furnishing and installing corporation stops; furnishing and installing HDPE pipe or tubing, couplings, unions, service terminal fittings, valves and other miscellaneous fittings; furnishing and installing meter boxes with lids for services; furnishing and installing perforated spacers and tail pieces; transporting and unloading pipe, tubing, meter boxes, lids, fittings, valves, and all other materials not specified in other bid items from delivery trucks at the job site and placing them into position; tapping the main; placing and compacting backfill; temporary paving repairs or driving casing pipe under the pavement; saw- cutting, demolition and legal disposal of sidewalk together with the meter box where there is an existing meter box and service; constructing a five-foot square reinforced concrete meter box support slab where no sidewalk exists; furnishing all materials and equipment necessary to clean, test and disinfect the service connections; testing and disinfecting the service connections; disconnection of existing water service at existing meter box and re-connection to new meter box as directed by the Engineer, if required; furnishing and installing brass service pipe of size to match existing and all other materials necessary to reconnect customer's existing water service to new single service downstream of the meter, if required; for backfilling and compacting area where existing water meter box has been removed, if required; salvage, cleaning, transport, unloading and storage of existing cast iron meter box lids to a City storage yard as directed by the Engineer; coordination with City forces; complying with work hour restrictions; moving and replacing utilities, trees, shrubs, fences, walls, mail boxes, sprinkler systems, shoulders, asphalt paths, curb, gutter, concrete and stamped concrete driveways and all other similar,appurtenant and miscellaneous items and work (not included in another bid item) disturbed by construction, or as directed by the Engineer, to original or immediately adjacent locations and to equal or better than original conditions, together with all other required items and work to provide a complete, satisfactory, and functional installations. Sidewalk restoration repairs for the installation of water services are to be paid for under a separate Quotation Item. Meter Lids are to be paid for under a separate Quotation Item. Meter Boxes are to be paid for under a separate Quotation Item. The Contractor shall provide a Schedule of Values for furnishing and installing all individual materials and activities; including removal, transport and disposal; that are a part of this work with prices satisfactory to the Engineer. Material/activity prices will be used should deletions be required by field conditions and as directed by the Engineer. Item No. 23 - Contingent Item For furnishing and installing meter box concrete body as detailed in item Nos. 21 and 22. Item No. 24- Contingent Item For furnishing and installing meter box cast iron lid as detailed in item Nos. 21 and 22. 38 I ° 1 g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \AIAMIBEACH RISI \ G A3OVE Item No. 25 - Contingent Item For providing temporary water services during construction of water main replacements in place, will be paid for at the unit price bid times the number of temporary services provided. The price bid shall be full compensation for all labor, materials and equipment required for providing the temporary water services during construction of water main replacements in place including any water testing and clearances necessary to place the temporary system into service. The means and methods for maintaining temporary services, where required, will rely solely on the contractor. The City of Miami Beach will allow the contractor to plug into the existing hydrants for temporary water services. Item No. 26 - Contingent Item For furnishing and constructing 8-inch reinforced concrete protective slab in areas of low ground cover per Miami Beach Public Works Dept. Detail 14-7, will be paid for at the unit price bid times the number of square yards of concrete placed. The price shall be full compensation for all work including furnishing all labor, materials, equipment and incidentals required for constructing the 8-inch reinforced protective slab. This bid item shall be used only at locations approved by the Engineer where the minimum cover over the main cannot be obtained. Item No. 27 - Contingent Item For furnishing, delivering and installing flowable fill for filling existing main(s) that is to be abandoned in place, will be paid for at the unit price bid times the number of cubic yards installed and accepted by the Engineer as measured along the main and the diameter of the main. The price bid shall be full compensation for furnishing all labor, materials and equipment required for the flowable fill installation. Item No. 28 - Contingent Item For trench overcut in one-foot depth increments, will be paid for at the unit price bid per linear foot, for any size pipe to be installed in the trench times the number of linear feet of overcut excavated, times the number of one-foot increments of depth as ordered by the Engineer. There shall be no more than six (6) one-foot increments of depth in any one location. The number of linear feet excavated shall be the length in feet of the horizontal projection of the centerline of the trench, measured to the nearest foot, between the limits established by the Engineer in the field. The price per linear foot for trench overcut shall be full compensation for the completed work and shall include, but not be limited to, excavating to the specified depth as directed by the Engineer, placing, leveling and compacting suitable select backfill material to the level specified on detail 32 on sheet CD-04 of the Plans. Suitable select backfill shall be obtained from material excavated from the site. If sufficient material is not available from the site, additional material shall be furnished by the Contractor at no additional cost to the City. Item No. 29 - Contingent Item For sheeting and shoring ordered left in place by the Engineer, will be paid for at the unit price bid per square foot, measured from tip to cut-off times the horizontal length, regardless of thickness, times the number of linear feet of sheeting and shoring left in place as accepted by the Engineer. Payment shall be full compensation for cutting off and for all salvage and potential reuse value of the material. Sheeting and shoring left 39 I ' a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'IBEACH SI \ G ABOVE in place without the Engineer's approval will be at the Contractor's expense. Item No. 30 - Contingent Item For removal, transport, and legal disposal of unsuitable backfill materials, including tipping fees, as ordered by the Engineer, will be paid for at the unit price bid times the number of cubic yards removed and legally disposed of, as measured by the truckload to the satisfaction of the Engineer. Item No. 31 - Contingent Item For furnishing and installing additional suitable backfill material, will be paid for at the unit price bid times the number of cubic yards of additional trench backfill furnished and installed, as directed by the Engineer, in the field and includes removal of unsuitable material, loading, hauling, legal disposal off-site and tipping fees. The additional trench backfill shall be measured along the main within the limits of the trench as defined by the City Standard Details appended hereto. The use of additional trench backfill shall be paid for only when and where approved by the Engineer prior to installation. Item No. 32 For constructing limerock base for permanent pavement repairs, will be paid for at the unit price bid times the number of square yards of such base required, installed, and accepted as measured along the main within the limits defined by details on the Plans and/or the City Standard Details appended hereto. Greater widths are at the Contractor's option and expense. The price bid shall be full compensation for furnishing all materials, labor and equipment required for a complete limerock base installation ready to receive the tack coat and surface course. Limerock base for permanent pavement repairs installed outside the main trench line limits as shown in the City Standard Details under other bid items will be paid for under those items; it will not be separately measured and paid for under this item. Limerock base for permanent paved driveway repairs, if necessary, will be paid for under this item. Item No. 33 For constructing Type "S-III" asphaltic concrete surface course permanent pavement repairs, will be paid for at the unit price bid times the number of square yards of such surface course installed and accepted as measured along the main within the limits defined by details on the Plans and/or the City Standard Details appended hereto. Greater widths are at the Contractor's option and expense. The price bid shall be full compensation for furnishing all materials, labor and equipment required for a complete machine-laid asphaltic concrete surface course installation. Asphaltic surface course for permanent pavement repairs installed outside the main trench line limits as shown in the City Standard Details under other bid items will be paid for under those items; it will not be separately measured and paid for under this item. Not inclusive of the costs incurred in the permanent pavement repairs of asphalt pavement driveways, to be paid for under Item No. 20. Item No. 34- Contingent Item 40 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISING ABOVE For cold milling roadway surface course for permanent pavement repairs (nominal 1 inch thick), will be paid for at the unit price bid times the number of square yards of such surface course milled and required as measured along the curb within the limits defined by details on the Plans and/or the City Standard Details appended hereto and as approved by the Engineer. Greater widths are at the Contractor's option and expense. The price bid shall be full compensation for furnishing all materials, labor and equipment required for milling of surfaces indicated. Asphalt cold milling shall be performed using an automated pavement planer capable of maintaining an accurate depth. Cold milling equipment shall meet the approval of the Engineer and the governing agency having jurisdiction at the location of the pavement milling operation. The Engineer's word as to the acceptability of the equipment shall be final. Cold milling of asphalt pavement driveways in roadways, as required and directed by the Engineer, will be paid for under this item. Item No. 35 - Contingent Item For constructing Type "S-Ill" permanent pavement repairs for roadway (nominal 1 inch thick machine-laid asphaltic concrete friction surface overlay) will be paid for at the unit price bid times the number of square yards of overlay, installed where directed by and to the satisfaction of the Engineer, which price shall be full compensation for furnishing all labor, material, and equipment for a complete installation; and shall include asphalt pavement driveways in roadways, as required and directed by the Engineer. After the pavement has been milled and the existing pavement removed, a tack coat shall be applied as specified above. Type "S-Ill" pavement repairs, if required. The latest applicable standard for the friction course from the governing authority shall be used. Temporary pavement markings for roadways shall be included in this bid item. Item No. 36 - Contingent Item For cold milling FDOT roadway surface course for permanent pavement repairs (nominal 2-inch thick), will be paid for at the unit price bid times the number of square yards of such surface course milled and required as measured along the curb within the limits defined by details on the Plans and/or the Department Standard Details appended hereto and as approved by the Engineer. Greater widths are at the Contractor's option and expense. The price bid shall be full compensation for furnishing all labor, materials, equipment and incidentals required for milling of surfaces indicated. Asphalt cold milling shall be performed using an automated pavement planer capable of maintaining an accurate depth. Cold milling equipment shall meet the approval of the Engineer and the governing agency having jurisdiction at the location of the pavement milling operation. The Engineer's word as to the acceptability of the equipment shall be final. Item No. 37 - Contingent Item For constructing Type "S-Ill" permanent pavement repairs for FDOT roadway(nominal 2 inch thick machine-laid asphaltic concrete friction surface overlay) will be paid for at the unit price bid times the number of square yards of overlay, installed where directed by and to the satisfaction of the Engineer, which price shall be full compensation for furnishing all labor, material, and equipment fora complete installation; and shall include asphalt pavement driveways in roadways, as required and directed by the Engineer. After the pavement has been milled and the existing pavement removed, a tack coat 41 ? age TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 !BEACH RISI \ G A3OVE shall be applied as specified above. Type"S-Ill" pavement repairs, if required. The latest applicable standard for the friction course from the governing authority shall be used. Temporary pavement markings for roadways shall be included in this bid item. Item No. 38 For replacing pavement markings damaged, removed or obliterated by Contractor's operation, will be paid for from the aggregate sum amount bid by the Contractor for this purpose. Such amounts represent the amount the contractor feels is necessary to comply with the governing agency's requirements. Any portion of this fund, remaining after the work has been paid for will remain with the Contractor. Conversely, no requests for additional reimbursement will be approved. Reflective Pavement Markers shall also be furnished and installed under this item and there will be no additional compensation paid for this work. Since this item is bid as an aggregate sum, no other special provisions for measurement will be necessary. Item No. 39 - Contingent Item For constructing concrete curb and gutter restoration to match existing, will be paid for at the unit price bid times the number of linear feet of such curb and gutter required and placed as measured along the curb, installed where directed by the Engineer, and the price bid shall be full compensation for furnishing all labor and equipment for a complete installation. Item No. 40 - Contingent Item For constructing concrete sidewalk restoration to match existing, will be paid for at the unit price bid times the number of square feet of such sidewalk required, installed and accepted by the Engineer, and the price bid shall be full compensation for furnishing all labor, materials and equipment for a complete installation. Item No. 41 - Contingent Item For restoring sodded areas, will be paid at the unit price bid times the number of square yards of sod placed, and the price bid shall be full compensation for furnishing all labor, materials and equipment for a complete restoration. Item No. 42—Contingent Item For relocation and restoration of CitiBike racks, including coordination with CitiBike company, as needed, will be paid at the unit price bid times the number of CitiBike racks relocated, and the price bid shall be full compensation for furnishing all labor, materials and equipment for a complete relocation & restoration. Item No. 43 - Contingency Item For constructing pipe trench bedding when unsuitable fill extends 30-inches below bottom of pipe as recommended in the project Geotechnical Report, and the bid price shall be full compensation for furnishing all labor, materials and equipment for a complete installation, and shall include, but not limited to, filter fabric(geotextile); will be paid for at a unit price bid times the linear feet of pipe requiring the bedding and as accepted by the Engineer. For the disposal of unsuitable fill and selling/delivering 42 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E96-9125-D2D8A3F6F450 AMIBEACH RISING ABOVE suitable fill, use Item No. 30 and 31. Payment to the Contractor under the Contingency Allowance will only be made for work ordered in writing by the Engineer. Any portion of these accounts remaining after all authorized payments have been made will be withheld from Contract payments and will remain with the City. Item No. 44- Contingency Item For furnishing, delivering and installing the detectable warnings and truncated domes within ADA sidewalk areas and/or ramps. The installation of truncated domes on curb ramp shall be in compliance with the FDOT Index 522-002 and FDOT Specifications Section 527 and associated QPL. This Specification excludes stamped concrete detectable warnings due to poor performance. Payment to the Contractor under the Contingency Allowance will only be made for work ordered in writing by the Engineer. Any portion of these accounts remaining after all authorized payments have been made will be withheld from Contract payments and will remain with the City. Item No. 45 - SUBTOTAL The Sum of Item No. 1 through No. 44 Item No. 46 - Dedicated Allowance This item establishes a fund for reimbursement of the cost of providing off-duty police officers as required for this project. Payment shall only reimburse the Contractor for the cost of the off-duty police officers for hours on duty at the work site; no overhead, travel time or other additional costs will be allowed. Any portion of this fund remaining after all authorized payments have been made will be withheld from contract payment and will remain with the City. Item No. 47 - Dedicated Allowance For all costs required to repair or replace influent gravity sewer pipe and laterals with PVC pipe, fittings, and accessories as needed in accordance to City standards. The linear footage of required pipe and number of gravity sewer laterals to be repaired or replaced will be verified and approved by the Engineer. CCTV inspection may be required; shall not exceed the total amount of$30,000.00. Payment to the Contractor under the Dedicated Allowance Account Items will only be made for work ordered in writing by the Project Manager. Any portion of these accounts remaining after all authorized payments have been made will be withheld from Contract payments and will remain with the City. Item No. 48 - Dedicated Allowance—3% of Subtotal This item establishes a fund for reimbursement of the cost of all required construction permits and fees, if authorized by the Engineer. Payment shall reimburse the Contractor for only the cost of the construction permit and fee. Any question or whether a construction permit or fee is required shall be decided by the Engineer whose word shall 43 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 m1AMIBEACH RISI \ G A30V - be final. Any portion of this fund remaining after all authorized payments have been made will be withheld from Project payments and will remain with the City. Item No. 49 - Contingency Allowance— 10% of Subtotal For unforeseen conditions, minor construction changes and Quantity Adjustments, additional work not covered by other items, if ordered by the Engineer. This account is for all labor, materials, equipment and services necessary for modification or extra work required to complete the Project due to unforeseen conditions, unforeseen conflicts between existing elements of work and the proposed work; for minor changes required to resolve any unforeseen conditions, Revised Regulations, Technological and Products Development, Operational Changes, Schedule Requirements, Program Interface, Emergencies and other Miscellaneous Costs; and for adjustments to estimated quantities shown on the unit prices of the Quotation to conform to actual quantities installed; and associated time related to this work only if ordered by the Engineer. Payment to the Contractor under the Contingency Allowance will only be made for work ordered in writing by the Engineer. Any portion of these accounts remaining after all authorized payments have been made will be withheld from Contract payments and will remain with the City. A non-compensable time extension shall be included in the Contingency Allowance work when approved by the Engineer. Item No. 50 -TOTAL BID Sum of Item Nos. 43 through 49 - END OF SECTION — 44 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,\AIAMIBEACH RISI \ G A30V - SECTION 013113 PROJECT MANAGEMENT AND COORDINATION PART 1 —GENERAL 1.1 THE REQUIREMENT A. The Contractor shall allow the City or his agents, and other project Contractors or their agents, to enter upon the work for the purpose of constructing, operating, maintaining, removing, repairing, altering, or replacing such pipes, sewers, conduits, manholes, wires, poles, or other structures and appliances which may be required to be installed at or in the work. The Contractor shall cooperate with all aforesaid parties and shall allow reasonable provisions for the prosecution of any other work by the Owner, or others, to be done in connection with his work, or in connection with normal use of the facilities. B. Each Contractor shall cooperate fully with the City, the Engineer, and all other Contractors employed on the work, to effect proper coordination and progress to complete the project on schedule and in proper sequence. Insofar as possible, decisions of all kinds required from the Engineer shall be anticipated by the Contractor to provide ample time for inspection, or the preparation of instructions. C. Each Contractor shall assume full responsibility for the correlation of all parts of his work with that of other Contractors. Each Contractor's superintendent shall correlate all work with other Contractors in the laying out of work. Each Contractor shall lay out his own work in accordance with the Drawings, Specifications, and instructions of latest issue and with due regard to the work of other Contractors. D. The Contractor shall coordinate with the City inspections and field visits. Such requests shall be in writing and presented to the City a minimum of one week in advance. 1.2 SCHEDULE OF PAYMENT ITEMS A. The Contractor shall submit a Schedule of Payment Items for review within two weeks after receiving the Notice To Proceed. 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 the proper identification of Work accomplished. Each item shall include its proportional share of all costs including the Contractor's overhead, contingencies and profit. The sum of all scheduled items shall equal the total value of the Contract. C. The Contractor shall expand or modify the above schedule and materials listing as required by the Engineer's initial or subsequent reviews. 1.3 REQUEST FOR INFORMATION 45 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMIBEACH SI \ G ABOVE A. All requests for information from the Engineer by the Contractor shall be submitted in writing. B. The Engineer has seven working days to respond to the request for information in writing. C. In the event that the Engineer cannot answer a request for information based on the data provided by the Contractor, the Engineer will request additional information from the Contratctor, in writing. Upon receipt of the additional information required, the Engineer will have seven calendar days to answer the request. PART 2 — PRODUCTS NOT USED PART 3— EXECUTION NOT USED - END OF SECTION — 46 ' Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACh RISI \ G ABOVE SECTION 013119 PROJECT MEETINGS PART 1 —GENERAL 1.1 PRE-CONSTRUCTION MEETING A. Preconstruction Conference: Prior to the commencement of Work at the site, a preconstruction conference shall be held at a mutually agreed time and place which shall be attended by the Contractor, its superintendent, and its subcontractors as appropriate. Other attendees shall be: a. Representatives of the City. b. Governmental representatives as appropriate. c. Others as requested by Contractor, City, or Engineer. B. Unless previously submitted to the Engineer, the Contractor shall bring to the conference one copy each of the following: a. Preliminary schedule. b. Preliminary procurement schedule of major equipment and materials and items requiring long lead time. c. Preliminary Shop Drawing/Sample/Substitute or "Or Equal" submittal schedule. d. Schedule of Payment Items (lump sum price breakdown) for progress payment purposes. C. The purpose of the conference is to designate responsible personnel and establish a working relationship. Matters requiring coordination shall be discussed and procedures for handling such matters established. The agenda shall include: a. Contractor's preliminary schedules. b. Transmittal, review, and distribution of Contractor's submittals. c. Processing applications for payment. d. Maintaining record documents. e. Critical work sequencing. f. Field decisions and Change Orders. g. Use of project site, office and storage areas, security, housekeeping, the City's needs. 47 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ^I�'..VJBEACH NISI \ G ABOVE h. Major equipment deliveries and priorities. D. The Engineer shall preside at the preconstruction conference and shall arrange for keeping the minutes and distributing the minutes to all persons in attendance. 1.2 PROGRESS MEETINGS WITH ENGINEER: A. In addition to other regular project meetings for other purposes (as indicated elsewhere in the Contract Documents), hold general progress meetings once each month with times coordinated with preparation of payment requests. Meeting dates shall be established by the Engineer. Require every entity then involved in the planning, coordination or performance of work to be properly represented at each meeting. Include (when applicable) consultants, separate Contractors (if any), principal Subcontractors, suppliers/manufacturers/fabricators, governing authorities, ensurers, special supervisory personnel and others with an interest or expertise in the progress of the work. Review each entity's present and future needs including interface requirements,time, sequence, deliveries, access, site utilization, temporary facilities and services, hours of work, hazards and risks, housekeeping, submittals, change orders, and documentation of information for payment requests. Discuss whether each element of current work is ahead of schedule. Determine how behind- time work will be expedited, and secure commitments from the entities involved in doing so. Discuss whether schedule revisions are required to ensure that current work and subsequent work will be completed within the Contract Time. Review everything of significance which could affect the progress of the work. B. Within seven days after each progress meeting date,the Engineer will forward copies of the minutes-of-the-meeting, to the Contractor. PART 2— PRODUCTS NOT USED PART 3— EXECUTION NOT USED — END OF SECTION — 48 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E913-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE SECTION 013216 CONSTRUCTION PROGRESS SCHEDULE PART 1 — GENERAL 1.1 CONSTRUCTION PROGRESS SCHEDULE A. The Contractor shall have the capability of preparing and utilizing computer- generated construction progress scheduling. Contractor shall provide the schedules stated within this section in Microsoft Project format. B. Each computer-generated construction progress schedules and associated report shall include the following tabulations: a list of activities in numerical order, a list of activity precedence, schedules sequenced by Early Start Date and Late Start Date. Each schedule and report shall include the following minimum items: a. Activity Numbers b. Estimated Duration c. Activity Description d. Early Start Date (Calendar Dated) e. Early Finish Date (Calendar Dated) f. Latest Allowable Start Date (Calendar Dated) g. Latest Allowable Finish Date (Calendar Dated) h. Status (whether critical) C. In addition, each construction progress schedule, network analysis and report shall be prefaced with the following summary data: a. Contract Name and Number b. Contractor's Name c. Contract Duration d. Contract Schedule e. The Effective or Starting Date of the Schedule(the date indicated in the Notice to Proceed) D. The workday to calendar date correlation shall be based on an 8 hour day and 40 hour week with adequate allowance for holidays, adverse weather and all other special requirements of the work. Normal City hours are Monday through Friday 7:30am to 6:00pm. E. If the Contractor desires to make changes in his method of operating which affect the 49 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,MIBEACH RISI \ G ABOVE construction progress schedule and related items, he shall notify the Engineer in writing stating what changes are proposed and the reason for the change. If the Engineer accepts these changes, in writing, the Contractor shall revise and submit, without additional cost to the City, all of the affected portions of the construction progress schedule, and associated reports. The construction progress schedule and related items shall be adjusted by the Contractor only after prior acceptance, in writing by the Engineer. Adjustments may consist of changing portions of the activity sequence, activity duration's, division of activities, or other adjustments as may be required. The addition of extraneous, nonworking activities and activities which add restraints to the construction progress schedule shall not be accepted. F. Except where earlier completions are specified, schedule dates which show completion of all work prior to the contract completion date shall, in no event, be the basis for claim for delay against the City by the Contractor. G. Construction progress schedules and related items which contain activities which extend beyond the contract completion date will not be accepted by the Engineer. H. Whenever it becomes apparent from the current construction progress schedule and associated reports that delays to the critical path have resulted and the contract completion date will not be met, or when so directed by the Engineer, the Contractor shall take some or all of the following actions at no additional cost to the City. They shall submit to the Engineer for approval, a written statement of the steps they intend to take to remove or arrest the delay to the critical path in the current construction progress schedule. The following corrective actions would be considered for approval: a. Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work. b. Increase the number of working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work. c. Reschedule activities to achieve maximum practical concurrency of accomplishment of activities, and comply with the revised schedule. I. If when so requested by the Engineer, the Contractor should fail to submit a written statement of the steps they intend to take or should fail to take such steps as reviewed and accepted in writing by the Engineer, the Engineer may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime,weekend and holiday work, etc.)to be employed by the Contractor in order to remove or arrest the delay to the critical path in the current construction progress schedule, and the Contractor shall promptly provide such level of effort at no additional cost to the City. J. If the completion of any activity, whether or not critical, falls more than 100 percent behind its previously scheduled and accepted duration, the Contractor shall submit for approval a schedule adjustment showing each such activity divided into two 50 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 :`nIAMIBEACH RISI \ G ABOVE activities reflecting completed versus uncompleted work. K. Shop drawings, which are not approved on the first submittal, shall be immediately resubmitted. L. If the Engineer finds that the Contractor is entitled to any extension of the contract completion date, the Engineer's determination as to the total number of days extension shall be based upon the current construction progress schedule and on all data relevant to the extension. Such data shall be included in the next updating of the schedule and related items. Actual delays in activities which, according to the construction progress schedule, do not affect any contract completion date will not be the basis for a change therein. M. From time to time it may be necessary for the contract schedule of completion time to be adjusted by the City in accordance with the Contract Documents as may be applicable. Under such conditions, the Engineer will direct the Contractor to reschedule the work or contract completion time to reflect the changed conditions, and the Contractor shall revise the construction progress schedule and related items accordingly, at no additional cost to the City. N. City initiated changes that affect the critical path on the network diagram shall be the sole grounds for extending the completion dates. O. Review and acceptance of the construction progress schedule, and related reports, by the Engineer is advisory only and shall not relieve the Contractor of the responsibility for accomplishing the work within the contract completion date. Omissions and errors in the construction progress schedule, and related reports shall not excuse performance less than that required by the Contract and in no way make the Engineer an ensurer of the Contractor's success or liable for time or cost overruns flowing from any shortcomings in the construction progress schedule, and related reports. P. The Contractor shall present and discuss the proposed schedule at the preconstruction conference. Q. The construction progress schedule shall be based upon the precedence diagramming method of scheduling and shall be prepared in the form of a horizontal bar chart showing in detail the proposed sequence of the work and identifying all construction activities included but not limited to piping, all structures and related work specified herein to be performed under the Contract. The schedule shall be time scaled, identifying the first day of each week, with the estimated date of starting and completion of each stage of the work in order to complete the project within the contract time. The progress schedule shall be submitted via electronic submittal, along with the application, as outlined in Section 013300 Submittal Procedures. The project critical path shall be clearly identified. R. The progress schedule shall be plotted on 11 inch by 17 inch paper and shall be revised and updated monthly, depicting progress through the last day of the current month and scheduled progress through completion. Three up to date copies of the 51 1 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE schedule shall be submitted along with the application for monthly progress payments for the same period. PART 2 — PRODUCTS NOT USED PART 3— EXECUTION NOT USED - END OF SECTION — i 52 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \AIAMIBEACH RISI \ G A3OVE SECTION 013233 PHOTOGRAPHIC DOCUMENTAION PART 1 — GENERAL A. GENERAL i. The Contractor shall take and submit construction photographs. Photographs shall be clean, sharp and clearly show details. Out-of-focus photographs will not be acceptable. ii. Photographs and image 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 from the City. This provision shall prevail for the duration of the Contract and indefinitely thereafter. B. PHOTOGRAPHY REQUIRED/DELIVERY OF PRINTS A. The Contractor shall submit electronically all construction photographs as follows: a. Within fourteen (14) days of receiving Notice to Proceed b. With each application for payment. B. Digital Photographs: Submit image files within three days of taking photographs. a. Submit photos by uploading to web-based Project management software site. Include copy of key plan indicating each photograph's location and direction. b. Digital Photographs: Provide color images in JPG format, produced by a digital camera with minimum sensor size of 12 megapixels,and at an image resolution of not less than 3200 by 2400 pixels. c. Identification: Provide the following information with each image description in file metadata tag or in web-based Project management software site as directed by the City: i. Name of Project. ii. Date photograph was taken. iii. Description of location, vantage point, and direction. iv. Unique sequential identifier keyed to accompanying key plan where applicable. C. A minimum of twenty (20) photographs shall be taken prior to construction and each day until completion of the work. 53 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 <`A;VIBEACH RISI \ G ABOVE D. Submit key plan of Project site and building with notation of vantage points marked for location and direction of each photograph. E. The Contractor shall take pre-construction photographs and video of the entire site (along water mains route)after receiving the Notice to Proceed and prior to disturbing the site in any manner. The Contractor shall coordinate with the Engineer and City for site access. F. Pre-construction photographs shall include all concrete and asphalt pavements, curb and gutter, fencing, landscaping to remain, structures to be demolished, and existing structures that are to be modified. All photographs shall be date and time stamped. G. 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. H. Provide photographs taken at each major stage of construction. I. Provide photographs taken of change order work. J. Concealed Work Photographs: Before proceeding with installing work that will conceal other work, take photographs sufficient in number, with annotated descriptions, to record nature and location of concealed Work. C. COSTS OF PRINTED PHOTOGRAPHY A. While the City does not expect requesting printed photographs for this project, Contractor shall pay all costs for specified photography and costs associated of printing and delivering (if required) said printed photographs. 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 NOT USED PART 3— EXECUTION 1.1 TECHNIQUE A. Factual presentation. B. Correct exposure and focus. a. High resolution and sharpness. b. Maximum depth-of-field. 54 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 :MIAMIBEACH RISI \ G A3OVE c. Minimum distortion 1.2 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. 1.3 DELIVERY OF IMAGES A. Delivery of images to the CONSULTANT to accompany each Application for Payment. B. Distribution of images is anticipated to be as follows: 1. CITY (one set). 2. CONTRACTOR (one set). 3. CONSULTANT (one set). — END OF SECTION — 55 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 `IBEACH SI \ G ABOVE SECTION 013300 SUBMITTAL PROCEDURES PART 1 —GENERAL 1.1 GENERAL A. This section specifies the means of all submittals. All submittals, whether their final destination is to the City, Engineer, or other representatives of the City, shall be directed through the Engineer. A general summary of the types of submittals and the number of copies required is as follows: Copies to Engineer Type of Submittal 2 Progress Schedule 2 Construction Schedule 2 Schedule of Payment Items 4 Progress Estimates 6 Shop Drawings 2 Certificates of Compliance 2 Warranties 2* Product Samples * Unless otherwise required in the specific Section where requested. 1.2 SUBMITTAL PROCEDURES A. Transmit each submittal with a form acceptable to the Engineer, clearly identifying the enclosed material and other pertinent information specified in other parts of this section. Identify variations from Contract Documents which may be detrimental to successful performance of the completed Work. B. With approval from the Engineer and Owner, submittals may be transmitted in electronic format only. The Contractor shall request in writing if electronical submittals is a preferred option. However, all final O&M manuals, submittals that contain signed/sealed drawings or calculations, certificates of compliance, and warranties must be provided hard copy in the quantities indicated above. C. Revise and resubmit submittals as required, identify all changes made since previous submittals. Resubmittals shall be noted as such. D. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. E. Electronic Submittals: Prepare submittals as PDF package, incorporating complete information into each PDF file. Name PDF file with submittal number. 56 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ^AIAMIBEACH RISI \ G A3OVE 1. Submittals Utilizing Email: Prepare submittals as PDF package and transmit to Consultant by sending via email. Include PDF transmittal form. Include information in email subject line as requested by Architect. • Consultant will return annotated file. Annotate and retain one copy of file as a digital Project Record Document file 1.3 DRAWING CONTENT REQUIREMENTS A. All drawings submitted to the City of Miami Beach Public Works Department shall include at a minimum the following, where applicable. 1. Centerlines, right-of-way lines, right-of-way dimensions, street widths and names, with matching plat, if applicable, subdivision name, phaseline, and number. (Phasing to be nearest valve and manhole in limits of phase area). 2. Baselines, monuments, monument lines, lot lines, parcel lines. 3. All involved lots and blocks shown and correctly designated (to match plat). 4. All control lines identified (i.e. centerline, section line, etc.). Identify all streets by name or number and show stationing at all intersecting streets. 5. Baseline shall be tied to centerlines, boundary lines, section corners, or to monument lines or to right-of-way lines. Baselines must show bearings or deflection angles, or delta, radius, chord, and arc length for curves. 6. Pipeline shall be tied to a baseline that easily identified on the existing or proposed right-of-way. Baseline shall not be on top of the main except for gravity sewers installed on centerlines. 7. Show all existing water and/or sewer mains as a broken line (i.e. dashed). Show proposed water and/or sewer mains as dark solid line. Also, identify respective utility pipe, size, and material type. Existing or proposed mains 20-inches in diameter and greater, shall be shown as two lines (i.e. double line) of the line type as stated. 8. Show all horizontal and vertical curve data, including point of curvature (PC) and point of tangency (PT) stations or radial bearing. 9. Easements: a. Easements, if any, shall be clearly shown with size and tied to centerline. The easements shall be separate for water, sewer, force main, and pump stations. 57 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE b. Existing Official Record Book (ORB) must be shown. c. Easement lines shall be tied to the centerline of the main. 10. Separate profile for each segment and utility type (water, sanitary sewer, stormwater, etc.). 11. Every utility (water, sewer, sewer laterals, water services, gas, electric, stormwater, telecommunication, duct banks, 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 As-Built Drawing plan set. Crossings will not require state plane coordinates. 12. All mains shall be stationed and all facilities labeled. Drawings shall show stations for all services. Lengths and distances for service runs shall also be given. 13. Label and station all valves,fittings, services,outlets, manholes, deflection points, and other components in the line. The labels and stations shall coincide, plan and profile. 14. Clearly show and label what is new and what is existing at the tie-in points. 15. Show all outlets, stub-outs, sewer lateral, water service and any other relevant information. Identify the size, material, length, direction, and elevation (top of pipe for water, sewer, and stormwater and force mains, invert gravity sewer and stormwater mains). 16. On all pipe fittings of 36-inch diameter or over, including tees, bends, crosses, wyes and bevels, station and elevations shall be taken at the ends and center points to reflect the true elevation and orientation of the fitting. 17. Elevations of natural ground or pavement over pipelines shall be shown at each position where the pipe elevation is shown at least every 100 feet. 18. Manhole rim and valve box manhole rim elevations shall be shown. 19. Show all invert and bottom elevations in manholes and valve vaults or boxes. Show all invert and bottom elevations together with pipe size, and where it can be 58 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 .\AIAMIBEACH RISI \ G ABOVE determined, pipe material, for existing structures having pipes which cross the pipeline being constructed. 20. Locations, elevations, and size of all casings shall be shown. 21. Locations and top and bottom elevation of all sheeting, including sheeting left inplace, shall be shown. 22. Where service is not at a right angle (90 degrees) to main line, tie service with length of offset to nearest property line. 23. Provide State Plane Coordinate values for all visible features such as valves, manholes, maintenance access structures, fire hydrants, water meters, cleanouts, and backflow preventers. Also provide State Plane Coordinate values for existing valves and manholes at points of connection or closest to the point of connection and the point of connection itself. 24. Lines that are abandoned in place shall be located during construction and clearly identified (dashed and bold line type)on the drawings to include cut and plug locations and pipe material. 25. For large diameter pipelines 30-inch and above, the restraint system used shall be identified (gland restrained,joint restrained, or gasket restrained). 26. Large diameter transmission mains 42-inches and larger shall show each pipe joint, pipe length, and station. B. Pipelines that are "dead" or have been abandoned shall be located during construction and shall be annotated on the As-Built Drawings. 1.4 CERTIFICATES A. Two copies of certificates of compliance and test reports shall be submitted for requested items to the Engineer prior to request for payment. B. Completion certificates shall be certified, signed, and sealed by a licensed laboratory and/or licensed State of Florida Engineer documenting test results by identifying the person that witnessed all field-related test results to include density/proctor, bacteriological, water main/fire line service connections pressure/leak test results, sanitary sewer lateral pressure test, stormwater injection well intake capacity, and street lighting photometric grid with foot candle calculations shall be submitted in certified digital format for final acceptance and approval by the City of Miami Beach Public Works Department. 1.5 WARRANTIES 59 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ^.IBEACH RISI \ G ABOVE A. Warranties called for in the Contract Documents shall be originals and submitted to the City through the Engineer.When warranties are required they shall be submitted prior to request for payment. B. When advance copies of warranties are requested, they shall be submitted with, and considered as shop drawings. 1.6 OPERATION AND MAINTENANCE MANUALS A. General: The Contractor shall furnish and deliver to the Engineer six (6) complete Operation and Maintenance (O&M) Manuals including instructions, technical bulletins, and any other printed matter such as diagrams, prints or drawings, containing full information required for the proper operations, maintenance, and repair of all Contractor furnished piping and appurtenances. Each O&M Manual shall be bound together in appropriate three-ring binders. A detailed table of contents shall be provided for each Manual. B. When written instructions include shop drawings and other information previously reviewed by the Engineer, only those editions which were accepted by the Engineer, and which accurately depict the piping and appurtenances installed, shall be incorporated in the O&M Manual. PART 2 — PRODUCTS NOT USED PART 3— EXECUTION NOT USED — END OF SECTION — 60 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 '.AIAMIBEACH RISI \ G ABOVE SECTION 013323 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES PART 1 — GENERAL 1.1 SHOP DRAWINGS A. The Contractor shall submit for review shop drawings for all mechanical, electrical, structural and instrumentation items associated with this project. B. Shop drawings shall show the principal dimensions, weight, structural and operating features, type and/or brand of finish or shop coat, etc., depending on the subject of the Drawings. C. When so specified, or if considered by the Engineer to be acceptable, the manufacturer's specifications, catalog data, descriptive matter, illustrations, etc. may be submitted for review in place of shop drawings. In such case, the requirements shall be as specified for shop drawings, insofar as applicable. D. The Contractor shall be responsible for the prompt submittal of all shop drawings so that there shall be no delay to the Work due to the absence of such Drawings. The Engineer will review the shop drawings within 21 calendar days of receipt of such Drawings. Reviewed shop drawings will be returned to the Contractor by email no later than 21 calendar days after receipt. E. Time delays caused by rejection of submittals are not cause for extra charges to the City or time extensions. F. Requirements: All shop drawings shall be submitted to the Engineer through the Contractor. The Contractor is responsible for obtaining shop drawings from his subcontractors and returning reviewed Drawings to them. All Drawings shall be clearly marked with the name of the project, City, Contractor, and Bid Package number. Drawings shall be suitably numbered by the specification section and stamped by the Contractor. Each shipment of Drawings shall be accompanied by a letter of transmittal giving a list of the drawing numbers and the names mentioned above. G. Product Data: Where manufacturer's publications in the form of catalogs, brochures, illustrations, or other data sheets are submitted in lieu of prepared shop drawings, such submission shall specifically indicate the particular item offered. Identification of such items and relative pertinent information shall be made with indelible ink. Submissions showing only general information will not be accepted. H. Product data shall include materials of construction, dimensions and piping, etc. Warranties: When warranties are called for, a sample of the warranty shall be submitted with the shop drawings. The sample warranty shall be the same form that will be used for the actual warranty. Actual warranties shall be originals and notarized. 61 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE J. Work Prior to Review: No material or equipment shall be purchased, fabricated especially for this Contract, or delivered to the project site until the required shop drawings have been submitted, processed and marked either "FURNISH AS SUBMITTED"or"FURNISH AS CORRECTED". All materials and Work involved in the construction shall be as represented by said Drawings. K. Contractor's Review: Only submittals, which have been checked and corrected, should be submitted to the Contractor by his subcontractors and vendors. Prior to submitting shop drawings to the Engineer, the Contractor shall check thoroughly all such Drawings to satisfy himself that the subject matter thereof conforms to the Drawings and Specifications in all respects. Drawings which are correct shall be marked with the date, checker's name and indications of the Contractor's approval, and then shall be submitted to the Engineer other Drawings submitted to the Engineer will be returned to the Contractor unreviewed. L. Contractor's Responsibility: The Engineers review of shop drawings will be general and shall not relieve the Contractor of the responsibility for details of design, dimensions, etc., necessary for proper fitting and construction of the Work required by the Contract and for achieving the specified performance. M. Contractor's Modifications: For submissions containing departures from the Contract Documents, the Contractor shall include proper explanation in his letter of transmittal. Should the Contractor submit a review that requires modifications to the structures, piping, layout, etc. detailed on the Drawings, he shall also submit for review details of the proposed modifications. N. Substitutions: Whenever a particular brand or make of material, equipment, or other item is specified, or is indicated on the Drawings, it is for the purpose of establishing a standard of quality, design, and type desired and to supplement the detailed specifications. Any other brand or make which, in the opinion of the Engineer, is equivalent to that specified or indicated may be offered as a substitute subject to the following provisions: 1. Contractor shall submit for each proposed substitution sufficient details, complete descriptive literature, and performance data together with samples of the materials, where feasible, to enable the Engineer to determine if the proposed substitution is equal. 2. A list of installations where the proposed substitution is equal. 3. Where the acceptance of a substitution requires revision or redesign of any part of the Work, all such revision and redesign, and all new Drawings and details required therefore, shall be provided by the Contractor at his own cost and expense, and shall be subject to review of the Engineer. 4. In all cases the Engineer shall be the sole judge as to whether a 62 1 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,A,iAMIBEACH RISING ABOVE proposed substitution is to be accepted. The Contractor shall abide by the Engineer's decision when proposed substitute items are judged to be unacceptable and shall in such instances furnish the item, or substitute, as specified. No substitute items shall be used in the Work without written acceptance of the Engineer. 5. Acceptance of any proposed substitution shall in no way release the Contractor from any of the provisions of the Contract Documents. O. Complete Submittals: Each submittal shall be complete in all aspects incorporating all information and data required evaluating the products' compliance with the Contract Documents. Partial or incomplete submissions shall be returned to the Contractor without review. P. Shop Drawing Distribution: The Contractor shall submit a minimum of 6 electronic copies of all shop drawings to the Engineer for review. Shop drawings will be reviewed, stamped and distributed with the appropriate box checked either"FURNISH AS SUBMITTED", "FURNISH AS CORRECTED" or"REVISE AND RESUBMIT". The distribution of processed shop drawings will be as follows: 1. Drawings Marked "FURNISH AS SUBMITTED" or "FURNISH AS CORRECTED" a. 2 copies returned to the Contractor b. 2 copy transmitted to the City c. 2 copy remain at the Engineer's office 2. Drawings Marked "REVISE AND RESUBMIT" a. 4 copies returned to the Contractor b. 1 copy remain at the Engineer's office c. 1 copy will be discarded Q. If the Contractor requires additional copies of returned shop drawings, he shall include extra Drawings in his original submittal. The Engineer will process the Drawings and return them to the Contractor. PART 2 — PRODUCTS NOT USED PART 3— EXECUTION NOT USED — END OF SECTION — 63 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 A:v\IBEACH RISI \ G A3OVE 64 I ' TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMI BEACH RISI \ G ABOVE SECTION 013526 SAFETY REQUIREMENTS PART 1 — GENERAL 1.1 GENERAL A. It shall be the sole responsibility of the Contractor to protect persons from injury and to avoid property damage. Adequate barricades, construction signs, torches, red lanterns, and guards as required shall be placed and maintained during the progress of the construction work for the protection of the public in compliance with all Local, State, Federal, and OSHA laws and regulations. B. The Contractor shall have unit responsibility for and be required to make good, at its own expense, all damage to property or adjacent properties caused in the execution of the Work. C. The Contractor shall take all necessary precautions for the safety of its employees on the job and shall comply with all applicable provisions of Local, State, and Federal safety laws and regulations to prevent accidents or injury to persons on, about, or adjacent to the premises where the Work is being performed. D. Contractor is solely responsible for site security. Contractor shall properly secure all materials and equipment from damage and/or theft. In the event that the Contractor's tools or materials delivered to or stored on-site are stolen or damaged, the Contractor shall be responsible for such theft. E. The Contractor shall comply promptly with such safety regulations as may be prescribed by the City or designee or the local authorities having jurisdiction and shall, when so directed, properly correct any unsafe conditions created by or unsafe practices on the part of its employees. In the event of the Contractor's failure to comply, the City or designee may take the necessary measures to correct the conditions or practices complained of, and all costs thereof will be deducted from any monies due the Contractor. Failure of the City or designee to direct the correction of unsafe conditions or practices shall not relieve the Contractor of its responsibility hereunder. F. The Contractor shall be in compliance with all applicable provisions of the Florida Building Code and OSHA Regulations in general and specifically the provisions concerning confined space entry and the Trench Safety Act, including notification of the Sunshine State One-Call Center (1-800-432- 4770), 48 hours prior to any excavation. PART 2 — PRODUCTS NOT USED 65 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'AMIBEACH RISI \ G A3OVE PART 3— EXECUTION NOT USED — END OF SECTION — 66 I P age TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE SECTION 014126 PERMIT REQUIREMENTS PART 1 — GENERAL 1.1 GENERAL A. The Contractor shall be responsible of obtaining, and complying with, all required permits as well as performing any necessary coordination with the issuing authorities. B. Permits that may apply to this work are included but are not limited to those outlined in this Section. C. If required, the Consultant/Consultant shall be responsible for all special events permits from the City of Miami Beach Public Works Department and City of Miami Beach Police Department. D. Permits are required for all construction activities performed within the public right-of- way (ROW) prior to start of all proposed installations, modifications, relocations, and repairs to include roadways, underground utility infrastructure, aerial/subaqueous crossings ensuring that all work is performed in accordance with all applicable Federal, State, County, and Local municipal agencies standard requirements prior to start of project. The Contractor shall be responsible for obtaining a City ROW permit. 1.2 RELATED WORK A. Related standards specified elsewhere in the Specifications include but are not limited to the following sections. Division 31, "Earthwork" Division 33, "Utilities" 1.3 PERMITS A. FLORIDA DEPARTMENT OF TRANSPORTATION PERMIT a. A FDOT permit is required for work on state roadways and ROWs. b. State roads within the City of Miami Beach are listed below. Alton Road, from 5th Street to 63rd Street 5th Street/MacArthur Causeway 41st Street/Arthur Godfrey Road Collins Avenue, north of 5th Street 67 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE 63rd Street 71st Street/Normandy Drive Indian Creek Drive Harding Avenue, from 87th Street to 71st Street Abbott Avenue, from 71st Street to 67th Street c. The FDOT District 6 Permit Office is located at: 1000 NW 111th Avenue Miami, FL 33172 d. The FDOT District 6 Permit Office phone number is 305-470-5367. B. MIAMI-DADE COUNTY PERMIT a. A Miami-Dade County(MDC) permit is required for all work on MDC roadways and ROWs. b. MDC roads within the City of Miami Beach are listed below. 23rd Street, from Dade Boulevard to Collins Avenue Dade Boulevard Pine Tree Drive La Gorce Drive Venetian Causeway c. The Miami-Dade County Department of Transportation and Public Works is located at: 111 NW 1st Street Miami, FL 33132 d. The Miami-Dade County Department of Transportation and Public Works phone number is 305-375-2142. C. DEWATERING PERMIT a. When applying for a Dewatering Permit, the following documents are required. 68 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE 1. Plans in accordance with 1.4 B of this Section. The area to be dewatered must be identified in the plans. Plans shall also include groundwater discharge location into designated well or sanitary sewer system. 2. Two (2) sets of the dewatering plan signed and sealed by a State of Florida Engineer. 3. Copy of the stamped Miami-Dade Division of Environmental Resources Management, Department of Regulatory and Economic Resources (RER- DERM) approved dewatering permit package. 4. Proof of Contractor's license in accordance with 1.4 D of this Section. 5. Proof of insurance in accordance with 1.4 E of this Section. 6. $2,500 minimum bond per drive approach for Owner/Builder permit. 7. MOT plans in accordance with Section 015526, "Traffic Control". 8. If construction is occurring along a state road or state ROW, a FDOT permit is required. A copy of the stamped permit approved by FDOT must be submitted. 9. If construction is occurring along a MDC road or ROW, a MDC permit is required. A copy of the stamped permit approved by MDC must be submitted. 10. A minimum of five (5) date and time stamped pre-construction photographs as required to be submitted with any ROW permit application. Photographs shall be in accordance with Section 013233, "Photographic Documentation" D. SIDEWALK CLOSURE a. When applying for Sidewalk Closure Permit,the following documents are required. 1. Plans in accordance with 1.4 B of this Section. 2. Proof of insurance in accordance with 1.4 E of this Section. 3. $2,500.00 minimum bond when closing the sidewalk with heavy machines/equipment. 4. MOT plans in accordance with Section 015526, "Traffic Control". 5. If construction is occurring along a state road or state ROW, a FDOT permit is required in accordance with 1.3 A of this Section. A copy of the stamped permit approved by FDOT must be submitted. 69 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISING ABOVE 6. If construction is occurring along a MDC road or ROW, a MDC permit is required in accordance with 1.3 B of this Section. A copy of the stamped permit approved by MDC must be submitted. 7. A minimum of five (5) date and time stamped pre-construction photographs as required to be submitted with any ROW permit application. Photographs shall be in accordance with Section 013233, "Photographic Documentation." 8. Proof of parking space purchase in accordance with 1.4 H of this Section, if applicable. E. STREET CLOSURE a. When applying for a Street Closure Permit, the following documents are required. 1. Plans in accordance with 1.4 B of this Section. 2. $2,500.00 minimum bond. 3. MOT plans in accordance with Section 015526, "Traffic Control" 4. If construction is occurring along a state road or state ROW, a FDOT permit is required in accordance with 1.3 A of this Section. A copy of the stamped permit approved by FDOT must be submitted. 5. If construction is occurring along a MDC road or ROW, a MDC permit is required in accordance with 1.3 B of this Section. A copy of the stamped permit approved by MDC must be submitted. 6. A minimum of five (5) date and time stamped pre-construction photographs as required to be submitted with any ROW permit application. Photographs shall be in accordance with Section 013233, "Photographic Documentation." 7. Proof of parking space purchase in accordance with 1.4 H of this Section, if applicable. 8. Copy of notification letter to property owners in designated street closure area(s). Copy the City of Miami Beach Public Works Department, Permitting. 9. Copy of approved street closure request application with signatures of acceptance by the City of Miami Beach Chief of Police, Public Works Director, and City Manager. F. UNDERGROUND UTILITIES 70 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E98-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE a. When applying for Underground Utilities Permit, the following documents are required. 1. Plans in accordance with 1.4 B of this Section. 2. Two (2) sets of the dewatering plan signed and sealed by a State of Florida Engineer, if dewatering is required. Copy of the RER-DERM approved dewatering permit package if dewatering is required. 3. Proof of Contractor's license in accordance with 1.4 D of this Section. Contractor must have an underground license. 4. Proof of insurance in accordance with 1.4 E of this Section. 5. $2,500.00 minimum bond. 6. MOT plans in accordance with Section 015526, "Traffic Control" 7. If construction is occurring along a state road or state ROW, a FDOT permit is required in accordance with 1.3 A of this Section. A copy of the stamped permit approved by FDOT must be submitted. 8. If construction is occurring along a MDC road or ROW, a MDC permit is required in accordance with 1.3 B of this Section. A copy of the stamped permit approved by MDC must be submitted. 9. A minimum of five (5) date and time stamped pre-construction photographs as required to be submitted with any ROW permit application. Photographs shall be in accordance with Section 013233, "Photographic Documentation." 10. Copy of notification letter to owners of adjacent properties that may be affected. Copy the City of Miami Beach Public Works Department, Permitting. 1.4 ADDITIONAL DOCUMENTATION REQUIREMENTS A. PLANS 1. Two(2)sets of Construction Ready plans if submitting hard copies or electronic submission of plans. 2. Plans shall be signed and sealed by an Engineer registered in the State of Florida. 71 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMJBEACH RISI \ G A3OVE 3. Minimum size for plans is 11-inches by 17-inches. Plans shall be drawn to scale. B. CONTRACTOR LICENSE 1. When required, copies of all licenses held by the Contractor and Subcontractors that pertain to the type of work to be performed under the project shall be provided. A current valid certificate, as listed below, shall be provided. 2. The State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.115 of the Florida Statutes; or 3. Miami-Dade County Construction Trades Qualifying Board, pursuant to the provisions of Section 10-3 (a) of the Miami-Dade County Code. Holders of Miami-Dade County Certificates of Competency must also hold Certificates of Registration issued by the State of Florida Construction Industry Licensing Board, pursuant to the provisions of Section 489.117, Florida Statutes. 4. A copy of the Contractor's occupational/business license and State registration (Florida State Registration can be located at printed at www.Sunbiz.org). 5. For underground utility work, the Contractor must be licensed as a Certified General Contractor with an Underground Utility License issued by the State of Florida Department of Business and Professional Regulations (http://www.myfloridalicense.com/dpr). C. INSURANCE REQUIREMENTS 1. Provide current copy of the Certificate of Liability Insurance to be approved by the City of Miami Beach's Risk Management Division. 2. Minimum insurance limits are as follows: a. Auto liability limit: $1,000,000 b. Commercial general liability limit: $1,000,000 c. Workmen's Compensation, if required by the State 3. All policies must be issued by companies authorized to do business in Florida with a Best Key rating of B+VI or better. 721 '' age TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'AIAI\RIBEACH RISI \ G ABOVE 4. The City of Miami Beach must be a CERTIFICATE HOLDER with 30 day notice of cancellation of change. 5. The City of Miami Beach must be named as an additional insured for both general lability and automobile insurance. 6. Provide project address, description, and duration of construction activity to be performed in the description operation section of the Certificate of Insurance document. (Refer to Appendix 3-A.) D. BOND 1. Upon final inspection and satisfaction of the ROW permit (special provision) the bond will be refunded less interest in full. E. PRE-CONSTRUCTION PHOTOGRAPHS 1. The permittee shall photograph the entire project site during normal working hours including all concrete and asphalt pavements, curb and gutter, fencing, landscaping to remain, structures to be demolished, and existing structures that are to be modified. All photographs shall be date and time stamped. A minimum of five (5) date and time stamped photographs shall be submitted with any ROW permit application. F. PARKING METER SPACE RENTAL 1. Recommended Right-Of-Way staging areas are shown on plans. Should the Contractor require additional staging areas, paid parking space rentals are available at the Contractor's expense. 2. Parking space rental fee is based on the latest version of City of Miami Beach Code of Ordinances Appendix A— Fee Schedule. 3. Provide proof(receipt)of parking meter space purchase from the City of Miami Beach Parking Enforcement Division. The phone number is: 305-673-7000, extension 6729. G. RIGHT-OF-WAY RENTAL 1. The fee for blocking the right-of-way is based on the latest version of City of Miami Beach Code of Ordinances Appendix A— Fee Schedule. H. STORMWATER POLLUTION PREVENTION PLAN 73 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMI BEAC H NISI \ G A3OVE 1. The Contractor shall develop and submit a Storm Water Pollution Prevention Plan (SWPPP)as part of the CGP. Refer to Section 015700 1.7, "Temporary Controls — Erosion and Water Pollution" PART 2— PRODUCTS NOT USED PART 3— EXECUTION NOT USED — END OF SECTION — 74 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 :Ajv IBEACH RISI \ G ABOVE SECTION 014200 REFERENCES PART 1 —GENERAL 1.1 GENERAL 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 of the opening of 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 building codes and similar regulations governing the Work; also they are not intended to interfere with local union jurisdiction settlements and similar conventions. Such assignments are intended to establish which party or entity involved in a specific unit of work is recognized as "expert" for the indicated construction processes or operations. Nevertheless, the final responsibility for fulfillment of the entire set of contract requirements remains with the Contractor. 1.2 DEFINITIONS A. Without limiting the generality of other requirements of the specifications, all work specified herein shall conform to or exceed the requirements of all applicable codes. B. References herein to "Building Code" or FBC shall mean the Florida Building Code. The latest edition of the code as approved and used by the local agency as of the date of the Notice to Proceed, 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 Engineer for clarification and directions prior to ordering or providing any materials or labor. The Contractor shall follow the most 75 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ''!AMIBEACH RISI \ G A3OVE stringent requirements. D. Applicable Standard Specifications:The Contractor shall construct the Work specified herein in accordance with the requirements of the Contract Documents, drawings, City of Miami Beach Public Works Manual Specification and Standard details, and the referenced portions of those referenced codes, standards, and Specifications listed herein. E. 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. F. 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. PART 2 — PRODUCTS NOT USED PART 3— EXECUTION NOT USED — END OF SECTION — 76 I P age TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE SECTION 014213 ABBREVIATIONS PART 1 —GENERAL 1.1 GENERAL A. Wherever in these specifications references are made to the standards, specifications, or other published data of the various 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. 1.2 ABBREVIATIONS AND ACRONYMS AAMA Architectural Aluminum Manufacturer's Association AASHTO American Association of the State Highway and Transportation Officials ACI American Concrete Institute ACPA American Concrete Pipe Association AFBMA Anti Friction Bearing Manufacturer's Association, Inc. AGMA American Gear Manufacturer's Association AHGDA American Hot Dip Galvanizers Association 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 ANSI American National Standards Institute, Inc. APA American Plywood Association API American Petroleum Institute APHAAmerican Public Health Association APWA American Public Works Association ASA Acoustical Society of America ASAE American Society of Agriculture 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 ASMM Architectural Sheet Metal Manual 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 BHMA Builders Hardware Manufacturer's Association CMA Concrete Masonry Association 77 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M,IAMIBEACH RISI \ G A3OVE CRSI Concrete Reinforcing Steel Institute DERM Department of Environmental Resource Management DCPW Miami-Dade County Public Works DIPRA Ductile Iron Pipe Research Association EIA Electronic Industries Association ETL Electrical Test Laboratories FBC Florida Building Code FDER Florida Department of Environmental Regulation FDOT Florida Department of Transportation FS Federal Specifications IEEE Institute of Electrical and Electronics Engineers IES Illuminating Engineering Society IPCEA Insulated Power Cable Engineers Association ISA Instrument Society of America ISO International Organization for Standardization MBMA Metal Building Manufacturer's Association MDWASD Miami-Dade Water and Sewer Department MTI Marine Testing Institute NAAM National Association of Architectural Metal Manufacturer's NACE National Association of Corrosion Engineers NBS National Bureau of Standards NEC National Electrical Code NEM National Electrical Manufacturer's Association NFPA National Fire Protection Association NRCA National Roofing Contractors Association OSHA Occupational Safety and Health Administration PCA Portland Cement Association SMACCNA Sheet Metal and Air Conditioning Contractors National Association SSPC Steel Structures Painting Council SSPWC Standard Specifications for Public Works Construction SFWMD South Florida Water Management District UL Underwriters Laboratories, Inc. PART 2 — PRODUCTS NOT USED PART 3 — EXECUTION NOT USED - END OF SECTION — 78 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E98-9125-D2D8A3F6F450 ',,AMIBEACH SI \ G ABOVE SECTION 014500 QUALITY CONTROL PART 1 —GENERAL 1.1 GENERAL A. It shall be the responsibility of the Contractor for furnishing products, materials, and equipment which comply with all requirements of the Contract Documents and/or the City of Miami Beach Standard Details. Compliance is a duty of the Contractor, and said duty shall not be avoided by any act or omission on the part of the Engineer. 1.2 SAMPLING AND TESTING A. Unless otherwise specified, 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 Engineer will ensure 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 any requirements of the Contract Documents. C. Notwithstanding the existence of such waiver, the Engineer 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 Engineer to require the removal or correction and reconstruction of any such work in accordance with the General Conditions. 1.3 SITE INVESTIGATION AND CONTROL A. The Contractor shall verify all dimensions in the field and shall check field conditions continuously during construction. The Contractor shall be solely responsible for any inaccuracies built into the Work due to its failure to comply with this requirement. B. The Contractor shall inspect related and appurtenant Work and shall report in writing to the Engineer 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 within the scope of the Project. 1.4 INSPECTION AND TESTING A. The City will employ and pay for the services of an independent testing laboratory for 79 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE specified testing as specified by the Engineer. B. The work or actions of the testing laboratory shall in no way relieve the Contractor of his obligations under the Contract. The laboratory testing work will include such inspections 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 Engineer ample time and opportunity for inspection and testing materials and equipment to be used in the Work. The Contractor shall advise the Engineer promptly upon placing orders for materials and equipment so that arrangements may be made, if desired, for inspection before shipment from the place of manufacture. The Contractor shall at all times furnish the Engineer and his representatives, facilities including labor, and allow 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 his own expense, all samples of materials required by the Engineer for testing, and shall make his own arrangements for providing water, electric power, or fuel for the various inspections and tests of structures and equipment. D. The City will bear the cost of all tests, inspections, or investigations undertaken by the order of the Engineer for the purpose of determining conformance with the Contract Documents if such tests, inspections, or investigations are not specifically required by the Contract Documents, and if conformance is ascertained thereby. Whenever nonconformance is determined by the Engineer as a result of such tests, inspections, or investigations, the Contractor shall bear the full cost of any additional tests and investigations, which are ordered by the Engineer to ascertain subsequent conformance with the Contract Documents. All retesting shall be performed by the same testing laboratory which tested the failed sample. 1.5 RIGHT OF REJECTION/NON COMPLIANCE A. The Engineer, 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 Engineer 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 Engineer for the City. B. The Contractor shall promptly remove rejected articles or materials from the site of the Work after notification of rejection/non-compliance. All costs of removal and replacement of rejected articles or materials as specified herein shall be borne by the 80 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE Contractor. 1.6 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.The Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and shall only cut or alter work with the written consent of the Engineer and of the other Contractors whose work will be affected. B. Any cost resulting from correction of defective, ill timed, or misallocated work or for subsequent work which becomes necessary because of omitted openings, chases, sleeves, frames, inserts, etc., shall be borne by the Contractor or subcontractor responsible therefor. The Contractor shall not arbitrarily cut, drill, alter, damage, or otherwise endanger the work of another Contractor. In no case shall beams, lintels, or other structural members be cut without the proper authorization of the Engineer. The nature and extent of any corrective or additional work shall be subject to the acceptance of the Engineer following consultation with the affected parties. C. 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. D. 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 USED PART 3 — EXECUTION NOT USED — END OF SECTION — 81 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E98-9125-D2D8A3F6F450 Ai\ (BEACH RISI \ G ABOVE SECTION 015100 TEMPORARY UTILITIES PART 1 — GENERAL 1.1 GENERAL 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. Any existing utility shall be kept in satisfactory operating condition, shall be capable of safely transmitting flow from the water system. 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, as noted below. The Contractor shall furnish, install and maintain all temporary utilities during the contract period including removal upon completion of the Work. 1.2 POWER AND LIGHTING A. Under no circumstance shall the City provide temporary power. If temporary power is needed, the Contractor shall coordinate and obtain a power source for temporary power from Florida Power and Light(FPL). All costs associated with the temporary power connections shall be borne the Contractor. B. Construction Lighting: All Work conducted at night or under conditions of deficient daylight shall be suitably lighted to ensure 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. C. Electrical Connections: All temporary connections for electricity shall be subject to review by the City Building Division 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. 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. E. All costs in connection with the temporary services including, but not limited to, installation, utility company service charges, maintenance, relocation and removal shall be borne by the Contractor at no additional cost to the City. 1.3 WATER SUPPLY A. The City shall not furnish water for general construction purposes for this Project. All water used must be metered through a City meter. Failure of the Contractor to meter the water,or providing others with water, could result in his being fined and/or 82 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 vtIBEACH RISI \ G A3OVF a citation being issued. B. All temporary piping, valves, hoses, equipment, and other items required for handling the water shall be furnished by the Contractor. Under no circumstances shall the Contractor utilize a water source until such source has been approved for use by the Engineer. C. Care shall be exercised in the use of water and provision shall be made to protect the water supply from contamination and indiscriminate use by unauthorized persons. The Contractor shall use only potable water. D. 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. E. Removal of 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 Engineer and to the City. 1.4 TEMPORARY SANITARY SERVICE A. Sanitary conveniences, in sufficient numbers, shall be provided for the use of all persons employed on the jobsite, and properly screened from public observation, and maintained at suitable locations by the Contractor, all as prescribed by State Labor Regulations and local ordinances. The contents of same shall be removed and disposed of in a manner consistent with local and state regulations, as the occasion requires. The Contractor shall secure all sanitary facilities from unauthorized entrance during non-working hours. Sanitary facilities shall be removed from the site when no longer required. 1.5 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. 1.6 COMMUNICATIONS A. Telephone Services: The Contractor shall provide and maintain at all times during the progress of the Work not less than one telephone in good working order, at or near the site of the Work. PART 2 — PRODUCTS 83 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISING A3OVE NOT USED PART 3- EXECUTION NOT USED - END OF SECTION - 84 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISI \ G A3OV SECTION 015500 SITE ACCESS AND STORAGE PART 1 —GENERAL 1.1 HIGHWAY LIMITATIONS A. The Contractor shall make its own investigation of the condition of available public and private roads and of clearances, restrictions, bridge load limits, and other limitations affecting transportation and ingress and egress to the site of the Work. It shall be the Contractor's responsibility to construct and maintain any haul roads required for its construction operations. 1.2 TEMPORARY CROSSINGS A. General: Wherever necessary or required for the convenience of the public or individual residents at street or highway crossings, private driveways, or elsewhere, the Contractor shall provide suitable temporary bridges 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, which written consent shall be delivered to the Engineer prior to excavation.All such bridges shall be maintained in service until access is provided across the backfilled excavation. Temporary bridges 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 shall submit designs to said authority for approval, as may be required. B. Street Use: Nothing herein shall be construed to entitle the Contractor to the exclusive use of any public street,alleyway, or parking area during the performance of the Work hereunder, and it shall so conduct its operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, alleys, ways, or parking areas. No street shall be closed to the public without first obtaining permission of the Engineer and proper governmental authority.Where excavation is being performed in primary streets or highways, one lane in each direction shall be kept open to traffic at all times unless otherwise provided or shown. Toe boards shall be provided to retain excavated material if required by the Engineer or the agency having jurisdiction over the street or highway. Fire hydrants on or adjacent to the Work shall be kept accessible to firefighting 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, sewer inlets, and other drainage facilities. C. 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 85 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE (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 Subpart G, Part 1926, of the OSHA Safety and Health Standards for Construction. D. Street Closure: If closure of any street is required during construction, a ROW Permit for a street closure shall be made to the authority having jurisdiction at least 30 days prior to the required street closure in order to determine necessary sign and detour requirements. 1.3 CONTRACTOR'S SITE ACCESS A. Unless otherwise required by the City, delivery and employee access will be via the existing entrance to the site such access shall be kept unrestricted. 1.4 CONTRACTOR'S WORK AND STORAGE AREA A. Storage areas shall be secured by the Contractor. Responsibility for protection and safekeeping of equipment and materials at or near the sites will be solely that of the Contractor and no claim shall be made against the City by reasons of any act of an employee or trespasser. Should an occasion arise necessitating access to an area occupied by stored equipment and/or materials, the Contractor shall immediately move them. A staging area has been identified on the plans. The Contractor shall coordinate a staging area agreement with the authority having ROW jurisdiction. B. If the Contractor requires additional staging area, the Contractor shall obtain such areas from off-site sources. The Contractor shall pay for any off site area he requires. C. Upon completion of the Contract, the Contractor shall remove from the storage areas all of their equipment, temporary fencing, surplus materials, rubbish, etc., and restore the areas to pre-construction condition or better. 1.5 TRAFFIC CONTROL A. The Contractor shall maintain traffic and protect the public from all damage to persons and property within the Contract Limits, in accordance with all applicable state, local, and city regulations. The Contractor shall conduct its operations so as to maintain and protect access, for vehicular and pedestrian traffic, to and from all properties and business establishments and joining or adjacent to those streets affected by its operations, and to subject the public to a minimum of delay and inconvenience. Suitable signs, barricades, railing, etc., shall be erected and the Work outlined by adequate lighting at night. Danger lights shall be provided as 86 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE required. Watchmen and flagmen shall be provided as may be necessary for the protection of traffic. B. All dirt or debris spilled from the Contractor's trucks on existing pavements shall be removed by the Contractor immediately. 1.6 SECURITY A. The Contractor shall employ watchmen and security guards to protect the job site against vandalism, burglary, theft, trespassing, etc. The Contractor shall care for and protect against loss or damage of all material 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. The Contractor shall be responsible for providing, maintaining and securing gates used for construction purposes for the duration of the project. PART 2— PRODUCTS NOT USED PART 3— EXECUTION NOT USED — END OF SECTION — 87 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMI BEACH ISI \ G A3OVE SECTION 015526 TRAFFIC CONTROL PART 1 — GENERAL 1.1 GENERAL A. The work of this Section consists of maintaining traffic within the project limits during the entire construction period, including any temporary suspensions of work, and includes all Maintenance of Traffic (MOT)/Temporary Traffic Control (TTC) plans, facilities, devices, and operations as required for the safety and convenience of the public and to minimize public nuisance. The Contractor's work includes preparing a signed and sealed approved MOT plan (if required), construction and maintenance of approved detour facilities, providing necessary facilities for access to residences and businesses along the project, furnishing, installing, and maintaining traffic control markings, signs, and safety devices, and any other special requirements for safe and expeditious movement of traffic in the project area and other impacted areas as specified herein. B. The Temporary Traffic Control Plan shown in the Contract Drawings serves as a conceptual plan to complete the Work as shown in the Contract Documents. The Contractor is responsible to provide signed and sealed MOT plans and obtain a ROW permit with the authority of jurisdiction. 1.2 STANDARD REQUIREMENTS FOR MAINTENANCE OF TRAFFIC A. The Maintenance of Traffic (MOT) plan shall conform to the latest edition of the Manual on Uniform Traffic Control Devices(MUTCD)and latest edition of the FDOT Standard Plans for both pedestrian and vehicular traffic control at and around the work area. Regardless of the standards and specific traffic control plan used, it is the Contractor's responsibility to maintain the work zone in a safe condition and take precautions to protect the work and the safety of the public. 1.3 SUBMITTALS A. An MOT plan must be submitted by a Florida Licensed PE with Advanced MOT Training, signed and sealed detailed work zone traffic control plan for City approval. The plan shall indicate an MOT plan for each phase of the Contractor's activities. The costs for MOT plans and the physical installation and removal shall be incidental to the work. B. For construction within the City public right-of-way, the Contractor shall submit two sets of(MOT)plans for review to the City of Miami Beach Public Works Department and the agency having jurisdiction. 1.4 SPECIFIC REQUIREMENTS A. The Contractor may not begin work within a roadway until an MOT plan (if required) is approved by the County and placed into operation. 88 ( Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE B. MOT plan modifications require the County's approval. Except in an emergency, no changes to the approved plan are allowed until written approval by the City is received by the Contractor. C. MOT plans must be designed in accordance with the requirements of the agency having jurisdiction. D. MOT plans must be site-specific. E. MOT plans will be reviewed and approved by the agency having jurisdiction. F. MOT plans shall be in color. G. All roads will be kept open to two-way traffic during construction to the extent possible, except one-way roads and where otherwise approved in the MOT Plan. Except in approved detoured areas, the Contractor will maintain one lane of traffic (10-foot wide minimum) at all times by using existing or constructing temporary pavement. H. Temporary pavement will consist of six-inch thick suitable base and one-inch thick asphalt concrete surface. Unless otherwise indicated in the bid form, this cost is incidental to the Work. I. Unless otherwise indicated in the bid form, the cost of all barricades, temporary pavement marking, signing and any other items associated with the MOT are included in the cost of the Work. The Contractor will erect and maintain all barricades, warning signs, and delineators. J. The Contactor shall remove any existing striping conflicting with MOT during construction and provide adequate signing and/or striping. Advanced "road closed" warning signs shall be placed at side streets at the direction of the City and as stipulated in the City Engineer's MOT/TTC approval letter K. Paved temporary connections shall be provided at intersections as directed by the City. L. Alternate access will be provided to all residences and businesses whenever construction interferes with the existing means of access. The Contractor is not permitted to isolate residences or businesses and shall maintain access to all emergency services at all times. M. Major intersections shall have through movements maintained at all times during construction, except during short periods of time approved by the City. N. The resetting of traffic signs on side streets and the resurfacing and/or pavement marking on detour roads and/or side streets before and after construction is completed shall be included in the cost of the Work, unless otherwise indicated in 89 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE the bid form. O. The Contractor is responsible for establishing a work schedule so that any location under construction will not be left in a hazardous condition at the completion of any work period. P. When construction activities require flagmen for traffic control, the Contractor will employ the appropriate number of trained, competent flagmen, and will provide them with appropriate equipment in good condition. Unless otherwise indicated in the bid form, this cost is incidental to the Work. Q. If required, the Contractor shall make arrangements for the employment of uniformed off- duty policemen to maintain and regulate the flow of traffic through the construction area. The number of men required and the number of hours on duty necessary for the maintenance and regulation of the traffic flow shall be subject to their approval. The cost of such off-duty policemen shall be paid from the Quotation Item established for this purpose. If required by traffic control permits or agencies, the Contractor shall work, odd or night hours, as required for traffic control reasons, and the cost of such work shall be considered as incidental to construction and no extra compensation will be allowed. R. Temporary approaches or crossings and intersections with trails, roads, streets, businesses, parking lots, residences, and garages will be provided and maintained in a safe condition by the Contractor. S. The Contractor shall not place or store any MOT related materials or equipment on private property. 1.5 MAINTENANCE OF TRAFFIC (MOT) A. The Maintenance of Traffic (MOT) Plan as shown on Traffic Control Notes and Details Plan sheet in the drawings is conceptual only. B. As used herein, any reference to City of Miami Beach, its departments, or its published regulations, permits and data, shall be synonymous and interchangeable with other recognized governing bodies over particular areas or streets, or their departments, published regulations, permits or data. The Contractor shall abide by all applicable laws, regulations, and codes thereof pertaining to maintenance of public streets, detour of traffic, traffic control and other provisions as may be required for this Project. C. The Contractor shall be fully responsible for the maintenance of public streets, detour of traffic (including furnishing and maintaining regulatory and informative signs along the detour route), traffic control, and other provisions throughout the Project as required by the City of Miami Beach, Miami-Dade County Department of Transportation and Public Works, and any other regulatory agency, as applicable. Traffic shall be maintained according to corresponding typical traffic control details as outlined in the most current Miami-Dade County Public Works Manual or FDOT 90 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 :1.nIAMIBEACH RISI \ G ABOVE Standard Plans or City of Miami Beach, as applicable. No street shall be completely blocked, nor blocked more than one-half at any time, keeping the other one-half open for traffic, without specific approval. D. The Contractor shall be fully responsible to maintain pedestrian traffic at all times and properly detour when necessary. E. The Contractor shall provide all barricades and/or flashing warning lights necessary to warn motorists of the construction throughout the Project, and concrete barriers if required. F. Excavated or other material stored adjacent to or partially upon a roadway pavement shall be adequately marked for traffic safety at all times. The Contractor shall provide necessary access to all adjacent property during construction. G. The Contractor shall be responsible for the provision, installation and maintenance of all traffic control and safety devices, in accordance with the applicable specifications outlined in the FDOT Standard Plans. In addition, the Contractor shall be responsible for the resetting of all traffic control and information signing removed during the construction period. H. Where excavations are to be made in the vicinity of signalized intersections, the Contractor is alerted that vehicle loop detectors may have been embedded in the pavement. Every effort has been made to show the approximate locations on the Plans; however, the Contractor shall verify these locations by inspecting the site of the work and by contacting the Traffic Division.Any loop detector which is damaged by the Contractor,whether shown on the Plans or not, shall be repaired or replaced by the Contractor, at his expense, and to the satisfaction of the Traffic Division. I. The Contractor shall follow the ROW permit approval conditions from the City of Miami Beach Public Works Department, Miami Dade County Public Works Department, and any other regulatory agency, as applicable; in advance of construction within any signalized intersection. J. Temporary pavement will be required over all cuts in pavement areas, and also where traffic is to be routed over a swale or median areas. When the temporary pavement for routing traffic is no longer necessary, it shall be removed and the swale or median areas restored to their previous condition. K. Pavement markings damaged during construction shall be remarked promptly by the Contractor, as required by the City of Miami Beach or Miami Dade County Public Works Department, as applicable. L. All temporary traffic control devices and signing shall be removed by the Contractor after the project completion and as part of the demobilization. PART 2 — PRODUCTS 91 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IBEACH RISI \ G A3OVE NOT USED PART 3 — EXECUTION NOT USED — END OF SECTION — 92 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMI BEACH RISI \ G ABOVE SECTION 015600 TEMPORARY PROTECTIONS PART 1 —GENERAL 1.1 GENERAL A. Contractor shall be responsible for the preservation and protection of property adjacent to the work site against damage or injury as a result of his operations under this Contract.Any damage or injury occurring on account of any act,omission or neglect on the part of the Contractor shall be restored in a proper and satisfactory manner or replaced by and at the expense of the Contractor to an equal or superior condition than previously existed. B. Contractor shall comply promptly with such safety regulations as may be prescribed by the City or the local authorities having jurisdiction and shall, when so directed, properly correct any unsafe conditions created by, or unsafe practices on the part of, his employees. In the event of the Contractor's failure to comply, the City may take the necessary measures to correct the conditions or practices complained of, and all costs thereof will be deducted from any monies due the Contractor. Failure of the Engineer to direct the correction of unsafe conditions or practices shall not relieve the Contractor of his responsibility hereunder. C. In the event of any claims for damage or alleged damage to property as a result of work under this Contract, the Contractor shall be responsible for all costs in connection with the settlement of or defense against such claims. Prior to commencement of work in the vicinity of property adjacent to the work site, the Contractor, at his own expense, shall take such surveys as may be necessary to establish the existing condition of the property. Before final payment can be made, the Contractor shall furnish satisfactory evidence that all claims for damage have been legally settled or sufficient funds to cover such claims have been placed in escrow, or that an adequate bond to cover such claims has been obtained. 1.2 RIGHTS OF WAY A. The Contractor shall not do any Work that would affect any gas, sewer, or water pipeline; any telephone, or electric transmission line; any fence; or any other structure, nor shall the Contractor enter upon the rights of way involved until notified by the Engineer that the City has secured authority therefor from the proper party. After authority has been obtained, the Contractor shall give said party due notice of its intention to begin Work,and shall give said party convenient access and every facility for removing, shoring, supporting, or otherwise protecting such pipeline, transmission line, ditch, fence, or structure, and for replacing same. When two or more contracts are being executed at one time on the same or adjacent land in such manner that Work on one contract may interfere with that of 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 93 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 i . ,'\AIBEACH RISI \ G A3OVE 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. B. The use of public streets and alleys shall be such as to provide a minimum of inconvenience to the public and to other traffic. Any earth or other excavated material spilled from trucks shall immediately be removed by the Contractor and the streets cleaned to the satisfaction of the governing authority. C. The City has not made any attempt to define the equipment to be used in transporting the excavated material since this may vary, however, the Contractor shall abide by the following general requirements: a. Transport vehicles must be of the type(s) approved for this application by the political jurisdictions involved. General requirements are that the vehicles have watertight bodies that they be properly equipped and fitted with seals and covers to prohibit material spillage or draining, and that they be cleaned as often as is necessary to prevent deposit of material on roadways. Vehicles must be loaded within all legal weight limits and operated safely within all traffic and speed regulations. D. Access to businesses, schools and homes along the route of the work must be provided by the Contractor at all times. E. 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. 1.3 PROTECTION OF STREET OR ROADWAY MARKERS A. The Contractor shall not destroy, remove, or otherwise disturb any existing survey markers or other existing street or roadway markers without proper authorization. No pavement breaking or excavation shall be started until all survey or other permanent marker points that will be disturbed by the construction operations have been properly referenced for easy and accurate restoration. It shall be the Contractor's responsibility to notify the proper representatives of the City of the time and location that Work will be done. Such notification shall be sufficiently in advance of construction so that there will be no delay due to waiting for survey points to be satisfactorily referenced for restoration. All survey markers or points disturbed by the Contractor without proper authorization by the Engineer, will be accurately restored by the City at the Contractor's expense after all street or roadway resurfacing has been completed. 1.4 RESTORATION OF PAVEMENT 94 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 • LMIBEACH NISI \ G A3OVE 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: As required by the contract documents, the Contractor shall place temporary surfacing promptly after backfilling and shall maintain such surfacing until proceeding with the final restoration 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 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. 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 to the satisfaction of the Engineer and the City, and shall maintain them in satisfactory condition for the period of time fixed by the authorities having jurisdiction over the affected portions before proceeding with the final restoration or, if no such period of times is so fixed, the Contractor shall maintain said temporary sidewalks or roadways until the final restoration thereof has been made. 1.5 TREES WITHIN STREET RIGHTS OF WAY AND PROJECT LIMITS A. General: The Contractor shall exercise all necessary precautions so as not to damage or destroy any trees or shrubs, including those lying within street rights of way and project limits, and shall not trim or remove any trees unless such trees have been approved for trimming or removal by the jurisdictional agency or City. All existing trees and shrubs which are damaged during construction shall be trimmed or replaced by the Contractor or a certified tree company under permit from the City and to the satisfaction of the City. Tree trimming and replacement shall be accomplished in accordance with the following paragraphs. B. Trimming: Symmetry of the tree shall be preserved; no stubs or splits or torn branches left; clean cuts shall be made close to 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. Note: Prior to any tree trimming the Contractor shall obtain permission from the City in writing. C. Replacement: The Contractor shall immediately notify the City if any tree is 95 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 vUAMIBEACH RISI \ G A3OVE damaged by the Contractor's operations. If, in the opinion of 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 City of said tree compensatory payment acceptable to the tree owner, subject to the approval by the City. D. Relocation: All trees shall be relocated within the site per the specifications found in the City of Miami Beach Public Works Manual. The Contractor shall be responsible for maintaining the health of each tree per industry standards for the entire period between their excavation from the ground to their final installed site. The tree standard shall be a Florida Grade #1 or better as per the Florida Grades and Standards of 2022. Additionally,the Contractor shall be responsible for the watering as needed and maintaining each tree as a Florida #1 Grade tree until the end of a one year period. The City will conduct a site review for one year after installations are completed and assess each tree for health and grade. If all trees are found to meet the Florida #1 Grade at that site review, the Contractor is no longer responsible for the trees' health henceforth. If the trees fail to meet the Florida #1 Grade standard at the end of the one year period, the Contractor is responsible for tree mitigation per City of Miami Beach Code up to and including new tree installations and/or payment to the Tree Preservation Trust Fund to meet mitigation requirements. E. The Contractor shall be fully responsible for maintaining in good condition all cultivated grass plots, trees and shrubs. Where maintained shrubbery, grass strips or area must be removed or destroyed incident to the construction operation, the Contractor shall, after completion of such work, or as directed by the City/Engineer, replace or restore to the original condition all destroyed or damaged shrubbery or grass areas. Tree limbs which interfere with equipment operation and are approved for pruning shall be neatly trimmed and the tree cut coated with a tree paint. F. Grass replacement shall be solid sod sections laid with closely abutting joints with a tamped or rolled surface. Weeded areas need not be replaced with grass sod, but shall be restored to a "green" area by dressing the area with a 3-inch thick layer of top soil, and sowing a variety of permanent type grass seed, over the area as approved by the City. The grassed or seeded area shall be watered and maintained until the City is assured a good grass growth has developed, but not to exceed a maximum period of 60 days. G. In order to protect himself from being held liable for any existing tree damage, the Contractor is advised to notify the City in writing (with photographic documentation) before proceeding with any work 1.6 NOTIFICATION BY THE CONTRACTOR A. Prior to any excavation in the vicinity of any existing underground facilities, including all water, sewer, storm drain, gas, or other pipelines; all buried electric power, communications, or television cables; all traffic signal and street lighting facilities; the Contractor shall notify the respective authorities representing the 96 I P d o TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ', A,MIBEACH RISI \ G A3OVE owners or agencies responsible for such facilities not less than 3 days nor more than 7 days prior to excavation so that a representative of said owners or agencies can be present during such Work if they so desire. Refer to Logo on drawing G-1 of the Contract Drawings. PART 2 — PRODUCTS NOT USED PART 3 — EXECUTION NOT USED — END OF SECTION — 97 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \AIAMIBEACH RISI \ G A3OVE SECTION 015700 TEMPORARY CONTROLS PART 1 —GENERAL 1.1 EXPLOSIVES AND BLASTING A. The use of explosives on the Work will not be permitted. 1.2 DUST ABATEMENT A. The Contractor shall furnish all labor, equipment, and means required and shall carry out effective measures wherever and as often as necessary to prevent its operation from producing dust in amounts damaging to property, cultivated vegetation, or domestic animals, or causing a nuisance to persons living in or occupying buildings in the vicinity. The Contractor shall be responsible for any damage resulting from any dust originating from its operations. The dust abatement measures shall be continued until the Contractor is relieved of further responsibility by the Engineer. No separate payment will be allowed for dust abatement measures and all costs thereof shall be included in the Aggregate Sum items in the Proposal. B. During construction,the Contractor shall, by sprinkling with water or by other means approved by the Engineer, eliminate dust annoyance to adjacent property owners. The Contractor shall also furnish and maintain all barricades and/or flashing warning lights necessary to warn motorists and pedestrians of the construction. This shall be done at the Contractor's expense and to the satisfaction of the Engineer. Every effort must be made to reduce inconveniences and nuisances to a minimum. 1.3 RUBBISH CONTROL A. During the progress of the Work, the Contractor shall keep the site of the Work and other areas used by it in a neat and clean condition, and free from any accumulation of rubbish. The Contractor shall dispose of all rubbish and waste materials of any nature occurring at the Work site, and shall establish regular intervals of collection and disposal of such materials and waste. The Contractor shall also keep its haul roads free from dirt, rubbish, and unnecessary obstructions resulting from its operations. Disposal of all rubbish and surplus materials shall be off the site of construction in accordance with local codes and ordinances governing locations and methods of disposal, and in conformance with all applicable safety laws, and to the particular requirements of Part 1926 of the OSHA Safety and Health Standards for Construction. 1.4 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. 98 I P age TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMI BEACH RISI \ G A3OVE B. Such facilities shall be made available when the first employees arrive on the Work, shall be properly secluded from public observation, and shall be constructed and maintained in suitable numbers and at such points and in such manner as may be required. C. The Contractor shall maintain the sanitary facilities in a satisfactory and sanitary condition at all time and shall enforce their use. He shall rigorously prohibit the committing of nuisances on the site of the Work, on the lands of the City, or an adjacent property. D. 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. 1.5 CHEMICALS A. All chemicals used during project construction or furnished for project operation, whether defoliant, soil sterilant, herbicide, pesticide, disinfectant, paint, fuel, solvent or reactant of other classification, shall show approval of either the U.S. Environmental Protection Agency or the U.S. Department of Agriculture. The handling, storage, use and disposal of all such chemicals and disposal of residues shall be in strict accordance with all applicable rules and regulations of Federal, State and local jurisdictional agencies and the printed instructions of the manufacturer and all regulatory requirements. Copies of antidote literature shall be kept at the job site office. A supply of antidotes shall be kept at the Contractor's office. 1.6 NOISE CONTROL A. Noise resulting from the Contractor's work shall not exceed the noise levels and other requirements stated in local ordinances. The Contractor shall be responsible for curtailing noise resulting from his operation. He shall, upon written notification from the Engineer or the noise control officers, make any repairs, replacements, adjustments, additions and furnish mufflers when necessary to fulfill requirements. 1.7 EROSION ABATEMENT AND WATER POLLUTION A. It is imperative that any Contractor dewatering operation not contaminate or disturb the environment of the properties adjacent to the work. The Contractor shall, therefore, schedule and control his operations to confine all runoff water from disturbed surfaces, water from dewatering operations that becomes contaminated with lime silt, muck and other deleterious matter, fuels, oils, bitumens, calcium chloride, chemicals and other polluting materials. 99 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID. F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMIBEACH RISI \ G ABOVE B. The Contractor shall construct temporary silting basin(s) of adequate size and provide all necessary temporary materials, operations and controls including, but not limited to, filters, coagulants, screens, and other means necessary to attain the required discharge water quality. C. The Contractor shall be responsible for providing, operating and maintaining materials and equipment used for conveying the clear water to the point of discharge. All pollution prevention procedures, materials, equipment and related items shall be operated and maintained until such time as the dewatering operation is discontinued. Upon the removal of the materials, equipment and related items, the Contractor shall restore the area to the condition prior to its commencing work. D. If dewatering is to occur, the Contractor shall be responsible for acquiring and complying with all permits required to dispose of the product water from dewatering and shall protect adjacent waterways from product water run-off and turbidity while the system is in operation. The Contractor shall refer SWPPP additional dewatering information and compliance with all conditions listed in the permit is the sole responsibility of the Contractor 6.8 The Contractor shall be responsible for obtaining, and complying with, all required permits relating to discharges from dewatering shall obtain a State of Florida Department of Environmental Protection Generic Permit for the Discharge of Produced Ground Water from Any Non- Contaminated Site Activity in accordance with 62-621.300(2) FAC. E. The Contractor shall obtain, implement and comply with the requirements of a Generic Permit for Storm Water Discharge from Large and Small Construction Activities (CGP), in accordance with 62-621.300(4) FAC. The Contractor shall submit a CGP Notice of Intent(NOI)to the Florida Department of Environmental Protection (FDEP)and develop and submit a Storm Water Pollution Prevention Plan (SWPPP) as part of the CGP. 1.8 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 Engineer may suspend construction operations at any time when, in his judgment, the conditions are unsuitable or the proper precautions are not being taken, whatever the weather conditions may be, in any season. 1.9 HURRICANE AND STORM WARNINGS A. General 1. During such periods of time as are designated by the United States Weather 100 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,AIAMIBEACH RISI \ G ABOVE Bureau as being a hurricane watch, the Contractor shall perform all precautions as necessary to safeguard the work and property, including the removal of all small equipment and materials from the site, lashing all other equipment and materials to each other and to rigid construction, and any other safety measures as may be directed by the Engineer. B. Upon Notification of a Hurricane Warning 1. Formal notification to all Contractors to prepare and submit for approval a Plan of Action for the specific actions to be taken on their particular projects. 2. Formal notification to the Contractors to implement their approved Plan of Action to protect the project and the public. 3. For pipeline construction projects within the public right-of-way, the Contractor will be notified by the City to suspend his construction operations. The Contractor will backfill all open trenches, remove all construction equipment and materials from the right-of-way, remove unnecessary traffic barricades and signs, secure remaining barricades by "half-burial" or"double sand bags." 1.10 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 Engineer. Basic site restoration in a particular area shall be accomplished immediately following the installation or completion of the required facilities in that area. Furthermore, such work shall also be accomplished, when ordered by the Engineer, 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 Engineer's satisfaction, the Engineer may, upon 5 days prior written notice to the Contractor, employ such labor and equipment as it deems necessary for the purpose, and all costs resulting therefrom shall be charged to the Contractor and deducted from amounts of money that it may be due. PART 2 — PRODUCTS NOT USED PART 3 — EXECUTION NOT USED — END OF SECTION — 101 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE SECTION 016000 PRODUCT REQUIREMENTS PART 1 —GENERAL 1.1 GENERAL A. The word "Products," as used herein, is defined to include purchased items for incorporation into the Work, regardless of whether specifically purchased for project or taken from Contractor's stock of previously purchased products. The word "Materials," is defined as products which must be substantially cut, shaped,worked, mixed,finished, refined, or otherwise fabricated, processed, installed, or applied to form units of Work. The word "Equipment" is defined as products with operational parts, regardless of whether motorized or manually operated, and particularly including products with service connections (wiring, piping, and other like items). Definitions in this paragraph are not intended to negate the meaning of other terms used in Contract Documents, including "specialties," "systems," "structure," "finishes," "accessories," "furnishings," special construction,"and similar terms,which are self explanatory and have recognized meanings in the construction industry. 1.2 QUALITY ASSURANCE A. Source Limitations: To the greatest extent possible for each unit of Work, the Contractor shall provide products, materials, or equipment of a singular generic kind from a single source. B. Compatibility of Options: Where more than one choice is available as options for Contractor's selection of a product, material, or equipment, the Contractor shall select an option which is compatible with other products, materials, or equipment already selected. Compatibility is a basic general requirement of product/material selections. 1.3 DESIGN A. Equipment and appurtenances shall be designed in conformity with the ASME, AIEE, NEMA and other generally accepted applicable standards and shall be rugged construction and of sufficient strength to withstand all stresses which may occur during fabrication, testing, transportation, installation and all conditions of operation. All bearings and moving parts shall be adequately protected by bushings or other acceptable means against wear, and provision shall be made for adequate lubrication by readily accessible devices. Details shall be designed for appearance as well as utility. Protruding members,joints, corners, gear covers, etc., shall be finished in appearance. B. All exposed welds on machinery shall be ground smooth and the corners of structural shapes shall be rounded or chamfered. 1.4 PRODUCT DELIVERY STORAGE HANDLING A. A. The Contractor shall deliver, handle,and store products in accordance with supplier's 102 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,AIAU,IBEACH RISING A3OVE written recommendations and by methods and means, which will prevent damage, deterioration, and loss including theft. Delivery schedules shall be controlled to minimize long term storage of products at site and overcrowding of construction spaces. B. In particular, the Contractor shall provide delivery/installation coordination to ensure minimum holding or storage times for products recognized to be flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other sources of loss, regardless if they furnished by the Contractor or the owner. 1.5 TRANSPORTATION AND HANDLING A. Products shall be transported by methods to avoid product damage and shall be delivered in undamaged condition in supplier's unopened containers or packaging, dry. B. The Contractor shall provide equipment and personnel to handle products, materials, and equipment including those provided by the City, by methods to prevent soiling and damage. C. The Contractor shall provide additional protection during handling to prevent marring and otherwise damaging products, packaging, and surrounding surfaces. 1.6 STORAGE AND PROTECTION A. Products shall be stored in accordance with suppliers written instructions, with seals and labels intact and legible. Sensitive products shall be stored in weather tight enclosures and temperature and humidity ranges shall be maintained within tolerances required by supplier's written instructions. B. For exterior storage of fabricated products, they shall be placed on sloped supports above ground. Products subject to deterioration shall be covered with impervious sheet covering; ventilation shall be provided to avoid condensation. C. Loose granular materials shall be stored on solid surfaces in a well drained area and shall be prevented from mixing with foreign matter. D. Storage shall be arranged to provide access for inspection. The Contractor shall periodically inspect to assure products are undamaged and are maintained under required conditions. E. Storage shall be arranged in a manner to provide access for maintenance of stored items and for inspection. 1.7 MAINTENANCE OF STORAGE A. 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 Engineer on request. B. The Contractor shall verify that storage facilities comply with supplier's product storage 103 J TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 • RISI \ G ABOVE requirements. C. The Contractor shall verify that supplier required environmental conditions are maintained continually. D. The Contractor shall verify that surfaces of products exposed to the elements are not adversely affected and that any weathering of finishes is acceptable under requirements of Contract Documents. 1.8 MAINTENANCE OF EQUIPMENT STORAGE A. For mechanical and electrical equipment in long term storage, the Contractor shall provide a copy of the supplier's service instructions to accompany each item,with notice on enclosed instruction shown on exterior of package. B. Equipment shall be serviced on a regularly scheduled basis, and a log of services shall be maintained and submitted as a record document to the Engineer. 1.9 LUBRICANTS A. During testing and prior to acceptance, the Contractor shall furnish all lubricants necessary for the proper lubrication of all equipment furnished under this Contract. 1.10 SPECIAL TOOLS A. For each type of equipment furnished by him, the Contractor shall provide a complete set of all special tools (including calibration and test equipment) which may be necessary for the adjustment, operation, maintenance and disassembly of such equipment. B. Special tools shall be delivered at the same time as the equipment to which they pertain. The Contractor shall properly store and safeguard such special tools until completion of the Work, at which time they shall be delivered to the City. 1.11 PROTECTION AGAINST ELECTROLYSIS A. Where dissimilar metals are used in conjunction with each other, suitable insulation shall be provided between adjoining surfaces so as to eliminate direct contact and any resultant electrolysis. The insulation shall be bituminous impregnated felt, heavy bituminous coatings, nonmetallic separators or washers, or other acceptable materials. 1.12 FASTENERS A. All necessary bolts, anchor bolts, nuts, washers, plates and bolt sleeves shall be furnished by the Contractor in accordance herewith. Bolts shall have suitable washers and, where so required, their nuts shall be hexagonal. B. All bolts, anchor bolts, nuts, washers, plates, and bolt sleeves shall be Type 316 stainless steel unless otherwise specifically indicated or specified. 104 I P a g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,,,AMIBEACH RISI \ G A3OVE C. Unless otherwise specified, stud, tap, and machine bolts shall be of the best quality refined bar iron. Hexagonal nuts of the same quality of metal as the bolts shall be used. 1.13 SALVAGED AND EXCAVATED MATERIALS A. In the absence of special provisions in other Sections of the Specifications, salvage materials, equipment or supplies that occur are the property of the City and shall be cleaned and stored as directed by the Engineer. B. All excavated materials needed for backfilling operation shall be stored on site. Where additional area is needed for stockpiling, it shall be obtained by the Contractor. PART 2 — PRODUCTS NOT USED PART 3 — EXECUTION NOT USED — END OF SECTION — 105 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ti: btACH RISING A3OVE SECTION 017000 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 —GENERAL 1.1 FINAL CLEANUP A. The Contractor shall promptly remove from the vicinity of the completed Work, all rubbish, unused materials, concrete forms, construction equipment, and temporary structures and facilities used during construction. Final acceptance of the Work by the City will be withheld until the Contractor has satisfactorily complied with the foregoing requirements for final cleanup of the project site. 1.2 CLOSEOUT TIMETABLE A. The Contractor shall establish dates for equipment testing, acceptance periods, and on site instructional periods (as required under the Contract). Such dates shall be established not less than two weeks prior to beginning any of the foregoing items, to allow the City, the Engineer, and their authorized representatives sufficient time to schedule attendance at such activities. 1.3 FINAL SUBMITTALS A. Before the final acceptance of the project, the Contractor shall submit to the Engineer (or to the City if indicated) certain records, certifications, etc., which are specified elsewhere in the Contract Documents. Missing, incomplete or unacceptable items, as determined by the Engineer or the City, shall constitute grounds for withholding final payment to the Contractor. A partial list of such items appears below, but is shall be the Contractor's responsibility to submit any other items which are required in the Contract Documents: 1. Written Test results of project components, where required. 2. Performance affidavits for equipment, where required. 3. During the entire construction operation, the Contractor shall maintain records of all deviations from the Drawings and Specifications and shall prepare therefrom record drawings in AutoCAD (latest version) showing correctly and accurately all changes and deviations from the Work made during construction to reflect the Work as it was actually constructed. These drawings shall conform to recognized standards of drafting, shall be neat, legible and on mylar or other reproducible material acceptable to the Engineer. 4. Written guarantees, where required. 5. Certificates of inspection and acceptance by local governing agencies having jurisdiction. 6. Releases from all parties who are entitled to claims against the subject project, 106 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ;\fIAMIBEACH RISI \ G A3OVE property, or improvement pursuant to the provisions of law. 7. Keying Schedule, if applicable. 1.4 PUNCH LISTS A. The Engineer will make his final inspection whenever the Contractor has notified the Engineer that the work is ready for the inspection. Any work not found acceptable and requiring cleaning, repair and/or replacement will be noted on the "Punch" list. Work that has been inspected and accepted by the Engineer shall be maintained by the Contractor, until final acceptance of the entire project. B. Whenever the Contractor has completed the items on the punch list, he shall again notify the Engineer that it is ready for final inspection. This procedure will continue until the entire project is accepted by the Engineer. The "Final Payment" will not be processed until the entire project has been accepted by the Engineer and all of the requirements in previous Article 1.03 "Final Submittals" have been satisfied. 1.5 TOUCH UP AND REPAIR A. The Contractor shall touch up and repair damage to all field painted and factory finished equipment. Touch up of equipment panels, etc., shall match as nearly as possible the original finish. If in the opinion of the Engineer the touch up work is not satisfactory, the Contractor shall repaint the item. 1.6 CLEANING A. Before the final acceptance of the project, the Contractor shall accomplish the cleaning and final adjustments of the various building components as follows: 1. Clean and lubricate all finish hardware after adjustment for proper operation. 2. Touch up marks of defects in painted surfaces and touch up any similar defects in factory finished surfaces. 3. Remove all stains, marks, fingerprints, soil, spots, and blemishes from all finish surfaces. 1.7 MAINTENANCE AND GUARANTEE/WARRANTY A. The Contractor shall comply with all maintenance and guarantee requirements of the Contract Documents. B. Replacement of earth fill or backfill, where it has settled below the required finish elevations, shall be considered as a part of such required repair work, and any repair or resurfacing constructed by the Contractor which becomes necessary by reason of such settlement shall likewise be considered as a part of such required repair work unless the Contractor shall have obtained a statement in writing from the affected private owner 107 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IBEAC�i RISI \ G A3OVE or public agency releasing the City from further responsibility in connection with such repair or resurfacing. C. The Contractor shall make all repairs and replacements promptly upon receipt of written order from the City. If the Contractor fails to make such repairs or replacements promptly, the City reserves the right to do the Work and the Contractor and his surety shall be liable to the City for the cost thereof. D. See Section 017836, "Warranties" 1.8 GREASE, OIL AND FUEL A. All grease, oil and fuel required for testing of equipment shall be furnished by the Contractor. The Contractor shall also furnish a one year's supply of lubricants including grease and oil of the type recommended by the manufacturer for each item of equipment supplied. 1.9 TOOLS A. Any special tools (including grease guns or other lubricating devices) which may be necessary for the adjustment, operation, and maintenance of any equipment shall be furnished with the respective equipment. The Contractor shall furnish a complete list of tools and instructions for their use, recommended by the manufacturer or supplier with the Shop Drawing Submittal. 1.10 SPARE PARTS A. Spare parts for equipment shall be furnished where indicated in the equipment specifications. Spare parts shall be identical and interchangeable with original parts. Parts shall be supplied, prepared for storage, in clearly identified containers, except large or bulky items which may be wrapped in polyethylene. B. The parts shall be stored separately in a locked area, maintained by the Contractor, and shall be delivered to the City at a location designated by the City. The Contractor shall furnish an inventory listing all spare parts for each piece of equipment. 1.11 RECORD DRAWINGS A. During the entire construction operation, the Contractor shall maintain records of all deviations from the Drawings and Specifications and shall prepare therefrom As-Built Record Drawings in AutoCAD (latest version) showing correctly and accurately all changes and deviations from the Work made during construction to reflect the Work as it was actually constructed. It is the responsibility of the Contractor to check the As-Built Record Drawings for errors and omissions prior to submittal to the City and certify inwriting that the As-Built Record Drawings are correct and accurate, including the actual location of all piping including fittings, valves, elevation information, etc. These drawings shall conform to recognized standards of drafting, shall be neat, legible and on mylar or other reproducible material acceptable to the Engineer. 108 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'ALAMIBEACH RISI \ G A3OVE B. During the life of the Contract, the Contractor shall retain the services of a Florida Registered Land Surveyor who shall maintain records of the installation, including all deviations from Plans and Specifications. C. Measure and Record all information for all projects concurrently with construction progress. D. As-built sets of drawings shall comprise of all original bid set drawings, updated with surveyed as built information (as applicable). The complete set of drawings shall be submitted for review and approval by the Engineer and the City. Partial submittals will not be accepted. E. As-Built Record Drawings with three electronic copies which have been signed and sealed by the surveyor shall be submitted to the City for the Engineer's review. Plans shall conform to recognized standards of drafting and the minimum technical standards as set forth by the Board of Professional Surveyors and Mappers, shall be neat, legible and on 24-inch by 36-inch paper. Final acceptance will not be made until the set of as- built record drawings and three sets of signed and sealed electronic copies have been approved and accepted by the City. PART 2— PRODUCTS NOT USED PART 3— EXECUTION NOT USED — END OF SECTION — 109 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Ati^IBEACN RISI \ G A3OVE SECTION 017836 WARRANTIES PART 1 — GENERAL 1.1 WARRANTIES A. The Contractor shall guarantee that all new equipment has the capacity specified and that it will operate without excess noise or vibration. B. Contractor shall furnish written warranties for the work covering all workmanship and materials for a minimum period of one year from the date of issuance of a Certificate of Substantial Completion. This shall include an agreement to repair or replace, at the Contractor's expense, all defects that may appear in that time, which in the opinion of the Engineer, are due to defective workmanship or materials. All items not having a successful five-year operating history shall have the same guarantee as above but extended for five years less their successful operating period. C. All factory warranties shall have an effective date of one year from the date of substantial completion of the work, or when equipment is placed into service for beneficial use, whichever comes first. Copies of factory warranties for all equipment furnished shall be submitted as described above, with the written guarantee, and shall be included in operation and maintenance manuals. D. When warranties are called for, a sample of the warranty shall be submitted with the shop drawings. The sample warranty shall be the same form that will be used for the actual warranty. Actual warranties shall be originals and notarized. PART 2— PRODUCTS NOT USED PART 3— EXECUTION NOT USED — END OF SECTION & DIVISION — 110 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 VI;AIVIBEACH RISI \ G A3OVE DIVISION 2 - EXISTING CONDITIONS SECTION 020100 MAINTENANCE OF EXISTING CONDITIONS PART 1 — GENERAL 1.1 GENERAL A. Contractor shall be responsible for the preservation and protection of property adjacent to the work site against damage or injury as a result of his operations under this Contract. Any damage or injury occurring on account of any act, omission or neglect on the part of the Contractor shall be restored in a proper and satisfactory manner or replaced by and at the expense of the Contractor to an equal or superior condition than previously existed. 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. 1.2 RELATED WORK A. Related standards specified elsewhere in the Specifications include but are not limited to the following sections. Section 022100, "Surveys" PART 2 — PRODUCTS NOT USED PART 3 — EXECUTION 3.1 UTILITIES A. Contractor shall contact Sunshine 811 prior to mobilizing onsite and document/photograph all markings made of utilities in the project area. B. The Contractor shall verify the exact locations and depths of all utilities shown on the contract drawings and marked by Sunshine 811 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 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. C. The number of exploratory excavations required shall be that number which is sufficient to determine the alignment and grade of the utility. 111 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-02D8A3F6F450 ,r��^,IBEACH RISI \ G A3OVE D. 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. E. An attempt has been made to show major structures on the Plans. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and is presented as a guide. The Contractor is solely responsible for field verification of all information provided and to determine the type, location, elevation and extent of any utilities which may not have been shown on the Plans. F. CONTRCTOR shall verify and possibly hand excavate and locate any existing utility service in the area of construction. Any findings not shown on plans or deviations from the plans shall be submitted in writing to the Engineer and the City. G. Notify all utility companies that are affected by the construction operation at least 48 hours in advance. Under no circumstance expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities and utility poles where necessary. H. Where the Contractor's operation could cause damage or inconvenience to railway, telephone, fiber optic, television, electrical power, oil, gas, water, sewer, irrigation systems or any other utility, the Contractor shall make all arrangements necessary for the protection of these utilities and services. I. Absolutely no extra compensation will be allowed for construction problems created by utility poles of whatever size, overhead electric, telephone or other lines whether shown on the Plans or not. The Contractor is solely responsible for discovering such items in the field, and/or making reasonable assumptions as to what might be encountered prior to bidding and including all costs for such work in the prices bid. J. Neither the City nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work.the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any utility service be allowed unless granted by the owner of the utility. K. Any existing utility shall be kept in satisfactory operating condition, shall be capable of 112 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \,'AIBEACH RISI \ G ABOVE safely transmitting flow from the water system. All Work hereunder shall conform to the applicable requirements of the OSHA Standards for Construction. L. During the process of construction, it is expected that minor relocations of the work may be necessary. Such relocations shall be made only by the direction of the Engineer at the Contractor's expense. If existing structures are encountered that will prevent con- struction as shown, notify the Engineer before continuing with the work in order that the Engineer may make such field revisions as necessary to avoid conflict with the existing structures. If the Contractor fails to notify the Engineer when an existing structure is encountered, and proceeds with the work despite this interference the Contractor does so at his own risk. 3.2 RELOCATION OF EXISTING UTILITIES A. The relocation of existing utilities, as noted on the Plans, or for the convenience of the Contractor shall be the responsibility of the Contractor. This work shall be completed by either the forces of the existing utility or the Contractor's forces at the discretion of the responsible utility. If the work is to be performed by the Contractor, all work shall be done in accordance with the utility company's requirements. Under no circumstances shall the Contractor be authorized extra payment for this work, and all cost for the relocation shall be the responsibility of the Contractor. B. The Contractor shall also be responsible for the coordination of all existing utility relocations with the appropriate utilities. Where temporary supports or protective encasements are required during the construction, the Contractor shall be responsible for this work at no additional cost. — END OF SECTION — 113 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 V,IBEACH RISI \ G A3OVE SECTION 024100 DEMOLITION PART 1 — GENERAL 1.1 SCOPE A. The Contractor shall furnish all material, labor, tools, equipment, plant, appliances and services necessary to complete all demolition, modification and relocation work required in the drawings and specified herein. Examine the various drawings, visit the site and determine the extent of work affected therein and all conditions under which he is required to perform the various operations. B. The Work specifically covered under this Section consists of the removal and disposal of existing structure, appurtenances, concrete pavement, concrete sidewalk, slope pavement, ditch pavement, curb and curb and gutter. The items to be removed shall be: (1)those items shown in the Plans to be removed; (2)those found within the limits of the area to be cleared and grubbed and directed by the City or designee to be removed; (3) those items which it is necessary to remove in order to construct new structures, utilities, and other appurtenances or obstructions which may be designated in the plans. C. Demolition shall be constructed in such a way as to leave no obstructions to any proposed new structures or to any waterways. Pilings shall be pulled or shall be cut off or broken off at least 2 feet below the finish grade line. (In the event that the Plans indicate channel excavation to be done by others, the finish ground line shall be considered as the limits of such excavation.) For material which are to remain the property of the City or are to be salvaged for utilization in temporary structures, the removal shall be in such way as to avoid damage to such materials, and all bolts, nails, etc., shall be entirely removed from timbers to be so salvaged; also such salvaged structural steel members shall be marked for identification, as directed. Retaining walls and drainage structures are specifically not included in the Work covered under this Section. 1.2 GENERAL CONSIDERATIONS A. Demolition, modification, removal and relocation work shall be coordinated with the City, shall be performed in an agreed upon sequence to minimize down time at the site. B. Promptly remove all demolished materials and debris from the site. No demolished materials shall be kept at the plant site for more than 24 hours. C. Demolition shall result in the complete removal and disposal of existing structures and appurtenances from the site as indicated on drawings and the cleanup after completion of the demolition work. D. The cutting and removal of existing work necessary for modifications and installation of new work shall be made with a minimum of damage to the work that is to remain. Any damage done to existing facilities which are to remain shall be repaired at the Contractor's expense to the satisfaction of the City. 114 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE E. Surfaces of seals visible in the completed work shall be made to match as nearly as possible the adjacent surfaces. F. Non shrink grout shall be used for setting wall casting, sleeves, leveling pump bases, doweling anchors into existing concrete and elsewhere as required. G. Follow other specific instructions for the modification work given in other sections of these specifications and/or as shown on the drawings. H. Verify exact location, material, alignment, joint, etc. of existing piping and structure prior to making the modifications and connections called out in the drawings. The verifications shall be performed with adequate time to correct any potential alignment or other problems prior to the actual time of connection. I. Dismantle and remove all existing equipment, piping and other appurtenances required for the completion of the work. Where called for or required, cut existing pipeline for the purpose of making connections thereto. Anchor bolts for equipment and structural steel removal shall be cut off one inch below the concrete surface. Surface shall be properly repaired and finished. J. Where necessary or required for the purpose of making connections, cut existing pipelines in a manner to provide an approved joint. Where required, weld beads, flanges or provide the specified couplings, all as required. K. Site shall be left in a clean condition satisfactory to the Engineer, free from demolished materials, rubbish or debris. Site shall be graded to meet adjacent contours and provide flow for surface drainage. L. Restore items intended to remain that have been damaged by demolition work. M. Items intended to remain that have been damaged by demolition work shall be restored to original or better condition. N. All interrupted utility services shall be returned to service, and temporary services disconnected, unless otherwise specified. PART 2— PRODUCTS 2.1 STRUCTURES TO BE REMOVED A. The work specifically covered under this Section consists of the removal and disposal of the material from existing structures. B. The structures to be removed shall be: 1. Those structures, or portions of structures, shown in the plans to be removed. 2. Those found within the limits of the area to be cleared and grubbed and directed by 115 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 bLALH RISI \ G A3OVE the Engineer to be removed. 3. Those structures, or portions of structures, which it is necessary to remove in order to construct new structures, utilities and other appurtenances or obstructions which may be designated in the plans. PART 3 — EXECUTION 3.3 METHOD OF REMOVAL A. The work specified in this Section consists of removing and disposing of existing concrete pavement, concrete sidewalk, slope pavement, ditch pavement, curb and curb and gutter, where shown in the plans or directed by the Engineer to be removed or where required to be removed because of the construction operations. B. Retaining walls and drainage structures are specifically not included in the work covered under this Division. — END OF SECTION & DIVISION — 116 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE DIVISION 3 - CONCRETE SECTION 030000 CONCRETE PART 1 — GENERAL 1.1 GENERAL A. The Contractor shall furnish all materials for concrete in accordance with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, all in accordance with the requirements of the Contract Documents. B. The requirements in this section shall apply to the following types of concrete: 1. Class Al Concrete: Normal weight concrete used at all non-water-bearing structures, unless otherwise noted. 2. Class A2 Concrete: Normal weight concrete used at all water-bearing structures and containment structures, unless otherwise noted. 3. Class B Concrete: Normal weight concrete with pea-rock aggregate. Class B concrete shall be used only at locations indicated on the Drawings. 4. Class C Concrete: Normal weight concrete used in electrical/instrumentation ductbanks, pipe encasements and sidewalks. 5. Flowable Fill: Lean concrete proportioned without the use of coarse aggregate primarily for use as pipe backfill. Flowable fill shall be utilized only at locations indicated on the Drawings. 6. Tremie Concrete: Concrete indicated to be placed underwater. 7. Grout is specified in Section 0360000 entitled "Grouting". 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of other requirements of these Specifications, all work specified herein shall conform to or exceed the requirements of the Florida Building Code (FBC) and the applicable requirements of the following documents to the extent that the provisions of such documents are not in conflict with the requirements of this Section. B. Codes and Standards 1. The Building Code, as referenced herein, shall be the Florida Building Code. C. Federal Specifications 1. UU B 790A (Int.Amd. 1) Building Paper, Vegetable Fiber (Kraft, Waterproofed, 117 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ;,�,IBEACH RISI \ G A3OVE Water Repellant and Fire Resistant). D. Commercial Standards ACI 214 Recommended Practice for Evaluation of Strength Test Results of Concrete. ACI 301 Specifications for Structural Concrete for Buildings. ACI 305 Hot Weather Concreting. ACI 306 Cold Weather Concreting. ACI 309 Recommended Practice for Consolidation of Concrete ACI 315 Details and Detailing of Concrete Reinforcement. ACI 318 Building Code Requirements for Reinforced Concrete. ACI 347 Recommended Practice for Concrete Formwork. ACI 350 Environmental Engineering Concrete Structures. ASTM C 31 Methods of Making and Curing Concrete Test Specimens in the Field. ASTM C 33 Specification for Concrete Aggregates. ASTM C 39 Test Method for Compressive Strength of Cylindrical Concrete Specimens. ASTM C 88 Test Method for Soundness of Aggregates by use of Sodium Sulfate or Magnesium Sulfate. ASTM C 94 Specification for Ready-Mixed Concrete. ASTM C 114 Method for Chemical Analysis of Hydraulic Cement. ASTM C 136 Method for Sieve Analysis of Fine and Coarse Aggregate. ASTM C 143 Test Method for Slump of Portland Cement Concrete. ASTM C 150 Specification for Portland Cement. ASTM C 156 Test Method for Water Retention by concrete Curing Materials. ASTM C 157 Test Method for length Change of Hardened Cement Mortar and Concrete. ASTM C 192 Method of Making and Curing concrete Test Specimens in 118 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE the Laboratory. ASTM C 227 Standard Test Method for Potential Alkali Reactivity of Cement Aggregate Combinations (Mortar-Bar Method). ASTM C 260 Specification for Air-Entraining Admixtures for Concrete. ASTM C 289 Standard Test Method for Potential Reactivity of Aggregates (Chemical Method). ASTM C 494 Specification for Chemical Admixtures For Concrete. ASTM C 586 Standard Test Method for Potential Alkali Reactivity of Carbonate Rocks for Concrete Aggregates (Rock Cylinder Method). ASTM C 618 Standard Specification for Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture in Portland Cement Concrete. ASTM D 1751 Specification for preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types). ASTM D 6103 Standard Test Method for Flow Consistency of Controlled Low Strength Material ASTM El 1 Specification for Wire-Cloth Sieves for Testing Purposes. ASTM E 119 Method for Fire Tests of Building Construction and Materials. 1.3 SUBMITTALS A. The design mixes to be used shall be prepared by qualified persons and submitted for review. The design of the mix is the responsibility of the Contractor subject to the limitations of the specifications. Review processing of this submission will be required only as evidence the mix has been designed by qualified persons and that the minimum requirements of the specifications have been met. Such review will in no way alter the responsibility of the Contractor to furnish concrete meeting the requirements of the specifications. If in the progress of the work the sources of materials change in characteristics or the Contractor requests a new source in writing, the Contractor shall, at his expense submit new test data and information for the establishment of a new design mix. Submit mix designs for all classes of concrete to be used under this Contract. Mix design submittals shall include the following: 1. Sources of all materials and certifications of compliance with specifications for all sources of each material. 2. Certified current (less than one year old) chemical analysis of Portland Cement or 119 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 „`V���BEACM RISI \ G A3OVE Blended Cement to be used. 3. Certified current(less than one year old) chemical analysis of fly ash to be used. 4. Aggregate test results showing compliance with required standards, i.e. sieve analysis, aggregate soundness tests,etc. 5. Manufacturer's data on all admixtures stating compliance with required standards and are compatible with one another.Written conformance to the above mentioned requirements and the chloride ion content of the admixture will be required from the admixture manufacturer prior to Mix design review by the Engineer. 6. Field experience records and/or trial mix data for the proposed concrete mixes. B. Where ready-mix concrete is used, the Contractor shall provide delivery tickets at the time of delivery of each load of concrete. In addition to the information required by ASTM C94, each ticket shall show the mix number, cement content, water/cementitious ratio, and amount of water allowed to be added to truck without exceeding required water/cementitious ratio. 1.4 QUALITY ASSURANCE A. Work shall be performed in accordance with Contract Documents, Drawings, and/or City of Miami Beach Specifications and Standard Details, in a neat and accurate manner. It is the intent of the City to obtain a complete and working installation according to these Specifications, and any items of labor, equipment, or materials which may reasonably be assumed as necessary to accomplish this end shall be supplied whether or not they are specifically shown on the project plans or stated herein. B. Concrete shall be composed of cement, fine aggregate, coarse aggregate, and water, so proportioned and mixed as to produce a plastic workable mixture in accordance with all requirements under this Section suitable to the specific conditions of placement. C. Plant equipment and facilities shall meet all requirements of the Check List for Certification of Ready Mixed Concrete Production facilities of the National Ready Mixed Concrete Association and ASTM C 94. D. Tests for compressive strength and slump of concrete will be performed as specified herein. Test for determining slump will be in accordance with the requirements of ASTM C 143. E. The cost of initial trial mixes and initial laboratory tests to design the mixes including compression tests, sieve analysis, and tests on trial mixes shall be included in the Contract Price. F. The cost of all tests during construction will be borne by the City. However, the Contractor shall be charged for the cost of any additional tests and investigation on work performed which does not meet the Specifications. The Contractor shall be responsible for coordination of all tests with the testing laboratory. 120 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 `AIAMIBEALH RISI \ G A3OVE G. Concrete for testing shall be supplied by the Contractor at no cost to the City, and the Contractor shall provide assistance to the Engineer in obtaining samples. The Contractor shall dispose of and clean up all excess material. H. Unless otherwise indicated, all materials, workmanship and practices shall conform to the requirements of ACI 301-96 "Specifications for Structural Concrete for Buildings", except as modified by supplemental requirements hereinafter 1.5 PRE-CONCRETE CONFERENCE A. At least 35 days prior to start of the Concrete construction schedule, the Contractor shall conduct a meeting to review the proposed mix designs and to discuss the required methods and procedures to achieve the required concrete construction. The Contractor shall send a pre-concrete conference agenda to all attendees 20 days prior to the scheduled date of the conference. B. The Contractor shall require responsible representatives of every party who is concerned with the concrete work to attend the conference, including but not limited to the following: 1. Contractor's superintendent 2. For the concrete design mix— Laboratory retained for trial batching and tests 3. For field quality control — Concrete subcontractor, Concrete producer, Admixture Manufacturer(s), Concrete pumping Contractor C. Minutes of the meeting shall be recorded, typed and printed by the Contractor and distributed by him to all parties concerned within five days of the meeting. One copy of the minutes shall also be transmitted to the Engineer. D. The minutes shall include a statement by the admixture manufacturer(s) indicating that the proposed mix design and placing techniques can produce the concrete quality required by these Specifications. E. The Engineer will be present at the conference. The Contractor shall notify the Engineer at least 20 days prior to the scheduled date of the conference. PART 2 — PRODUCTS 2.2 CEMENTITIOUS MATERIAL A. Materials shall be delivered, stored, and handled so as to prevent damage by water or breakage. Only one brand of cement shall be used. Cement reclaimed from cleaning bags or leaking containers shall not be used. All cement shall be used in the sequence of receipt of shipments. B. All materials furnished and stored for the work shall comply with the requirements of ACI 121 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,\' IAMlBEACH RISI \ G ABOVE 301, as applicable. C. Materials for concrete shall conform to the following requirements: a. Cement shall be standard brand Portland cement conforming to ASTM C 150 for Type II. Portland cement shall contain no more than 0.40 percent alkalies. The term "alkalies" referred to herein is defined as the sum of the percentage of sodium oxide and 0.658 times the percentage of potassium oxide (Na20 + 0.658 K20). These oxides shall be determined in accordance with ASTM C 114. b. The cement shall be suitably protected from exposure to moisture until used. Cement that has become lumpy shall not be used. Sacked cement shall be stored in such a manner so as to permit access for inspection and sampling. Certified mill test reports for each shipment of cement to be used shall be submitted to the Engineer if requested regarding compliance with these Specifications. c. The proposed Portland Cement shall not contain more than 8% tricalcium aluminate and more than 12% tetracalcium aluminoferrite. d. Fly ash shall meet the requirements of ASTM C 618 for Class F, except the loss on ignition shall not exceed 4%. The fly ash constituent shall be maximum 15% of the total weight of the combined Portland cement and fly ash. e. Slag cement shall meet the requirements of ASTM C989 including tests for effectiveness of slag in preventing excessive expansion due to alkali-aggregate reactivity as described in Appendix X-3 of ASTM C989 f. For concrete to be used in environmental concrete structures, i.e. process structures or fluid containing structures, inclusion of fly ash or slag cement in concrete mix is mandatory. 2.3 WATER A. Water shall be potable, clean, and free from objectionable quantities of silty organic matter, alkali, salts and other impurities. The water shall be considered potable, for the purposes of this Section only, if it meets the requirements of the local governmental agencies. 2.4 AGGREGATES A. Aggregates shall be obtained from pits acceptable to the Engineer, shall be non reactive, and shall conform to the FBC and ASTM C 33.. Lightweight sand for fine aggregate will not be permitted. B. Coarse aggregates shall consist of clean, hard, durable gravel, crushed gravel, crushed rock or a combination thereof. The coarse aggregates shall be prepared and handled in two or more size groups for combined aggregates with a maximum size not greater than 1 inch. When the aggregates are proportioned for each batch of 122 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMIBEACH RISI \ G A3OVE concrete the two size groups shall be combined. C. Fine aggregates shall be manufactured sand that is hard and durable. D. Combined aggregates shall be well graded from coarse to fine sizes, and shall be uniformly graded between screen sizes to produce a concrete that has optimum workability and consolidation characteristics. Where a trial batch is required for a mix design, the final combined aggregate gradations will be established during the trial batch process. E. When tested in accordance with "Potential Reactivity of Aggregates (Chemical Method)" (ASTM C 289), the ratio of silica released to reduction in alkalinity shall not exceed 1.0. F. When tested in accordance with "Organic Impurities in Sands for Concrete" (ASTM C 40), the fine aggregate shall produce a color in the supernatant liquid no darker than the reference standard color solution. G. When tested in accordance with "Resistance to Abrasion of Small size Coarse Aggregate by Use of the Los Angeles Machine" (ASTM C 131), the coarse aggregate shall show a loss not exceeding 42 percent after 500 revolutions, or 10.5 percent after 100 revolutions. H. When tested in accordance with"Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate" (ASTM C 88), the loss resulting after five cycles shall not exceed 10 percent for fine or coarse aggregate when using sodium sulfate. 2.5 ADMIXTURES A. Air-entraining agent meeting the requirements of ASTM C 260, shall be used. Sufficient air-entraining agent shall be used to provide a total air content of 3 to 5 percent. Air- entraining agent shall be Sika AER by Sika Corp., MB-VR by Master Builders, Darex AEA by Grace, AEA-92S by Euclid Chemical Company, or equal. B. Admixtures shall be required at the Engineer's discretion or, if not required, may be added at the Contractor's option to control the set, effect water reduction, and increase workability. In either case, the addition of an admixture shall be at the Contractor's expense. The use of an admixture shall be subject to acceptance by the Engineer. Concrete containing an admixture shall be first placed at a location determined by the Engineer. If the use of an admixture is producing an inferior end result, the Contractor shall discontinue use of the admixture. Admixtures specified herein shall conform to the requirements of ASTM C 494. The required quantity of cement shall be used in the mix regardless of whether or not an admixture is used. Admixtures shall contain no free chloride ions, be non toxic after 30 days, and shall be compatible with and made by the same manufacturer as the air entraining admixture. 1. Admixtures may be used not exceeding the following percentages of weight of 123 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 1 i lf'„V BEAC RISI \ G A3OVE cement: • Hydrated lime: 10 percent • Diatomaceous earth or other inert materials: 5 percent. 2. Water reducing admixture shall conform to ASTM C 494, Type A and shall contain no more than 0.05% chloride ions. Acceptable products are "Eucon Series" by the Euclid Chemical Company, "Pozzolith Series" by BASF, and "Plastocrete Series" by Sika Corporation. 3. High range water reducer shall be sulfonated polymer conforming to ASTM C 494, Type F or G. The high range water reducer shall be accurately measured and pressure injected into the mixer as a single dose by an experienced technician. A standby system shall be provided and tested prior to each day's operation of the job site system. Concrete shall be mixed at mixing speed for a minimum of 100 mixer revolutions after the addition of the high range water reducer. Acceptable products are "Eucon 37" or Plastol 5000 by the Euclid Chemical Company, "Rheobuild 1000 or Glenium Series" by BASF, and "Daracem 100 or Advaflow Series" by W.R. Grace. 4. A non-chloride, non-corrosive accelerating admixture shall be used when air temperature at time of placement is expected to be consistently below 40 degrees Fahrenheit as specifically approved by the Engineer. The admixture shall conform to ASTM C 494, Type C or E, and shall not contain more chloride ions than are present in municipal drinking water. The admixture manufacturer must have long- term non-corrosive test data from an independent testing laboratory (of at least a year's duration) using an acceptable accelerated corrosion test method such as that using electrical potential measures. Acceptable products are "Accelguard 80/90 or NCA" by the Euclid Chemical Company and "Daraset" by W.R.Grace. 5. A water reducing retarding admixture shall be used when air temperature at time of placement is expected to be consistently above 90 degrees Fahrenheit as specifically approved by the Engineer. The admixture shall conform to ASTM,Type D and shall not contain more than 0.05%chloride ions.Acceptable products are "Eucon NR or Eucon Retarder 100" by the Euclid Chemical Company, "Pozzolith Retarder"by BASF, and "Plastiment" by Sika Corporation. 6. The Contractor shall submit certification from each admixture manufacturer that all admixtures utilized in the design mix are compatible with one another and properly proportioned. 7. Prohibited Admixtures: Calcium chloride, thiocyanate or admixtures containing more than 0.05 percent chloride ions are not permitted. 8. Certification: Written conformance to the above mentioned requirements and the chloride ion content of the admixture will be required from the admixture manufacturer prior to Mix design review by the Engineer. 124 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 '',BEACH � SING A3OVE 2.6 ACCESSORIES A. Epoxy adhesives shall be the following products for the applications specified to be used in strict accordance with manufacturer's recommendations. 1. For bonding freshly mixed, plastic concrete to hardened concrete, Sikadur 32 Hi Mod, LPL Epoxy Adhesive, as manufactured by Sika Chemical Corporation; Concresive 1001 LPL, as manufactured by Adhesive Engineering Company; or equal. 2. For bonding hardened concrete or masonry to steel, Colma Dur Gel, Sikadur Hi Mod Gel, or equal. 2.7 CONCRETE MIX A. Concrete shall be composed of cement, admixtures, aggregates and water. These materials shall be of the qualities specified. The exact proportions in which these materials are to be used for different parts of the work will be determined by the Contractor. In general, the mix shall be designed to produce a concrete capable of being deposited so as to obtain maximum density and minimum shrinkage and, where deposited in forms, to have good consolidation properties and maximum smoothness of surface. Mix designs with more than 41 percent of sand of the total weight of fine and coarse aggregate shall not be used for Class A Concrete. The aggregate gradations shall be formulated to provide fresh concrete that will not promote rock pockets around reinforcing steel or embedded items. The proportions shall be changed whenever necessary or desirable to meet the required results at no additional cost to the Owner. All changes shall be subject to review by the Engineer. B. The proportions of cement, aggregates, admixtures and water used in the concrete shall be based on tests of grading and moisture content of materials, slump of concrete mixture, strength of concrete and the following factors: 1. Class Al Concrete (Normal weight concrete used at all non-water bearing structures, unless noted otherwise). Minimum cementitious materials content, per cubic yard Maximum water-cementitious materials ratio, by weight 611 lbs.0.45 Slump range 3 inches to 4 inches with water reducing admixture Coarse Aggregate #57 per ASTM C33 Compressive strength at 28 days— F'c 4,000 psi Air Content 3% + 1 2. Class A2 Concrete (Normal weight concrete used at all water bearing 125 I P a h L. TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 A,V,IBEACH RISI \ G A3OVE structures and containment structures, unless noted otherwise). Minimum cementitious materials content, per cubic yard Maximum water-cementitious materials ratio, by weight 611 lbs. 0.42 Slump range 3 inches to 4 inches with water reducing admixture Coarse Aggregate #57 per ASTM C33 Compressive strength at 28 days— F'c 4,500 psi Air Content 3% + 1% 3. Class B Concrete (At locations shown on the Drawings). Minimum cementitious materials content, per cubic yard Maximum water-cementitious materials ratio, by weight 517 lbs. 0.50 Slump maximum 5 inches Compressive strength at 28 days— F'c 4,000 psi Coarse Aggregate Pearo ck Air Content 3% + 1 4. Class C Concrete (Sidewalks, pipe encasements in the dry, thrust blocks and electrical duct banks) Minimum cementitious materials content, per cubic yard Maximum water-cementitious materials ratio, by weight 500 lbs. 0.60 Slump maximum 5 inches Compressive strength at 28 days— F'c 3,000 psi Coarse Aggregate #57 per ASTM C33 Air Content 3% + 1% 5. Flowable Fill (In lieu of pipe bedding, select backfill) 126 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 .\AIAMI BEACH RISI \ G ABOVE Minimum cementitious materials content, per cubic yard Maximum water-cementitious materials ratio, by weight 100 lbs. 5.0 Flowability, minimum 8inches Compressive strength at 28 days— F'c 50-150 psi Coarse Aggregate none Fine aggregate Limestone screenings 6. Tremie Concrete (Concrete placed underwater) Minimum cementitious materials content, per cubic yard Maximum water-cementitious materials ratio, by weight 700 lbs. 0.45 Slump maximum 9 inches Compressive strength lbs. per sq. inch at at 28 days — F'c 4,500 C. All Class A concrete, unless noted otherwise on the Drawings, shall be air entrained concrete. A water reducing admixture may be added to the mix at the Contractor's option. D. The mix proportions used shall be changed subject to the limitation specified herein, whenever such change is necessary or desirable to secure the required strength, density, workability, and surface finish and the Contractor shall be entitled to no additional compensation because of such changes. 2.8 CONSISTENCY A. The quantity of water entering into a batch of concrete shall be just sufficient,with a normal mixing period, to produce a concrete which can be worked properly into place without segregation, and which can be compacted by the vibratory methods herein specified to give the desired density, impermeability and smoothness of surface. The quantity of water shall be changed as necessary, with variations in the nature or moisture content of the aggregates, to maintain uniform production of a desired consistency. The consistency of the concrete in successive batches shall be determined by slump tests in accordance with ASTM C 143. 2.9 READY MIXED CONCRETE A. Ready mixed concrete shall be used meeting the requirements as to materials, batching, mixing, transporting, and placing as specified herein and in accordance with ASTM C 94. 127 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,.,'VJBEACr1 RISI \ G A3OVE B. Ready mixed concrete shall be delivered to the site of the work, and discharge shall be completed within one and one half hour after the addition of the cement to the aggregates or before the drum has been revolved 250 revolutions, whichever is first. Upon delivery from the truck concrete temperature shall not exceed 90 degrees Fahrenheit. C. Truck mixers shall be equipped with electrically actuated counters by which the number of revolutions of the drum or blades may be readily verified. The counter shall be of the resettable, recording type. The counters shall be actuated at the time of starting mixers at mixing speeds. D. Each batch of concrete shall be mixed in a truck mixer for not less than 70 revolutions of the drum or blades at the rate of rotation designated by the manufacturer of equipment. Additional mixing, if any. shall be at the speed designated by the manufacturer of the equipment as agitating speed. All materials including mixing water shall be in the mixer drum before actuating the revolution counter for determining the number of revolution of mixing. PART 3— EXECUTION 3.1 PROPORTIONING AND MIXING C. Proportioning of the concrete mix shall be based on the results of field experience or laboratory trial mixes in conformance with Section 5.3, "Proportioning on the Basis of Field Experience and/or Trial Mixtures"of ACI 318.When trial mixes are used they shall conform to the requirements of Chapter 3 "Proportioning" of ACI 301; provided, that the maximum slump for any concrete shall not exceed the limits specified in this Section of the Specifications. D. When field experience records are inadequate to confirm the quality of a proposed concrete mix in accordance with Section 5.3, "Proportioning on the Basis of Field Experience and/or Trial Mixtures" of ACI 318, or when required by the Engineer, an independent testing laboratory designated by the Contractor and acceptable to the Engineer shall test a trial batch of each of the preliminary concrete mixes submitted by the Contractor. The trial batches shall be prepared using the aggregates, cement and admixtures proposed for the project. The trial batch materials shall be of a quantity such that the testing laboratory can obtain enough samples to satisfy requirements stated below. Tests on individual materials stated in PRODUCTS should already be performed before any trial mix is done. The cost of laboratory trial batch tests for each specified concrete mix will be borne by the Contractor and the Contractor shall furnish and deliver the materials to the testing laboratory at no cost to the City. E. An independent testing laboratory shall observe the preparation of the trial batch, and they shall prepare a minimum of fifteen (15) standard test cylinders in accordance with ASTM C 31 in addition to conducting slump (ASTM C 143), air content (C 231) and unit weight 128 I P a g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 `\AiAMIBEACH NISI \ G ABOVE (C 138)tests. Compressive strength test on the cylinders shall subsequently be performed by the same laboratory in accordance with ASTM C 39 as follows: Test 3 cylinders at age 7 days; test 3 cylinders at age 21 days; test 3 cylinders at age 28 days and test 3 cylinders at 56 days. The cylinders shall be carefully identified as "Trial Mix, Contract No. , Product ." If the average 28-day compressive strength of the trial mix is less than that specified, or if any single cylinder falls below the required strength by more than 500 psi, the mix shall be corrected, another trial batch prepared, test cylinders taken, and new tests performed as before. Any such additional trial batch testing required shall be performed at no additional cost to the City. Adjustments to the mix shall be considered refinements to the mix design and shall not be the basis for extra compensation to the Contractor. F. Mixing of concrete shall conform to the requirements of Chapter 7 of ACI 301 Specifications. G. Retempering of concrete or mortar which has partially hardened will not be permitted. 3.2 QUALITY CONTROL D. Compressive Strength 1. Compression test specimens shall be taken during construction from the first placement of each class of concrete specified herein and at intervals thereafter as selected by the Engineer to ensure continued compliance with these Specifications. At least one set of test specimens shall be made for each day of concrete placement operations each placement in excess of five cubic yards, or for each fifty (50) cubic yards of concrete placed, or for each 5000 square feet of surface area for slabs or walls, whichever is greater. 2. Samples of freshly mixed concrete shall be obtained in accordance with ASTM C 172, and compression test specimens for concrete shall be made in accordance with ASTM C 31 and C 39. Specimens shall consist of at least five 6-inch diameter by 12-inch high cylinders, or eight 4-inch diameter by 8-inch high cylinders. Each cylinder shall be identified by a tag attached to the side of the cylinder. The materials testing consultant will fill out the required information on the tag, and the Contractor shall satisfy himself that such information shown is correct. 3. The Contractor shall provide approved curing boxes for storage of cylinders on site. The insulated curing box shall be of sufficient size and strength to contain all the specimens made in any four consecutive working days and to protect the specimens from falling over, being jarred or otherwise disturbed during the period of initial curing. The box shall be erected, furnished and maintained by the Contractor. Such box shall be equipped to provide the moisture and to regulate the temperature necessary to maintain the proper curing conditions required by ASTM C31. Such box shall be located in an area free from vibration such as pile driving and traffic of all kinds. No concrete requiring inspection shall be delivered to the site until such storage curing box has been provided. Specimens shall remain 129 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ';/l IBEACH RISI \ G A3OVE undisturbed in the curing box until ready for delivery to the testing laboratory but not less than sixteen hours 4. Compression test shall be performed in accordance with ASTM C 39. For 6x12 cylinders, two test cylinders will be tested at 7 days and 2 at 28 days. For 4x8 cylinders, three test cylinders will be tested at 7 days and three at 28 days. The remaining cylinders will be held to verify test results, if needed. E. Consistency 1. Consistency of the concrete will be checked by the Engineer by standard slump cone tests. The Contractor shall make any necessary adjustments in the mix as the Engineer may direct and shall upon written order suspend all placing operations in the event the consistency does not meet the intent of the specifications. No payment shall be made for delays, material or labor costs due to such eventualities. 2. Slump tests shall be made in accordance with ASTM C 143. Slump tests shall be performed as deemed necessary by the Engineer and each time compressive strength samples are taken. 3. Concrete with a specified nominal slump shall be placed having a slump within 1" (higher or lower)of the specified slump. Concrete with a specified maximum slump shall be placed having a slump less than the specified slump. F. Air Content 1. Samples of freshly mixed concrete will be tested for entrained air content by the Engineer in accordance with ASTM C 231. 2. Air content tests will be performed as deemed necessary by the Engineer and each time compressive strength samples are taken. 3. In the event test results are outside the limits specified, additional testing shall occur. Admixture quantity adjustments shall be made immediately upon discovery of incorrect air entrainment G. Evaluation and Acceptance of Concrete 1. Evaluation and acceptance of the compressive strength of concrete shall be according to the requirements of ACI 214, ACI 318, and ACI 350.ACI 215 and ACI 318, Chapter 5 "Concrete Quality Mixing and Placing", and as specified herein. 2. The strength level of concrete will be considered satisfactory if all of the following conditions are satisfied. a. Every arithmetic average of any three consecutive strength tests equals or exceeds the minimum specified 28-day compressive strength for the 130 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,;; IV \BEACH R SI \ G A3OVE mix (see Article 2.08). b. No individual compressive strength test results falls below the minimum specified strength by more than 500 psi. 3. If any concrete fails to meet these requirements, immediate corrective action shall be taken to increase the compressive strength for all subsequent batches of the type of concrete affected. 4. When a ratio between 7-day and 28-day strengths has been established by these tests, the 7-day strengths shall subsequently be taken as a preliminary indication of the 28-day strengths. Should the 7-day test strength from any sampling be more than 10% below the established minimum strength, the Contractor shall: a. Immediately provide additional periods of curing in the affected area from which the deficient test cylinders were taken. b. Maintain or add temporary structural support as required. c. Correct the mix for the next concrete placement operation, if required to remedythe situation. 5. All concrete which fails to meet the ACI requirements and these specifications, is subject to removal and replacement at the cost of the Contractor. Additional testing may also be required to verify compressive strength of concrete. 6. Additional testing shall involve extraction and testing of concrete cores in accordance with ASTM C 42. Engineer shall determine locations where concrete cores shall be taken. Nondestructive test methods shall not be used to verify strength of in-place concrete. H. When non-compliant concrete is identified, test reports shall be sent immediately to the Engineer for review. I. Additional Tests 1. When ordered by the Engineer, additional tests on in-place concrete shall be provided and paid for by the Contractor. 2. In the event the 28-day test cylinders fail to meet the minimum strength requirements as outlined in Article 3.10, paragraph F, the Contractor shall have concrete core specimens obtained and tested from the affected area immediately. a. Three cores shall be taken for each sample in which the strength requirements were not met. b. The drilled cores shall be obtained and tested in conformance with ASTM C42. The tests shall be conducted by a materials testing consultant approved by the Engineer. 131 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,\A AMIBEACH RISI \ G A3OV - c. The location from which each core is taken shall be approved by the Engineer. Each core specimen shall be located, when possible, so its axis is perpendicular to the concrete surface and not near formed joints or obvious edges of a unit of deposit. d. The core specimens shall be taken, if possible, so no reinforcing steel is within the confines of the core. e. The diameter of core specimens should be at least 3 times the maximum nominal size of the coarse aggregate used in the concrete but must be at least 2-inches in diameter. f. The length of specimen, when capped, shall be at least twice the diameter of the specimen. g. The core specimens shall be taken to the laboratory and when transported, shall not be thrown, dropped, allowed to roll, or damaged in any way. h. Two (2) copies of test results shall be mailed directly to the Engineer. The concrete in question will be considered acceptable if the average compressive strength of a minimum of three test core specimens taken from a given area equal or exceed 85% of the specified 28-day strength and if the lowest core strength is greater than 75% of the specified 28-day strength. J. In the event that concrete placed by the Contractor is suspected of not having proper air content, the Contractor shall engage a materials testing consultant approved by the Engineer, to obtain and test samples for air content in accordance with ASTM Specification C457. — END OF SECTION — SECTION 031100 CONCRETE FORMING PART 1 — GENERAL 1.1 GENERAL A. The Contractor shall form concrete and do all other work as required to produce finished concrete in accordance with the provisions of this Section and the requirements of the Contract Documents. PART 2 — PRODUCTS NOT USED PART 3— EXECUTION 3.1 FORMWORK 132 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ','AMIBEACH RISI \ G ABOVE A. Forms to confine the concrete and shape it to the required lines shall be used wherever necessary. The Contractor shall assume full responsibility for the adequate design of all forms, and any forms which are unsafe or inadequate in any respect shall promptly be removed and replaced at the Contractor 's expense. All design, construction, maintenance, preparation, and removal of forms shall be in accordance with the FBC, ACI 347 and the requirements specified herein. B. All forms shall be true in every respect to the required shape and size, shall conform to the established alignment and grade, and shall be of sufficient strength and rigidity to maintain their position and shape under the loads and operations incident to placing and vibrating the concrete. C. All concrete for walls shall be placed through openings in the form spaced at frequent intervals or through tremies (heavy duct canvas, rubber, etc.), equipped with suitable hopper heads. Tremies shall be of variable lengths so the free fall shall not exceed five (5)feet and a sufficient number shall be placed in the form to ensure the concrete is kept level at all times. D. When forms are removed, surfaces shall be even and dense, free from aggregate pockets or honeycomb. To achieve this, concrete shall be consolidated using mechanical vibration, supplemented by forking and spading by hand in the corners and angle of forms and along form surfaces while the concrete is plastic under the vibratory action. Consolidation shall conform to ACI 309. E. Vertical Surfaces: All vertical surfaces of concrete members shall be formed, except where placement of the concrete against the ground is called for by the Engineer. F. Construction Joints: Concrete construction joints will not be permitted at locations other than those shown or specified. except as may be acceptable to the Engineer. When a second lift is placed on hardened concrete, special precautions shall be taken in the way of the number, location, and tightening of ties at the top of the old lift and bottom of the new to prevent any unsatisfactory effect whatsoever on the concrete. G. Form Ties: Wire ties for holding forms will not be permitted. No form-tying device or part thereof, other than metal, shall be left embedded in the concrete. Ties shall not be removed in such manner as to leave a hole extending through the interior of the concrete members. The use of snap-ties which cause spilling of the concrete upon form stripping or tie removal will not be permitted. If steel panel forms are used, rubber grommets shall be provided where the ties pass through the form in order to prevent loss of cement paste. Where metal rods extending through the concrete are used to support r to strengthen forms, the rods shall remain embedded and shall terminate not less than 1 inch back from the formed face or faces of the concrete. H. Careful procedures for the removal of forms shall be strictly followed, and this work shall be done with care so as to avoid injury to the concrete. No heavy loading on green concrete will be permitted. Members which must support their own weight shall 133 I P a E TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 VdBEACH RISI \ G A3OVE not have their forms removed until they have attained at least 75 percent of the 28- day strength of the concrete as specified herein. Forms for all vertical walls and columns shall remain in place at least 2 days after the concrete has been placed. Forms for all parts of the Work not specifically mentioned herein shall remain in place for periods of time as determined by the City or their designee. I. Placement in Wall Forms: Concrete shall not be dropped through reinforcement steel or into any deep form, whether reinforcement is present or not, causing separation of the coarse aggregate from the mortar on account of repeatedly hitting rods or the sides of the form as it falls, nor shall concrete be placed in any form in such a manner as to leave accumulation of mortar on the form surfaces above the placed concrete. In such cases, some means such as the use of hoppers and, if necessary, vertical ducts of canvas, rubber, or metal shall be used for placing concrete in the forms in a manner that it may reach the place of final deposit without separation. In no case shall the free fall of concrete exceed 4 feet below the ends of ducts, chutes, or buggies. Concrete shall be uniformly distributed during the process of depositing, and in no case after depositing shall any portion be displaced in the forms more than 6 feet in horizontal direction. Concrete in forms shall be deposited in uniform horizontal layers not deeper than 2 feet; and care shall be taken to avoid inclined layers or inclined construction joints where such are required for sloping members. Each layer shall be placed while the previous layer is still soft. The rate of placing concrete in forms shall not exceed 5 feet of vertical rise per hour. — END OF SECTION — 134 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 !MIAMIBEACH RISI \ G A30V = SECTION 032000 CONCRETE REINFORCING PART 1 —GENERAL 1.1 GENERAL A. The Contractor shall furnish, fabricate and place all concrete reinforcing steel, welded wire fabric, couplers, and concrete inserts for use in reinforced concrete and shall perform all appurtenant work, including all the wires, clips, supports, chairs, spacers, and other accessories and special work necessary to hold the reinforcing steel in place and protect it from injury and corrosion, all in accordance with the Contract Documents. 1.2 REFERENCES A. Without limiting the generality of other requirements of these specifications, all Work specified herein shall conform to or exceed the requirements of the Building Code and the applicable requirements of the following documents to the extent that the provisions of such documents are not in conflict with the requirements of this Section. • CRSI Concrete Reinforcing Steel Institute Manual of Standard Practice ACI SP66 ACI Detailing Manual ACI 305 Hot Weather Concreting ACI 318 Building Code Requirements for Reinforced Concrete. ACI 350 Code Requirements for Environmental Engineering Concrete Structures WRI Manual of Standard Practice for Welded Wire Fabric. ASTM A 1064 Specification for Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete. ASTM A 615 Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 1.3 SUBMITTALS A. The Contractor shall furnish shop bending diagrams, placing lists, and Drawings of all reinforcing steel prior to fabrication in accordance with the requirements of Section 013300, "Submittal Procedures." The Contractor shall submit detailed placing and shop fabricating drawings, prepared in accordance with ACI 315 and 135 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 1 A AMIBEACH RISING A3OVE ACI Detailing Manual - (SP66) for all reinforcing steel. These drawings shall be made to such a scale as to clearly show joint locations, openings, the arrangement, spacing and splicing of the bars.Where opening sizes are dependent on equipment selection the Contractor shall indicate all necessary dimensions to define steel lengths and placing details B. Details of the concrete reinforcing steel and concrete inserts shall be submitted by the Contractor at the earliest possible date after receipt by the Contractor of the Notice to Proceed. Said details of reinforcing steel for fabrication and erection shall conform to ACI 315 and the requirements specified and shown. The shop bending diagrams shall show the actual lengths of bars, to the nearest inch measured to the intersection of the extensions (tangents for bars of circular cross section) of the outside surface. The shop Drawings shall include bar placement diagrams which clearly indicate the dimensions of each bar splice. C. Where mechanical couplers are shown on the Drawings to be used to splice reinforcing steel, the Contractor shall submit manufacturer's literature which contains instructions and recommendations for installation for each type of coupler used; certified test reports which verify the load capacity of each type and size of coupler used; and shop Drawings which show the location of each coupler with details of how they are to be installed in the formwork. D. Requests to relocate any bars that cause interferences or that cause placing tolerances to be violated. E. Proposed supports for each type of reinforcing. F. Certification that all installers of dowel adhesives are certified as Adhesive Anchor Installers in accordance with the ACI-CRSI Anchor Installer Certification Program. G. International Code Council-Evaluation Services Evaluation Services Report (ICC- ES ESR) for dowel adhesives. H. Adhesive dowel testing plan. 1.4 QUALITY ASSURANCE A. Installer Qualifications for Drilled-In Rebar: Drilled-in rebar shall be installed by an Installer with at least three years of experience performing similar installations. Installer shall be certified as an Adhesive Anchor Installer in accordance with ACI- CRSI Adhesive Anchor Installation Certification Program. B. Installer Training: Conduct a thorough training with the manufacturer or the manufacturer's representative for the Installer on the project. Training shall consist of a review of the complete installation process for drilled-in anchors, to include but not be limited to the following: 1. Hole drilling procedure. 136 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ! MI BEACH RISI \ G ABOVE 2. Hole preparation and cleaning technique. 3. Adhesive injection technique and dispenser training/maintenance. 4. Rebar doweling preparation and installation. 5. Proof loading/torquing. C. Inspections of the adhesive dowel system may be made by the Engineer or other representatives of the Owner in accordance with the requirements of the ESR published by the manufacturer. Provide adequate time and access for inspection of products and anchor holes prior to injection, installation, and proof testing. D. All reinforced concrete structures shall conform to ACI 301, ACI 302.1R, ACI 305, ACI 306, ACI 315, ACI 318, and ACI 350. PART 2 — PRODUCTS 2.1 REINFORCEMENT A. All reinforcing steel for all reinforced concrete construction shall conform to the following requirements: 1. Bar reinforcement shall conform to the requirements of ASTM A 615 for Grade 60 Billet Steel Reinforcement, and shall be manufactured in the United States. All reinforcing steel shall have the manufacturer's mill marking rolled into the bar which shall indicate the producer, size, type and grade. All reinforcing bars shall be deformed bars. Smooth reinforcing bars shall not be used unless specifically called for on the Drawings. 2. Welded wire fabric reinforcement shall conform to the requirements of ASTM A 185 and the details shown on the Drawings; provided, that welded wire fabric with longitudinal wire of W9.5 size wire shall be either furnished in flat sheets or in rolls with a core diameter of not less than 10 inches; and provided further, that welded wire fabric with longitudinal wires larger than W9.5 size shall be furnished in flat sheets only. All welded wire fabric reinforcement shall be galvanized. B. Field welding of reinforcing steel will not be allowed. C. Use of coiled reinforcing steel will not be allowed. 2.2 ACCESSORY MATERIALS A. Accessories shall include all necessary chairs, slab bolsters, concrete blocks, tie wires, dips, supports, spacers and other devices to position reinforcing during concrete placement. Wire bar supports shall be plastic protected (CRSI Class 1). 137 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 JAIAMIBEACH RISI \ G A3OVE B. Tie Wire: Galvanized 16 gauge annealed type. C. Concrete blocks(dobies), used to support and position reinforcing steel, shall have the same or higher compressive strength as specified for the concrete in which it is located. Concrete blocks shall only be used for slabs on grade. D. The portions of all accessories in contact with the formwork shall be made of concrete, plastic, or steel coated with a 1/8-inch minimum thickness of plastic which extends at least 1/2 inch from the concrete surface. Plastic shall be gray in color. 2.3 MECHANICAL COUPLERS A. Mechanical couplers shall develop a tensile strength which exceeds 100 percent of the ultimate tensile strength and 125 percent of the yield strength of the reinforcing bars being spliced. The reinforcing steel and coupler used shall be compatible for obtaining the required strength of the connection. B. Where the type of coupler used is composed of more than one component, all components required for a complete splice shall be supplied. C. Hot forged sleeve type couplers shall not be used.Acceptable mechanical couplers are Dayton Superior Dowel Bar Splicer System by Dayton Superior, Dayton, Ohio, or approved equal. Mechanical couplers shall only be used where shown on the Drawings or where specifically approved by the Engineer. D. Where the threaded rebar to be inserted into the coupler reduces the diameter of the bar, the threaded rebar piece shall be provided by the coupler manufacturer. 2.4 FABRICATION A. Reinforcing steel shall be accurately formed to the dimensions and shapes shown on the Drawings, and the fabricating details shall be prepared in accordance with ACI 315 and ACI 318, except as modified by the Drawings. Stirrups and tie bars shall be bent around a pin having a diameter not less than 1 1/2 inch for No. 3 bars, 2 inch for No. 4 bars, and 2 1/2 inch for No. 5 bars. Bends for other bars shall be made around a pin having a diameter not less than 6 times the minimum thickness, except for bars larger than 1 inch, in which case the bends shall be made around a pin of 8 bar diameters. Bars shall be bent cold. B. The Contractor shall fabricate reinforcing bars for structures in accordance with bending diagrams, placing lists, and placing Drawings. Said Drawings, diagrams, and lists shall be prepared by the Contractor as specified under Section entitled "Submittals," herein. C. Fabricating Tolerances: Bars used for concrete reinforcing shall meet the following requirements for fabricating tolerances: 1. Sheared length: + 1 inch 138 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 .,1iAw^,.IBEACli RISI \ G A3OVE 2. Depth of truss bars: + 0, 1/2 inch 3. Stirrups and ties: + 1/2 inch 4. All other bends: + 1 inch 2.5 DOWEL ADHESIVE SYSTEM A. Where shown on the Drawings, reinforcing bars anchored into hardened concrete with a dowel adhesive system shall use a two-component adhesive mix which shall be injected with a static mixing nozzle following manufacturer's instructions. B. All holes shall be drilled with a carbide bit unless otherwise recommended by the manufacturer. If coring holes is allowed by the manufacturer and approved by the Engineer, cored holes shall be roughened in accordance with manufacturer requirements. C. Thoroughly clean drill holes of all debris, drill dust, and water in accordance with manufacturer's instructions with compressed air and a wire brush prior to installation of adhesive and reinforcing bar. D. Degree of hole dampness shall be in strict accordance with manufacturer recommendations. Installation conditions shall be either dry or water-saturated. Water filled or submerged holes shall not be permitted unless specifically approved by the Engineer. E. Injection of adhesive into the hole shall be performed in a manner to minimize the formation of air pockets in accordance with the manufacturer's instructions. F. Embedment Depth: 1. The embedment depth of the bar shall be as show on the Drawings. Although all manufacturers listed below are permitted, the embedment depth shown on the Drawings is based on"SET-XP"by Simpson Strong-Tie Co. If the Contractor submits one of the other named dowel adhesives from the list below, the Engineer shall evaluate the required embedment and the Contractor shall provide the required embedment depth stipulated by the Engineer specific to the approved dowel adhesive. 2. Where the embedment depth is not shown on the Drawings, the embedment depth shall be determined to provide the minimum allowable bond strength equal to the tensile strength of the rebar according to the manufacturer's ICC- ES ESR. 3. The embedment depth shall be determined using the actual concrete compressive strength, a cracked concrete state, maximum long term temperature of 110 degrees F, and maximum short term temperature of 140 degrees F. In no case shall the embedment depth be less than the minimum, 139 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 .1iiAMIBEACH RISI \ G A3OVE or more than the maximum, embedment depths stated in the manufacturer's ICC-ES ESR. G. Engineer's approval is required for use of this system in locations other than those shown on the Drawings. H. The adhesive system shall be IBC compliant for use in both cracked and uncracked concrete, must comply with the latest revision of ICC-ES Acceptance Criteria AC308, and shall have a valid ICC-ES report. The adhesive system shall be "Epcon System C6+ Adhesive Anchoring System" as manufactured by ITW Redhead, " HIT-HY 200 Injection Adhesive Anchor System" as manufactured by Hilti, Inc. "SET-XP" as manufactured by Simpson Strong-Tie Co. or "Pure 110+ Epoxy Adhesive Anchor System" by Powers Fasteners. Fast-set epoxy formulations shall not be acceptable. I. All individuals installing dowel adhesive system shall be certified as an Adhesive Anchor Installer in accordance with the ACI-CRSI Anchor Installation Certification Program. 2.6 MINIMUM REINFORCEMENT A. Unless otherwise shown on the Drawings or in the absence of the steel being shown, the minimum cross sectional area of reinforcing steel in the direction of principal reinforcement shall be 0.0033 times the gross concrete area of all concrete members. B. Unless otherwise shown on the Drawings or in the absence of the steel being shown, the minimum cross sectional area of temperature reinforcing steel (reinforcing steel perpendicular to the principal reinforcing steel) shall be as follows: 1. 0.0020 times the gross concrete area in slabs of non-water-bearing structures. 2. 0.0015 times the gross concrete area vertically in walls of non-water-bearing structures. 3. 0.0025 times the gross concrete area horizontally in walls of non-water-bearing structures. 4. 0.0050 times the gross concrete area in slabs of water-bearing structures 5. 0.0030 times the gross concrete area vertically in walls of water-bearing structures. 6. 0.0050 times the gross concrete area horizontally in walls of water-bearing structures. 7. Temperature steel shall not be spaced further apart than five times the slab or wall thickness, nor more than 18 inches. PART 3 — EXECUTION 140 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 .tIA;VIBEACH RISI \ G A3OVE 3.1 PLACEMENT A. Reinforcing steel shall be accurately positioned as shown on the Drawings, and shall be supported and wired together to prevent displacement, using annealed iron wire ties or suitable clips at intersections. All reinforcing steel shall be supported by concrete, plastic or plastic protected (CRSI Class 1) metal supports, spacers or metal hangers which are strong and rigid enough to prevent any displacement of the reinforcing steel. Where concrete is to be placed on the ground, supporting concrete blocks(or dobies) shall be used, in sufficient numbers to support the bars without settlement, but in no case shall such support be continuous. All concrete blocks used to support reinforcing steel shall be tied to the steel with wire ties which are embedded in the blocks. For concrete over formwork, the Contractor shall furnish concrete, metal, plastic, or other acceptable bar chairs and spacers. B. Tie wires shall be bent away from the forms in order to provide the specified concrete coverage. C. Bars additional to those shown on the Drawings which may be found necessary or desirable by the Contractor for the purpose of securing reinforcement in position shall be provided by the Contractor at its own expense. D. Reinforcement placing tolerances shall be within the limits specified in ACI 318, unless otherwise directed by the Engineer. E. Unless otherwise specified, reinforcement placing tolerances shall be within the limits specified in Section 7.5 of ACI 318 except where in conflict with the requirements of the Building Code. F. Bars may be moved as necessary to avoid interference with other reinforcing steel, conduits, or embedded items. If bars are moved more than one bar diameter or enough to exceed the above tolerances, the resulting arrangement of bars shall be as acceptable to the Engineer. Reinforcing bars shall not be cut to place electrical plumbing or mechanical conduits, piping, ducts, etc. without the expressed written approval of the Engineer of Record. G. Welded wire fabric reinforcement placed over horizontal forms shall be supported on slab bolsters having gray, plastic coated standard type legs as specified herein. Slab bolsters shall be spaced not less than 30 inches on centers, shall extend continuously across the entire width of the reinforcing mat, and shall support the reinforcing mat in the plane shown on the Drawings. H. Welded wire fabric placed over the ground shall be supported on wired concrete blocks (dobies) spaced not more than 3 feet on centers in any direction. The construction practice of placing welded wire fabric on the ground and hooking into place in the freshly placed concrete shall not be used. I. The clear distance between parallel bars (except in columns and between multiple 141 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 vIBEACH SING A3OVE layers of bars in beams)shall be not less than the nominal diameter of the bars nor less than 1 1/3 times the maximum size of the coarse aggregate, nor less than one inch. J. Where reinforcement in beams or girders is placed in 2 or more layers, the clear distance between layers shall be not less than one inch. K. In columns, the clear distance between longitudinal bars shall be not less than 1 1/2 times the bar diameter, nor less than 1 1/2 times the maximum size of the coarse aggregate, nor less than 1 1/2 inches. L. The clear distance between bars shall also apply to the distance between a contact splice and adjacent splices or bars. M. Reinforcing bar splices shall only be used at locations shown on the Drawings. When it is necessary to splice reinforcement at points other than where shown, the character of the splice shall be as acceptable to the Engineer. N. The length of lap for reinforcing bars, unless otherwise shown on the Drawings shall be in accordance with ACI 318, Section 12.15.1 for a class B splice. O. Laps of welded wire fabric shall be in accordance with the ACI 318. Adjoining sheets shall be securely tied together with No. 14 tie wire,one tie for each 2 running feet. Wires shall be staggered and tied in such a manner that they cannot slip. P. Reinforcing shall not be straightened or rebent in a manner which will injure the material. Bars with kinks or bends not shown on the Drawings shall not be used. All bars shall be bent cold, unless otherwise permitted by the Engineer. No bars partially embedded in concrete shall be field bent except as shown on the Drawings or specifically permitted by the Engineer. Q. Dowel Adhesive System shall be installed in strict conformance with the manufacturer's recommendations and as required in Article 2.04 above. A representative of the manufacturer must be on site prior to adhesive dowel installation to provide instruction on proper installation procedures for all adhesive dowel installers. Testing of adhesive dowels shall be as indicated below. If the dowels have a hook at the end to be embedded in subsequent work, an approved mechanical coupler shall be provided at a convenient distance from the face of existing concrete to facilitate adhesive dowel testing while maintaining required hook embedment in subsequent work. R. All adhesive dowel installations in the horizontal or overhead orientation shall be conducted by a certified Adhesive Anchor Installer as certified by ACl/CSRI per ACI 318-11 9.2.2. Current AAI Certificated must be submitted to the Engineer of Record for approval prior to commencement of any adhesive anchor installations. S. Adhesive Dowel Testing 1. At all locations where adhesive dowels are shown on the Drawings, at least 5 142 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 mIAMIBEACH RISI \ G ABOVE percent of all adhesive dowels installed shall be tested to the value indicated on the Drawings, with a minimum of one tested dowel per group. If no test value is indicated on the Drawings but the installed dowel is under direct tension, the Contractor shall notify the Engineer to verify the required test value. 2. Contractor shall submit a plan and schedule indicating locations of dowels to be tested, load test values and proposed dowel testing procedure (including a diagram of the testing equipment proposed for use) prior to conducting any testing. The testing equipment shall have a minimum of three support points and shall be of sufficient size to locate the edge of supports no closer than two times the anchor embedment depth from the center of the anchor. 3. Where Contract Documents indicate adhesive dowel design is the Contractor's responsibility, the Contractor shall submit a plan and schedule indicating locations of dowels to be tested and load test values, sealed by a Professional Engineer currently registered in the State of Florida. The Contractor shall also submit documentation indicating the Contractor's testing procedures have been reviewed and the proposed procedures are acceptable. 4. Adhesive Dowel shall have no visible indications of displacement or damage during or after the proof test. Concrete cracking in the vicinity of the dowel after loading shall be considered a failure. Dowels exhibiting damage shall be removed and replaced. If more than 5 percent of tested dowels fail, then 100 percent of dowels shall be proof tested. 5. Proof testing of adhesive dowels shall be performed by an independent testing laboratory hired directly by the Contractor.The Contractor shall be responsible for costs of all testing, including additional testing required due to previously failed tests. 3.2 CLEANING AND PROTECTION A. Reinforcing steel shall at all times be protected from conditions conducive to corrosion until concrete is placed around it. B. The surfaces of all reinforcing steel and other metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar and other foreign substances immediately before the concrete is placed. Where there is delay in depositing concrete, reinforcing shall be reinspected and, if necessary recleaned. — END OF SECTION — 143 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 .\AIAMIBEACH RISI \ G A3OVE SECTION 033000 CAST-IN-PLACE CONCRETE PART 1 — GENERAL 1.1 GENERAL A. The Contractor shall furnish all materials for concrete in accordance with the provisions of this Section and shall form, mix, place, cure, repair, finish, and do all other work as required to produce finished concrete, all in accordance with the requirements of the Contract Documents. B. All reinforced concrete structures shall conform to ACI 301, ACI 302.1 R, ACI 305, ACI 306, ACI 315, ACI 318, and ACI 350. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. See Section 030000 1.4, "Concrete — Reference Specifications, Codes, and Standards" 1.3 SUBMITTALS A. A schedule of all concrete placement with volume of concrete planned to be placed each day. B. A layout of all structures with all planned construction joint locations. 1.4 QUALITY ASSURANCE A. See Section 030000 1.5, "Concrete—Quality Assurance" B. Construction Tolerances 1. The Contractor shall set and maintain concrete forms and perform finishing operations so as to ensure that the completed work is within the tolerances specified herein. Surface defects and irregularities are defined as finishes and are to be distinguished from tolerances. Tolerance is the specified permissible variation from lines, grades, or dimensions shown. Where tolerances are not stated in the Specifications, permissible deviations will be in accordance with ACI 347 and Section 03100 entitled "Concrete Formwork". C. Unless otherwise indicated, all materials,workmanship and practices shall conform to the requirements of ACI 301-96 "Specifications for Structural Concrete for Buildings", except as modified by supplemental requirements hereinafter. D. All reinforced concrete structures shall conform to ACI 301, ACI 302.1R, ACI 305, 144 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE ACI 306, ACI 315, ACI 318, and ACI 350. E. Concrete shall be composed of cement, fine aggregate, coarse aggregate, and water, so proportioned and mixed as to produce a plastic workable mixture in accordance with all requirements under this Section suitable to the specific conditions of placement. F. Work shall be performed in accordance with Contract Documents, Drawings, and/or City of Miami Beach Public Works Manual Specifications and Standard Details, in a neat and accurate manner. It is the intent of the City to obtain a complete and working installation according to these Specifications, and any items of labor, equipment, or materials which may reasonably be assumed as necessary to accomplish this end shall be supplied whether or not they are specifically shown on the project plans or stated herein. 1.5 QUALITY CONTROL A. See Section 030000 3.2, "Concrete— Quality Control" PART 2 — MATERIALS 1.1 CONCRETE A. See Section 030000, "Concrete" PART 3 — EXECUTION 3.1 PREPARATION A. Earth surfaces shall be thoroughly wetted by sprinkling, prior to the placing of any concrete, and these surfaces shall be kept moist by frequent sprinkling up to the time of placing concrete thereon.. The surface shall be free from standing water, mud, and debris at the time of placing concrete. B. No concrete shall be placed until the reinforcement steel and formwork have been erected in a manner acceptable to the Engineer. The Contractor shall notify the Engineer not less than two working days prior to Concrete Placement, allowing one day for review and any corrective measures which are required. C. Joints in Concrete 1. Concrete surfaces upon or against which concrete is to be placed shall be given a roughened surface for good bond and a bonding agent shall be placed. Contractor shall use an epoxy bonding agent for bonding fresh concrete to existing concrete. 2. On horizontal joints where concrete is to be placed on hardened concrete, 145 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID. F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAM I BEACH RISI \ G ABOVE flowing concrete containing a high range water reducing admixture or cement grout shall be placed with a slump not less than 8 inches for the initial placement at the base of the wall. Concrete or cement grout shall meet all strength and service requirements specified herein for applicable class of concrete. This concrete shall be worked well into the irregularities of the hard surface. D. Placing Interruptions 1. When placing of concrete is to be interrupted long enough for the concrete to take a set, the working face shall be given a shape by the use of forms or other means, that will secure proper union with subsequent work; provided that construction joints shall be made only where acceptable to the Engineer. Cold joints will be sufficient cause for rejection of the work. E. Embedded Items 1. No concrete shall be placed until all formwork, installation of parts to be embedded, reinforcing steel, and preparation of surfaces involved in the placing have been completed and accepted by the Engineer at least four hours before placement of concrete. All surfaces of forms and embedded items that have become encrusted with dried grout from concrete previously placed shall be cleaned of all such grout before the surrounding or adjacent concrete is placed. 2. All inserts or other embedded items shall conform to the requirements herein. F. All reinforcement, anchor bolts, sleeves, inserts, and similar items shall be set and secured in the forms where shown on the Drawings or by shop drawings and shall be acceptable to the Engineer before any concrete is placed.Accuracy of placement is the responsibility of the Contractor. G. All anchor bolts called for on the drawings shall be cast-in-place in the concrete. Drilled, impact, adhesive or other types of anchors shall not be substituted for anchor bolts unless otherwise shown on the Drawings. Anchor bolts shall conform to the requirements set forth in Section 05050 entitled "Metal Fastening". H. Casting New Concrete Against Old 1. Where concrete is to be cast against old concrete (any concrete which is greater than 60 days of age), the surface of the old concrete shall be thoroughly cleaned and roughened by sand blasting (exposing aggregate) prior to the application of an epoxy bonding agent. I. No concrete shall be placed in any structure until all water entering the space to be filled with concrete has been properly cut off or has been diverted by pipes, or other means, and carried out of the forms, clear of the work. No concrete shall be deposited underwater, except where shown on the Drawings to be placed by the tremie method, nor shall the Contractor allow still water to rise on any concrete until the concrete has attained its initial set. Water shall not be permitted to flow over the surface of any concrete in such manner and at such velocity as will injure the surface 146 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE finish of the concrete. Pumping or other necessary dewatering operations for removing ground water, if required, will be subject to the review of the Engineer. J. Corrosion Protection 1. Pipe, conduit, dowels, and other ferrous items required to be embedded in concrete construction shall be so positioned and supported prior to placement of concrete that there will be a minimum of 2 inches clearance between said items and any part of the concrete reinforcement. Securing such items in position by wiring or welding them to the reinforcement will not be permitted. 2. Openings for pipes, inserts for pipe hangers and brackets, and the setting of anchors shall, where practicable, be provided forduring the placing of concrete. 3. Anchor bolts shall be accurately set, and shall be maintained in position by templates while being embedded in concrete. 4. The surfaces of all metalwork to be in contact with concrete shall be thoroughly cleaned of all dirt, grease, loose scale and rust, grout, mortar, and other foreign substances immediately before the concrete is placed. 3.2 PLACING CONCRETE A. Placing of concrete shall conform to the applicable requirements of Chapter 8 of ACI 301 and the requirements of this Section. B. Non Conforming Work or Materials 1. Concrete which upon or before placing is found not to conform to the requirements specified herein shall be rejected and immediately removed from the Work. Concrete which is not placed in accordance with these Specifications, or which is of inferior quality, shall be removed and replaced by and at the expense of the Contractor. C. Unauthorized Placement 1. No concrete shall be placed except in the presence of duly authorized representative of the Engineer. The Contractor shall notify the Engineer at least 24 hours in advance of placement of any concrete. D. Casting New Concrete Against Old 1. An epoxy adhesive bonding agent shall be applied to set surfaces of construction joints according to the manufacturer's written recommendations. E. Conveyor Belts and Chutes 1. All ends of chutes, hopper gates, and all other points of concrete discharge throughout the Contractor's conveying, hoisting and placing system shall be so 147 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMI BEAC H RISI \ G A3OVE designed and arranged that concrete passing from them will not fall separated into whatever receptacle immediately receives it. Conveyor belts, if used, shall be of a type acceptable to the Engineer. Chutes longer than 50 feet will not be permitted. Minimum slopes of chutes shall be such that concrete of the specified consistency will readily flow in them. If a conveyor belt is used, it shall be wiped clean by a device operated in such a manner that none of the mortar adhering to the belt will be wasted. All conveyor belts and chutes shall be covered. Sufficient illumination shall be provided in the interior of all forms so that the concrete at the places of deposit is visible from the deck or runway. F. Placement in Slabs 1. Concrete placed in sloping slabs shall proceed uniformly from the bottom of the slab to the top,for the full width of the pour.As the work progresses,the concrete shall be vibrated and carefully worked around the slab reinforcement, and the surface of the slab shall be screeded in an up slope direction. G. Pumping Equipment 1. Pumping equipment and procedures if used shall conform to the recommendations contained in the report of ACI Committee 304 on Placing Concrete by Pumping Methods, ACI 304.2R. The specified slump shall be measured at the point of discharge. The loss of slump in pumping shall not exceed 1-1/2 inches. H. The order of placing concrete in all parts of the work shall be acceptable to the Engineer. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints shown on the Drawings. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall have cured at least 7 days before the contiguous unit or units are placed, except that the corner sections of vertical walls shall not be placed until the 2 adjacent wall panels have cured at least 14 days. I. The surface of the concrete shall be level whenever a run of concrete is stopped. To ensure a level, straight joint on the exposed surface of walls, a wood strip at least 3/4- inch thick shall be tacked to the forms on these surfaces. The concrete shall be carried about 1/2-inch above the underside of the strip. About one hour after the concrete is placed, the strip shall be removed and any irregularities in the edge formed by the strip shall be leveled with a trowel and all laitance shall be removed. J. As concrete is placed in the forms or in excavations, it shall be thoroughly settled and compacted,throughout the entire depth of the layer which is being consolidated, into a dense, homogeneous mass, filling all corners and angles, thoroughly embedding the reinforcement, eliminating rock pockets, and bringing only a slight excess of water to the exposed surface of concrete during placement.Vibrators shall be high speed power vibrators (8000 to 10,000 rpm) of an immersion type in sufficient number and with (at least one) standby units as required. 148 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH R SI \ G ABOVE K. Care shall be used in placing concrete around waterstops. The concrete shall be carefully worked by rodding and vibrating to make sure that all air and rock pockets have been eliminated. Where flat strip type waterstops are placed horizontally, the concrete shall be worked under the waterstops by hand, making sure that all air and rock pockets have been eliminated. Concrete surrounding the waterstops shall be given additional vibration, over and above that used for adjacent concrete placement to assure complete embedment of the waterstops in the concrete. L. Concrete in walls shall be internally vibrated and at the same time, stirred, or worked with suitable appliances, tamping bars, shovels, or forked tools until it completely fills the forms or excavations and closes snugly against all surfaces. Subsequent layers of concrete shall not be placed until the layers previously placed have been worked thoroughly as specified. Vibrators shall be provided in sufficient numbers, with standby units as required,to accomplish the results herein specified within 15 minutes after concrete of the prescribed consistency is placed in the forms. The vibrating head shall be kept from contact with the surfaces of the forms. Care shall be taken not to vibrate concrete excessively or to work it in any manner that causes segregation of its constituents. 3.3 CONCRETE FINISHING A. Concrete finishes are specified in Section 033900, "Concrete Curing" 3.4 CURING AND PROTECTION A. Curing is specified in Section 033900, "Concrete Curing" 3.5 PLACING CONCRETE A. Inspections Before Placing Concrete: Do not place concrete until the depth and character of the foundation and the adequacy of the forms and falsework have been approved by the Engineer. Do not deposit any concrete until all reinforcement is in place and has been inspected and approved by the Engineer. B. Exposure to Water: Do not expose concrete other than seal concrete in cofferdams to the action of water before final setting. Do not expose such concrete to the action of salt or brackish water for a period of seven days after placing the concrete. Protect the concrete during this period by keeping salt or brackish water pumped out of cofferdams. C. Deposit concrete as nearly as possible in its final position. Do not deposit large quantities at one point and then run or work it along the forms. Take special care to fill each part of the forms, to work coarse aggregate back from the face, and to force concrete under and around reinforcing bars without displacing them. D. Use a method and manner of placing concrete that avoids the possibility of segregation or separation of aggregates. If the Engineer determines that the quality 149 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISING A3OVE of concrete as it reaches its final position is unsatisfactory, remove it and discontinue or adjust the method of placing until the Engineer determines that the quality of the concrete as placed is satisfactory. E. Use metal or metal-lined open troughs, chutes, or other means of concrete conveyance which have no aluminum parts in contact with the concrete. As an exception, chutes made of aluminum for ready mixed concrete trucks, no longer than 20 feet, may be used. This exception does not apply to any other means of concrete conveyance. Where steep slopes are required, use chutes that are equipped with baffles or are in short lengths that reverse the direction of movement. Where placing operations would involve dropping the concrete freely more than 5 feet, deposit it through pipes, troughs, or chutes of sheet metal or other approved material. Use troughs, chutes, or pipes with a combined length of more than 30 feet only with the Engineering Department's authorization. Keep all troughs, chutes, and pipes clean and free from coatings of hardened concrete by thoroughly flushing them with water after each run or more often if necessary. F. Place concrete against supporting material that is moist at the time of concrete placement. If additional water is required, uniformly apply it ahead of the concrete placement as directed by the Engineer. The Contractor may use a moisture barrier in lieu of controlling the foundation grade moisture when approved by the Engineer. G. Place concrete in continuous horizontal layers, approximately 20 inches thick. To avoid obtaining a plane of separation or a cold joint between layers, vibrate the concrete. H. Vibrate concrete to avoid honeycomb and voids, especially at construction joints, expansion joints, valleys, and ends of form sheets. Use approved pouring sequences. I. Do not use calcium chloride or any other admixture containing chloride salts in the concrete. J. The concrete shall be placed on stabilizing or compacted subgrade to such depth that, when it is consolidated and finished, the slab thickness required by the Drawings will be obtained at all points and surface will at no point be below the grade specified for the finished surface, after application of the allowable tolerance. The concrete shall be deposited on the stabilized subgrade in a manner which will require as little re-handling as possible. Placing of the concrete shall be continuous between transverse joints, without the use of intermediate bulkheads. K. Concrete shall be thoroughly consolidated against and along the faces of all forms, and along the full length and on both sides of all joint assemblies, by means of hand- operated, vibrators. Vibrators shall not be permitted to come in contact with joint assembly, the subgrade, or a side form. Vibration at any one location shall not continue so long as to produce puddling or the accumulation of excessive grout on the surface. In no case shall the vibrator be operated longer than 15 seconds in any one location. 150 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE L. Coloring of concrete shall be done by dry-mixing the compound and broadcasting over the fresh-poured concrete after it has been struck off. M. Placing of concrete shall be regulated so that the pressure caused by the wet concrete shall not exceed that used in the design of the forms. N. Care shall be taken to prevent cold joints when placing concrete in any portion of the work. The concrete placing rate shall be such as to ensure that each layer is placed while the previous layer is soft or plastic, so that the two layers can be made monolithic by penetration of the vibrators. Maximum thickness of concrete layers shall be 18 inches. The surface of the concrete shall be level whenever a run of concrete is stopped. 3.6 CONCRETE IN COLD WEATHER A. Cold weather concreting procedures shall be in accordance with the requirements of ACI 306. B. Do not place concrete when the air temperature at placement is below 40°F. The requirements of concreting in cold weather do not apply to precast concrete mixing and placement operations occurring in a temperature-controlled environment. 3.7 CONCRETE IN HOT WEATHER A. Hot weather concreting procedures shall conform to the requirement of ACI 305. B. Hot weather concreting is defined as the production, placing, and curing of concrete when the concrete temperature at placing exceeds 85°F but is less than 100°F. Unless the specified hot weather concreting measures are in effect, reject concrete exceeding 85°F at the time of placement. Concrete temperature shall be measured per ASTM C1064. Regardless of special measures taken, reject concrete exceeding 100°F. Predict the concrete temperatures at placement time and implement hot weather measures to avoid production shutdown. 3.8 PLACING CONCRETE UNDERWATER (TREMIE CONCRETE) A. Placing concrete underwater will be permitted only when shown on the Drawings. Concrete deposited under water shall be carefully placed in a compacted mass in final position by means of a tremie, a closed bottom dump bucket or other approved method. Care must be exercised to maintain still water at the point of deposit. Concrete shall not be placed in running water. The consistency of the concrete shall be regulated to prevent segregation of materials.The method of depositing concrete shall be regulated such that the concrete enters the mass of the previously place concrete from within, displacing water with a minimum disturbance to the surface of the concrete. B. Tremie shall consist of a tube having a diameter of not less than 10 inches and 151 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E98-9125-02D8A3F6F450 WIBEACH RISI \ G A3OVE constructed in sections having flanged couplings fitted with gaskets.The tremie shall be supported to permit free movement of the discharge and over the entire top surface of the work and shall permit rapid lowering when necessary to choke off or retard the flow. The discharge end shall be entirely sealed at all times and the tremie tube kept full to the bottom of the hopper. When a batch is dumped into the hopper, the tremie shall be slightly raised, but not out of the concrete at the bottom, until the batch discharges to the bottom of the hopper. The flow shall then be stopped by lowering the tremie. The flow shall be continuous until the placement has been completed. 3.9 PLACING CONCRETE UNDER PRESSURE (PUMPING) A. Where concrete is conveyed and placed by mechanically applied pressure, the equipment shall have the capacity for the operation. The operation of the pump shall be such that a continuous stream of concrete without air pockets is produced. To obtain the least line resistance, the layout of the pipeline system shall contain a minimum number of bends with no change in pipe size. If two sizes of pipe must be used, the smaller diameter should be used at the pump end and the larger at the discharge end. When pumping is completed, the concrete remaining in the pipelines, if it is to be used, shall beejected in such a manner that there will be no contamination of the concrete or separation of the ingredients. B. No aluminum parts shall be in contact with the concrete during the entire placing of concrete under pressure at anytime. C. Prior to placing concrete under pressure, the Contractor shall submit the concrete mix design together with test results from a recognized testing laboratory proving the proposed mix meets all requirements. In addition,at the Contractor's option, an actual pumping test under field conditions may be performed prior to use of the accepted mix. This test requires a duplication of anticipated site conditions from beginning to end. The batching and truck mixing shall be the same as will be used;the same pump and operator shall be present and the pipe and pipe layouts will reflect the maximum height and distance contemplated. D. If the pumped concrete does not produce satisfactory end results, the Contractor shall discontinue the Pumping operation and proceed with the placing of concrete using conventional methods. E. The pumping equipment must have two cylinders and be designed to operate with one cylinder only in case the other one is not functioning. In lieu of this requirement, the Contractor may have a standby pump on the site during pumping. F. The minimum diameter of the hose (conduits) shall be four inches. G. Pumping equipment and hoses (conduits) that are not functioning properly shall be replaced. 3.10 ORDER OF PLACING CONCRETE 152 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M AV1IBEACH RISI \ G A3OVE A. In order to minimize the effects of shrinkage, the concrete shall be placed in units as bounded by construction joints shown on the Drawings and maximum lengths as indicated on Drawings. The placing of units shall be done by placing alternate units in a manner such that each unit placed shall be have cured at least seven days before the contiguous unit or units are placed, except that the corner sections of vertical walls shall not be placed until the two adjacent wall panels have cured at least 14days. B. The surface of the concrete shall be level whenever a run of concrete is stopped. 3.11 CARE AND REPAIR OF CONCRETE A. The Contractor shall protect all concrete against injury or damage from excessive heat, lack of moisture, overstress, or any other cause until final acceptance by the Owner. Particular care shall be taken to prevent the drying of concrete and to avoid roughening or otherwise damaging the surface.Any concrete found to be damaged, or which may have been originally defective, or which becomes defective at any time prior to the final acceptance of the completed work, or which departs from the established line or grade, or which, for any other reason, does not conform to the requirements of the Contract Documents, shall be satisfactorily repaired or removed and replaced with acceptable concrete at the Contractor's expense. B. As soon as forms are removed, all exposed surfaces shall be carefully examined and Contractor shall immediately notify the Engineer. Plastering or coating of surfaces to be smoothed will not be permitted. No repairs shall be made until reviewed by the Engineer. In no case will extensive patching of honeycombed concrete be permitted. C. Concrete containing minor voids, holes, honeycombing, or similar depression defects shall have them repaired as directed. Concrete containing extensive voids, holes, honeycombing, or similar depression defects, shall be completely removed and replaced. All repairs and replacements herein specified shall be promptly executed by the Contractor at its own expense. D. Holes left by tie rod cones shall be repaired in an acceptable manner with dry- packed cement grout or premixed patching material as accepted by the Engineer. E. Areas of concrete in which cracking, spalling, or other signs of deterioration develop prior to final acceptance shall be removed and replaced, or repaired as directed. This stipulation includes concrete that has experienced cracking due to drying or thermal shrinkage of the concrete. Structural cracks shall be repaired using an approved epoxy injection system. Non-structural cracks shall be repaired using an approved hydrophilic resin pressure injected grout system, unless other means of repair are deemed necessary and approved. All repair work shall be performed at no additional cost to the Owner. F. Concrete which fails to meet the strength requirements will be analyzed as to its adequacy based upon loading conditions, resultant stresses and exposure 153 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMIBEACH RISING ABOVE conditions for the particular area of concrete in question. If the concrete in question is found unacceptable based upon this analysis, that portion of the structure shall be strengthened or replaced by the Contractor at no additional cost to the Owner. The method of strengthening or extent of replacement shall be as directed by the Engineer. 3.12 CONCRETE SEALER A. See Section 033500, "Concrete Finishing" B. Contractor shall apply a sealer to the top surface of all finished concrete floor slabs and equipment pads which are to remain unpainted and not intended to be immersed unless stated otherwise. — END OF SECTION — 154 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,1jAV'JBEACH RISI \ G A30VE SECTION 033750 FLOWABLE FILL PART 1 - GENERAL 1.1 SCOPE OF WORK A. This Section specifies the requirements for flowable fill used for trenches, support for pipe structures, culverts, utility cuts and other works where cavities exist and where firm support is needed for pavements and structural elements. Flowable fill may also be used to fill water and sewer lines, and fuel tanks placed out of service, and at other locations approved by the Engineer. PART 2 - PRODUCTS 2.1 MATERIALS A. The materials used shall conform with the requirements specified in Division III of the FDOT Standard Specifications for Road and Bridge Construction, latest edition, and herein. Specific references are as follows: 1. Portland cement (Types I, II or III) in accordance with Section 921 "Portland Cement and Blended Cement." 2. Fly ash, slag, and other pozzolanic materials for portland cement concrete in accordance with Section 929 "Supplementary Cementitious Materials." 3. Fine aggregate (sand)* in accordance with Section 902 "Fine Aggregate." 4. Water in accordance with Section 923 "Water for Concrete." *Any clean sand with 100% passing 3/8-inch sieve and not more than 10% passing with 200 mesh may be used. 2.2 MIX PROPORTIONS A. The Contractor shall be responsible for producing a flowable mixture using these guidelines and by adjusting his mixture design as called for by circumstances or as may be directed by the Engineer. B. Excavatable flowable fill material shall be proportioned to produce a 28-day compressive strength of 100 psi. C. General mix quantities are as follows: Components Pounds per Cubic Yard Cement 50-100** Fly ash or granulated blast furnace slag 0-600 Fine sand (adjust to yield one cubic yard of flowable fill) 2,750 Water(maximum) 500 **The percentage of cement may be increased above these limits only when early 155 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M AMIBEACH RISI \ G A3OVE strength is required and future removal is unlikely. D. Weights for fine aggregate and water shall be adjusted according to cementitious content. The mix proportions shall be adjusted for removability, pumpability and flowability. If required, strength test data shall be provided prior to batching. E. If required by the Engineer, the flowability can be measured by efflux time determined in accordance with ASTM C939 "Standard Test Method for Flow of Grout for Preplaced-Aggregate Concrete (Flow Cone Method)" and shall be 30 seconds ±5 seconds as measured on mortar passing the No. 4 sieve. The equipment required to perform this test shall be provided by the Contractor. 2.3 APPROVED MIXES OF "EXCAVATABLE FLOWABLE FILL" FDOT -Approved Design Mixes for Miami-Dade County Plant Mix Number Tarmac 04-FF-65 Rinker Materials Corp. 04-FF-52 Central Concrete Supermix Inc. 06-FF-41 Cemex 06-FF-48 PART 3 - EXECUTION 3.1 PRODUCTION AND PLACING A. Flowable fill shall be produced and delivered using concrete construction equipment. Placing flowable fill shall be done by chute, pumping or other methods approved by the Engineer. 3.2 CONSTRUCTION REQUIREMENTS A. The flowable fill shall be placed to the designated fill line without vibration or other means of compaction. Placement shall be avoided during inclement weather, e.g. rain or ambient temperatures below 40 degrees F. The Contractor shall take all necessary precautions to prevent any damages caused by the hydraulic pressure of the fill during placement prior to hardening. Also, necessary means to confine the material within the designated space shall be provided by the Contractor. 3.3 ACCEPTANCE A. The flowable fill shall be proportioned and placed as specified herein. In general, the strength desired is the maximum hardness that can be excavated at a later date using conventional excavating equipment. No curing protection is required. B. The fill shall be left undisturbed until material obtains sufficient strength. Sufficient strength is 250 psi penetration resistance as measured using a hand held penetrometer. The penetrometer shall be provided by the Contractor. 156 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E98-9125-D2D8A3F6F450 V11h BEAC H RISI \ G ABOVE C. All flowable fill areas subject to traffic loads must have a durable riding surface. D. An approved type of accelerator may be approved for the placement of flowable fill in traffic areas when submitted to the Department for FDOT approval. — END OF SECTION — 157 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMIBEACH RISI \ G A3OVE SECTION 033500 CONCRETE FINISHING PART 1 — GENERAL 1.1 SCOPE A. The Contractor shall finish concrete and do all other work as required to produce finished concrete all in accordance with the provisions of this Section and the requirements of the Contract Documents. B. The Contractor shall furnish all labor, materials, equipment, incidentals, transportation, application/installation and supervision necessary to complete all caulking, sealing and related work called for by the plans and/or specifications, or reasonably inferable from either or both. 1.2 QUALITY ASSURANCE A. Sealants and caulking shall contain have no asbestos containing materials. B. Qualifications of manufacturers: Products used in the work of this section shall be produced by manufacturers regularly engaged in manufacture of similar items and with a history of successful production acceptable to the Engineer of Record. C. Qualification of Installers: 1. Proper caulking and proper installation of sealants require that installers be thoroughly trained and experienced in the necessary skills and thoroughly familiar with the specified requirements. PART 2 — PRODUCTS 2.1 MATERIALS A. Caulking compounds, for interior non-moving joints use Externaflux Butyl Caulk, Pecorp-158, Sonneborn-Contech Products, Inc., Butakauk, or approved equal. Sealants: For sealing exterior expansion and control joints: Use Dow Corning Corp. 790 or approved equal. B. Primers: Use only those primers which are nonstaining, have been tested for durability on the surfaces to be sealed, and are specifically recommended for this installation by the manufacturer of the sealant used. C. Backup Materials: Use only those backup materials which are specifically recommended for this installation by the manufacturer of the sealant used and which are nonabsorbent and nonstaining. D. Bond-preventive Materials: Use only those materials best suited for the application 158IPage TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 v.IBEACH RISI \ G ABOVE and as recommended by the manufacturer of the sealant used. E. Use only solvents which can be completely removed or which will not adversely affect the caulking or sealant to be applied. F. Other Materials: All other materials, not specifically described but required for complete and proper caulking and installation of sealants, shall be first quality of their respective kinds, new and as selected by the Contractor subject to the approval of the Engineer. 2.2 PROHIBITED MATERIALS A. The City will not accept any materials that contain asbestos. It shall be the Contractor's responsibility to verify that materials furnished to the City contain no asbestos minerals. Any materials found to have asbestos and installed by the Contractor shall be removed at his expense. Some construction materials that may be currently sold on the market by various manufacturer's contain asbestos materials are drywall/joint compound, plaster, texture coats, vinyl floor tiles, adhesives, roofing tars, felt, shingles, acoustic ceilings. fireproofing, caulk, sealants, specialty gaskets, fire doors, insulation, particle filters, HVAC ducts,drilling fluid additives, and insulation boards. B. The Contractor is hereby alerted to the fact that some of these above listed materials manufactured abroad may contain asbestos containing minerals from the serpentine or amphibole group. The asbestos containing minerals to be avoided are as follows: Asbestos Type CAS# Formula Chrysotile 12001-29-5 Mg 3(Si2O5)(OH)4 Amosite 12172-73-5 Fe7Si8022(OH)2 Crocidolite 12001-28-4 Na2Fe2+3Fe3+2S18022(OH)2 Tremolite 77536-68-6 Ca2Mg5Si8O22(OH)2 Actinolite 77536-66-4 Ca2(Mg,Fe)5(S18022)(OH)2 Anthophyllite 77536-67-5 (Mg, Fe)7Si8O22(OH)2 Richterite 17068-76-7 Na(Ca,Na)(Mg, Fe++)5(Si8O22)(OH)2 Winchite (Ca,Na)Mg4(AI,Fe3+)(Si8022)(OH)2 C. The Contractor shall check the label of every product submitted. Shop drawing approval shall not absolve the Contractor of the responsibility of submitting asbestos free materials. PART 3 — EXECUTION 3.1 FINISHING A. Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, continuous hard surface. Allowable 159 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISING ABOVE deviations from plumb or level and from the alignment, profiles, and dimensions shown on the Drawings are defined as tolerances and are specified herein. These tolerances are to be distinguished from irregularities in finish as described herein. Aluminum finishing tools shall not be used. B. Formed Surfaces: After removal of forms, the finishes described below shall be applied. Unless the finish schedule specifies otherwise, all surfaces shall receive at least a Type I finish. The Engineer shall be the sole judge of acceptability of all concrete finish work. 1. Type I - Rough: All fins, burrs and other projections left by the forms shall be removed. All holes left by removal of ends of ties, and all other holes, depressions, or voids shall be filled solid with cement grout after first being thoroughly wetted. Honeycombs shall be chipped back to solid concrete as directed, prior to patching with cement grout. Holes shall be filled with a small tool that will permit packing the hole solidly with cement grout. Cement grout shall consist of one part cement to three parts sand, and the amount of mixing water shall be as little as consistent with the requirements of handling and placing. Color of cement grout shall match the adjacent wall surface. At locations where concrete coatings are specified to be applied, epoxy-based patch material or filler surfaces compatible with the coating shall be used in lieu of cement grout specified herein. Concrete finish shall be in strict conformance to the coating / paint manufacturer's recommendations. 2. Type II - Grout Cleaned: Where this finish is required, it shall be applied after completion of Type I finish. After the concrete has been predampened, slurry consisting of one part cement (including an appropriate quantity of white cement in order to produce a color matching the surrounding concrete) and 1- 1/2 parts sand passing the No. 16 sieve, by damp loose volume, shall be spread over the surface with clean burlap pads or sponge rubber floats. Any surplus shall be removed by scraping and then rubbing with clean burlap. The finish shall be kept damp for at least 36 hours after application. 3. Type Ill -Smooth Rubbed:Where this finish is required, it shall be applied after the completion of the Type I finish. No rubbing shall be done before the concrete is thoroughly hardened and the mortar used for patching is firmly set. A smooth, uniform surface shall be obtained by wetting the surface and rubbing it with a carborundum stone to eliminate irregularities. Unless the nature of the irregularities requires it,the general surface of the concrete shall not be cut into. Corners and edges shall be slightly rounded by the use of the carborundum stone. Brush finishing or painting with grout or neat cement will not be permitted. C. Unformed Surfaces: The finishes described below shall be applied to unformed surfaces such as floors, slabs, flow channels and top of walls in accordance with the 160 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ticA H RISI \ G ABOVE Concrete Finish Schedule. The Engineer shall be the sole judge of acceptability of all such finish work. 1. Type "A" - Screeded: This finish shall be obtained by placing screeds at frequent intervals and striking off to the surface elevation required. When a Type"F"finish is subsequently to be applied, the surface of the screeded concrete shall be roughened with a concrete rake to '/2" minimum deep grooves prior to final set. 2. Type "B" - Wood Floated: This finish shall be obtained after completion of a Type "A" finish by working a previously screeded surface with a wood float until the desired texture is reached. Floating shall begin when the water sheen has disappeared and when the concrete has sufficiently hardened so that a person's foot leaves only a slight imprint. If wet spots occur, water shall be removed with a squeegee. Care shall be taken to prevent the formation of laitance and excess water on the finished surface. The finished surface shall be true, even, and free from blemishes and other irregularities. 3. Type "C" - Cork Floated: This finish shall be similar to Type "B" but slightly smoother than that obtained with a wood float. It shall be obtained by power or band floating with cork floats. 4. Type "D"- Steel Troweled: This finish shall be obtained after completion of a Type "B" finish. When the concrete has hardened sufficiently to prevent excess fine material from working to the surface, the surface shall be compacted and smoothed with not less than two thorough and complete steel troweling operations. In areas, which are to receive a floor covering such as tile, resilient flooring, or carpeting, only one troweling operation is required. The finish shall be brought to a smooth, dense surface, free from defects and blemishes. 5. Type "E" - Broom or Belt: This finish shall provide the surface with a transverse scored texture by drawing a broom or burlap belt across the surface immediately after completion of a Type "B" finish. 6. Type "F" - Swept in Grout Topping: This finish shall be applied after a completion of a Type "A" finish. The concrete surface shall be properly cleaned,washed, and coated with a mixture of water and Portland Cement. Cement grout in accordance with Section 03315, shall then be plowed and swept into neat conformance with the blades or arms of the apparatus by turning or rotating the previously positioned mechanical equipment. Special attention shall be paid to true grades, shapes and tolerances as specified by the manufacturer of the equipment. Before beginning this finish, the Contractor shall notify the Engineer and the equipment 161 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 .MIAMIBEACH RISI \ G A3OVE manufacturer of the details of the operation and obtain approval and recommendations of the equipment manufacturer. 7. Type"G"-Hardened Finish: Either a liquid hardened finish or an aggregate hardened finish shall be provided at the Contractor's option. 8. Type "H" - Non-Slip Finish: This finish shall be provided by applying a non- slip shake-on aggregate concurrently with the application of a Type "D" finish. Application procedure shall be in accordance with manufacturer's instructions. 9. Type "J"- Raked Finish: This finish shall be provided by raking the surface as soon as the condition of the concrete permits by making depressions of +/-1/4-inch. 3.2 SEALING AND CAULKING A. INSPECTION 1. Examine the areas and conditions under which work of this Section will be performed. Correct conditions detrimental to the proper and timely completion of the work. Do not proceed until unsatisfactory conditions have been corrected. B. PREPERATION 1. Concrete Surfaces: i. All surfaces in contact with caulking or sealant shall be dry, sound and well brushed and wiped free from dust. ii. Use solvent to remove oil and grease, wiping the surfaces with clean rags. iii. Where surfaces have been treated, remove the surface treatment by use of sandblasting or wire brushing. iv. Remove all laitance and mortar from the joint cavity. v. Where backstop is required, insert the approved backup material in the joint cavity to the depth required. 2. Steel Surfaces: i. Steel surfaces in contact with caulking or sealant shall be sandblasted or, if sandblasting would not be practical or would damage adjacent finish, the metal shall be scraped or wire-brushed to remove mill scale. 162 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'BEACH RISI \ G A3OVE ii. Use solvent to remove oil and grease, wiping the surface with clean rags. iii. Remove protective coatings on steel by sandblasting or by a solvent that leaves no residue. 3. Aluminum Surfaces: i. Aluminum surfaces in contact with caulking or sealant shall be cleaned of temporary protective coatings, dirt, oil and grease. ii. Use only such solvents to remove protective coatings as are recommended for that purpose by the manufacture of the aluminum work and which are nonstaining. C. INSTALLATION OF BACK-UP MATERIAL 1. Installation of back-up material, primers and bond-breaker, shall be in strict accordance with the respective manufacturer's recommendations. D. JOINT DIMENSIONS 1. Minimum joint 1/4" wide by '/2" deep. 2. Joints more than 1/2" deep shall be solidly filled to within 1/2" of the surface with specified filler. E. APPLICATION 1. Masking: thoroughly and completely mask all joints where the appearance of sealant on adjacent surfaces would be objectionable. 2. Apply generally with caulking gun of proper nozzle size to fit joint. 3. Apply with sufficient pressure to fill joint from backing to surface. 4. For joints in flat surfaces, neatly tool compound slightly concave with proper tools. 5. Execute finishing of caulking around frames with coving tool. 6. As work progresses, immediately remove compound that may accidentally flow onto adjoining surfaces using manufacturer's recommended solvent and cleaners. Remove excess material from joints immediately. F. CLEANING TECHNICAL SPECIFICATIONS 163 FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISING A3OVE 1. Remove masking tape immediately after joints have been tooled. 2. Clean adjacent surfaces free from caulking or sealant as the installation progresses. Use solvent or cleaning agent as recommended by the caulking or sealant manufacturer. 3. At completion, carefully check all joints for damage and repair damaged joints. 4. Remove all debris as a result of this operation. 164 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH SI \ G A30VE D. CONCRETE FINISH SCHEDULE ITEM TYPE OF FINISH Inner face of walls of tanks, flow channels, wet wells, perimeter walls, and miscellaneous structures to be coated Exterior concrete walls below grade I Exterior exposed concrete walls and columns (including top of wall) II to one foot below grade. All other exposed concrete surfaces not specified elsewhere All interior exposed concrete vertical surfaces in buildings Ill Interior exposed ceiling, including beams III Floors of process equipment tanks or basins, and slabs to receive B roofing material or waterproof membranes All interior finish floors of buildings and structures and walking C surfaces which will be continuously or intermittently wet All interior finish floors of buildings and structures which are not D continuously or intermittently wet Floors to receive tile, resilient flooring, or carpeting D Concrete in flow channels not specified to be coated D Exterior concrete sidewalks. steps, ramps, decks, slabs on grade E and landings exposed to weather Floors of process tanks indicated on Drawings or in the F specifications to receive cement grout topping Precast concrete form panels, hollow core planks, double tees J — END OF SECTION — 165 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISING A3OVE SECTION 033900 CONCRETE CURING PART 1 — GENERAL 1.1 SCOPE A. The Contractor shall finish cure concrete and do all other work as required to produce finished concrete all in accordance with the provisions of this Section and the requirements of the Contract Documents. PART 2 — PRODUCTS NOT USED PART 3 — EXECUTION 3.1 CURING AND DAMP PROOFING A. All concrete shall be cured for not less than 14 days after placing, in accordance with the methods specified herein for the different parts of the work and described in detail in the following paragraphs. SURFACE TO BE CURED OR DAMPPROOFED METHOD Unstripped forms 1 Construction joints between footings and walls, and between floor 2 slab and columns Encasement concrete and thrust blocks 3 All concrete surfaces not specifically provided for elsewhere in this 4 Paragraph B. Method 1: Wooden forms shall be wetted immediately after concrete has been placed and shall be kept wet with water until removed. If steel forms are used, the exposed concrete surfaces shall be kept continuously wet until the forms are removed. If forms are removed within 14 days of placing the concrete, curing shall be continued in accordance with Method 4. C. Method 2: The surface shall be covered With burlap mats which shall be kept wet with water for the duration of the curing period, until the concrete in the walls has been placed. No curing compound shall be applied to surfaces cured under Method 2. D. Method 3: The surface shall be covered with moist earth not less than 4 hours, nor more than 24 hours, after the concrete is placed. Earthwork operations that may damage the concrete shall not begin until at least 7 days after placement of concrete. 166 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ;v iAtVlBEACH SI \ G A3OVE E. Method 4: The surface shall be sprayed with a liquid curing compound. It shall be applied in accordance with the manufacturers printed instructions at a maximum coverage rate of 200 square feet per gallon and in such a manner as to cover the surface with a uniform film which will seal thoroughly. F. Care shall be exercised to avoid damage to the seal during the curing period. Should the seal be damaged or broken before the expiration of the curing period, the break shall be repaired immediately by the application of additional curing compound over the damaged portion. G. Wherever curing compound may have been applied by mistake to faces against which concrete subsequently is to be placed and to which it is to adhere, said compound shall be entirely removed by hydroblasting just prior to the placing of new concrete. H. Curing compound shall be applied as soon as the concrete has hardened enough to revent marring on uniformed surfaces, and within 2 hours after removal of forms from contact with formed surfaces. Repairs required to be made to formed surfaces shall be made within the said 2-hour period; provided, however, that any such repairs which cannot be made within the said 2-hour period shall be delayed until after the curing compound has been applied. When repairs are to be made to an area on which curing compound has been applied, the area involved shall first be wet-sand blasted to remove the curing compound, following which repairs shall be made as provided herein. — END OF SECTION — 167 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 I,AMIBEACH RISI \ G A3OVE SECTION 036000 GROUTING PART 1 —GENERAL 1.1 THE REQUIREMENT A. The Contractor shall furnish all materials for grout in accordance with the provisions of this Section and shall form, mix, place, cure, and do all other Work as required to produce finished grout, all in accordance with the requirements of the Contract Documents. 1.2 REFERENCES A. Specifications, codes, and standards shall be as specified in Section 030000 "Concrete,"and as referred to herein. B. Additional Commercial Standards: CRD C 621 - Corps of Engineers Specification for Nonshrink Grout. 1.3 SUBMITTALS A. The Contractor shall submit certified test results verifying the compressive strength, shrinkage, and expansion requirements specified herein; and manufacturer's literature containing instructions and recommendations on the mixing, handling, placement and appropriate uses for each type of grout used in the work. PART 2 — PRODUCTS 2.1 NON-SHRINK GROUT A. Hydraulic cement (non-shrink) grout shall be chloride-free and shall conform to ASTM C1107. B. Minimum compressive strength of grout at 7 days shall be 3,000 psi. C. A minimum compressive strength of 5,000 pounds per square inch(psi)shall be obtained at 28 days. D. Non-shrink Nonmetallic Grout shall be Five Star Special Grout 150, Five Star Products, Inc.; Grout F-100, Sauereisen Cement; Masterflow 713, BASF Building Systems; NS Grout, Euclid Chemical Company, pre-mixed type, or approved equal. E. Non-shrink Metallic Grout: Master Builders Embeco 636 Plus Grout, BASF Building Systems, pre-mixed type, or approved equal. 168 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE F. Non-shrink Hydraulic Cement Grout shall be Waterplug, Thoro Products, BASF Building Systems, or approved equal. G. Non-shrink shall be Five Star HP Epoxy Grout, Five Star Products, Inc., available from Coastal Construction Products, Inc. or Wall-Nu Trowelable, Steelcote Manufacturing Co., available from Florida Wire and Rigging Works, or approved equal. H. Specifications for cement and sand for mortar and grout shall be the same as those for concrete. PART 3— EXECUTION 3.1 GENERAL A. All mixing, surface preparation, handling, placing, consolidation, and other means of execution for prepackaged grouts shall be done according to the instructions and recommendations of the manufacturer. B. All bonding surfaces shall be clean and dust and oil free. Grout shall be mixed and applied in accordance with manufacturer's recommendations. C. Cementitious grouts may be dry packed, poured in, vibrated or pumped into place as recommended by the manufacturer. Epoxy grouts shall only be poured in. D. Forms shall be used to place epoxy grout. Surfaces to be in contact with epoxy grout shall be prepared in accordance with the manufacturer's instructions. Steel plates in contact with grout shall receive a commercial blast to SSPC-SP6. E. Aggregate content of the epoxy grout shall not be altered without the concurrence of the manufacturer and the Engineer. 3.2 INSTALLATION A. Non shrink, nonmetallic grout shall be used for grouting precast concrete wall panel connections, column base plates, anchor bolts, reinforcing bars, pipe sleeves, and machinery supports. B. Grout shall be mixed as close to the work area as possible and transported quickly to its final position in a manner which will not permit segregation of materials. C. Non shrink grout shall be cured with water saturated burlap for at least three days or with an application of Super Rez Seal cure and seal compound applied immediately after grout placement. D. Machinery set on grout pads shall not be operated until the grout has cured for at least 24 169 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE hours. E. Expansive, non-shrink epoxy grout in the category of the DP Five Star Epoxy Grout shall be used for installation of vibrating machinery such as pumps. 3.3 CONSOLIDATION A. Grout shall be placed in such a manner, for the consistency necessary for each application, so as to assure that the space to be grouted is completely filled. — END OF SECTION & DIVISION — 170 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E98-9125-D2D8A3F6F450 NISI \ G A3OVE DIVISION 31 - EARTHWORK SECTION 311000 SITE CLEARING PART 1 — GENERAL 1.1 SCOPE A. Unless otherwise shown in the plans, Standard Clearing and Grubbing shall be done within the following areas: 1. All areas where excavation is to be done, including borrow pits, lateral ditches, right of way ditches, etc. 2. All areas where roadway embankments will be constructed. 3. All areas where structures will be constructed, including pipe culverts and other pipelines. 4. Any other areas specifically called for on the plans to be cleared and grubbed. 1.2 DEFINITIONS A. Clearing shall consist of the cutting, removal and satisfactory disposal of all trees, stumps, brush, shrubs, rubbish and any other objectional material within the designated areas. B. Grubbing shall consist of the removal and disposal of all stumps larger than 1-1/2 inches in diameter and other objectional material to a depth of at least 12 inches below the ground surface. 1.3 QUALITY ASSURANCE A. In the course of the work, it may become to remove trees if they interfere with the work. Dade County and various municipalities have ordinances regulating the removal, relocation and pruning of trees in the public right-of-way, these ordinances shall be strictly adhered to. The Contractor shall obtain a permit from the City and/or other regulatory agencies having jurisdiction over the work area before removing, relocating and/or pruning any tree. The Contractor shall comply with all requirements and conditions of the permit. PART 2 — PRODUCTS NOT USED PART 3— EXECUTION 3.1 CLEARING AND GRUBBING 171 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE A. The Contractor shall remove and replace, where required all existing shrubbery, trees, grass, sprinklers, fences, signs, mailboxes, structures, roadways, sidewalks, curbs and similar items or structures in the way of all excavation necessary for the construction of the project. B. Where pavements or sidewalks are cut, they shall be cut by means of a mechanical pavement saw to form true and straight edges. Where such cutting is for the purpose of pipeline installation, saw cutting shall be either parallel or at right angles with the centerline of the pipe. C. To protect himself from being held liable for any existing damaged pavement, including detour routes, the Contractor is advised to notify in writing the authority having jurisdiction, prior to proceeding with any work in the vicinity. 3.2 DEPTHS OF REMOVAL OF ROOTS, STUMPS AND OTHER DEBRIS A. In all areas where excavation is to be done and where the excavated material is to be used in the construction of roadway embankment or roadway base or pavement; also in all areas where roadway embankment will be constructed; roots and other debris shall be removed to a depth of at least one foot below the ground surface. The surface shall then be plowed to a depth of at least six inches and all roots thereby exposed shall be removed to a depth of at least one foot. All stumps within the roadway right of way shall be completely removed and disposed of by the Contractor. B. Where excavation is done within the roadway area and where excavation for structures is done, all roots, etc., protruding trough or appearing on the surface of the completed excavation shall be removed to a depth of at least one foot below the excavation surface. C. In borrow pits, material pits and lateral ditches, all stumps, roots, etc., protruding through or appearing on the surface of the completed exaction shall be removed or cut off below the finished excavation surface. D. In borrow and material pits no clearing or grubbing shall be done to within three feet inside the right of way line. E. Within all other areas where Standard Clearing and Grubbing is to be done, roots and other debris, projecting through or appearing on the surface of the original ground, shall be removed to a depth of one foot below the surface, but no plowing and harrowing will be required in these areas. 3.3 TREES TO REMAIN A. As an exception to the above provisions,where so directed by the Engineer,desirable trees within the roadway and project site area shall be trimmed, protected and left standing. Branches of trees extending over the area occupied by the roadway shall be trimmed as directed, to give a clear height of 16 feet above the roadway. 172 I P a g u TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 I;„c', BEACH RISI \ G A3OVE 3.4 BOULDERS A. Any boulders encountered in the roadway excavation, or found on the surface of the ground, shall be removed and placed in neat piles inside the right of way and adjacent to the right of way line. 3.5 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, where the Contractor so elects roots, etc., may be cut off flush with the ground surface. Stumps shall be completely removed and disposed of by the Contractor. Undergrowth shall be entirely removed except in specific areas designated by the Engineer to remain for aesthetic purposes. Desirable trees shall be trimmed, protected and left standing, with the exception of such trees as the Engineer may designate to be removed in order to facilitate right of way maintenance. Undesirable or damage trees (as so designated by the Engineer), shall be removed. Selective Clearing and Grubbing shall be done only in areas so designated in the plans. 3.6 PROTECTION OF ADJACENT AREAS A. The Contractor shall protect areas shown on the drawings or designated by the Engineer of Record to remain protected from damage by construction operations by erecting suitable barriers of other acceptable means. B. Property obstructions which are to remain in place, such as buildings, sewers, drains, water or gas pipes, conduits, poles, walls, posts, bridges, etc., are to be carefully protected from damage and are not to be displaced. 3.7 DISPOSAL A. All roots, vegetation and other refuse removed from the site during clearing and/or grubbing operations shall be legally disposed of by the Contractor. Where required, the Contractor shall obtain a permit from Miami-Dade County and/or other regulatory agencies having jurisdiction over the work area before burning any material on the site. — END OF SECTION — SECTION 312316 EXCAVATION PART 1 —GENERAL 1.1 GENERAL A. Furnish all labor, equipment and materials required to complete all work associated with excavation, backfill and compaction required for a complete installation as shown on the Plans and specified herein. 173 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE B. All excavations shall be in conformity with the lines, grades, and cross sections shown on the Drawings or established by the Engineer. C. It is the intent of this Specification that the Contractor conduct the construction activities in such a manner that erosion of disturbed areas and off-site sedimentation be absolutely minimized. 1.2 RELATED WORK Section 020100, "Maintenance of Existing Conditions" Section 312319, "Dewatering" Section 312333, "Trenching and Backfilling" Section 315000, "Excavation Support and Protection" 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of the other requirements of the Specifications, all work herein shall conform to the applicable requirements of the following documents. All referenced Specifications, codes, and standards refer to the most current issue available at the time of Bid. 1. Florida Department of Transportation Standard Specifications for Road and Bridge Construction, latest edition. 2. American Society for Testing and Materials(ASTM): ASTM C 127 Test for Specific Gravity and Absorption of Coarse Aggregate. ASTM C 136 Test for Sieve Analysis of Fine and Coarse Aggregates. ASTM D 422 Particle Size Analysis of Soils. ASTM D 423 Test for Liquid Limit of Soils. ASTM D 424 Test for Plastic Limit and Plasticity Index of Soils. ASTM C 535 Test for Resistance to Degradation of Large Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine. ASTM D 698 Standard Method of Test for the Moisture- Density Relations of Soils Using a 5.5 lb. (2.5 kg) Rammer and a 12-inch (305 mm) Drop. ASTM D1556 Test for Density of Soil in Place by the Sand-Cone Method. 174 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 V\ BEACH RISI \ G A3OVE ASTM D1557 Test for Moisture-Density Relations of Soils and Soil Aggregate Mixtures Using 10-lbs. (4.5 kg) Rammer and 18- inch (457 mm) Drop. ASTM D2049 Test Method for Relative Density of Cohesionless Soils. ASTM D2167 Test for Density of Soil in Place by the Rubber-Balloon Method. ASTM D2216 Test for Laboratory Determination of Water (Moisture) Content of Soil, Rock, and Soil Aggregate Mixtures. ASTM D2487 Test for Classification of Soils for Engineering Purposes. ASTM D6938 Standard Test Method for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth). 1.4 SUBSURFACE CONDITIONS A. Information on subsurface conditions is referenced under Section 020100, "Maintenance of Existing Conditions" B. A Separate geotechnical report is included as an Appendix as a reference for information purposes. The report identifies properties below grade and also offer recommendations for foundation design, primarily for use of the Engineer. The recommendations shall not be construed as requirements of the Contract unless specifically referenced by the Contract Documents. C. The Owner and/or the Engineer will not assume responsibility for variations of sub-soil quality or conditions at locations other than places shown and at the time the geotechnical investigation was made. D. The Contractor shall satisfy himself as to the character and amount of different soil materials, groundwater and the subsurface conditions to be encountered in the work to be performed. Information and data, when furnished, are for the Contractor's general information. However, it is expressly understood that any interpretation or conclusion drawn there from is totally the responsibility of the Contractor. Engineer and Owner assume no liability for the accurateness of the data reported. No claim for extra compensation or for extension of time will be allowed on account of subsurface conditions inconsistent with Contractor's assumptions. E. Attention is directed to the fact that the Contractor may encounter limestone formation during excavation. F. Attention is directed to the fact that there may be water pipes, storm drains and other utilities located in the area of proposed excavation. Locate existing underground utilities in areas of work. Test pits and hand excavation in critical areas will be required prior to 175 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE initiating work. Perform all repairs to same in the event that excavation activities disrupt service. G. All existing utilities including piping, electrical conduits, electrical duct banks and telephone cables that are shown on the Contract Documents to be relocated, shall be relocated prior to initiating earthwork. Excavation and backfill for relocation of existing utilities shall conform to the requirements of Section 312333 entitled "Trenching and Backfilling." The Contractor shall coordinate relocation of utilities with utility companies having jurisdiction in the area. Should unknown or incorrectly identified piping or other utilities be encountered during excavation, the Contractor shall consult the Owner and the Engineer immediately fordirections. H. The Contractor shall cooperate with the Owner and utility companies in keeping respective services and facilities in operation. 1.5 SUBMITTALS A. General: Submit information and samples as specified herein to the Engineer for review in accordance with the Section 013300,"Submittals." B. Sheeting System: Plans of the sheeting system and design computations shall be submitted to the Engineer prior to commencement of construction activity at the affected work. However, the review of these plans shall in no way relieve the Contractor of the responsibility to provide a safe and satisfactory sheeting and shoring system. Sheeting and shoring shall be designed by the Contractor, and the proposed design shall be sealed by a Professional Engineer registered in the State of Florida. If the Engineer is of the opinion that at any point sufficient or proper supports have not been provided, it may order additional supports to be put in at the Contractor's expense. C. Structural Fill and Backfill Materials: The Contractor shall notify the Engineer of sources of backfill materials and submit to the Engineer the grain size distribution, moisture retaining properties of the proposed fill. D. Required Procedures 1. Obtain all necessary permits for its dewatering activities from the jurisdictional agencies including, but not limited to the South Florida Water Management District, DERM as applicable. Submit copies of permits to the Engineer. 1.6 QUALITY CONTROL A. An independent testing laboratory will be retained by The City to do appropriate testing. The Contractor shall schedule its Work so as to permit a reasonable time for testing before placing succeeding lifts and shall keep the laboratory informed of its progress. 1.7 JOB CONDITIONS 176 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE A. The Contractor shall ascertain as to the character and amount of different soil materials, groundwater and the subsurface conditions to be encountered in the Work to be performed. Information and data, when furnished, are for the Contractor's general information. However, it is expressly understood that any interpretation or conclusion drawn therefrom is totally the responsibility of the Contractor. Engineer and The City assume no liability for the accuracy of the data reported. B. The Contractor shall note that previous subsurface investigations have indicated that ground water is encountered at an elevation of approximately EL 2.50 ±. Actual water table levels may fluctuate during construction. 1.8 GROUNDWATER A. The Contractor shall be responsible for anticipating groundwater conditions and shall provide positive control measures as required. Such measures shall ensure stability of excavations, groundwater pressure control, prevention of tanks, pipes, and other structures from being lifted by hydrostatic pressures, and avoiding the disturbance of subgrade bearing materials. 1.9 PROHIBITION OF BLASTING A. The use of explosives for excavation Work is strictly prohibited on this project. 1.10 PROTECTION OF PROPERTY AND STRUCTURES A. The Contractor shall, at its own expense, sustain in place and protect from direct or indirect injury, all pipes, poles, conduits, walls, buildings, and all other structures, utilities, and property in the vicinity of its Work. Such sustaining shall be done by the Contractor. The Contractor shall take all risks attending the presence of proximity of pipes, poles, conduits, walls, buildings, and all other structures, utilities, and property in the vicinity of his Work. It shall be responsible for all damage, and assume all expenses, for direct or indirect injury and damage, caused by its Work,to any such pipe, structures, etc., or to any person or property, by reason of injury to them, whether or not such structures, etc., are shown on the Plans. PART 2 — PRODUCTS NOT USED PART 3 — EXECUTION 3.1 SITE PREPARATION A. Clear and grub all surface vegetation in accordance with Section 311000 — Site Clearing an area equal to the building area plus a six foot margin from the exterior foundation lines. Remove all tree stumps, concentration of roots and other deleterious materials. Stockpile material suitable for ground cover. Stockpile usable topsoil for landscaped areas as directed by the Engineer. 177 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE 3.2 EXCAVATION A. The Contractor shall perform all excavation of every description and of whatever substance encountered, to the dimensions, grades and depths shown on the Drawings, or as directed. All excavations shall be made by open cut. All existing utilities such as pipes, poles and structures shall be carefully located, supported and protected from injury; in case of damage, they shall be restored at the Contractor's expense B. Highly organic soils (peat or muck), weak silty materials, asphalt and concrete shall be removed from all foundation areas. In addition, all sandy silt zones shall be completely removed from mat foundation areas. Unsuitable material within structure footprints shall be over-excavated and backfilled with structural fill. C. As a minimum, excavations shall be carried 5-feet outside slab or footing limits or by one foot for each foot excavated below the bearing grade of the mat or footing, whichever is less, unless noted otherwise. D. All material excavated, regardless of its nature or composition, shall be classified as UNCLASSIFIED EXCAVATION. Excavation shall include the removal of all soil, rock, weathered rock, rocks of all types, boulders, conduits, pipe, and all other obstacles encountered and shown to be removed within the limits of excavation shown on the Drawings or specified herein. No additional payment will be made for the removal of obstacles encountered within the excavation limits shown on the Drawings and specified herein. E. Excavated unsuitable material shall be removed from the site and disposed of by the Contractor. Materials removed from the trenches shall be stored and in such a manner that will not interfere unduly with City operations, traffic on public roadways and sidewalks and shall not be placed on private property. In congested areas, such materials that cannot be stored adjacent to the trench or used immediately as backfill shall be removed to other convenient places of storage acceptable to the City at the Contractor's expense. F. All suitable material removed in the excavation shall be used as far as practicable in the formation of embankments, subgrades, and shoulders, and at such other places as may be indicated on the Drawings or indicated by the Engineer. No excavation shall be wasted except as may be permitted by the Engineer. The Contractor shall furnish off- site disposal areas for the unsuitable material and shall dispose of unsuitable material at such areas. Where suitable materials containing excessive moisture are encountered above grade in cuts, the Contractor shall construct above grade ditch drains prior to the excavation of the cut material when in the opinion of the Engineer such measures are necessary to provide proper construction. G. All excavations shall be made in the dry and in such a manner and to such widths as will give ample room for properly constructing and inspecting the structures and/or piping they are to contain and for such excavation support, pumping and drainage as may be required. Excavation shall be made in accordance with the grades and details 178 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \i\iAM,IBEACH RISI \ G A3OVF shown on the Drawings and as specified herein. H. Excavation slopes shall be flat enough to avoid slides that will cause disturbance of the subgrade or damage of adjacent areas. Excavation requirements and slopes shall be as indicated in the Drawings or as specified herein. The Contractor shall intercept and collect surface runoff both at the top and bottom of cut slopes. The intersection of slopes with natural ground surfaces, including the beginning and ending of cut slopes, shall be uniformly rounded as shown on the Drawings or as may be indicated by the Engineer. Concurrent with the excavation of cuts the Contractor shall construct intercepting berm ditches or earth berms along and on top of the cut slopes at locations shown on the Drawings or designated by the Engineer. All slopes shall be finished to reasonably uniform surfaces acceptable for seeding and mulching operations. No rock or boulders shall be left in place which protrude more than 1 foot within the typical section cut slope lines, and all rock cuts shall be cleaned of loose and overhanging material.All protruding roots and other objectionable vegetation shall be removed from slopes. The Contractor shall be required to submit plans of open-cut excavation for review by the Engineer before approval is given to proceed. I. The bottom of all excavations for structures shall be examined by the Engineer for the presence of unsuitable material. If, in the opinion of the Engineer, additional excavation is required due to the in-place soils being soft, yielding, pumping and wet,the Contractor shall remove such material to the required width and depth and replace it with thoroughly compacted select fill, and/or crushed stone or screened gravel as indicated by the Engineer. No payment will be made for subgrade disturbance caused by inadequate dewatering or improper construction methods. J. All cuts shall be brought to the grade and cross section shown on the Drawings, or established by the Engineer, prior to final inspection and acceptance by the Engineer. K. Slides and overbreaks which occur due to negligence, carelessness or improper construction techniques on the part of the Contractor shall be removed and disposed of by the Contractor as indicated by the Engineer at no additional cost to the Owner. If grading operations are suspended for any reason whatsoever, partially completed cut and fill slopes shall be brought to the required slope and the work of seeding and mulching or other required erosion and sedimentation control operations shall be performed. L. Where the excavation exposes sludge, sludge contaminated soil or other odorous materials, the Contractor shall cover such material at the end of each workday with a minimum of 6-inches and a maximum of 24-inches of clean fill. The work shall be an odor abatement measure and the material shall be placed to the depth deemed satisfactory by the Engineer for this purpose. M. Where the bottom of the excavation exposes the limestone, Contractor shall over- excavate 12-inches and backfill with structural fill. N. The Contractor shall ensure that its excavation work does not adversely affect the bearing capacity of the structural subsurface. Also, the Contractor shall proceed with 179 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISING A3OVE foundation work immediately after excavation work and as expeditiously as possible so as to minimize any potential for subsurface disturbance due to environmental factors, adverse weather, etc. The Contractor shall also take all necessary precautions to protect its work from potential adverse impacts. Where excavated areas are disturbed by subsequent operations or adverse weather, scarify surface, reshape, fill as required and compact to required density. 3.3 STOCKPILING EXCAVATED MATERIAL A. Stockpile excavated material that is suitable for use as fill or backfill until material is needed. B. Post signs indicating proposed use of material stockpiled. Post signs that are readable from all directions of approach to each stockpile. Signs should be clearly worded and readable by equipment operators from their normal seated position. C. Confine stockpiles to within easements, right-of-way, and approved work areas. Do not obstruct road or streets. D. Do not stockpile excavated material adjacent to trenches and other excavations unless excavation side-slopes and excavation support systems are designed, constructed, and maintained for stockpile loads. E. Do not stockpile excavated materials near or over existing facilities, adjacent property, or completed work, if weight of stockpiled material could induce excessive settlement. 3.4 REMOVAL OF UNSUITABLE MATERIAL A. The Contractor shall remove and dispose of off-site all unsuitable materials. Within thirty(30) consecutive days after Notice to Proceed, the Contractor shall submit to the Engineer for review all required permits and a list of disposal sites for the unsuitable materials. If the disposal site is located on private property, the submittal shall also include written permission from the owner of record. B. All unsuitable materials shall be disposed of in locations and under conditions that comply with federal, state and local laws and regulations. C. The Contractor shall obtain an off-site disposal area prior to beginning demolition or excavation operations. D. All excess and unsuitable materials shall be hauled in trucks of sufficient capacity and tight construction to prevent spillage. Trucks shall be covered to prevent the propagation of dust. 180 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Aiv'.i$tACH RISI \ G A3OVE E. When all excess and unsuitable material disposal operations are completed, the Contractor shall leave the disposal sites in a condition acceptable to the Owner and Owner(s) of the disposal site(s). 3.5 UNAUTHORIZED EXCAVATION A. Excavation Work carried outside of the Work limits required by the Contract Documents shall be at the Contractor's expense, and shall be backfilled by the Contractor at his own expense with suitable material, as directed by the Engineer. Where, in the judgment of the Engineer, such over-excavation requires use of lean concrete or crushed stone,the Contractor, at his expense shall furnish and place such materials. 3.6 EXCAVATION SUPPORT A. The Contractor shall furnish, place, and maintain such excavation support which may be required to support sides of excavation or to protect pipes and structures from possible damage and to provide safe working conditions. Excavation for deep structures shall be sufficient to provide a clearance between their outer surfaces and the face of the excavation, excavation support, or bracing, of not less than 3 feet. Materials encountered in the excavation which have a tendency to slough or flow into the excavation, undermine the bank, weaken the overlying strata, or are otherwise rendered unstable by the excavation operation shall be retained by an excavation support, stabilization, grouting or other acceptable methods. If the Engineer is of the opinion that at any point sufficient or proper supports have not been provided, he may order additional supports put in at the expense of the Contractor. The Contractor shall be responsible for the adequacy of all supports used and for all damage resulting from failure of support system or from placing, maintaining and removing it. B. Selection of and design of any proposed excavation support systems is exclusively the responsibility of the Contractor. Excavation support shall comply with all applicable OSHA requirements. Contractor shall submit drawings and calculations on proposed systems sealed by a Professional Engineer currently registered in the State of Florida. C. The Contractor shall exercise caution in the installation and removal of supports to ensure that excessive or unusual loadings are not transmitted to any new or existing structure. The Contractor shall promptly repair at his expense any and all damage that can be reasonably attributed to installation or removal of excavation support system. D. Contractor shall monitor movement in the excavation support systems as well as movement at adjacent structures, utilities and roadways near excavation supports. Contractor shall submit a monitoring plan developed by the excavation support design engineer. All pre-construction condition assessment and documentation of adjacent structures on-site and off-site shall be performed by the Contractor. If any sign of distress such as cracking or movement occurs in any adjacent structure, utility or 181 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AIBEACH RISI \ G A30VE roadway during installation of supports, subsequent excavation, service period of supports, subsequent backfill and construction, or removal of supports, Engineer shall be notified immediately. Contractor shall be exclusively responsible for any damage to any roadway, structure, utility, pipes, etc. both on-site and off-site, as a result of his operations. E. All excavation supports shall be removed upon completion of the work except as indicated herein. The Engineer may permit supports to be left in place at the request and expense of the Contractor. Any excavation supports left in place shall be cut off at least two (2)feet below the finished ground surface or as directed by the Engineer. 3.7 PROTECTION OF SUBGRADE A. To minimize the disturbance of bearing materials and provide a firm foundation, the Contractor shall comply with the following requirements: 1. Use of heavy rubber-tired construction equipment shall not be permitted on the final subgrade unless it can be demonstrated that drawdown of groundwater throughout the entire area of the structure is at least 3 feet below the bottom of the excavation (subgrade). Even then, the use of such equipment shall be prohibited should subgrade disturbance result from concentrated wheel loads. 2. Subgrade soils disturbed through the operations of the Contractor shall be excavated and replaced with compacted select fill or crushed stone at the Contractor's expense as indicated by the Engineer. 3.8 PROOFROLLING A. Proof-rolling of in-place granular soils shall be performed on the subgrade of all structures and all areas that will support pavements or select fill. Surface area to be proof-rolled shall extend 5 feet out from the footing perimeter. After stripping of topsoil, excavation to subgrade and prior to placement of fills, the exposed subgrade shall be carefully inspected by probing and testing as needed. Any topsoil or other organic material still in place, frozen, wet, soft, or loose soil, and other undesirable materials shall be removed. Each section of subgrade wall be subjected to multiple, overlapping (minimum of 20 percent overlap) coverages of the compactor. Proof-rolling shall continue to check for pockets of soft material hidden beneath a thin crust of better soil and until no further vertical settlement of the surface is visually discernable. Any unsuitable materials thus exposed shall be removed and replaced with an approved compacted material. Groundwater shall be maintained at least 30 inches below the work area. 3.9 DEWATERING A. See Section 312319, "Dewatering" 3.10 BACKFILLING 182 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMI BEACH RISI \ G A3OVE A. See Section 312333, "Trenching and Backfilling" — END OF SECTION — 183 I P H TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 '\IBEACH RISI \ G A3OVF SECTION 312319 DEWATERING PART 1 — GENERAL 1.1 WORK INCLUDED A. Dewatering as required for the site underground piping systems, as shown on the Drawings and specified herein. 1.2 RELATED WORK A. Related standards specified elsewhere in the Specifications include but are not limited to the following sections. Section 014126, "Permit Requirements" Section 020100, "Maintenance of Existing Conditions" 1.3 REQUIREMENTS A. It is the intent of this Contract to perform excavation and backfill without dewatering. If dewatering is required, the Contractor shall submit its proposed methods of handling ground water and the locations at which the water will be disposed of. The Contractor retains unit responsibility for requiring all necessary permits and meeting all local regulatory agency requirements prior to the start of the excavation. B. All necessary Local, State, and Federal permits shall be obtained prior to dewatering, including a RER-DERM Class V permit. C. See Section 014126, "Permit Requirements" for required documentation when applying for a Dewatering Permit D. Dewatering shall be controlled such that the launch and exit shafts are free of water, but the surrounding groundwater table is not substantially lowered such that settlement of nearby existing structures and foundations does not occur and surrounding wells are not affected. E. The Contractor shall do all dewatering as required for the completion of the work. Procedures for dewatering proposed by the Contractor shall be submitted to the Engineer for review prior to any earthwork operations. Disposal of water to any surface water body will require silt screens. All water removed by dewatering operations shall be disposed of in accordance with the Florida Air and Water Pollution Control Act. The Contractor is responsible for obtaining any dewatering permits as required by regulatory agencies. F. The Contractor shall submit his proposed methods of handling trench water and locations at which the water will be disposed of to the Engineer for review and shall receive acceptance before starting the excavation. 184 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AtiIAMIBEACH RISI \ G A3OVE G. The Contractor shall provide pumps, and other appurtenant equipment necessary to remove and maintain water at such a level as to permit construction in a dry condition. H. The dewatering system shall be of sufficient size and capacity as required to control groundwater or seepage to permit proper excavation operations, embankment construction and reconstruction, subgrade preparation, and to allow concrete to be placed in a dry condition except where authorized tremie concrete construction work is shown or permitted.. The system shall include a sump system or other equipment, appurtenances and other related earthwork necessary for the required control of water, and shall include automatic starting devices and standby pumps that will ensure continuous dewatering in the event of an outage of one or more pumps. The Contractor shall drawdown groundwater to at least 30 inches below the bottom of excavations (subgrade) at all times in order to maintain a dry and undisturbed condition. The groundwater level shall be controlled so as to permit the placing and curing of concrete and the maintenance of supporting foundations and adjacent work and structures. The Contractor is fully responsible for protecting structures from flotation until final acceptance of the work. I. Piping and boiling, or any form of uncontrolled seepage, in the bottom or sides of the excavation shall be prevented at all times. If for any reason the dewatering system is found to be inadequate to meet the requirements set forth herein, the Contractor shall, at his own expense, make such additions, changes and/or replacements as necessary to provide a satisfactory dewatering system. J. The Contractor shall control, by acceptable means, all water regardless of source. Water shall be controlled and its disposal provided for at each berm, structure, etc. The entire periphery of the excavation areas shall be ditched and diked to prevent water from entering the excavation. The Contractor shall be fully responsible for disposal of the water and shall provide all necessary means at no additional expense to the Owner. The Contractor shall be solely responsible for proper design, installation, proper operation, maintenance, and any failure of any component of the system. K. The dewatering system shall be designed to: • Prevent loss of soil as water is removed. • Avoid inducing settlement or damage to existing facilities, completed Work, or adjacent property. • Relieve artesian pressure and resultant uplift of excavation bottom. • Provide pipe and pumps of sufficient size and quantity to be able to flood the excavation within 12 hours in an emergency situation. Restoration of the working area shall be carried out by the Contractor at no additional cost to the Owner. 185 1 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \AiAMI BEAC H RISING A3OVE L. Contractor shall provide a standby dewatering system that meets the following requirements: 1. Provide 100 percent standby power. 2. Provide a 15 percent minimum increase in the number of wells and related equipment required to operate the dewatering system installed and ready to operate. 3. Provide a minimum of three separate power units for the standby power system and one installed auxiliary unit for each individually powered pump. 4. Provide separate discharge lines from each well or common lines with valves such that any well or wells that malfunction or are damaged can be isolated from the others. 5. The systems shall be laid out and designed in such a way that portions of the system may be isolated for routine maintenance or repair in case of accidental damage without affecting the normal operation of the system. 6. The Contractor shall provide sufficient fuel to maintain a five (5)day supply on site for fuel power systems M. The applicant must contact Sunshine One Call of Florida and the City of Miami Beach Public Works Department to mark underground utilities located in the construction zone in accordance with Section 020100, "Maintenance Of Existing Conditions." N. The Contractor shall be responsible for and shall repair without cost to the Owner, any damage to work in place and the excavation, including damage to the bottom due to heave and including removal of material and pumping out of the excavated area. The Contractor shall be responsible for damages to any other area or structure caused by his failure to maintain and operate the dewatering system proposed and installed by the Contractor. O. The Contractor shall take all the steps that he considers necessary to familiarize himself with the surface and subsurface site conditions, and shall obtain the data that is required to analyze the water and soil environment at the site and to assure that the materials used for the dewatering systems will not erode, deteriorate, or clog to the extent that the dewatering systems will not perform properly during the period of dewatering. Copies of logs of borings and laboratory test results are available to the Contractor. This data is furnished for information only, and it is expressly understood that the Owner and Engineer will not be held responsible for any interpretations or conclusions drawn therefrom by the Contractor. 186 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ;ti1IAMIBEACH RISI \ G ABOVE P. Prior to the execution of the work, the Contractor, Owner and Engineer shall jointly survey the condition of adjoining structures. Photographs and records shall be made of any prior settlement or cracking of structures, pavements, and the like, that may become the subject of possible damage claims. Q. Pedestrian ramp constructed over dewatering discharge pipe in right-of-way requires meeting American Disabilities Act (ADA) approval for compliance to maintain pedestrian movement through the construction zone. Provide notification signage to read "Caution: pedestrian ramp ahead" when utilizing sidewalk through the construction zone. R. If a surface to receive foundation slabs cannot be maintained dry by the Contractor's dewatering efforts, the Contractor shall provide tremie seals at no additional cost to the Owner. The placement of tremie seals shall not preclude dewatering operations specified herein. The limits of tremie seals shall be recommended by the Contractor and reviewed and accepted by the Engineer. PART 2 — PRODUCTS NOT USED PART 3— EXECUTION 3.1 GENERAL A. The Contractor shall provide pumps, and other appurtenant equipment necessary to remove and maintain water at such a level as to permit construction in a dry condition. The Contractor shall continue dewatering operations until backfilling has progressed to a sufficient depth over the pipe to prevent flotation or movement of the pipe in the trench or so that it is above the water table. If at any point during the dewatering operation it is determined that fine material is being removed from the excavation sidewalls, the dewatering operation shall be stopped if acceptable to the Engineer. If any of the subgrade or underlying material is disturbed by movement of groundwater, surface water, or any other reason, it shall be replaced at the Contractor's expense with crushed stone or gravel. B. The Contractor shall use dewatering systems that include automatic starting devices, and standby pumps that will ensure continuous dewatering in the event of an outage of one or more pumps. 3.2 DISPOSAL A. Water from the trenches and excavation shall be disposed of in such a manner as will not cause injury to public health, to public or private property, to the Work completed or in progress, to the surface of the streets, cause any interference with the use of the same by the public, or cause pollution of any waterway or stream. 187 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E98-9125-02D8A3F6F450 AMIBEACH RISING A3OVE B. Disposal to any surface water body will require silt screens to prevent any degradation in the water body. Additionally, the Contractor shall be responsible for obtaining all necessary dewatering permits. — END OF SECTION — 188 ' Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ';MIBEACH RISI \ G A3OVE SECTION 312320 COMMERCIAL DIVERS PART 1 — GENERAL 1.1 WORK INCLUDED A. Commercial divers as required for any work that is to be performed underwater. 1.2 RELATED WORK E. Related standards specified elsewhere in the Specifications include but are not limited to the following sections. Section 014126, "Permit Requirements" Section 020100, "Maintenance of Existing Conditions" Section 312319, "Dewatering" 1.3 REQUIREMENTS A. The Contractor shall obtain the services of certified and insured commercial divers to perform the work of this Project and follow OSHA 29 CFR Part 1910 Subpart T — Commercial Diving Operations. B. This work will require a minimum three-member dive team. Each dive team shall have a designated person in charge and that person has responsibilities for planning, equipment and procedures detailed in OSHA 29 CFR Part 1910 Subpart T - Commercial Diving Operations. The dive team at a minimum shall consist of: 1. Diver: An employee working in water (regardless of depth) using underwater apparatus which supplies compressed breathing gas at the ambient pressure. 2. Tender: A dive tender is stationed at the underwater point of entry to assist and provide surface support to the diver. 3. Standby Diver: A standby diver shall be at the dive location monitoring the work and ready to enter the water at a moment's notice to render assistance in a timely manner. 4. Divers and dive tenders shall be fully trained in the use and inspection of all diving equipment. C. The commercial divers must have three (3) consecutive years of experience, immediately prior to the commencement of this Project, in substantially similar construction work required under these Technical Specifications. The Engineer will be the sole arbiter in determining the relevance, suitability, and acceptability of the commercial divers to perform the work. 189 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISI \ G A3OVE D. The Contractor shall be responsible for all phases of the diving operation and conduct the operation in a manner that complies with all OSHA safety requirements to the satisfaction of the Engineer. The Contractor is solely responsible for safety and proper execution of underwater construction activities. Underwater work found not to be in compliance with OSHA CFR Part 1910 Subpart T - Commercial Diving Operations or Chapter 553, Part Ill, Florida Statutes, "Trench Safety Act," will be stopped. E. Once the commercial diver operations are approved by the Engineer the Contractor shall provide the following: 1. An evaluation plan that states in reasonable detail the Contractor's intended method to employ the commercial diver activities. 2. A detailed dive plan, which includes but is not limited to the following: a. Date of dive plan submission and specific project sites where commercial diver activities will be conducted. b. Date(s), time(s), duration, and location of operation. c. Description of diving and communication equipment. d. A detailed description of the dive environment including but not limited to: 1) Type of water (e.g. potable water, raw sewage, treated sewage effluent, excavation pit/trench water). 2) Characteristics of water (e.g. currents, tides, visibility, temperature, presence of debris, type of debris etc.). 3) Access, entry/exit points, approximate depth and dimensions of dive area. 4) Confinement conditions. 3. The intended method of accomplishing the required underwater work, including but not limited to: a. The number of persons who will be deployed at the dive site, the type of equipment, and tools to be utilized. b. Name, contract information, and detailed experience summary of the dive project manager or diving supervisor preparing the dive plan. c. Names and duties of on-site dive team members, including diving supervisor. Detailed certification, experience, and training summary for all dive team members. d. Detailed description of the diving task; identify how/if work will be divided into separate tasks or phases of work, exposures to depth, time at depth, and surface recovery intervals. e. Maximum single dive bottom time for the planned depth of dive for each diver. f. Safety and recovery procedures for injured/ unconscious diver retrieval. g. Nature of work to be performed by the divers, including tools used and materials to be handled or installed. F. The Contractor shall provide the following documents to support the dive plan: 1. Proof of diver training from an accredited Association of Commercial Diving Educators (ACDE) commercial dive school for all team members. 190 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE 2. Proof of current first aid/ CPR training for each dive team member. 3. Copies of annual medical examination determining diver is fit to perform assigned tasks for each team member. 4. Breathing air purity test results for breathing air source(s)-tested every six (6) months. 5. Breathing gas supply hose testing documentation -tested at least annually to 1.5 times their working pressure. 6. Depth gauge testing documentation -calibrated every six (6) months. 7. An updated certificate of insurance. PART 2 — PRODUCTS NOT USED PART 3— EXECUTION NOT USED — END OF SECTION — 191 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID-F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE SECTION 312333 TRENCHING AND BACKFILLING PART 1 — GENERAL 1.1 GENERAL A. Trenching and backfilling as required for the site underground piping systems, as shown on the Drawings and specified herein. 1.2 SUBMITTALS A. Submit information and samples to the Engineer for review. B. Bedding and Backfill Materials: The Contractor shall notify the Engineer of the off-site sources of bedding and backfill materials, and if required, submit to the Engineer a representative sample weighing approximately 50 lbs. C. Sheeting System: Drawings of any proposed sheeting system and design computations shall be submitted to the Engineer; however, the review of these Drawings shall in no way relieve the Contractor of the responsibility to provide a safe and satisfactory sheeting and shoring system. Sheeting and shoring shall be designed by the Contractor, and the proposed design shall be sealed by a Professional Engineer registered in the State of Florida. If the Engineer is of the opinion that at any point sufficient or proper supports have not been provided, he may order additional supports put in at the Contractor's expense. 1.3 QUALITY CONTROL A. An independent testing laboratory will be retained by the City to do appropriate testing. The Contractor shall schedule his Work so as to permit a reasonable time for testing before placing succeeding lifts and shall keep the laboratory informed of his progress. 1.4 GROUNDWATER A. The Contractor shall be responsible for anticipating groundwater conditions and shall provide positive control measures as required. Such measures shall ensure stability of excavations, groundwater pressure control, prevention, pipes, and other structures from being lifted by hydrostatic pressures, and avoiding the disturbance of subgrade bearing materials. 1.5 TRENCH SAFETY ACT COMPLIANCE A. The Contractor by signing and executing the contract is, in writing, assuring that he will perform any trench excavation in accordance with the Florida Trench Safety Act, Section 553.60 et. seq.. The Contractor further identified the need for compliance with applicable trench safety standards as required by the pertinent proposal item in Section 012213, "Unit Price Measurement and Payment Section" 192 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ^,A►AMIBEACH RISI \ G A3OVE The Contractor acknowledges that this cost is included in the Total Amount Bid. B. The Contractor is, and the City and Engineer are not, responsible to review or assess the Contractor's safety precautions, programs or costs, or the means, methods, techniques or technique adequacy, reasonableness of cost, sequences or procedures of any safety precaution, program or cost, including but not limited to, compliance with any and all requirements of Florida Statute Section 553.60 et. seq. cited as the "Trench Safety Act". The Contractor is, and the City and Engineer are not, responsible to determine if any safety or safety related standards apply to the project, including but not limited to, the"Trench Safety Act". 1.6 PROTECTION OF PROPERTY AND STRUCTURES A. The Contractor shall, at his own expense, sustain in place and protect from direct or indirect injury, all pipes, poles, conduits, walls, buildings, and all other structures, utilities, and property in the vicinity of his work. Such sustaining shall be done by the Contractor. The Contractor shall take all risks attending the presence or proximity of pipes, poles, conduits, walls, buildings, and all other structures, utilities, and property in the vicinity of his work. Such sustaining shall be done by the Contractor. The Contractor shall take all risks attending the presence or proximity of pipes, poles, conduits, walls, buildings, and all other structures, utilities, and property in the vicinity of his work. He shall be responsible for all damage, and assume all expenses,for direct or indirect injury and damage, caused by his work, to any such pipe, structures, etc., or to any person or property, by reason of injury to them, whether or not such structures, etc., are shown on the Drawings. B. Barriers shall be placed at each end of all excavations and at such places as may be necessary along excavations to warn all pedestrian and vehicular traffic of such excavations. Barricades with flashing lights shall also be placed along excavation from sunset each day to sunrise of the next day until such excavation is entirely refilled, compacted, and paved. All excavations shall be barricaded where required to meet OSHA, local and Federal Code requirements, in such a manner to prevent persons from falling or walking into any excavation within working area. PART 2 — PRODUCTS 2.1 MATERIALS A. Materials shall be furnished as required from on-site excavations or from acceptable off site sources as required. The Contractor shall notify the Engineer of the sources of each material at least ten calendar days prior to the anticipated use of the materials. B. Pipe Bedding: Pipe bedding shall be Recycled Concrete Aggregate, in accordance with Florida Department of Transportation Standard Specifications (January 2018) Section 911. C. Backfill: In general, clean sandy excavated material, that is free from organics clay and construction debris can be used for backfill material. All material to be used as selected 193 ) TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 I\AIAMIBEACH RISI \ G A3OVE backfill shall be able to pass a 3/4-inch sieve. If, in the Engineer's opinion, excavation material is unsuitable for backfill purposes, imported material having a sand equivalent value of not less than 20 percent shall be used for this portion of the trench backfill. All backfill material (placed above select backfill) shall be able to pass through a 6 inch ring. If suitable backfill is not available from the excavations, it shall be obtained from off site sources. D. Unsuitable Fill Material: Classified as A-2-4, A-2-5, A-2-6, A-2-7, A-4, A-5,A-6,A-7, and A-8 in accordance with AASHTO Designation M 146. Also, highly organic soils (peat or muck)weak silty materials, asphalt and concrete are unsuitable fill material. E. Suitable backfill material shall be clean and free from all organic material, clay, marl or unstable materials, debris, lumps, or broken paving. No rocks or stones larger than 6 inches in diameter shall be allowed in any backfill. Material for backfill may be material resulting from trench excavation, if suitable in the opinion of the Engineer. F. Select backfill material specified in these Specifications or required by the Plans shall meet all the general requirements for backfill material set forth above, and, in addition, shall be free of any rocks or stones larger than 2 inches in diameter. Select backfill material may be material resulting from trench excavation, if suitable in the opinion of the Engineer, carefully selected to comply with these requirements. G. Special backfill and bedding material is required to install structures. PART 3 — EXECUTION 3.1 TRENCH EXCAVATION A. Design, Provide, and maintain shoring, sheeting and bracing as necessary to support the side of excavations and to prevent detrimental settlement and lateral movement of existing facilities, adjacent property, and completed work. B. Excavation shall be in accordance with Section 312316, "Excavation" C. The Contractor shall perform all excavation of every description and of whatever substance encountered, to the dimensions, grades and depths shown on the Drawings, or as directed. All excavations shall be made by open cut. All existing utilities such as pipes, poles and structures shall be carefully located, supported and protected from injury; in case of damage, they shall be restored at the Contractor's expense. D. Pipe trenches for piping shall be excavated to a width within the limits of the top of the pipe and the trench bottom so as to provide a clearance on each side of the pipe barrel, measured to the face of the excavation, or sheeting if used, of 8 inches to 12 inches. Where the pipe size exceeds 12 inches, the clearance shall be from 12 inches to 18 inches. All pipe trenches shall be excavated to a level where suitable material is reached, a minimum of 8 inches below the excavated depth that will allow for a minimum of 36" of covering unless otherwise indicated on the Drawings. Excavation depths in 194 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,1iAMIBEACh RISI \ G A3OVE other types of materials and conditions shall be made as hereinafter specified. E. In areas where trench widths are not limited by right of way and/or easement widths, property line restrictions, existing adjacent improvements, including pavements, structures and other utilities, and maintenance of traffic, the trench sides may be sloped to a stable angle of repose of the excavated material but only from a point one foot above the crown of the pipe. A substantially and safely constructed movable shield, "box"or"mule"may be used in place of sheeting when the trench is opened immediately ahead of the shield and closed immediately behind the shield as pipe laying proceeds inside the shield. F. Ladders or steps shall be provided for and used by workmen to enter and leave trenches. G. Excavation for appurtenances shall be sufficient to provide a clearance between their outer surfaces and the face of the excavation or sheeting, if used, of not less than 12 inches. H. Excavated unsuitable material shall be removed from the site and disposed of by the Contractor. Materials removed from the trenches shall be stored and in such a manner that will not interfere unduly with City operations, traffic on public roadways and sidewalks and shall not be placed on private property. In congested areas, such materials that cannot be stored adjacent to the trench or used immediately as backfill shall be removed to other convenient places of storage acceptable to the City at the Contractor's expense. I. Excavated material that is suitable for use as backfill shall be used in areas where sufficient material is not available from the excavation. Suitable material in excess of backfill requirements shall be used on the site as directed by the Engineer, or removed at Contractor's expense. 3.2 DEWATERING A. Removal of water shall be in accordance with Section 312319, "Dewatering" 3.3 SHEETING AND BRACING A. The Contractor shall furnish, place and maintain sheeting and bracing to support sides of the excavation as necessary to provide safe working conditions in accordance with OSHA requirements, and to protect pipes, structures and other Work from possible damage. Where wood sheeting or certain designs of steel sheeting are used, the sheeting shall be cut off at a level of 2 feet above the top of the installed pipe and that portion below the level shall be left in place. If interlocking steel sheeting is used, it may be removed providing removal can be accomplished without disturbing the bedding, pipe or alignment of the pipe. Any damage to the pipe bedding, pipe or alignment of the constructed utility caused by the removal of sheeting shall be cause for rejection of the affected portion of the work. The City may permit sheeting to be left in place at the request and expense of the Contractor. 195 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AIAMIBEACH RISI \ G A3OVE B. If the Engineer is of the opinion that at any point sufficient or proper supports, have not be provided, he may order additional supports put in at the Contractor's expense. The Contractor shall be responsible for the adequacy of all sheeting used and for all damage resulting from sheeting and bracing failure or from placing, maintaining and removing it. 3.4 TRENCH STABILIZATION A. No claim for extras, or additional payment will be considered for cost incurred in the stabilization of trench bottoms which are rendered soft or unstable as a result of construction methods, such as improper or inadequate sheeting, dewatering or other causes. In no event shall pipe be installed when such conditions exist and the Contractor shall correct such conditions so as to provide proper bedding or foundations for the proposed installation at no additional cost to the City before placing the pipe or structures. 3.5 PIPE BEDDING A. Pipe trenches shall be excavated as described in Section 312316, "Excavation". The resulting excavation shall be backfilled with acceptable pipe bedding material, up to the level of the centerline of the proposed pipe barrel. This backfill shall be tamped and compacted to provide a proper bedding for the pipe and shall then be shaped to receive the pipe. Bedding shall be provided under the branch of all fittings to furnish adequate support and bearing under the fitting. B. Any excavation below the levels required for installation of the pipe bedding shall be backfilled with acceptable bedding material, tamped, compacted and shaped to provide proper support for the proposed pipe, at the Contractor's expense. 3.6 PRESSURE PIPE FOUNDATIONS A. As described herein, all pipe trenches shall be excavated to a minimum of 6 inches below the outside bottom of the proposed pipe barrel. The resulting excavation shall be backfilled with approved pipe bedding material, up to the level of the outside bottom of the proposed pipe barrel. This backfill shall be tamped and compacted to provide a proper bedding for the pipe. Recesses for the pipe bells, or couplings shall then be excavated by hand digging, and the pipe installed. Placing and compacting the bedding up to the level of the lower one-third of the pipe barrel shall immediately follow the installation of the pipe. Bedding shall be provided under the branch of all fittings to furnish adequate support and bearing under the fitting. Bedding material shall be select backfill as defined under the Article "Backfill", hereinafter, or shall be drain field lime rock, or similar materials, as approved by the Engineer. Limerock screenings, sand, or other fine material shall not be used for bedding. B. Any excavation below the levels required for installation of the pipe bedding shall be backfilled with approved bedding material, tamped and compacted to provide proper support for the proposed pipe at no additional cost to the City, except as provided therefore under the Article "Additional Excavation and Backfill", if so ordered by the Engineer. 196 I P b TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ',,11AMIBEACH RISI \ G ABOVE 3.7 GRAVITY PIPE FOUNDATIONS A. The trench shall be excavated to a depth of at least 6 inches below the bottom of the pipe, the trench backfilled with a layer of rock bed firmly compacted, and the pipe solidly bedded and additional rock bed firmly packed under and around the pipe up to the spring line. B. Pipe constructed at cut ranges less than 10 feet, and the trench bottom is above ground water, shall be installed according to the following conditions: a. Rock Bottom: Where rock is encountered at the bottom of a trench in which pipe is to be installed, the excavation shall be extended to a depth at least 6 inches below the bottom of the pipe and shall be backfilled with selected fine material in 6-inch layers, with each layer being firmly compacted, and with the final layer carefully graded and compacted at the proper elevation to provide continuous support for the pipe barrels. Where pipe bells will be located, depressions shall be excavated in the trench bottom to provide clearance under the bell or socket. b. Soil Bottom: Where rock is not encountered at the bottom of a trench excavation, and the soil is satisfactory for pipe foundation, in the opinion of the Engineer, excavation shall be halted at an elevation slightly above that for bedding the pipe, and the pipe bed carefully excavated by hand in the undisturbed trench bottom to provide continuous bearing for the pipe barrels and clearance under the bells or sockets, or machine excavation may extend slightly below the elevation for bedding the pipe with the trench bottom carefully backfilled and compacted as specified in the Article "Backfill". 3.8 BACKFILL A. Pipeline trenches shall be backfilled to a level 12 inches above the top of the pipe with select backfill obtained from the excavation. Such material shall be placed in 6 inch layers, each compacted to the densities specified in Article 3.07. Only hand operated mechanical compacting equipment shall be used within six inches of the installed pipe. B. All structures shall be backfilled with the type of materials shown on the Drawings and specified herein. Select fill shall be deposited in successive, uniform, approximately horizontal layers not exceeding 12-inches in loose lifts for the full width. Stones or fragmentary rock larger than 3-inches in their greatest dimension will not be allowed within the top 6-inches of the ground nor within 6 inches of pipes. No stone or fragmentary rock larger than 6-inches in their greatest dimension will be allowed for any portion of backfill. Compaction shall be in accordance with the requirements of the Article "Compaction". C. Where excavation support is used, the Contractor shall take all reasonable measures to prevent loss of support beneath and adjacent to pipes and existing structures when supports are removed. If significant volumes of soil cannot be prevented from clinging to the extracted supports, the voids shall be continuously backfilled as rapidly as 197 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ;\r1IAMIBEACH RISI \ G A3OVE possible. The Contractor shall thereafter limit the depth below subgrade that supports will be installed in similar soil conditions or employ other appropriate means to prevent loss of support. D. After the initial portion of backfill has been placed as specified above, and after all excess water has completely drained from the trench, backfilling of the remainder of the trench may proceed. The remainder of the backfill shall be selected material obtained from the excavation and shall be placed in horizontal layers, the depth of which shall not exceed the ability of the compaction equipment employed, and in no event shall exceed a depth of 12 inches. Each layer shall be moistened, tamped, puddled, rolled or compacted to the densities specified in the Article "Compaction". E. Manholes and Vaults: Any excavation below the levels required for the proper construction of manholes or vaults shall be filled with Class B Concrete. The use of earth, rock, sand or other materials for this purpose will not be permitted. F. Backfilling of trenches will not be allowed until the work has been inspected by the Engineer, and the Engineer indicates that backfilling may proceed. Any work covered up or concealed without the knowledge or consent of the Engineer may be required to be uncovered or exposed at no cost to the City. G. Backfill against concrete or masonry structure shall not be performed until the Work has been reviewed and backfilling permitted. Backfill against walls shall also be deferred until the structural slab for floors above the top fill line have been placed and attained design strength or earlier at the discretion of the Engineer. Partial backfilling against adequately braced wall may be considered by the Engineer on an individual situation basis. Where walls are to be waterproofed, all Work shall be completed and membrane materials dried or cured according to the manufacturer's instructions before backfilling. H. A testing laboratory, designated by the City will make periodic field tests to determine the density being obtained in each lift, or layer, of the backfill. The City will pay the cost for each test that indicates that the density obtained in the backfill meets or exceeds the specified percentage. The Contractor shall pay the cost for each test that indicates that the density obtained in the backfill is insufficient and does not meet the specified percentage. When compacted backfill fails to meet the specified percentage of maximum density as shown by test results, it shall be reworked and re-compacted in a manner approved by the Engineer, and then retested. The reworking, re-compacting and retesting of the backfill shall be repeated as many times as may be necessary to obtain compacted backfill with density meeting or exceeding the specified percentage as indicated by test results. The Contractor shall exercise proper care to ensure that no pipe will be broken or displaced through the use of the type of mechanical compacting equipment he selects. Water shall be added as required to obtain optimum moisture to facilitate compaction but ponding or inundation of backfill will not be permitted. These ponding limitations shall not prohibit backfill in a wet trench if the Alternate Method of Construction is permitted by the Engineer. I. Contractor shall maintain a trench restoration log with testing results. This applies to all restoration activities including those not contained within this section. Progress logs shall 198 I P TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ;I AMIBEACH RISI \ G ABOVE be provided for progress invoices. J. The Contractor shall also backfill, where required, all pre-existing ground voids and depressions with select backfill and level to natural grade as approved by the Engineer at no extra cost to the City. K. During all backfill operations the backfill level shall be kept even on all sides of the structure or pipe to prevent damage to, or unplanned loading of, the structure or pipeline. 3.9 ALTERNATE METHOD OF CONSTRUCTION A. A combination of conditions in the substrata, water table, and method of disposal or regulatory agency requirements may be encountered during the course of the work which makes dewatering impossible, or possible only through the use of unusual methods, the cost of which is excessive. When such conditions are encountered, but only after all reasonable means to dewater the excavation have been employed without success, the Contractor may request permission to employ the following Alternate Method of Construction. The concurrence of the Engineer shall be obtained in writing and shall limit the use of the Alternate Method of Construction to such specific portions of the work as the Engineer shall determine. B. The requirements set forth in other Sections of these Specifications shall establish the required standards of construction quality for this work. Use of the Alternate Method of Construction described hereinafter shall in no way be construed as relieving the Contractor of his basic responsibility for satisfactory completion of the work. C. Under no conditions will any additional or increased payments be made to the Contractor for excavation, backfill, sheeting or any cost incurred for work or materials, or any other costs incurred as a result of the use of this alternate method of construction. The unit prices established in the Quotation shall be full payment for the various items of work. D. Subject to all of the requirements stated herein, including written approval of the Engineer, construction will be permitted in accordance with the following specifications. All requirements of these Specifications shall apply to this construction unless otherwise specifically modified herein. 1. Removal of Water: The installation of pipe and appurtenances under water will be permitted and the dry-trench requirements of Section 312319, "Dewatering" will be waived. 2. Excavation: Excavation shall be performed in accordance with Section 312316, "Excavation" 3. Pipe Bedding: a. Pipe bedding shall be placed from 6 inches below the outside bottom of the proposed pipe barrel up to the level of the spring line of the pipe barrel of 199 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AIAMIBEACh RISI \ G ABOVE gravity sewers and to the level of the lower one-third of the pipe barrel for force mains. The bedding material shall be pea rock, or drain field limerock. Limerock screenings, sand or other fine organic material shall not be used. b. The bedding material shall be tamped and graded to provide a proper bedding for the pipe and shall then be shaped to receive the pipe. Bedding shall be provided under the branch of all fittings to furnish adequate support and bearing under the fittings. 4. Backfill: a. After the pipe is installed, backfilling shall proceed in accordance with the provisions of 3.8 of this Section, "Backfill." b. Select backfill material shall be used to backfill around the pipe and to a level one foot above the crown of the pipe. c. Under no circumstances will material other than select backfill or specified pipe bedding material be considered satisfactory for this purpose. E. If the Alternate Method of Construction is used, all backfill material, including specified pipe bedding material, shall be carefully lifted into the trench and not released to fall freely therein until the bucket or container is at or just above water level. Under no circumstances will backfill material be dumped or pushed into trenches containing water. Below existing water level, and to a point not more than 18 inches above the water level the backfill material shall be carefully placed in uniform layers, of equal depth on each side of the pipe. From a point not more than 18 inches above the water level, and below the pavement base or the surface of the ground, if out paving, backfill material shall be placed and compacted for normal backfilling. 3.10 COMPACTION FOR TRENCHES A. Compaction of backfill shall be 98 percent of the maximum density where the trench is located under structures or paved areas, and 95 percent of the maximum density elsewhere. More thorough compaction may be required when Work is performed in other regulatory agencies jurisdictions, such as the DOT. Methods of control and testing of backfill construction are: 1. Maximum density of the material in trenches shall be determined by ASTM D 1557. 2. Field density of the backfill material in place shall be determined by ASTM D 1556 or D 2922. B. Testing: Laboratory and field density tests, which in the opinion of the Engineer are necessary to establish compliance with the compaction requirements of these Specifications, shall be ordered by the Engineer. The Contractor shall coordinate and cooperate with the testing laboratory. The testing program will be implemented by the Engineer establishing depths and locations of tests. Modifications to the program will be 200 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 , !AMIBEACH RISI \ G ABOVE made as job conditions change. C. Trench backfill which does not comply with the specified densities, as indicated by such tests, shall be reworked and recompacted until the required compaction is secured, at no additional cost to the City. The costs for retesting such Work shall be paid for by the Contractor. Retesting of areas which do not comply with the specified densities shall be performed by the testing laboratory which tested the failed samples. 3.11 COMPACTION FOR EMBANKMENT AND STURCTURES A. The Contractor shall compact backfill and in place subgrade in accordance with the requirements of this Section. The densities specified herein refer to percentages of maximum density as determined by the noted test methods. Compaction of materials on the project shall be in accordance with the following schedule: Density% Mod. Proctor Max. Lift Thickness as (D1557) Compacted Inches Embankments 92 8 Backfill Around Structures 98 6 Backfill Beneath Structures 98 6 Crushed Stone Beneath Structures "' 12 Select Sand 98 8 Crushed Stone Backfill "" 12 In place Subgrade Beneath Structures 98 6 Backfill beneath structures shall be considered to include a zone 10 feet out from the foundation of the structure extending down to the natural ground on a 45°slope. Density% Mod. Proctor(D1557) Max. Lift Thickness as Compacted Inches ** The aggregate shall be compacted to a degree acceptable to the Engineer by use of a vibratory compactor and/or crawler tractor. B. Compaction shall be conducted as follows: 1. Each section of subgrade shall be subjected to multiple, overlapping (minimum 20% overlap) coverages of the compactor as it operates at normal walking speed. Vibratory equipment shall not be used within 25 feet of any existing structure. 2. Within 25 feet of any existing structure, non-vibratory compaction equipment should be used.Within 5 feet of any existing structure, a walk behind vibratory sled or roller 201 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 A,N,-\'BEACH RISI \ G A3OVE shall be used.A sufficient number of passes should be made within the construction area to compact the in-place soil as required in Article 3.10 A above. C. Field density tests will be made by independent testing agency as described in Article 1.06. These tests shall be the basis for accepting or rejecting the compaction. In-place density tests will be performed in accordance with ASTM D 1556, ASTM D 2167, or ASTM D 6938. The Engineer will be the sole judge as to which test method will be the most appropriate. Failure to achieve the specified densities shall require the Contractor to re-compact the material or remove it as required. The Contractor shall, if necessary, increase his compactive effort by increasing the number of passes, using heavier or more suitable compaction equipment, or by reducing the thickness of the layers. The Contractor shall adjust the moisture contents of the soils to bring them within the optimum range by drying them or adding water as required. D. Testing will be performed as frequently as deemed necessary by the Engineer. As a minimum, one in-place density test shall be performed for each 1000 cubic yards of embankment placed, 500 cubic yards of backfill placed, 2500 square feet of foundation area, or one test performed each day for either. E. Final grades shall be within 0.1 foot of elevations shown. Where shown on the Drawings surfaces shall be sloped for drainage or other purposes. F. Vibration monitoring shall be performed at nearby structures when compaction work is ongoing. A single monitoring point using vibration monitoring equipment capable of detecting velocities of 0.1 inch/second or less and survey measurements shall be used for vibration monitoring at each of the nearest structures. An elevation measurement on nearby structures shall be taken before compaction work starts, and then at least twice a day during the work with one reading taken at the conclusion of the day's operations. Elevation measurements shall be recorded to an accuracy of 0.001 foot. If at any time the Contractor detects settlement or heave of 0.005-feet or more, or vibration levels of 0.5 inch/second or more, the vibratory compaction shall be stopped immediately and the Engineer notified. 3.12 ADDITIONAL EXCAVATION AND BACKFILL A. Where organic material, such as roots, muck, or other vegetable matter, or other material which, in the opinion of the Engineer, will result in unsatisfactory foundation conditions, is encountered below the level of the proposed pipe bedding material, it shall be removed to a depth of two feet below the outside bottom of the pipe or to a greater depths as directed by the Engineer and removed from the site. Sheeting shall be installed if necessary to maintain pipe trenches within the limits identified by the Engineer. The resulting excavation shall be backfilled with suitable backfill material, placed in 12 inch layers, tamped and compacted up to the level of the bottom of the proposed pipe bedding material. Sufficient compaction of this material shall be performed to protect the proposed pipe against settlement. Construction shall then proceed in accordance with the provisions 3.5 of this Section, "Pipe Bedding." 202 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE B. Additional excavation (more than two feet below the pipe) as indicated on the trench detail shall be performed only when ordered by the Engineer. Where organic or other material is encountered in the excavation, the Contractor shall bring the condition to the attention of the Engineer and obtain his determination as to whether or not the material will require removal, prior to preparing the pipe bedding. The excavation of material up to a depth of two feet below the outside bottom of the pipe is an incidental item of construction and the Work shall be done at the Contractor's expense. Where ordered by the Engineer, the additional excavation, backfill and additional sheeting, if required, shall be paid as additional work. C. Dispose of unsuitable topsoil and excavated material for site grading from the site. All excavated material is the property of the City and shall be disposed of as directed by the Engineer. Unsuitable top soil and excavated material shall be classified as A-2-4, A-2-5, A-2-6, A-2-7, A-4, A-5, A-6, A-7, and A-8 in accordance with AASHTO Designation M 145. Also peat and other highly organic soils. Unsuitable fill materials shall be disposed of by the Contractor at no additional cost to the City. 3.13 TRENCH OVERCUT D. Trench Overcut provisions herein shall be used only under direct authorization by the Engineer. Since the amount of trench overcut that may be required is usually unknown until the actual work begins, trench overcut may be established in the Quotation on a contingent basis. A Contingent Item may or may not be used at the option of the City, and any provisions contained within the Contract Documents for quantity overruns or underruns will not be applicable. E. If, after excavating the trench to a depth of 2 feet 6 inches below the outside bottom elevation of the proposed pipe barrel, and the soil at that depth is still unsatisfactory as foundation material because it contains marl, muck, organic matter, or other unsuitable material, and the Engineer authorizes overcut, the pipe trench shall be excavated further in one-foot increments until either a suitable foundation material is found, or the Contractor is directed by the Engineer to stop trench overcut operation and begin backfilling. In no case will trench overcut be more than 6 feet in depth, i.e., to a point 8.5 feet below the bottom of the pipe. F. Selected backfill shall then be compacted in 6-inch layers up to the bottom of the proposed 6 inches of pipe bedding. —END OF SECTION — 203 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,ABEACh RISI \ G A3OVE SECTION 312500 EROSION AND SEDIMENT CONTROLS PART 1 — GENERAL 1.1 WORK INCLUDED A. This Section shall govern guidelines for materials and installation requirements of the City for erosion and sediment controls available. 1.2 RELATED WORK A. Related standards specified elsewhere in the Specifications include but are not limited to the following sections. Section 013526, "Safety Requirements" Section 017000, "Execution and Closeout" 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of the other requirements, all work herein shall conform to the applicable requirements of the following documents. All referenced specifications, codes, and standards refer to the most current issue available. American Association of State Highway Transportation Officials(AASHTO) AASHTO M288 Geotextiles American Society for Testing Materials (ASTM) ASTM D3776 Standard Test Methods for Mass Per Unit Area (Weight) of Fabric ASTM D3786 Standard Test Method for Bursting Strength of Textile Fabrics—Diaphragm Bursting Strength Tester Method ASTM D4355 Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture and Heat in a Xenon Arc-Type Apparatus ASTM D4491 Standard Test Methods for Water Permeability of Geotextiles by Permittivity ASTM D4632 Standard Test Method for Grab Breaking Load and Elongation of Geotextiles 204 1 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 „V1 BEACH RISI \ G A3OVE ASTM D4751 Standard Test Methods for Determining Apparent Opening Size of a Geotextile ASTM D4833 Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products Florida Administrative Code (FAC) Florida Building Code Florida Department of Environmental Regulation The Florida Land Development Manual: A Guide to Sound Land and Water Management, Chapter 6 Florida Department of Environmental Protection (FDEP) Florida Storm Water Erosion and Sedimentation Control Inspector's Manual Florida Department of Transportation (FDOT) Design Standards Standard Plans for Road and Bridge Construction Florida Department of Transportation (FDOT) and FDEP Erosion and Sediment Control Designer and Reviewer Manual Miami-Dade Division of Environmental Resources Management, Department of Regulatory and Economic Resources (RER-DERM) Regulations Occupational Safety and Health (OSHA) Regulations 1.4 SAFETY AND PROTECTION DEVICES A. See Section 013526, "Safety Requirements" 1.5 REQUIREMENTS A. All work, including work less than one (1) acre in size, that has the potential to impact the City's Municipal Separate Stormwater System (MS4), and/or adjacent properties, is required to employ sediment and erosion control measures that are in accordance with the FDEP Florida Storm Water Erosion and Sedimentation Control Inspector's Manual, latest revision, and in accordance with RER-DERM requirements. 205 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMI BEACH RISI \ G A3OVE B. All construction activity that results in the disturbance of equal to or greater than one (1) acre is required to obtain coverage under the FDEP Generic Permit for Storm Water Discharge from Large and Small Construction Activities (Construction Generic Permit [CGP]). C. If required by law,the Contractor shall obtain permits required by the National Pollutant Discharge Elimination System (NPDES) Stormwater Permitting program for construction activity, as required by Florida Administrative Code (FAC) Chapter 62- 621 and administered by FDEP. D. NPDES best management practices for sediment and erosion work must be strictly followed during and after construction. E. The Contractor is responsible for following the best erosion and sediment control practices as outlined in the plans, specification, applicable permit(s), and the prevention, correction, control, and abatement of erosion and water pollution in accordance with FAC Chapter 62-302. F. The Contractor shall design, provide, maintain, and remove temporary erosion and sediment controls as necessary. G. Temporary erosion controls may include, but are not limited to, mulching, netting, and watering on site surfaces and spoil and borrow area surfaces, providing interceptor ditches at ends of berms and at those locations which will ensure erosion during construction will be either eliminated or maintained within acceptable limits as established by the City and all regulatory agencies having jurisdiction. H. Temporary sedimentation controls include, but are not limited to, silt dams, traps, barriers, and appurtenances at the foot of sloped surfaces which will ensure sedimentation pollution will be either eliminated or maintained within acceptable limits as established by the City and all regulatory agencies having jurisdiction. I. The Contractor shall provide effective temporary erosion and sediment control measures during construction or until final controls become effective. J. All excavations and earthwork shall be done in a manner to minimize water turbidity and pollution. Discharge shall be controlled and rerouted through hay filters, siltation bags, sumps, or other approved sediment filtering devices. The Contractor shall be responsible for the prevention, correction, control, and abatement of erosion and water pollution in accordance with FAC, Chapter 62-302. K. The Contractor is responsible for the removal of any sediment that leaves the site and changes any downstream conditions by raising channel bottoms and/or clogging outfall culvers. 206 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 P- Y',IBEACH RISI \ G A3OVE L. This Section indicates the minimum erosion and sediment control measures required. The Contractor is responsible for meeting all applicable rules, regulations, and water quality guidelines and may need to install additional controls. M. The Contractor shall pay for any water quality control violations from any agency that results in fines being assessed to the City because of the Contractor's failure to eliminate turbid runoff from leaving the site and raising background levels of turbidity above existing background levels. 1.6 SUBMITTALS A. The Contractor shall prepare and submit to permitting agencies with jurisdiction a Stormwater Pollution Prevention Plan (SWPPP) when required by FDEP. B. The Contractor shall submit a copy of the approved SWPPP for temporary erosion and sediment control to the City or designee. C. The Contractor shall video/photograph the entire project site during normal working hours including all concrete and asphalt pavements, curb and gutter, fencing, landscaping to remain, structures to be demolished, and existing structures that are to be modified. All videos and photographs shall be date and time stamped and a digital copy submitted on a flash drive/memory stick or media acceptable to the City of Miami Beach Public Works Department prior to beginning construction activities. The video/photographs shall clearly identify existing site and structural conditions prior to construction. 1.7 QUALITY ASSURANCE A. Work shall be performed in accordance with Contract Documents, Drawings, and/or City of Miami Beach Public Works Standard Details, in a neat and accurate manner. It is the intent of the City to obtain a complete and working installation according to these Specifications, and any items of labor, equipment, or materials which may reasonably be assumed as necessary to accomplish this end shall be supplied whether or not they are specifically shown on the project plans or stated herein. PART 2— PRODUCTS 2.1 SILT FENCE A. Correctly installed silt fences shall be used along the limits of construction to minimize off-site siltation migration. B. Silt fences shall be installed below small disturbed areas that are less than '/ acre disturbed per 100-feet of fence when slopes are less than 2%. Silt fence shall be located no closer than 6 feet from toe of slope to allow for ponding, maintenance, and access. Silt fence shall not be installed across streams,ditches, or waterways or other 207 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-02D8A3F6F450 M AMIBEACH RISI \ G A3OVE areas of concentrated flows. C. Filter fabric shall be FDEP Type D-3 fabric with permittivity 24?0.2 and elongation >_50%, or equivalent. D. Silt fence shall be stable for the 10-year peak storm runoff. E. The posts for silt fences shall be 48-inch minimum metal or wooden fence posts driven into the ground a minimum of two (2)feet. F. Maximum post spacing shall be ten (10) feet on center. G. Reinforcement of filter fabric shall be woven wire fence (minimum 14 gauge; 6-inch maximum mesh spacing). 2.2 STONE FOR EROSION CONTROL A. The stone for erosion control shall consist of field stone or rough un-hewn quarry stone, approximately 6-inches to 9-inches in size. The stone shall be sound, tough, dense, and resistant to the action of air and water. 2.3 RIPRAP A. The stone for riprap shall consist of field stone or rough un-hewn quarry stone, approximately 12-inches to 18-inches in size. The riprap shall be sound, tough, dense, and resistant to the action of air and water. Neither the width nor thickness of individual stones shall be less than one third their length. 2.4 ROLLED EROSION CONTROL MATTING (RECMS) A. RECMs should be utilized to aid stabilization of slopes greater than 2:1 and with more than 10 feet of vertical relief. RECMs should also be used when mulch cannot be adequately tacked and where immediate ground cover is required to prevent erosion damage. Examples of RECMs are blankets, nets, and matting. B. RECM materials and properties shall be in accordance with the FDEP Erosion and Sediment Control Designer and Reviewer Manual. C. RECMs shall be used to aid in permanent stabilization of vegetated channels where runoff velocity will exceed 2 feet/second on bare earth during the 2-year rainfall event that produces peak runoff. 1. RECMs shall be chosen based on applicable design standards. Typically, nets shall be used in conjunction with mulch; the use of mulch is typically not required with excelsior, woven straw blankets, and coir blankets. 2. The recommended anchoring devices are 12-inch minimum length wooden 208 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE stakes, 11-gauge staples that are at least 6-inches long by 1-inch wide, or rigid, biodegradable stakes of a minimum of 6 inches in length. If Manufacturer's recommendations are more stringent, they shall supersede. 2.5 TEMPORARY AND PERMANENT DIVERSIONS A. Temporary diversions shall be constructed adjacent to disturbed areas to collect surface runoff from disturbed areas and direct the runoff to sediment basins or to divert non-sedimentladen runoff away from undisturbed areas and/or sediment basins. All temporary diversions transporting sediment-laden runoff shall terminate in a sediment trapping device. B. Permanent diversions should be planned as a part of initial site development and should be coordinated with temporary diversions. Permanent diversions shall be used to divert water to locations where it can be used or released without erosion or flood damage. C. All temporary and permanent diversions shall be stabilized with vegetation or other means within 7 days of installation. 2.6 TEMPORARY SLOPE DRAINS A. Temporary slope drains are used to convey concentrated runoff down the face of a slope without causing erosion and are generally used in conjunction with temporary diversions. B. The pipe shall be heavy-duty flexible material such as non-perforated, corrugated high-densitypolyethylene (HDPE) pipe or specially designed flexible tubing. 2.7 TEMPORARY GRAVEL CONSTRUCTION ENTRANCES/EXITS A. Temporary gravel construction entrances/exits shall be located at points where vehicles enter and leave a construction site. B. Temporary gravel construction entrances/exits shall be constructed with a minimum 6-inch layer of FDOT No. 1 Coarse Aggregate, 1-1/2" to 3-1/2" and must extend the full width of the vehicular ingress and egress area. The entrance shall be at least 50 feet in length. The exit shall widen at its connection to the roadway to the roadway to accommodate the turning radius of large trucks. 2.8 TEMPORARY AND PERMANENT STABILIZATION OF DISTURBED AREAS A. Unless specifically outlined in the approved Plans, sod shall be only vegetative method used for soil stabilization. B. Sod shall be placed in areas which may require immediate erosion protection to ensure water quality standards are maintained and where no active construction is occurring. 209 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID. F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ;IBEACH RISI \ G ABOVE C. All fill slopes 3:1 or steeper to receive staked solid sod. D. Ground cover adequate to restrain erosion shall be provided on disturbed areas that will be left un-worked for periods exceeding 7 to 14 days. 2.9 CHECK DAMS AND CHECK DAMS WITH WEIRS A. Check dams and check dams with weirs shall not be constructed in an intermittent or perennial stream. The drainage area for any one check dam or check dam with weir shall be limited to half(1/2) acre. B. Check dams shall be constructed of stone for erosion control or riprap with filter fabric, fiber filtration tubes, or sediment logs. Check dams with weirs shall be constructed of stone for erosion control or riprap with filter fabric. Material specifications for stone for erosion control, riprap, fiber filtration tubes, and sediment logs appear herein. If Manufacturer's recommendations are more stringent, they shall supersede. 2.10 INLET CONTROL MEASURES A. The Contractor shall use a minimum of one of the inlet erosion control measures for all drop inlets within or immediately downstream of the limits of disturbance and potentially receiving sediment-laden flow from construction areas. B. Inlet erosion control measures shall be used to prevent or limit the introduction of sediment to storm drain systems and allow early use of the of the storm drainage system. Maximum drainage areas for inlet erosion control measures vary from one (1)acre for excavated drop inlet protection, hardware and cloth gravel inlet protection, and block and gravel inlet protection to more than five (5) acres for rock pipe inlet protection. C. Materials for inlet erosion control measures consist of silt fence, riprap, stone(gravel), hardware wire, sod, concrete blocks, and sediment logs. Riprap and stone for erosion control shall be as specified herein. If Manufacturer's recommendations are more stringent, they shall supersede. 2.11 FIBER FILTRATION TUBES (FFTS) AND SEDIMENT LOGS A. FFTs shall consist of composite wood fibers and man-made fibers, with or without performance-enhancing polymers, encased with cylindrical tubes composed of a heavy-duty,knitted, high density polyethylene mesh. The photodegradable mesh shall be oriented in a diamond or hexagonal pattern and shall move freely at all knitted yarn intersections. B. Sediment logs shall consist of natural fibers (wood, coconut, etc.) inside heavy duty knitted cylindrical tubing. 2.12 TEMPORARY AND PERMANENT CHANNELS 210 I P a TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 dCAL,H RISI \ G A3OVE A. Temporary and permanent channels shall be used to convey concentrated runoff without damage from erosion, deposition, or flooding. 2.13 TEMPORARY SEDIMENT TRAPS, SEDIMENT BASINS, AND SKIMMER SEDIMENT BASINS A. Sizing for sediment traps and basins shall comply with all Local, State, and Federal regulations. For reference, FDEP criteria for a NPDES Generic Permit are listed below. 1. For construction sites with ten (10) or more disturbed acres, the following design requirements shall be met. a. For drainage basins with ten (10) or more disturbed acres at one time, a temporary (or permanent) sediment or wet detention basin providing 3,600 cubic feet of storage per acre drained must be provided until final stabilization of the site. The 3,600 cubic feet of storage area per acre drained does not apply to flows from off-site areas and flows from on-site areas that are either undisturbed or have undergone final stabilization where such flows are diverted around both the disturbed area and the sediment basin. b. For drainage basins with ten (10) or more disturbed acres at one time and where a temporary sediment basin providing 3,600 cubic feet of storage per acre drained is not attainable, a combination of smaller sediment basins, sediment traps, wet detention systems, or other best management practices must be used. 2. For drainage basins of less than ten (10) disturbed acres, sediment basins and sediment traps are recommended but not required. B. These temporary measures shall not be constructed within an intermittent or perennial stream and shall be installed prior to any land disturbance activities within the drainage area. Temporary sediment traps shall be constructed by excavating the appropriate size rectangular basin and constructing a rock-fill dam on the discharge end. C. Sediment basins and skimmer sediment basins shall be used where drainage areas are too large for temporary sediment traps. Outlet structures must withdraw from basin surface unless drainage area is less than one (1) acre. They shall retain sediment on the site and prevent off site sediment in waterways, and they shall not be located in intermittent or perennial streams. Sediment basins and skimmer sediment basins shall be installed prior to any land disturbance activities within the drainage area. D. Porous baffles are used to reduce the velocity and turbulence of the water flowing through the structure and to facilitate the settling of sediment in the water before discharge. They effectively spread the flow across the entire width of a structure. 211 J TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE E. Typical materials for porous baffles include silt fence, coir erosion blanket, coir mesh, and tree protection fence. F. The structure life for temporary sediment traps shall be limited to two (2) years. Temporary sediment traps shall be spaced to limit the maximum tributary drainage area to fire (5)acres. The basin life of sediment basins and skimmer sediment basins shall be limited to three (3) years unless they are designed as permanent structures. The drainage area for sediment basins and skimmer sediment basins shall be limited to 100 acres. G. The principal spillway for sediment basins shall consist of a riser and barrel. Ensure that the pipe is capable of withstanding the maximum expected load without yielding, buckling, or cracking. The basin should be provided with a skimmer or flashboard riser to dewater the basin from the water surface. The emergency spillway shall be constructed in undisturbed soil. H. The principal spillway for skimmer sediment basins shall consist of a skimmer which dewaters the basin from the top of the water surface at a controlled rate.A dewatering rate of 24 to 72 hours is required. The skimmer outlet pipe shall be capable of withstanding the maximum expected load without yielding, buckling, or cracking. The emergency spillway shall be constructed in undisturbed soil whenever possible and shall be lined with impermeable geotextile fabric. The principal spillway outlet and emergency spillway shall be stabilized. 2.14 OUTLET STABILIZATION STRUCTURE A. Outlet stabilization structures shall be used where the discharge velocity of the upstream water conveyance structure exceeds the permissible velocity of the receiving channel or disposal area. B. Structures shall be sized for a capacity equivalent to a 10-year, peak runoff or design discharge of the water conveyance structure, whichever is greater. 2.15 TURBIDITY CURTAIN A. Type I or Type II turbidity curtains may be used, depending on the requirements for the conditions encountered. B. Curtains shall be linked together per Manufacturer's specifications. C. Type I curtains and appurtenances to meet the tenants of the following table. 212 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISI \ G ABOVE PARAMETER VALUE Fabric 18 oz. nylon reinforced PVC fabric(300 psi test)with lacing grommets Flotation Closed cell solid plastic foam flotation (6-inch equivalent diameter)(12 lb/ft buoyancy) Bottom Tension 5/4-inch galvanized steel chain and Ballast End Connectors 5/8-inch polypro rope (600 lb. breaking strength) Skirt Depth 10' D. Type II curtains and appurtenances to meet the tenants of the following table. PARAMETER VALUE Fabric 18 oz. nylon reinforced PVC fabric (300 psi test) Flotation Closed cell solid plastic foam flotation (8-inch equivalent diameter) (17 lb/ft buoyancy) Top Tension 5/16-inch vinyl sheathed EAW steel cable(9800 lb breaking strength)with galvanized connections (tool free disconnect) Bottom Tension 5/16-in galvanized steel chain and Ballast End Connectors Slotted PVC connector pipe (metal collar reinforced). Skirt Depth 10' 2.16 FILTER BAGS A. Temporary filter bag sediment control bags for use in dewatering and retaining sediment pumped out of active `dirty' project areas, such as stream restoration projects, where water is pumped from work area, sent through the bag, and flow is then released from the bag to discharge on a stable flood plain or other secure area. B. The filter bag shall be a non-woven bag which is sewn with a double needle matching using a high strength thread. The dewatering bag must be made of non-woven geotextile with a minimum surface area of 225 square feet per side. Each sack is required to have a fill spout large enough to accommodate a 4-inch discharge hose. Straps are to be attached such that the hose is secure, and the hose prevents pumped water from escaping without being filtered. C. The geotextile fabric shall be non-woven and shall meet the following properties. 213 1 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AIAMIBEACH RISI \ G ABOVE Properties Test Method Units Value Weight ASTM D3776 Oz!yd 12 Grab Tensile ASTM D4632 lbs 300 Puncture ASTM D4833 lbs 180 Flow Rate ASTM D4491 gal/min/ft' 75 Permittivity ASTM D4491 sec-1 1.1 Mullen Burst ASTM D3786 psi 550 UV Resistant ASTM D4355 % 70 AOS°/o Retained ASTM D4751 % 100 2.17 DEWATERING SUMPS A. This section includes installation of temporary sump pits from which pumping is conducted to remove excess water while minimizing sedimentation. The sump pit filters water being pumped to reduce sedimentation. Further sedimentation may be reduced when flow is pumped to a filter bag (if required). B. Filter geotextile shall be a minimum 6-ounce per square yard (nominal) non-woven needle punched synthetic fabric consisting of staple or continuous filament polyester or polypropylene manufactured in a manner accepted by the City or designee. The geotextiles shall be inert and unaffected by long-term exposure to chemicals or liquids with a pH range from 3 to 10. The geotextiles shall have a minimum threshold water head of 0.25-inches in the "as received" condition. Filter geotextile shall have a Survivability Class of Class 1 or 2 in accordance with AASHTO M288, unless otherwise specified herein C. Stone: Shall be #57 clean gravel stone (3/4 to 1.5 inch max diameter). D. Hardware Cloth: Shall be one-quarter(1/4) inch metal hardware cloth. E. Standpipe to be twelve(12)to thirty-six(36) inch diameter perforated HDPE, polyvinyl chloride (PVC), or corrugated metal pipe (CMP) as per site conditions, with half(1/2) inch by six (6) inch slits or one (1) inch diameter holes, six (6) inches on center. Bottom of pipe to have a watertight cap or plate attached. 2.18 FLOCCULANT LOGS/BLOCKS A. Log or block forms of polyacrylamides (PAM) shall be used to aid in the removal of suspended particulates from runoff. PAMs shall only be used after all appropriate physical best management practices (BMPs) have been implemented on site. Only PAMs approved for use by the Local, State, and Federal permitting agencies shall be 214 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,,A;'v',IBEACH RISI \ G A3OVE allowed. PAMs shall not be applied directly to surface waters of the state. B. A sediment basin or similar structure between the PAM application point and surface waters is required. Choose the appropriate PAM for the soil type. Flocculant (floc) logs/blocks shall be Applied Polymer Systems APS 700 Series or approved equal. C. Product supplier or other qualified professional should be consulted to determine the best PAM or PAM blend for the project site soil types and application methods. Only PAMs which have been demonstrated to pass the chronic toxicity testing requirements may be used. Check for Local, State, and Federal guidance and regulations before use of these products. D. Particle collection systems (wattles, check dams, jute matting, or particle curtains) shall be used in conjunction with floc logs/blocks wherever possible. PART 3 — EXECUTION 3.1 Installation and Maintenance A. The Contractor is responsible for maintenance of BMPs to make sure they are functioning as designed at all times. B. The BMP structures shall be inspected after each rain and repairs made as needed. Sediment deposits should be removed after each rainfall. Sediment must be removed when the level of deposition reaches approximately one-half the height, or one-half the storage volume, of the barrier. C. All installation and maintenance shall be conducted in accordance with this Specification and all Local, State, and Federal regulations. In the event of a discrepancy between this specification, Manufacturer's recommendations, and Local, State, and Federal regulations, the more stringent requirements shall take precedence. D. If applicable, all requirements of the NPDES Permit shall be followed. In the event of a discrepancy between this specification and the NPDES Permit requirements, the more stringent requirements shall take precedence. E. If possible, erosion and sedimentation control devices shall be established prior to clearing operations in a given area. Where such practice is not feasible, the erosion and sedimentation control device(s)shall be established concurrent with the clearing operations or immediately following completion of the clearing operations. F. At a minimum, maintenance shall be scheduled as required for a particular device to maintain the removal efficiency and intent of the device. Maintenance shall include but not be limited to 1) the removal and satisfactory, legal disposal of accumulated sediment from traps or silt barriers and 2) replacement of filter fabrics used for silt fences and stone impaired by sediment in stone filters, gravel construction entrances, etc. 215 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D208A3F6F450 \AIAMIBEACH RISI \ G ABOVE G. Maintenance as noted in items 1) and 2) above shall be performed as required, and at least once every three (3) months for the duration of construction activities. Sediment removed from erosion and sedimentation control devices shall be disposed of in locations that will not result in off-site sedimentation. 3.2 SILT FENCE A. Silt fence shall be erected and maintained until a vegetative ground cover has been established. B. Silt fence shall not be installed across streams, ditches, waterways, or other areas of concentrated flow. Silt fence shall be placed at least 6 feet beyond the toe of slope of any embankment or stockpile area to allow space for ponding and maintenance access. C. Dig a trench approximately 8 inches deep and 10 inches wide and place the fabric in the bottom of the excavated ditch or use the slicing method to insert the fabric into a cut sliced in the ground with a disc. Ensure that the height of the sediment fence does not exceed 24 inches above the ground surface. D. Install posts a maximum of 10 feet apart on center. Install posts 2 feet deep on the downstream side of the silt fence, as close as possible to the fabric. E. Joints should be avoided along the fencing. When joints are necessary, securely fasten the filter cloth only at a support post with 4 feet minimum overlap to the next post. F. Compaction is vitally important for effective results. Compact the soil immediately next to the silt fence fabric with the front wheel of the tractor, skid steer or roller exerting at least 60 pounds per square inch. Compact the upstream side first and then each side twice for a total of four(4) trips. G. Stabilized outlets for silt fence shall be provided. The outlet section shall have a maximum width of 4 feet. The height of silt fence at the outlet shall be a maximum of 1 foot. A 5 foot by 5 foot (minimum) apron of #57 washed stone with filter fabric beneath shall be provided on the downstream side of the silt fence outlet. H. Silt fence shall be erected around all catch basins which are located downstream from any construction work unless other inlet protection is specified. Should any catch basins be indicated to be relocated or modified, silt fence shall be utilized until work is completed on the catch basins. I. Inspect silt fence at least once a week and after each rainfall event. Make any required repairs immediately. J. Should the fabric of any silt fence collapse, tear, decompose or become ineffective, replace it promptly. All fabric shall be replaced after the first six (6) months of 216 I P a g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISI \ G A3OVE construction activity and every six (6) months thereafter until construction activities are complete, unless otherwise directed by the City or designee. K. Remove sediment deposits as necessary to provide adequate storage volume for the next rain and to reduce pressure on the fence. Take care to avoid undermining the fence during cleanout. L. Remove all fencing materials and unstable sediment deposits and bring the area to grade and stabilize it after the contributing drainage area has been properly stabilized. 3.3 STONE FOR EROSION CONTROL A. Stone for erosion control shall be dumped and placed in such manner that the larger rock fragments are uniformly distributed throughout the rock mass and the smaller fragments fill the voids between the larger fragments. Rearranging of individual stones by equipment or by hand shall only be required to the extent necessary to secure the results specified above, to protect structures from damage when rock material is placed against the structures, or to protect the underlying separator geotextile from damage during installation. B. Inspect at least weekly and within 24 hours after any storm event of greater than Y2 inch of rain per 24-hour period. Remove accumulated sediment and replace stone impaired by sediment, as necessary. 3.4 RIPRAP A. Riprap shall be graded so that the smaller stones are uniformly distributed through the mass. Stone may be placed by mechanical methods, augmented by hand placing where necessary. The placed riprap shall form a properly graded, dense, neat layer of stone. The placed riprap shall have a minimum depth of 24 inches. FDOT Type D- 2 geotextile filter fabric as specified in FDOT Index No. 199 shall be used under all riprap. B. Inspect periodically for scour or dislodged stones. Control of weed and brush growth may be needed. 3.5 ROLLED EROSION CONTROL MATTING A. RECMs shall be placed immediately after the channel or slope has been properly graded and, if applicable, prepared, fertilized, and seeded. B. Grade the surface of the installation area so that the ground is smooth and loose. Remove all large rocks, debris, etc. so as to ensure that good contact between the RECM and the ground is maintained so that no erosion occurs beneath the RECM. Terminal anchor trenches are required at RECM ends and intermittent trenches must be constructed across channels at 25-foot intervals. Terminal anchor trenches should be a minimum of 12 inches in depth and 6 inches in width, while intermittent trenches should be a minimum of 6 inches deep and 6 inches wide. Take care to maintain 217 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 v,'tiMI BEACH RISI \ G A3OVE direct contact between the soil and the RECM. C. For slope installation, place RECM 2-3 feet over top of slope and into an approximately 12-inch deep by 6-inch wide excavated end trench. Using staples, stakes, or pins, anchor the RECM at 1-foot intervals along the bottom of the trench, backfill, and compact. Along the slope, pin the RECM in a 3 foot center-to-center pattern; provide a minimum 3-inch overlap for adjacent rolls. D. For channel installations, excavate 12-inch deep by 6-inch wide terminal trenches across the upper and lower end of the lined channel. Anchor the RECM at a minimum of 25 foot intervals utilizing either two rows of anchors or 6-inch by 6-inch cross trenches. Bury outside RECM edges in longitudinal trenches 6 inches deep and wide along the channel edges. Pin the RECM in at 1-foot intervals along the bottom of terminal trenches, backfill, and compact. Overlap adjacent rolls a minimum of 3 inches and pin at 1-foot intervals. Place the first RECM at the downstream end of the channel and unroll upstream. When starting installation of a new roll, begin in a trench or shingle-lap ends of rolls a minimum of 1 foot with upstream RECM on top to prevent uplifting. E. Staples, stakes, and pins shall be driven so that the top is flush with the ground. F. During the establishment period, check RECMs at least weekly and within 24 hours after any storm event of greater than 1/2 inch of rain per 24-hour period. Immediately make repairs. Good contact with the ground must be maintained. Monitor and repair the RECM as necessary until ground cover is established. 3.6 TEMPORARY AND PERMANENT DIVERSIONS A. Remove and properly dispose of all trees, debris, etc. Fill and compact all ditches, swales, etc. that will be crossed to natural ground level or above. B. Excavate, shape, and stabilize diversions. Unless otherwise noted, provide vegetative stabilization immediately after installation of permanent diversions. Temporary diversions that are to serve longer than seven (7) working days shall be seeded and mulched as soon as they are constructed to preserve dike height and reduce maintenance. Seed and mulch disturbed areas draining into the diversions within fourteen (14) calendar days of completing any phase of grading. C. For temporary diversions, ensure that the top of the dike is not lower at any point than the design elevation plus the specified settlement. Provide sufficient room around temporary diversions to permit machine re-grading and cleanout. Vegetate the ridge of temporary diversions immediately after construction unless they will remain in place less than seven (7)working days. D. Provide outlet protection adequate to accept flow from diversion plus any other contributing runoff. Sediment-laden runoff shall be routed through a sediment- trapping device. 218 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 A,,,`J AM!BEACH RISI \ G A3OVE E. Inspect temporary diversions once a week and after every rainfall event. Immediately remove sediment from the flow area and repair the diversion ridge. Carefully check outlets and make timely repairs as needed. When the area protected is permanently stabilized, remove the ridge and the channel to blend with the natural ground level and appropriately stabilize it. Inspect permanent diversions weekly and after every rainfall event during construction operations until permanent vegetation is established. After vegetation is established, inspect after major storms. Immediately remove any debris and make repairs as needed in a timely manner. Maintain healthy vegetation at all times. 3.7 TEMPORARY SLOPE DRAINS A. Place slope drains on undisturbed soil or well compacted fill. Slightly slope the section of pipe under the dike toward its outlet. Hand-tamp the soil under and around the entrance section in lifts not to exceed 6 inches. B. Ensure that all slope drain connections are watertight. Ensure that all fill material is well-compacted. Securely fasten the exposed section of the drain with grommets or stakes spaced no more than 10 feet apart. Extend the drain beyond the toe of the slope and provide outlet protection. C. Immediately stabilize all disturbed areas following construction. D. Inspect the temporary slope drain, inlet and outlet protection, and supporting diversions weekly and after every rainfall event and promptly make any necessary repairs. When the protected area has been permanently stabilized, temporary measures may be removed, materials disposed of properly, and all disturbed areas stabilized appropriately. 3.8 TEMPORARY CONSTRUCTION GRAVEL ENTRANCES/EXITS A. Maintain the gravel pad in a condition to prevent mud or sediment from leaving the construction site. This may require periodic topdressing with FDOT No. 1 Coarse Aggregate, 1-1/2" to 3-1/2". Inspect each construction entrance at least weekly and after each rainfall event and replace stone impaired by sediment, as necessary. Immediately remove all objectionable materials spilled, washed, or tracked onto public roadways. B. If, despite the use of a gravel construction entrance/exit, most of the mud and sediment are not removed from vehicle tires, tire washing may be necessary. 3.9 TEMPORARY AND PERMANENT STABILIZATION OF DISTURBED AREAS A. Southern turfgrass installations are not propagated by seed but through proper sod installation (Saint Augustine grass or Bahia grass), and sod installation shall be the only method used for soil stabilization after the final grade is established. The Contractor shall be responsible for keeping the sod in healthy condition through 219 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ^IBEACH RISI \ G A3OVE watering and maintenance at no additional cost to the City until the project's Final Acceptance or the sod's temporary use is eliminated. B. The Contractor is responsible for keeping the sod in place on slopes at all times and not allowing it to slide down the slope. Sod staples may be necessary on steep slopes. C. The Contractor shall replace any poorly performing vegetative section with healthy material before Final Acceptance. 3.10 CHECKDAMS AND CHECK DAMS WITH WEIRS A. Stone shall be placed on a filter fabric foundation. Center stone shall be at least 9 inches below natural ground level and stone shall extend 1.5 feet beyond ditch bank. B. For check dams with weirs, provide an apron with a length 3 times the height of the dam and a width a minimum of 4 feet. A 12-inch layer(minimum) of sediment control stone shall be placed on the upstream side of the dam. C. Fiber filtration tubes and sediment logs may be specified for use as check dams. These measures shall be installed according to instructions included herein. If Manufacturer's recommendations are more stringent, they shall supersede. D. Spacing shall be such that the elevation of the top of the lower dam is the same as the toe elevation of the upper dam. E. Check dams and check dams with weirs shall be inspected at least weekly and within 24 hours after any storm event of greater than 1/2 inch of rain per 24-hour period. Sediment, limbs, and other debris shall be cleared from the channel. Repairs shall be made immediately. 3.11 INLET EROSION CONTROL MEASURES A. Excavated Drop Inlet Protection: Drainage area is limited to one (1) acre. The minimum volume of excavated area around the drop inlet is 1800 cubic feet/acre disturbed. Minimum depth of the excavated area shall be 1 foot and maximum depth shall be 2 feet, as measured from the crest of the inlet structure. Weep holes shall be protected by gravel. Inspect the excavated basin at least weekly and after every storm event until the contributing drainage area has been permanently stabilized. Remove sediment when the storage volume has been reduced by one-half. B. Block and Gravel Inlet Protection: Drainage area shall be limited to one (1) acre unless site conditions allow for frequent removal of accumulated sediment. The height of the block barrier shall be no less than 12 inches and no more than 24 inches. On the bottom row, place some of the blocks on their side to allow for dewatering. Place wire mesh over all block openings to hold gravel in place. Lateral support may be provided by placement of 2 x 4 wood studs through block openings. Place gravel 2 inches below the top of the block barrier. Block and gravel inlet protection shall not be used near the edge of fill material and shall not divert water away from the storm 220 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 11,=; v\IBEACH RISI \ G ABOVE drain. Inspect at least weekly and after every storm event until the contributing drainage area has been permanently stabilized. Remove sediment as necessary to provide adequate storage volume for subsequent rains. Replace stone as needed. C. Rock Pipe Inlet Protection: Rock pipe inlet protection may be used at pipes with a maximum diameter of 36 inches. It shall not be installed in intermittent or perennial streams. The minimum crest width of the riprap berm shall be 3 feet, with a minimum bottom width of 11 feet and minimum height of 2 feet. The top of the riprap shall be 1 foot lower than the shoulder of the embankment or diversions. The outside face of the riprap should be covered with a 12-inch thick layer of #5 or #57 washed stone. The sediment storage area should be excavated upstream of the rock pipe inlet protection, with a minimum depth of 18 inches below grade. The rock pipe inlet protection shall be inspected at least weekly and after any storm event of greater than '/2 inch of rain per 24-hourperiod. Repairs shall be made immediately. Remove sediment when the volume of the sediment storage area has been decreased by one- half and replace the contaminated part of the gravel facing. 3.12 FIBER FILTRATION TUBES AND SEDIMENT LOGS A. FFTs and sediment logs shall be placed along slopes to function as slope breaks and to minimize sediment transport and in diversions/channels to serve as check dams. B. FFTs and sediment logs shall be installed to maintain contact with the soil surface. Install prior to seeding. May be installed before or after installation of RECMs. C. Anchor the upstream/upslope side of the FFTs using wire staples or approved devices at 1-foot intervals. Drive wooden stakes through downstream/downslope side of the FFTs at 2-foot intervals. Take care not to compress the FFTs. Backfill and compact loose soil against the upstream/upslope side. Overlap adjacent FFT ends by a minimum of 1 foot. D. For channel installation, construct anchor trench 3-inches deep by FFT diameter and place loose soil against upstream side of FFT. For channel gradients of 2%, install trenches on 25-foot intervals. Decrease interval distance with steeper channel gradients or more highly erosive soils. E. Any sediment accumulation at the base of the FFT must be removed when it reaches one-third of the height of the tube. FFT may need to be removed if fully loaded with captured sediment for maximum product performance. FFTs are to be left in place or removed from the site as directed by the City or designee. F. Sediment logs may be installed in a shallow trench, if necessary. Place and secure filter fabric 2 feet downstream and the full width of the sediment log to resist scour from water flowing over log. Wood stakes shall be placed at least every 2 feet along the length of the sediment log. Stakes shall only penetrate the netting around the log. They shall not be driven through the center of the log. Sediment logs are to be left in place or removed from the site as directed by the City or designee. 221 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \M I BEACH RISI \ G ABOVE G. The FFTs and sediment logs shall be inspected at least weekly and within 24 hours after any storm event of greater than 1/2 inch of rain per 24-hour period. Look for signs of flow undercutting the logs. Re-anchor and replace as necessary. 3.13 TEMPORARY AND PERMANENT CHANNELS A. Remove all trees, brush, stumps, etc. from the channel area and dispose of properly. B. Excavate the channel to the dimensions shown on the plans, over-excavating to allow for liner thickness. Remove and properly dispose of all excess soil so that surface water may enter the channel freely. C. Armor the channel. If the channel lining requires an establishment period, protect the channel with mulch or a temporary liner sufficient to withstand anticipated velocities during this period. D. During the establishment period, inspect channels weekly and after every rainfall. After lining has been fully established, inspect channels after any storm event of greater than inch of rain per 24-hour period. Immediately make repairs. E. Perform all channel construction to keep erosion and water pollution to a minimum. Immediately upon completion of the channel, vegetate all disturbed areas or otherwise protect them against soil erosion. Where channel construction will take longer than 7 days, stabilize channels by reaches. F. Inspect the channel outlet and all road crossings for bank stability and evidence of piping or scour holes. Give special attention to outlets and points where concentrated flow enters the channel. G. Maintain all vegetation adjacent to and in the channel in a healthy, vigorous condition to protect the area from erosion. H. Remove all significant sediment accumulations to maintain the designed carrying capacity. 3.14 TEMPORARY SEDIMENT TRAPS, SEDIMENT BASINS, AND SKIMMER SEDIMENT BASINS A. Care shall be taken to ensure that proper site preparation operations are conducted prior to trap or basin construction. Clear, grub, and strip embankment location. B. A cut-off trench 1-foot in depth shall be excavated along the center line of the earth fill embankment for sediment basins and skimmer sediment basins. Keep the trench dry during backfilling and compaction operations. C. Fill material shall be free of roots, woody vegetation, rocks, and other objectionable materials. Fill shall be placed in 6 to 8 inch layers and compacted. Construct the embankment to an elevation 10 percent(minimum of 6 inches)higher than the design 222 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ',IAMIBEACH RISI \ G ABOVE height to allow for settling. D. Inlets to the sediment traps and basins shall be constructed so as to prevent erosion. Use diversions to divert sediment-laden water to the upper end of the basin. E. Shape the sediment trap or basin to the specified dimensions. F. Following construction of the embankment, clear the sediment trap or basin area below the crest elevation of the spillway to facilitate sediment cleanout. Provide access for cleanout of accumulated sediment. G. Temporary Sediment Trap 1. Construct riprap outlet in embankment. Use filter fabric or a keyway cutoff trench between the riprap and the soil to protect it from piping. The outlet weir must be level and constructed to grade to ensure design capacity. Ensure that the stone spillway outlet extends downstream past the toe of the embankment until the outlet velocity is acceptable for the receiving stream. 2. Provide emergency bypass in natural, stable areas, located so that flow will not damage the embankment. H. Sediment Basin 1. Securely attach the riser to the barrel or barrel stub to make a watertight structural connection. Secure all barrel connections with approved watertight assemblies. Install anti-seep collar(s) as required. Ensure that the pipe stays in firm contact with its foundation when compacting fill around the pipe. Do not use pervious material as backfill around the pipe. Anchor the riser to prevent floatation. Install trash guard to prevent the riser and barrel from becoming clogged. 2. Install basin dewatering mechanism. 3. Install outlet protection at principal spillway outlet. Install the emergency spillway in undisturbed soil and provide stabilization as specified. I. Skimmer Sediment Basin 1. Excavate a shallow pit under the skimmer or provide a low support of stone or timber under the skimmer to prevent the skimming device from settling into the mud. 2. Place the barrel on a firm, smooth foundation of impervious soil. Do not use pervious material to backfill around the pipe. Ensure that the barrel stays in firm contact with its foundation when compacting fill around the pipe. 3. Assemble the skimmer following the Manufacturer's instructions. 4. Lay the assembled skimmer on the bottom of the basin with the flexible joint at 223 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AIA'v1IBEACH RISI \ G A3OVE the inlet of the barrel pipe. Attach the flexible joint to the barrel pipe and position the skimmer over the excavated pit or support. Attach a rope to the skimmer and anchor it to the side of the basin so that the skimmer may be pulled to the side for maintenance. Provide gravel pad at bottom of basin where skimmer can rest when pond is empty to guard against skimmer being stuck in mud at bottom of basin. J. Install the spillway in undisturbed soil to the greatest extent possible and line with laminated plastic or impermeable geotextile fabric. Anchor the edges of the fabric in a trench with staples or pins. Install outlet protection at the principal spillway outlet. K. Install porous baffles in temporary sediment traps, sediment basins, and skimmer sediment basins. 1. Care shall be taken when installing porous baffles so they perform as designed. Baffle material shall be secured at the bottom and sides of sediment trap or basin. Fabric shall not be spliced but a continuous piece shall be used across the trap or basin. 2. Install at least three rows of baffles between the inlet and outlet discharge point. Sediment traps and basins less than 20 feet in length may use 2 baffles. 3. Posts or sawhorses shall be installed across the width of the sediment trap or basin. Steel posts shall be driven to a depth of 24 inches, spaced a maximum of 4 feet apart. Except in locations of baffle weirs, the top of the fabric shall be 6 inches higher than the invert of the spillway and 2 inches lower than the top of the berms. L. Sediment traps and basins shall be constructed so that the area disturbed and resulting erosion is minimized. The emergency spillway, embankment, and all other disturbed areas above the crest of the principal spillway are to be stabilized immediately after construction. M. Sediment traps and basins may attract children and should be considered dangerous. Steep side slopes should be avoided and fences with warning signs may be necessary if trespassing is likely. N. Inspect temporary sediment traps, sediment basins, and skimmer sediment basins once a week and within 24 hours after any storm event of greater than inch of rain per 24-hour period. Repairs shall be made immediately. 1. Sediment, limbs, and other debris shall be cleared and the trap or basin shall be restored to its original dimensions when it accumulates to one-half the design depth. Sediment material removed from traps and basins shall be disposed of in locations that will not result in off-site sedimentation. If no suitable on site locations are available, all such sediment will be legally disposed of off-site. 2. The embankment, spillways, and outlet shall be checked for erosion damage and the embankment shall be checked for piping and settlement. Immediately fill any 224 I P a g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE settlement of the embankment to slightly above design grade. Any riprap displaced from the spillway must be replaced immediately. Replace contaminated gravel facing of riprap outlets as necessary. Inspect vegetation. Reseed and re- mulch as necessary. 3. Baffles, fabric, and skimmer shall be inspected for damage. Repairs shall be made immediately. Re-anchor baffles if water is flowing under or around them. 4. Debris shall be removed from the skimmer to prevent clogging. 3.15 OUTLET STABILIAZTION STRUCTURE A. Riprap shall be installed in accordance with the Specifications contained herein, with FDOT Type D-2 geotextile filter fabric as specified in FDOT Index No. 199 placed under the riprap. B. The apron shall be constructed on zero grade with no overfill. Ensure the apron is properly aligned with the receiving stream. C. All disturbed areas shall be stabilized with vegetation immediately after construction. D. Outlet stabilization structures shall be inspected at least weekly and within 24 hours after any storm event of greater than 1/2 inch of rain per 24-hour period to see if any erosion around or below the riprap has taken place or if stones have been dislodged. Repairs shall be made immediately. 3.16 TURBIDITY CURTAIN A. Install curtains per manufacturer's specifications. B. Inspect curtains daily. Re-locate, repair, or replace as needed. 3.17 FILTER BAG A. Install filter bag on a slope so incoming water flows downhill through the filter bag without creating more erosion. Strap the neck of the filter bag tightly to the discharge hose. To increase the efficiency of filtration, place the bag on an aggregate or hay bale or gravel bed to maximize water flow through the surface area of the bag. B. The filter bag is full when it no longer can efficiently filter sediment or pass water at a reasonable rate. Flow rates will vary depending on the size of the filter bag, the type and amount of sediment discharged into the filter bag, the type of ground, rock or other substance under the bag and the degree of the slope on which the bag lies. Under most circumstances filter bags will accommodate flow rates of 1,500 gallons per minute. Use of excessive flow rates or overfilling filter bag with sediment will cause ruptures of the bags or failure of the hose attachment straps. C. Full or partially full silt bags cannot be left in place and must be removed from site 225 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'AIAMIBEACH RISI \ G A3OVE and legally disposed. If allowed, the filter bag may be cut open and the contents seeded after removing visible fabric. Filter bag is strong enough to be lifted with added straps. Off-site disposal may be facilitated by placing the filter bag in the back of a dump truck or flatbed prior to use and allowing the water to drain from the bag in place, thereby dismissing the need to lift the filter bag. 3.18 DEWATERING SUMP A. Excavate for pit installation. Pit dimensions are variable, with the minimum diameter being trice the diameter of the standpipe. B. A base of filter material consisting of clean gravel or #57 stone (1.5-inch max diameter) is to be placed in the pit to a depth of six (6) inches. C. The standpipe shall be wrapped with hardware cloth and approved non-woven geotextile fabric and placed in pit on clean gravel. D. After installing the standpipe, the pit surrounding the standpipe should then be backfilled with #57 stone to an elevation that is six (6) inches minimum above the anticipated highwater level. E. The standpipe shall extend twelve (12) inches minimum above the anticipated standing water level. F. Insert pumping mechanism. Connect to separate filter bag if required. 3.19 FLOCCULENT LOGS/BLOCKS A. Install flocculant logs and blocks per Manufacturer's specifications. B. Inspect logs/blocks daily. Re-locate, repair, or replace as needed. 3.20 ADDITIONAL REQUIREMENTS A. All storm sewer piping shall be blocked at the end of every working day until the inlet is constructed above grade. B. All streets around the construction area shall be scraped as necessary to prevent accumulation of dirt and debris. C. Adequate means shall be provided to prevent any sediment from entering any storm drains, curb inlets (curb inlet filter box), ditches, streams, or bodies of water downstream of any area disturbed by construction. Excavation materials shall be placed upstream of any trench or other excavation to prevent sedimentation of off- site areas. Silt fence may be required around excavation materials. In areas where a natural buffer area exists between the work area and the closest stream or water course, this area shall not be disturbed. 226 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE D. Erosion and sediment control barriers shall be placed where there is potential for downstream water quality degradation. E. On-site protection must be provided to prohibit silt from leaving the project confines due to unforeseen conditions or accidents. 3.21 INSPECTIONS A. Inspections and record keeping shall be in accordance with all permit requirements. B. The site must be inspected at least once every seven (7) calendar days and within 24 hours of the end of a storm event that is 1/2 inch or greater(even if it rains on the weekend or a holiday). The site must be inspected by a qualified inspector provided by the Contractor. C. The qualified inspector must do the following during all inspections. D. Inspect all stormwater discharges from the site to ensure BMPs are not causing or contributing to violations of water quality standards or resulting in off-site sedimentation. E. Inspect the BMPs identified in the SWPPP to ensure that they are installed, maintained, and operating correctly and effectively. F. Inspect all areas used for storage of materials that are exposed to rainfall and runoff to ensure all BMPs are being used and maintained properly. G. Inspect all locations where vehicles enter or exit the site for evidence of off-site sediment tracking and inform operator of all actions needing to be taken to remove sediments on the road and prevent it in the future. H. Inspect all distributed areas and discharge points for signs of visible erosion and sedimentation. I. The inspection report must contain at a minimum the following. 1. Scope of the inspection 2. Name(s) and qualifications of personnel making the inspection 3. Date(s) of the inspection 4. Rainfall data 5. Major observations relating to the implementation of the SWPPP 6. Corrective actions taken since last inspection 227 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \IBEACH RISI \ G A3OVF 7. Any incidents of non-compliance. (Where an inspection does not identify any incidents of non-compliance, the report must certify that the facility is in compliance with the SWPPP and the CGP.) 8. Signature of the qualified inspector who prepared the report 9. Signature of a responsible authority J. Immediate action shall be taken to repair/maintain erosion and sediment control measures that are not performing as designed. The City or designee reserves the right to stop all construction activities not related to these measures until such deficiencies are repaired. K. In areas that have undergone final stabilization, inspections and, if necessary, maintenance will occur at least once per month for the duration of the contract or project, whichever is longer. 3.22 REMOVAL OF TEMPORARY SEDIMENT CONTROL STRUCTURES A. The Contractor is responsible for removing the temporary erosion and sediment control devices after completion of construction and only when areas have been stabilized. All areas disturbed by removing controls shall be returned to original or better condition at no additional cost to the City. 3.23 COMPLETION A. The Contractor is responsible for removing silt from site if not reusable on-site and assuring plan alignment and grade in all ditches and swales at completion of construction. Silt shall be disposed of in a location which will not cause additional sediment transport or it shall be removed from site to a properly permitted location. B. The Contractor shall ensure that all drainage structures, pipes, etc. are cleaned out and working properly at time of acceptance. C. The Contractor shall ensure all disturbed areas within the project site have been fully stabilized with permanent vegetation or hard surface landscaping as per the Contract Documents. 3.24 PROJECT CLOSEOUT A. See Section 017000, "Execution and Closeout" — END OF SECTION — 228 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \iBEACH RISI \ G ABOVE SECTION 315000 EXCAVATION SUPPORT AND PROTECTION PART 1 - GENERAL 1.1 GENERAL A. The work described by this Section consists of furnishing all labor, equipment, materials and supplies required to install temporary excavation support systems associated with construction of launch and exit shafts. B. The work shall be done in accordance with the Contract Documents, and all Federal, State and local laws, regulations, and requirements. C. Contractor is solely responsible for safety. Comply with all OSHA regulations including, but not limited to, 29 CFR Part 1926. Obtain all required permits for confined space entry. D. Geotechnical reports, logs, borings, and laboratory testing performed within proximity of the project corridor are made available and are not part of the Contract. This technical data is provided as information only and solely for the convenience of Bidders. The Owner and/or the Engineer do not warrant or guarantee the accuracy or correctness of this technical data with respect to actual subsurface conditions. Subsurface conditions are considered unclassified and no expectation of quantity, specific location of ground conditions, or geotechnical baselines are provided or assumed herein. E. Contractor shall review all available geotechnical reports and data and perform any additional subsurface investigations he deems necessary at his own expense for the planning and the selection of temporary excavation support systems in order to enable proper construction. F. Where warranted in the experience of the Contractor or where identified on the Drawings, ground modification shall be performed as part of the preparation for shaft construction to maintain a stable excavation, reduce the risk of surface settlement and heaving, and protect nearby structures and utilities. Contractor shall design and include in his Bid the cost of furnishing all labor, equipment, materials, and supplies necessary for ground modification. 1.2 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of the other requirements of the specifications, all work herein shall conform to the applicable requirements of the following documents. All referenced specifications, codes, and standards refer to the most current issue available at the time of Bid. Applicable codes, ordinances, statutes and governing rules and regulations of governing municipalities and counties, the State of Florida, and the Federal 229 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ^.IBEACH RISI \ G A3OVE Government. American Association of State Highway and Transportation Officials (AASHTO). American Railway Engineering and Maintenance-of-Way Association (AREMA) Manual for Railway Engineering. Occupational Safety and Health Administration (OSHA) Regulations 29 CFR Part 1926. Applicable ASTM and AWWA Standards for materials and methods. Florida Department of Transportation (FDOT) Standard Specifications including Utility Accommodation Manual. 1.3 DEFINITIONS A. Authority having Jurisdiction: Any third-party agency from whom a permit, license agreement or other agreement has been obtained to allow forconstruction. B. Entrance and Exit Seals:Seals placed at the breakout into and out of the shafts.The seals are intended to prevent groundwater inflow and loss of ground into the shafts. C. Exit Shaft or Retrieval Shaft: Shaft at end of drive used for retrieval of tunneling equipment. The term "pit" is used synonymously with the term"shaft." D. Ground Modification: Ground stabilization by jet grouting, compaction grouting, permeation grouting or other ground stabilization techniques. E. Jacking Pipe: A casing pipe used as the initial support in a two-pass tunneling operation or as both the casing pipe and carrier pipe in a one-pass tunneling operation. F. Launch Shaft: Shaft at beginning of drive from which tunneling equipment is launched. The term "pit" is uses synonymously with the term"shaft." G. Spoil: Excavated soil and rock material generated during shaft excavation. H. Thrust Block: Concrete or steel wall at the back of the launch shaft that provides a reaction for jacks pushing the pipe. 1.4 DESIGN CRITERIA A. Temporary excavation support systems selected by the Contractor shall be compatible with the geologic conditions described in the available geotechnical data provided, and any additional geologic testing performed by the Contractor that he deems necessary to select appropriate equipment. 230 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISING A3OVE B. Launch and exit shafts shall be designed by Contractor's Engineer. C. Design backstops, thrust blocks and concrete seals for all ground loads, and to prevent significant water intrusion. Thrust blocks shall be perpendicular to the proposed pipe alignment and shall be designed to withstand the maximum jacking pressure to be used, with a factor of safety of at least 2.0, without excessive deflection ordisplacement. D. All design calculations provided by the Contractor as part of the required submittals shall be sealed by a licensed Professional Engineer registered in the State of Florida. 1.5 SUBMITTALS A. Conform to Section 013300 — Submittal Procedures. B. Qualifications 1. Submit experience qualifications for the Contractor/Subcontractor constructing the temporary excavation support systems for shafts. 2. The Contractor or Subcontractor shall have a minimum of five (5) years of experience constructing temporary excavation support systems of similar size and scope. 3. Provide resumes and written documentation of the qualifications of the project manager, project superintendent, shift foremen, and operators in accordance with paragraph 1.07. C. Detailed Methodology 1. Shop drawings for temporary excavation support systems showing layouts, dimensions, excavation methods, initial support installation sequence, and survey control plan. 2. Drawings and design details for launch shafts and exit shafts. Design and calculations for temporary excavation support systems used in shaft construction, along with thrust reaction blocks that impact the temporary excavation support systems, shall be signed and sealed by a licensed Professional Engineer registered in the State of Florida. 3. The work day to calendar date correlation shall be based on an 8-hour day and 40-hour week with adequate allowance for holidays, adverse weather and all other special requirements of the work. Normal work hours are Monday thru Friday, 9:00 am to 4:00 pm. Refer to the City of Miami Beach Noise Ordinance. 4. Sequence of work/operations. 5. Procedures for handling, control and disposal of surface water, water input to the excavation by Contractor, and groundwaterinflow. 231 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,\ AMIBEACH RISING ABOVE 6. Method of spoil transportation. surface storage, and disposal location. A description indicating the locations of spoil disposal sites and releases from property owners. 7. Survey methods. D. Ground Modification Plan: Contractor shall design and submit proposed ground modification plans for ground stabilization, surface settlement prevention, and cutoff of groundwater inflow due to temporary excavation support system activities. E. Ventilation Plan: Ventilation plan shall include a written description, calculations, drawings, fan curves and manufacturer's catalogue cut sheets. Ventilation plan shall be designed by a competent person with at least five (5) years of recent on-the-job experience on similar projects, involving shafts of similar size constructed by similar methods. Provide qualifications of Designer. F. Settlement Monitoring Plan: Submit a settlement monitoring plan for review prior to construction. The plan shall be in accordance with paragraph 3.03. G. Daily Reports: A shift log shall be maintained on a daily basis by Contractor. Submit reports no later than 24 hours after the end of the shift to the Engineer. Daily reports shall include at a minimum the following: 8. Extend of temporary excavation support system installation accomplished during shift. 9. Hours worked per shift, equipment and materials used, and duration of different activities performed. 10. Groundwater control operations, groundwater inflow location and rates. 11. Observation of any ground loss or other ground movement. 12. Any unusual conditions or events. 13. Reasons for operational shutdown. 14. Air quality reports for dust, toxic and hazardous gases, and other atmospheric impurities in the working environment. H. Record Drawings: Maintain at the construction site a complete set of field drawings for recording of as-built conditions. All marks and notes shall be dated, and thorough. I. Permits: The Contractor shall be responsible for executing the requirements of permits obtained from the FDOT, United States Army Corps of Engineers, and any State and local authority where the project is located. The Contractor shall be responsible for any phase submittals required by the permits.All submittal information required by the project 232 I Pa g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IiLf�l,H RISING ABOVE permits shall be channeled through the Engineer. 1.6 QUALITY ASSURANCE A. Work shall be supervised by at least one(1) person with five(5)years of recent previous experience in construction of temporary excavation support systems for shafts. B. All shaft construction operations shall be performed under the supervision of experienced shift foremen with at least five (5) years of recent on-the-job supervision experience on similar projects involving temporary excavation support systems of similar size constructed using similar methods. 1.7 PRE-INSTALLATION MEETING A. At least three weeks prior to commencing the work of this section, convene a Pre- Installation Meeting at the job site to be attended by: 1. Contractor and any subcontractor performing any related work. 2. Project Owner. 3. Engineer. 4. Any other pertinent stakeholder. B. Meeting shall cover settlement monitoring, work hours, safety, staging and storage of materials, schedule, any changes to on-site staff from original Work Plan submittal, permitting, and the development of record drawings, etc. to ensure successful implementation of all requirements of this Section. 1.8 DELIVERY, STORAGE AND HANDLING A. The Contractor shall accept material on site and inspect for damage. 1.9 ENVIRONMENTAL REQUIREMENTS A. Conduct operations to not interfere with, interrupt, damage, destroy, or endanger integrity of surface or subsurface structures or utilities, and landscape in immediate or adjacent areas. B. Conduct operations to not interfere with roadway traffic, except with prior approval by the FDOT and other applicable governing authorities. C. Provide temporary facilities to prevent erosion of disturbed construction area in accordance with the approved Erosion & Sedimentation Control Plan and Contract Documents. D. Maintain existing stormwater flow patterns or submit measures to temporarily bypass in 233 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MiAMIBEACH RISI \ G A3OVE accordance with the Erosion & Sedimentation Control Plan and Contract Documents. 1.10 COORDINATION A. Coordinate work with local, State and Federal authorities and utility owners to avoid interference with or damage to existing facilities in or adjacent to construction areas. PART 2 —PRODUCTS 2.1 MATERIALS A. Materials for temporary excavation support systems may be new or used, provided they are sound and free from any strength-impairing defects. The Contractor's Engineer must approve the use of used materials. B. Soldier piles, wales, struts, and accessory steel shapes shall conform to ASTM A36, ASTM A572 and ASTM A992 as applicable. C. Steel sheet piles shall conform to ASTM A572 or ASTM A3328. D. Bolts and fasteners shall conform to ASTM A307 or A325. E. Timber lagging and blocking shall be hardwood. PART 3— EXECUTION 3.1 PROJECT SITE CONDITIONS A. Shaft excavations and installation of temporary excavation support systems shall not begin until the following have been completed: 1. Required submittals have been made and the Engineer has reviewed and accepted all submittals. 2. Notify the Owner and Engineer at least 30 days before beginning any excavation. 3. Ground modification has been performed, if required. 4. A Safety Officer has been designated and prepared a Health and Safety Plan in accordance with OSHA requirements for the required construction. The Safety Officer shall have held safety meetings and provided safety instruction for new employees as required by OSHA. 5. Pre-installation meeting has been held and all comments have been addressed from the meeting. 6. Settlement monitoring system is in place and pre-construction readings have 234 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE been provided to the Engineer. 7. Pre-construction survey documents have been submitted to the Engineer. B. Install temporary excavation support systems in a manner that does not interfere with, interrupt, or endanger surface activity, and minimizes subsidence of surfaces, structures, and utilities. Surfaces, structures and utilities damaged by installation of temporary excavation support systems shall be repaired or replaced in a timely manner to their original condition at no additional cost to Owner. C. Furnish all necessary equipment, power, water, and utilities for installation of temporary excavation support systems and other associated work required for the Contractor's methods of construction. D. Conduct all operations such that trucks and other vehicles do not create a dust or noise nuisance in the streets and adjacent properties. Promptly clean up, remove, and dispose of any spillage. E. Furnish all maintenance of traffic and establish and maintain all safety procedures on any highways whose thoroughfare is interrupted due to construction. F. Inspect the locations where temporary excavation support systems will be installed, verify conditions under which the work will be performed, and provide all necessary details, whether or not shown on the Drawings or specified,for the orderly prosecution of the work. 3.2 PREPARATION A. Existing utilities shown on Drawings are shown for general information only. Contractor shall verify locations, sizes and configurations of existing systems within potential conflict of installation operations. B. Complete any required testing, inspection, surveying, etc., of any existing utilities required by the Contract Documents. C. Call Local Utility Line Locate Service (811) not less than five working days before performing Work. D. Request underground utilities to be located and marked within and surrounding the construction areas. E. Locate, identify, and protect utilities indicated to remain from damage. F. Protection 1. Protect plant life, lawns, rock outcroppings and other features remaining as portion of final landscaping. 2. Protect bench marks, survey control points, existing structures, fences, 235 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,.,',MIBEACN RISI \ G ABOVE sidewalks, paving, and curbs from excavating equipment and vehicular traffic. Repair or replace items damaged during construction. 3. Repair or replace structures raised more than 0.50 inch due to pressure from installation of temporary excavation support systems, including pavement and sidewalk. G. Ventilation 1. Furnish and operate a temporary ventilation system and air monitoring system conforming to the requirements of OSHA. Operate and maintain a ventilation system that provides a sufficient supply of fresh air and maintains an atmosphere free of toxic or flammable gases. 2. Before any personnel enters any shaft,the air quality must be tested and verified that the OSHA requirements pertaining to air quality are met or exceeded. H. Barricades 1. Protect shafts and other open excavations with barricades, security fencing and with additional measures approved by the Engineer as required to prevent unauthorized personnel from accessing. 2. During non-work hours, isolate with additional measures approved by the Engineer as required to prevent unauthorized personnel from accessing. 3. Remove equipment daily from vehicular and pedestrian roads, sidewalk and pathways not contained within the direct work area to permit access and use by public. 3.3 SETTLEMENT MONITORING A. Survey the site showing locations and elevations of existing ground, pavement, and other permanent features to establish a baseline for existing conditions adjacent to the shaft. All surveying for settlement monitoring shall be performed by a licensed Surveyor registered in the State of Florida. 3.4 GROUND SURFACE MOVEMENT A. Shaft excavation and installation of temporary support systems shall be performed in a manner that prevents ground loss and settlement adjacent to the shaft. B. If settlement occurs which causes or may cause damage to an existing structure adjacent to the work, immediately cease operations except that which assists in making the work secure and in preventing further movement or damage. Resume shaft excavation only after all necessary precautions have been taken to prevent further movement or damage. C. Lateral Displacements: Unless more stringent requirements are set forth by an authority 236 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 . z.,MIBEACH RISI \ G A30VE having jurisdiction, lateral movement or deflection of temporary excavation support system shall be limited to 0.5 inch. D. Report any settlement or movement immediately to the Engineer and applicable agency and take immediate remedial action. 3.5 GROUNDWATER CONTROL A. Intercept and divert surface drainage, precipitation and groundwater away from excavation through use of dikes, curb walls, ditches, pipes, sumps or other means within the conditions permitted by the approved Erosion &Sedimentation Control Plan and the Contract Documents. B. Develop substantially dry subgrade for prosecution of subsequent operations. C. Launch and exit shaft subgrade shall be kept continuously free from ground and surface waters. Dewatering shall be controlled such that the launch and exit shafts are free of water, but the surrounding groundwater table is not substantially lowered. D. Keep removal of soil particles to a minimum. E. Monitor surface facilities to verify there is no settlement or displacement occurring due to dewatering. F. Water discharge from dewatering operations shall be directed into approved receiving basins or silt bags in accordance with all applicable regulatory requirements and the approved Erosion & Sedimentation Control Plan. G. Should settlement or displacement be detected, notify the Engineer and applicable agency immediately and act to maintain safe conditions and prevent damage. 3.6 GROUND MODIFICATION PRIOR TO SHAFT CONSTRUCTION A. The use of jet grouting, compaction grouting, permeation grouting or other ground stabilization techniques shall be carefully considered by the Contractor to safely allow installation of temporary excavation support systems in loose and flowable soils or in rock that is fractured with joints, bedding planes, shears, or fault zones below the groundwater table. Contractor shall determine if ground modification is needed to maintain a stable excavation, reduce the risk of surface settlement, and protect nearby structures and utilities. Contractor is fully responsible for the determination of the necessity, selection, design, and implementation of ground modification plans. B. Ground modification plans shall be designed to work in concert with Contractor's selected excavation methods and implemented as needed to increase the stability of the ground, provide settlement control, reduce permeability, and increase stand-up time in areas of excavation required to construct launch and exit shafts. The cost of ground modification shall be included in the Bid. 237 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISING A3OVE C. Contractor shall furnish all labor, equipment, materials, and supplies necessary to perform ground modifications. 3.7 EQUIPMENT A. Contractor shall employ shaft excavation equipment that is capable of handling the various anticipated ground conditions and which minimizes loss of ground and allows for satisfactory support of excavation. B. Air Quality: Contractor shall provide equipment to maintain proper air quality during construction in accordance with the requirements of 29 CFR Part 1926. C. Lighting Fixtures: Contractor shall enclose lighting fixtures in watertight enclosures with suitable guards and provide separate circuits for lighting and other equipment. D. Electrical Systems: Electrical systems shall conform to requirements of National Electrical Code — NFPA 70. E. Fire Suppression: Contractor shall furnish, install, and maintain a fire suppression system in accordance with local, State, and Federal requirements. 3.8 SPOIL TRANSPORT AND DISPOSAL A. Transport and dispose of all excavated materials properly away from the construction site. Spoil, slurry, and muck shall be disposed of at legal disposal facilities. 3.9 VENTILATION A. Perform all construction operations by methods and with equipment which will positively control dust, fumes, vapors, gases, fibers, fogs, mists and other atmospheric impurities in accordance with OSHA safety requirements. B. All ventilation fans shall be placed within an enclosure to limit ambient noise. 3.10 SITE PREPARATION A. Site restoration shall be in accordance with the Drawings and applicable Sections of these Specifications. — END OF SECTION & DIVISION — 238 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 �'.I BEACH RISING A3OVE DIVISION 32 - EXTERIOR IMPROVEMENTS SECTION 321216 BASE COURSE AND ASPHALT PAVING PART 1 —GENERAL 1.1 GENERAL A. Construct asphaltic concrete pavement in accordance with the lines, grades and typical sections as indicated on the Drawings, specified herein and as required for a complete installation. B. Replace and / or repair all existing asphaltic concrete pavement areas impacted by Contractor operations, including trenching for new utilities, as well as damage that may result from Contractor operations during the progress of the Work. C. Temporary asphalt / trench repairs shall be installed within 1 week of excavation and backfill work on plant roadways impacted by construction. 1.2 SUBMITTALS A. The Contractor shall submit complete shop drawings and certificates, test reports, affidavits of compliance, of all materials to be used for roadway construction, in accordance with the requirements in the Section entitled, "Submittals". 1.3 QUALITY ASSURANCE A. Work shall be performed in accordance with Contract Documents, Drawings, and/or City of Miami Beach Specifications and Standard Details, in a neat and accurate manner. It is the intent of the City to obtain a complete and working installation according to these Specifications, and any items of labor, equipment, or materials which may reasonably be assumed as necessary to accomplish this end shall be supplied whether or not they are specifically shown on the project plans or stated herein. B. Asphalt Acceptance Standards: The following minimum defects identified by the City or designee must be covered by warranty (but not limited to): 1. Sunken pavement patches greater than or equal to one-quarter (%) inch (measured by a twelve (12) foot straight edge). 2. Surface raveling or oxidation due to deficiencies with the asphalt material. 3. Poor workmanship. 4. Inadequate compaction per Standards and Specifications 1.4 RESTORATION LIMITS 239 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISING A3OVE A. At a minimum, sidewalk, curb, gutter, and roadway restoration shall be in accordance with the requirements of the agencies having jurisdiction including but not limited to City of Miami Beach, Miami-Dade County, and FDOT. B. The Contractor is responsible to restore the full lane width of two-lane roads when a trench is longitudinally cut within a lane. If the cut is in between two lanes, the Contractor is responsible to restore both lanes. If the cut impacts multiple lanes, all lanes impacted shall be restored. When a perpendicular cut is made crossing the pavement, a minimum of 25 feet width on each side of the cut, or to the intersection, must be restored by milling and resurfacing. For new developments, the Contractor shall restore the pavement from property line to property line. C. At a minimum, the width of all asphalt repairs within the Work area shall extend at least 12 inches beyond the limit of the damage. Where the line for repaving for trenches extends 12-inches into the edge of the existing paving, repaving shall be to this edge only. Damage by the Contractor to the pavement beyond 12-inches into the edge of the existing paving will require the full lane be repaved. D. The edge of the pavement shall be cut to a true edge with a saw or other acceptable method so as to provide a clean edge to abut the repair. The line of the repair shall be uniform with no irregularities. Repair of damage by the Contractor beyond the Work area shall be approved by the City or designee prior to commencing the Work. E. Any base course or surface course beyond the restoration limits, damaged as a result of the Contractor's operation, shall be restored in accordance with the applicable requirements of these Specifications, to the satisfaction of the City or designee. F. Permanent pavement repair shall be with edges straight and parallel and patches rectangular in plan. Replace any paving, beyond the limits shown in the details and as called for in the Specifications, as required. Where trenches are located out of the existing pavement and damage occurs to the pavement, that pavement shall also be replaced by the Contractor. G. Five Year Moratorium Directive from City: If the locations proposed under this scope of work are under Moratorium, the Contractor is to restore the entire roadway width and 50 feet each direction from the area impacted. H. Final asphalt application requires milling and resurfacing full travel lanes or as directed by City of Miami Beach Public Works Department Field Inspector. PART 2 — PRODUCTS 2.1 MATERIALS A. Subbase: Limit gradation of the material within the limits of the area being stabilized to 98% passing 3Y2-inch sieve. Soil shall be clean, non-deleterious material. Subbase 240 I P a g . TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 r\A AMIBEACH RISING ABOVE material supporting the roadway and shoulders shall have a minimum LBR of 40. The stabilized subbase shall be 12 inches, placed in maximum compacted lift thickness of 6- inches, and compacted to 98% of maximum dry density as per AASHTO T-180. B. Limerock Base: The limerock base shall consist of two courses of Miami Oolite limerock in accordance with Sections 200 and 911 of the DOT Specifications. 1. The material used in limerock base courses shall be material classified as either Miami Oolite Formation or Ocala Formation at the Contractor's option having a minimum of 70% calcium carbonate or magnesium carbonate; however, only one formation may be used on any contract. 2. Limerock base course shall have a minimum LBR of 100. Limerock base shall be twice the thickness of the existing adjacent base and shall be minimum of 12- inches thick and a maximum of 18-inch thick, placed in 6-inch lifts. Base material shall be compacted to a density of not less than 98% of maximum dry density as per AASHTO T-180 under all paved areas. 3. The limerock material shall contain no more than 0.5% of organic material or objectionable matter and shall show no significant tendency to air slake or undergo any chemical under exposure to weather. 4. The maximum percentage of water sensitive clay material shall be three percent (3%). 5. At least 97% (by weight) of the material shall pass a 31/2-inch sieve, and the material shall be graded uniformly down to dust. The fine material shall consist entirely of dust of fracture. All crushing or breaking up which might be necessary in order to meet such size requirements shall be done before the material is placed on the road. 6. The limerock material shall be uniform in quality and shall not contain cherty or other extremely hard pieces, lumps, balls or pockets of sand or clay size material in sufficient quantity as to be detrimental to prevent proper bonding, finishing, or strength of the limerock base. 7. Limerock material shall be non-plastic, and the liquid limit shall not exceed 35. C. Asphaltic Concrete: Type SP 9.5 and SP 12.5 meeting the requirements in Section 334 of the DOT Specifications. 1. Reclaimed Asphalt: Reclaimed asphalt shall not be utilized. 2. Bituminous Material: Asphalt cement, Viscosity Grade AC-20 or AC-30, shall conform with the requirements of FDOT Specifications, Section 916-1. 3. Coarse Aggregate: Coarse aggregate, stone or slag shall conform to the requirements of the FDOT Specifications, Section 901. 241 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 „V,IBEACH RISI \ G A3OVE 4. Fine aggregate: Fine aggregate shall conform to the requirements of FDOT Specifications, Section 902.3. 5. Mineral Filler: Mineral filler shall conform to the requirements of FDOT Specifications, Section 917-1 and 917-2. 6. Prime Coat: Unless otherwise indicated, the material used for the prime coat shall be cutback asphalt, SS-1H, and shall conform with the requirements specified in AASHTO Destination M 81. Unless otherwise indicated, the use of wither SS-1 H shall be at the Contractor's option. 7. Tack Coat: The material used for the tack coat shall be SS-1 H and shall conform with the requirements specified in AASHTO Designation M 140. 8. Where Type S Asphalt Concrete is specified in the Contract Documents, if approved by the City or designee, the equivalent fine Type SP Asphalt Concrete mixture (Traffic Level C) meeting the requirements of FDOT Specifications Section 334 may be selected as an alternate at no additional cost to the City or Owner. The equivalent mixes are as follows: Type S-I Type SP-12.5 Type S-II Type SP-19.0 Type S-III Type SP-9.5 2.2 TEXTURED PAVEMENT A. "StreetBond SP150E Coating Material" refers to a high-performance premium coating material consisting of epoxy modified acrylic polymers blended with sand and aggregate, and specially formulated by GAF, Inc. (Tel. 1-800-766-3411 ), for application on asphalt surfaces to provide a durable, long lasting color and texture to the asphalt surface. B. "StreetBond Colorant" is a highly concentrated, high quality, UV stable pigment blend designated to be added to StreetBond SP150E coating system to provide color to the coating. The colors to be used shall be shown on the Drawings. The same StreetBond Colorant shall be used in each SP150E coating layer to the asphalt surface. One pint of colorant shall be used with one pail of StreetBond coating material. C. Use only patterned/textures pavement products listed on the Qualified Products List (QPL). Meet manufacturer's Specifications for all pattern/texture templates, coating, and coloring material. Use only material that is delivered to the job site in sealed containers bearing the manufacture's original labels. Material coating used to achieve the pattern/texture and/or color shall produce an adherent, weather resistant, skid resistant surface capable of resisting deformation to traffic. Paint and thermoplastic material must meet the requirements of this Specifications and FDOT Specifications Section 971, except that the requirements for Color and Retroreflectivity do not apply. 242 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SG A3OVE D. Manufacturers seeking approval for inclusion on the QPL must submit application and certifications in accordance with FDOT Specifications Section 6 along with the following documentation: 1. Manufacturer's Specifications and procedures for materials and installation. 2. Manufacturer's certification with supporting test data and results that the patterned/textured pavement installed in accordance with the manufacturer's Specifications and procedures has been tested in accordance with the ASTM E274, Skid Resistance of Paved Surfaces using a standard ribbed full-scale tire at a speed of 40 mph (FN4OR) and has a minimum FN4OR value of 35. PART 3 — EXECUTION 3.1 INSTALLATION A. Pavement markings removed or obliterated by the Contractor's operations shall be promptly replaced, in kind, to the satisfaction of the City of Miami Beach Department of Public Works, Traffic Engineering Division or designee B. At least three density determinations shall be made on each day's final compaction operations on each course and the density determinations shall be made at more frequent intervals if deemed necessary by the Engineer. C. Subgrade: Roadway subgrades shall be stabilized to the minimum depth shown on the Drawings to a Florida Bearing Value (FBV) of not less than 75. Stabilizing shall be type C as defined in Section 160 of the DOT specifications. Stabilization may require the addition and thorough mixing in of crushed limerock, coarse limerock screenings, or any other stabilizing material acceptable to the Engineer. The stabilizing material shall be applied in such quantity that, after mixing and blending, the subgrade will have a FBV of not less than 75. Stabilizing material shall be mixed or blended in the subgrade material by plowing, scarifying, disking, harrowing, blading and mixing with rotary tillers until the mixed materials are of uniform bearing value throughout the width and depth of the layer being processed. The minimum acceptable density at any location will be 98 % of maximum dry density as determined by AASHTO T-180. D. Limerock Base: The limerock base shall be constructed in accordance with Section 200 of the DOT Specifications, to the thickness and width indicated on the Drawings. Pavement base shall be constructed in 6-inch lifts. E. After spreading of the base material is completed,the entire surface shall be scarified and shaped so as to produce the exact grade and cross section after compaction. For double course base, this scarifying shall extend a depth sufficient to penetrate slightly the surface of the first course. The maximum depth of each lift shall be 6- inches. 243 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 vIIR v\IBEACH RISING A3OVE F. When the material does not have the proper moisture content to ensure the required density, wetting or drying shall be required. If the material is deficient in moisture, water will be added and uniformly mixed in by disking the base course to its full depth. If the material contains an excess of moisture, it shall be allowed to dry before being compacted. Wetting and drying operations shall involve manipulation of the entire width and depth of the base as a unit. As soon as proper conditions of moisture are attained, the material shall be compacted to an average density not less than 98% of maximum dry density as determined by AASHTO T-180. Where the base is being constructed in more than one course, the density shall be obtained in each lift of the base. G. During final compacting operations, if blading of any areas is necessary to obtain the true grade and cross section, the compacting operations for such areas shall be completed prior to making the density determination on the finished base. H. Unless otherwise directed by the Engineer, the surface shall be"hard-planed"with a blade grader immediately prior to the application of the prime coat to remove the thin glaze or cemented surface and to allow free penetration of the prime material. The materials planed from the base shall be removed from the base area. I. If cracks or checks appear in the base, either before or after priming, which in the opinion of the Engineer, would impair the structural efficiency of the base course, the Contractor shall remove such cracks or checks by re-clarifying, reshaping, adding base material where necessary and re-compacting, at no additional cost to the City. J. Mixing Base and Subgrade: If at any time the subgrade material shall become mixed with the base course material,the Contractor shall,without additional compensation, dig out and remove the mixture, reshape and compact the subgrade and replace the materials removed with clean base material, which shall be shaped and compacted as specified above. K. Prime Coat: The prime coat shall be applied at a rate of 0.15 gallons per square yard and the work performed in accordance with Section 300 of the DOT Specifications. L. Asphaltic Concrete: The spreading, compacting and jointing the wearing surface shall be in accordance with Sections 330 and 333 of the DOT Specifications to the thickness indicated on the Drawings. M. Tack Coat:Apply tack coat at a rate between 0.02 and 0.10 gallons per square yard, and perform the Work in accordance with Section 300 of the DOT Specifications. N. The pressure distributor used for placing the tack or prime coat shall be equipped with pneumatic tires having sufficient width of rubber in contact with the road surface to avoid breaking the bond of or forming a rut in the surface. The distance between the centers of openings of the outside nozzles of the spray bar shall be equal to the width of the application required, within an allowable variation of 2-inches. The outside nozzle at each end of the spray bar shall have an area of opening of not less than 25 percent, nor more than 75 percent in excess of the other nozzles which shall 244 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ';;ti^J BEACH RISI \ G A3OVE have uniform openings. When the application covers less than the full width, the normal opening of the end nozzle at the conjunction line may remain the same as those of the interior nozzles. O. 310-9.2 Application Temperatures: For asphalt cement Viscosity Grade AC-5, the application temperature shall be between 300 degree and 350 degree F; for emulsified asphalt, between 100 degrees and 170 degrees F; and for cut-back asphalt, between 175 degree and 275 degree F.310-9.3 Uniformity of Distribution: Special precautions shall be observed to assure that an even and uniform distribution of bituminous material will be obtained, and the distributor shall be so adjusted and operated as to maintain uniform, even distribution of the type of material being applied. Excessive deposits of bituminous material upon the road surface caused by stopping or starting the distributor, by leakage or otherwise, shall be immediately removed. P. When the prime or tack coat is applied adjacent to curb and gutter, or any other concrete or special pavement surface (except where they are to be covered with a bituminous wearing course) such concrete surfaces shall be protected by heavy paper or other protective material while the prime or tack coat is being applied. Any bituminous material deposited on such concrete surfaces shall be removed immediately. Q. No bituminous material shall be applied when the air temperature is less than 50 degree in the shade, or when the weather conditions or the condition of the existing surface is unsuitable. In no case shall bituminous material be applied while rain is falling or when there is water on the surface to be covered. R. After the base has been finished,the full width of surface shall be swept with a power broom supplemented with hand brooms and mechanical blowers prior to the application of the prime coat. Care shall be taken to remove all loose dust, dirt and objectionable matter. If deemed necessary, the base shall be lightly sprinkled with water immediately in advance of the prime coat. The prim coat shall be applied to the full width of the base. S. The temperature of the prime material shall be such as to insure uniform distribution. The material shall be applied with a pressure distributor as specified above. The amount to be applied shall be sufficient to coat the surface thoroughly and uniformly without any excess to form pools or to flow off the base. For lime rock base, the rate of application shall not be less than 0.10 gallons per square yard. T. The roadway may be opened for use following the application of the prime material, and a light uniform application of clean sand shall be applied and rolled. The sand shall be non-plastic, shall be free from silt rock particles and shall not contain any sticks, vegetation, grass, roots or organic matter. After the sand covering has been applied, the surface will be opened to traffic. U. Asphalt Densities: The in place density of each course of asphalt mix construction, with the exceptions of patching courses, leveling and intermediate course less than 245 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 kv..IBEACH RISI \ G ABOVE one-inch thick or a specified spread rate less than 100 pounds per square yard, overbuild courses where the minimum thickness is less than one-inch, and open- graded friction course, shall be determined by the use of the Nuclear Density Backscatter Methods as specified by FM 1-T238 (method B). The required density of a completed course shall be at least 98 percent of the average density of the control strip. 3.2 TEMPORARY TRENCH REPAIR OR STABILIZATION A. Following trenching and backfill within active plant roadways, but prior to final asphalt replacement at substantial completion,the Contractor shall install temporary trench repair, consisting of compacted base course and temporary asphalt. B. Temporary trench repair shall include the preparation of the subgrade, the placing and compacting of the limerock base, the priming of the base, the placing and maintaining of the surface treatment, all as specified herein. C. The width of trench repairs shall extend at least 12 inches each side beyond the limits of the asphalt impacted by excavation. The edge of the pavement to be left in place shall be cut to a true edge with a saw or other approved method so as to provide a clean edge to abut the repair. The line of the repair shall be reasonably uniform with no unnecessary irregularities. 3.3 PAVEMENT MARKINGS A. All existing markings(i.e., lanes, edge of pavement, parking stalls, etc.) impacted by the Contractor during construction shall be replaced with new painted items in accordance with the requirements of Section 971 of the FDOT Specifications. B. Pavement markings for this Project shall conform to the FDOT Standard Specifications for Road and Bridge Construction. C. Traffic Paint: 1. Traffic paint shall conform to FDOT Specifications, Section 971, or, at the Contractor's option, fast dry traffic paint as specified in FDOT Specifications, Section 971 may be used. 2. The colors of the paint shall be yellow or white as existed before the repair. 3. All equipment shall be of a type and design which will readily obtain the required uniformity of application of the stripes, both as to thickness of coating and alignment. The paint machine shall be of the spray type and shall be capable of spraying the paint to the required spread without thinning of the paint. The paint tank shall be equipped with a mechanical agitator. The nozzle shall have cut-off valves which will apply broken or skip lines automatically. Each nozzle shall also be provided with suitable line guides, either metallic shrouds or air blasts. 246 I P ..1 h TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE 4. Painting shall be done only during daylight hours and, as far as practicable, shall be terminated in time to permit sufficient drying by sunset. No paint shall be applied when any moisture is present on the surface to be painted or when the air temperature is below 40°F. Painting shall not be done when winds are sufficient to cause spray dust. 5. The surface which is to be painted shall be cleaned, by compressed air or other effective means, immediately before the start of painting, and shall be clean and dry when the paint is applied. Any vegetation or soil shall be removed from the pavement before edge striping is begun. 6. The paint shall be thoroughly mixed before it is poured into the painting machine and no thinning of the paint will be allowed at any time. Before the start of each day's work, the paint container, the connections, and the spray nozzles on the machine shall be thoroughly cleaned with paint thinner or other suitable cleaner. 7. The traffic stripe shall be of the specified width,with clean, true edges and without sharp breaks in the alignment. A uniform coating of paint shall be obtained, and the finished stripe shall contain no light spots or paint skips. Any stripes which do not have a uniform, satisfactory appearance, both day and night, shall be corrected. 8. All newly painted stripes, including edge stripes, shall be protected until the paint is sufficiently dry to permit vehicles to cross the stripe without damage from the tires. While the center line stripes are being painted, all traffic shall be routed away from the painting operations and the newly painted stripe. When necessary, a pilot car shall be used to protect the painting operations from traffic interference. 9. Any portions of the stripes damaged by passing traffic or from any other cause shall be repainted at the Contractor's expense. The Reflectivity Test is conducted as part of FDOT specs section 971. 10. Thermoplastic and reflective markers obliterated or removed by the Contractor's operation, within the construction limits shown in the details, shall be replaced with Traffic paint as specified hereinabove. 11. All raised pavement markers shall be one of the products listed on the FDOT Approved Products List. 12. Paint for temporary pavement markings shall also be used where the thermoplastic markings are to be applied after the asphaltic concrete has"cured." The cure time shall be based on the thermoplastic manufacturer's recommendation. This traffic paint shall be completely compatible with the thermoplastic paint to be installed after cure. D. Thermoplastic Traffic Stripes and Markings: 1. Thermoplastic pavement markings, including stripes, pavement messages, stop 247 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ;;;BEACH SI \ G ABOVE bars, directional arrows, reflective pavement markers and other miscellaneous items,will be replaced as existed before the repair was made. The thermoplastic compound shall be as specified in FDOT Specifications, Section 711. The thermoplastic compound shall be extruded or sprayed onto the pavement surface in a molten state by mechanical means,with surface application of glass spheres, when required, and upon cooling to ambient pavement temperature shall produce an adherent pavement marking of specified thickness and width and capable of resisting deformation. 2. The colors of the compound shall be white or yellow as existed before the repair. 3. Reflective pavement markers and their installation shall conform to the FDOT Specifications, Section 706. 4. Where thermoplastic is to be applied to cement concrete pavement, a sealing primer as specified in FDOT Specifications, Section 711, shall be applied in advance of the placing of the stripes. 5. The thermoplastic shall be applied to the pavement utilizing either extrusion or spray application equipment. The application equipment shall be so constructed as to provide continuous mixing and agitation of the material. Conveying parts of the equipment between the main material reservoir and the shaping die or gun shall be so constructed as to prevent accumulation and clogging. The equipment shall be constructed so that all mixing and conveying parts up to and including the shaping die or gun, maintain the material at the plastic temperature with heat transfer oil or electrical element controlled heat. Direct fire heat transfer will not be allowed. 6. The application equipment shall be so constructed as to ensure continuous uniformity in the dimensions of the stripe. The applicator shall provide a means for cleanly cutting off square stripe ends and shall provide a method of applying "skip" lines. The use of pans, aprons, or similar appliances resulting in die overruns will not be permitted. 7. Glass spheres applied to the surface of the completed stripe shall be applied by an automatic bead dispenser attached to the striping machine in such a manner that the beads are dispensed almost instantaneously upon the installed line. 8. Special kettle(s) shall be provided for melting and heating the thermoplastic material. The kettle(s) shall be equipped with automatic thermostatic control devices in order to provide uniform temperature control and prevent overheating of the material. The applicator and kettle(s) must be so equipped and arranged as to satisfy the requirements of the National Fire Underwriters, the State of Florida, Miami-Dade County and any municipal authority applicable to where the work is being done. 9. Applicators shall be mobile and maneuverable to the extent that straight lines can be followed and normal curves can be made in a true arc. The applicator 248 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SI \ G A3OVE equipment to be used on roadway installations shall consist of either hand equipment or truck mounted units depending on the type of marking required. 10. The hand applicator equipment shall be insulated and shall have sufficient capacity to hold 150 pounds of molten material and shall be sufficiently maneuverable to install crosswalks; lane, edge and center lines; arrows and legends. The truck mounted unit for lane, edge and center lines shall consist of a mobile self-contained unit carrying its own material capable of operating at a minimum speed of five (5) miles per hour while installing striping. 11. Application time, weather limitations and surface preparation shall be in accordance with FDOT Specifications, Section 710. 12. The material, when formed into traffic stripes or other markings must be readily renewable by placing an overlay of new material directly over an old line of compatible material in such a manner that no splitting or separation takes place. 13. The application temperature shall be within the range specified by the manufacturer of the thermoplastic compound being used. 14. All pavement edge lines, gore, island and diagonal stripe markings, bike lane symbols and messages, wherever located, shall have a minimum thickness of 0.060 inch at the edges and a maximum thickness of 0.120 inch at the center. A minimum average film thickness of 0.060 inch shall be maintained. All lane lines, center lines, transverse markings (except shoulder markings) and pavement markings within traffic wearing area(such as dotted turning guide lines)shall have a minimum thickness of 0.090 inch at the edges and a maximum thickness of 0.188 inch at the center. A minimum average film thickness of 0.090 shall be maintained. All thickness measurements shall be an average in any three(3)foot length. 15. The glass sphere top coating shall be applied by a type of glass sphere dispenser or gun which will embed the spheres into the line surface to at least one-half their diameter. The glass sphere top coating shall not incur more than a 10% loss during the first thirty (30) calendar days of traffic exposure. Reflectivity test shall be performed after 30 days. 16. Reflective pavement markers shall be installed as they existed before the repair. They shall be replaced with the appropriate color or colors and oriented in the correct direction as specified in FDOT Specifications, Section 706 17. The installation of pavement markings shall be performed 14 days after placing friction course. 3.4 CONNECTIONS WITH EXISTING FACILITIES A. Where the bituminous pavement is to be connected with an existing roadway surface or other facility, the Contractor shall modify the existing roadway profile in 249 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 .h,�\ BEACt1 RISI \ G A3OVE such a manner as to produce a smooth riding connection to the existing facility. B. Where it is necessary to remove existing asphalt surfaces to provide proper meet lines and riding surfaces, the Contractor shall saw cut the existing surface so that there will be sufficient depth to provide a minimum of 1-inch of asphalt concrete, and the waste material shall be disposed of to the satisfaction of the Engineer. Prior to placing the asphalt concrete,these areas shall be tacked. Meet lines shall be straight and the edges vertical. The edges of meet line cuts shall be painted with liquid asphalt or emulsified asphalt prior to placing asphalt concrete. After placing the asphalt concrete, the meet line shall besealed by painting with a liquid asphalt or emulsified asphalt and immediately covered with clean, dry sand. In case of pavement marking deficiencies, the Contractor shall follow FDOT guidelines and use water blasting instead of sandblasting or black paint. 3.5 SURFACE TOLERANCE A. Tests for conformity with the specified grade shall be made immediately after initial compression. Any variation shall be immediately corrected by the removal or addition of materials and by continuous rolling. B. The completed surface of the pavement shall be of uniform texture, smooth, uniform as to grade, and free from defects of all kinds. The completed surface shall not vary more than 1/8 inch from the lower edge of a 12-foot straightedge placed on the surface along the centerline or across the trench. C. After completion of the final rolling, the smoothness and grade of the surface shall again be tested by the Contractor. D. When deviations in excess of the above tolerances are found,the pavement surface shall be corrected as stated in Section 330-12.4 of the DOT Specifications. E. All areas in which the surface of the completed pavement deviates more than twice the allowable tolerances described above shall be removed and replaced to the satisfaction of the Engineer. 3.6 WEATHER CONDITIONS A. Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall or any imminent storms that might adversely affect the construction. The Engineer will determine when surfaces and materials are dry enough to proceed with construction. Asphalt concrete shall not be placed during heavy rainfall or when the surface upon which it is to be placed is wet. 3.7 PROTECTION OF STRUCTURES AND ADJUSTMENT OF APPURTENANCES A. Provide whatever protective coverings may be necessary to protect the exposed portions of bridges, culverts, curbs, gutters, posts, guard fences, road signs, and any other structures from splashing oil and asphalt from the paving operations. 250 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,..v,IBEACH RISI \ G A3OVE Remove any oil, asphalt, dirt, or any other undesirable matter that may come upon these structures by reason of the paving operations. B. Where water valve boxes, manholes, catch basins, or other underground utility appurtenances are within the area to be surfaced, the Contractor shall adjust the covers of these improvements to conform to the proposed surface elevations. All adjustments shall be coordinated with the Utility Owner and the City. C. In this effort, the Contractor shall be responsible for ensuring that appurtenances are brought to proper grade to conform to the finished surface elevations and any delays experienced from such obstructions will be considered as incidental to the paving operation. No additional payment will be made. Protect all covers during asphalt application. 3.8 PAVEMENT WARRANTY A. Settlement of replaced pavement over trenches within the warranty period shall be considered the result of improper or inadequate compaction of the sub-base or base materials. The Contractor shall promptly repair all pavement deficiencies noted during the warranty period at the Contractor's sole expense. 3.9 INSTALLATION OF TEXTURED PAVEMENT A. Applications of textured pavement include the following. 1. Imprinting patterns into existing or new pavement and covering with a surface coating(s) of paint or thermoplastic. 2. Imprinting patterns into existing or new pavement and inlaying the imprint with performed thermoplastic material. 3. Colored, preprinted, preformed texturized thermoplastic material that is applied over existing pavement. 4. Colored thermoplastic material that can be imprinted and texturized during or after application to existing pavement. B. Patterns are defined as visible surface markings. Imprinted textures are defined as palpable surface markings. C. Use the location, pattern/texture type (brick, stone, etc.) and coating color as specified in the Plans. Joint openings shall not exceed 1/2 inch in width. D. Apply a patterned and/or textured treatment to asphalt or concrete in accordance with manufacturer's recommendations. E. For application requiring removal and replacement of existing pavement, meet the 251 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISI \ G A3OVE requirements of FDOT Specifications Section 350 for cement concrete pavement; the requirements of Section 334 for Superpave asphalt or Section 337 for FC 9.5 and FC 12.5 asphalt. F. Protect treated surfaces from traffic and environmental effect until the area is completely coated/imprinted and any coating have dried or cured according to the manufacturer's instructions. Complete all utility, traffic loop detector, and other items requiring a cut and installation under the finished surface, prior to pattern installation. For asphalt roadways, apply patterned/textured pavement a minimum of 14 days after placement of the adjacent pavement. Upon completion of the installation, the City or designee will check the area at random location(s) for geometric accuracy, as specified in the plans. If any of the chosen areas have an imprint width and depth that is less than the manufacturer's specifications, correct the entire textured area, at no additional cost to the City. Supply the specified pattern and color sample for the Engineer's use to visually determine that the material matches the color specified in the plans. For any continuous or abutting areas, i.e., all treated areas of an intersection, color material must be from the same lot/batch. Provide certification that the textured pavement was installed in accordance with the manufacturer's requirements. G. Textured pavement on crosswalks and travel lanes are to be tested for skid resistance in accordance with ASTM E303. — END OF SECTION — 252 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AIAMIBEACH RISI \ G A3OVE SECTION 321300 RIGID PAVING PART 1 — GENERAL 1.1 THE REQUIREMENT A. Concrete pavement, curbs and sidewalk shall be constructed to the lines and grades and dimensions required for a complete installation as shown on the Drawings and specified herein. 1.2 SUBMITTALS A. Shop drawings for reinforcing,joint material and mix designs shall be submitted for review in accordance with the Section 013S00,"Submittal Procedures". PART 2 — PRODUCTS 2.1 CONCRETE A. Concrete shall be Class B, conforming to Section 030000 "Concrete", unless noted or specified otherwise. 2.2 REINFORCING AND WELDED WIRE FABRIC A. Joint reinforcing and welded wire fabric shall conform to Section 032000 "Concrete Reinforcement". 2.3 JOINT SEALER FOR PAVEMENT A. Joint sealers shall conform to the requirements of Section 033900 "Concrete Curing". 2.4 PREFORMED JOINT FILLER A. Preformed joint filler shall be sponge rubber and conform to the requirements of AASHTO Designated M148, Type 1. PART 3 — EXECUTION 3.1 SUBGRADE CONDITION A. The finished subgrade shall be maintained in a smooth, compact condition and any areas which are disturbed prior to placing of the concrete shall be restored at the Contractor's expense. The subgrade shall be moist at the time the concrete is placed. Water shall be uniformly applied ahead of the paving operations as directed by the Engineer. If the Contractor does not maintain the subgrade in the required moist condition, a vapor barrier sheet will be required between the subgrade and the concrete. B. The subgrade shall be accurately trimmed to the required elevation with a 1/4-inch 253 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 A,1/'..I BEACH RISI \ G A3OVE tolerance. High areas shall be trimmed to proper elevation. Low areas may be filled with suitable material and compacted to the specified density or filled with concrete integrally with the placing of the pavement. 3.2 SETTING FORMS A. The forms shall be accurately set to line and grade and such that they rest firmly, throughout their entire length upon the compacted subgrade surface. Forms shall be joined neatly and tightly and braces to test the pressure of the concrete and the finishing operations. The alignment and grade of all forms shall be approved before and immediately prior to the placing of concrete. 3.3 MIXING CONCRETE A. Concrete shall be mixed in accordance with Section 030000 "Concrete". 3.4 PLACING CONCRETE A. The concrete shall be distributed on the subgrade to such depth, that, when it is consolidated and finished, the slab thickness required by the Drawings will be obtained at all points and the surface will at no point be below the grade specified for the finished surface, after application of the allowable tolerance. The concrete shall be deposited on the subgrade in a manner which will require as little rehandling as possible. B. Fabric reinforcement shall be placed at mid slab depth, and the fabric shall be maintained at this location during the placing and finishing operations. C. Concrete shall be thoroughly consolidated against and along the faces of all forms, by means of hand-operated, spud-type vibrators. Vibrators shall not be permitted to come in contact with the subgrade or a side form. Vibration at any one location shall not continue so long as to produce puddling or the accumulation of excessive grout on the surface. In no case shall the vibrator be operated longer than 15 seconds in any one location. 3.5 STRIKING-OFF, CONSOLIDATING AND FINISHING CONCRETE A. Immediately after the placing, the concrete shall be struck off, consolidated and finished, to produce a finished pavement conforming to the cross section,width and surface sequence of operations shall be as follows: strike-off; vibratory consolidation; screeding; floating; removal of laitance; straight edging; and final surface finish. 3.6 STRAIGHTEDGING AND SURFACE CORRECTIONS • After floating has been completed and the excess water removed, but while the concrete is still in a plastic state, the surface of the concrete shall be tested for trueness with an accurate 10 foot straightedge. The straightedge shall be furnished 254 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 „'�',IBEACH RISI \ G A3OVE by the Contractor. The straightedge shall be held in successive positions parallel to the road center line, in contact with the surface, and the whole area tested from one side of the slab to the other as necessary. Any depressions shall be immediately filled with freshly mixed concrete and struck-off; consolidated and refinished. High areas shall be cut down and refinished. Straightedge testing and surface correction shall continue until the entire surface appears to conform to the required grade and cross section. 3.7 FINAL FINISH A. As soon as the water sheen has disappeared from the surface of the pavement and just before the concrete becomes nonplastic, a light broom finish shall be given to the surface. 3.8 EDGING A. After the final finish has been applied, but before the concrete has become nonplastic, the edges of the pavement along each side of the strip being placed, on each side of construction joints and along any structure extending into the pavement, shall be carefully rounded to a 1/4 inch radius except as otherwise indicated. A well-defined and continuous radius shall be produced and a smoother, dense mortar finish obtained. All concrete shall be completely removed from the top of the joint filler. B. All joints shall be checked with a straightedge before the concrete has become nonplastic and, if one side of the joint is higher then the other or the entire joint is higher or lower then the adjacent slabs, corrections shall be made as necessary. 3.9 JOINTS A. Construction Joints 1. Construction joints shall be located as shown on the Drawings. B. Expansion Joints Around Structures 1. Expansion joints shall be formed by placing premolded expansion joint material about all structures and features projecting through, into or against the pavement. Unless otherwise indicated, such joints shall be inch in width. C. Transverse Expansion Joints 1. Open type transverse expansion joints shall be provided at all sidewalk returns and at 50 feet intervals and wherever indicated on the Drawings. Open type joints shall be formed by staking a 1/4 inch thick metal bulkhead in place and placing 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 opened and 255 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE edged with a tool having a '/2 inch radius. Transverse expansion joints shall be cleaned and filled with joint filler strips 1/4 inch thick conforming to the requirements of AASHTO M-153. D. Scored Joints 1. Scored joints shall be either formed or sawed at 5 foot intervals and shall extend to a depth of at least one fourth of the sidewalk slab thickness. 3.10 CURING A. Curing shall be in accordance with Section 033900, "Concrete Curing" B. After the finishing operations have been completed and as soon as the concrete has hardened sufficiently that marring of the surface will not occur, the entire surface and the edges of the newly placed concrete shall be covered and cured with membrane curing compound. C. Curing compound shall be uniformly applied to the surfaces to be cured, in a single coat, continuous film, at the rate of one gallon to not more than 200 square feet, by a mechanical sprayer. D. Curing compound shall not be applied during periods of rainfall. Curing compound shall not be applied to the inside faces of joints to be sealed. Should the film become damaged form any cause within the required curing period, the damaged portions shall be repaired immediately with additional compound. Upon removal of side forms the sides of the slabs exposes shall immediately be coated to provide a curing treatment equal to that provided for the surface. 3.11 CURB AND SIDEWALK CONSTRUCTION A. The concrete curbs and sidewalks shall be constructed on a prepared smooth subgrade of uniform density. Large boulders and other obstructions shall be removed to a minimum depth of 6 inches below the finished subgrade elevation and the space shall be backfilled with sand, base course material or other suitable material which shall be thoroughly compacted by rolling or tamping. The Contractor shall furnish a template and shall thoroughly check the subgrade prior to depositing concrete. B. Concrete for curbs and sidewalks shall be formed, mixed, placed and finished in conformance with the requirements of other Articles of this Section, except as modified herein. Sidewalks shall be given a light broom finish. — END OF SECTION — 256 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 v1IBEACH RISI \ G ABOVE 257 I P TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,I1Av1IBEACH RISI \ G A3OVE SECTION 321600 CURBS, GUTTERS, SIDEWALKS, AND DRIVEWAYS PART 1 — GENERAL 1.1 THE REQUIREMENT A. Concrete pavement, curbs and sidewalk shall be constructed to the lines and grades and dimensions required for a complete installation as shown on the Drawings and specified herein. 1.2 SUBMITTALS A. Shop drawings for reinforcing, joint material and mix designs shall be submitted for review in accordance with Section 013300,"Submittals"and Section 013323, "Shop Drawings, Product Data, and Samples." PART 2 — PRODUCTS 2.1 CONCRETE A. Concrete shall be Class B, conforming to the Section 030000 "Concrete", unless noted or specified otherwise. 2.2 REINFORCING AND WELDED WIRE FABRIC A. Joint reinforcing and welded wire fabric shall conform to the Section 032000, "Concrete Reinforcement". 2.3 JOINT SEALER FOR PAVEMENT A. Joint sealers shall conform to the requirements of Section 033500, "Concrete Finishing" 2.4 PREFORMED JOINT FILLER A. Preformed joint filler shall be sponge rubber and conform to the requirements of AASHTO Designated M148, Type 1. PART 3 — EXECUTION 3.1 SUBGRADE CONDITION A. The finished subgrade shall be maintained in a smooth, compact condition and any areas which are disturbed prior to placing of the concrete shall be restored at the Contractor's expense. The subgrade shall be moist at the time the concrete is placed.Water shall be uniformly applied ahead of the paving operations as directed by the Engineer. If the Contractor does not maintain the subgrade in the required 258 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE moist condition, a vapor barrier sheet will be required between the subgrade and the concrete. B. The subgrade shall be accurately trimmed to the required elevation with a 1/4-inch tolerance. High areas shall be trimmed to proper elevation. Low areas may be filled with suitable material and compacted to the specified density or filled with concrete integrally with the placing of the pavement. 3.2 SETTING FORMS A. The forms shall be accurately set to line and grade and such that they rest firmly, throughout their entire length upon the compacted subgrade surface. Forms shall be joined neatly and tightly and braces to test the pressure of the concrete and the finishing operations. The alignment and grade of all forms shall be approved before and immediately prior to the placing of concrete. 3.3 MIXING CONCRETE A. Concrete shall be mixed in accordance with the Section 030000, "Cast-in-place Concrete". 3.4 PLACING CONCRETE A. The concrete shall be distributed on the subgrade to such depth, that, when it is consolidated and finished, the slab thickness required by the Drawings will be obtained at all points and the surface will at no point be below the grade specified for the finished surface, after application of the allowable tolerance. The concrete shall be deposited on the subgrade in a manner which will require as little rehandling as possible. B. Fabric reinforcement shall be placed at mid slab depth, and the fabric shall be maintained at this location during the placing and finishing operations. C. Concrete shall be thoroughly consolidated against and along the faces of all forms, by means of hand-operated, spud-type vibrators. Vibrators shall not be permitted to come in contact with the subgrade or a side form. Vibration at any one location shall not continue so long as to produce puddling or the accumulation of excessive grout on the surface. In no case shall the vibrator be operated longer than 15 seconds in any one location. 3.5 STRIKING-OFF, CONSOLIDATING AND FINISHING CONCRETE A. Immediately after the placing, the concrete shall be struck off, consolidated and finished, to produce a finished pavement conforming to the cross section,width and surface sequence of operations shall be as follows: strike-off; vibratory consolidation; screeding; floating; removal of laitance; straight edging; and final surface finish. 259 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE 3.6 STRAIGHTEDGING AND SURFACE CORRECTIONS A. After floating has been completed and the excess water removed, but while the concrete is still in a plastic state, the surface of the concrete shall be tested for trueness with an accurate 10 foot straightedge. The straightedge shall be furnished by the Contractor. The straightedge shall be held in successive positions parallel to the road center line, in contact with the surface, and the whole area tested from one side of the slab to the other as necessary. Any depressions shall be immediately filled with freshly mixed concrete and struck-off; consolidated and refinished. High areas shall be cut down and refinished. Straightedge testing and surface correction shall continue until the entire surface appears to conform to the required grade and cross section. 3.7 FINAL FINISH A. As soon as the water sheen has disappeared from the surface of the pavement and just before the concrete becomes nonplastic, a light broom finish shall be given to the surface. 3.8 EDGING A. After the final finish has been applied, but before the concrete has become nonplastic, the edges of the pavement along each side of the strip being placed, on each side of construction joints and along any structure extending into the pavement, shall be carefully rounded to a 1/4 inch radius except as otherwise indicated. A well-defined and continuous radius shall be produced and a smoother, dense mortar finish obtained. All concrete shall be completely removed from the top of the joint filler. B. All joints shall be checked with a straightedge before the concrete has become nonplastic and, if one side of the joint is higher then the other or the entire joint is higher or lower then the adjacent slabs, corrections shall be made as necessary. 3.9 JOINTS A. Construction Joints 1. Construction joints shall be located as shown on the Drawings. B. Expansion Joints Around Structures 1. Expansion joints shall be formed by placing premolded expansion joint material about all structures and features projecting through, into or against the pavement. Unless otherwise indicated, such joints shall be 1/2 inch in width. C. Transverse Expansion Joints 260 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 UAMIBEACH RISI \ G ABOVE 1. Open type transverse expansion joints shall be provided at all sidewalk returns and at 50 feet intervals and wherever indicated on the Drawings. Open type joints shall be formed by staking a 1/4 inch thick metal bulkhead in place and placing 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 opened and edged with a tool having a ''Y2 inch radius. Transverse expansion joints shall be cleaned and filled with joint filler strips 1/4 inch thick conforming to the requirements of AASHTO M-153. D. Scored Joints 1. Scored joints shall be either formed or sawed at 5 foot intervals and shall extend to a depth of at least one fourth of the sidewalk slab thickness. 3.10 CURING A. After the finishing operations have been completed and as soon as the concrete has hardened sufficiently that marring of the surface will not occur, the entire surface and the edges of the newly placed concrete shall be covered and cured with membrane curing compound. B. Curing compound shall be uniformly applied to the surfaces to be cured, in a single coat, continuous film, at the rate of one gallon to not more than 200 square feet, by a mechanical sprayer. C. Curing compound shall not be applied during periods of rainfall. Curing compound shall not be applied to the inside faces of joints to be sealed. Should the film become damaged form any cause within the required curing period, the damaged portions shall be repaired immediately with additional compound. Upon removal of side forms the sides of the slabs exposes shall immediately be coated to provide a curing treatment equal to that provided for the surface. 3.11 CURB AND SIDEWALK CONSTRUCTION A. The concrete curbs and sidewalks shall be constructed on a prepared smooth subgrade of uniform density. Large boulders and other obstructions shall be removed to a minimum depth of 6 inches below the finished subgrade elevation and the space shall be backfilled with sand, base course material or other suitable material which shall be thoroughly compacted by rolling or tamping. The Contractor shall furnish a template and shall thoroughly check the subgrade prior to depositing concrete. B. Concrete for curbs and sidewalks shall be formed, mixed, placed and finished in conformance with the requirements of other Articles of this Section, except as modified herein. Sidewalks shall be given a light broom finish. 261 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 A;V,iBEACH RISI \ G A3OVE - END OF SECTION- 262 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID. F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE SECTION 329000 PLANTING PART 1 —GENERAL 1.1 THE REQUIREMENT A. The Contractor shall provide all landscape work including; liner, container and littoral plants, trees, grading, lawns, grasses, labor, material, equipment and all miscellaneous work required for a complete landscaped site as shown on the Drawings and as specified herein. 1.2 SUBMITTALS A. The Contractor shall submit shop drawings and other information for review. 1.3 SITE INSPECTION A. The Contractor shall personally examine the site and fully acquaint himself with all of the existing conditions in order that no misunderstanding may afterwards arise as to site character or as to the extent of the work to be done. No additional compensation will be granted due to any unusual difficulties which may be encountered in the execution or maintenance of any portion of the work. 1.4 CODES AND STANDARDS A. The Contractor shall be responsible for planting and maintaining the landscape in complete accordance with all applicable codes, ordinances and laws. Any modification made to conform with said codes, laws and ordinances shall be completed at the Contractor's expense at not additional cost to the City. 1.5 CONTRACTOR'S CREWS A. The Contractor shall have his labor crews controlled and directed by an experienced foreman well versed in standard planting procedures, reading blueprints and coordination with others performing services in the job areas in order to execute installation rapidly and correctly. 1.6 CONTRACTOR'S RESPONSIBILITY A. The Contractor shall be entirely responsible for the work until final acceptance by the City in accordance with the Contract Documents. B. Planting zone shall be staked by the Contractor for review by the Engineer prior to installation of plant material. C. The Contractor shall be responsible for damage to plant material. All vegetation shall comply with applicable state and city rules and regulations. 263 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE D. Newly installed plant material shall be roped off to prevent material damage during early stages of growth. E. The Contractor shall maintain landscaping for a period of two (2) weeks after completion of job. PART 2 — PRODUCTS 2.1 LANDSCAPE DEVELOPMENT MATERIALS A. Planting Soil/Top Soil: Planting soil and top soils shall be fertile, friable, without mixture of subsoil materials, and obtained from the top 6 inches scraped off the existing site and/or a well drained, arable site. It shall be free from heavy clay, stones, lumps, plants, roots or other foreign materials, or noxious grass (such as Bermuda or nut grass) and noxious weeds. It shall not contain toxic substances which may be harmful to plant growth. The pH range shall be 5.0 to 7.0 inclusive. The Contractor shall be required to submit results of soil tests for planting soil proposed for use under this Contract for approval by the City. In native planting areas soil pH shall have a tolerance between 5.0 6.2. Soil additives such as aluminum sulfate shall be added to the soil to bring the pH to desired levels. B. Water: All water necessary for planting and maintenance shall be of satisfactory quality to sustain adequate growth of plants and shall not contain harmful natural or man made elements detrimental to plants. Water meeting the above standard shall be obtained from on site sources, as acceptable to the Engineer. The Contractor shall be responsible to make arrangements for its use by his tanks, hoses, sprinklers, etc. If such water at the site is not satisfactory the Contractor shall obtain water from an acceptable source off site. The Contractor shall provide such satisfactory water from sources off the site at no additional cost to the City. The Contractor shall secure all necessary permits required to use canal water or on site detention pond water. C. Fertilizer: Fertilizer shall be complete with micro nutrients, uniform in composition, dry and free flowing. Fertilizer shall be delivered to the site in the original unopened containers, each bearing the manufacturer's statement of analysis. D. Peat Moss: Peat shall be horticultural peat composed of not less than 60% decomposed organic matter by weight, on an oven dried basis. Peat shall be delivered to the site in a workable condition free from lumps. 2.2 SOD MEASUREMENTS A. Sod: Sod shall be measured on the basis of square yards. Shrinkage of materials shall be the responsibility of the Contractor. 2.3 LAWNS AND GRASSES A. The materials used in this work shall conform to the following: 264 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,V,IBEACH RISI \ G A3OVE 1. The sod shall meet Florida State Plant Board Specifications, absolutely true to variety, type and free from weeds, fungus, insects and disease of any kind. Each sod panel shall have sufficient root and soil base to assure proper sod growth. 2. Commercial Fertilizer Commercial fertilizers shall comply with the State fertilizer laws. The numeral designations for fertilizer indicate the minimum percentages (respectively) of (1) total nitrogen, (2)available phosphoric acid and(3)water soluble potash, contained in the fertilizer. Type 1 fertilizer(as hereinafter specified)shall be used unless Type II fertilizer or another designation is specifically called for on the Drawings or authorized by the Engineer. Liquid fertilizer will not be permitted. Both Type 1 and Type II Fertilizers will be complete with micro nutrients. a. Type I Fertilizer The chemical designation of this fertilizer shall be 12 8 8, with at least 50 percent of the nitrogen from a nonwater soluble organic source. The nitrogen source may be a urea formaldehyde source provided it is not derived from a waste product of the plastic industry. b. Type II Fertilizer The chemical designation of this fertilizer shall be 12 12 8 and at least 50 percent of the nitrogen shall be from a urea formaldehyde source and at least 50 percent of the phosphoric acid shall be from regular superphosphate. 2.4 SELECT FILL A. Select fill shall comply with the requirements of Division 2 of the Specifications. PART 3— EXECUTION 3.1 INSPECTION A. Sod shall be subject to inspection and approval at the place of growth, or upon delivery to the site, as determined by the City, for quality, size and variety. Such approval shall not impair the right of inspection and/or rejection at the site during progress of the work, or after completion, for size and condition of sod, insects, injuries and latent defects. 3.2 DELIVERY, STORAGE, HANDLING A. Delivery, storage and handling shall comply with the Contract Documents and the following additional requirements. Solid Sod: 265 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID. F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE 1. Solid sod shall be certified bitter blue St. Augustine Floratam. The sod shall be firm touch texture having a compact growth of grass with good root development. It shall contain no weeds or other objectionable vegetation. 2. The soil embedded in the sod shall be good clean earth, free from stones and other debris. The sod shall be free from fungus, vermin and other diseases. The sod and soil shall be approximately 2-inch thick. 3. Before being cut and lifted, the sod shall have been mowed at least three times with a lawn mower,with the final mowing not more than seven days before the sod is cut. The sod shall be cut into uniform dimensions approximately 12"x24". Abutting joints shall be free of open spaces with a tamped or rolled surface so that there are no joint openings. B. Storage: The Contractor shall be responsible for storage and protection of materials to be used in this portion of the project work in accordance with the Contract Documents. 3.3 FINE GRADING A. Fine grading shall consist of final finish grading of lawn and planting areas that have been rough graded. The Contractor shall fine grade the lawn and planting areas with top soil to bring the rough grade up to final finish grade allowing for thickness of sod and/or mulch depth. The Contractor shall fine grade by hand and/or with any necessary equipment. The Engineer reserves the right to interpret engineering cross sections of grading during rough and fine grading of the site to establish the final topography. Landscape boulders will be field located by the Engineer and fit into topography during final grading. If rock is encountered in rough grading, adjustment of elevations will be made where possible. 3.4 PLANTING PROCEDURES A. Cleaning Up Before Commencing Work: The Contractor shall clean up work and planting areas of all rubbish or objectionable matter. All mortar, concrete and toxic material shall be removed from all plant beds. B. Obstructions Below Ground: If underground construction, utilities or obstructions are encountered during the excavation of planting areas or pits, alternate locations for the plant location shall be made by the Contractor upon written notification to the Engineer, and the Engineer's written acceptance of same without additional cost to the City. C. Planting Soil/Topsoil Mixtures: Planting soil/topsoil mixtures shall be as follows: a. For Sandy Soils 50% decomposed organic matter(muck) 266 1 P a g ,_ TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE 25% peat 25% existing soil pH: 5.5 7.0 b. All ground cover masses in lawn areas are to have a 2" bed of fresh,weedless top soil. D. Fertilizer: Two fertilizers shall be used in all types of plantings except palms. Granular fertilizer shall be uniform in composition, dry and free flowing. This fertilizer shall be delivered to the site in the original unopened bags, each bearing the manufacturers statement of analysis, and shall meet the following requirements: six (6) percent nitrogen plus complete micro nutrients, six (6) percent phosphorous, six (6) percent potassium. Tablet fertilizer ("Agriform" or equal)in 21-gram size shall meet the following requirements:twenty(20)percent nitrogen, ten (10) percent phosphorous, five (5) percent potassium. 3.5 WEED CONTROL A. General: All landscape areas shall be free of nut grass, torpedo grass, and other noxious weeds. "Round up" or approved equal shall be applied to all planting areas as needed and determined on site by the Engineer for weed control. Landscape Contractor is responsible for the removal of all weeds appearing on the site. 3.6 LAWN SODDING A. Sod panels shall be laid tightly together so as to make a solid sodded lawn area. On areas where the sod may slide due to height and slope, peg the sod with pegs driven through the sod blocks into firm earth at suitable intervals. Replace any pieces of sod which, after placing, show an appearance of extreme dryness. Avoid a continuous seam along the line of water flow in swales. Place sod a right angles to slope. Sod shall be laid uniformly against the edges of all buildings, paved and planted areas. Immediately following sod laying, the lawn areas shall be rolled with a lawn roller customarily used for such purposes, and then thoroughly watered. After rolling, top dressing shall be placed to fill voids between the sod panels and to even out inconsistencies in the sod. Clean sand shall be used for top dressing and shall be uniformly spread over the entire surface of the sod and thoroughly watered in. B. Apply specified fertilizer at the specified uniform rates with mechanical spreader. C. During delivery, prior to and during the planting of the lawn areas, the sod panels shall at all times be protected from excessive drying and unnecessary exposure of the roots to the sun. All sod shall be stacked during construction and planting, 267 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 v IBEACH RISI \ G A3OVE so as not to be damaged by sweating or excessive heat and moisture. Any sod damaged as noted shall not be used on the site. 3.7 SODDED LAWN MAINTENANCE A. The Contractor shall produce a dense, well established lawn. The Contractor shall be responsible for the repair and re-sodding of sunken or bare spots due to improper sod installation. Repaired sodding shall be accomplished as in the original work. B. Water sod every day for ten (10)successive days, then water three(3)times per week (at even intervals) for two (2) additional weeks. All watering shall be of sufficient quantity to wet or restore water to a depth of four(4) inches. 3.8 LAWN CONSTRUCTION METHODS A. General: Seeding or mulching operations will not be permitted when wind velocities exceed 15 miles per hour. Seed shall be sown only when the soil is moist and in proper condition to induce growth. No seeding shall be done when the ground is unduly wet, or otherwise not in a tillable condition. B. Preparation of Area to be Sodded: The prepared soil shall be loose and reasonably smooth (drag with Farris Mat, if necessary). It shall be reasonably free of large clods, roots and other material which will interfere with the work and subsequent mowing and maintenance operations. 3.9 LAWN MAINTENANCE A. The Contractor shall, at his expense, maintain the planted areas in a satisfactory condition until final acceptance of the project in accordance with the Contract Documents. Such maintenance shall include the filling, leveling and repairing of any washed or eroded areas, as may be necessary. The City, at any time, may require replanting of areas in which the establishment of the grass stand does not appear to be developing satisfactorily. B. If a planted area must be replanted due to the Contractor's negligence, carelessness or failure to provide routine maintenance of such area, such replacement shall be at the Contractor's expense. 3.10 SOD AND PLANT GUARANTEE AND REPLACEMENT POLICY A. Sod and Plant Material: The life and satisfactory condition of all sod and plant material planted shall be guaranteed in accordance with the Contract Documents. Any sod and/or plant which deteriorates in health and appearance so as to become a lesser specification and/or grade from that which was originally installed shall be replaced. B. All sod and/or plant replacement shall be made with the same species, as was in place at the beginning of the service period or with another sod of comparable 268 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,,I dBEACH RISI \ G A3OVE value which is acceptable to the City. C. All sod that exhibits sign of decay shall be removed from the site and replaced within 10 days. D. Materials and Operations:All sod and/or plant replacements shall be of the same kind and size as specified in the Plant List. They shall be furnished, planted and mulched as specified under"Planting", at no additional cost to the City. — END OF SECTION & DIVISION— 269 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 r; V IBEACH RISI \ G A3OVE DIVISION 33 - UTILITIES SECTION 330110.53 FLUSHING OF WATER UTILITY PIPING SYSTEMS PART 1 — GENERAL 1.1 SCOPE A. The Contractor shall furnish all labor, material, and equipment required to flush water utility piping systems. PART 2 — PRODUCTS NOT USED PART 3 — EXECUTION 3.1 FLUSHING A. Flush all foreign matter from pipe in accordance with AWWA C651. B. Provide hoses, temporary pipes, ditches, and other conduits as needed to dispose of flushing water without damage to adjacent properties. C. Flush service connections and hydrants. Flush distribution lines prior to flushing hydrants and service connections. D. Flush pipe through flushing branches and remove branches after flushing is completed. E. Operate new valves during flushing process at least twice during each flush. All valves are to be operated only by the City. F. Volume flushing shall be of sufficient velocity to produce a scouring action in the main meeting the approval the City. G. The Contractor shall furnish and install all piping necessary to dispose of the flushing water and shall exercise care to prevent any damage to the surrounding area and adjoining and adjacent properties. H. The water shall be properly disposed not to cause a flooding problem. All water used must be metered through a City supplied construction meter. The Contractor can obtain the meter through proper application and payment of the required fee at the City of Miami Beach Public Works Department. — END OF SECTION — 270 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AIAMIBEACH RISI \ G A3OVE SECTION 330110.54 CLEANING OF WATER UTILITY PIPING SYSTEMS PART 1 — GENERAL 1.1 SCOPE A. The Contractor shall furnish all material, labor and equipment necessary to clean and test the water utility pipe, fittings and valves. B. The Contractor shall clean and test the water utility pipe, fittings and valves in accordance with these Specifications and to the satisfaction of the City. C. The Contractor is advised that he is solely responsible for any damage caused to the main or it's lining by cleaning operations and he shall be required to repair or replace, as required by the City, any damaged pipe or lining. 1.2 RELATED SECTIONS A. Related standards specified elsewhere in the Specifications include but are not limited to the following sections. Section 330110.53, "Flushing of Water Utility Piping Systems" Section 330110.58, "Disinfection of Water Utility Piping Systems" Section 330112, "Inspection and Testing of Water Utilities" 1.3 QUALITY ASSURANCE A. Cleaning shall be performed in strict accordance with these specifications. B. The Contractor is cautioned that the City or other governing body having jurisdiction over the work location may have regulatory rules and ordinances prohibiting or limiting the discharge of water from any excavation into sanitary and storm sewer systems, or to canals and drainage ditches. The Contractor shall comply with all regulations of all governing agencies. PART 2 — PRODUCTS 2.1 CLEANING A. The pig for cleaning shall be a Bare Swab No. 5B; density, 1 lb./ft.3 by Knapp Polly Pig, Inc. 1209 Hardy Street, Houston, Texas 77020, 1-800-231-7205, or approved equal. PART 3— EXECUTION 271 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 (BEACH R , SI \ G A3OVE 3.1 GENERAL A. As soon as the installation of each run of main is completed, including valves sufficient for control and anchored sufficiently to withstand any test pressure, the run shall be thoroughly flushed and pigged to remove all foreign matter from pipe in accordance with AVWVA C651. The Contractor shall provide hoses, temporary pipes, ditches, and other conduits as needed to dispose of flushing water without damage to adjacent property. Note that in some circumstances it may be necessary to install valves after the line segment has been pigged. In such in instance, permission to use this sequence of operations must be approved in writing by the City B. The Contractor shall clean the inside of the main in intervals during its installation. The Contractor shall utilize pigging to clean the main unless otherwise specified herein or instructed by the City. A Bare Swab No. 5, density 1 Ib./ft.3 by Knapp Polly Pig, Inc. 1209 Hardy Street, Houston, Texas 77020, 1-800-231-7205, or approved equal, shall be utilized for this work. Any damage to the pipe lining caused by pigging shall be repaired or replaced to the satisfaction of the City at the Contractor's sole expense. The Contractor shall furnish all materials and equipment necessary to clean the mains. 3.2 CLEANING A. Unless otherwise approved by the Engineer, ductile iron pipe water mains shall be cleaned at intervals not to exceed 30' lengths of pipe. B. Unless otherwise ordered by the Engineer, cleaning shall be by pigging for lines of 36- inch nominal diameter and below. Lines of larger size are anticipated as being cleaned directly by construction personnel as the installation progresses. For all lines of nominal diameter greater than 24-inches the Contractor shall furnish for approval by the City a written shop drawing and procedure submittal detailing materials and methods to be used in the cleaning operation. This submittal shall be made in timely fashion so as not to delay construction and to permit sufficient time for review. If said submission is not approved, the Contractor shall immediately make such changes as are directed by the City and resubmit. C. Prior to cleaning operations, the Contractor shall in writing, notify the City of the make, model and characteristics of the pig to be used. This description shall be sufficient to fully identify and describe the pig to be used. If the pig has not been previously approved for this use by the City, the submittal shall be a formal shop drawing and be accompanied by a letter from the manufacturer stating that the pig is designed to be used with lined pipe and will not, if properly applied, abrade or damage the lining. D. All cleaning methods used by the Contractor shall be subject to approval by the Engineer, and must be sufficient to remove silt, rocks, or other debris which may have entered the pipeline during its installation. E. As soon as the installation of each run of pipe is completed, and prior to installation of valves on the main in positions which would interfere with or be damaged by the cleaning operation, the line shall be cleaned by use of a pig with characteristics as 272 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAPv1IBEACH RISI \ G ABOVE specified herein. The pig shall be driven through the line by water pressure and no cables, push rods or other mechanisms that might damage the pipe or lining shall be utilized in this operation. F. Thorough pigging will be required, and operations shall be sufficient to remove all deleterious materials left in the pipe by construction and shall meet the Engineer's approval. If required by the City, pigging operations shall be scheduled to allow observation by the City and no extra compensation will be allowed for such scheduling. G. The Contractor shall furnish, install and remove all piping necessary to carry out pigging operations, dispose of water and debris from the operation, and shall exercise care to prevent any damage to the surrounding area and adjoining or adjacent properties. The Contractor shall furnish either a new or in new condition pig for cleaning operations and the City reserves the right to reject the pig and require provision by the Contractor of a new replacement at no extra charge to the City. H. After the main has been cleaned to the satisfaction of the Engineer, any valves which could not be placed prior to pigging operations shall be installed using care to prevent entrance of deleterious materials into the cleaned main or valve body. Thereafter, the main shall be tested as specified below unless otherwise ordered or permitted by the Engineer. I. The dirty water removed from the mains shall be disposed of by pumping out or ahead into the trench, or other approved location, and the Contractor shall exercise care to prevent any damage to the surrounding area and adjacent properties. J. The Contractor is required to install nightcaps, plugs or other devices acceptable to the Engineer at the open ends of the pipe installation at the end the work day. This requirement shall apply to installations both above and below the water table. K. The Contractor is advised that he is solely responsible for any damage caused to the main or its lining by cleaning operations and he shall be required to repair or replace, as required by the City, any damaged pipe or lining. — END OF SECTION — 273 I p a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE SECTION 330110.58 DISINFECTION OF WATER UTILITY PIPING SYSTEMS PART 1 — GENERAL 1.1 SCOPE A. The Contractor shall furnish all labor, material, and equipment required to disinfect sections of water main and fittings as applicable to this project, as specified herein. 1.2 QUALITY ASSURANCE A. Disinfection shall be performed in strict accordance with these specifications and with AWWA Standard C651, "Disinfection of Water Mains", latest edition, except as otherwise modified herein. PART 2 — PRODUCTS 2.1 PRODUCTS A. Liquid Chlorine, available from local sources. B. Calcium hypochlorite, HTH, Perchloron, or approved equal. PART 3— EXECUTION 3.1 GENERAL A. The Contractor shall clean, flush and disinfect every piece of pipe, fitting and valve in accordance with these specifications and to the satisfaction of the City. B. Liquid chlorine is available locally and shall be purchased by the Contractor. 3.2 DISINFECTION A. Before disinfecting, flush and pig all foreign matter from pipe in accordance with Section 330110.54, "Cleaning of Water Utility Piping Systems". B. Advance notice is to be provided to the City of Miami Beach Public Works Department and the Miami-Dade County Department of Health. Bacteriological sampling points shall be provided at the location shown on the Plans or as directed by the Department of Health, and paid by the Contractor. C. All pipelines shall be disinfected after they have been pressure tested and while still full of water, as specified in AWWA C651 and Miami-Dade County Department of Health procedures. D. A suitable chlorinator shall be used to inject chlorine into the lines. All connections required for the introduction of chlorine into the water lines shall be made by the 274 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IAMIBEACH RISI \ G A3OVE Contractor. Chlorine and water shall be introduced at one end and shall be allowed to flow slowly through the lines to the other end where it shall be removed and disposed of at the Contractor's expense. Several points of introduction and removal of chlorine solution may have to be employed to get an even distribution through the entire section being disinfected. E. The quantity of chlorine introduced shall be such as to ensure a concentration of at least 50 parts per million (ppm) in the water flowing from the line. F. The chlorine solution shall be allowed to stand in the line for at least 24 hours or longer, if required, to destroy all harmful bacteria. At the end of the required time, the concentration of chlorine in all parts of the section shall be at least 25 ppm. G. All valves and appurtenances in the section shall be operated at least once during the above period. After the required period, the treated water shall be thoroughly flushed from the section and the system filled with potable water. All valves are to be operated only by the City. H. The Contractor shall be responsible for coordination with Miami-Dade County Department of Health, who shall collect and test samples from main. The Contractor shall provide assistance to the Department of Health for the collection of samples. The samples shall be taken from each main or section of main to be placed in service where designated by the Department of Health. The samples must be approved by the Department of Health before the main is placed in service. I. The Contractor shall be responsible for circulating and maintaining flowing water through the pipeline from the time that the samples are collected until the water main is placed in service. If the Contractor does not maintain flowing water, sampling shall be repeated at no additional cost to the City. J. The Contractor shall be responsible for any rechlorination, retesting,and fees that may be required until the Department of Health's approval is obtained. The Contractor shall be responsible for the disposal of all water flushed from the system and shall safeguard all adjoining properties from damage from flooding. The Contractor shall exercise due care in the protection of private property from water damage due to his operations. In addition, the Contractor shall assume complete liability for any damage which was directly or in-directly caused by his operations. K. All of the connections shall be disinfected by the Contractor. L. The inside of each pipe and fitting laid by the Contractor in connecting to existing mains which are isolated from the main by valves shall be swabbed with calcium hypochlorite, HTH, Perchloron, or approved equal, mixed in solution with water. The quantity of hypochlorite shall in all cases be subject to the approval of the City of Miami Beach Public Works Department, Operations Division, whose representative shall be present at all times while this phase of the work is in progress. M. Wherever practicable, water from the existing mains flowing through the disinfected 275 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISI \ G ABOVE connections shall be used in disinfecting the main line in order that the hypochlorite may be removed to the greatest extent possible. In other cases, the water from the disinfected connections shall be removed by allowing it to flow into the main line as it is being drained. N. No pipe shall be placed in service until it has been disinfected as approved by the City of Miami Beach Public Works Department Engineering Division and certified by the Department of Health including certified as-built drawings accepted by the City. — END OF SECTION — 276 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE SECTION 330112 INSPECTION AND TESTING OF WATER UTILITIES PART 1 — GENERAL 1.1 SCOPE A. The Contractor shall furnish all material, labor and equipment necessary to test the water utility pipe, fittings and valves. B. The Contractor shall test the water utility pipe, fittings and valves in accordance with these Specifications and to the satisfaction of the City. C. Pipelines for mains shall be pressure tested in accordance with AWWA Standard C- 600, latest revision and the provisions of the City of Miami Beach Public Works Manual. The minimum pressure for testing shall be two (2) hours at 100 psi. 1.2 RELATED SECTIONS A. Related standards specified elsewhere in the Specifications include but are not limited to the following sections. Section 330110.53, "Flushing of Water Utility Piping Systems" Section 330110.54, "Cleaning of Water Utility Piping Systems" Section 330110.58, "Disinfection of Water Utility Piping Systems" 1.3 QUALITY ASSURANCE A. Testing shall be in accordance with ANSI/AWWA Standard C-600, latest edition, as modified herein. B. Testing shall be performed in strict accordance with these specifications. C. The Contractor is cautioned that the City or other governing body having jurisdiction over the work location may have regulatory rules and ordinances prohibiting or limiting the discharge of water from any excavation into sanitary and storm sewer systems, or to canals and drainage ditches. The Contractor shall comply with all regulations of all governing agencies. PART 2— PRODUCTS NOT USED PART 3— EXECUTION 3.1 GENERAL 277 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AIAMIBEACH RISI \ G A3OVE A. Mains shall be tested as a whole or in sections between line valves, unless otherwise specified or approved by the City. Unless otherwise approved by the City, the total length of pipe for any single test shall not exceed 2,000 feet. B. Mains shall be tested as a whole or in sections between line valves, unless otherwise specified or approved by the City. Unless otherwise approved by the City, the total length of pipe for any single test shall not exceed 2,000 feet.Where a segment is being tested which includes more than one line valve to line valve section the maximum allowable leakage, defined below, shall be based on the length of the small segment being tested. 3.2 TESTING OF MAINS A. Testing of ductile iron pipe for watermains shall be in accordance with ANSI/AWWA C600, "Installation of Ductile-Iron Mains and Their Appurtenances" Section 5.2 Hydrostatic Testing, latest edition, as modified herein. B. Coordinate testing operations with the Engineer and City, who shall be notified at least 72 hours in advance of any activity. C. All fire hydrants, corporation stops, air release valves, flushing valves, and meter valves in the section being tested shall be opened and left open until water comes out of them, in order to remove as much air as possible from the line. D. The Contractor shall furnish and install all necessary pumps, piping and fittings, including the corporation stops, to connect the section under test to the source of water. The test pump shall be centrifugal or gear pump producing a steady pressure free of pulsation. The test pressure shall be maintained throughout the duration of the test. Unless otherwise permitted by the Engineer, no static testing will be allowed. E. During the hydrostatic test, the Contractor shall use a calibrated meter or other device to accurately measure the quantity of water necessary to maintain the test pressure on the gauge. F. Water shall be pumped into the line through the meter up to the required pressure, and pumping shall be continued to maintain that pressure for a period of two(2) hours, or such longer period as the Inspector requires to inspect the line for leaks. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof, to maintain the specified leakage test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. G. Since the allowable leakage is defined in gallons per hour, testing shall be conducted in, at a minimum, two (2) independent one (1) hour test periods. H. Testing shall continue for additional one (1) hour periods if the leakage increases during a previous to a subsequent test period, even if the leakage is within the allowable amount, until the leakage stabilizes or decreases. 278 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ' ',!BEACH RISING A3OVE I. The complete water system shall be pressure tested and disinfected. The pressure test shall be for two (2) hours at 100 psi minimum test pressure in accordance with AWWA C600 latest revision. No more than five (5) psi drop over the duration of the test. Final approval will be based on leakage test results. The maximum allowable leakage shall be determined by following AWWA formula: L SXDx \P 148,000 Where: D = Pipe diameter in inches S = Length of lines in lineal feet P = Average test pressure in psi L = Allowable leakage for system in gallons per hour No pipe installation will be accepted if the leakage is greater than that determined by the above requirements. The pressure test shall be witnessed by a representative of the City of Miami Beach Public Works Department and the Engineer of Record or his/her representative. J. The Contractor shall locate and repair all leaks until the leakage is reduced to the limits specified. The Contractor may use the leak detector belonging to the City but shall reimburse the City for the actual cost of the operation of the instrument by City personnel. Any observed leaks or any obviously defective joints or pipes shall be repaired or replaced as directed by the Engineer, even though the total leakage is below that specified above. K. The tests and repairs shall be continued or repeated until the Engineer is assured that the leakage from the section of line under test is less than the amount specified. L. Testing of Connections: 1. Cut-in connections shall be pressure tested whenever possible. Cut-in connections that cannot be pressure tested shall be done under the supervision of City forces with a visual system pressure test to verify no leakage is present. Any system pressure test shall be pre-approved by the Engineer. — END OF SECTION — 279 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \AIAMIBEACH RISI \ G A3OVE SECTION 330505 BURIED PIPE INSTALLATION PART 1 — GENERAL 1.1 SCOPE A. The Contractor shall furnish all labor, material, and equipment required to construct buried pipe installations, as specified herein. 1.2 RELATED WORK A. Related standards specified elsewhere in the Specifications include but are not limited to the following sections. Section 330519, "Ductile-Iron Pipe" Section 330531, "Polyvinyl Chloride (PVC) Pipe" Section 330531, "High-Density Polyethene (HDPE)" Section 331400, "Water Utility Transmission and Distribution" Section 333100, "Sanitary Sewerage Piping" PART 2— PRODUCTS 2.1 DUCTILE IRON PIPE AND FITTINGS A. See Section 330519, "Ductile-Iron Pipe" 2.2 POLYVINYL CHLORIDE (PVC) PIPE A. See Section 330531, "Polyvinyl Chloride (PVC) Pipe" 2.3 HIGH-DENSITY POLYETHYLENE (HDPE) PIPE A. See Section 330531, "High-Density Polyethene (HDPE)" 2.4 ACCESSORIES A. Detector Tape : Tape shall be placed 18 inches below grade above all water mains and services or as recommended by manufacturer. Non-metallic tape shall be used above ductile iron pipe. B. All pipes shall have 3-inch wide blue detector tape for water main. The words "CAUTION WATER LINE BURIED BELOW" on the upper side of the pipe shall be printed at 30-inch intervals along the tape. 280 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISING A3OVE C. All pipes shall have 3-inch wide metal green detector tape for sewer mains. The words "CAUTION SEWER LINE BURIED BELOW" on the upper side of the pipe shall be printed at 30-inch intervals along the tape. PART 3 — EXECUTION 3.1 GENERAL INSTALLATION OF PIPES A. Proper and suitable tools and appliances for the safe convenient handling and laying of pipe shall be used and, in general, conform with manufacturer's recommendations. At the time of laying, the pipe shall be examined carefully for defects, and should any pipe be discovered to be defective after being laid, it shall be removed and replaced with sound pipe by the Contractor at his expense. B. Pipe and fittings shall, at all times, be handled with great care to avoid damage. In loading and unloading, they shall be lifted with cranes or hoists or slid or rolled on skidways in such manner as to avoid shock. Under no circumstances shall this material be dropped or allowed to roll or slide against obstructions. Pipe an other material shall be distributed along the right-of-way in advance of installation only to the extent approved by the City. Such materials shall be so placed as to keep obstruction to traffic minimum. C. The centerline of the pipe shall not vary by more than two inches from the location shown on the Plans and the top of the pipe shall not vary by more than two inches from the established grade, except at points where this tolerance must be changed to clear obstructions or make connections. Deviation from this location will be permitted only upon approval from the City. D. All ductile iron pipes shall be installed true and straight in accordance with AWWA C600. Allowable pipe deflection shall not exceed 50% of the maximum deflection, as recommended by the pipe manufacturer E. All PVC C900 pipes shall be installed in accordance with AWWA M23. Deflection at the joint shall not exceed 1.5 degrees or 50% of the maximum deflection, as recommended by the manufacturer. No deflection of the joint shall be allowed for joints which are overbelled or not belled to the stop mark F. Lines shall be laid straight and depth of cover shall be maintained as shown on the Plans. Grades or pipe centerline elevations are shown on the Plans. The Contractor will be permitted to use surveying instruments to maintain alignment and grade. At least one elevation shot shall be taken every one hundred feet (100') or portion thereof and deviation along the pipeline. G. Pipe shall be laid with minimum vertical cover of 48 inches. 281 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,AIAMIBEACH RISI \ G A3OVE H. Vertical cover 36 inches to 48 inches below finish grade may be approved in writing on a case-by-case basis by the City of Miami Beach Public Works Department. I. For vertical cover less than 30 inches below finish grade, use concrete slab as per Standard Detail 14-7; use of this Standard Detail requires written approval from the City of Miami Beach Public Works Department. J. Pipe shall be installed in accordance with the manufacturer's recommendation. Before being lowered into the trench, the pipes and accessories shall be carefully examined and the interior of the pipes shall be thoroughly cleaned of all foreign matter and other deleterious. During suspension of work, for any reason, at any time, a suitable stopper shall be placed in the end of the pipe last laid to prevent mud, dirt, groundwater or other foreign material from entering the pipe. Any pipe which is disturbed or found defective shall be immediately removed and replaced with sound pipe. K. Pipe and accessories shall be carefully lowered into the trench by means of derrick, ropes, belt slings, or other authorized equipment. Under no circumstances shall any of the materials be dropped or dumped into the trench. L. Upon satisfactory completion of the pipe bedding, a continuous trough for the pipe barrel and recesses for the pipe bells, or couplings, shall be excavated by hand digging. When the pipe is laid in the prepared trench, true to line and grade, the pipe barrel shall receive continuous, uniform support with no pressure being exerted on the pipe joints from the trench bottom. M. The full length of each section of pipe shall rest solidly upon the completed pipe bed, with recesses excavated and shaped to accommodate bells, couplings, and joints. Pipe that has the grade or joint disturbed after laying shall be taken up and re-laid. N. Bedding and initial backfill shall be in accordance with Section 312333, `Trenching and Backfill," and Standard Detail 14-5 for DI pipe and 14-6 for PVC C900 pipe. O. Gaskets shall be properly stored, and care shall be exercised to keep them away from heat, light, oil, gasoline or other petroleum products. Gaskets shall be kept clean at all times and not handled with greasy or dirty hands. Gaskets shall be installed just prior to installation of pipe. P. Gaskets shall be thoroughly checked for breaks, cuts or other damage, and shall be free of oil, grease, dirt or other foreign matter. Pipe joints shall be assembled with care. Lubricant, if required shall be as recommended by the manufacturer of the pipe, and shall have no deteriorating effects on the gasket and pipe materials. If assembly is under water, lubricant recommended by the manufacturer for underwater use is required. Q. All bolts, nuts, gaskets and other joint materials for use in the pipeline shall be properly protected. 282 ! Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAti1IBEACH RISI \ G A3OVE R. Cutting the pipe in the field shall be done by the Contractor in a neat and workmanlike manner using manual or power saws. The pipe shall be marked around its entire circumference before cutting to assure a square cut. After cutting, the end shall be beveled with a beveling tool, rasp, or other approved equipment, to the proper taper. Mark the proper insertion depth on the cut and beveled end before installing the cut pipe into the pipeline. Pipe laying shall proceed up-grade from the lowest point of the proposed system, with spigot ends pointing in the direction of flow. S. Unless otherwise approved by the Engineer, the pipeline shall be cleaned by pigging at intervals not to exceed 30' lengths of pipe. Cleaning methods shall meet the Engineer's approval, and must be sufficient to remove silt, rocks, or other debris which may have entered the pipeline during its installation. T. All ductile iron pipes shall be installed true and straight in accordance with AWWA C600. Allowable pipe deflection shall not exceed 50% of the maximum deflection, as recommended by the pipe manufacturer. U. Polyethylene encasement of valves and ductile iron riser pipes, if required by the City, shall be installed in accordance with ANSI/AWWA C105/A21.5, "Polyethylene Encasement for Ductile-Iron Piping for Water and Other Liquids" Method A, B or C. 3.2 EXCAVATION A. See Section 312316, "Excavation" B. Excavation for appurtenances shall be sufficient to provide a clearance between their outer surfaces and the face of the excavation or sheeting, if used, of not less than 12 inches — END OF SECTION — 283 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 kir\IV`IBEACH RISI \ G A3OVE SECTION 330519 DUCTILE-IRON PIPE PART 1 — GENERAL 1.1 SCOPE A. This section describes materials, testing, and installation of ductile-iron pipe and fittings for water. The work included in this section consists of furnishing all material, equipment, craft labor and performing all operations necessary for the supply, installation, and commissioning of all piping, fittings and accessories within the limits of work, as shown on the drawings and specified herein. B. Where references are made to other standards or codes, unless specific date references are indicated the latest edition of said standard or code shall govern. C. These Specifications shall govern the material requirements of the City for furnishing ductile-iron pipes and fittings. 1.2 WORK NOT INCLUDED UNDER THIS SECTION: A. Piping installation for various types of piping systems is specified other sections herein that constitute the Design Standards and Construction Details. Installations specified in this section are supplementary to those sections and in the case of conflict the more stringent condition shall prevail 1.3 DELIVERY, STORAGE, AND HANDLING A. During shipping, delivery and installation of pipe and accessories, handle in a manner that is incompliance with the manufacturer's recommendations and employ procedures that ensure delivery of an undamaged operable product. B. Exercise particular care not to damage coatings by limiting exposure or physical contact with other materials, objects, or the environment. 1.4 INSPECTION A. The Owner's Representative will inspect materials, production, and testing of pipes, fittings, and special pieces at manufacturer's plant. 1.5 QUALITY ASSURANCE A. All pipe, fittings and other materials supplied under this contract shall be subject to inspection while still on the delivery truck. It is the sole responsibility of the vendor and supplier to make prior contact with the Storekeeper or the Construction Management section and provide a minimum of 48-hours prior notice of delivery. When so notified, the City will make arrangements for inspection of the material upon arrival or within a reasonable time thereafter. Material shall not be unloaded without inspections taking 284 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \iBEACH RISI \ G ABOVE place either prior to or, if necessary for examination, during the unloading procedure. The City will not be responsible for any delays or additional costs created by noncompliance with the requirement for prior notification or the requirement for thorough inspection. B. Materials shall be delivered in complete compliance with the AWWA Standards as modified herein,without damage,and shall match or exceed the quality of any samples supplied. The City absolutely reserves the right to require samples of any material supplied and to perform whatever tests considered by the Engineer, whose decision shall be final, to be in the City's best interest on said samples. Where such tests are of a destructive nature, the sample, if it passes the test will be paid for (at cost as shown by invoice) by the City. Samples failing will be immediately replaced with suitable material at the supplier's/Contractor's expense. Samples required prior to order as a condition for purchase or as a materials submittal for approval will be at the supplier's/Contractor's expense but, if approved and not used for destructive tests, may be used in the work with permission from the Engineer. C. Materials found to be defective, not in strict compliance with the quality standards of samples supplied or these specifications shall be immediately returned to the vendor at his expense. If defects are discovered at a later time, the vendor shall be required to remove said items and shall bare all costs for so doing together with any replacement costs. Rejection of items may subject the vendor to liquidated and/or actual damages as specified elsewhere herein. D. Foundries supplying materials shall maintain their metallurgical records for a minimum period of two (2)years after fabrication and firms not doing so may be found in default. E. Foundries which provide cause for rejection include but are not limited to; incorrect metallurgy or metallurgy which cannot be verified to the complete satisfaction of the Engineer; foundry identification/location, size, pressure and material identification information lost, removed, non-existent, or not visible when assembled; not in complete compliance with all applicable ANSI/AWWA Standards as modified herein and/or these specifications; not in compliance with NSF/ANSI; not in compliance with approved shop drawings; out of roundness in excess of ANSI/AWWA requirements; dimensional differences in excess of ANSI/AWWA requirements; rough exterior coating; chipped, cracked, scratched or otherwise damaged interior or exterior coatings or linings; interior or exterior coatings which are too thin; coatings too thick to allow proper assembly; coatings too thick to allow proper grip by restraining gaskets or other restraining elements; pin holes or honey combing of pipe; weld spatter or excess metal in gasket grooves or the whole of the bell area; bell areas which are distorted or otherwise improperly cast; spigots which are out of round, not of proper dimension, or not beveled to an extent that will allow easy assembly of the pipe joint; gaskets which are defective or of the wrong material; lack of joint materials; improper or defective joint materials; bolting of the wrong material or size; electro galvanizing or other exterior plating when hot-dip galvanizing is required; incorrect, flawed or damaged interior coating or lining; lack or non-submittal of all required certifications; non-timely submission of certifications; incorrect/incomplete certifications or certifications lacking the signature, date and seal of a professional engineer when so 285 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 7MIBEACH RISI \ G A3OVE required; flanges which are too thin, not a right angles to the pipe centerline, or otherwise distorted; together with all other flaws or defects which in the opinion of the Engineer, whose decision shall be final, adversely affect the assembly and/or function of the piping system as intended. PART 2 — PRODUCTS 2.1 GENERAL A. All pipe and fittings to be furnished hereunder shall conform to the referenced ANSI and/or AWWA Standard as modified herein, as appearing in the following sections B. All markings required on pipe and fittings, shall be permanent and clearly legible and located such that they will not be hidden or destroyed when assembled into the intended system. Plainly mark each length of straight pipe and each fitting at the bell end to identify the design pressure class, the wall thickness, and the date of manufacture, and the proper location of the pipe item by reference to the layout schedule. Mark the spigot end of restrained joint pipe to show clearly the required depth of insertion into the bell. 2.2 DUCTILE IRON (DI) PIPE A. All ductile iron pipe shall be cast conforming to the latest edition of ANSI/AWWA C151/A21.51 "Ductile-Iron Pipe, Centrifugally Cast for Water." Each piece of pipe shall be cast with the year of manufacture, the class or pressure rating and the letters "D.l." All markings required on pipe and fittings, shall be clearly legible and located such that they will not be hidden or destroyed when assembled into the intended system. B. The pipe thickness and outside diameter of pipe for sanitary sewer and pipe for water usage shall conform to Tables 1 and 2 (for push-on and mechanical joint pipe, respectively) of ANSI/AWWA Standard C151/A21.51 for the following sizes (The pressure class specified is the minimum permitted): Size Pressure Class 4-in through 12-in 350 14-in through 20-in 250 24-in 200 30-in through 48-in 150 286 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACI-i NISI \ G ABOVE C. The Engineer reserves the right to require the use of "thickness" class pipe in water applications where in the opinion of the Engineer of Record, such use is in the best interest of the City of Miami Beach, as approved by the Engineer. Flanged (FLG) pipe shall not be less than Class 53 as identified in Table 50.15 of AVVWA C150-91. NOMINAL PIPE DIAMETER TYPE OF PIPE MATERIAL (INCHES) CLASS JOINT DI 4 thru 12 52 MJ or PO DI 14 thru 54 51 MJ or PO DI ,il 53 FLG D. For mechanically restrained joint pipe, the thickness of the pipe barrel remaining after grooves are cut, if required in the design of mechanically restrained end joints, shall not be less than the nominal wall thickness of equal sized non-mechanically restrained joint pipe as shown above. E. Each piece of pipe shall be marked as required in Subsection 4.6 of AVVWA C151. Letters and numerals on pipe sizes 12-in and smaller shall be not less than 3/8-in. F. At least two lengths of each size of single gasket push-on pipe furnished shall be tested with circumferential gauges to ensure that the pipe may be cut at any point along its length and have an outside diameter which will be within the manufacturer's standard design dimensions and tolerances for plain pipe. These lengths shall be identified with an easily distinguished painted marking, longitudinally, on the outside of the pipe along its full length. G. All pipe used as the carrier main within a casing pipe, and at least one joint outside of the casing at each end, shall have mechanically restrained joints regardless of size if the outside bottom of the carrier pipe is at or below the normal ground water elevation at the particular installation location. H. The single gasket push-on pipe shall be shipped in standard 18-ft or 20-ft lengths, but not both. Full length of mechanically restrained single-gasket push-on joint pipe shall be shipped in standard 18-ft or 20-ft lengths but again not in both. Short lengths of mechanically restrained pipe shall be shipped in lengths as noted in each order. 2.3 FITTINGS A. Fittings shall be manufactured in accordance with AVVWA C110 for nominal pipe sizes 3 inches to 64 inches, and shall be either flanged or mechanical joint. Any other fittings, 287 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 t r.;�',iBEACH RISI \ G A3OVE not included in AWWA C110 shall conform in design and performance to the requirements of this Section. B. All ductile iron fittings shall be restrained joint type and shall conform to ANSI/AWWA C153/A21.53 and shall be as per the City's Standards. C. All fittings shall be cast ductile-iron for use with ductile-iron pipe as specified above. Fittings in the 3-in through 24-in size range shall be pressure rated at 350 psi, minimum (except for those fittings such as plugs, caps, and sleeves which are normally rated at a higher pressure). No flanged fittings or mixtures of flanged with other end type fittings will be allowed in the range 3-in through 24-in since they are not covered in the AWWA Standard. All fittings with mechanical joints, flange joints and push-on joints shall conform to ANSI/AWWA Standard C153/A21.53-00, "Ductile-Iron Compact Fittings, 3- in through 24-in and 54-in through 64-in for Water Service". In addition, fittings with mechanical joints and push-on joints shall conform to ANSI/AWWA Standard C111/A21.11-00, "Rubber-Gasket Joints for Ductile-Iron Pressure Pipe and Fittings" as otherwise allowed in C153. Mechanical joint glands shall be ductile iron only D. Since the C153 Standard provides only minimum dimensions, fully detailed drawings of all fittings proposed shall be supplied by the manufacturer with his bid.The tabulated nominal weight of each size and type of fitting shall also be supplied by the manufacturer for all items proposed. This weight shall be that of the bare casting prior to application of any lining or coating. The weight of a fitting supplied under the Contract Documents shall not be less than ninety-five (95) percent of the tabulated nominal weight supplied by the manufacturer's catalog literature for that fitting. Further, the weight of fitting supplied shall not be more than five percent above the tabulated nominal weight supplied by the manufacturer. E. Ductile iron pipe above grade shall be flanged. All pipe below grade shall have restrained joints. Minimum length of pipe to be restrained shall be in accordance with DIPRA Thrust Restraint Design for Ductile Iron Pipe, latest edition. F. No raised face flanges shall be used. The raised faces shall be milled flat. G. Flanges for flanged pipe shall be in accordance with AWWA C115, shall be ductile iron, shall be manufactured in the United States, shall be rated at 250 psi maximum working pressure, and shall be similar to flange Class 125 per ANSI B16.1. Where shown on the Drawings, pipe and fittings shall be furnished with flanges similar to flange Class 250 per ANSI B16.1. Fittings shall be provided with flanges having a bolt circle and bolt pattern the same as the adjacent pipe and/or mechanical devices. H. Fittings shall have a pressure rating of 350 psi for 4-inch to 24-inch fittings and 250 psi minimum working pressure for 30-inch to 64-inch fittings. PART 3— EXECUTION 288 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 v t-,v',iBEACH RISING A3OVE 3.1 CLEANING AND TESTING A. The of the piping installed under this project shall be tested as directed by the City and in accordance to Section 330110.54, "Cleaning of Water Utility Piping Systems" 3.2 QUALITY CONTROL A. Test Ductile Iron Pipe mains in accordance with ANSI/AWWA C600 latest edition once all backfill is in place and fully compacted, and after all thrust blocks have cured to their design strength. Do not test against closed valves. All pumps, piping and gauges shall be furnished, installed and operated by the Contractor and all such equipment and devices and their installation shall be approved by the Engineer. Pump shall be of a non-pulsating type suitable for this application and gauge accuracy certification may be required at the Engineer of Record's discretion. All pressure and leakage testing shall be done in the presence of a representative from the Operations Department of the City as a condition precedent to the approval and acceptance of the system. — END OF SECTION — 289 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IAMIBEACH RISI \ G A3OVE SECTION 330531 POLYVINYL CHLORIDE (PVC) PIPE PART 1 — GENERAL 1.1 GENERAL A. These Specifications shall govern the material requirements of the City for furnishing polyvinyl chloride (PVC) pipes and fittings. 1.2 RELATED WORK Section 331400, "Water Utility Transmission and Distribution" Section 333100, "Sanitary Sewerage" PART 2—PRODUCTS 2.1 POLYVINYL CHLORIDE (PVC) SDR-35 PIPE A. Type Plastic Sewer Main (PSM) SDR-35 pipe shall be push-on type, with bells, spigots, and elastomeric gaskets, in accordance with ASTM D3034 and ASTM D3212. B. Joints using solvent cement will not be permitted. C. SDR-35 PVC sewer pipe shall be impregnated with green pigment and be double labeled (180 degrees apart) as follows at intervals of five (5) feet or less: Date of manufacture- Manufacturer's name& Code- Nominal size-Cell classification - "Type PSM SDR-35 PVC Sewer Pipe" - "Specification D 3034". D. Nominal laid length of SDR-35 PVC sewer pipe shall be 13 feet. 2.2 POLYVINYL CHLORIDE (PVC) C900 PIPE A. PVC C900 pressure pipe 4 inches through 16 inches shall be blue in color and conform to AWWA C900 dimension ratio (DR) 18, rubber-ring gasket bell end or plain end with elastomeric gasket coupling, ductile iron pipe size(DIPS)dimensional sizing, and shall be made from a 12454B compound which is a Type 1, Grade 1 plastic as defined by ASTM D1784. Rerun or reclaimed materials will not be acceptable. B. The pipe shall be of the diameter and pressure class specified or shown, shall be furnished complete with rubber gaskets, and all specials and fittings shall be provided as required in the Contract Documents. The dimensions and pressure classes for DRs for large PVC C900 pressure pipe with cast-iron pipe equivalent outside diameters shall conform to the requirements of AWWA. C. Unless otherwise provided in alternate qualification procedures of PPI-TR3, compounds which have a Hydrostatic Design Basis (HDB)of 4,000 pounds per square 290 I P TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ;V\IAMIBEACH RISI \ G A3OVE inch (psi) at 73.4 degrees Fahrenheit for water shall not contain additives and fillers that exceed the recommended values in Table 1, Part Y of PPI-TR3 (e.g., allowable content range for calcium carbonate is 0.0-5.0 parts per hundred of resin). If requested by the City or designee, the additive and filter content shall be determined using the prolysis method as specified in ASTM D2584. D. PVC C900 pipe shall be double labeled (180 degrees apart) with the following at intervals of not more than five (5) feet: Date of manufacture - Manufacturer's Name & Record Code -Nominal size -"(CI)"-"PVC"—"Dimension Ratio(for example"DR25")" E. "AWWA pressure class (for example "PC100") - "AWWA designation number (ANSI/AWWA C900-97)". F. Nominal laid length of C900 pipe shall be 20 feet. G. All PVC C900 pipe shall be furnished and installed with tracer wire. Special care in handling shall be exercised during delivery, distribution, and storage of tracer wire to avoid damage and unnecessary stresses. Damaged tracer wire will be rejected and shall be replaced at the Contractor's expense. The tracer wire shall have water- blocking characteristics, be corrosive resistant, and have UV protection. The tracer wire shall be copper or copper clad steel with polyethylene insulation and core material of woven polyester and water blocking polyester yarns. The wire shall have an outer jacket of high-density polyethylene. The wire shall be HDD-CCS PE45 as manufactured by Pro Trace; or Soloshot EHS by Copperhead Industries, or approved equal. PART 3 — EXECUTION NOT USED — END OF SECTION — 291 I Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID-F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 '•I ,rv,w^JBEACri RISI \ G A3OVE SECTION 330533 HIGH-DENSITY POLYETHTLENE (HDPE) PART 1 — GENERAL 1.1 GENERAL A. These Specifications shall govern the material requirements of the City for furnishing high density polyethylene (HDPE) pipes. 1.2 RELATED WORK Section 331400, "Water Utility Transmission and Distribution" Section 333100, "Sanitary Sewerage" 1.3 QUALIFICATIONS A. Manufacturer: specializing in manufacturing the products specified in this section with documented experience of minimum 5 years of pipe installations that have been in successful, continuous service for same type of service as proposed Work. B. All HDPE fusion equipment operators shall be qualified to perform pipe joining and must be certified by the equipment manufacturer. Fusion equipment operators shall have current,formal training on all fusion equipment employed on the project. Training received more than two years prior to operation with no evidence of activity within the past 6 months shall not be considered current. C. When the fusion machine operator is employed by the HDPE pipe and fusion machine supplier, the supplier shall maintain an ISO 9001 Certified Quality Management System D. An operator's qualification will be considered expired when one of the following conditions has been met: 1. When the fusion machine operator has not completed a fusion joint using a qualified procedure for a time period of 6 months or more, their qualification has expired. 2. When there is specific reason to question the ability of the fusion machine operator to make fused joint meeting the requirements of the specification, the qualification of the fusion machine operator shall be revoked. 3. When the fusion machine operator has passed 2 years since last qualification date, their qualification has expired. PART 2 — PRODUCTS 2.1 HIGH-DENSITY POLYETHYLENE (HDPE) PIPE 292 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 A:\AI BEACH RISI \ G A3OVF A. HDPE for water distribution pipe shall be high molecular weight. The resin material shall have a standard PE code designation of PE 4710. The pipe shall contain no recycled compound except that generated in the manufacturer's own plant from resin of the same specification from the same raw material pipe.The pipe shall be homogeneous throughout and free of visible cracks, bubbles, holes, foreign inclusions or other injurious defects. It shall be uniform in color, capacity, density, and other physical properties. B. The pipe shall conform to either Iron Pipe Size (IPS) or DIPS standard dimensions. A standard dimension ratio (SDR) of 11 shall be used whenever available. Approval from the City of Miami Beach Public Works Department is required for any pipe with a proposed SDR greater than 11 (i.e., wall thickness is reduced). C. All HDPE pipe shall be color coded for the intended service. The color coding shall be permanently coextruded on the pipe outside surface as part of the pipe's manufacturing process. Painting HDPE pipe to accomplish color coding is not permitted. Color coding shall be as follows: 1. Water- blue D. HDPE pipe shall be marked either continuously or on intervals not to exceed five (5) feet by indirect printing with the following information: 1. Name and/or trademark of the manufacturer. 2. Nominal pipe size. 3. Dimension ratio. 4. The letters PE followed by the polyethylene grade per ASTM D1248, followed by the Hydrostatic Design basis in 100's of pounds per square inch (psi). 5. Manufacturing Standard Reference. 6. Production Code from which time and date of manufacture can be determined. E. All HDPE pipe installed via open cut installation shall have a #12 copper wire laid along with the pipe and attached to a terminal with a cast iron lid that maintains continuity of signal and allows for magnetic location of the pipe in the future. 2.2 FITTINGS A. HDPE fittings shall be manufactured to the requirements of ASTM D3261 and fabricated fittings shall be manufactured from pipe of at least one SDR heavier pipe than the system piping and shall be pressure rated to match the system piping. The butt fusion outlets of 293 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ^AIAMIBEACH RISI \ G A3OVE fabricated fittings shall be machined to the same SDR as the system piping to which they are to be fused. 2.3 HDPE FUSION EQUIPMENT A. Fusion Equipment must be maintained by a service center authorized by the manufacturer. When requested, an inspection report detailing the components inspected prior to arrival at jobsite will be provided. B. No equipment older than 5 years should be on site without engineer approval and operating inspection as well as being a 4- jaw machine capable of fusing 63" or larger pipe. C. Data Logger must be within current calibration and have accompanying records with it. D. If the Contractor owns butt fusion equipment, the equipment must be serviced prior to use for this project. The machine must be environmentally friendly and in satisfactory working order. The hydraulic system must be leak free. The pressure gage must be checked for accuracy and the thermometer checked. For projects with pipe quantities of 5000 LF or longer, the fusion equipment should be serviced by a service center authorized by the manufacturer. 2.4 FUSION DATA RECORDER A. A data recorder shall be used to record all fusion welds. The device shall record the following variables of each fused joint: 1. Heater surface temperature immediately before inserting the heater plate. Alternatively, the heater plate may be measured with a pyrometer and entered into the weld record. 2. Gauge pressure during the initial heat cycle 3. Gauge pressure and elapsed time during the heat-soak cycle 4. Heater removal (dwell) time 5. Gauge pressure and elapsed time during the fusing/cool cycle 6. Drag pressure 7. Pipe diameter and wall thickness 8. Type of HDPE material (Specification and Classification) and manufacturer Fusion Machine Identification 294 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 vi,A V\I dtACH RISI \ G A3OVE B. The device shall record the operator. a unique operator ID number, the date and time of each weld. C. Records showing the device is up to date on all required calibration should be available for presentation when requested. D. All fusion welds should be traceable to the report with a permanent paint marker/pen next to fusion weld PART 3 — EXECUTION 3.1 HDPE FUSION A. A fusion procedure that follows the guidelines of ASTM F2620 Standard Practice for Heat Fusion Joining of Polyethylene Pipe and Fittings must be documented on company letterhead. B. A record or certificate of training for the fusion operator must be provided that documents training to the fundamentals of ASTM F2620 C. HDPE pipes and fittings shall be joined one to another by thermal butt fusion, saddle fusion, or socket fusion in accordance with procedures recommended by the pipe manufacturer and as outlined in ASTM D2657. The manufacturer shall provide fusion training services to the Contractor upon request. D. Butt fusion joining of unlike SDRs shall not be permitted. Transition from one SDR to another shall be accomplished by the use of mechanical couplings or a transition nipple, which is a short length of the heavier SDR pipe with one end machined to the lighter SDR. 3.2 FUSION DATA RECORD REVIEW A. The fusion date record for each fused joint shall be compared to the approved fusion procedure. The reviewer shall verify the following: 1. That all data required by 2.4A of this Section was recorded 2. Interfacial pressure was within the acceptable range 3. Heater surface temperature was within the acceptable range 4. Butt fusion pressure applied during the fusing/cool cycle was correctly calculated to include drag pressure, fell within the acceptable range for the applicable size and agrees with the recorded hydraulic fusing pressure. 295 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IBEACH RISI \ G A3OVE 5. Butt fusing pressure was reduced to a value less than or equal to drag pressure at the beginning of the heat soak cycle. 6. Fusing machine was opened at the end of the heat soak cycle, the heater was removed, and the end was brought together at the fusion pressure with the acceptable time range. 7. Cooling time at butt fusing pressure met the minimum time specified a. If the recorded data in section A is outside the limits of the acceptable range, the joint is unacceptable. b. Frequency. Records for test fusion joints should be reviewed immediately after the joint is completed. Fusion joints for jobsite fusions should be reviewed daily or before being covered with backfill. 3.3 QUALITY CONTROL A. VISUAL EXAMINATION 1. For pipe sections, examine the full exterior circumference for bead uniformity before cutting. After cutting the pipe section, review the interior bead. All beads should have visually acceptable bead formation as shown in Fig 4 and Appendix X2 of ASTM F2620. In addition, the following characteristics are expected: a. There shall be no evidence of cracks or incomplete fusing b. Variations in upset bead heights on opposite sides of the cleavage and around the circumference of fused pipe joints are acceptable. c. The apex of the cleavage between the upset beads of the fused joint shall remain above the base material surface d. Fused joints shall not display visible angular misalignment, and outside diameter mismatch shall be less than 10% of the nominal wall thickness e. Fusion data record review that meet criteria of section 3.0.9. A. can be used as additional verification of visual indicators. B. FIELD HYDROSTATIC TESTING 1. When practical, intermittent and/or post construction testing of all HDPE lines will be performed in accordance with ASTM F2164 Standard Practice for Field Leak Testing of Polyethylene (PE) Pressure Piping Systems Using Hydrostatic Pressure. Pass/Fail Criteria as per section 9.8 of that standard should be observed. 3.4 CLEANING AND TESTING 296 I P a €' TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G ABOVE A. The of the piping installed under this project shall be tested as directed by the City and in accordance to Section 330110.54, "Cleaning of Water Utility Piping Systems" — END OF SECTION— 297 I P ' `s TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID' F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SING ABOVE SECTION 331400 WATER UTILITY TRANSMISSION AND DISTRIBUTION PART 1 — GENERAL 1.1 GENERAL A. This Section shall govern the design, materials, and installation requirements of the City for the construction of potable water mains pipes and fittings including fire hydrants, water services, valves, and other appurtenances. B. This section does not purport to cover all materials or installation procedures which may be required, whether by the nature of the proposed work, or by the City, or by other regulatory agencies. C. The City's intent is to obtain a complete and working installation under this project, and any items of labor, equipment or materials which may reasonably be assumed as necessary to accomplish this end shall be supplied whether or not they are specifically shown on the Plans or stated herein. 1.2 RELATED WORK Related standards specified elsewhere in the Specifications include but are not limited to the following sections. Section 013300, "Submittal Procedures" Section 013526, "Safety Requirements" Section 330110.53, "Flushing of Water Utility Piping Systems" Section 330110.58, "Disinfection of Water Utility Piping Systems" Section 330505, "Buried Pipe Installation." Section 330519, "Ductile-Iron Pipe" Section 330531, "Polyvinyl Chloride (PVC) Pipe" Section 330533, "High Density Polyethylene Pipe" Section 331419, "Valves, Hydrants, and Water Services" 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS 298 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 h,4 IBEACH RISI \ G ABOVE Without limiting the generality of the other requirements, all work herein shall conform to the applicable requirements of the following documents. All referenced specifications, codes, and standards refer to the most current issue available. If any contradicting information is found in plans, Specifications or the CoMB PWM, the most astringent condition should be implemented. 1. American Association of State Highway Transportation Officials (AASHTO) AASHTO T-180 Standard Method of Test for Moisture—Density Relations of Soils Using a 4.54-kg (10-Ib) Rammer and a 457-mm (18-in.) Drop 2. American Society for Testing and Materials (ASTM) ASTM A48 Standard Specification for Iron Castings ASTM A126 Standard Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A536 Standard Specification for Ductile Iron Castings ASTM B505 Standard Specification for Copper Alloy Continuous Castings ASTM D1248 Standard Specification for Polyethylene Plastics Extrusion Materials for Wire and Cable ASTM D1784 Standard Classification System and Basis for Specification for Rigid Polyvinyl Chloride (PVC) Compounds and Chlorinated Polyvinyl Chloride (CPVC) Compounds ASTM D2000 Standard Classification System for Rubber Products in Automotive Applications ASTM D2239 Standard Specification for Polyethylene (PE) Plastic Pipe (SIDR- PR) Based on Controlled Inside Diameter ASTM D2584 Standard Test Method for Ignition Loss of Cured Reinforced Resins ASTM D2657 Standard Practice for Heat Fusion Joining of Polyolefin Pipe and Fittings ASTM D3261 Standard Specification for Butt Heat Fusion Polyethylene (PE) Plastic Fittings for Polyethylene (PE) Plastic Pipe and Tubing ASTM D3035 Standard Specification for Polyethylene (PE) Plastic Pipe (DR-PR) Based on Controlled Outside Diameter 299 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-02D8A3F6F450 MIAMIBEACH RISI \ G ABOVE ASTM D3350 Standard Specification for Polyethylene Plastics Pipe and Fittings Materials 3. American National Standards Institute (ANSI) ANSI B16.1 Gray Iron Pipe Flanges and Flanged Fittings: Classes 25, 125, and 250 4. American Water Works Association (AWWA) AWWA C104 Cement Mortar Lining for Ductile Iron Pipe and Fittings For Water AWWA C105 Polyethylene Encasement for Ductile Iron Pipe AWWA C110 Ductile Iron and Gray Iron Fittings AWWA C111 Rubber Gasket Joints for Ductile Iron Pressure Pipe and Fittings AWWA C115 Flanged Ductile-Iron Pipe With Ductile-Iron or Gray-Iron Threaded Flanges AWWA C150 Thickness Design of Ductile Iron Pipe AWWA C151 Ductile Iron Pipe, Centrifugally Cast AWWA C500 Metal-Seated Gate Valves for Water Supply Service AWWA C504 AWWA Standard for Rubber-Seated Butterfly Vales AWWA C509 Resilient-Seated Gate Valves for Water Supply Service AWWA C600 Installation of Ductile Iron Water Mains and their Appurtenances AWWA C651 Disinfecting Water Mains AWWA C900 Polyvinyl Chloride (PVC) Pressure Pipe and Fabricated Fittings, 4 In. through 60 In. (100 mm through 1,500 mm) AWWA C901 Polyethylene (PE) Pressure Pipe and Tubing, 3/ in. (19 mm) through 3 in. (76 mm), for Water Service AWWA Manual M14 Backflow Prevention and Cross-Connection Control Recommended Practices AWWA Manual M23 PVC Pipe— Design and Installation 5. Florida Administrative Code (FAC) 6. Florida Building Code 300 I P a g i TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 . AvJBEACI-i NISI \ G A30VE 7. Florida Department of Environmental Protection (FDEP) 8. Florida Department of Health in Miami-Dade County Regulations 9. International Organization for Standards (ISO) ISO 8179 Ductile Iron Pipes, Fittings, Accessories and their Joints— External Zinc-Based Coating 10. Miami-Dade County Code of Ordinances 11. Miami-Dade Division of Environmental Resources Management, Department of Regulatory and Economic Resources (RER-DERM) Regulations 12. Occupational Safety and Health (OSHA) Regulations 13. Plastic Pipe Institute (PPI) PPI TR-3 Policies and Procedures for Developing Hydrostatic Design Basis (HDB), Pressure Design Basis (PDB), Strength Design Basis (SDB), and Minimum Required Strength (MRS) Ratings for Thermoplastic Piping Materials or Pipe 1.4 SAFETY AND PROTECTION DEVICES A. See Section 013526, "Safety Requirements" 1.5 SUBMITTALS A. Minimum criteria are presented in this Section and the following Standard Details. Water distribution systems, including associated disciplines as required (civil, structural, electrical, instrumentation, etc.) shall be designed by a State of Florida Engineer. Signed and sealed calculations must be provided to support hydraulic and structural design. B. Plans shall be in accordance with Section 013300, "Submittal Procedures" C. Properly identified product data for review, including data of pipe and all other materials used, shall be submitted to the City or designee for review and approval prior to fabrication and/or delivery. D. The Contractor shall video/photograph the entire project site during normal working hours including all concrete and asphalt pavements, curb and gutter, fencing, landscaping to remain, structures to be demolished, and existing structures that are to be modified. All videos and photographs shall be date and time stamped and a digital copy submitted on a flash drive/memory stick or media acceptable to the City 301 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID-F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISI \ G A3OVE of Miami Beach Public Works Department prior to beginning construction activities. The video/photographs shall clearly identify existing site and structural conditions prior to construction. 1.6 QUALITY ASSURANCE A. Work shall be performed in accordance with Contract Documents, Drawings, and/or City of Miami Beach Standard Details, in a neat and accurate manner. It is the intent of the City to obtain a complete and working installation according to these Specifications, and any items of labor, equipment, or materials which may reasonably be assumed as necessary to accomplish this end shall be supplied whether or not they are specifically shown on the project plans or stated herein. PART 2— PRODUCTS 2.1 PIPE MATERIALS A. All material for use in the project shall be new and of recent manufacturing and shall be the products of reliable manufactures or suppliers who, otherwise specified, have been regularly engaged in the manufacture of such materials and equipment for at least five years. And that comply with The City standards & specifications, permitted plans and shall use any or all of the following materials: Ductile Iron Pipe in accordance with Section 330519, "Ductile-Iron Pipe" ii Poly Vinyl Chloride Pipe (PVC) in accordance with Section 330531, "Polyvinyl Chloride (PVC) Pipe"; can be used up to 16-inches in diameter. iii High Density Polyethylene (HDPE) Pipe in accordance with Section 330533, "High Density Polyethylene Pipe" B. Use of galvanized and lead pipe materials is prohibited. C. All pipe and fittings for water applications shall be in full compliance with ANSI/NSF 61, "Drinking Water System Components-Health Effects. Manufacturers shall maintain their NSF certification for the duration of the project and any extensions thereof. 2.2 FITTINGS A. PVC C900 pipe shall use mechanical joint ductile iron fittings B. All fittings shall be cast ductile-iron for use with ductile-iron pipe as specified in Section 330519, "Ductile-Iron Pipe" 2.3 RESTRAINING 302 I P a g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \AIAMIBEACH RISI \ G ABOVE A. Unless otherwise indicated, all below ground DI pipe fittings 30 inches in diameter and greater shall be provided with manufacturer proprietary restrained joints. B. Underground ductile iron fittings for pipe 24 inches in diameter and less shall be restrained mechanical joint fittings. C. All fittings and specific pipe joints shall be restrained as outlined below (NO SUBSTITUTIONS). MEGABOND coating system shall be provided for all EBAA products. JOINT RESTRAINT Push-On PVC C900 4-inch to 12-inch EBAA Iron Series 1600 Harness Push-On PVC C900 14-inch to 16-inch EBAA Iron Series 2800 Harness Push-On DI Pipe 3-inch to 48-inch TR-Flex by U.S. Pipe or Flex Ring by American; or EBAA Iron Series 1700 Megalug Fitting with DI Pipe EBAA Iron Series 1100 Megalug Fitting with PVC C900 pipe EBAA Iron Series 2000 Megalug D. Minimum length of pipe to be restrained shall be in accordance with DIPRA Thrust Restraint Design for Ductile Iron Pipe, latest edition and EBAA Iron's Restraint Length Calculator, latest version for PVC Pipe. E. Thrust blocks are not allowed unless specially approved by City of Miami Beach Public Works Department Engineering Division in writing. 2.4 JOINTS A. Maximum tap sizes for corporation stops(AWWA thread) in ductile iron pipe shall be 1-inch. Corporation stops shall be as per City of Miami Beach Details. B. Single Gasket Push-On Type Joint: 1. Push-on joints shall conform to ANSI/AWWA Standard C111/A21.11-00. Bell and spigot ductile iron pipe shall be EPDM gasket compression. 2. The required number of gaskets for each push-on joint pipe plus one extra for every 10 joints or fraction thereof, shall be furnished. The gasket shall be shipped in suitable protective containers. Push-on joints together with both their regular and gasket-restraint gaskets shall be of design, dimensions, and tolerances in accordance with the City's standards and specifications. 303 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMI BEACH RISI \ O A3OVE C. Mechanical Joints: 1. Mechanical joints for fittings shall meet the applicable requirements of AWWA C 111/A21.11- 00. Bolt holes for mechanical joints shall be equally spaced and shall straddle the vertical centerline. Tee head bolts and hexagonal nuts for all mechanical joints in fittings shall be of high strength cast gray or ductile iron with composition, dimensions and threading as specified in ANSI/AWWA Standard C111/A21.11-00. Glands shall be of ductile iron construction for ductile iron fittings and cast gray iron or ductile iron for cast gray-iron fittings. 2. The proper number of gaskets, glands, bolts and nuts, all conforming to ANSI/AWWA Standard C 111/A21.11-00, plus one extra gasket for every 10 joints or fraction thereof, shall be furnished with each order. The gaskets and joint accessories shall be shipped in suitable protective containers. Follower glands held in place with set screws will not be acceptable. Segmented glands are not acceptable. 3. Ductile iron fittings (with 316 SS Bolts) PVC pipe shall be wrapped in a 12 mil polyethylene encasement extending 1 foot from each end of the fitting. D. Mechanically Restrained Push-on Joints (Single Gasket): Mechanically restrained joints in pipe and fittings shall be of the single gasket push-on type and shall conform to all applicable provisions of ANSI/AWWA Standard C111/A21.11-00 and shall meet the following requirements: 1. Mechanically restrained joints using field welding, set screws, or gaskets with expanding metal inserts will not be acceptable. The Engineer of Record, following submittal of details by the Contractor, will consider other types of mechanically restrained joints. 2. The restraining components, when not cast integrally with the pipe and fittings, shall be ductile iron or high strength non-corrosive alloy steel. 3. Tee head bolts and hexagonal nuts for all mechanically restrained joints in pipe and fittings shall be of high strength cast iron with composition, dimensions and threading as specified in ANSI/AWWA Standard C111/A21.11-00, except that the length of the bolts shall meet the requirements for the mechanically restrained joint design. 4. The proper number of gaskets, bolts, nuts and all necessary joint material, plus one extra gasket for every 10 joints or fraction thereof, shall be furnished with each order. The gaskets and joint accessories shall be shipped in suitable protective containers. 304 1 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMI BEACH RISI \ G ABOVE 5. Each thrust-resistant joint and the pipe and fitting of which it is a part, shall be designed of at least 150 psi at bulkhead conditions without reduction because of its position in the pipeline nor support from external thrust blocks. 6. Mechanically restrained push-on joint pipe and fittings shall be capable of being deflected after assembly. During deflection, all components in the mechanically restrained system shall be in contact to provide an equal force on all contact areas. E. Mechanically restrained Push-on Joints(Single Gasket-Restrained by the Gasket): 1. The Engineer or Record will permit the use of gasket-type restraining systems for ductile iron pipe and fittings in sizes 30-in nominal diameter and below. This type of pipe, fitting and gasket system will be allowed to the maximum nominal diameter manufactured by a particular manufacturer and in no case greater than 30-in nominal diameter. Restraining gaskets shall only be used in a push on joint bell by the same manufacturer and only ductile iron pipe may be so restrained. 2. Manufacturers producing this type of restraint system should submit data with their shop drawings showing that their pipe gasket restraint system has been in the marketplace for a minimum of three years in this country. 3. All pipe and fittings of this type shall meet all standards and specification requirements for push on joint ductile iron pipe. 4. Each thrust-resistant joint and the pipe and fitting of which it is a part, shall be designed to withstand an axial thrust from an internal pipeline pressure of at least 150 psi at bulkhead conditions without reduction because of its position neither in the pipeline nor for support from external thrust block. 5. Joints between push on joint pipe and/or fittings shall be made in accordance with ANSI/AWWA Standard C600-93"Installation of Ductile-Iron Water Mains and Their Appurtenances", except that deflection at joints shall not exceed one-half of the manufacturer's recommended allowable deflection, or one-half of the allowable deflection specified in Table 4 of AWWA C600-93,whichever is the lesser amount. 6. This type of joint restraint shall not be used above grade or as a carrier pipe within a casing. This type of restraint shall not be used with tape wrapped pipe or with too great a coating thickness on the exterior of the pipe. Pipe which will be field cut shall be measured at the location of the cut to check that the pipe diameter and circumference are within the particular manufacturer's tolerances for a spigot. 2.5 PIPE AND FITTINGS COATINGS A. Styrene Butadiene Rubber (SBR) gaskets as per City Standards shall be used for typical applications and field conditions. Gaskets constructed of EPDM, Nitrile are used in areas where geotechnical information indicates the presence of moderate 305 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE contamination is possible. Cost of furnishing and installing SBR gaskets to be included in the related ductile iron pipe bid items. B. A coating of rust inhibitive primer shall be applied to the ductile iron pipe exterior prior to shipment for piping that is above ground and exposed piping within vaults. C. For buried service, the piping manufacturer's standard asphaltic coating shall be applied prior to shipment to the exterior wall of buried DI pipe and fittings in accordance with AWWA C151. D. Zinc Basecoat: The exterior of ductile iron pipe shall be coated with a layer of arcsprayed zinc per ISO 8179. The mass of the zinc applied shall be 200 grams per square meter (g/m2) of pipe surface area. A finishing layer topcoat shall be applied to the zinc. The mean dry film thickness of the finishing layer shall not be less than 3 mils with a local minimum not less than 2 mils. The coating system shall conform in every respect to ISO 8179, Part 1. Ductile iron fittings shall also have a zinc protective coating sprayed on at the factory at a minimum of 3 mils. E. Poly Wrap 1. All DI pipe and fittings shall be poly wrapped conforming to the requirements of AWWA C105 and shall have an 8 mil minimum thickness. 2. Due to the high salinity content of the groundwater, or if corrosive soils are encountered, the City may require the use of V-Bio Enhanced Polyethylene Encasement to protect the ductile iron main, fittings, and valves. All ductile iron pipe and fittings shall be wrapped with the V-Bio Polyethylene Enhanced Encasement and have the zinc protective coating factory applied. The V-Bio Polyethylene Enhanced Encasement shall be accordance with AWWA C600 and AWWA C105. Color shall be blue for potable water. Polyethylene encasement for use with ductile iron pipe systems shall consist of three layers of co-extruded linear low density polyethylene (LLDPE), fused into a single thickness of not less than 8 mils.The inside layer of the polyethylene wrap to be in contact with the pipe exterior shall be infused with a corrosion inhibitor and antimicrobial biocide to control galvanic corrosion. Product: V-Bio, or approved equal. 3. Polyethylene encasement for ductile-iron pipe shall be supplied as a flat tube meeting the dimensions of Table 1 in AWWA C105 and shall be supplied by the ductile iron pipe manufacturer. Plastic adhesive tape shall consist of polyolefin backing and adhesive which bonds to common pipeline coatings including polyethylene. Products: Canusa Wrapid Tape; Tapecoat H35; Polyken 934; AA Thread Seal Tape, Inc.; or approved equal. F. Interior of DI pipes and fittings shall be cement-lined and seal-coated ANSI/AWWA C104/A21.4, "Cement-Mortar Lining for Ductile-Iron Pipe and Fittings." PART 3— EXECUTION 306 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \AIAMIBEACH RISI \ G A3OVE 3.1 PREPARATION A. Permits: The Contractor shall obtain all required right-of-way, City Building Department, and regulatory permits prior to commencing any work. B. Maintenance of traffic (MOT) shall be provided by the Contractor in accordance with Section C. Pre-Shutdown Inspections 1. The following requirements apply to shutdowns for all non-emergency work. These requirements may be waived at the sole discretion of the City of Miami Beach Public Works Department for emergency work. 2. Shutdowns must be scheduled with the City one (1) week in advance. ALL VALVES SHALL BE OPERATED BY CITY PERSONNEL. UNDER NO CIRCUMSTANCES SHALL THE CONTRACTOR'S PERSONNEL OPERATE ANY SUCH GATE OR VALVE. 3. Prior to the shutdown for tie in of any water or fire mains, the City shall perform an onsite inspection in order to verify the following: a. Size of pipe b. Materials onsite 4. If this inspection does not occur or parts are missing, the shutdown will be canceled. 5. City shall be provided with a minimum of 48 hours notice for pre-shutdown inspection. 6. All shutdowns shall occur at night. 7. The City can, at any time, cancel scheduled shutdowns due to inclement weather events and/or special events. 3.2 GENERAL INSTALLATION OF PIPES AND APPURTENANCES A. All excavations for installation shall be made by open cut with the exception of excavations for water service connections, that may use trenchless technologies(e.g. torpedo)where possible. All existing utilities such as pipes, poles and structures shall be carefully located, supported, and protected from injury; in case of damage, they shall be restored at the Contractor's expense. 307 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH RISI \ G ABOVE B. See section 330505, "Buried Pipe Installation." 3.3 SETTINGS OF VALVES AND BOXES A. Piping installation for various types of piping systems is specified other sections herein that constitute the Design Standards and Construction Details. Installations specified in this section are supplementary to those sections and in the case of conflict the more stringent condition shall prevail. B. Manufacturer/distributor furnished water-blocking connectors and locate clip shall be used as needed. Wire to be strapped to pipe at maximum 10-foot intervals, and the wire is to be brought up at each valve box, leaving and excess length of four(4) feet of wire coiled at each valve. Refer to Standard Detail for additional information. At the water main pressure test, a continuity test shall be performed by the Contractor. The continuity test shall be witnessed and approved by the City's Representative and Engineer of Record. C. All bends, tees and plugs shall be mechanical restrained at a minimum according to MDWASD standard GS 2.0. Encasement type thrust anchors and collars shall be placed where indicated on the Plans. The bearing area and/or volume of concrete in the anchors and blocks shall be as shown on the Plans. D. The pipe shall be restrained at reaction points as specified and shown on the Plans. The pipe manufacturer shall instruct the Contractor in the making of such joints. In addition, mechanical restraint per MDWASD standard GS 2.0 at minimum shall be placed at all bends, tees, plugs and other fittings. Encasement-type thrust anchors and collars shall be placed where indicated on the Plans. E. The joints of all pipelines shall be properly homed. The particular joint used shall be approved by the Engineer prior to installation. F. Unless otherwise directed, pipe shall be laid with the bell ends facing in the direction of laying; and for lines on an appreciable slope, the bells shall, at the discretion of the Engineer, face upgrade. G. Push-on, restrained push-on and mechanical joints in ductile iron pipe and fittings shall be made in accordance with the manufacturer's standards except as otherwise specified herein. Joints between push-on and mechanical joint pipe and/or fittings shall be made in accordance with AWWA Standard C600, "Installation of Ductile Iron Water Mains and Their Appurtenances", except that deflection at joints shall not exceed one half of the manufacturer's recommended allowable deflection, or one-half of the allowable deflection specified in AWWA C600, whichever is the lesser amount. H. Before laying push-on, restrained push-on and mechanical joint pipe and fittings, all lumps, blisters and excess bituminous coating shall be removed from the bell and spigot ends. The outside of each spigot and the inside of each bell shall be wire brushed and wiped clean and dry. The entire gasket groove area shall be free of bumps or any foreign matter which might displace the gasket. The cleaned spigot and 308 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,V , ,'.'BEACH RISI \ G A3OVE gasket shall not be allowed to touch the trench walls or trench bottom at any time. Vegetable soap lubricant shall be applied in accordance with the pipe manufacturer's recommendations, to aid in making the joint. The workmen shall exercise caution to prevent damage to the gasket or the adherence of grease or particles of sand or dirt. Deflections shall be made only after the joint has been assembled. I. Flanged joints shall be used only where indicated on the Plans. Before making up flanged joints in the pipeline, the back of each flange under the bolt heads and the face of each flange shall have all lumps, blisters and excess bituminous coating removed and shall be wire brushed and wiped clean and dry. Flange faces shall be kept clean and dry when making up the joint, and the workmen shall exercise caution to prevent damage to the gasket or the adherence of grease or particles of sand or dirt. Bolts and nuts shall be tightened by opposites in order to keep flange faces square with each other, and to ensure that bolt stresses are evenly distributed. J. Bolts and nuts in flanged and mechanical joints shall be tightened in accordance with the recommendations of the pipe manufacturer for a leak-free joint. The workmen shall exercise caution to prevent overstress. Torque wrenches shall be used until, in the opinion of the Engineer, the workmen have become accustomed to the proper amount of pressure to apply on standard wrenches. K. Taps into ductile iron pipe for corporation stops shall be AWWA tapered thread only, and the Contractor shall provide suitable equipment for this purpose as approved by the City. L. Sleeves and Openings: The Contractor shall provide all openings, chases, etc., to fit its own work and that of any other subcontractors and contractors. All such openings or chases shown on the Contract Drawings, or reasonably implied thereby, or as confirmed or modified by acceptable shop, setting or erecting drawings, shall be provided by the Contractor. M. Any work within the pipe shall be performed with care to prevent damage to the lining. Damaged lining shall be repaired as recommended by the pipe manufacturer or the pipe section replaced as required by the Engineer. No cables, lifting arms or other devices shall be inserted into the pipe. All lifting, pulling, or pushing mechanisms shall be applied to the exterior of the pipe barrel. N. Water main connection shall not be made to the City's main unless water in the trench at the connection point is at least 6 inches below the bottom of the pipe. When work is not in progress, open end of pipes, fittings, and valves shall be securely closed with poly wrap or filter fabric so that no trench water, earth, or other substance will enter the pipes or fittings. Where any part of the coating or lining is damaged,the Contractor shall repair the damaged coating or lining in a satisfactory manner at his expense. Pipe ends left for future connections shall be valved, plugged or capped, and properly restrained. O. City oversees connection between the old and new pipes and all wet taps on existing piping. ALL TAPS MUST BE WITNESSED BY THE CITY. Size-on-size taps are not allowed unless approved in writing by the City of Miami Beach Public Works 309 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE Department. Tapping sleeve glands shall be tested and pass a pressure test of 150 psi for two (2) hours before the pipe is tapped. P. CITY TO OPERATE ALL EXISTING VALVES. VALVES BETWEEN EXISTING AND NEW WORK SHALL BE OPERATED BY CITY PERSONNEL. UNDER NO CIRCUMSTANCES SHALL THE CONTRACTOR'S PERSONNEL OPERATE ANY SUCH GATE OR VALVE. Q. Only the City of Miami Beach Public Works Department is authorized to shut-off water service within the City. 3.4 SETTINGS OF VALVES AND BOXES A. See Section 331419, "Valves, Hydrants, and Water Services" 3.5 QUALITY CONTROL A. Pressure and Leakage Testing: Hydrostatically test all pressure pipe. Test Ductile Iron Pipe mains in accordance with ANSI/AWWA C600 latest edition once all backfill is in place and fully compacted, and after all thrust blocks have cured to their design strength. Do not test against closed valves. All pumps, piping and gauges shall be furnished, installed and operated by the Contractor and all such equipment and devices and their installation shall be approved by the Engineer. Pump shall be of a non-pulsating type suitable for this application and gauge accuracy certification may be required at the Engineer of Record's discretion. All pressure and leakage testing shall be done in the presence of a representative of the City as a condition precedent to the approval and acceptance of the system and provide documentation for tracking the pressure test. B. The complete water system shall be pressure tested and disinfected. The pressure test shall be for two (2) hours at 100 psi minimum test pressure in accordance with AWWA C600 latest version. No more than five (5) psi drop over the duration of the test. Final approval will be based on leakage test results. See Section 330112-3.2, "Inspection and Testing of Water Utilities - Testing of Mains." 3.6 PROJECT CLOSEOUT C. See Section 017000 1.3, "Execution and Closeout Requirements— Final Submittals" 3.7 AS-BUILT DRAWINGS D. See Section 017000 1.11, "Execution and Closeout Requirements — Record Drawings" — END OF SECTION — 310 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 r.,'�',iBEACH RISI \ G A3OVE 311 II TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 A� H RISI \ G A3OVE SECTION 331419 VALVES, HYDRANTS, AND WATER SERVICES PART 1 — GENERAL 1.1 GENERAL A. The Contractor shall provide all tools, supplies, materials, equipment, and labor necessary for furnishing, epoxy coating, installing, adjusting, and testing of all valves and appurtenant work, complete and operable, in accordance with the requirements of the Contract Documents. Where buried valves are shown, the Contractor shall furnish and install valve boxes to grade, with covers, extensions, and position indicators. B. The provisions of this Section shall apply to all valves and valve operators specified in the various Sections of these Specifications except where otherwise specified in the Contract Documents. Valves and operators in particular locations may require a combination of units, sensors, limit switches, and controls specified in other sections of these Specifications. 1.2 RELATED WORK A. Related standards specified elsewhere in the Specifications include but are not limited to the following sections. Section 014126, "Permit Requirements" Section 330505, "Buried Pipe Installation" Section 331400, "Water Utility Transmission and Distribution" 1.3 REFERENCE SPECIFICATIONS, CODES, AND STANDARDS A. Without limiting the generality of the other requirements, all work herein shall conform to the applicable requirements of the following documents. All referenced specifications, codes, and standards refer to the most current issue available. If any contradicting information is found in plans, Specifications, the most astringent condition should be implemented. American Association of State Highway Transportation Officials (AASHTO) ANSI/AWWA C500 Standard for Metal-Seated Gate Valves for Water-Supply Service ANSI B16.1 Gray Iron Pipe Flanges and Flanged Fittings, Classes 25, 125, and 250 ANSI B16.5 Pipe Flanges and Flanged Fittings 312 I P a g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 \RIDLAlLh RISI \ G ABOVE ANSI/ASME B1.20.1 Pipe Threads General Purpose (Inch). ANSI/ASME B31.1 Power Piping ASTM A36 Specification for Carbon Structural Steel ASTM A48 Specification for Gray Iron Castings ASTM A126 Specification for Gray Iron Castings for Valves, Flanges, and Pipe Fittings ASTM A536 Specification for Ductile Iron Castings ASTM B61 Specification for Steam or Valve Bronze Castings ASTM B62 Specification for Composition Bronze or Ounce Metal Castings ASTM B148 Specification for Aluminum Bronze Sand Castings ASTM B584 Specification for Copper Alloy Sand Castings for General Applications ANSI/AWWA C504 Rubber Sealed Butterfly Valves AWWA C508 Swing Check Valves for Waterworks Service, 2 Inches Through 24 Inches NPS ANSI/AWWA C509 Resilient Seated Gate Valves, for Water-Supply Service AWWA C550 Protective Epoxy Interior Coatings for Valves and Hydrants 1.4 SUBMITTALS A. Shop Drawing: Shop drawings of all valves and operators including associated wiring diagrams and electrical data, shall be furnished as specified in Section entitled "Submittals". B. Valve Labeling: The Contractor shall submit a schedule of valves to be labeled indicating in each case the valve location and the proposed wording for the label. 1.5 QUALITY ASSURANCE A. Valve Testing: Unless otherwise specified, each valve body shall be tested under a test pressure equal to twice its design water working pressure. B. Bronze Parts: Unless otherwise specified, all interior bronze parts of valves shall conform to the requirements of ASTM B62, or, where not subject to dezincification, to ASTM B 584. 313 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 NOIA;M J BEAC H RISI \ G A3OVE PART 2 — PRODUCTS 2.1 WATER SERVICE AND FIRE LINES A. All service lines two inches (2") in diameter shall be polyethylene tubing, conforming to AWWA C901 and ASTM D2239. All 2-inch high density polyethylene pipe used for services shall be IPS-O.D. controlled with Standard Outside Dimension Ratio (SODR)of 9, pressure rating of 200 psi at a factor of safety of 2.5 or greater, nominal outside diameter of 2.375-inches, minimum wall thickness of 0.264-inches, PE 3408, all in conformance with ASTM D3035. Pipe shall comply with ANSI/AWWA C901 as modified herein. Pipe shall have a (natural) inner core with a blue colored outer shell. Pipe shall have footage marks at a maximum interval of every two feet. Polyethylene material shall have a minimum cell classification in accordance with ASTM D3350 of 345444D for the core,which shall be 100%virgin material, and 345444E for the outer shell. Note that both of these materials are ultraviolet (UV) stabilized as signified by the "D" for natural colored and "E" for the colored shell. Pipe shall comply with NSF 61 or 14. Submit manufacturer's certification of compliance with all of the above requirements. Certification shall ship with the pipe on material sold and shall always be submitted with shop drawings and catalogue cuts. Certification shall be signed and sealed by a professional engineer licensed to practice in the State of Florida. B. Minimum water service pipe to be installed from the water main to the meter is to be a two (2) inch diameter high-density polyethylene line. Polyethylene water service line connections to the water main (both for new and existing water mains) shall be via a double strap stainless steel saddle with corporation stop. Ductile iron pipe service and fire line connections (three (3) inch and larger) to existing water mains shall be via a tapping saddle and valve, with the valve contained in a valve box. Ductile iron pipe service and fire line connections (three (3) inch and larger) to new water mains shall be via a tee and a gate valve, with the valve contained in a valve box, on the branch line off the water main. C. All service lines shall be wrapped with a #12 copper wire and attached to the corporation stop for continuity of signal. D. Polyethylene services crossing a pavement and connecting to a water main in the swale area shall be installed within a minimum three-inch (3") diameter black iron sleeve pipe with tracer wire, under the pavement and sidewalk. E. Maximum water service length shall be 50 feet. Longer service line lengths require the approval of the City of Miami Beach Public Works Department. F. Fire lines shall be a minimum of 8-inches in diameter. Connections off fire lines for fire hydrants shall be 6-inches, and 8-inches when main fire line is located farther than 50 feet from hydrant. G. Copper or brass piping is not allowed except for special conditions. Use threaded 314 I P a g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE pipes or compression fittings. No solder joints allowed. H. Ductile iron pipes less than 6-inch diameter shall be Class 53. I. Tapping saddles shall have two (2) stainless steel straps and one corporation stop. J.Meters shall be supplied, installed, replaced, and/or maintained by the City. K. Meter boxes are to be supplied by the Contractor in accordance with the Standard Details. 2.2 FIRE HYDRANTS A. All fire hydrants to be manufactured by American Darling Model B-84B-5 with threaded pattern. The nozzle sizes shall meet City of Miami Beach Fire Department requirements: 1. Thread and nozzle size for hose: Two 2-Y2 inch HN 2. Thread of pumper nozzle: One 4 inch PN 3. Operating nut size, shape, location, and rotation: B41 OP NUT OL-Upper B. Contractor should inspect and verify that threaded equipment and couplings are compatible with City equipment, particularly "Hose Threads". 2.3 BACKFLOW PREVENTION ASSEMBLY A. Install backflow prevention assembly accordance with AWWA M14 and Miami-Dade County Code of Ordinances. B. Structures directly supplied from public water mains with an auxiliary water supply dedicated to Fire Department use and available to the premises shall be protected from the Public Water Supply System by a backflow prevention assembly. C. The backflow prevention assembly shall be installed above the flood plain elevation. D. All above grade piping shall be copper or DI. No PVC or galvanized pipes are allowed. E. Back flow prevention devices shall be equipped with proper vertical support and security. F. Backflow prevention assembly as manufactured by AMES, CONBRACO, FEBCO, Hershey, Watts, Wilkins, or approved equal. G. Backflow prevention assemblies are tested annually. 315 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID. F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'AIAMtIBEACH RISI \ G A3OVE 2.4 GENERAL VALVES A. The Contractor shall furnish all valves, valve operating units, stem extensions, and other accessories as shown or specified. All valves and gates shall be new and of current manufacture. All shut off valves, 6 inch and larger, shall have operators with position indicators. Where buried, these valves shall be provided with valve boxes and covers containing position indicators, and valve extensions. Shut off valves mounted higher than 6 feet above working level shall be provided with chain operators. All valves shall have a minimum design pressure rating of 150 psi and capable of a test pressure of 300 psi. For service applications with pressures in excess of 150 psi, valves shall have a minimum pressure rating in excess of the service application working pressure. B. Cast iron parts of valves shall meet the requirements of ASTM A126, "Standard Specifications for Grey Iron Castings for Valves, Flanges and Pipe Fittings, Class 'B'." Flanged ends shall be flat faced and have bolt circle and bolt patterns conforming to ANSI B16.1 Class 125 unless-otherwise specified hereinafter. C. All castings shall be clean and sound, without defects of any kind and no plugging, welding or repairing of defects will be permitted. All bolt heads and nuts shall be hexagonal conforming to ANSI B18.2 and shall be type 316 stainless steel. Gaskets shall be full face and made of natural or synthetic elastomers in conformance with ANSI B16.21 suitable for the service characteristics, especially chemical compatibility and temperature. Nonferrous alloys of various types shall be used for parts of valves as specified. Where no definite specification is given, the material shall be the recognized acceptable standard for that particular application. D. All buried valves shall be provided with cast iron valve boxes unless otherwise indicated. The boxes shall be asphalt varnished, or enameled cast iron, adjustable to grade, and installed perpendicularly, centered around and covering the upper portions of the valve or valve operator, or the pipe. The top of each valve box shall be placed flush with finish grade unless otherwise indicated on the Drawings. Valve boxes shall be as specified elsewhere in this section. All buried valves through 48- inch shall have mechanical ends. Buried valves above 48-inches shall have flanged ends. E. All buried valves and other valves located below the concrete operating deck or level, specified or noted to be key operated, shall have an operator to finish grade or deck level, a 2 inch square AWWA operating nut, and cover or box and cover, as may be required. F. Protective Coating: Except where otherwise specified, ferrous surfaces, exclusive of stainless steel surfaces, in the water passages of all valves 4 inch and larger, as well as the exterior surfaces of all submerged valves, shall receive a fusion bonded epoxy coating in accordance with AWWA C550. Flange faces of valves shall not be epoxy coated. The Contractor, through the valve manufacturer, shall certify in writing that such coating has been applied and tested in the manufacturing plant prior to 316 I P a F TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID. F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 1,'v11BEACH RISI \ G A3OVE shipment, in accordance with these Specifications. G. Valve Operators: Valves shall be furnished with operators, provided by the valve manufacturer. All operators of a given type shall be furnished by the same manufacturer. All valve operators, regardless of type, shall be installed, adjusted, and tested by the valve manufacturer at the manufacturing plant. Operator orientation shall be verified with the Engineer prior to installation. If this requirement is not met, changes to orientation shall be made at no additional cost. H. All operators, unless otherwise specified, shall turn counter clockwise to open. Operators shall have the open direction clearly and permanently marked. All valve operators, manual, motor and pneumatic, shall be provided with the valve by the valve manufacturer. The Contractor, through the valve manufacturer, shall be solely responsible for the selection of the proper operator to meet the operating conditions specified herein. Field calibration and testing of the operators and valves to ensure a proper installation and an operating system shall be the responsibility of the Contractor. I. All manual operators shall have levers or handwheels, unless otherwise shown. Where buried, the valves shall have extensions with square nuts or floor stands. Valves mounted higher than 6 feet above floor or operating level shall have chain operators. Unless otherwise shown or specified, valves of sizes 4 inch and larger shall have gear assisted operators. J. Operation of valves shall be designed so that the effort required to operate the handwheel, lever or chain shall not exceed 40 pounds applied at the extremity of the wheel or lever. The handwheels on valves 14 inches and smaller shall not be less than 8 inches in diameter, and on valves larger than 14 inches the handwheel shall not be less than 12 inches in diameter. K. Chainwheel operator shall be fabricated of malleable iron and pocketed type chainwheels with chain guards and guides. Chainwheel operators shall be marked with an arrow and the word "open" indicating direction to open. The operators shall have galvanized smooth welded link type chain. Chain that is crimped or has links with exposed ends shall not be acceptable. L. Valve Labeling: A label shall be provided on all shut off valves exclusive of hose bibbs. The label shall be of 1/16 inch plastic or stainless steel, minimum 2 inches by 4 inches in size, and shall be permanently attached to the valve or on the wall adjacent to the valve or as indicated by the Engineer. 2.5 GATE VALVES A. Gate valves shall be used on mains 3-inch diameter to 12-inch diameter. B. All gate valves between 2 inches and less than 4 inches shall be iron body, bronze trimmed, wedge disc, and minimum 150 psi non-shock cold water pressure rating. 317 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 �IBEACH RISI \ G ABOVE Exposed valves shall be of the outside screw and yoke (OS&Y), ANSI B16.1, 125 pound flanges and shall be as manufactured by American, Mueller, or approved equal. C. Valves less than 2 inches shall be of bronze body, rising stem, wedge disc and minimum 300 psi non-shock cold water pressure rating. Valves shall have screwed ends or as specified otherwise. D. Gate valves 4 inches through 16 inches shall be of the non-rising stem design, shall fully comply with the requirements of AWWA C509 for resilient-seated gate valves. Gate valves shall be designed for a minimum working pressure of 250 psi and a test pressure of 500 psi. Gate valves shall be manufactured by American, Mueller, or approved equal. E. Gate valves 18 inches and larger shall fully comply with the requirements of AWWA C500 and shall be double disc parallel seat with bypass and inside screw spur geared operator, unless otherwise specified or required by the City or designee. Valves shall be American, Mueller, or approved equal. F. Gate valve body and bonnet shall be cast iron conforming to ASTM A126, Class B with resilient seat gate and 0-ring seals. The gate shall be cast iron with a vulcanized rubber coating with no metal to metal contact when in the fully closed position and a smooth unobstructed waterway when in the fully opened position. G. Valves shall be flanged or mechanical joint, with non-rising stems, and with a 2-inch square standard AWWA operating nuts unless otherwise specified or required by the City or designee. H. All internal ferrous components and surfaces of the valves, with the exception of stainless steel and finished or bearing surfaces, shall be shop painted with two coats (10 mils min. dry film thickness) of the manufacturer's premium epoxy for corrosion resistance. Damaged surfaces shall be repaired in accordance with the manufacturer's recommendations. 2.6 BUTTERFLY VALVES A. Butterfly valves shall be used on water mains larger than 12-inch diameter. B. Butterfly valves (water service) shall be of the rubber seated, tight closing type conforming to AWWA C504. The manufacturer shall have a minimum of five (5) years of experience in manufacturing butterfly valves of the sizes required in accordance with AWWA C504. All butterfly valves shall be the product of one manufacturer. Butterfly valves shall be as manufactured by Pratt, Mueller Co., DeZurik, or approved equal. C. Butterfly valves shall be Class 150B. Unless otherwise required by the City or designee, butterfly valves shall be of the short body design with mechanical joint or 318 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISIG A3OVE flanged ends. D. Valve bodies shall be epoxy coated cast iron conforming to ASTM A126, Grade B, ASTM A48, Class 40 or Ductile Iron ASTM A536, Grade 65 45 12. Where required to meet design operating conditions, valve bodies shall be manufactured of higher strength materials. Valve bodies shall have integral hubs for housing shaft bearings and seals. E. Butterfly valves shall be of the concentric or eccentric shaft types. Valve discs shall be constructed of epoxy coated ductile iron, ASTM A536, Grade 65 45 12. Disks shall be of the "offset" design to provide a full 360 degree seating surface with no external ribs transverse to flow, and shall comply with AWWA C504. The valve manufacturer shall furnish shop drawings which include end clearance dimensions when the disc is in the fully open position. F. The resilient valve seat shall be synthetic rubber designed to seat against a pressure differential of 150 psi on either side of the valve, unless otherwise indicated. The resilient seat shall be mechanically attached to the valve disc or valve body. Any required seat attachment hardware shall be stainless steel. The resilient seat shall be capable of being adjusted or replaced in the field without moving the valve disc along the shaft axis, or removing the valve from the line. The mating seat surface shall be stainless steel or monel. G. The seats shall be factory tested as per AWWA C504 at a test pressure of 150 psi, unless otherwise indicated, and post adjusted for differential pressures indicated herein. H. Valve shafts shall be one piece or two piece units of stainless steel construction suitably sized to transmit the torques required to operate the valves under the conditions listed in the valve schedule with appropriate safety factor. Shafts shall be securely attached to valve disc by means of conservatively sized corrosion resistant taper pins, threaded at one end, and secured with lockwashers and nuts (i.e. mechanically attached). Provide 0 ring seal on taper pin if required to prevent leakage. Shaft key shall be constructed of corrosion resistant material. I. Shaft bearings shall be contained in the integral hubs of the valve body and shall be the permanently self-lubricated, corrosion resistant, sleeve type of Teflon or heavy duty bronze. The valve assembly shall be furnished with a factory set two way thrust bearing designed to center the valve disc in the valve seat at all times. End cover bolts shall be of stainless-steel construction. J. The shaft seal shall be either the bronze cartridge type with at least two 0-rings, monolithic V-Type, or pull down packing type. If monolithic V-Type or pull-down packings are utilized, it shall be self-adjusting, self-compensating type. Packing shall be as manufactured by Chevron, or equal. Butterfly valves with pull down packings shall be designed with an extension bonnet so that repacking can be done without removal of the actuator. For buried valves with pull down packing the packing gland cover assembly shall be heavy duty, soil and water resistant. Stuffing boxes for pull 319 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 NISI \ G A3OVE down packing shall have a depth sufficient to accept at least four rings of self- compensating type packing specifically selected for the operating pressures to be encountered. Stuffing box bolts, studs and nuts shall be stainless steel. K. The 0-ring type shaft seal shall be contained in a removable bronze cartridge. The bronze cartridge shall be manufactured from ASTM B505 copper alloy UNS #C93200 and shall meet the requirements of AWWA C504 for bronze, Grade E. The 0-ring material shall be nitrile, BUNA N rubber, as intended for use with potable water or wastewater and per ASTM D2000 with a hardness of 70 Shore A Durometer. L. Manual operators for butterfly valves 18 inches in diameter or larger shall be the worm gear type conforming to AWWA C504. Operators shall be equipped with adjustable AWWA limit stops, shall be sized according to Table IV for Class 150B, and shall require a minimum of 15 turns for 90 degrees or full stem valve travel. The capacity of the manual operator shall be adequate to drive the valve under the differential pressure of 150 psi and maximum anticipated flow, unless otherwise indicated in the appropriate valve schedule. M. The manufacturer shall certify that the butterfly valves are capable of operating in continuous duty service under these pressures and flow conditions. N. Each valve shall by hydrostatically tested and tested for bubble tightness after the operator has been mounted and adjusted. Copies of the hydrostatic and leakage test certification and certification of conformance shall be submitted to the City or designee prior to shipment. O. Each valve shall be performance and leak tested as specified in AWWA C504 revised as follows: In addition to the testing requirements of AWWA C504, each butterfly valve shall be thoroughly cleaned and opened and closed at least three (3) times prior to testing. Certified copies of the test results shall be submitted to the City or designee for approval prior to shipment of the valve. P. All internal and external ferrous components and surfaces of the valves, with the exception of stainless steel and finished or bearing surfaces, shall be shop painted with two coats (10 mils min. dry film thickness) of the manufacturer's premium epoxy for corrosion resistance. Damaged surfaces shall be repaired in accordance with the manufacturer's recommendations. 2.8 AIR RELEASE VALVES A. The pressure manual air-release valves shall be installed at locations selected by the Engineer of Record to manually release accumulated air and other gases with the line under pressure. B. The internal mechanism shall be the compound lever type to permit the valve to open under pressure to vent pockets of entrapped air or gas as they accumulate. Valve shall 320 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SI \ G ABOVE Be selected with orifice sized for venting at an acceptable discharge rate over the entire pressure range the main will be operated. It shall have sealing faces of an adjustable BUNA-N rubber valve and stainless steel. Valves which use a needle valve to seal the orifice shall not be acceptable. Valve shall have a 2-inch NPT screwed inlet connection and shall have cast iron body with stainless steel float and inner mechanisms. For valves where bolts thread into the housing (i.e. bonnet-to-body bolts), bolts shall be stainless steel. Valves shall be supplied with a 1-inch vacuum check valve on the outlet to eliminate the possibility of air entering the system when the pressure decreases or if a vacuum is drawn. The valves shall also be supplied with a 2-inch bronze isolation shut-off ball valve. 2.9 MISCELLANEOUS VALVES A. CORPORATION STOPS 1. Corporation stops shall be 1 1/2-inch Mueller No. H-100003 for air release or 1- inch Mueller No. H-15000 for testing. B. CAM LEVER COUPLINGS 1. Cam lever couplings shall be the size as shown on the Drawings and shall be constructed of type 316 stainless steel. 2. The couplings shall be female disconnect with plug. 3. The cam lever couplings shall be as manufactured by Kamlok, or equal. C. GAUGE COCKS 1. Gauge cocks shall be threaded all bronze, tee handle, as manufactured by Crane Co., or equal. 2.10 VALVE BOXES A. Valve boxes shall be made from Class 30B gray iron in accordance with ASTM A48. B. The letter"W" shall be cast in the cover for water mains. C. Bottom of cover and seat of frame shall be machined to provide a uniform contact surface. D. The boxes shall be of such length as will be adapted, without full extension, to the depth of cover required over the pipe at the valve location. E. All service valve boxes shall be No. 2, and all main valve boxes shall be No. 3 regardless of the size. F. No. 2 valve boxes shall be U.S. Foundry 7615 ring and FC cover, or approved equal. 321 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 !v\IAMIBEACH RISI \ G ABOVE G. No. 3 valve boxes shall be U.S. Foundry 7630 ring and FD cover, or approved equal. PART 3 — EXECUTION 3.1 VALVE INSTALLATION A. All valves, gates, operating units, stem extensions, valve boxes, and accessories shall be installed in accordance with the manufacturer's written instructions and as shown and specified. All gates shall be adequately braced to prevent warpage and bending under the intended use. Valves shall be firmly supported to avoid undue stresses on the pipe. B. Install valves and cocks in horizontal piping with the valve stem in the vertical upright position. C. Install valves and cocks to provide adequate clearance to permit easy operation of the valve hand wheel and permit servicing of the valve packing. D. All valves shall be installed to provide easy access for operation, removal, and maintenance and to avoid conflicts between valve operators and structural members or handrails. E. Where combinations of valves, sensors, switches, and controls are specified or shown on the drawings, it shall be the responsibility of the Contractor to properly assemble and install these various items so that all systems are compatible and operating properly. The relationship between interrelated items shall be clearly noted on shop drawing submittals. F. CITY TO OPERATE ALL EXISTING VALVES. VALVES BETWEEN EXISTING AND NEW WORK SHALL BE OPERATED BY CITY PERSONNEL. UNDER NO CIRCUMSTANCES SHALL THE CONTRACTOR'S PERSONNEL OPERATE ANY SUCH GATE OR VALVE. Only the City of Miami Beach Public Works Department is authorized to shut-off water service within the City. 3.2 AIR RELEASE VALVES A. The air release valve and flushing valve assemblies shall be installed in accordance with the details shown in the City Standard Details. B. Taps into ductile iron pipe for air release and flushing valve assemblies shall be AWWA Tapered thread only, and the Contractor shall provide suitable equipment for this purpose as approved by the Engineer. After the tap has been made, and the corporation stop installed on a pipe conveying potable water, the inside of the pipe 322 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 „v.%BBEACH RISI \ G A3OVE around the stop and the exposed exterior surfaces of the stop shall be heavily coated with Carboline Super Hi-Gard 891 White 1898, or approved equal. 3.3 SETTINGS OF VALVES AND BOXES A. Install where shown or specified, and set plumb. Valve boxes shall be centered on the valves and set plumb at finish grade. Boxes shall be installed over each gate valve unless otherwise shown. B. Where feasible, valves shall be located outside the area of roads and parking. Earth fill shall be carefully tamped around each valve box to a distance of 4 feet on all sides of the box, or to the undisturbed trench face if less than 4 feet. C. There shall be a valve at all branches, tees, and crosses except fire hydrants and fire lines. Valve shall have the top of the operating nut located at maximum of 12 inches below the finished grade. D. Valve boxes shall have a 24-inch by 24-inch by 8-inch reinforced concrete collar surrounding it in accordance with Standard Detail 14-9. 3.4 FIRE HYDRANTS AND FIRE LINES A. See Section 014126, "Permit Requirements"for obtaining applicable permits. B. All fire main taps must be witnessed by City Inspector. — END OF SECTION & DIVISION — 323 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMIBEACH RISI \ G A3OVE 324 II, , TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE DIVISION 34 - TRANSPORTATION SECTION 347500 ROADWAY CONSTRUCTION PART 1 — GENERAL 1.1 GENERAL A. The Contractor shall provide the furnishing of all labor, materials, equipment and incidentals required for cutting, removing, protecting, replacing or stabilizing all existing roadways, driveways and pavements of the various types encountered, removed or damaged under this Contract. B. If any contradicting information is found in plans or specifications the most astringent condition should be implemented. 1.2 RELATED WORK SPECIFIED ELSEWHERE Section 013300, "Submittal Procedures" Section 321226, "Base Course and Asphalt Paving" 1.3 REFERENCE SPECIFICATIONS, CODES AND STANDARDS A. American Association of State Highway Transportation Officials (AASHTO) AASHTO T-180 Standard Method of Test for Moisture—Density Relations of Soils Using a 4.54-kg (10-Ib) Rammer and a 457-mm (18- in.) Drop AASHTO M 81 Standard Specification for Cut-Back Asphalt, Rapid-Curing Type AASHTO M 140 Standard Specification for Emulsified Asphalt B. Americans with Disabilities Act (ADA) ADA Standards for Accessible Design C. American Society for Testing and Materials (ASTM) ASTM A36 Standard Specification for Carbon Structural Steel ASTM A572 Standard Specification for High-Strength Low-Alloy Columbium-Vanadium Structural Steel ASTM C33 Standard Specification for Concrete Aggregates 325 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 '.'IBEACH RISI \ G A3OVE ASTM C140 Standard Test Methods for Sampling and Testing Concrete Masonry Units and Related Units ASTM C936 Standard Specification for Solid Concrete Interlocking Paving Units ASTM E274 Standard Test Method for Skid Resistance of Paved Surfaces Using a Full-Scale Tire ASTM E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils D. City of Miami Beach Code of Ordinances Street Design Guidelines (2016) Transportation Master Plan (2016) Bicycle-Pedestrian Master Plan (2016) E. Division of Environmental Resources Management, Department of Regulatory and Economic Resources (RER-DERM) Regulations F. Federal Highway Administration (FHWA) Manual on Uniform Traffic Control Devices (MUTCD) G. Florida Accessibility Code for Building Construction Chapter 3 - Geometric Design H. Florida Building Code I. Florida Department of Environmental Protection (FDEP) J. Florida Department of Transportation (FDOT) Design Standards Greenbook Manual of Uniform Minimum Standards for Design, Construction and Maintenance (Florida Greenbook) 326 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 �wii iv\BEACH RISI \ G A3OV = Standard Plans for Road and Bridge Construction K. Florida Statutes L. Miami-Dade County Code of Ordinances Department of Transportation & Public Works M. National Association of City Transportation Officials (NACTO) Urban Bikeway Design Guide Urban Street Design Guide N. Occupational Safety and Health (OSHA) Regulations O. South Florida Water Management District (SFWMD) Requirements P. United States Access Board Public Right-of-Way Accessibility Guidelines (PROWAG) 1.4 CONTRACTOR SUBMITTALS A. The Contractor shall submit complete shop drawings and certificates, test reports, affidavits of compliance, of all materials to be used for roadway construction, in accordance with the requirements in the Section 013300, "Submittal Procedures" PART 2 — PRODUCTS NOT USED PART 3 — EXECUTION 3.1 WORK INCLUDED A. All existing utility castings, including valve boxes, junction boxes, manholes, handholes, pull boxes, inlets and similar structures in the areas of trench restoration, pavement replacement and pavement overlay shall be adjusted by the Contractor to bring them flush with the surface of the finished work. B. The Contractor shall be responsible for the protection from damage from his construction operations, all pavements, including all base courses and surface courses, within the work area. 327 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ',^IBEACH RISI \ G A3OVE C. Payment for pavement restoration will be made only where such base courses or surface courses are encountered within the limits defined in the pavement repair details shown on the Plans and/or in the Department Standard Details at the rear of these Technical Specifications. D. Any base course or surface course beyond those limits, damaged as a result of the Contractor's operation, shall be restored in accordance with the applicable requirements of these Technical Specifications, to the satisfaction of the Engineer, and to the satisfaction of the governing authority having jurisdiction over the work area at no additional cost to the City. E. Any damage to adjacent lanes of pavement will require that the Contractor resurface the entire width of the lane in which the damage occurred for 25 feet in both directions from damage, at no cost to the City. If the road is under Moratorium, the Contractor is to restore 50 feet in both directions from damage. F. In order to protect himself from being held liable for any existing damaged pavement, including detour routes, the Contractor is advised to notify in writing the authority having jurisdiction over the street where such defective pavement exists prior to proceeding with any work in the vicinity. A copy of all such notices shall be forwarded to the Engineer. G. No payment shall be made for pavement restoration which falls outside the above described limits and is required for thrust blocks and other appurtenant items. The cost for such work shall be included in the price bid for the applicable item. H. It is brought to the Contractor's attention that wherever the line of the nominal repaving for trenches extend to within two (2) feet of the edge of the existing paving, he shall repave to this edge. I. Permanent pavement repair shall be in accordance with the details shown on the Plans and/or in the Department Standard Details herein, with edges straight and parallel and patches rectangular in plan. Any paving replacement required beyond the limits shown in the details, and as called for in these Technical Specifications, shall be at the Contractor's expense. Where trenches are located out of the existing pavement and damage occurs to the pavement, it shall also be replaced by the Contractor at his expense. J. Pavement markings removed or obliterated by the Contractor's operations shall be promptly replaced in kind by him at his expense, to the satisfaction of the City or other authority having jurisdiction over the work area. K. The percentages of maximum density for subgrade and limerock base specified herein are minimum. Greater percentages of maximum density shall be obtained, if so required by the governing authority having jurisdiction over the work location. 328 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 �11AN11BEALH RISING A3OVE L. Asphaltic concrete mixtures shall be obtained only from plants which comply with the requirements of FDOT Specifications, Section 320 as applicable, using materials specified herein, and producing the specified mixture. General construction requirements for all hot bituminous mixtures specified herein shall conform to FDOT Specifications, Sections 330 and 333, as applicable. Refer to Section 321216, "Base Course and Asphalt Paving" M. All equipment necessary for construction shall be on the job site in first class working condition. N. Asphaltic concrete shall be laid only where the surface to be covered is intact, firm, cured and dry, and only when weather conditions are suitable. The temperature of the mixture at the time of spreading shall be within 25°F of the temperature set by the Engineer. No mixture shall be spread when the air temperature is less than 40°F nor when the spreading cannot be finished and compacted during daylight hours. O. Any mixture caught in transit by a sudden rain may be laid at the Contractor's risk, if the base is in suitable condition. Under no circumstances shall asphalt material be placed while rain is falling, or when there is water on the area to be covered. — END OF SECTION & DIVISION — 329 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ATTACHMENT B M I AM I REVISED SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. For a detailed description of each line item please refer to Section 012200—Measurement and Payment of the project Specifications provided. (A) O (C) Item No. Bid Item Description Unit of Total TOTAL Measure Quantity Unit Cost (AxB=C) GENERAL 1 Mobilization/Demobilization LS 1 2 Furnishing traffic control LS 1 WATER MAIN Furnishing and delivering to the 3 Department 16-inch zinc-coated LF 90 polywrapped ductile iron pipe, and fittings for water main Furnishing and delivering to the 4 Department 16-inch mechanical EA 2 joint butterfly valves Installing 16-inch zinc-coated 5 polywrapped ductile iron pipe, LF 90 fittings, and valves for water main Furnishing and delivering to the 6 Department 12-inch zinc-coated LF 1570 polywrapped ductile iron pipe,and fittings for water main Furnishing and delivering to the 7 Department 12-inch mechanical EA 5 joint resilient-seated gate valves Installing 12-inch zinc-coated 8 polywrapped ductile iron pipe, LF 1570 fittings, and valves for water main Furnishing and delivering to the 9 Department 8-inch zinc-coated polywrapped ductile iron pipe, LF 5420 fittings, and valves for water main Installing 8-inch zinc-coated 10 polywrapped ductile iron pipe. LF 5420 fittings,and valves for water main Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Furnishing and delivering to the 11 Department 6-inch zinc-coated polywrapped ductile iron pipe, LF 360 fittings, and valves for water main Installing 6-inch zinc-coated 12 polywrapped ductile iron pipe, LF 360 fittings, and valves for water main Making cut-in connections to 13 existing water mains at including EA 36 furnishing and installing all fittings necessary for connections 14 Furnishing and installing connection(s)to existing 4-inch fire EA 3 suppression lines 15 Furnishing and installing connection(s)to existing 6-inch fire EA 4 suppression lines 16 Making tapping connections to existing water mains EA 1 17 Furnishing, Delivering,and Installing Manual Air Release Valve EA 24 Assemblies(ARVs)for water main Furnishing,delivering,and Installing 18 Flushing Valve Outlet Assemblies EA 5 (FVOs) Furnishing and installing fire hydrant 19 assemblies,6-inch branch pipe,and EA 12 guard posts For removing and salvaging fire EA 12 20 hydrant assembly with guard posts Furnishing and installing 2-inch short EA 45 21 water services 22 Furnishing and installing 2-inch long water services EA 25 23 Furnishing,delivering and installing water meter concrete body EA 70 24 Furnishing,delivering and installing water meter concrete body EA 70 25 For providing temporary water services during construction of water EA 36 main replacements in place 26 Flowable fill used for abandoning as CY 50 directed by the Engineer 27 For constructing 8-inch reinforced concrete protective slab in low CY 10 ground cover Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RESTORATION 28 Trench overcut in 1-foot depth LF 18000 increments,for any size pipe 29 Sheeting and shoring ordered left in SF 250 place by the Engineer Removal.transport,and legal 30 disposal of unsuitable backfill CY 3200 materials, including tipping fees, as ordered by the Engineer Furnishing and installing additional 31 suitable backfill material, as directed CY 3200 by the Engineer 32 Constructing limerock base SY 5100 permanent pavement repairs Constructing Type"S-III" asphaltic 33 concrete surface course permanent SY 5100 pavement repairs Cold milling roadway surface course 34 for permanent pavement repairs SY 20000 (nominal 1-inch thick) Constructing Type"S-Ill" permanent pavement repairs for roadway 35 (nominal 1-inch-thick machine-laid SY 20000 asphaltic concrete friction surface overlay) Cold milling roadway surface course 36 for permanent pavement repairs on SY 336 FDOT right of way(nominal 2 inch thick) Constructing Type"S-Ill" permanent pavement repairs for roadway on 37 FDOT right of way(nominal 2-inch- SY 336 thick machine-laid asphaltic concrete friction surface overlay) Replacing pavement markings 38 damaged, removed,or obliterated AS 1 by the Contractor's operation 39 Concrete curb and gutter restoration LF 1200 to match existing 40 Restoring concrete sidewalk SF 850 41 Restoring sodded area SY 200 42 Relocation of CitiBike Racks EA 1 43 Furnish and Install Geotextile/Filter LF 1,160 fabric 44 Furnish and Install Detectable SF 192 Warnin•s TOTAL BASE BID AMOUNT(LINES 1-44)$ Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I AM I BE1\CF-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 3 INVITATION TO BID NO. 2024-511-JP WATER MAIN REPLACEMENT—FIRE FLOW PACKAGE#1 November 18, 2024 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. REVISION: ITB DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Monday, December 9, 2024. All bids received and time stamped through PeriscopeS2G, 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. RESPONSES TO QUESTIONS WILL BE ADDRESSED IN A FORTHCOMING ADDENDUM. FURTHER, THE DEADLINE FOR QUESTIONS HAS PASSED, AND NO FURTHER QUESTIONS WILL BE ACCEPTED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado a(�miamibeachfl.gov. Contact: Telephone: Email: Danny Flores 305-673-7490 ext. 26652 DannyFlores miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, / iZ , Z2 & for Kristy Bada Chief Procurement Officer 1 ADDENDUM NO.3 INVITATION TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I A M I B E AC H PROCUREMENT DEPARTMENT 1755 Meridian ,Td Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 2 INVITATION TO BID NO. 2024-511-JP WATER MAIN REPLACEMENT—FIRE FLOW PACKAGE#1 November 5, 2024 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. REVISION: ITB DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Wednesday, November 20, 2024. All bids received and time stamped through PeriscopeS2G,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. RESPONSES TO QUESTIONS WILL BE ADDRESSED IN FORTHCOMING ADDENDUM. FURTHER, THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE ACCEPTED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado a(�miamibeachfl.gov. Contact: Telephone: Email: Danny Flores 305-673-7490 ext. 26652 DannyFlores _miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, Maze P cdo for Kristy Bada Chief Procurement Officer 1 ADDENDUM NO.2 INVITATION TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 M I A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,Ti Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2024-511-JP WATER MAIN REPLACEMENT—FIRE FLOW PACKAGE#1 October 23, 2024 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. REVISION: ITB DUE DATE AND TIME. The deadline for the electronic receipt of bids is extended until 3:00 p.m., on Wednesday, November 6, 2024. All bids received and time stamped through PeriscopeS2G, 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. RESPONSES TO QUESTIONS WILL BE ADDRESSED IN FORTHCOMING ADDENDUM. FURTHER,THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE ACCEPTED. II. REVISION: DELETE ITB Summary — ITB Information & General Requirements, Subsection No. 7, Procurement Contact: Name:Julissa Perez Danny Flores Telephone:305 673 7490 ext. 26948 305-673-7000 ext. 26652 Email:Attissapefez@miamtheaeighgrav DannyFlores a(�miamibeachfl.gov Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadona.miamibeachfl.gov. Contact: Telephone: Email: Danny Flores i 305-673-7490 ext. 26652 DannyFlores a(�miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, /tyat,ale .Pelfa44> for Kristy Bada Chief Procurement Officer I1ADDENDUM NO.1 INVITATION TO BID NO.2024-511-JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-02D8A3F6F450 ITB SUMMARY The purpose of this ITB Summary is to summarize the major terms, conditions, and requirements of the ITB. Bidders shall note that various paragraphs within these bid documents have a box ( ), which may be checked ( El ). 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. It is the Bidder's responsibility to become familiar with all terms, conditions, and requirements of the ITB, whether or not they are included in the ITB Summary. Further, it is the Bidder's responsibility to make note of and account for any revisions to any portion of the ITB Summary that may result from an addendum to the ITB. SUMMARY ITB INFORMATION & GENERAL REQUIREMENTS ITEM NO. 1 ITB No.: 2024-511-JP 2 ITB Title: WATER MAIN REPLACEMENT— FIRE FLOW PACKAGE #1 3 Date of Issuance: Wednesday, September 11, 2024 4 Project Description & The scope of Work for the above-referenced Fire Flow Scope of Work: Projects is as recommended in the City's Water System Master Plan dated October 2019 for fire flow improvements within the City Center Neighborhoods. The work includes the installation of approximately 7,650 Linear Feet (LF) of zinc- coated and poly-wrapped ductile iron water mains up to 16" in diameter to meet fire flow pressures. The Work to be performed under this Contract shall consist of furnishing all equipment, materials, supplies, and manufactured articles, for furnishing all transportation and services, including fuel, power, water, and essential communications, and for the performance of all labor, Work or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. _ 5 Project Site: Neighborhood: Flamingo Lummus. This project entails the replacement of the existing water mains along the following corridors: • 14th Street and 13th Street, from Alton Rd. to Michigan Ct. • Michigan Ct. from 13th St. to 14th St. • 10th St. from Alton Rd. to Washington Ave. • 8th St. from Lenox Ave. to Michigan Ct. • Lenox Ave. from 9th St. to 8th St. • Michigan Ct. from 8th St. to 6th St. • 7th St. from Alton Rd. to Jefferson Ct. 6 Estimated Budget: $4,795,698 7 Procurement Contact: Name: Julissa Perez Telephone: 305-673-7490 ext. 26948 Email: Julissaperez@miamibeachfl.ov 8 Cone of Silence: Bidders are hereby advised that pursuant to Section 2-486 of the City Code, this solicitation is under the Cone of Silence law. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelqranadomiamibeachfl.gov. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Reference: Section 0400, Solicitation Terms and Conditions IMPORTANT DATES 9 Due Date &Time for Bid The deadline for the submittal of bids is 3:00 pm on Submittal: Monday, October 28, 2024 An addendum to the ITB may Join on your computer or mobile app modify the due date. The Bidder must download all addenda. Click here to join the meeting Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 612 455 714# Bidders are cautioned that late bids can not be submitted. Bidders are fully responsible for assuring that bids are received by the deadline. 10 Pre-Bid Conference: Date: Tuesday, October 01, 2024 ® Pre-Bid Conference will Time: 3:00 pm be held. Join on your computer or mobile app Click here to join the meeting ❑ Pre-Bid Conference is Or call in (audio only) Mandatory. +1 786-636-1480 United States, Miami Phone Conference ID: 744 917 762# ❑ A Pre-Bid Conference will not be held. Reference: Section 0100, Sub-section 6, Pre-Bid Interpretations. 11 Site Visit: Date: Tuesday, October 01, 2024 Time: 10:00 am ® Site Visit will be held. Location: 1040 10th St ❑ Site Visit is Mandatory. Miami Beach, FL 33139 ❑ Site Visit will not be held. 12 Last Day for Receipt of Monday, October 14, 2024 by 5:00 pm E.T. Questions: Questions will be allowed up to 10 days before the initial deadline for submittal of Bids. Questions must be directed to Julissaperez cC miamibeachfl.Qov, with a copy sent to the City Clerk rafaelgranado(a miamibeachfl.gov. Reference: Section 0100, Sub-section 6, Pre-Bid Interpretations. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 PROJECT SPECIFIC INFORMATION & REQUIREMENTS 13 Minimum Requirements: Bids from bidders that do not meet the following Minimum Requirements shall be deemed non-responsive and shall not ® Shall apply. be considered. 1. Licensing Requirements. Bidder shall be State of ❑ Shall not apply. Florida Certified Underground Utility and Excavation Contractor OR State of Florida Certified General Contractor, with Florida Certified Underground Utility and Excavation Contractor as a subcontractor, OR Miami Dade County Certified General Contractor with State of Florida Certified Underground Utility and Excavation Contractor as a subcontractor to be considered for award. Submittal Requirement: Provide a copy of license(s). 2. Previous Experience of Bidder (Firm or its principal) or Subcontractor. Bidder and/or its principal or subcontractor (if applicable) must have been awarded a minimum of three (3) projects of similar scope within the last ten (10) years, two (2) of which must be completed, and the third may be ongoing. A project of a similar scope shall be defined as a water main construction project installing 1000 linear feet of potable water main of at least 8-inch diameter. The project shall include the installation of all of these elements: ductile iron pipe, temporary bypass, fire hydrant assemblies, and water service lines. Submittal Requirement for each Project: 1) Name of Bidder or Principal or Subcontractor (if applicable), 2) Project Owner Name, 3) Contact Name, Telephone & Email, 4) Project Address, 5) Narrative on Scope of Services Provided (the narrative must specify: linear footage, material type, and diameter of installed pipeline; whether the project included installation of ductile iron water main (yes/no); a temporary bypass (yes/no); a fire hydrant assembly (yes/no); and water service lines (yes/no)), 6) Contract Amount and completion date (if applicable). 3. Previous Experience of Bidder (Firm) Lead Project Manager. Bidder's Lead Project Manager must have completed at least two (2) projects with similar scope Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 within the last ten (10) years. A project of a similar scope shall be defined as a project consisting of installing at least 1000 linear feet of pipe of at least 8- inch diameter. At least one of the two projects must include the installation of all of these elements; ductile iron water main, temporary bypass, fire hydrant assemblies, and water service lines. Submittal Requirements for each project: 1) Name of proposed Lead Project Manager 2) Contact Name, Telephone & Email, 3) Project Address, 4) Narrative on Scope of Services Provided (the narrative must specify: linear footage, material type, and diameter of installed pipeline; whether the project included installation of ductile iron water main (yes/no); a temporary bypass (yes/no); a fire hydrant assembly (yes/no); and water service lines (yes/no)), 5) Contract Amount and completion date (if applicable). 4. Previous Experience of Bidder (Firm) Superintendent. Bidder's Superintendent must have completed at least two (2) projects with similar scope within the last ten (10) years. A project of a similar scope shall be defined as a project consisting of installing at least 1000 linear feet of pipe of at least 8-inch diameter. At least one of the two projects must include the installation of all of these elements; ductile iron water main, temporary bypass, fire hydrant assemblies, and water service lines. Submittal Requirements for each project: 1) Name of proposed Superintendent 2) Contact Name, Telephone & Email, 3) Project Address, 4) Narrative on Scope of Services Provided (the narrative must specify: linear footage, material type, and diameter of installed pipeline; whether the project included installation of ductile iron water main (yes/no); a temporary bypass (yes/no); a fire hydrant assembly (yes/no); and water service lines (yes/no)), 5) Completion date (if applicable). Reference: Section 0200. 14 Bid Bond Requirements: If the requirement applies, a bid bond that is in compliance with Section 0100 must submitted. ® Shall apply. Reference: Appendix B Bid Bond Form ❑ Shall not apply. Section 0100, Sub-section 8, Bid Bond. Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 15 Insurance: If the requirement applies, Bidder agrees it shall fully comply with the insurance requirements in Appendix I. ® Shall apply. Compliance with the insurance requirements shall not relieve ❑ Shall not apply. the Contractor of its liability and obligation under this section or any other section of the agreement. 16 Contract Price: As indicated, contract pricing shall be based on lump sum or unit pricing in accordance with Section 0400, Terms and ® Lump sum pricing shall Conditions of the Contract. The award shall be made in apply. accordance with Section 0100, Instructions to Bidders subsection 10, Method of Award. ❑ Unit pricing. 17 Alternates: In determining the lowest bid, the City may consider the total base bid cost or the cost of the total base bid plus any ❑ Included. selected alternates (as applicable). The consideration of any bid alternate (if applicable) shall be solely at the City's ® Not Included. discretion. If applicable, bid alternates will be detailed in the Bid Price Form, Appendix A. Determination of the award (including whether bid alternates will be included in the award) shall be made in accordance with Section 0100, Instructions to Bidders subsection 10, Method of Award. 18 Contract Time & Schedule: Days for Substantial Completion: 290 days Days for Final Completion: 65 days Total Project Duration: 355 days Project Scheduling Software Required: ❑ Bar Chart ❑ Computerized CPM using Primavera "P6" software ❑ Modified CPM ® Microsoft Project Reference: Section 0400, Terms and Conditions of the Contract. 19 Liquidated Damages: 1. Failure to achieve Substantial Completion: $2,650/day ® Shall apply. 2. Failure to achieve Final Completion: $1,325/day ❑ Shall not apply. Reference: Section 0400, Terms and Conditions of the Contract. 20 Minimum %of Self-Work Minimum % of the work Contractor will self-perform with its Requirement: forces: 20% ® Shall apply. See Section 0400, Terms and Conditions of the Contract. ❑ Shall not apply. 21 Performance & Payment See Section 0400, Terms and Conditions of the Contract. Bond Requirements: 1. Formal Solicitations Terms and Conditions for Goods and Services ® Shall apply. AND ❑ Shall not apply. General Conditions for Construction Contracts Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 22 Davis-Bacon Wage Rates: If the requirement applies, Bidder agrees that it and its sub- contractors shall pay laborers and mechanics employed ❑ Shall apply. under the Contract no less than the prevailing wage rate, and fringe benefit payments to be used in implementation of this ® Shall not apply. article shall be those last published by the United States Department of Labor in the Federal Register prior to the date of issuance of the ITB. 23 Local Workforce Applicable to contracts in excess of $1,500,000. If the Participation: requirement applies, the Bidder agroos that it and its 0 make its best reasonable efforts to promote employment Local workforce participation goals and reporting 24 Prevailing Wage Rates: Applicable to contracts in excesc of $1,500,000. If the shall be those last published by the United States ems. 25 Certified Payroll Reporting Pursuant to City Code Section 31-32, the Awarded Requirement: Contractor must submit certified payroll records along with ® Shall a I each payment application to allow the City to verify the wage pp y rates paid to construction workers performing work on city n Shall not apply. projects. All certified payroll records submitted to the City shall, at a minimum, include the name, address or zip code, labor classification, hours worked, and hourly base rate paid for each laborer, mechanic, and apprentice employed by any contractor or subcontractor on the work covered by the city construction contract. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 26 Required Permits: PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work, ® Shall apply. including but not limited to: ❑ Shall not apply. 1. City of Miami Beach Public Works Department 2. Miami-Dade Department of Environmental Resources Management (DERM), if required. 3. Miami-Dade Water and Sewer(WASD), if required. 4. Florida Department of Transportation (FDOT). 5. Florida Department of Health (FDOH), if required. 27 Trench Safety Act Reference: Section 0100, Sub-section 12, Florida Trench Requirements Safety Act. ® Shall apply. ❑ Shall not apply. 28 Art in Public Places: This Project is subject to the Art in Public Places ("AiPP") provisions as set forth in Sections 82-561 through 82-612 of ❑ Shall apply. the City of Miami Beach Code, as managed by the City of Miami Beach Tourism and Culture Department. The Project ® Shall not apply. or Developer, as applicable, shall transmit 2% or as amended of the Project costs for all development on City land to Art in Public Places, Tourism, and Culture Department for the implementation of the AiPP program. The Project or Developer is required to work collaboratively with the Tourism and Culture Department on the implementation of the AiPP program, including construction project coordination as required by the project, pursuant to the requirements of said program. 29 Consultant: Ardurra Group, INC. 8700 West Flagler Street, Suite 180, Miami, FL 33174 30 Participating N/A Agency/Grantor: SUBMITTAL REQUIREMENTS 31 Submittal Location: Bids will be submitted ELECTRONICALLY ONLY through Periscope S2G (formerly known as BidSync) (www.periscopeholdings.com or www.bidsync.com). 32 Submittal Format& Bids are to be submitted ELECTRONICALLY ONLY, contain Requirements: all information. and organized in accordance with Section 0300, including: BID SUBMITTAL QUESTIONNAIRE-CONSTRUCTION , Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Submit the Bid Submittal Questionnaire — Construction: The questionnaire is an online fillable form that must be completed and submitted electronically via Periscope S2G. TAB 1: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS Submit evidence, as specifically requested in the ITB Summary, 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 not be considered. TAB 2: BID PRICE FORM & BID BOND The following documents shall be submitted by the deadline for the submittal of bids: 1. Bid Price Form. (Appendix A). 2. Bid Bond Form (see Section 0100, Sub-section 8). If the requirement applies, the bid bond is a required document that shall be submitted on or before the deadline for bids. FAILURE TO SUBMIT THE MOST RECENTLY COMPLETED 1) BID PRICE FORM AND 2) BID BOND BY THE DEADLINE FOR SUBMITTAL OF BIDS SHALL RESULT IN THE BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. 3. Schedule of Values (Appendix C). MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. TAB 3: OTHER BID FORMS Submit other forms if required in the ITB Summary, including but not limited to: 1. Local Workforce Participation Program Responsible Contractor Affidavit Form (Appendix D). If the ITB Summary indicates a Local Workforce Participation Program is applicable, then this form must be submitted. 2. Trench Safety Certification Form Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 (Appendix E). If the ITB Summary indicates a Trench Safety Act is applicable, then this form must be submitted. Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 TABLE OF CONTENTS SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO BIDDERS 0200 MINIMUM QUALIFICATIONS 0300 BID SUBMITTAL FORMAT 0400 TERMS & CONDITIONS (Under separate cover) APPENDICES: APPENDIX A BID PRICE FORM APPENDIX B BID BOND FORM APPENDIX C SCHEDULE OF VALUES APPENDIX D PREVAILING WAGES AND LOCAL WORKFORCE PARTICIPATION APPENDIX E TRENCH SAFETY CERTIFICATION FORM APPENDIX F CONTRACT FORM APPENDIX G LIST OF PLANS & SPECIFICATIONS APPENDIX H POST AWARD FORMS APPENDIX I INSURANCE REQUIREMENTS Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SECTION 0100— INSTRUCTIONS TO BIDDERS: 1. General. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Bidders to submit their qualifications and bid (the "Bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation and are complementary to one another and together establish the complete terms, conditions, and obligations of the Bidders and, subsequently, the successful Bidder(s) (the "contractor[s]") if this ITB results in an award. The City utilizes Periscope S2G (formerly known as BidSync) (www.periscopeholdings.com or www.bidsvnc.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through Periscope S2G must register immediately with Periscope S2G to ensure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of the proposal submitted. 2. Background and Scope of Work. The Project is described more fully in the Invitation to Bid Summary(and any exhibits referenced therein). 3. Abbreviations and Symbols. The abbreviations used throughout the Contract Documents are defined 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: a. Examine the Contract Documents thoroughly. b. Visit the site or structure to become familiar with conditions that may affect costs, progress, performance, or furnishing of the Work. c. 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. d. Study and carefully correlate Bidder's observations with the Contract Documents. e. Carefully review the Contract Documents and notify the City 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 an 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 Project Site/Location of the Work specified in the Invitation to Bid Summary (the"Project Site"). 6. Pre-Bid Interpretations. Only those questions answered by the City's Procurement Department via a written addendum to this ITB shall be binding as to this ITB. City's answers to questions may supersede terms noted in this ITB, and in such event, such Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 answers shall govern and control this ITB. Verbal and other interpretations or clarifications of City representatives or employees 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 the 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 the City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. 7. Electronic 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 Section 0300 and must be received on or before the deadline for the submittal of bids. Late bids will not be accepted and will not be considered. It is the Bidder's responsibility to account for any possible delay. 8. Bid Bond. If the Invitation to Bid Summary specifies that a bid bond is required, the Bidder shall submit, BY THE DEADLINE FOR SUBMITTAL OF BIDS, a bid bond, in the manner prescribed herein, in the amount of 5% of the total base bid amount, payable to City of Miami Beach, Florida, as guarantee of good faith on the part of the Bidder that, if awarded. it will enter into a contract within 30 days of notification of award. Bid bonds must be issued by a surety company authorized to conduct business in the State of Florida and carry a rating of B+ or better, as listed in the A.M. Best or equivalent rating guide. a. Acceptable Forms of Bid Bonds. Electronic, electronic copy, paper (original or certified hard copy), or cash/check bid bonds are acceptable in the following forms only: 1. Electronic Bid Bond. Bidder may submit an electronic bid bond, provided by Surety2000.com (verified by an eleven-digit code generated by the Surety2000 system) and provided by the Bidder with the bid. The instructions for obtaining a bid bond through Surety2000 are below. 1. Register with Surety2000 by visiting www.surety2000.com. If you have previously registered with Surety2000,you wit not need to register again. 2. Verify that your Surety Broker is registered with Surety2000. If they are not,direct them to visit www.suretv2000.com to register. 3. Provide your Surety Broker with the bond details for the proposal you want to bid on. 4. Once your Surety Broker has confirmed the execution of the electronic Bond, log into www.surety2000.corn to digitally sign the Bond and receive the eleven-digit bond number. 5. Enter this number where indicated in the bid proposal submission. The option to submit an electronic bid bond is provided solely for the convenience of the Bidder.The Bidder is solely responsible for ensuring that the City receives an electronic bid in the manner and by the time and date prescribed herein.The City is not responsible for any issues, technical or otherwise, relating to the use of the Surety 2000 system by a bidder. For questions regarding the Surety 2000 system, contact 1-800-660-3263 or help(@surety2000.com. Or Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 2. Electronic Copy Bid Bond. Bidders may submit an electronic copy of the bid bond through Periscope S2G. which the City must receive on or before the deadline for the submittal of bids. Failure to submit an electronic copy of the bid bond through Periscope S2G or bid bonds received after the deadline for submittal of bids will not be acceptable and shall render the bid submittal non-responsive. The City may require the original bid bond to be submitted within three (3)days from request. Or 3. Paper Bid Bond. Bidder may submit an original or certified hard-copy (paper) bid bond, which the City must receive on or before the deadline for submittal of bids. Failure to submit an original or certified hard-copy (paper) bid bond or bid bonds received after the deadline for submittal of bids will not be acceptable and shall render the bid submittal non-responsive. The original or certified hard copy (paper) must be mailed to the address below by the deadline for the submittal of bids. Attn: Procurement Department City of Miami Beach City Clerk's Office 1700 Convention Center Dr., 1st Floor Miami Beach, 33139— 1st Floor Or 4. Certified or Cashier's Check. Bidder may submit a certified check or cashier's check issued by any national or state bank (United States) payable to the City of Miami Beach, Florida. A SCANNED OR PDF COPY OR A PERSONAL CHECK OR COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID BID BOND AND SHALL NOT BE ACCEPTABLE. FAILURE TO SUBMIT A BID BOND IN ONE OF THE ACCEPTABLE FORMS STATED ABOVE SHALL RENDER BID NON-RESPONSIVE. b. Forfeiture of Bid Bond. The bid bond 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 (recorded by Miami Dade County) and Certificate(s) of Insurance. within ten (10) calendar days after the Bidder's receipt of the Contract for execution, or failure to comply with any other requirements set forth herein. Bid bonds of the unsuccessful Bidders will be returned after the successful Bidder is awarded. 9. Prevailing Wage Rates & Local Workforce Participation. See ITB Bid Summary to determine if prevailing wages and local workforce participation are a requirement of this ITB. If required, Chapter 31, Articles II and III, of the Code of City of Miami Beach requires that the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the Contract, shall not be less than the prevailing rate of wages and fringe benefit payments or Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 cash equivalence for similar skills or classifications of work, as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. Additionally, the Contractor will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The Contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. Refer to Appendix D for additional information, the submittal requirements for these programs, and the applicable prevailing wage table for the project. 10. Method of Award. On the Bid Price Form (Appendix A), the Bidder must state its Total Base Bid, which includes the cost of the base project scope requirements (inclusive of all terms, conditions, specifications, plans, and any other requirement) and the Grand Total Bid, which includes the Total Base Bid plus permit and trench safety indemnification allowances. The Bid Price Form (Appendix A) may also include Additive Alternates, which add certain additional scope elements, and Deductive Alternates, which reduce certain scope elements. The City may consider additive or deductive bid alternates to achieve the maximum project scope within the available budget. When bids are below the stated budget, the City may consider including one or more Additive Alternate, in the order of priority stated, in determining the lowest responsive, responsible Bidder. When bids are above the stated budget, the City may consider including one or more Deductive Alternate, in the order of priority stated, in determining the lowest responsive, responsible Bidder. The responsive, responsible Bidder submitting the lowest sum of the Grand Total Bid plus any alternates selected by the City shall be considered the lowest responsive, responsible Bidder. When the Grand Total Bid plus any alternates selected is equal to or less than the amount established in section 2-366 of the City Code for formal bids shall be awarded by the City Manager, or designee, to the lowest responsive and responsible Bidder meeting all terms, conditions, and specifications of the ITB. When the Grand Total Bid plus any alternates selected is in excess of the amount established in section 2-366 of the City Code for formal bids shall be awarded by the City Commission to the lowest responsive and responsible Bidder meeting all terms, conditions, and specifications of the ITB. In addition to price, the following factors, pursuant to Section 2-369 of the City Code, shall be considered: • The ability, capacity, and skill of the Bidder to perform the Contract. • Whether the Bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation, judgment, experience, and efficiency of the Bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the Bidder with laws and ordinances relating to the Contract. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 The City Manager shall also have the authority to reject any bids, pursuant to Section 2-367 of the City Code. The City Commission may 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 approval of the City Manager's recommendation by the City Commission shall not constitute a binding contract between the City and the selected Bidder(s). A binding contract will exist upon the complete execution and delivery of the City's Contract. 11. Contract Price. The Contract Price consists of the total base bid amount and the owner's contingency (to be used solely by the City at its sole discretion for the purpose described in that Contract Documents). The Contract Price, exclusive of the Owner's Contingency, includes, without limitation, all costs for all labor, materials, equipment, fixtures, freight, field supervision, supervisory expenses, project vehicles, field office and equipment, postage and delivery, safety and first aid, telephone, transportation of employees, parking, insurance, taxes, preparation and maintenance of the construction schedule and the preparation of as-built and shop drawings, as well as Contractor's overhead and profit required for completion of all the Work in accordance with the requirements of the Contract Documents, including work reasonably inferable therefrom, even if such items of Work are not specifically or expressly identified as part of a line item in the Bid Price Form. 12. Florida Trench Safety Act. If the work involves trench excavations that will exceed a depth of 5 feet, the requirements of Florida Statutes. Chapter 553, Part III, Trench Safety Act, will be in effect. The Bidder, by virtue of submitting a bid, certifies that such Act will be complied with during the execution of the work. The Bidder acknowledges that the total bid price includes all costs for complying with the Florida Trench Safety Act. The Trench Safety Certification Form can be found in Appendix E. If the ITB Summary indicates a Trench Safety Act is applicable, then this form must be submitted. 13. E-Verify. As a contractor, you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility." Therefore, you 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 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. 14. How to Manage or Create a Vendor Profile on Vendor Self-Service (VSS). In addition to registering with Periscope S2G, the City encourages vendors to register with our online Vendor Self-Service web page. This allows City vendors to easily update contacts, attachments (W-9), and commodity information. The Vendor Self-Service (VSS) webpage (https://selfservice.miamibeachfl.gov/vss/Vendors/default.aspx) will also provide you with purchase orders and payment information. Should you have any questions or comments, do not hesitate to submit them to vendorsupport(a�miamibeachfl.gov. Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 15. Supplier Diversity. The City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce (NGLCC), and small and disadvantaged businesses, as certified by Miami-Dade County. See authorizing resolutions here. If your company is certified by NGLCC as an LGBT-owned business or as a small or disadvantaged business by Miami-Dade County, click on the link below to be added to the City's supplier registry (Vendor Self-Service) and bid system (Periscope S2G, Supplier-to- Government). These are two different systems, and you must register for both. Click to see acceptable certification and to register: httos://www.miamibeachfl.gov/city- hall/procurement/how-to-become-a-vendor/. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SECTION 0200— MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed in the ITB Bid Summary. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. Rest of page left blank intentionally. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SECTION 0300—ELECTRONIC BID SUBMITTAL FORMAT 1. ELECTRONIC RESPONSES (ONLY). Bids must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid until the deadline for bid submittals. The City will only consider the latest version of the bid. Electronic bid submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4 below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to ensure that its bid, including all attachments, is uploaded successfully. Only bid submittals received and time stamped by Periscope S2G (formerly BidSync) prior to the bid submittal deadline shall be accepted as submitted in a timely manner. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990- 9339 (toll-free) or S2G(a�periscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in BidSync prior to the deadline for bid submittals. 2. REQUIRED DOCUMENTS. 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 (The questionnaire is not a part of the ITB. It is an online fillable form that must be completed and submitted electronically via Periscope S2G.) b. Bid Price Form (Appendix A) c. Bid Bond (Appendix B) If the ITB Summary indicates a bid bond is required. then a fully executed bid bond must be submitted by the deadline for submittal of bids) d. Schedule of Values (Appendix C) Shall be submitted with the bid or within three (3)days of request from the City. 3. OMITTED INFORMATION. The City reserves the right to request any documentation omitted, with the exception of the required documents set forth in section 2 above, which must be submitted at the time of bid. Bid Submittals received without the Bid Price Form or Bid Bond (if applicable) or with an incomplete 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. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process, and assist in the review of bid submittals, it is strongly recommended that bids be organized and tabbed in accordance with the tabs and sections specified 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 Periscope S2G. TAB 1: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS Submit evidence, as specifically requested in the ITB Summary, 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 not be considered. TAB 2: BID PRICE FORM & BID BOND The following documents shall be submitted with the bid by the deadline for submittal of bids: 1. Bid Price Form (Appendix A) 2. Bid Bond Form (see Section 0100. Sub-section 8). If the requirement applies, the bid bond is a required document that shall be submitted on or before the deadline for bids. FAILURE TO SUBMIT THE MOST RECENTLY COMPLETED 1) BID PRICE FORM AND 2) BID BOND BY THE DEADLINE FOR SUBMITTAL OF BIDS SHALL RESULT IN THE BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. 3. Schedule of Values (Appendix C) MUST BE SUBMITTED WITH THE BID OR WITHIN THREE 3 DAYS OF REQUEST BY THE CITY. TAB 3: OTHER BID FORMS Submit any other form requested on the ITB Summary, including but not limited to: 1. Local Workforce Participation Program Responsible Contractor Affidavit Form (Appendix C) If ITB Summary indicates a Local Workforce Participation Program is applicable, then this form must be submitted). 2. Trench Safety Certification Form (Appendix E) If the ITB Summary indicates a Trench Safety Act is applicable. then this form must be submitted. Rest of page left blank intentionally. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 0400—TERMS AND CONDITIONS The following documents identify terms and conditions that, together with the ITB, inclusive of all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation and the Contract and are complementary to one another and together establish the complete terms, conditions, and obligations of the Bidder and, subsequently, the awarded Contractor. 1. FORMAL SOLICITATIONS TERMS & CONDITIONS - GOODS AND SERVICES. By virtue of submitting a bid in response to this ITB, Bidder agrees to be bound by and in compliance with the Solicitation Terms and Conditions (dated 10.27.2022), incorporated herein, located at: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ 2. GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS. By virtue of submitting a bid in response to this ITB, Bidder agrees that all work shall be bound by and in compliance with the General Conditions for Construction Contracts (dated 4/13/20), incorporated herein, located at: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-a nd-conditions/ Rest of page left blank intentionally. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 APPENDIX A M I AM I AC H Bid Price Form MUST BE SUBMITTED WITH THE BID. FAILURE TO DO SO WILL RENDER THE BID NON-RESPONSIVE. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Bid Price Form FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE. AND THE BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION. 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. The City will not accept any revision to the total base bid sum, divisions, line item totals, or add alternates after the deadline for receipt of bids. In the event of a discrepancy between the sum of the items in the schedule of values and the total base bid, the Bidder agrees that the total base bid shall govern. In the absence of a numerical value for any item or division, the City shall interpret it as no bid for the division, which may disqualify the Bidder. The allowance items that have been delineated below shall be used only at the City's discretion, as needed. In the event that an allowance is not used in its entirety, any remaining balance shall be reflected in a deductive change order. TOTAL BASE BID TOTAL BASE BID AMOUNT $ Indemnification of City $25.00 Off-Duty Police Officer Allowance $100,000.00 Permit Allowance $10,000.00 Influent Gray' Sewer Lateral Allowance $30,000.00 GRAND TOTAL (TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+PERMIT ALLOWANCE $ 'See Section 0100, Sub-section 12. ADDITIVE ALTERNATES (In order of priority) Selection of additive alternates, if any, will be made pursuant to Section 0100, No. 10 Method of Award. Total Item Description Quantit U / M Unit Cost (Quantit _X_Unit Cost NOT APPLICABLE DEDUCTIVE ALTERNATES (In order of priority) Selection of deductive alternates, if any, will be made pursuant to Section 0100, No. 10 Method of Award. Total Item Descri•tion Quantit U/M Unit Cost Quanti X Unit Cost NOT APPLICABLE Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 End of Bid Price Form. APPENDIX B BID BOND FORM Only applicable if checked in the Invitation to Bid Summary Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BID BOND Page 1 of 2 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 Total 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, 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 Total 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 Miami Beach 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. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BID BOND Page 2 of 2 IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this Bond, the day of , 20 . PRINCIPAL: (Contractor Name) Signature Print Name(Principal) Title SURETY: (Surety Name) Attorney-in-Fact(Print Name) Signature (Power of Attorney must be attached.) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 APPENDIX C miAmIBFAc ! SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. For a detailed description of each line item please refer to Section 012200—Measurement and Payment of the project Specifications provided. (A) (B) (C) Item No. Bid Item Description Unit of Measure Total Unit Cost TOTAL Quantity (AxB=C) GENERAL 1 Mobilization/Demobilization LS 1 • 2 Furnishing traffic control LS 1 WATER MAIN Furnishing and delivering to the 3 Department 16-inch zinc-coated LF 90 polywrapped ductile iron pipe, and fittings for water main Furnishing and delivering to the 4 Department 16-inch mechanical joint EA 2 butterfly valves Installing 16-inch zinc-coated 5 polywrapped ductile iron pipe,fittings, LF 90 and valves for water main Furnishing and delivering to the 6 Department 12-inch zinc-coated LF 1570 polywrapped ductile iron pipe,and fittings for water main Furnishing and delivering to the 7 Department 12-inch mechanical joint EA 5 resilient-seated gate valves Installing 12-inch zinc-coated 8 polywrapped ductile iron pipe,fittings, LF 1570 and valves for water main Furnishing and delivering to the 9 Department 8-inch zinc-coated LF 5420 polywrapped ductile iron pipe,fittings. and valves for water main Installing 8-inch zinc-coated polywrapped 10 ductile iron pipe,fittings, and valves for LF 5420 water main Furnishing and delivering to the 11 Department 6-inch zinc-coated LF 360 polywrapped ductile iron pipe,fittings. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 and valves for water main Installing 6-inch zinc-coated polywrapped 12 ductile iron pipe,fittings,and valves for LF 360 water main Making cut-in connections to existing 13 water mains at including furnishing and EA 36 installing all fittings necessary for connections 14 Furnishing and installing connection(s)to existing 4-inch fire suppression lines EA 3 15 Furnishing and installing connection(s)to existing 6-inch fire suppression lines EA 4 16 Making tapping connections to existing water mains EA 1 17 Furnishing, Delivering,and Installing Manual Air Release Valve Assemblies EA 24 (ARVs)for water main Furnishing,delivering,and Installing EA 5 18 Flushing Valve Outlet Assemblies(FVOs) Furnishing and installing fire hydrant 19 assemblies,6-inch branch pipe,and EA 12 guard posts For removing and salvaging fire hydrant EA 12 20 assembly with guard posts Furnishing and installing 2-inch short EA 45 21 water services 22 Furnishing and installing 2-inch long water services EA 25 23 Furnishing,delivering and installing water meter concrete body EA 70 24 Furnishing,delivering and installing water meter concrete body EA 70 25 For providing temporary water services during construction of water main EA 36 replacements in place 26 Flowable fill used for abandoning as CY 50 directed by the Engineer 27 For constructing 8-inch reinforced concrete protective slab in low ground CY 10 cover RESTORATION 28 Trench overcut in 1-foot depth LF 18000 increments,for any size pipe 29 Sheeting and shoring ordered left in place SF 250 by the Engineer Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Removal,transport,and legal disposal of 30 unsuitable backfill materials,including CY 3200 tipping fees,as ordered by the Engineer Furnishing and installing additional 31 suitable backfill material,as directed by CY 3200 the Engineer 32 Constructing limerock base permanent SY 5100 pavement repairs Constructing Type"S-Ill"asphaltic 33 concrete surface course permanent SY 5100 pavement repairs Cold milling roadway surface course for 34 permanent pavement repairs(nominal 1- SY 20000 inch thick) Constructing Type"S-Ill" permanent 35 pavement repairs for roadway(nominal 1- SY 20000 inch-thick machine-laid asphaltic concrete friction surface overlay) Cold milling roadway surface course for 36 permanent pavement repairs on FDOT SY 336 right of way(nominal 2 inch thick) Constructing Type"S-Ill"permanent pavement repairs for roadway on FDOT 37 right of way(nominal 2-inch-thick SY 336 machine-laid asphaltic concrete friction surface overlay) Replacing pavement markings damaged, 38 removed,or obliterated by the AS 1 Contractor's operation 39 Concrete curb and gutter restoration to LF 1200 match existing 40 Restoring concrete sidewalk SF 850 41 Restoring sodded area SY 200 42 Relocation of CitiBike Racks EA 1 TOTAL BASE BID AMOUNT (LINES 1.42)$ End of Bid Price Form. Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 APPENDIX D MIAM10 Prevailing Wage and Local Workforce Participation Programs 0 I MI!]PllMaa1lyia(WalI fialik MandraW[.�DIIIIIIY-WM Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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, the 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 the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in the LCP Tracker. a. LCP Tracker Training. The Procurement Department offers ongoing training in LCP Tracker to all contractors. To schedule a training session, contact Monica Garcia at MonicaGarcia@MiamiBeachFL.gov or 305-673-7490. II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit (RCA). As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award, the Contractor shall submit a Responsible Contractor Affidavit 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 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 opportunities for Miami Beach residents. Failure to submit the RCA shall result in the bid or proposal being disqualified and deemed non-responsive. 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. Balance of Page Intentionally Left Blank k / \ 0 a / � \ .- .7 / \ \ / c O E _ / 2 \ \ @ / CI •— E 0 k \ S \ S i ƒ & '@ - _ E 2 c� . ƒ E /a)-0 k / k / 4c. f 3 $ m \ ± < 0 O \� 5 @ co E o § % a Ct > /} \/ co \ \ .to \ RI 0 13 0€ 0 \k 8 % CO E Q \°j k � k k � 7 -_ cook § e E \ >® % �_= a _ ) 0 e f} a C E 2/] k § / 7/ « \/)§ £ ( 5 2ul a) « q / « % § $ as w o f §& _c § &2 Ce \\\f 2 / O 5 2 cn ? o § < e Y. � ti§ 89 0 2 % \ 46 0 0 0 7 |2� 2 t a) 2@ � � 13 ° @f A o §\ƒg 0 #§s� \ C / Se $ = I �� > � \ . / \ ° � �k�\ \ _c ® — a co* ` e £ � � = 2 ƒ k (. ° c. ± f A5 2 3o #2 E - « v) e�3 - •- � � r o e a) 2 E o g 077{ { 0 co .0 of § 900-6t 0 f 2 � @ f o0 � £ 2 -0�� — \ 0 \_ E 0) §/§f ` ° CD � 8 . g� 0 \ / � c 6 E m 3\QoE f � 2 3 % E § jo ./� - \ o o / z 0 1) \ �al\ � / \ / / 0_ / < a k ;\}f § R ¥ § ca��\ / al § � 7\ > kk) � _) \f§ 0 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 APPENDIX E Trench Safety Act Certification Only applicable if checked in the Invitation to Bid Summary Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 TRENCH SAFETY ACT CERTIFICATION PAGE 1 OF 1 IF APPLICABLE, THIS FORM MUST BE SUBMITTED FOR BID TO BE DEEMED RESPONSIVE. 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 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. THE BIDDER ACKNOWLEDGES THAT THE TOTAL BASE BID INCLUDES THE COSTS OF 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 VALUES NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Unit Unit Description of Measure Quantity Price Extended Method Total $ Name of Bidder Authorized Signature of Bidder CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 `1Cost for compliance with all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the preceding Trench Safety Act Form in order to be considered responsive.] Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 APPENDIX F f 1 Contract Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 CONTRACT THIS CONTRACT ("Contract") is made and entered into as of the_day of , 2020 by and between the City of Miami Beach, Florida, a municipal corporation (the "City")and (the "Contractor" ): WITNESSETH, that the Contractor, for and in consideration of the payments hereinafter specified and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the materials required, to do and perform all the work and labor in a satisfactory and workmanlike manner, required to complete this Contract within the time specified, in strict and entire conformity with the Plans, Specifications, and other Contract Documents, which are hereby incorporated into this Contract by reference, for: ITB No. and Title: The Contractor agrees to make payment of all proper charges for labor and materials required in the aforementioned work and to defend, indemnify, and save harmless the City, and their respective officers and employees, from liabilities, damages, losses, and costs including, but not limited to, reasonable attomey's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract. The requirements of the Contract Documents, as such term is defined in the Invitation by reference to the General Conditions for Construction Contracts dated , are hereby incorporated by reference as if fully set forth herein. Without limiting the foregoing, the Contract Documents expressly include this Contract, Attachment A (the City's General Conditions for Construction Contracts), Attachment B (Plans and Specifications, Invitation to Bid No. and all Addenda thereto), Attachment C ( Sunbiz Entity Detail and Contractor's Response to the ITB), and Attachment D (Insurance requirements). For the avoidance of doubt, all of the documents constituting the Contract Documents now or hereafter existing (including any Change Orders, Work Orders, Field Orders, schedules, shop drawings issued subsequent to the date of this Contract, etc.) shall govern this Project. In consideration of these premises, the City hereby agrees to pay to the Contractor for the said work, when fully completed, the total maximum sum off Total Base Bid below + allowance account items+/-alternates+contingencvl dollars ($ (the "Contract Price"), consisting of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal: Total Base Bid $ Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Total Allowance Account Items $ Total Alternate Items (if applicable) $ Total Owner's Contingency $ Contract Price $ The Contract Price, exclusive of the Owner's Contingency, includes, without limitation, all costs for all labor, materials, equipment, fixtures, freight, field supervision, supervisory expenses, project vehicles, field office and equipment, postage and delivery, safety and first aid, telephone, transportation of employees, parking, insurance, taxes, preparation and maintenance of the construction schedule and the preparation of as-built and shop drawings, as well as Contractor's overhead and profit required for completion of all the Work in accordance with the requirements of the Contract Documents, including work reasonably inferable therefrom, even if such items of Work are not specifically or expressly identified as part of a line item in the Bid Price Form. The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents. Progress and Final Payments will be made as provided for in the Contract Documents. Contract Time. Days for Substantial Completion: days from Notice to Proceed No. 2 Days for Final Completion: days from Substantial Completion Liquidated Damages. Failure to achieve Substantial Completion: /day Failure to achieve Final Completion: /day Project Team. Contractor: Consultant: Contract Administrator for the City: [CONSIDER IF THERE ARE ANY OTHER POSITIONS TO INCLUDE] Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Notices. A notice or communication, under this Contract by the City or Contractor shall be sufficiently given or delivered if in writing and dispatched by hand delivery, or by nationally recognized overnight courier providing receipts, or by registered or certified mail, postage prepaid, return receipt requested, to such party's address as set forth in the Contract. Notices personally delivered or sent by overnight courier shall be deemed given on the date of delivery, and notices mailed in accordance with the foregoing shall be deemed given five (5) days after deposit in the U.S. mail. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 The place for giving notice shall remain the same as set forth herein, unless such notice information is revised in a Contract amendment duly executed by the City and the Contractor. For the present, the parties designate the following: For City: Office of Capital Improvement Projects 1700 Convention Center Drive, Miami Beach, FL 33139 Attn: Office of Capital Improvement Projects Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Attn: Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by their appropriate officials as of the date first above written. ATTEST: CITY OF MIAMI BEACH, FLORIDA By: Rafael E. Granado, City Clerk Alina T. Hudak, City Manager [seal] ATTEST: [INSERT CONTRACTOR NAME] By: Name: Name: [seal] Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 APPENDIX G MIAMbcML , Plans & Specifications Uploaded to Periscope Separately Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 APPENDIX H MIAMIDE " Post Award Forms Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 MIAMI BEACH 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 the 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 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 the City to the Contractor under the Contract and any amendments thereto, less the amount paid adequately by the City to the Contractor. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the 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 do not affect the 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.: Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 the 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 the Contractor in the performance of the Contract: THEN, THE 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 the Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after the performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and the Surety, written notice of the performance of the labor or delivery of the materials or supplies and the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against the Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2). Florida Statutes. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 do 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.: Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of the 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 the 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 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 PERFORMANCE AND PAYMENT BOND 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 the performance of the Contractor's obligations will be deemed a default. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates. 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 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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. All documents required to be submitted by the 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 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 the City is the date certified by the 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. Hence, the Project is available for beneficial occupancy by the 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 is not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by the Consultant and approved by the City, is attached hereto. The failure to include any items on such list does not alter the responsibility of the Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. In accordance with Section 6 of the General Conditions, the Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 the City and Contractor for security, maintenance, heat, utilities, damage to the work, and insurance shall be as follows: Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 6 of the General Conditions 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 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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. The Contractor hereby indemnifies and releases the City from all liens and claims whatsoever arising out of the Contract and Project. The 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, the Contractor may submit a consent of surety to final payment in a form satisfactory to the City. The 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 . Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 APPENDIX I INSURANCE REQUIREMENTS Docusign Envelope ID.F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 TYPE 10 — CONSTRUCTION W/O DESIGN AND PROFESSIONAL SERVICES (INSTALLATION FLOATER) INSURANCE REQUIREMENTS The Contractor 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. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C. Automobile Liability Insurance covering any automobile, if Contractor 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 $10,000,000 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 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 — Contractor 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 do 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(a)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 Contractor of his liability and obligation under this section or under any other section of this agreement. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ATTACHMENT C SUNBIZ& PROPOSAL RESPONSE TO ITB Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 DIVISION OI Ltvi:,icit•t Cif a ojllriaJ.rter n/Florida,rrbiirt Apartment of State / D,�ision of Corporation g / Search Record / Search by FEI/EIN Number/ Detail by FEI/EIN Number Florida Limited Liability Company AMICI ENGINEERING CONTRACTORS LLC Filing_Information Document Number L15000085955 FEI/EIN Number 47-4185194 Date Filed 05/11/2015 State FL Status ACTIVE Last Event LC AMENDMENT Event Date Filed 09/25/2024 Event Effective Date NONE Principal Address 9480 SW 77 AVE, SUITE 103 MIAMI, FL 33156 Changed: 09/25/2024 Mailing Address PO BOX 160943 MIAMI, FL 33116 Changed: 09/25/2024 Registered Agent Name&Address BARRENECHE,J. MICHAEL 10820 SW 123RD ST MIAMI, FL 33176 Name Changed: 10/07/2019 Address Changed: 01/26/2023 Authorized Person(s)Detail Name&Address Title MGRM Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BARRENECHE,JUAN J 10621 SW 139TH STREET MIAMI, FL 33176 Title MGRM LIBERTI, NELSON A, II 5513 RIVER BED RD GROVELAND, FL 34736 Title MGRM LAZZARI, CHRISTOPHER C 5897 CLUB DR GROVELAND, FL 34736 Annual Repoli Report Year Filed Date 2022 01/20/2022 2023 01/26/2023 2024 01/22/2024 Document Image 0925/2024-LC Amendment View image in PDF format 01/22/2024—ANNUAL REPORT View image in PDF format 01/26/2023--ANNUAL REPORT View image in PDF format 01/20/2022—ANNUAL REPORT View image in PDF format 02/01/2021--ANNUAL REPORT View image in PDF format 09/28/2020--LC Amendment View image in PDF format 03/18/2020—ANNUAL REPORT View image in PDF format 10/07/2019—LC Amendment and Name Chan9e View image in PDF format 04/30/2019—ANNUAL REPORT View image in PDF format 04/27/2018--ANNUAL REPORT View image in PDF format 04/22/2017--ANNUAL REPORT View image in PDF format 04/29/2016--ANNUAL REPORT View image in PDF format View ima a in PDF format 05.1112015--Florida Limited Liabilisy, 9 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 v y of Miami Beach Bid 2024-511-JP APPENDIX A 1 miAmibhAc H Bid Price Form MUST BE SUBMITTED WITH THE BID. FAILURE TO DO SO WILL RENDER THE BID NON-RESPONSIVE. 10/23/2024 3:08 PM p.25 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 v y of Miami Beach Bid 2024-511-JP Bid Price Form FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE. AND THE BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION. 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. The City will not accept any revision to the total base bid sum, divisions, line item totals, or add alternates after the deadline for receipt of bids. In the event of a discrepancy between the sum of the items in the schedule of values and the total base bid, the Bidder agrees that the total base bid shall govern. In the absence of a numerical value for any item or division, the City shall interpret it as no bid for the division, which may disqualify the Bidder. The allowance items that have been delineated below shall be used only at the City's discretion, as needed. In the event that an allowance is not used in its entirety, any remaining balance shall be reflected in a deductive change order. TOTAL BASE BID TOTAL BASE BID AMOUNT $ 7,475 784.60 ' Indemnification of City $25.00 Off-Duty Police Officer Allowance $100,000.00 Permit Allowance $10,000.00 Influent Gravity Sewer Lateral Allowance $30,000.00 GRAND TOTAL TOTAL BASE BID AMOUNT+INDEMNIFICATION OF CITY+PERMIT ALLOWANCE $ 7,615,809.60 'See Section 0100, Sub-section 12. ADDITIVE ALTERNATES (In order of priority) Selection of additive alternates, if any, will be made pursuant to Section 0100, No. 10 Method of Award. Total Item Description Quantit U I M Unit Cost Quantit _X_Unit_Cost NOT APPLICABLE DEDUCTIVE ALTERNATES (In order of priority) Selection of deductive alternates, if any, will be made pursuant to Section 0100, No. 10 Method of Award. Total Item Description Quantit U I M Unit Cost Quantit X Unit Cost NOT APPLICABLE 10/23/2024 3:08 PM p 2ti Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450vst y of Miami Beach Bid 2024-511-JP End of Bid Price Form. APPENDIX B m Am BILA(1,:o BID BOND FORM Only applicable if checked in the Invitation to Bid Summary 10/23/2024 3:08 PM p.27 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 C.ty of Mlarr,Beach Bid 2024-511-JP BID BOND Page 1 of 2 KNOW ALL MEN BY THESE PRESENTS, that we, Amici Engineering Contractors, LLC as Principal. hereinafter referred to as Contractor, and Philadelphia Indemnity 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 Total Base Bid amount of $Five(5%)Percent of Amount Bid 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, for the following solicitation. Bid No.:2024-511-JP Title: WATER MAIN REPLACEMENT - FIRE FLOW PACKAGE#1 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 Total 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 Miami Beach 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. 10;23/2024 3 08 z)%1 �� Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 City of Miami Beach Bid 2024-511-JP BID BOND Page 2 of2 ,4i . . . , IN WITNESS WHEREOF, the said Principal and the said Surety have duly., E ...c, .... executed this Bond, the . , . ,.:\ $.,„.:, •• ..s. 1st day of November , 20 24 - •- ;T. 1 • i rili ,;,,: 0 -. Z. .•V +-1 ' '..s. F PRINCIPAL: - • • ('''..) Li.. .. ...• : . ,.. s. • -4 : Amici Engineering Contractors, LLC-',,/c,,41 .„0 (Contractor Name) Signature Tr4 ' 1P46*1-1‘41,4g Print Name(Principal) 1. 4rot4 0 4 suir_0•4 qt. Title SURETY: Philadelphia Indemnity Insurance Company (Surety Name) 1927 ,.. Warren . [ter ..,.,-1.•% (i Att ey-in-F .., • (Pri z nt Name) .-- . ,.. ,..,,, ‘‘,„4.:: :77‘•-..4 ......,....„-- 4 1......„,----..,.., • ,:,;..=;7., .... s",,,: , •1: .. „ . ,! , . / . . ..:.. . Signature 1 7 ! ...). i 1 • (Power of Attorney must be attactied,) .•"7 '.c 10123/2024 3:08 PM P.29 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza.Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL FER3.7NSBY THEE PRESENTS That PHILADELPHIA INDEMNITY INSURANCE COMPANY(theCbmpany),acorporationorganizedandexistingunderthe laws of the Cbmmonwealth of Pennsylvania,does hereby Constitute and appoint David T.Satine.Warren M.Alter and Jonathan A.Bursevich of Alter Surety Group,Inc.its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$504100.000. This Power of Attorney is granted and is signed and scaled by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14"of November.2016. RESOLVED: That the Board of Directors hereby authonzes the President or any Vice President of the Company(I)Appoint Attorney(s)in Fact and authorize the Attorney(s)in Fact to execute on behalf of the Company bonds and undertakings. contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto;and (2)to remove.at any time,any such Attorney-in-Fact and revoke the authonty given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 5TH DAY OF MARCH.2021 ....... W' (Seal) `� .....«,,,.•,. Joh Glomb, President&CEO Philadelphia Indemnity Insurance Company On this 5"day of March,2021 before me came the individual who executed the preceding instrument.to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. Notary Public: OooiatoaaveM of►4onaYnMla-Notary seal Vwtwa Udcenrle.Notary Publk ► +eryCounty My eomrt+laoian expires WHIM Der 3,2024 Comrrhaionnumbert306004 wriaa.. root:Wm,a Nw•+s residing at: Bala Cynwyd,PA My commission expires: November 3.2024 I.Edward Sayagn,Cnrporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,du hereby citify that the forgoing resolution of the tsoard Or Directors and the Power of Attorney issued pursuant thereto on the 5"day March.2021 are true and correct and are still in full force and effect.I do further certify that John Glomb. who executed the Power of Attorney as President. was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY 1st November In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this day of .20 24 t+'O"'' i.dward Sa a o,corporate Secretary 2 927 PHILADELPHIA INDEMNITY INSURANCE COMPANY Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-02D8A3F6F450 ATTACHMENT C REVISED SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. For a detailed description of each line item please refer to Section 012200—Measurement and Payment of the project Specifications provided. Unit of (A) ( ) (C) Item No. Bid Item Description Measure Total Unit Cost TOTAL Quantity (AxB=C) GENERAL 1 Mobilization/Demobilization LS 1 $740,000.00 $740,000.00 2 Furnishing traffic control LS 1 $141,000.00, $141.000.00 WATER MAIN Furnishing and delivering to the 3 Department 16-inch zinc-coated polywrapped ductile iron pipe,and LF 90 $320.00 $28,800.00 fittings for water main Furnishing and delivering to the 4 Department 16-inch mechanical EA 2 $9,100.00 $18,200.00 joint butterfly valves Installing 16-inch zinc-coated 5 polywrapped ductile iron pipe, LF 90 $953.50 $85,815.00 fittings,and valves for water main Furnishing and delivering to the 6 Department 12-inch zinc-coated LF 1570 polywrapped ductile iron pipe,and $110.00 $172,700.00 fittings for water main Furnishing and delivering to the 7 Department 12-inch mechanical EA 5 $4,400.00 $22,000.00 joint resilient-seated gate valves Installing 12-inch zinc-coated 8 polywrapped ductile iron pipe, LF 1570 $348.50 $547,145.00 fittings,and valves for water main Furnishing and delivering to the 9 Department 8-inch zinc-coated LF 5420 $84.00 $455,280.00 polywrapped ductile iron pipe, fittings,and valves for water main Installing 8-inch zinc-coated 10 polywrapped ductile iron pipe, LF 5420 $344.00 $1,864,480.00 fittings,and valves for water main Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Furnishing and delivering to the 11 Department 6-inch zinc-coated LF 360 $180.00 $64,800.00 polywrapped ductile iron pipe, fittings, and valves for water main Installing 6-inch zinc-coated 12 polywrapped ductile iron pipe, LF 360 $596.00 $214,560.00 fittings,and valves for water main Making cut-in connections to 13 existing water mains at including EA 36 furnishing and installing all fittings $11,000.00 $396,000.00 necessary for connections 14 Furnishing and installing connection(s)to existing 4-inch fire EA 3 $14,000.00 $42,000.00 suppression lines 15 Furnishing and installing connection(s)to existing 6-inch fire EA 4 $11,000.00 $44,000.00 suppression lines 16 Making tapping connections to existing water mains EA 1 $30,000.00 $30,000.00 17 Furnishing, Delivering,and Installing Manual Air Release Valve EA 24 $5,700.00 $136,800.00 Assemblies(ARVs)for water main Furnishing,delivering,and Installing 18 Flushing Valve Outlet Assemblies EA 5 $3,300.00 $16,500.00 (FVOs) Furnishing and installing fire hydrant 19 assemblies,6-inch branch pipe,and EA 12 $8,700.00 $104,400.00 guard posts For removing and salvaging fire EA 12 $2,700.00 $32,400.00 20 hydrant assembly with guard posts Furnishing and installing 2-inch short 21 water services EA 45 $3,900.00 $175,500.00 22 Furnishing and installing 2-inch long EA 25 water services $6,500.00 $162,500.00 23 Furnishing,delivering and installing water meter concrete body EA 70 $520.00 $36,400.00 24 Furnishing,delivering and installing EA 70 water meter box cast iron lid $570.00 $39,900.00 25 For providing temporary water services during construction of water EA 36 $7,500.00 $270,000.00 main replacements in place 26 Flowable fill used for abandoning as directed by the Engineer CY 50 $280.00 $14,000.00 27 For constructing 8-inch reinforced concrete protective slab in low CY 10 $1,400.00 $14,000.00 ground cover Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RESTORATION 28 Trench overcut in 1-foot depth LF 18000 $1.10 $19,800.00 increments,for any size pipe 29 Sheeting and shoring ordered left in SF 250 place by the Engineer $.90 $225.00 Removal,transport,and legal 30 disposal of unsuitable backfill CY 3200 materials,including tipping fees,as $22.00 $70,400.00 ordered by the Engineer Furnishing and installing additional 31 suitable backfill material, as directed CY 3200 $14.00 $44,800.00 by the Engineer 32 Constructing limerock base SY 5100 permanent pavement repairs $85.00 $433,500.00 Constructing Type"S-Ill"asphaltic 33 concrete surface course permanent SY 5100 $90.00 $459,000.00 pavement repairs Cold milling roadway surface course 34 for permanent pavement repairs SY 20000 $3.30 $66,000.00 (nominal 1-inch thick) Constructing Type"S-Ill" permanent pavement repairs for roadway 35 (nominal 1-inch-thick machine-laid SY 20000 $15.00 $300,000.00 asphaltic concrete friction surface overlay) Cold milling roadway surface course 36 for permanent pavement repairs on SY 336 $6.60 $2217.60 FDOT right of way(nominal 2 inch thick) Constructing Type"S-Ill" permanent pavement repairs for roadway on 37 FDOT right of way(nominal 2-inch- SY 336 $22.00 $7,392.00 thick machine-laid asphaltic concrete friction surface overlay) Replacing pavement markings 38 damaged, removed,or obliterated AS 1 $114,000.00 $114,000.00 by the Contractors operation 39 Concrete curb and gutter restoration LF 1200 $45.00 $54,000.00 to match existing 40 Restoring concrete sidewalk SF 850 $13.00 $11,050.00 41 Restoring sodded area SY 200 $11.00 $2,200.00 42 Relocation of CitiBike Racks EA 1 $3,300.00 $3,300.00 43 Furnish and Install Geotextile/Filter LF 1,160 fabric $2.40 $2,784.00 44 Furnish and Install Detectable SF 192 Warnings $83.00 $15,936.00 TOTAL BASE BID AMOUNT(LINES 1-44)$ 7,475,784.60 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BID SUBMITTAL QUESTIONNAIRE—CONSTRUCTION SECTION 1 —BID CERTIFICATION h s-:er'`;, I s!I ira'e,S REQUIRED and rr-st be full ecrrcleted an >I oo--tte Solicitation No: Solicitation Title: BID NUMBER PROJECT TITLE BIDDERS NAME Amici Engineering Contractors,LLC NO.OF YEARS IN BUSINESS:9 I NO.Of YEARS IN BUSINESS LOCALLY 9 I NO.OF EMPLOYEES:50 OTFER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS.MB Site Services BIDDER PRIMARY ADDRESS(HEADQUARTERS)10621 SW 159 ST CITY Miami STATE FL ZIP CODE:331711 TELEPHONE NO.954.650-4699 TOLL FREE NO.:054460.4690 FAX NO.9548.90-0899 BIDDER LOCAL ADDRESS.9480 SW 77th Ave,Sulte 103 CITY Miami STATE:FL I ZIP CODE:33156 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT Juan Barreneche ACCOUNT REP TELEPHONE NO.9544504699 ACCOUNT REP TOLL FREE NO.1154650.4699 ACCOUNT REP EMAIL:IuanbeernloNc.00m FEDERAL TAX IDENTIFICATION NO.47.4185194 By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms and conditions of this document,inclusive of this solicitation,all specifications,attachments,exhibits and appendices and the contents of any Addenda released hereto;b)to be bound,at a minimum,to any and all specifications,terms and conditions contained herein or Addenda;c)that the bidder has not divulged,discussed,or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid;d)that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Pubic Records Laws;e)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;and f)that all responses,data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he:is a principal of the applicant duly authorized to execute this questionnaire,and that the contents of said document(s)are complete,true,and correct to the best of his/her knowledge and belief. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Juan Barreneche Representative: Managing Member Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SECTION 2 - ACKNOWLEDGEMENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Enter Initial to Enter Initial to Confirm Confirm Confirm Receipt Receipt Receipt JB Addendum 1 Addendum 6 Addendum 11 JB Addendum 2 Addendum 7 Addendum 12 JB Addendum 3 Addendum 8 Addendum 13 JB Addendum 4 Addendum 9 Addendum 14 JB Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. SECTION 3-QUESTIONNAIRE 1. Provide the names of each owner (stockholder, sole proprietor, and partner), director, or officer of the company, below. Submit additional names on a separate sheet if required. Juan J.Barreneche 33.3 rlanaging Member Nelson A.Liberti,II 33.3 Managing Member Christopher C.Lazzari 33.3 Managing Member 2.Provide at least three(3)references of work similar in size and nature as the work referenced in solicitation. Project No. BID NUMBER Project Title PROJECT TITLE Reference No.1 Firm Name:City of Cape Coral Contact Individual Name and Title:Byron Taylor,PE,City Project Manager Address:2600 SE 26th PI,Cape Coral,FL 33904 Telephone:(239)573-3039 ext.3039 Contacts Email:btaylor@capecoral.gov Narrative on Scope of Services Provided: Caloosahatchce River Crossing Included Installation of approximately 7,700 linear feet of 24" FPVC Reclaimed Water Main via HDD under the Caloosahatchec River from Cape Coral to Lee County. A world record distance of 7,630 LF for horizontal directional of any plastic pipe and open cut on both ends. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Reference No.2 Firm Name:Miami-Dade Water and Sewer Department Contact Individual Name and Title:Miguel Pichardo,Construction Manager Ill Address:3575 S Le Jeune Rd,Miami,FL 33133 Telephone:786-552-4352 Contact's Email:mpich@miamidade.gov Narrative on Scope of Services Provided: Furnish&Install 1670 I.F of 24"PVC,2770 I.F of 20"PVC,180 I.F of 16"PVC,480 I.F of 12"PVC,870 I.F of 8"PVC pipe for sewage force main;14 plug valves;107 ductile iron fittings;including 8 tapping connection to an existing sewage force main, 1249 LF of 16"H.D.P.E.via Horizontal Directional Drill)along W Country Club Dr;and abandoning 1465 LF of 8-inch and 500 LF of 24-inch force main.Work taking place off and on the roadway in the City of Aventura. Reference No.3 Firm Name:City of Miami Beach Contact Individual Name and Title:Cristina Ortega Castineiras,PE,City Engineer Address:1700 Convention Center Dr.,Miami Beach,FL 33139 Telephone:305.673.7080 Ext.26153 Contact's Email:CristinaOrtega@miamibeachfl.gov Narrative on Scope of Services Provided: Design and Construct approx. 3,600 LF of 20" HDPE Force Main via Horizontal Directional Drill and Open Cut through a congested utility corridor of Dade Blvd and the Venetian Causeway.Includes connection to the existing 42"PCCP Force Main. Additional Reference Firm Name:Taylor Morrison of Florida Contact Individual Name and Title:Bryan Jackson,P.E.,Project Engineer of Record Address:33314 Castaway Loop,Wesley Chapel,FL 33543 Telephone:(805)748-8675, Contact's Email:bjackson@atweli-group.com Narrative on Scope of Services Provided: Project included Installation of approx.50,000 I.F of 12"to 24"(PVC/HDPE)Water Main,Force Main,and Reclaimed Water Main via Open Cut and Directional Drill within the Public Right-of-Way. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-02D8A3F6F450 3.Has the applicant company's construction license(s)been revoked during the last five(5)years? YES p NO If yes,why? 4.Have any owners,directors, officers,or agents of the applicant company had a license revoked during the last five(5)years? U YES 5 NO If yes,why? 5.Is the applicant company current) barred by a governmental agency,from bidding work as a prime or subcontractor? [] YES fa NO If yes,state debarment period and the reason(s)for debarment? 6.Has a surety completed, or paid for completion, of a project on behalf of the applicant company,within the last five(5) years? YES p NO If yes,why? 7.Has the applicant company or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five(5)years? YES p NO If yes,why? Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 8.Is an affiliate of the applicant coin..n prequalified by the City of Miami Beach to bid on construction work? r YES p NO If yes,state the name of the affiliate? 9.Is the applicant company a parent,subsidiary,or holding company for another construction company? H YES p NO If the answer is"yes,"identify the company and type of relationship(s),below: 10. Is an owner,director,officer,or agent of the applicant company affiliated with another company? r YES Q NO If the answer is"yes,"provide the following information for each individual and the affiliated company. Type of affiliation(e.g. rtliaidual s name f4iIiated cnr,oany's • officer.director.owner or employee) 11.Is the applicant company cunrently the debtor in a bankruptcy case or file for bankruptcy during the last five(5)years? YES p NO If yes,explain and attach,as applicable, the relevant case and court documents,including(but not limited to):the original petition,including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 12.Has any owner, director, officer, or agent for the applicant company, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five(5) years? YES (9 NO If yes,explain and attach a copy of the discharge order,order confirming plan and if a Corporate Chapter 7 case,a copy of the notice of commencement. 13. Has any owner,director,officer,or agent of the applicant company owned or managed a construction company under any other name in the last five(5)years? YES p NO If yes,explain. 14.Has the applicant company been assessed or paid liquidated damages on any project during the past five(5)years,whether the project was publicly or privately owned? YES p NO If yes,explain. 15.Are there currently any liens, suits, or judgments of record pending against any owner, director,officer,or agent for the company that is related to construction activities of a business organization? YES p NO If yes,explain. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 16.Has the applicant company or any of its owners,officers,or partners ever been convicted(criminal)or found liable (civil)for making either a false claim or material misrepresentation to any public agency or entity? YES NO If yes,explain. 17. Has the applicant company or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes,explain. 18. Is any officer, director, employee or agent, or immediate family member (spouse, parent, sibling, and child) of any officer, director,employee or agent,an employee of the City of Miami Beach? Q YES NO If yes,state name,title and share of ownership Name 19. 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.Does the applicant agree to be comply with this prohibition? YES NO Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 20.Is the applicant a small business concern owned and controlled by a veteran(s)(certified by the State of Florida Department of Management Services or a service-disabled veteran business enterprise(certified by the United States Department of Veterans Affairs). YES p NO 21. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers with more than 51 employees and City volume greater than$100,000 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 supplier who works 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 the applicant provide or offer access to any benefits to em to ees with spouses or to spouses of employees? • YES NO 8. 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 Li 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:s benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are pro% directly to the spouse or domestic partner,such as medical insurance. Health X X Sick Leave X X Family Medical Leave X Bereavement Leave X 22.Moratorium on Travel to and the Purchase of Goods or Services from Mississippi.Pursuant to Resolution 2016-29375,the City of Miami Beach,Florida prohibits the purchase of goods or services sourced in Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? (] YES p NO If yes,explain. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 23.Financial Capacity.At time of request by the City bidder shall request that Dun&Bradstreet submit its Supplier Qualifier Report directlYlq laity,with bid or within three(()_clays of request.Bidder shall arrange for Dun&Bradstreet to submit a Supplier Qualification Report(SQR)directly to the City. No proposal will be considered without receipt(when requested),by the City, of the SQR directly from Dun&Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the bidder.The bidder shall request the SQR report from D&B at: hIl sn ./lsuppligrportel.dnb.comiwebapp/wcslstoresiservletlSgpplierPortal/storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process.For assistance with any portion of the SQR submittal process,contact Dun&Bradstreet at 800-424-2495. 24. Byrd Anti-Lobbying Amendment Certification Form;APPENDIX A,44 C.F.R.PART 18 CERTIFICATION REGARDING LOBBYING:Certification for Contracts,Grants,Loans,and Cooperative Agreements The undersigned Contractor certifies,to the best of his or her knowledge,that 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 an agency,a Member of Congress,an officer or 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 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 Form to Report Lobbying;in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. 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(as amended by the Lobbying Disclosure Act of 1995).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 undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disdosure,if any.In addition,the Contractor understands and agrees that the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any. By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying Amendment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Juan Barreneche Representative: Managing Member 25.Suspension And Debarment Certification The Contractor acknowledges that: (1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt.3000.As such the contractor is required to verify that none of the Contractor,its principals(defined at 2 C.F.R.§180.995),or its affiliates(defined at 2 C.F.R.§180.905)are excluded(defined at 2 C.F.R.§180.940)or disqualified(defined at 2 C.F.R.§180.935). (2)The Contractor must comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3)This certification is a material representation of fact relied upon by the City.If it is later determined that the Contractor did not comply with 2 C.F.R.pt. 180,subpart C and 2 C.F.R.pt.3000,subpart C,in addition to remedies available to the City,the Federal Government may pursue available remedies. including but not limited to suspension and/or debarment. (4)The Contractor agrees to comply with the requirements of 2 C.F.R.pL 180,subpart C and 2 C.F.R.pt.3000,subpart C while this offer is valid and throughout the period of any contract that may arise from this offer.The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Juan Barreneche Representative: Managing Member 26.Suspension,Debarment,Or Contract Cancellation. Has bidder ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by an •ublic sector agency? LJ YES 0 NO If answer to above is"YES,'bidder shall submit a statement detailing the reasons that led to action(s): 27.Small And Disadvantaged Business Certification Pursuant to Resolution 2020-31519,the City is tracking the Small and Disadvantaged Businesses,as certified by Miami-Dade County that have been certified as Small or Disadvantaged Business by Miami-Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami-Dade County? YES O NO 28.LGBT Business Enterprise Certification Pursuant to Resolution 2020-31342,the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce(NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? r YES O NO 29.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 https:/Aibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486C0SI 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@miamibeachfi.gg_v. By virtue of submitting bid,bidder certifies that it is in compliance with the Cone of Silence Ordinance,pursuant to Section 2-486 of the City Code. 30.Code Of Business Ethics Pursuant to City Resolution No.2000-23789,the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City.The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three(3)days of request by the City.The Code shall,at a minimum,require the Bidder,to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City Code.In lieu of submitting Code of Business Ethics,bidder may indicate that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at httna/www.miamibeach0.govIcily i I(procurement(rrocurement-related ordinance and procedures! Bidder will submit firm's Code of Business Ethics within three(3)days of request by the City? YES ei NO Bidder adopts the City of Miami Beach Code of Business Ethics? YES NO 31. Lobbyist Registration&Campaign Contribution This solicitation is subject to,and all bidders are expected to be or become familiar with,all City lobbyist laws,including lobbyist registration requirements and prohibition on campaign contributions,including: • Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (h11ps://librarymunicode.comm/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3L0) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (boos/4ibrary,municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIR.) By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration &Campaign Contribution Requirements. 32.NON-DISCRIMINATION The Non-Discrimination ordinance is available at: https:llibrary.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 33. FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No.2016-4012 is available at: Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 h a i ry.municode.com/fl/miami beach/codes/code of ordinances?nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance.Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request.Bidder 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. 34. PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a),Florida Statutes,available at: h1)ps:/twww.flsenate.gov1Laws/Statutes12012/287.133 By virtue of submitting bid,bidder agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 35.Veteran Business Enterprises Preference Pursuant to City of Miami Beach Ordinance No. 2011-3748, hthuffiltury.municode.com/flimiami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-374PRPRPRVECOGOCOSE<the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s)or which is a service-disabled veteran business enterprise,and which is within five percent(5%)of the lowest and best bidder,by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount.Whenever,as a result of the foregoing preference,the adjusted prices of two(2)or more bidders which are a small business concern owned and controlled by a veteran(s)or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB,RFP,RFC), ITN or oral or written request for quotation,and such bids are responsive,responsible and otherwise equal with respect to quality and service,then the award shall be made to the service-disabled veteran business enterprise. Is the bidder a service-disabled veteran business enterprise certified by the State of Florida? YES Q NO Is the bidder a service-disabled veteran business enterprise certified by the United States Federal Government? L_ YES ea NO • CONTINUED ON THE FOLLOWING PAGE. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 36.Sub-Contractors Providing Services to this Project: Name: Visil Corp Tel: 305-525-5459 Asphalt Paving Services 2 Email. visilcorp@att.net Name: Tel: 7 Email: Name: Tel: Email. Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Name: Tel: Email: Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ATTACHMENT C M I AM I BEACH REVISED SCHEDULE OF VALUES MUST BE SUBMITTED WITH THE BID OR WITHIN THREE (3) DAYS OF REQUEST BY THE CITY. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SCHEDULE OF VALUES Bidders should fully complete the Schedule of Values to include quantities, units of measure, unit pricing, and totals. The cost of any item(s) of work not covered by a specific contract unit price shall be included in the contract unit price to which the item(s) is most applicable. Both unit price and extended total prices must be stated in units of quantity specified in the bidding specifications. Bidder agrees that any unit price listed in the Bid is to be multiplied by the stated quantity requirements in order to arrive at the total. For a detailed description of each line item please refer to Section 012200—Measurement and Payment of the project Specifications provided. (A) (C) Item No. Bid Item Description Measure Total Unit Cost TOTAL Quantity (AxB=C) GENERAL 1 Mobilization/Demobilization LS 1 $740,000.00 $740,000.00 2 Furnishing traffic control LS 1 $141.000.00. $141.000.00 WATER MAIN Furnishing and delivering to the 3 Department 16-inch zinc-coated polywrapped ductile iron pipe,and LF 90 $320.00 $28,800.00 fittings for water main Furnishing and delivering to the 4 Department 16-inch mechanical EA 2 $9,100.00 $18,200.00 joint butterfly valves Installing 16-inch zinc-coated 5 polywrapped ductile iron pipe, LF 90 $953.50 $85,815.00 fittings,and valves for water main Furnishing and delivering to the 6 Department 12-inch zinc-coated polywrapped ductile iron pipe,and LF 1570 $110.00 $172,700.00 fittings for water main Furnishing and delivering to the 7 Department 12-inch mechanical EA 5 $4,400.00 $22,000.00 joint resilient-seated gate valves Installing 12-inch zinc-coated 8 polywrapped ductile iron pipe, LF 1570 $348.50 $547,145.00 fittings,and valves for water main Furnishing and delivering to the 9 Department 8-inch zinc-coated LF 5420 $84.00 $455,280.00 polywrapped ductile iron pipe, fittings,and valves for water main Installing 8-inch zinc-coated 10 polywrapped ductile iron pipe, LF 5420 $344.00 $1,864,480.00 fittings,and valves for water main Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Furnishing and delivering to the 11 Department 6-inch zinc-coated LF 360 $180.00 $64,800.00 polywrapped ductile iron pipe, fittings,and valves for water main Installing 6-inch zinc-coated 12 polywrapped ductile iron pipe, LF 360 $596.00 $214,560.00 fittings,and valves for water main Making cut-in connections to 13 existing water mains at including EA 36 furnishing and installing all fittings $11,000.00 $396,000.00 necessary for connections 14 Furnishing and installing connection(s)to existing 4-inch fire EA 3 $14,000.00 $42,000.00 suppression lines 15 Furnishing and installing connection(s)to existing 6-inch fire EA 4 $11,000.00 $44,000.00 suppression lines 16 Making tapping connections to existing water mains EA 1 $30,000.00 $30,000.00 17 Furnishing,Delivering,and Installing Manual Air Release Valve EA 24 $5,700.00 $136,800.00 Assemblies(ARVs)for water main Furnishing,delivering,and Installing 18 Flushing Valve Outlet Assemblies EA 5 $3,300.00 $16,500.00 (FVOs) Furnishing and installing fire hydrant 19 assemblies,6-inch branch pipe,and EA 12 $8,700.00 $104,400.00 guard posts For removing and salvaging fire EA 12 $2,700.00 $32,400.00 20 hydrant assembly with guard posts Furnishing and installing 2-inch short EA 45 $3,900.00 $175,500.00 21 water services 22 Furnishing and installing 2-inch long EA 25 $6,500.00 $162,500.00 water services 23 Furnishing,delivering and installing EA 70 water meter concrete body $520.00 $36,400.00 24 Furnishing,delivering and installing EA 70 water meter box cast iron lid $570.00 $39,900.00 25 For providing temporary water services during construction of water EA 36 $7,500.00 $270,000.00 main replacements in place 26 Flowable fill used for abandoning as CY 50 directed by the Engineer $280.00 $14,000.00 27 For constructing 8-inch reinforced concrete protective slab in low CY 10 $1,400.00 $14,000.00 ground cover Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RESTORATION 28 Trench overcut in 1-foot depth LF 18000 $1.10 $19,800.00 increments,for any size pipe 29 Sheeting and shoring ordered left in place by the Engineer SF 250 $,90 $225.00 Removal,transport,and legal disposal of unsuitable backfill 30 materials,including tipping fees,as CY 3200 $22.00 $70,400.00 ordered by the Engineer Furnishing and installing additional 31 suitable backfill material, as directed CY 3200 $14.00 $44,800.00 by the Engineer 32 Constructing limerock base SY 5100 permanent pavement repairs $85.00 $433,500.00 Constructing Type"S-Ill"asphaltic 33 concrete surface course permanent SY 5100 $90.00 $459,000.00 pavement repairs Cold milling roadway surface course 34 for permanent pavement repairs SY 20000 $3.30 $66,000.00 (nominal 1-inch thick) Constructing Type"S-Ill"permanent pavement repairs for roadway 35 (nominal 1-inch-thick machine-laid SY 20000 $15.00 $300,000.00 asphaltic concrete friction surface overlay) Cold milling roadway surface course 36 for permanent pavement repairs on SY 336 $6.60 $2217.60 FDOT right of way(nominal 2 inch thick) Constructing Type"S-Ill" permanent pavement repairs for roadway on 37 FDOT right of way(nominal 2-inch- SY 336 $22.00 $7,392.00 thick machine-laid asphaltic concrete friction surface overlay) Replacing pavement markings 38 damaged, removed,or obliterated AS 1 $114,000.00 $114,000.00 by the Contractor's operation 39 Concrete curb and gutter restoration LF 1200 $45.00 $54,000.00 to match existing 40 Restoring concrete sidewalk SF 850 $13.00 $11,050.00 41 Restoring sodded area SY 200 $11.00 $2,200.00 42 Relocation of CitiBike Racks EA 1 $3,300.00 $3,300.00 Furnish and Install Geotextile/Filter 43 fabric LF 1,160 $2.40 $2,784.00 Furnish and Install Detectable 44 Warnin•s SF 192 $83.00 $15,936.00 TOTAL BASE BID AMOUNT(LINES 1-44)$ 7,475,784.60 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 k AMICI A EC NO EERING CONTRACTORS December 23,2024 City of Miami Beach Procurement Department Project: ITB 2024-511-JP WATER MAIN REPLACEMENT- FIRE FLOW PACKAGE# 1 Re: Minimum Qualifications for Amici Engineering Contractors, LLC To Whom it May Concern, Please find the following summary of experience describing similar work completed by Amici Engineering Contractors, and managed by our Project Manager and Superintendent AMICI ENGINEERING CONTRACTORS EXPERIENCE Amici Engineering Contractors' Key Personnel have been working on projects for the City of Miami Beach for the past 20 years on critical pipeline and roadway infrastructure within the City including work within FDOT Right of Ways. Our team understands the unique aspects of working in this City and the importance the City places on its residents and visitors. This project is especially significant as this is one of the landmark locations not only in Miami Beach but in all of Florida, and Amici understands the importance of properly planning and executing this project in a manner that minimizes impacts and provides a quality project we can all be proud of. Through our experiences in working on neighborhood improvement projects in neighborhoods such as Biscayne Point, Nautilus, Sunset Islands, Alton Road and Washington Ave,we understand that the City's residents and businesses come first. We understand that minimizing traffic impacts and providing timely response to concerns is paramount to being a successful contractor in the Beach. Please see the following projects which Amici Engineering Contractors, LLC or its principals have completed or are ongoing which meet the minimum requirements outlined in the ITB as follows. Previous Experience of Bidder(Firm or its principal). Bidder or its principal must have constructed a minimum of three(3)projects of similar scope and budget within the last ten(10)years, two (2) of which must be completed,and the third may be ongoing. A project of similar scope and budget shall be defined as infrastructure work and/or above-ground improvements in an urban environment, with a construction cost of at least$5 million. Infrastructure work may include water main, force main, or drainage installations. Above-ground improvements may include concrete pavers, street lighting, landscaping, irrigation,paving,or stripping. Please see qualification project descriptions on the following pages. Amici Engineering Contractors,LLC (954)650-4699 Page 1 of 4 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMICI A RI CONTRACTOR ENGINEENG S ii,„ Project 1 - Biscayne Point Neighborhood Improvement Project 1) Project Owner: City of Miami Beach,CIP Department 2) Contact Name, Telephone& Email: Carla Dixon, (786)412-9537, carladixon(cmiamibeachfl.gov 3) Project Address: 1700 Convention Center Drive, Miami Beach, FL 33139 4) Narrative on Scope of Services Provided: This Design Build Project included ,; + _ ,_' stormwater, water main, lighting, landscaping, hardscape,and roadway improvements throughout this Miami Beach _ !=- a e '" - neighborhood. Specifically it included the `'� '`` `� " installation of approximately 24,000 LF of '"' - _ .__ Water Main ranging 8"-16" DIP, 8,500 LF 'r54' ' ,.' - - storm drainage piping and 6 storm water pump stations throughout the neighborhood. ;; 5) Contract Amount and completion date: I '' K, t-N $18,000,000.00,Completed 2014 le •F 6) Experience for: Principals of Amici(Juan �N Barreneche&Nelson Liberti, II) Project 2-FDOT Alton Road Drainage Improvements from 5th Street to Michigan Ave 1) Project Owner: Florida Department of Transportation 2) Contact Name,Telephone&Email: Enrique Tamayo, (786) 999-9671 enriquet@rkk.com 3) Project Address: Alton Road from 5`h Street to Michigan Ave, Miami Beach, FL 4) Narrative on Scope of Services Provided: Project included construction of approximately 15,000 LF of water main ranging in sizes from 6"-20"; Storm Sewer ranging in sizes of 12" to 72"; (3) Storm Water pump stations located at 14th street, 10`h street and 6th streets along Alton Road in Miami Beach, including but not limited to defender box, wet well, _ f valve vault, dissipator box, grate box h �N,,���� _, and all miscellaneous piping, 36" Storm ,, Water force main, removal of contaminated material; restoration of • ;-ara '.r,,-' - - FDOT roadway; Outfall connection to .0--. -. - '-- CAT >•it * Biscayne Bay; box culverts and -r- ._ multiple deep excavations exceeding "...N. 20' in depth. The(3) storm water pump • - stations were design build for the FDOT Respond to Request for ' Information RFI's . 5) Contract Amount and completion date: $13,000,000.00,Completed 2016. 6) Experience for: Principals of Amici (Nelson Liberti, II and Christopher Lazzari) Amici Engineering Contractors, LLC (954)650-4699 Page 2 of 4 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMICI A ENGINEERING CONTRACTORS k. Project 3—54 Inch Redundant Sewer Force Main Project 1) Project Owner: City of Miami Beach, PW Department 2) Contact Name,Telephone&Email: Giancarlo Pena, (305) 546-2943, giancarlopena@maimibeachfl.gov 3) Project Address: Along Euclid Avenue, l lst Street,Washington . Ave,Miami Beach, FL t 4) Narrative on Scope of Services Provided: The installation of a •54-inch redundant force main for Miami Beach along Euclid ' Avenue.The force main was a crucial component of the City of Miami Beach to improve the quality of service in this touristic area. The project covered three different phases: and construction usingopen-cut installation ^�" ri' - in ��--. r PHASE I: Design .. J of 54-inch PCCP force main(191 1f)along Washington Avenue d , - r .. 7 . , from Commerce Street to Commerce Court. `4 PHASE II: The installation of 30-inch DIP force main at the • K• intersection of 1 lth Street and Meridian Court. Then 36-inch DIP and 1,000 If of 54-inch PCCP force main open cut installation along 11 th St up to Meridian Avenue where it connected to the third phase. F PHASE III: The connection of the first and second phase via approx. 4,450 LF of 54-inch HDPE force main along Euc lid / Avenue from l lth Street to Washington Avenue and along ,-�.A=--". Washington Avenue from Euclid Avenue to Commerce Court. , 5) Contract Amount and completion date: $18,000,000.00,Completed 2018. 6) Experience for: Principal of Firm(Nelson Liberti,II) . • Project 4—FDOT Indian Creek Water Drainage Improvements ,0. • 1)Project Owner: City of Miami Beach Public Works Department 2)Contact Name,Telephone&Email: Otniel Rodriguez, (786) 831-048, otnielrodriguez(dimaimibeachfl.gov 1 , _ 4r 3)Project Address: Indian Creek Drive and 30th Street ' _ 4)Narrative on Scope of Services Provided: This project along this iit'i' = critical corridor included the installation of approximately 2,400 LF of 0 ,� ' ' 72" HDPE Stormwater Piping,400 LF of 36" piping and 32 drainage ` structures and appx. 2,600 If of 12"/8"Water Main. The project also included installing a storm water Pump Station and hardscape, `' lighting,and landscaping improvements. . 5)Contract Amount and completion date: $12,000,000.00, 7,„,, _ Completed 9/2018 6)Experience for: Principal of Firm(Nelson Liberti, II) 954 650-4699 Page 3 of 4 Amici Engineering Contractors,LLC ( ) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AlkAMICI ENGINEERING CONTRACTORS Project 5 -Neighborhood Road Program Year 1- District 2 15th, 16th, 17th,& 18th Avenue North 7) Project Owner: City Of Lake Worth Water Utilities 8) Contact Name,Telephone&Email: Giles Rhoads, P.E. 561-804-7013 grhoads(a/pbgfl.com 9) Project Address: Lake Worth Beach, FL " '•1 - « :'r.- 10)Narrative on Scope of Services s � #,• •.•� - • *' Provided: Construction of Roadway 's . ,` Potable Water and Sanitary Sewer . ' 1,� '%Improvements including installation of 0. _i, . ''' over 15,000 LF of 4" to 12" Water Main ' -.—"_ 41 .f ,ytA ;. . (DIP/PVC) in a residential area. 4- �„` z_,1 R 'a .V. Included roadway, curb,and sidewalk '4 r ,, k •: U. l'i.; N restoration and sewer main lining. igof '�c +� -�' `�. 11)Contract Amount and completion date: . ; ; • $4,339,626.20,Completed 2019 • `"' • `x�'-p.i,„ -4 �� 12)Experience for: Principal of Firm (Juan - '— •.- Barreneche) `,' , ,••;.* ' . • Project 6-Caloosahatchee River Crossing :i. -, 1) Project Owner: City of Cape Coral . 2) Contact Name,Telephone& Email: Byron Taylor, PE, (239) • lot 573-3039 ext. 3039 btaylor(c capecoral.gov 1 . 3) Project Address: 2600 SE 26`h P1,Cape Coral, FL 33904 , - 4) Narrative on Scope of Services Provided: Installation of • '. " -, approximately 7,700 linear feet of 24" FPVC Reclaimed Water NI,'to .m ;. Main via HDD under the Caloosahatchee River from Cape Coral A to Lee County. Au world record distance of 7,630 LF for horizontal go directional of any plastic pipe and open cut on both ends. 5) Contract Amount and completion date: $11,669,690.00, HDD &Open Completed 8/31/23, Close-out Activities still ongoing. 6) Experience for: Firm& Principals(Juan Barreneche& Nelson Liberti, II) PROJECT MANAGER& PRINCIPAL—JUAN BARRENECHE, P.E. Leading our Project Team is our Project Manager, Mr. Juan Barreneche, P.E. who holds the CGC and CUC licenses for Amici Engineering Contractors, LLC. He has had the privilege of serving the City of Miami Beach through our projects completed by Amici, and also through projects successfully completed while previously employed by others over the past 20 years. Some of these key projects completed by Amici or its principals which are similar to this project are highlighted in the attached Project Experience Table and above. Amici Engineering Contractors,LLC (954)650-4699 Page 4 of 4 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IILAMICI ENGINEERING A CONTRACTORS Please see more detailed information in the listing above regarding the following projects of similar scope for which Mr. Barreneche was Project Manager. Project 1 - Biscayne Point Neighborhood Improvement Project Project 5-Neighborhood Road Program Year 1-District 2 15th, 16th, 17th,& 18th Avenue North Project 6-Caloosahatchee River Crossing In addition, Mr. Barreneche has been Project Manager for many more large diameter infrastructure projects involving above-ground improvements in an urban environment, some of which have also been listed on the attached Project Experience List. PROJECT SUPERINTENDENT & PRINCIPAL—NELSON LIBERTI, II Mr. Nelson Liberti, II has been Amici's Superintendent for over 5 years and has also had extensive experience within the City of Miami Beach and with pipe installations as large as 54"diameter. Mr. Liberti was the general superintendent on all of the following projects which are similar to this project and include infrastructure work and/or above-ground improvements in an urban environment. Additional projects and more detailed project information for these projects can be found on the attached Project Experience table. Project 1 - Biscayne Point Neighborhood Improvement Project Project 2—FDOT Alton Road Drainage Improvements from 5th Street to Michigan Ave Project 3—54 Inch Redundant Sewer Force Main Project Project 4—FDOT Indian Creek Water Drainage Improvements Project 6-Caloosahatchee River Crossing In addition, Mr. Liberti, II has been General Superintendent for many more large diameter projects involving HDD and Open Cut, some of which have also been highlighted on the attached Project Experience List. TEAM ORGANIZATIONAL CHART & RESOURCE MANAGEMENT Amici plans to utilized subcontractors for the Electrical (SFE), Landscaping& Irrigation(Reliable), and Concrete Work(Homestead)who have extensive experience in Miami Beach to ensure that there is no learning-curve on this critical project. This team has worked together on similar projects in the past and we are confident that with our extensive experience we can provide the best possible team for the City of Miami Beach. Finally,please note that Amici Engineering Contractors will self-perform over 60%of the work on this project. Amici Engineering Contractors,LLC (954)650-4699 Page 5 of 4 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 AMICI A ENGINEERING CONTRACTORS ii,,, We thank you for this opportunity to provide this proposal and we look forward to discussing this further with your team. Thank you for your consideration. Sincerely, Juan Barreneche, P.E., Managing Member Amici Engineering Contractors, LLC Attachments : Amici Project Experience Table and Licenses Amici Engineering Contractors,LLC (954)650-4699 Page 6 of 4 2 O y d d W w W al y w 0. P. F E E E E 92 E E0 E0 E a J Q o U U 0 U 0 0 0 c 2 C UO o o 3e co o aE O n a n m m w m coo C> Y cC S O QT c C q ° g c nC N-` C O ID O a CO g O N.Q "5Irl 1 co l7 C C ` Z 0 N T o - W Od c W a Y c i U qC . O U co G do W U c > $i 2 C W % E " OC a d g O a ° E v`o 5 EQo co °i» C Vl , LLycg SN Nd w it 11 c p A a C C d o � U > g02W ,6 .0 C ` W g: e h . % 0 c2yno Us. > a _5 o O c o > cO i a W a m E � o f� 73 s ° acfl 0 a 03 N W . ° W�£ O 00 p r m S C O d w Em> q T a 0 OVJ .iWt OD0 N E.C °' w W c, 'W V . C 8 p y_ 2W WC co 8.2 3 u W WLL � C'- J3 ;Z c °) 0w � E W EC ocN` 5W a, n C N cJS .cao- EF. 0 2 IT., oC E .(g ' ym U a C o U � ° QQ f co ffi E c • a iph= w C D II . W o, a a, E mc° o g 4 a. m.co� o r ? c i o o W�W affiI- o S m ° x m Wo m iti ca � E w n o0 c, 2 ° n 5 ' 3. a cO E 3 y 2 W ° ' 2 °' ' nO' a n m m c c E 03 y a a W n ac m m C— E s = or a N y a w 0 Hgc >3,« m0 = 0 0.1 W 3 ° EEL m 9j mo W C c. E p ao oo >m � � m' ii c mU 0an �O .2 c nmuc .` E 5we J.4 I- CO C o d E 6 oO1 H •e .a Lo m m mE E c g•0d c E' u- H0m E any -caU aO i � E y a � H xi g c"C f E E o R c o y 0 OW CO cc, o , w a LLn g c U E Ci ` a O � � � � � o O 0 0 `� E G N Q Z N n to 0O V/ N y Q ` It 0 N �1 co 0 a 0 4\ k W F' C .m ci ° N. v.) W Z mco n Of aD f) N O 0) c,`O n w N{ . o0Q 0 N N N N N O1 .,ail C O 0CIy 4P.opO J a N ` w y E '41 _ G M .9+ c, a0 o t E co E `oW o ` c x a) a $2 •_ i w x .v w H 8 8 w coo � 8 co 20 W $ 2 c, x W d i Q WIE o d ° m co d a. t c W W d G kJ.' W — cm E ^ E 2! � � dm E a� d gaa a Q, U y 'o a` 0. : a . o .l —cc ' cWo,3 2.cc5. wffi a E'on °f v X vO � Yarn � m�Noa c . ft O U. ° � Qp C � aanco W to U � vi N a c Z CONG 'WM iOQ 3 cOnW I '_ a Ec co B- Cp o $ co on E q - ° c U. CO0 °o O � � v > V wo V .91oa awg 0 . a ' v c .c F � w O � Qc..) y O W ^ TOOWU 6 d a TO 13 ¢ u2 " c Z a dq 2,°' L v O CU) COa a . Z . : 0 J C.-, p LL n 0 T z OOJ C W q l7 CN 0. Ei ■/� 11 7 .L°..�LL C360 2 W0 o co U �CO 2� m - W o f ?3 M FF--r�cO a� c nEv ° crc°�i TW y ? c== E 9 m�W �I > g a LL Zs 0 F�1 r(` ,' 5 o 1p U u- t,t_ U. N co:O LL a ° U m 63i u aAj `o , ° m co ow )i W`� 20 rd 3 n n `61°l > cci co G m 4 3Z c n O W8 � E3e 3 � PEE oa mgW € c r BoW to N Wco Z� vm aWiN m y� r U o. my Ewa cna 0 co' —c r �Wi y O Z L W H " c 5 W rn L°' 2 N W d c E w rn ~� Z a r I 3 W U W ( 7Z 3 a g � U I v F—a 0j m o zo o a 4 wu 0 h Es `" m c ti dQ 2 m �p _ li a�m a 7 c 3v E w v n"' cQ =� � E 1.1 to n'^ yW CD U- '^ U co a Q a m L L. v W a • C 4 Q W C W W N N co Q c eu O „� ' W E c O 4 2 It 1c 0? 2 8 c Z m p v C d r C N a n O o • 4) O 0.0 a'o W c E ¢O a T. 0 N ' 0 0 -a co N .5 W W 3 ° A C ' q y co u a = d Co C y m W o W `o £L a °1 t ° Tc Wa orn CC 0La U. 0 0 c .g+ Zw E .N d. -) N Z > y cD D 7 0 O CI z 0 co L. W N N N O N N �■rrllll FO J N 0 N N V. 0 V o a.i Q h ia Q ffff O1 W m Q sr 0 V m a • r) O w'a Em = W3 E� m - c UE aag iv • a 74 74i c3.°- $ m co `-�a °k o �. a .. E .>C am OC Lc cV wn o Nyaai `^ IE § E vCM>co Q 2— E o ' u a m E 0 m oo n 0 0 N t O C >@ 3 C `c) 5- m n U 3 m d m s ° O m °... gar O .°r m 2' C ° 01 m L o " 0m o 5a° V c ? m m E nc ,_L o.E o n m 8 c m p a d m • H E 'n a `o °• o 2 o 0 0 x°aim gE a) mo0E2 oho mo E.4c.4 ?� Q u L`:. LD I- °`nJc0 Niio � ma.9LL• N m 4N �mnm ?: m` = `� ix m 2. 4 O n — 3 °Q c E ° v a m 4 O m A' 3 V ),2 cocot m m m v a °v n..0 '3.y cm m° n❑ m'm W V O U j� C O J t 'p t-S C C m >"m m S N _, W c n p c 3 u c cm cF c �E. c A a °m E o > E 0 m❑ d c v m 5 �') n m E a 8 c c o L y c o n dEll U Q as 2m m❑ 0amE at scan vd v d n `m❑ a E 2 m a '� v o a� 9 m m L 21 c c o2 0 �'m -2'02� E m V c�i �' E c3U GJ c '� o 0 U`o >< w m 5 Sa n c.) jv Co 8 8 o> co c Z - 0) co V/ V, L Q C IC = co co 6 a O co )° Id \ a as w ' 0 v) m o a n of H W N) N a N OD to 6o a m r el 0 a 7 0 0 r) cc v h w N o v h Z o l) 0 w w N N o Z p Di 8 W O N E.- N o p m C --' °' G to W 2 m c �' w 0 ?? o 0 0 o0 W y •` E u a CO W o ooi n .oc+ W N m e ° °u c u c 2 E `c a > r� 'L ° x W v °' c 17;c u a m m ^ oa m CD//���� c� c Q o o m Y o .CO E - E m Z,c no C W l' k•0 N po0 ap 1� C31 .5 `u ta)O ^ m m g n U M C N a m 3p Ti CO ifs LJ W '� W 0.- fh U d O 1�.0 V C N co w 3 pp a°� .) 3 m a (a m O ° D. x C a y N 0 m t N C m d'n U i m 6T °.6 N o r., E n m 0.Lli CASI N� O C O Ni, W N 0 O m o m a+/ C ° G' Y L N a m C g :3 vu 2 a 2 it,8, o— o. CV N p 1- y V < CO N S a S EEV m 4 JLV C mV +1 oC oO C m a .Q L c u .0 CO 4 0 cw a n• U = -12) mE y CO O ¢ u > o E 3 - C 2 v Z Eri 0 w o d : . ? : i a J 6 J LL a co LL 6 8,.. d 01 2 Cillii V w� S E ❑ 4 61 0 U. 7 s c, p' 0 > a mN co Uco 8,' 0.0) $ gq (I) 0 o a tLL �MM0 0 a t a Y M co c2~ Q. a on a_ mQ .s m3 °ma � LL co `�.1U. QF 0Y m m)`� r,Z 2.om COmS St: a E ci — WU { o w LL LL3U m ' co a U "ao O °3 3ZgEd. Y ° 0 0 ,U o In g n• a co a) Uoi:2 E m 2 a N cm Qmc o� o 0 s Utm O) Zr � E ad .cU q to cop m UV< 2> a m orn Z 0 J ° re U❑ mVZ 01 c U a z O 0 a c v CO r*, o 2 Q E u� c 4JU a a'� c Q o c o c Q LL mD a m.., LL ma .W .r v am) Em �� aEi is m c LL m q m co .4 in m io )hh co r• o m 0. 2 O m .Q n N g` O LL W 20 a. 3N wm ENm cm 0 )`mp C E N m.0. O N CO.CD N m m Z p 4 3 m Q a mN v 3 a Q m a E t ce W m m m 0. r w 0. , F Emy 0a Oa me atq DI '8 m C� m� m � 0 3m Ea o C W W y csl 2 L C 0 a w . o w ' m ¢cn p o m �° D V) 0 .N d Nm F w > LL a E co m a o 0 0 Z O_ CI 5- W 0 N N N N N 0 N N J Q O (°`l N N g N 0 O 0 n 0 0 o P. c 0 0 .5: a a _ c 0 YI .0 Lu2 2 0 W W W C O m C m o O C C W N ° Q 2 L 0 lL N V W C a m W Ti V a c °-ab W a 0 3 m n 0 o. c Si o 5 co iv.$ > n1Bc0c = CE m °eO = W LLo•dU =Vw LL0 c-6I ` '5 o> o of.S2 LL ° c .c c W a`o y a a w a ° > n o co o d LL o • y t N a ._ . N .W y W.W 3'E V :a > = 5 w w W 4 a a o 0 . L c o io 0 p a E Tn ° c� w o 0 E o c 5 N 0 2 y m N.0 m m o b foo c, 2 w o0 _ O O _LL.I`O C 2 1 1- O N e N 0 C 3 S m C 0 O C A. N 5 W a a TO C W C a `0 3 N.Q o c m i m c O I .c o c LL O v `� N m 8 0 o f m .5 0 ° O 2_ W 41,) 5L c^v�� 0'� o�`a W4Q cc a�LLcs J220 o0v = _ . o E > m •� C*.a 4 0 m C O a 0 0 > E W = W W J O CO m 0 0 O Tb 0 . U moSm Lm E o °I `o =o (0_ m 0 - oa2c W.- yc2 a{ o1Oo >U S!9a • a co N c LL$N� d a o o a. 30 CO W 'nmm L' • Z a a m c > W C V n E �_'4 J W 0 0 W m u f o OLL 3 E =S;` 1 o .a 0 !p . a ui 2E N ° n o c' c W 3 o c o.4 f xc 5 E a d It") W p a .2 F, N z v d W c c o o 0 Ti 012038 0. 4 u o 0 N c E o 3 c d `o ncp .. �' o 2• 3 �� a aTi � al aim 1s �Q LLo� c o a °£ ° WU c W m W m c ca. >3 a W W m o `03 WF v J LL = .Or 01 0 0 y g ct 2 O W A— = W O C. D! E C O O 3 V Jo c m V cti m '3 y 2 v p n0 2 a 2 A 3 O ° o m c 0 f o 'W^°3 et U 2 m m 10. c o W (� 0 8.2 W S a 0 m C 4`0 2 E e a W(a `� m& 3 0 H -a E a o a'.. 0 a« c 3t n W W C 8 o o a o 0 0 = A c = d W >o la U OZ ▪LL C N L t -� > �'' J J o Ol'� C O 0 0 ... 0 a °y U C O 0 m N O O O C a-2 C vl C a..°_ co V U LL y a A E O ° G O O W= m • a O co N .0�. O d v co a 0 O a 0 m 0 = J O C 0 LL .c d C g 0 C'y O L W O (-a a S C • G L 01 3 O C n 0 fu L O c C 0= W .Y! W O O �,+ a ',`O3ucCm -tpnO 15 Q oO1i 'm3odi c°W W 3 Oo ,3 a`rw N G G =LL N C W s a 0 J 0 0 0 O O 0 > N LL C w 1U 0 N W V L '� P. LL J E W v LL W O CW5 0 0 2 C C Cf - co 0 Ls ` o a• C1 F"' o N 0 `r° ch 0 o 0 1r° /a C G N a= Z O) O N O N 0 m m Cl V N y Q G Off Z NO N O 7 O_ M a 7 le x E a W I CI otn Ha !. Z m g v. a 0. � 0N p{o 0 O 4 y y N 6, H M N N N V1cO 0O yZ p No 0 N o p a E 43 E () U ` ¢1 vs c c c $ C c 2 8 C U W '. Z E 0>0 C G -o .5? c > t O .0.. co.0 co c n co w of o L•r> u`2i .9 E co o f a CD 0 y L U 't 4 v W n 0 't7 c L a (; v ~ oo m Vmm E °^° u o 0 o a 0 N W °� c 22 w8 m A' .�. IC(. a ? D W N 0 O V J W cy 0 m 0 ^ .Q 8 W N.Q a W c `L V k •0i W Cr.?. E a n T. aQ n a a n a N D 0 r� O O o. to u d w ° . € 0 1O!� ai S'i E c m o N pLL ai E • w m Q^ 2 0 :� m X N O • C /I N ,pEE wp p m $ a Oe co 1_ oC a c 1 0 'C 4 N O O j 06 N G .0 O co C .0 O G W W O G 60 o C C m U W y - 2` -c Z °+a,� E wis CO Nm (4 to'Is CO a2n E ui(Ia 2 3 W � •� � Y w WmL Wl7 oh. m c g - 0 W1- 2 m ^ 0 a c o , Eta A� O ;O O • 3 Y (° C 0 t0 0 m W © 0 (A W `� O =1V ` (~,� 22^a ao� Q� o Cr am0 m umu �m L. C >.m W• 0 C CO C G ' C coj C J el 0 a .Q of^ O E ‘I U 2 . z Z 9 c ' c -+ a 0 0 J LL N 0 Eo o 0 m o LL S. co o °' o ° cm o= 00 Por a' 0 `n ////�''� ` �� n gtc°'i oo EES 3 ,6 3 w6 0 0 ,°= p .0 O "� n oc`�i 00 U�`� a =c`�i a$� 0 0 m W o u_ _ P7 a C J aclUI� CO C d "CJ d C J d.' # pp4 2 a n fco nu V c n � a 0 s E LL 1 C U. .. a s Nu- 2 0 rT,rr ), °d mU >fi� J W 0 U mU o mU y �70� C CO 0 c 0W v �� E oo ap O.O LL 'c •E 8 m E$m ii 92 3 € c 0 W a 0 m 3^ 97 o 2 N Fr mQ ; ^ 1° SY ag c m , 1E3 � . 9 gym° co a! o rn �. 0 `o C.2 0 o W^ C `o c 2 `o c 2 L e c c CC M--1 Z • o °' m 2 °' E a - z 3 II m UL 2 4 Uz U ~ Wm (n d W 7 3 m a No a a m aFt m O Q O N 0 0 u. WU � _ 0 in yQ ac Q fa L▪ `o c E LL i` E .o 'it 2it 1' WQ s 5 y EE E . 3 o U_ 93 a 3 :.. o 5 co o o >. °' 0 n o yy a LL>�m W c E E W b S r L ( j 0 GI U = 0 Q m Q 2 W 0 0 0 LL W u co d m C.7 5 a=L EL E > r 4 4 Z as Nc°q m0 c vo 00 C rE 0L o , r q 0 n9 m e w E E m c Q c 2 TO m m N V a� cr5 E % U 6 W 2 3 U I D 7 t > W cLL c g0_ N 0 mi n ° c :? a C ' CO r W b a . 4. 0 y d Q-'H O W co 5C 0 a CO U N oa N J W K Q C h L 3 d CD Xi E co ix 0. 0 W a m > 7 LL 0 0 0 z O N N N N CV 0 C•1 CV s N W N N_ CN a a N N. N 0 0 O= .- C C N a m IL; u C a• a o c w a m °� ° Eca � m'am 0 oa g12 o SLL' Yn a0 J ° a C m W c v .c3 0 L c_ W A u a a s .� N C N p Y O)_ .0 -ea > D V E a a 0 C U c 0. Zi e w n.S , 0 O d E g a5 a .. 0 u5 u ° W >.m H a0 E > > cn *.E c w ?? c rri c .coc a 0 0.4 __6 C&a £ o W •4 U L N a ° ; 0 y co o ro 3 48 O > m v o'a a 2 E a u c' a) y c 0 To, F N a) 3 a c io c ° m W.R ar �° W a .x :? a 5 , o 0 m o 3 ° IL i0 0 0 ii `o.4 n m c 4 m c a • Q c 3 m e °a a W e ui &c 0 0. 0 ode n wi= aqua m � ° = m m g . g g2 2 c o 0 > E c c d'n c Lo m c m .4 ... z F E a) 2 mc N 2 a 1 2-y o c s y �° n y.4 v> • 3 d a c c 4 o y d ° !. c E m - 6-0. c m >.a ; E c o o° w . 0 E c v a W m m a 2 m °' m40.6 o c 0 d ,� Q o c 0 c .4 c o m,t O q u° 2 u y p o 0 m c3i 034, 4 o m c noq Qg m3s m"E 2. m m � c'mn 10ac A.a � 'ncq C �. w a'- c d a S m m d `o�i'a E ao m x m n °� m ,i765 3 V 0 a) o ur t m > c 0 92 220 w' m ' U c m Q m N o 'R `o ) m ... Q O n a O 2° > Q 021 Ammo E No Q tE a0.9 m n oNi w � c ca = acgt ait " ' 2• aoa ndaTm on= > Q � mo CE ca q m d m a� .�i a c a :o of c a `o o � 0 a W d C a o c o a s c co f0 m a o > E .co ° c C h a g c o r 4� c._g! c c m �� `m o c E ca �3 qa y'c9r 79E cm cc o-Pw 45 im $ 'W 0 c ya yJa 0A5 m rmt a :4 a°i 'Wc .� �� oc E a� ° a c H ... -o 2 E a .i a�i E � E ° Q c o Q o Ti E E c W L > >a a o 0 E o m -a u c o Q aj c v o LL o Q a a -w n ` O .�.. O C O ~ n N v 0 0 O O O /� E G N Z t0) N O O O O O N. Y ,L W Q O m o o 0 .x as F O d ro m m o W C N IW 3 Z �' 0 N. O N N 0 co 00 co y� H O O NM h IA H H N N N rn» O W h O In .o 0 In �°.. V P. O CU d ` � O m o. m d E w (,i a_ 3 QE C U W . E Z m C > a7 co CO > OI CO > n 00 A\ \ y U Q 0_ 22 N w co zr,d N W OI N Q w Ol C m O Y/ ro ': o`� y x aD °' on 2�c�G of U) `a� 'I�•o d D co = .c m E v •L mo o a yk •y u iy ~ ao V co O U 10 c O tli E U N > E N U' m , E98 d /� ,. x m m w 0 o ui tO m 00 /W� G W l� O. W N n 03 d N D ....co a N D N. CO T op a N a O C m W O. A CJ y O V A.- y �C ap E e w ° O O O O rimu m W ME E m Ewa W O N O �( c : o d w3 wB Ego QooEQ 100E WB A .ioE WyCm W .` Cr. N a O. m O. 50o a ao d Goo a � ))0 Go J a din w N Z u � 'anw uicLLog mnm $m gnat }1 ,G C. N Y C a C Y al O) a) O O m ee al 17 g of Y C ii . 6g o m UE" N :0 O y F. o Y a 0 cn°. so a m U m Y ai a g U m = Y c 3 E c N U ra d a00 mY og a)0 m -o 1p0�o m 'Y Q 3 W O O m Q a co 0 E E t 8 C 28 0 a) t09 C a) EO Q al c °a p 'O yl a p c F �_ % , O .g- ga m O c '� OM .� cm�do L Q v 2 v Z 0 ' c 0 Z c 0 a 6 0 m m �+ O t. o fE m r am * + ? « * V 0 N 0 U g 0 d d d d 2 > o. w 0 C o m O m -2 u U i` a`� m a 0 1111 .11 �� �m Z . dm $ 3dm Z �0 3dm a °! DL vy �Uc7 . Uri v oo UN a. coLL m 0 d NO j 4 M d , 0 eNi co 1,171 ?! L Q M U. N N m M L) ° t3 a--c�i a c � c a c � a mmn a' c � o mrA Q o �tn0) iLL a, a iw Ev) , E aro jli c o � aD J - oc°i LL m 28.6 E m c •c )- o a'E chi m O w ON � r T 1 U Y ro O a) m U m 3 m U m o Y d m O cn 22 ,5 1f, 3 F+� a d w m u a > e e, MC) : o E o O i0 �m °m > 0m m aL @ N W o Q, U W_ a o'E o m o E Uw g 0 a.,, g E g a = m , 3 2 g m h-;� 4 f.U rn 7 r�1' W U 0 o Z m 2 `o 2 o 2,V `o Z.°' � Z cy) '•7 Z O U cF. U W Z U CO �°n 1. co LU �""� ? ma Cr w 2.4 o m CO rO1 0 0 0 N O m ` / U _ O L Q�a m V N a yH 0 a7 f') F. O u_ .O C N a C 0 0 C " Q 4. 2 l'iN -)Q o If) C Q E N m q Q , et. 'y 'a a) Et, C a N $ ^ . CD c E5 m 44 ai. o� c � ToC O V n U b W C E "C W g r p 4101111 Q n> 2w oZa 0 0 2. a 'c a < C. Z4 a » E c E m U a g -L` E g 0 o O r ct Va '-> �C 0.co C a m > g a m d d m m w E c lL 7 m o. O m °a '°CV W -t00 -i 0 m � m m c 0)m U) c 3 w E co' E a Ua) m z m d w wa cc 0 U 0 0 Z 0 0 o 0 O1 _m m m 0 0 0 WF N 0 0 cm cm 0 C O O O 0 0 0 ca Q Q c C a ' i" �" - a- E O N a m (7 a a- O- O' m 0 U c � mvi y Lm.Sv c m E� - .> c u m '� v m a °i o : E '"c `2 c cry chi I m O E 5 .� c E gat - � Bi Im im v�3.� u a z 0 'A Z cQ m vo I N N 0 0 0 a Y d �pDE mga.Fa fi[Liggo. m a mog >> a02 c m�a `o o € - 3 U. m e i.) _ 3'> m S io 0 2 c U O m .c Q c Z IL- m c a 0.•a v m `m U e.� L m 2 W >LL cLi o 4 m J 2 a i° .4 c a O p a d o O i9 O a wa..i E M N c C C 2> C O 1 J C C a O n 3 2 E_ =m O 3 B a ao cc o g m c—a t j y U m I o m N 2 w E 0 m E 0 ° N . O .9 o n m v o > :_.,-.. . o c c S n v °o x p c") r >. o�i E a c m c °� a o c >a LL m r J ° C pTp ° m O o mg m g v m 'O m v J Iy N co O. O L O b _E O c C LL °v R O .LL... C u O o:U O J.co G U o 3 m N « c y 6 lE9 N V LL Cm m J l0 O m m m$ 12 iC v Q W O '2 a, Z N J 5� E >` o ! 2 a co C7- (p J p ` N 4mi 6 O- O aE U O J 9 o Q m '5c)g. e 2 To In i'.'C .i2.4 00 2 m o m c opa q° o pLL LL 2 LL c ci. S0 c o o S z,0 II d cam° m x c =o m a c o 3 U r S c x c 0. a o N c J a o c v ri m m co ° .> � m m 0O N! � o � mEacnf. 96 o E3w m= c0 oc4�c(( a_ am.V c°duNiLLo. oc a o t eg UY co .-. �co=a m�v2> of Ca nW!7 dNCma J� sOIn x• m m oQc 3 E > N ° m € W c v y m p O 0 0 7' ° a o m o o cm.) >io n c o m a m c .S o'p g J c o m 2 0 n'm M a m C C y l0 O r. m y V7 a m E J m Oj o n= m m E ` w W m m v o U c a m.`,,a c a c 3'v a d.W o v H m (n N c > �o. v v m 4 c E °9 ao c a O o o m cn 22,2 my W m0 B E - 3�2v•0 m °N m w a v j... O a a `fir �� E c� �d c� E .�voi c 9] E m d us,)c 2 Lc c '`sy `v.m o c „ m c2.5 0 m' am,a c oa'�o c 0 m 43 m D co c W t. m o Q. IL s 4a O ` a y u a U Om0 o cm0 0 o 0 0 C 0 0 N 0 /�/�� g. C N = Z I(I W 1/1 N Oo N Y O 8 ci �p N W W 0) Q c X O m co a �O O - -. 0 O N f'� N c\ x W O O a ImoN. O N 0 0 UO 00 C co k S, Z 0) co" C') N 00 N N co °m. co M OU l/) O V0j O Q M (A IA IA N N N .csi0 N M 6 p a E O t71 ` U A, a O a, W a p n co u o H c E `o `o C L. c ` °i Z m m o > o > > m y ': ?E'' C 0 m p N m N a22 ao m o) E > 03 E U) E a CU o • d Q W i- a o c a 0.g p m e u rn c u c`3, of L o nyk y i, 4 m E c m c m ELLi L `o °) W a ui `) ro E 41 x . M � N 28 N o m ti-a 2y 4Nn Ya S iv 13 EN •E m4 �m•a 10Orn 0.o g o: E a Co y N W L `u n a g c1- 3 .y t E .N Tc E . N m -3 W E N h-m E g E W N m ai•o c . U o) o a 0% m ai(op o p p N 0 m 2 N m o c� E m m m N S 14 E 'c 4'- c I" E ° X 01 0 x N !n O Q'E c`Qi E 2 Ov a Q O Q E N m E N D!'d) U IO.3 O E m E"Q. N p u, LL. 1p�ap d m ui mo E uiES E Nm a'N� yNa N E�Sm oC.4, oN E 'v_,m NJ 1pe po z m) N a V Z N C;ro 2 N a a 2 a,A 2 W f�Y > A y J 3 3 I() m 2 f0 y U 1N N C(O.2 m c a oio mC c � `cn 0 cry o pg.o dg m 'm 3 pis 5c„° > >vv >a^o E g)I° N 4-1 c 0 0_ = t a > lC > Of m m OD V c"o' :a o : F n r 2 m m E o w 8 c4 w " E m >, E �- O c a m a E " Jo o c m Q =mo cNi m w C') o w oc v E 0 t. 2 `m 3 .� .� 2 o: m E_ m 'c co c m oo .9t Y m C QU d a o ~ Z aD m 2 9 f o AL Z ' Z N m m m CL Q u ? u i V N m m F W 3 m33 I p o aQ ^ JE m-) U. m 413 co u_y p y mH � >: y i U oVrJ ��/ 0O mL ° E / _N O U et. 7-3 z o nIo UM LL V fr to Oc m j o n0� . j a Z ' Ma0 � Li. 0 ai ar = c c) a>v- 40 .2m O ") ac � 2Z 0.- m m CD O m o > .4o -i L >N CAP + ' .4 t+) c• c') E Eo :0u_ U p O c'', a c J Omcoy citN4e O_ J n2rn J OcJ OtJ al u_ O -) amM a 'Er.c) mWm Q E. 2.9 2 mLL1 D yLL mLLle. onLL -§ CU(/ u D co Z oo L > m m3 ° w 9mU2 _p'0c z ,O o J Lmg mUw 0J 5. 2'£ :?3 '8m cN '= to cEN mO = EoO o E seas c-m p v oa cLC) Zg � E i 3 cU i 9� E ° P, 0 U8 E a 22 w b�l m 2 , y 2 mQ 29 0 o v)v 0 '0 2C2 mm cccrn C l' ° o ' ` mQ o E�Omo m v y' g m p ° � E U m U E n m ZZ ' or Um 2 E U o t m U 0 O m 2N m O a O p p CO N m zfO W a a mo5 m ac o Q. 3 (CO prn ea Yu W V m _ c E c2 o 2Q c L 0oo v c o 'q m mL u $ 3 0 a' D: m m mC m u- 3 E E $y mE „ c aua^ E cox 2Zamc 4BN )(7 O m W 1- 2 c m v m c o u aQW w ac a°Ec oUvm a? E: 'Lc; n:o $a a , O 4 :u_ 1a E c m:e .� mcc _ o 0-,-, v m o 041 QZ c .y mi. e ma _a° ? u cn c .4 m E oom � cnmm is m N M � e d iao F a n CC a 3Q OE m �o d ° tE oo3idD v V 2tz m) 0 a 5LL m O n 0 IA COQo ° mmO C °W ` Q ' > , ° E 0 e ill 0 oa t m o Ed w y c2o$ u)cc ' m ° m c N 4 Q o W d !ToW m oc O w O c m a N p 0 N m w c p.rn d C m > 2 I 0 0 0 a z 0 m rn rn rn o. m co mc coW1- ..- c., O N O N O O O O O _O OdQ r N h Q 0 0 og c m m a Q vo .2 c n S N v C cy 2 y 0 3a Cc rn IL. `e _ >V° m2.=. LL 2.0 ° i- y m a 2 L L, 0g m G-8 C2JJ g5 ycrao Ja co c C1 0)o Om c c,UvLLJ m'Vc '5 mg Nm_ tm ° 3O c mC t.it u E =d >5mo 2, 00s .n n a a Na F.r d om - c 2 E m c o -8 0.c uvt y mm g aay 0mca.E a g n r U w u y yo f 4 od.oc ° c LL w 2 m 0.) c 0 .2 qh 0Tm p c ° m my .g aa 'p co DO ; Wmzo,> cE xQ o 2aa, mmy us o o H mla 2 a S c S LL uO yqa0ccaca m onn p .o s > ccEs. a y, ,m my c0 .00-a 2,m m 4 8 a 2 E 2 W m ° d c U m 'U m a-E 2 0 I' y m o f g > c 0. na:.y) £ oNor5EaoC > 362 a ' m >a gcomm ° mox d w 2z E "5 - m e W up c .r ._ C 0, 0. ocJ jA G pa Z0` Cm0O.0 JED 3EO2 2 as a O N o y 5 m W al O LL E.p y a.i 0.a x .2y 0 Ca- 0 N E mCJ ] f0yCm 0p� NmLC23L ° a N a m E a > m C £ Cxd mOt8 y m ° O m y •2.2'2.41.W m a LL N bCm 'C 1 a F yEo mLLc m 2 i, m m LL L a M O -I P. C o E NJ(°Y a a o a C �U ., oED o °c o m 2¢wdlmeco dWo '22N 3 0, O tda admao3 mLL a. c U yrEnmNU z a m m -pc. c a O m.2 aU y. CY yc, 0N m 3 Ja V y S'N m y mJ O cO:mn OG 2y a tW m a. x Wg m r = N w 0 W Wma > cd.CFr`' ` cc 1 s n - OE m2 °mu o � aa`a a m y LL u 3 1 �H W o amnoov o ocm do O o y 'mCc cg g m 2wamo 4CO e J 2 a Wi o :4QmD� c a owuw `0 c co ° CO p 1-0' S m c^ c a a O m0 = W cy m .gQOW 2 3 >; 'a mg ° mm 22 c c Q py22r2 L N CO CO c a U ° m G c 4a LLo 0y nms2Oo.N-0 Cj , wL smmu D Y, e O vE d0 UE E2 V3aJ C q - CU CE p C a) 0Oa a o ° f O V I- 0 0 p C N O 2 O 8 O 8 O C N Z N 6 6 O CG p N O 0 o p CU W I. O COD 0 CNp - G tri 0 0 0 p 0 cn Z =i N. m 0 c c, a m 0 8 0 `� W ac H H H H H H N COCV C6 CO H H H H H O U in Z O 1 C O H N GJ a o o.. o `g U c O W > > O E E m > o oW ac E ° ` CD =� ` c a m c rnAce E L 8 c ,oQ uRI d� u o, a s Lu ~ a i £ r°i g v b °A E w n ui o" ° ax v U y u A' C u CV CO ° °c1 V aoa 6 am m oo G I" U a a, g a E N m N u aaWQO a c" E m co to m C.) OF ea oEsb 'o cgvVO. U ' a, W o Oc.c?�v 8 c°Q E t oo v .m mo- v c: F Alf c.,„Ea�,Eoy a ccbD E loz m 8 .m N Q 0N W EA E at m m- ° ° m . a 0 in p ac 4 .s � Fw E v D E W 'Ea. t � Y W S . 0eO E ico0ctaoe2eEtne= m n ° v y °"H a v goE �0 20 m V E mt Eo y maeZE m� mmcumc om 4-0 ec o G fy >t C x -R o °r ,- = O901dand 2 °OnaUV : V FY � gm > ixa � mam .g €w w o c ° cm I.- �r xm r Um FF 2 ° Z w' o 0) a a; ci t�pp a' a; E. .-.J m J 0- YCO O a O LL CO LL ❑< y m C., O 84 K y O y 0 O o r ) W N E _ Z m L W !' �� J_ j d m J C O m o m O N {n /V J� m J p O J J ' m W C7 d Q O 3 m/A m T 3 m OI �'/ .u. V- p co. to ti p ov 2V tnLL m�j� gU� iU� sU'"� y L .E - dN e9 a Cr) 0 3 cn a Pf eih eco LL a`e g Em N 4 p a° a; E m a gyp° ._rent •O.2`h E 'd J v'4 r, v.2 c" v 'Q v) MU.?.4 O 'C* r j 3 Cy a c J jd N LL a c J aL c J a c J < 3 a C a .5 N > L O m LL L >LL > A N V >LL U LL L LL 0 ( ) D> c a W c d .> o U LL ep E al ° u 2, i 3 N m y o'5 y ° y O u p ) 1 W v �t t it E E � 3r 3�c a`i g m00 o m .t z,2 ° m° mmo mmo m oco Y `c a'p °ao Yco m2 Eom o 02 'Eom 'Eom 'Eom W Uc� E m 2 c 0co m o3 3 i m^ E op O.E n m�'E .m�'E 3^'E N v3 ma `o cm .0 J'm mQ 2, .m _a) >. UOE 2 ' 22 . 22 . 2 rn I. mm c5 0 E mp O m `o c2 my E a° `o cf o c2 o cM m W 3 0 Od 4,:s o eE �a E E E W V7 Z Wcon N 8 o' an UV E Or E. c U a as U U V F�-� - m U' < m a 22m c� m'co n o. a CO o < zO O y a p we o 0 0 m CO w() z° 4b d d o? " 5 z d z° o m in c i U 2 `° a m w > ae r. 'Q c c a 2 Ls_ °c c D 3 U m } L S co a. .s e 4 �+ Li. N a2 mE � a0-c m A cc) 2 in .E O A LL v W E I ==" i. m ,. wee 2 L 4e E �? w U U_ O a e.'.. G m ? .2 g d .y. n a a c m vm c ow cam `" u m 2 aL e 3 c EU cn_L a mrn g m °� E ayi a w m Z U m o 2 2- ma 0 LL m m a z c2 y Z CO E o 2 a g'' a,c £ ° LL a ~ ao m m L. m n , m o m O m o E m m a ° z a m L m o c U > c C o o F m m oU y v o U > 4° m . 2 m O a j V `o ~ d w o E .m o L Ua Q x m U a 0 m C W m =' m .�F- cem o� L E v d E o m W v m3 dm me rc, cm 3 a U c u .N0 d aCC lLa a m zO U 7 LL 0 'a 7 - 0 O 0 2 0 co n N. N r N. co co CO CD 0 W f. O N 0 N N N O N t0`! O O O d Q N N O O C N a' 0 C O L" (� N °o co co a P> 0 V o m Q 2 o m E.� ° 7 a a C m O m q: a « m e ° a c r D mrn y E Lm m -J m c O q .� n o = 3 m.p c m a E CO c ° m C 3 N Oi o t7. m N Q a N g 7 x _cL c0 J m f S u y m°o c V D E a'aa a s.3 ° a aai E :Li d a) �41 v 'a O' Z = m c Y b' 01 a 3 o D g d U c E % o m ttt v> J c0'y D a a m m c `"°d CO m c c E m 2 e o Q w E o o tsn m° a.`' `u' m 3 t o m a m m m m c_'p a a C c )g `m c 7 tile o _ >.cy 0 c W• a. C C o a.a o m 0 C a o C o m0 E y m c O •-o 3 L _ a. C LL € O 1 O d 0 N a O N m E C O S .- U c o o C 7 4 2.Q .ffi C m d •m S a 0.. 7 E. N C C 3.� e E kJ-. ~O m o0 C° LL Y s E, m >. O.a j ; m y m— CO Y O > a V.Q c O0. N a NN a C 3 m 0 m E N m N•t w u o c c c g a 0 o o p c o a m i 7 a m = c°i E g p c o .0 5 x a c N LL Q a s �O O Q m.c C m m N m 7 y o y = .t.. J m O a) w m m • I.. c2a8voi� E0.1ir ,nc,2 c°-'a > aUcvpav .?-0 Ex 0)Eo ow a . `o21c Q. m m )t C.m. N 0 •- a 6 N O N aZ� > . N g a 1 u = d L m a 7 y N 7 =oo J-3 m'e N O e C a'y"j ))> )c C 2 N N m S C a p C m O O R r E 5 u 0 N 7 c a' )i c m a.x a 2•a a a= ' O co 2 a LL m g = m c N 3 o a gc x e o. c u a s m = a e O V Qmv m °/� ea ca me. mm ! meod aoo� .4J =N0 ° v7 Nau �., H a£ o S asa m e `o nQ 'o'w > EN m d o m m a o y m a, W m o.m c 6 ,p 7 m a v a 2 > c o o a E) ' a s `o ° LL `o c m a o m = E 7 0 d J m m 5 C N O c O C O O L O C E p W 2 2 ° — C J =p m C a 4.' C O N O y a o a ga 5 c ... c2 .4 8 N cc •7cm m %o• =2A2 c m gm voi e c O c s m ,� _4 � a o m m u o L N .floor � m e N O ,2 S a o = = N L C o) N »a c N L m c c i LL q a' L c 4...2 N Q U�N m m m o -m N c m y 1, c c E o c o l`mn'' .-mi.W y m m a y E d E e v A' C '� ` U u c c q O u. O N c, in a oar 0 u ` o w a o0. 8 0 0 8 o 0 0 o O >o £ C ON = 4./ Z O O N �Nlpp pOp O O tri 0 O O to N a�j Q ` ai. O O m T t7 O m O 1� o co m Y n .x_ d H 0 O co • a Go Oco co O N O O N h j Z M O ^ N m O to(NI 0 coco 4— ` C O O / V N W 0co a O c�c \ N y N N en M y N M A' C h W 0 c v, o p m (� J °. a) N c c Z E v� ce ac co a 0 $EE A E o °oco ,E o rL o a W c`, i ~ °' w " N a o w °u, w E O s t m • 0 to /� x cQ a c a •to Zr) W o N a p g c�c m a N V m l7 a1 W CO F m W c 4' — K ••a i -N > -m 1 0 _W W e .....V E a m n'N or a N q 1() a c l7 y C a a.N V. a i, o aaic, a E m ccq� 1 oa o1° v it m 0. U a o W c` d' S.°Q S' u c 'o 3 o a a A.n 4 r 1° c 9 9 p E Y m �' m 25 0o a N.m d 4 Q X cn•E c` N .o t W =nf 2... 02 , o ano arm Om@ rn co gm� as E - E onto@ �m E W _ e .m,o d�E c a) `E mm cm m a }a ii . - Z � �n� � vgowoa cow t t �� ao m� Va^oc� o a W« a o 0 U �c c J V o "c W E 01 Q vE w v d a 47, o Y E .� U N N a m 4 ' w co rn -,oe o c E W Q Et m u° o H ' .2 ° oo Q u z Z L u 0 a a u u V O E. c C 0) �'c� 6-2 E. o cn . Z. n) a)N c t C a)co M n 0 dm a)co O o c •a � N O N C m O a O a .) N C rr �►'�'^ ho c m 4 co ro) mo '- yco tc w is`m m � c. iinniM4 VVJ E ET sm � �m c� ° 3� o a) o c Ico U) LL d m O.2 U a a) ) m J m J W W al W J V F-d� E w E Em 0'22 NU. 0LL GLL /nLL LOU. u V uU°') nLL u_ O U o 4 a Q i� m d LL .a .c .gi `m O a.. E cb E �$r_) . C-i aro M �� .F6 ° (0 ' d l7 —m CO LL y C c al 2 s m C m m m 2 .c g LL .c j Lc- 'C m co H mu) 53v3Yai > > g 3d M ai 3ai = c ac cm r_,r , oa I .o0m y cQm B > ,`m_ ,c v g.> y.> mUm ar0m c0i N w V,i) wg F or m m w .20 G E S C N c L m lap 5,C c a L_ m O m m m c a c a m > E cn_A U ° > U£ U 9 0 9 g La > 7 3m -,cJa `o °-° r°Q wd o o � E � E ym w C 0 o 03 o'gt c2 "0 ° `g3 W° mt 23 m3 `o ,A `o . a .. m � W am m ° ~ 2 Vlom Oim E co n �n zE F �m ltl V� 3 Z ��CD Of 63`° ac 3 Lc) LZ co o Co o. 0 n 15Z m f-1 O co U U m m 0 0 gO U O < ZO to r d> 4 L). WUal c COi o a=i oa a� °-�aLL? l° E e 2 co 7 a 'n co a E cN v o m.} ao v ca m vm .S c o 2 W E m $'°a s c o o a... p3 o 0 W � •' 04 wE E o , w ' eU u Q� U = aEn m? LL. c U�. m m 753 �EpL N a 'Ewa -S�j .B c y COc fa 3i- m4 a m 'ii u S a m a) 8.c0 U m cli rm`- y d m m 87' 4 Z m cN 0 c • �O�vv1 m o 0 o Cr)a- mp 1 c a `w cO.E. N o :.. O. illo m d 0 a O v 3 Q a s c a .�o to a Z m E .4 C Q < LL g. > W Y c• m S o c o o N .4)mmU c ° 2Ucn in P. c In ma y ° m ° z d m gr W m w a N m- E mo O yE $ c "a a3 .- 'N' m n. to ?co°a U. `� m u)e H D 0 a' �° Z 0 0 0 z O W O _ 0 1n v N 0; F 00 NOO NILQN c C c N IL a _ _ 2 N — 0, . 0 O 0 y W W d cc.F. N c e c W, e o °v c E rn 8 °> E . u.0 Ec € m 520. g -I cy m x a ' aD4 g�0GO E g Y E 0) aE5. O N 0- c L-Ti � ga : ayE W O fi O pocn u .4 LU ya a ,c o c con2 3 6 - c . c c a. c a LL o c" m p . a E, p 0 ._' oaE ILin S 2H ° E cm o E 0. Oo c60 23 c� T , e wna- u rE rE ' N 3 c 2 a @o v di = 5`o 43 0Z ° 0. C 7 ° WW t j a0 CN ` CE ao ojs E .W 4 ° t a u ° o Oco ` MS J O C C °C y ° 0 D D O St 9 . 0 C a O LL C• O O 0) C W -0 d 0 TO W E 0 O C A O ° X v MaCC i qO ° r3U ° Na >i A aD ., W O.fO YiO N ° /l OYY � aLT, CW NC W an a a W w C43 1y QJ 8 WW 2 O co 0. € cuEm EC cWo c ,n m c m go U4u O a c - W a .B E.4 t` E E to $ 3 ti Nf 5 � W m -2 d f, Em p fio E L c c cr C. CCCU c a o a. o a y 0 H H p u a v Z. o 0 O 0 0 0 0 0 /I C N +Z p ,0 N 46 O o 0 Oo aj o W ¢ � r O O coO N 6 0 f0')- O C‹ jx W r 0 O pp < N 0 C u, 1 at. Z g O 0 0 fn f0 N— a- Di , o O Q ") - .t w m w r) O •d �) O y N M N a9 .9 ZO i.) u, 0o a N o o . V u °- m c u 3 > .` Z 'o O m 0 ° . d • 2, Q W E op E a v c co � C n w i Q • NI co Ai Lc, 0 E a. co dW !cWEqm $ aOvocr Wv ao a �rn E 'n mO_O. U y 'W W O � E w Y C ND dO u xa ' E a n.g ^i a a na . a Q E N Q o 'o oy O 12 O� ° . dW0.O eEE ^ E m oAamxc o- y N IO coy) E c a .e pV d m W n o. ZL g . c N ° E =03� Gc0o0Ew � aOC it - 0. >.mm Wa) v m �4-6 C O 'C mC m V 2d Ueo do q '°o.0W0D � rC C ) n V G ti O L f• W W ",8 Q ° a ` 65 � W z "a) vd w, y .2 U V c E ° c -0 V 0. u oOQz o = F. ' cW a U . Z EZ L O L � N J a 0 . a LL a a c� p ;0 a - a,top o 4Co �° � r m o�0� N N m dM uo c 03tO. (0°) co s0 co V s7I a 00 u,E f uv"' 3vnn 00 o To � � °a y OD UYOcS 3$cnd >2 a .m F.cn E o �T. a Q [�, E- U C LL a (n L .LLa LL rW W .LL W LL p � --Stco E W ° t c a c0 WO a mU 0W ° =2cn mU CcoU CO m V 0 pco .2 c v � �wg DaEm Tr E - E ° M E- � W m 71,z -' ama a d m a7 ~ Wc U ocio mEmZ.. ° O o) z `WUr o LL Ue Ur Eo e (3 Z 0 I. a . 4-0. d U o CO 0 CO O O p OZO CO 4.1 ) c m aui F+•1�./ o o ) 'o C o V v3i aci ui me to a _ v ° U`- E lL c a i- W cam-- -Z aZ u� � o vLi. W a N 2 a'c. °° 8 o W .0 —u y— m y 0. m z v .t m d W c o o > ta $)L aci o— o m Z a N a 0 0 Z �0 Z ` < LL— co) � m8 ¢>�t c � c `c .- 'c 2.4 ; a2 o , rys) Oe gm - E -OE mc< t .Q o �' QED ua �g cc c > co Tci aoa UI V H a)- W V C? W y T O a ° U co Z > co W o � m d`io 2o $ a 0-6 co� m W 7 Le a 3 a)0 0E W E °).- c 0 E E fi W co m `m m '� co a. IDW 3 ( w3 z" U 0 0 ___ LI_ ma. __ _... _o u_ ZO F 2 0 'J U 20 = Tw -0 L/ ce ►— :c z CD v Q CO Z D o Z (9 Q W '••. %0 E O Z 0 1—'‘'' i N --1 •1 •• N S CU _ _ Tr Q W LLI 9'w - ,1 l' 'Z U LA M c J c V � , • < wI- M \ . .i, N -2 N c (ce Li J`�— L.L. . HAM _; V o +, Z o, ,',jl 1 ZO u •�". U D 0, () a W ca U o O Z =11-11- Ci 1,_i,ct .;:t4 .11 • I h us (-) > .....t., ,,,,,z: cc .4_, -, = -,•-• j' iiir i- "� Z ti; I N m H c -°a c < � � i �t � N It 1' �� Q c w `" o I V NCI — 1I :• 0 0 W N O.Ir 0 a LU W w v, cn L ra ~ W Z U =li . jeii .'. Z ZOQ �• W OZ v) — i t U'F :) — • I v cS - DoZo .i w ; =' �; u � c � � 0Li) — m V U ZV •• x > = a O v_� XiCCI Q 3 u. I— I— w 5 a ai g o Z Z w ° N I) W a u o 2 O w 1_ N o, c w m N Y `" Q co 0 a L 1 CO W ►— w °� p i LL b O ElMir .4 f01.O G ,...fir ' '' r};_r) '7 1 . �1' .: r e-1, 1 ► .. 1' 4�-� W !r r' r. ti y o�a a ___ _ __ L._ ijo kD Z w T3 11 cc I pVo LIJ CC w cc Q LI wcu Na J m ce D o (13_ Q .� w � U O J _ (N Z v) I— Li IF ...sg:: tn Liu Liu W CC . ��f I Z U . Imo° :. r 0 1 Z o\ ,LL 0�11 i —.1 O w U j c. Ce co iII Q 2 c\I E s =. LL. Z 0 17 '+ i till' W 0 m �i.i (13 COo o W 0 Q a �! V iimaxiiml w •0 _ �t�� _�_ LJ o LLI I 4114( Z X z ��( . ,Er. I.tW zoo` �� , zW i Z Q / N O C 7 g >. .... , , . .. oC v . J a v o 03 m V Z < ' X > 0 {D O M LL ro ~ N Z > Q Q o Z D O C%1 ad W Z p ce 0 N L V L W 1 N 0 p a Z N I LEcoo W W us ce u. LL 0.n. ; . ie ser- id.:tri.;.. C g0 0 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Local Business Tax Receipt LBT Miami—Dade County, State of Florida -THIS IS NOT A BILL-DO NOT PAY 7378566 RECEIPT NO. ` / RENEWAL BUSINESS NAME/LOCATION 7674153 EXPIRES AMICI ENGINEERING SEPTEMBER 30, 2025 CONTRACTORS LLC 9480 SW 77TH AVE STE 103 Must be displayed at place of business Er'�. a Pursuant to County Code MIAMI, FL 33156-7903 ern: ..1.: Chapter 8A-Art.9&10 ' {,. ,.,,� '{�:a 1 •';FyTn o OWNER SEC.TYPE OF BUSINESS PAYMENT RECEIVED AMICI ENGINEERING 196 GENERAL BUILDING BY TAX COLLECTOR CONTRACTORS LLC CONTRACTOR 75.00 07/24/2024 (-Jo.II IAN RARRFNC.HF nI IAI IFIFR Worker(s) 1 CGC1535076 INT-24-446959 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a certification of the holder's qualifications,to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec 6a-276. miAmiD Far more information,visit www.miamidade.govhaxcollector '® Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Local Business Tax Receipt 1 Miami—Dade County, State of FloridaLBT —THIS IS NOT A BILL—DO NOT PAY 7187057 RECEIPT NO. RENEWAL BUSINESS NAME/LOCATION 7468017 EXPIRES AMICI ENGINEERING SEPTEMBER 30, 2025 CONTRACTORS LLC 9480 SW 77TH AVE STE 103 Must be displayed at place of business ❑i? K� Pursuant to County Code MIAMI, FL 33156-7903 �4,14,"`.. Chapter 8A—Art.9&10 • OWNER SEC.TYPE OF BUSINESS PAYMENT AMICI ENGINEERING 196 SPECIALTY BY TAX COLLECTOR CONTRACTORS LLC ENGINEERING r/C),IIIAN.1 RARRFNFC:HFMC;R CONTRACT 75.00 07/24/2024 Worker(s) 3 CUC12246 INT-24-446950 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a certification of the holders qualifications,to do business.Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. � The RECEIPT NO.above must be displayed on all commercial vehicles—Miami—Dade Code Sec 8a-276. MIMt®OADE� For more information,visit www,miamidadc govAaxoollector Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450vit r of Miami Beach Bid 2024-511-JP APPENDIX D MIAMIrIL Prevailing Wage and Local Workforce Participation Programs Onl a. .licable if checked in the Invitation to Bid Summa 10/23/2024 3:08 PM p.34 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450vit r of Miami Beach Bid 2024-511-JP 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, the 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 the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in the LCP Tracker. a. LCP Tracker Training. The Procurement Department offers ongoing training in LCP Tracker to all contractors. To schedule a training session, contact Monica Garcia at MonicaGarcia@MiamiBeachFL.gov or 305-673-7490. II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit (RCA). As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award, the Contractor shall submit a Responsible Contractor Affidavit 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 10/23/2024 3:08 PM p 35 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 r of Miami Beach Bid 2024-511-JP opportunities for Miami Beach residents. Failure to submit the RCA shall result in the bid or proposal being disqualified and deemed non-responsive. 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. Balance of Page Intentionally Left Blank 10/23/2024 3:08 PM p.36 a co ' O. v N O N a CO 112 'O a) C f6 (0 -NC 0"co aa)) 3 m c a c a) ) o 0 2 > o Q c a) Z' O IS) w s N U a) 3 m . >. -Da . O_ m *E L E � a) 0 OS U E g a) @ >, m r, m c. E N N co O Id a) a3 U U a a O O L cow CO a) to CO a) 0 2O 073 O U. O• a`.c c) a) `f w Q p Ct c,f` aL N .0 0 3 \ ..- U Eoe3 to O t r O a 3 > - O N z o Q. « O O p C .— _0 n 7 m o 2 Q 0. C O ` (a cM d o C O c C Y Q (6 C O O c ,_ mw 7 a) d ecoou) w N v >, 3 cLi L ,h— 0 3 >. ,_ OL ca U 0 � cf°U d O in QU •E CC V ▪5= u as p a) coQ L P2aoa`0i a) O a) O E) a C o°-oE O O@ 0 N N a) U U w y W 0 0 o m U E O O CO f0 c a) , -0 N Q �' 0 c a.0.c 0_ a) O C eN- O a) N 2 2- S O N CO a) ip O U i I0 �a .v c�6 . C p a) Q X N , ,v— 3 o U � .a E o a in O C ECa)M N U C O a) d CD 0 L.L 0 0. f0 N w U @ (niZ J p 0 0 Y f� a) C U 0 0 @ ,� C CO a O _c _ co �, —� N s o , u' a3 O Q 2 ✓ mm y m s a) 'O aNi a) _c O � N LL Ecam a) O tn � U E > O J CO �1'3.g o u E v) p a) (0 —J a3 co O ` pt �_. O Y v 0 0 a c 3 (a '- 0 cUa N Y U EO M N Ou3N@ 0 (6 a) O 0 _ m .O 'IT' O rn U E O N 2 C C ) ch^'o � o c0 0. — C as O = co coo-0a C 3 0 — O U (n W ° g� co O � 0 3U Q E C1.O a0i c 3 m (� O N O a) 0 C E a) 0 c)cooa -0 U L a) 'C > LL m =c) p 4.0 a) EIS L U - L a)E a) Q ..- LL m o '� coo coC@ C U a) CU C " rn 0 to. .N p 0 O C Z O u. Q`rg� U a) 0 -0 m C W E a 0 = o c (3.%. C .c N L N m _U CO (n Q sr '; H.d o 0 3 I— to H C n' Z co m 8 a) H 3 a) as E co L 7 Q 0 max) > E F . ._ —3 rn a n a c > E o co I U io co J Nel 0 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 v of Miami Beach Bid 2024-511-JP APPENDIX E MIAMIBFAC : Trench Safety Act Certification Only applicable if checked in the Invitation to Bid Summary 10/23/2024 3:08 PM p.38 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,. r of Miami Beach Bid 2024-511-JP TRENCH SAFETY ACT CERTIFICATION PAGE 1 OF 1 IF APPLICABLE, THIS FORM MUST BE SUBMITTED FOR BID TO BE DEEMED RESPONSIVE. 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 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. THE BIDDER ACKNOWLEDGES THAT THE TOTAL BASE BID INCLUDES THE COSTS OF 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 VALUES NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Unit Unit Description of Measure Quantity Price Extended Method Trench box LS 1 $3500.00 $3500.00 Shoring Total $ 3,500.00 Amici Engineering Contractors LLC Name of Bidde Author. ed Signature of Bidder CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 _Cost for compliance with all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the preceding Trench Safety Act Form in order to be considered responsive.] 10/23/2024 3:08 PM p 39 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ATTACHMENT D INSURANCE REQUIREMENTS Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 TYPE 10 — CONSTRUCTION W/O DESIGN AND PROFESSIONAL SERVICES (INSTALLATION FLOATER) INSURANCE REQUIREMENTS The Contractor 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. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C. Automobile Liability Insurance covering any automobile, if Contractor 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 $10,000,000 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' Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation — Contractor 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 do EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeachriskworks.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 Contractor of his liability and obligation under this section or under any other section of this agreement. Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 Contract No. 24-511-01 ATTACHMENT E Affidavit of Compliance with Anti-Human Trafficking Laws ITB-2024-511-JP Water Main Replacement Fire Flow Package 1 Contract Number and Title Pursuant to section 787.06(13), Florida Statutes, this portion of the form must be completed by an officer or representative of the nongovernmental entity executing, renewing, or extending a contract with a governmental entity. Name of entity does not use coercion for labor or services as defined in section 787.06, Florida Statutes. Under penalties of perjury, I declare that I have read the foregoing statement and that the facts stated in it are true. Entity Name: Amici Engineering Contractors, LLC Representative/Officer's Printed Name: Juan Barrenenche Representative/Officer's Title: Managing Member Signature: Date: 3/14/25