Loading...
2025 Contract between CMB and AMICI Engineering Contractors LLC Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 2_.6 ^ Docunn Envelope ID;CC91FE80-C165-44DF-99CF-C780A4E7932E C D Contract No. 24-511-01 CONTRACT 4/2/2025 111:09 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 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 to Bid are hereby incorporated by reference to the General Conditions for Construction Contracts dated April 13, 2020, and Formal Solicitation Terms & 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 Contract, 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 (induding any Change Orders, Work Orders, Field Orders, schedules, shop drawings, issued subsequent to 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-C165-44DF-99CF-C780A4E7932E Contract No. 24-511-01 Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand- delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein 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: AM ICI ENGINEERING CONTRACTORS, LLC Attn: Juan Barreneche 10621 SW 139 Street Miami, FL 33176 Ph: 954-650-4699 Email: juanb(cc�amiciec.com 3 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ATTACHMENT A CITY OF MIAMI BEACH TERMS & CONDITIONS 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 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, 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 govern, 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. 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 ail 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 General Conditions for Construction Contracts(April 1 3, 20201 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, 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 feesimarkups 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 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 andlor 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-F1E3DB-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 4 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. h 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 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 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. 22 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 24 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 2f 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 2r I General Conditions for Construction Contracts(April 13, 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 30 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 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 10.4.1. 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: 36 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; 3E 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 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, 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; 44 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: 46 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 A= I General Conditions for Construction Contracts(April 13, 2020) 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. 50 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 52 I General Conditions for Construction Contracts(April 13, 2020) Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 CIA ^ , ' BE '\CI 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.qov/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, Page 1 of 7 I Formal Solicitations Terms and Conditions-Goods and Services(October 27,2022) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 iAiAvrA, BEACH 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 • A,!`\A. 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 Page 5 of 7 I Formal Solicitations Terms and Conditions-Goods and Services(October 27,2022) Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 1IAMIBEACH 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 M I /\tV\ I BEIL\CFI PROCUREMENT DEPARTMENT 1755 Meridian Avenue.3',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. 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 tsyl\ I AM I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ATTACHMENT C Revised Schedule of Values 3 ADDENDUM NO.5 INVITATION TO BID NO.2024-511JP WATER MAIN REPLACEMENT-FIRE FLOW PACKAGE#1 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 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 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 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-Ill"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 B EAC I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue.3rc 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: 29G 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. 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 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. A7: 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. 3 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.arc 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 1/12/2021)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. s 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 I-I PROCUREMENT DEPARTMENT 1755 Meridian Avenue.3,d Floor Miami Beach. Florida 33139 www.miamibeachfl.gov Land Inte.n%.ti n VI.w., • }..:.-:, .4.,. it t.- 'A:.• lei 0 4::.1 • la , .., , .,.,............«..� ' 3 , ..... - I'.i , s gi fy t� .., l I v..........and.,r +. iii .aS.p+,.VfOra ..•'i ] I •▪,Pr 4.a. Mega Cod l'e 'kr,, • 7 a 6In IuI llai 9ra fil 1r1,. ._, -, , , .. __, ..A., .. •▪ faca....11.1 Oar,Calvo,eat lt. i j i .1 11 RP Nil/ iAmi e Pol.POIVION. Q. r- • i 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 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.3«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 A M I BEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue.3rd 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. for Kristy Bada Chief Procurement Officer 11 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 M I AM I 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-4E9B-9125-D2D8A3F6F450 RISI \ G 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 S - FLORIDA DEPARTMENT OF TRANSPORTATION 8 3 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING A3OVT 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 o s TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS \ G ABOVE 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 r' u b TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 CIS \ O A3OVF 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 P a b TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING A30V = 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 7th 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 7'h St and Lennox Ct. 8. Isolate existing water main at intersection of 7'h 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 8'h 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 6'h St to 8'h St and connect to 11 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SI \ 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'h 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 10'h 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 10'h 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'h St and Lennox Ct. 24. Isolate existing water main at intersection of 13'h 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS \ G ABOVE 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 SING 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 RISI \ G ABOVE 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS \ G A30V - 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SI \ G ABOVE 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 RISING ABOVE 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 P a b e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 • BEACH SING A3n1/ F 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 b t TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING 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 Pa g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ABEACH RISING 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 i- a g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SG A3O \/ E 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 r TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SIG 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 SNG 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 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SI \ G ABOVE 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS \ G 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 "Sill" 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 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 41 ( Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 S \ G ABOVE 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 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 TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SING 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SI \ G A3OVE 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 I TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS \ G ABOVE 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 RISING ABOVE 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 S \ G ABOVE 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 P a TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G A3OVE 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 $ P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING 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 RIS G A30 \/ E 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 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISG ABOVE 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS \ 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 0 age TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 � S \ 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING 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-FBOB-4E9B-9125-D2D8A3F6F450 A3OVE 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 RISING A3OVE 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'RS \ G A3OVE 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-4E9B-9125-D2D8A3F6F450 RISING A3OVE 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 1 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SING A3OVE 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING 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 RIS \ 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 NISI \ 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 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING ABOVE 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING ABOVE 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 ' Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SING 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SI \ 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 ' Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 � ISI � G ABOVE 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 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ' ' IBEACH RISING ABOVE 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 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID. F405F4F5-FBDB-4E96-9125-D2D8A3F6F450 SING ABOVE 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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING ABOVE 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 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING 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 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SING 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SING 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEA,CH RISING 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 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SI \ G ABOVE 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS NG 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 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G 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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 S \ 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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID. F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS \ G A 'B O \/ E (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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RSG 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 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 L ACH RISI \ G ABOVE 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 1 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS \ 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 1 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'BEACI ; IS \ G ABOVE 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 RISING ABOVE 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 P age TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docuslgn Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 "IBEACH RISI \ G A 3 0 V _ 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 ! Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RS \ G ABOVE 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 1 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ,.,REACH RISING 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ^IBEACH RISING 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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'IBEACH 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-4E9B-9125-D2D8A3F6F450 '!BEACH RISING ABOVE 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 14 days. 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 '!BEACF-t RISI \ G A ROVE 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. Flowabfe 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 FOOT 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 maybe 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 ( P a g e TECHNICAL SPECIFICATIONS FIRE PLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 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 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ' 'IBEACH SING A3OVE 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 Mg3(Si2O5)(OH)4 Amosite 12172-73-5 Fe7Si8O22(OH)2 Crocidolite 12001-28-4 Na2Fe2+3Fe3+2Si8O22(OH)2 Tremolite 77536-68-6 Ca2Mg5Si8O22(OH)2 Actinolite 77536-66-4 Ca2(Mg,Fe)5(Si8O22)(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+)(Si8O22)(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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS \ G A3O \/ F 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 %" 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 P a g TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IBEACH RIS \ G ABOVE 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 IA" deep. 2. Joints more than '/z" 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 163 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E98-9125-D2D8A3F6F450 „ IBEACF , RISING ABOVF D. CONCRETE FINISH SCHEDULE ITEM TYPE OF FINISH Inner face of walls of tanks, flow channels, wet wells, perimeter I walls, and miscellaneous structures to be coated Exterior concrete walls below grade 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 III Interior exposed ceiling, including beams 111 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 ' Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 '.IBEACH ? ISHG ABOVE 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 I Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACH A ROVE 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 ,^IBEACh, SING A30G/ E 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 aff 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 ^IBEACH SI \ G ABOVE 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 ',IR,EA.CH RISI \ G ABOVE 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 Cohesion less 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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 !BEACH RISING 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 1BEACH RISING ABOVE 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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 L'L (BEACH R S NG 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISING ABOVE A. See Section 312333, "Trenching and Backfilling" — END OF SECTION— 183 ' Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 <.IBEACH CIS \ 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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SING A3OVE 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 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 BEACh RISI \ G A3O <</ P 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 A,'!1-,Y.IBEACH RISING ABOVE 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 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 <.IREACH RISI \ G ABOVE 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 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE 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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 ^IBEAr RISING A30V _ 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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IBEACF-: RISI \ G A3OVF 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, sheetingor 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 i i i i a 1 I i i i i i i i I i 1 i I Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 !,IBEACE SI \ G A COVE 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 1 P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 'TEACH RISING 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 ' Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 IR,EACH RISING A3OVF 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 I P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 "'`-1,AIBEACH RS \ G ABOVE 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 1/4 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 1 Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RIS \ 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 RISING 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 I Page TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID:F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 SI \ G ABOVE PARAMETER VALUE Fabric grommets oz. nylon reinforced PVC fabric(300 psi test)with lacing grommets Flotation Closed cell solid plastic foam flotation (6-inch equivalent diameter)(12 Ib/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 5116-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 ( P a g e TECHNICAL SPECIFICATIONS FIRE FLOW PACKAGE 1 Docusign Envelope ID: F405F4F5-FBDB-4E9B-9125-D2D8A3F6F450 RISI \ G ABOVE 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 demon-"— `- "-- `--`'-- requirements may be used. Checl regulations before use of these prod D. Particle collection systems (wattles, shall be used in conjunction with floc PART 3 - EXECUTION 3.1 Installation and Maintenance A. The Contractor is responsible for functioning as designed at all times. R Tha RI\AP ctn irti mac chall ha incnarl