Loading...
HomeMy WebLinkAboutContract00600 CONTRACT By and Between CITY OF MIAMI And (Bidder) This AGREEMENT (hereinafter "Agreement") , is made and entered into this day of 2012, but effective beginning ten (10) days after Notice to Proceed is issued by the Department's Director, in accordance with the Contract Term set forth below in Article 7 (the "Effective Date"), by and between the City of Miami, Florida, a municipal corporation of the State of Florida, whose principal address is 444 S.W. 2nd Avenue, 10th Floor, Miami, Florida 33130 (the "City"), and , whose principal address is (the "Contractor"). WITNESSETH: WHEREAS, pursuant to Resolution No. , adopted by the Miami City Commission on , 2012, the City Commission accepted the competitive bid of to provide landscaping and irrigation maintenance to the City (the "Work"), and authorized the City Manager to enter into an agreement for the Work with the Contractor for a period of one (1) year, (365 calendar days), with up to four (4) additional one (1) year options to renew the term. The City Commission further authorized the City Manager to execute said options to renew subject to the availability of funding and Contractor's performance. NOW, THEREFORE, in consideration of the foregoing recitals (all of which are adopted as an integral part of this Agreement), and the promises and covenants contained herein, and other good and valuable consideration, the receipt of which are hereby acknowledged, the parties hereto mutually agree as follows: ARTICLE 1. SCOPE OF WORK: The Contractor shall furnish all labor, materials and equipment and perform all the work in the manner and form provided by this Agreement and the Contract Documents, attached hereto and made part hereof, for complete landscaping and irrigation maintenance, for the Contract Term set forth in Article 7 below and for the project entitled: Dr. MLK Jr. BOULEVARD LANDSCAPING CONTRACT (2ND BIDDING), M-0090.:.;`_' ARTICLE 2. THE CONTRACT SUM: The City shall pay to the Contractor, for the faithful performance of the Contract, in lawful money of the United States, and subject to additions and deductions and based on unit prices (where applicable), all as provided in the Proposal attached hereto and other Contract Documents attached hereto as Exhibit "C", the annual sum of Bid No. 11-12-023 Page 39 The City Manager or his Designee, at their discretion, may exercise the four (4) additional one (1) year options to renew and the funding shall be as follows: The first option to renew in the annual amount of during Fiscal Year The second option to renew in the annual amount of during Fiscal Year The third option to renew in the annual amount of during Fiscal Year The fourth and final option to renew in the annual amount of during Fiscal Year ARTICLE 3. PARTIAL AND FINAL PAYMENTS: In accordance with the provisions fully set forth in the "General Conditions" of the "Specifications" in the Proposal attached hereto, and subject to additions and deductions as provided, the City shall pay the Contractor as follows: (a) On or before the 10th day of each calendar month, the City shall make partial payments to the Contractor on the basis of the estimate of work performed by the Contractor during the preceding calendar month, duly certified and approved by the City's Project Manager. (b) Upon submission .by the Contractor of evidence satisfactory to the City that all payrolls, material bills and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, and also, after all guarantees that may be required in the Specifications or by the Contractor have been furnished and are found acceptable by the City, final payment on account of this Agreement shall be made within sixty (60) days after completion by the Contractor of all work covered by this Agreement and acceptance of such work by the City. ARTICLE 4. TIME OF COMPLETION: The Contractor shall commence the work to be performed under this Agreement and the Contract Documents within the number of consecutive days after the date of written notice from the Director of the Department of Public Works to begin work as noted in the Proposal, and shall fully complete the Contract Scope of Work in accordance with this Agreement and the Contract Documents within the number of calendar days as set forth in the Proposal. It is mutually agreed between the parties hereto, that time is of the essence of this Agreement, and, in the event that construction of the work is not completed within the time herein specified, it is agreed that from the compensation otherwise to be paid to the Contractor, the City may retain for each day thereafter, Sundays and holidays included, that the work remains uncompleted, the sum set forth in the General Conditions of the Specifications, as modified by Division 2 - Special Provisions, which sum represents the actual damage(s) which the City of Miami, Florida, will have sustained per day by failure of the Contractor to complete the work within the time stipulated, and this sum is not a penalty, but will be the liquidated damage(s) that City will have sustained in event of such default by the Contractor. ARTICLE 5. ADDITIONAL BOND: (NOT APPLICABLE TO THIS PROJECT) It is further mutually agreed between the parties hereto, that if, at any time after the execution of this . Agreement and the Performance Bond hereto attached and incorporated herein as Attachment "A", when required for its faithful performance, the City shall deem the surety or sureties upon such bond to be unsatisfactory_ or if, for any reason, in the opinion of the Engineer; such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at his Bid No.. 11-12-023 Page 40 expense, within five (5) days after receipt of notice from the Engineer so to do, furnish an additional bond or bonds in such form and amount, and with such surety or sureties as shall be satisfactory to the City. In such event, no further payment to the Contractor shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City. ARTICLE 6. CONTRACT DOCUMENTS: All of the documents hereinafter listed form the Contract and they are as fully as part of the Contract as if attached to this Agreement, or repeated in this Agreement: ADVERTISEMENT FOR BIDS PROPOSAL BID BOND (N/A) CONTRACT PAYMENT AND PERFORMANCE BOND (N/A) MAINTENANCE PERFORMANCE BOND (N/A) INSTRUCTIONS TO BIDDERS SPECIFICATIONS ADDENDA PLANS: N/A As prepared by Entitled: M. Rodriquez M-0090 ARTICLE 7. THE CONTRACT TERM: The original Contract Term is one (1) year (365 calendar days) effective ten days after Notice to Proceed is issued by the Department's Director. The City has up to four (4) options to renew the term of the contract, each for a period of one (1) year, subject to availability of funds and Contractor's performance. The terms for all four (4) options to renew shall begin ten (10) days after Notice to Proceed is issued by the Department Director.. . . ... . . . ARTICLE 8. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for project activities and is subject to amendment or termination due to lack of funds, reduction of funds, and/or change in regulations, upon thirty (30) days written notice. ARTICLE 9. NOTICES: Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice -shall remain the same as set forth herein _until changed in writing in the manner provided in this section. For the present, the parties designate the following: Bid No. 11-12-023 Page 41 For City: Nzeribe (Zerry) Ihekwaba, Ph.D., P.E. City of Miami Director of Public Works 444 SW 2nd Avenue, 81h Floor Miami, FL 33130 With copies to: Monica Rodriguez, Contract Manager City of Miami Department of Public Works 444 SW 2"d Avenue, 8th Floor Miami, Florida 33130 For Contractor: ARTICLE 10. MATERIALITY AND WAIVER OF BREACH: (a) City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. (b) City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. ARTICLE 11. SEVERANCE: In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. ARTICLE 12. APPLICABLE LAW AND VENUE: This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement -of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury or to file permissive counterclaims in any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. Each party shall bear their own attorney's fees. Bid No. 11-12-023 Page 42 ARTICLE 13. AMENDMENTS: No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City Manager and Contractor. ARTICLE 14. PRIOR AGREEMENTS: This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Article 13 above. IN WITNESS WHEREOF the parties hereto have executed this Agreement on the day and year first above written in five (5) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original contract*. WITNESS: (If Corporation, CONTRACTOR: attach Seal and Attest by Secretary) BY: Print Name: Corporate Secretary Party of the second part BY: Print Name : Print Title: (Employer Tax I.D. Number) BECAUSE CONTRACTOR IS A CORPORATION, THERE SHALL BE Al IACHED TO EACH COUN IERPART AS ATTACHMENT "B" A CERTIFIED COPY OF A RESOLUTION OF THE BOARD OF---DIREC—TORS--OF---THE---CORPORA-TION - AUT-HORIZING THE--OFFIC-ER- WHO --SIGNS--THE CONTRACT TO DO SO ON ITS BEHALF. Bid No. 11-12-023 Page 43 (SEAL) THE CITY OF MIAMI, FLORIDA, a municipal corporation, Party of the first part ATTEST: BY: Priscilla A. Thompson Johnny Martinez, P.E. City Clerk City Manager RESOLUTION NO. APPROVED AS TO INSURANCE APPROVED AS TO REQUIREMENTS: ENGINEERING: Nzeribe (Zerry) Ihekwaba, Ph.D., P.E. Calvin Ellis, Director Director, Public Works Risk Management APPROVED AS TO FORM AND CORRECTNESS Julie O. Bru City Attorney Bid No. 11-12-023 Page 44 00800. GENERAL CONDITIONS: 1. Contract Documents: 1.1. The formal solicitation, Bidder's Response, any addenda issued, the Contract Documents, and all subsequent work orders and purchase orders shall constitute the entire Contract, unless modified in accordance with any ensuing Contract, Amendment or Addenda. 1.2. The Contract Documents, along with all documents that make up and constitute the Contract, shall be followed in strict accordance as to Work, performance, and material except when the City may authorize, in writing, an exception. 1.3. Contractor shall not proceed with any Work when in doubt as to the Work, and shall seek clarification from Project Manager. 2. Intention of City: It is the intent of City to describe in the Contract Documents a functionally complete Scope of Work to be performed in accordance with the Contract Documents and in accordance with all codes and regulations governing the Work. 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 stated. When words, which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. Please refer to the Public Works Department - STANDARD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PUBLIC WORKS PROJECTS. 3. Terms of the Contract: The successful bidder shall be required to enter into a contract with the City of Miami, which shall include but not limited to, the following terms: The term of the Contract shall be for an initial term of one (1) year, commencing as of the date stated on the Notice to. Proceed. The City shall have the option to extend the Contract for four (4) additional one (1) year term periods each by giving the Bidder at least thirty (30) days prior written notice. Extension of the term of the Contract beyond the initial period is an option to the City to be exercised in its sole discretion, and which does not confer any rights upon the Bidder, and shall be based on availability of funding and contractor's performance. The City shall have the right to terminate the Contract, for any reason whatsoever and at any time, upon thirty (30) days prior notice to the bidder. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City with continual service while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. Bid No. 11-12-023 Page 45 4. Preliminary Matters: 4.1 Within ten (10) days after the award of the Contract the City shall hold a kick-off meeting with the Contractor. The City may require that the Sub -Contractors also attend this meeting. 4.2. Within five (5) calendar days prior to the kickoff meeting described in Section `4.1, Contractor shall submit to the Contract Administrator for the Contract Administrator's review and acceptance: 4.2.1. A detailed maintenance plan in a format acceptable to the City: • The maintenance plan shall indicate the start and completion dates of the various tasks for each Work Site and shall include a narrative of the procedures to be used and a list of all equipment to be used in the performance of the Work. • The maintenance plan must be updated to reflect any changes and submitted for approval to the Contract Administrator. Approval of the maintenance plan by the Contract Administrator shall not relieve the Contractor of the sole responsibility and liability for the performance of the Work. 5. Performance Bond and Payment Bond: (NOT APPLICABLE TO THIS PROJECT) Within fifteen (15) calendar days of being notified of the award, Contractor shall furnish a Performance Bond and a Payment Bond containing all the provisions in the forms attached hereto. 5.1. Each Bond shall be in the amount of one hundred percent (1 D0%) of the Contract Price guaranteeing to City the completion and performance of the Work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a Surety, which is qualified pursuant to Article 5, below. 5.2. Each Bond shall continuein effect for one year after Final Completion and acceptance of the Work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. 5.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami -Dade County and provide City with evidence of such recording. 5.4. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security, which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto as Form 00735. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. Bid No. 11-12-023 Page46 6. Qualification of Surety: (NOT APPLICABLE TO THIS PROJECT) 6.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 6.1.1 Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. 6.1.2. The Surety 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 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 shall provide City with . evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 6.1.3. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or proposer with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial Holders Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class ....III -5,000,001 to 10,000,000 A Class ... IV. 10,000,001 to 25,000,000 A Class .... V 25,000,001 to 50,000,000 A Class ... VI 50,000,001 or more A Class .. VI 6.2. For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a Surety which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the Surety is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may -be amended from time to time. A Certificate and Affidavit so certifying should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. Bid No. 11-12-023 Page 47 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 7. Indemnification: 7.1 Contractor shall indemnify, defend, save and hold harmless the City and its officials, employees and agents (collectively referred to as "Indemnitees") and each of them from and against all loss, costs, penalties, fines, damages, claims, expenses (including attorney's fees) or liabilities (collectively referred to as "liabilities") arising out of, resulting from or in connection with (i) the performance or non-performance of the services, supplies, materials and equipment contemplated by this Agreement which is directly or indirectly caused, in whole or in part, by any act, omission, default, professional errors or omissions, or negligence (whether active or passive) of Contractor or its employees, agents or subcontractors (collectively referred to as "Contractor"), regardless of whether it is, or is alleged to be, caused in whole or part (whether joint, concurrent or contributing) by 'any act, omission, default, breach, or negligence (whether active or passive) of the Indemnitees, or any of them, or (ii) the failures of the Contractor to comply -with any • of the provisions herein; or (iii) the failure of the Contractor, or the Indemnitees, if applicable, to conform to statutes, ordinances, or other regulations or requirements of any governmental authority, federal, state, county, or city in connection with the granting or performance of this Agreement, or any Amendment to this Agreement, or any actions or challenges that may arise out of this Amendment of the Agreement by, as due to alleged failure to comply with any applicable procurement requirements or similar limitations imposed on such agreements by law, Contractor expressly agrees to indemnify and hold harmless the Indemnitees, or any of them, from and against all liabilities which may be asserted by an employee or former employee of Contractor, or any of its subcontractors, as provided above, for which the Contractor's liability to such employee or former employee would otherwise be limited to payments under state Worker's Compensation or similar laws. This section shall be interpreted in a manner to comply with any applicable Florida Statutes, including ,without limitation, 725.06 and 725.08, F.S., if applicable. This Indemnification shall survive the cancellation or expiration of the Agreement. 7.2 The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability andall suits and actions of every name and description covered by Section 7.1 above which may be brought against City whether performed by Contractor, or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1. Without limiting any of the other obligations or liabilities of Contractor, Contractor shall provide, pay for, and maintain in force untilall of its Work to be performed under this Contract has been completed and accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverages set forth herein. 8.1.1. Workers' Compensation insurance to apply for all employees in compliance with the "Workers' Compensation Law" of the State of Florida and all applicable federal laws. In addition, the policy(ies) must include: 8.1.1.1. Employers' Liability with a limit of One Million Dollars ($1,000,000.00) Dollars each bodily injury caused by an accident, each accident. One Million Dollars ($1,000,000.00) Dollars each bodily injury caused by disease, each employee. One Million Dollars ($1,000,000.00 Dollars each bodily injury caused by disease, policy limit. 8.1.1.2 Waiver of subrogation 8.1.2. Comprehensive General Liability with minimum limits of One Million Dollars ($1,000,000.00) per occurrence, combined single limit for Bodily Injury Liability and Property Damage Liability. General Aggregate Limit of Two Million Dollars ($2,000,000.00). Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: Bid No. 11-12-023 Page 48 [ X ] 8.1.2.1. Premises and/or Operations. [ X ] 8.1.2.2. Independent Contractors. [ ] 8.1.2.3. Products and/or Completed Operations for contracts with an Aggregate Limit of Two Million Dollars ($2,000,000.00) per project. Contractor shall maintain in force until at least three years after completion of all work required under the Contract, coverage for Products and Completed Operations, including Broad Form Property Damage. [ ] 8.1.2.4. Explosion, Collapse and Underground Coverages. [ ] 8.1.2.5. Broad Form Property Damage. [ ] 8.1.2.6. Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. [ X ] 8.1.2.7. Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability. [ X ] 8.1.2.8. City is to be expressly included as an Additional Insured with respect to liability arising out of operations performed for City by or on behalf of Contractor or acts or omissions of Contractor in connection with general supervision of such operation. [ ] 8.1.2.9. Employee included as insured. [ X ] 8.1.2.10. Contractual Liability. [ X ] 8.1.2.11.Waiver of Subrogation. [ X ] 8.1.2.12. Personal and Advertising Injury. [ X ] 8.1.2.13. Loading and Unloading. [ X ] 8.1.2.14. Mobile Equipment (Contractor's Equipment) whether owned, leased, borrowed or rented by Contractoror employees of the Contractor. 8.1.3. Business Automobile Liability with minimum limits of One Million Dollars ($1i,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property, Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include: 7.1.3.1. 7.1.3.2. 7.1.3.3. 7.1.3.4 7.1.3.5 Owned Vehicles. Hired and Non -Owned Vehicles. Employers' Non -Ownership. Employees included as insured City of Miami as Additional Insured [X ] 8.1.4. Umbrella Policy 7.1.4.1. Bodily injury and property damage liability with limits of Two Million Dollars . ($2,000,000) each occurrence and an aggregate limit of Two Million Dollars ($2,000,000). Bid No. 11-12-023 Page 49 [ ] [ X] [ 7.1.4.2. Products/Completed operations aggregate limit of Two Million Dollars ($2,000,000). Excess coverage over the policies as follows: , Commercial General Liability (Business Automobile Liability 8.1.5. Installation Floater for the installation of machinery and/or equipment into an existing structure is required. The coverage shall be "All Risk" coverage including installation and transit for 100 percent of the "installed replacement cost value," covering City as a named insured, with a deductible of not more than Five Thousand Dollars ($5,000.00) each claim. 8.1.5.1. Cessation of Insurance --Coverage is not to cease and is to remain in force (subject to cancellation notice) until final acceptance by City. 8.1.5.2. Flood Insurance --When the machinery or equipment is located • within an identified special flood hazard area, flood insurance must be afforded for the lesser of the total insurable value of such buildings or structure, or, the maximum amount of flood insurance coverage available under the National Flood Program. [ X ] 8.1.5. Owners Contractors Protective — City of Miami — Limits of Liability for Bodily Injury & Property Damage Liability shall be in the amounts of $1,000,000.00 for each occurrence and $1,000,000.00 in the aggregate [ X ] 8.1.6 Employer's Liability — Limits of Liability $500,000 for bodily injury caused by accident, each accident $500,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit 8.1.7 Marine General Liability, including coverage for protection and liability in the amount of $1,000,000 8.1.8 Pollution Liability in the amount of $1,000,000 8.1.9 Jones Act coverage for captain and crew 8.2. If the initial insurance expires prior to the completion of the work, renewal copies of policies shall be furnished at least thirty (30) days prior to the date of their expiration. 8.3. Notice of Cancellation and/or Restriction --The policy(ies) must be endorsed to provide City with at least thirty (30) days notice of cancellation and/or restriction. 8.4. Contractor shall furnish to the Public Works Department Certificates of Insurance or endorsements evidencing the insurance coverage specified above within fifteen (15) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. 8.5. The official title of the Owner is the City of Miami, Florida. This official title shall be used in all insurance documentation. 9. Labor and Materials: 9.1. Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, diesel, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether Bid No. 11-12-023 Page 50 temporary or permanent and whether or not incorporated or to be incorporated in the Work. 9.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 10. General Requirements 10.1. The employee(s) of the Contractor shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the City or any of its departments. 10.2. The Contractor agrees that the Contractor will at all times employ, maintain and assign to the performance of the Project a sufficient number of competent and qualified personnel to meet the requirements of the Work to be performed. The Contractor shall have employed at the time of bidding sufficient numbers of competent and qualified employees to meet the requirements of the Work to be performed, and upon request by the City, the Contractor shall provide a list of these employees. 10.3. The Contractor agrees to adjust staffing levels or. to replace any staff personnel if so ordered by the City, should the City make a determination, in its sole discretion, that said staffing is unacceptable or that any individual is not performing in a manner consistent with the requirements for such a position. 10.4. The Contractor represents that its staff personnel have the proper skills, training, background, knowledge, experience, rights, authorizations, integrity, character and licenses as necessary to perform the Work, in a competent and professional manner. 10.5. The Contractor shall at all times cooperate with the City and coordinate its respective Work efforts to most effectively and efficiently progress the performance of the Work. 10.7. The Contractor shall be responsible for the good condition of the Work or materials until formal release from his obligations under the terms of this Contract. 10.8. Contractor shall bear all losses resulting to him on account of the amount or character of the Work, or the character of the ground, being different from what he anticipated. 10.9 The Contractor shall at all times conduct the Work in such manner and in such sequence as will insurethe least practicable local interference. 11. Worker's Identification The Contractor's employees, who include any subcontractor, shall wear an identification card provided by the Contractor. The identification card shall bear the employee's picture, name, title and name of the employer. Failure by a Contractor's employee to wear such identification may result in his removal from the Work until such time as the identification card is obtained and worn. Such removal shall not act as a basis for the Contractor to submit a claim for an extension of time. 12. Royalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may .be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said Work. 13. Weather: No extensions to the Contract Period will be granted for weather related delays unless by a hurricane, City declared emergency or other occurrences that result in the City issuing a Stop Work Order. Bid No. 11-12-023 Page 51 14. Permits, Licenses and Impact Fees: 14.1. Except as otherwise provided within .the Supplemental Conditions, all. permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. 14.2. Impact fees levied by the City and/or Miami -Dade County shall be paid by. Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to Contractor in no event shall include profit or overhead of Contractor. 15. Resolution of Disputes: 15.1 To prevent all disputes and litigation, it is agreed by the parties hereto that the Public Works Director shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical. interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Contract Administrator's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Article 15.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to the City in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, the Public Works Director shall notify the Contractor in writing of his/her decision within twenty-one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless the Public Works Director requires additional time to gather information or allow the parties to provide additional information. All non -technical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, Contractor, and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 15.2. In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten .(10) days of receipt of the written determination. The notice must, state the basis of the objection and must be accompanied by a statement that any Contract Value adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 16. Inspection of Work: 16.1. The City shall at all times have access to the Work, and Contractor shall provide proper facilities for such access and for inspection. • 16.1.1. Reexamination of any of the Work may be ordered by the City with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Bid No. 11-12-023 Page 52 Contract Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. 16.2. Inspectors shall have no authority to permit deviations from, nor to relax any of the provisions of the Contract Documents, nor to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of the City. 16.3. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a breach of this Contract. 17. Authority Of The City Project Manager 17.1. The Contract Administrator hereby authorizes the Project Manager to determine, all questions of any nature whatsoever arising out of, under or in connection with, or in any way relating to or on account of the Work, and questions as to the interpretation of the Work to be performed. 17.2. The Contractor shall be bound by all determinations or orders of the Project Manager and shall promptly respond to requests of the Project Manager, including the withdrawal or modification of any previous order, regardless of whether the Contractor agrees with the Project Manager's determination or requests. Where requests are made orally, the Project Manager will follow up in writing, as soon thereafter as is practicable. 17:3. The Project Manager shall have authority to act on behalf of the City to the extent provided by the Contract, unless otherwise modified in writing by the City. All instructions to the Contractor shall be issued in writing. All instructions to the Contractor shall be issued through the Contract Administrator or the Project Manager. 17.4. The Project Manager shall have access to the Work Site(s) at all times. The Contractor shall provide safe facilities for such access so the Project Manager may perform their functions underthe Contract. The Project Manager will make periodic visits to the Work Site to become generally familiar with the progress and quality of the Work, and to determine if the Work is proceeding in accordance with the Contract Documents. 17.5. The Project Manager will not be responsible for• Work means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, and will not be responsible for the Contractor's failure to carry out the Work in accordance with the Contract. 17.6. The Project Manager will have authority to reject Work that does not conform to the Contract requirements, whenever, in his or her opinion, it is considered necessary or advisable to insure the proper implementation of the Contract. Neither The Project Manager's authority to act under this paragraph, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Project Manager to the Contractor, any subcontractor, supplier or any of their agents, employees, or any other person performing any of the Work. 17.7. All interpretations and recommendations of the Project Manager shall be consistent with the intent of the Contract. 17.8. The Project Manager will not be responsible for the acts or omissions of the Contractor, any Sub -Contractor, or any of their agents or employees, or any other persons performing any of the Work. Bid No. 11-12-023 Page 53 18. Superintendence and Supervision: 18.1. Contractor shall keep on the Work:. during its progress, a full-time competent English speaking superintendent and any necessary assistants, all satisfactory to the City. The superintendent shall riot be changed except with the written consent of the City, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall .be as binding as if given to Contractor and will be confirmed in writing by the City upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. The City shall be provided telephone number(s) for the superintendent where the superintendent can be contacted during normal working hours as well as after hours for emergencies. 18.2. If in the course of prosecuting the Work, the Contractor finds any issues or conditions affecting the performance of the Work, it is their duty to immediately inform the Project Manager, in writing, and the Project Manager will promptly review the same. Any Work done after such discovery, until authorized, will be done at Contractor's sole risk. 18.3. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible -for the means, methods, techniques, sequences and procedures of construction. 18.4 Contractor shall provide 24-hour a day, 7 day a week emergency contact numbers for the. superintendent and the superintendent's supervisor. 19. Methods Of Performing The Work 19.1. If, the Project Manager reasonably determines that the Work is not such as to insure its completion within the approved schedule, or if, in the opinion of the Project Manager, the Contractor is not proceeding with the Work diligently or expeditiously or is not performing all or any part of the Work according to the progress schedule accepted by or determined by the Project Manager, the Project Manager shall have the right to order the Contractor to do either or both of the following: (1) improve its work force; and/or (2) improve its performance in accordance with the schedule to insure completion of the Work within the specified schedule. The Contractor shall immediately comply with such orders at no -additional cost to the City: -The City at its sole option may also have Work performed by a third party contractor and deduct such cost from any monies due the Contractor. 19.2. Where materials or equipment are transported in the performance of the Work, vehicles shall not be loaded beyond the capacity recommended by the vehicle manufacturer or permitted by Federal, State or local law(s). When it is necessary to cross curbing or sidewalks, protection against damage shall be provided by the Contractor and any damaged curbing, grass areas, sidewalks or other areas shall be repaired at the expense of the Contractor to the satisfaction of the Project Manager: 20. City's Right to Terminate Contract: 20.1. If Contractor fails to begin the Work within fifteen (15) calendar days after the commencement date as indicated in the Notice to Proceed, or fails to perform the Work with sufficient workers and equipment or with sufficient materials to insure the prompt completion of the Work, or shall perform the Work unsuitably, or cause it to be rejected as defective and unsuitable, or shall discontinue the prosecution of the Work pursuant to the accepted schedule or if Contractor shall fail to perform any material term set forth in the Contract Documents or if Contractor shall become insolvent or be declared bankrupt, or commit any act of bankruptcy or insolvency, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall not carry on the Work in an • acceptable manner, Contract Administrator may give notice in writing to Contractor and its Surety of such delay, neglect or default, specifying the same. If Contractor, within a Bid No. 11-12-023 Page 54 period of five (5) calendar days after such notice, shall not proceed in accordance therewith, the City will terminate the services of Contractor, exclude Contractor. from the Work Site(s) and take the prosecution of the Work out of the hands of Contractor, and appropriate or use any or all materials and equipment on the Project site as may be suitable and acceptable. In such case, Contractor shall not be entitled to receive any further payment until the Work is completed. In addition City may enter into an agreement for the completion of the Work according to the .terms and provisions of the Contract Documents, or use such other methods as in City's sole opinion shall be required for the completion of the Work in an acceptable manner. All damages, costs and charges incurred by City, together with the costs of completing the Work, shall be deducted from any monies due or which may become due to Contractor. In case the damages and expenses so incurred by City shall exceed the unpaid balance, then Contractor shall be liable and shall pay to City the amount of said excess. In such event, the contractor shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination for convenience of the City. of Miami. 20.2. If after notice of termination of Contractor's right to proceed, it is determined for any reason that Contractor was not in default, the rights and obligations of City and Contractor shall be the same as if the notice of termination had been issued pursuant to the Termination for Convenience clause as set forth in Article 20.3 below. 20.3. This Contract may be terminated for convenience in writing by the City Manager or the City Commission upon ten (10) days written notice to Contractor (delivered by certified mail, return receipt requested, hand delivery or courier) of intent to terminate and the date on which such termination becomes effective. In such case, Contractor shall be paid for all work executed and expenses incurred prior to termination. Payment shall include reasonable profit for work/services satisfactorily performed. No payment shall be made for profit for work/services, which have not been performed. 20.4. Upon receipt of Notice of Termination pursuant to the above, Contractor shall promptly discontinue all affected work unless the Notice of Termination directs otherwise and deliver or otherwise make available to City all data, drawings, specifications, reports, estimates, summaries and such other information as may have been required by the Contract Documents whether completed or in process. 21. Assignment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the City Commission. 22. Contractor's.Use Of Work Site(s) 22.1. Limitations may be placed on the Contractor's use of the Work Site and such limitations will be identified by the City. 22.2. The Contractor shall limit its use of the Work Site(s), so as minimize impact and disruption to the surrounding areas and residents 21.2.1 The Contractor shall: a: Confine operations at the Work Site to the areas permitted by the Project Manager; not disturb portions of the Work Site beyond the specified areas; conform -to Work Site rules and b. Assume all responsibility for its tools, equipment and materials, including any materials purchased for the Work, and its vehicles while performing Work for the City and/or while parked at a City facility. The City assumes no liability for damage to the items specified in this paragraph. Bid No. 11-12-023 Page 55 c. Access to and egress from the. Work Site(s) shall be subject to the approval of the Contract Administrator or the Project Manager 23. Interfering Structures and Property Take necessary precautions to prevent damage to existing structures and property when accessing the Work Site(s). The Contractor is solely responsible for any damage to personal, City or other public property. 24. Site Investigation and Representation 24.1 The Contractor acknowledges that it has satisfied itself 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, thetype 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 the Contract Documents. 24.2 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 and from evaluating information derived from exploratory work that may have been done by the City or included in the 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 the Contract Documents. 25. Contractor's Responsibility for Damages and Accidents: Contractor shall be responsible for all materials, equipment and supplies pertaining to the Work. The City assumes no responsibility or liability in the event any such materials, equipment and supplies are.lost, stolen, damaged or destroyed. 26. Accidents The Contractor shall provide such equipment and facilities as are necessary or required, in the case of accidents, for first aid service to persons who may be injured during the Project duration. The Contractor shall also comply with the OSHA requirements as defined in the United States Labor Code 29 CFR 1926.50. In addition, the Contractor must report immediately to the Project Manager every accident to persons or damage to property, and shall furnish in writing full information, including testimony of witnesses regarding any and all accidents. 27. Safety Precautions 27.1. 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: 27.1.1.All employees on the Work Site(s) and other persons who may be affected thereby; 27.1.2 Other property at the Work Site(s) 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. 27.2. Contractor shall designate a responsible member of its organization at the Work Site(s) whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to City. Bid No. 11-12-023 Page 56 27.3. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erecland maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to in the Contract Documents, caused directly or indirectly, in whole or in part, by Contractor, any Subcontractor or anyone directly or indirectly employed, by any of them or anyone for whose acts any of them may be' liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed the City has issued a notice to City and Contractor a notice of Final Acceptance. 27.4 Contractor must adhere to the applicable environmental protection guidelines for the duration of the Contract. If hazardous waste materials are used, detected or generated at any time, the Project Manager must be immediately notified of each and every occurrence: The Contractor shall comply with all codes, ordinances, rules, orders and other legal requirements of public authorities (including OSHA, EPA, DERM, the City, Miami -Dade County, State of Florida, and Florida Building Code), which bear on the performance of the Work. 27.5. The Contractor shall take the responsibility to ensure that all Work is performed using adequate safeguards. 27.6 If an emergency condition should develop during the Work, the Contractor must immediately notify the Project Manager of each and every occurrence. The Contractor should also recommend any appropriate course(s) of action to the Project Manager. 28. Warranty of Materials: Contractor warrants to City that all materials furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from 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 the°Project Manager, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by any other provisions within the Contract Documents. 29. Manufacturer's Instructions 29.1. The Contractor shall: 29.1.1.. Comply with manufacturer's requirements for the handling, delivery and use.of all materials. Where required by the Contract Documents, Contractor shall submit manufacturer's printed instructions and MSDS documents to the City. 29.1.2. Comply with the manufacturer's applicable instructions and recommendations for the performance of the Work, to the extent that these instructions and recommendations are more explicit or more stringent than requirements indicated in the Contract. 29.1.3. Inspect materials prior to use and reject materials not meeting the requirements of the Contract Documents. 30. Manufacturer's Warranty Contractor shall provide all manufacturers' warranties. All warranties, expressed and/or implied, shall be made available to the City for material and equipment covered by this Contract. All material and equipment furnished shall be fully guaranteed by the successful Bidder against factory defects and workmanship. At no expense to the City, the Contractor shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty. The Supplemental Conditions of the Contract Documents may supersede the manufacturer's standard warranty. Manufacturer's warranties will become effective upon final completion of the Project. Bid No. 11-12-023 Page 57 31. Defective Work: 31.1. The Project Manager shall have the authority to reject or: disapprove work which the Project Manager finds to be not in compliance with the Contract Documents. If required by Project Manager, Contractor shall promptly either remove or correct all defective Work.,. Contractor shall bear all direct, indirect and consequential costs of such corrections including cost of materials, equipment, and personnel. 31.2. Should Contractor fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by the Project Manager, the City shall have the authority to cause the defective Work to be corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 32. 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. 33. Subcontracts 33.1. Contractor shall not employ any subcontractor against whom City may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. 33.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and City orany obligation on the part of City to pay or to see the payment of any monies due any subcontractor. The City may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific Work performed. 33.3. Contractor agrees to bind specifically everysubcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 33.4 Contractor shall complete Attachment B identifying all Sub -Contractors. 33.5. Multi -tier subcontracting is not permitted. Contractor shall not authorize subcontractors to further subcontract any portions of the Work. 33.6 The work performed by all subcontractors shall be no more than 10% of the total work for this Contract. 34. Separate Contracts: 34.1. City reserves the right to let other contracts in connection with this Work. Contractor shall afford other persons reasonable opportunity for the execution of their work and shall properly connect and coordinate this Work with theirs. 34.3. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on. the public or businesses. Should such interference or impact occur, Contractor shall be liable for the cost of such -interference or impact. Bid No. 11-12-023 Page 58 35. Continuing the Work: Contractor shall carry on the Work and adhere to the progress schedule='during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Value or Contract Term. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 36. Changes in the Work or Terms of Contract Documents: 36.1. Without invalidating the Contract, City reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the Work in a satisfactory manner. Any extra or additional work within the scope of this Contract must be accomplished by means of appropriate Field Orders or Change Orders. 36.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 37. Supplemental lnstructions: The Project Manager shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Value or the Contract Term. 38. Field Directives The Project Manager may at times issue field directives to the Contractor based on visits to the Project Site. Such Field Directives shall be issued in writing and the Contractor shall be required to comply with the directive. Where the Contractor believes that the directive is outside the Scope of the Work, the Contractor shall, within 48 hours, notify the Project Manager that the Work is outside the Scope of the Work. At that time the • Field Directive may be rescinded or the Contractor may be required to submit a request for a change to the Contract. Where the Contractor is notified of the City's position that the Work is within the scope and the Contractor disagrees, the Contractor shall notify the Project Manager and the Contract Administrator that the Contractor reserves' the right to make a claim for the time and monies based on the Field Directive. At no time shall the Contractor refuse to comply with the directive. Failure to comply with the directive may result in a determination that the Contractor is in default of the Contract. The contractor will take direction only from the Project Manager, Director of Public Works, Assistant Director of Public Works or the City Manager. The contractor will not take direction from elected officials or other City personnel. 39. Change Orders: 39.1. Changes in the quantity or character of the Work within the scope of the Work which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the line item prices, Contract value, or the Contract Term, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. 39.2. All changes to construction contracts must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $25,000 or more shall be approved in advance by the City Commission: All Change Orders with a value of less than $25,000 shall .be approved -in advance by the City Manager or his designee. 39.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City Bid No. 11-12-023 Page 59 reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute as set forth in Article 15 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Project Manager and Contract Administrator in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the line item pricing, Contract Value or Contract Term. 39.4. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. 40. Value of Change Order Work: 40.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Value shall be determined in one of the following ways: 40.1.1. By mutual acceptance of an increase or decrease in line item price(s) which Contractor and City acknowledge contains a component for overhead and profit. 40.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 40.1.3. The addition of new line item prices. 41. No Damages for Delay: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract Value or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such .delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City. 42. Force Maleure 42.1 Should any failure to perform on the part of Contractor be due to a condition of force majeure as that term is interpreted under Florida law, the City may allow anextension of time reasonably commensurate with the cause of such failure to perform or cure. 42.2 If the Contractor is delayed in performing any obligation under this Contract due to a force majeure condition, the Contractor shall request a revision of the schedule to the City within two (2) working days of said force majeure occurrence. Any revision of the schedule shall be subject to mutual agreement and shall not be cause for any claim by the Contractor for extra compensation unless additional work is required. Does Not Include inclement weather except as permitted by Florida law or the acts or omissions of Sub -Contractors, etc. 43. No Interest Any monies not paid by City when claimed to be due to Contractor under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of Section 218.74(4), Florida Statutes as such relates to the payment of -interest, shall apply -to valid and proper invoices. Bid No. 11-12-023 Page 60 44. Material Safety Data Sheets and Product Data 44.1 Contractor shall submit four copies of the Material Safety Data Sheets (MSDS) and -other of product data for all materials to be used in the performance of the Work. Each copy must be marked to identify applicable products, and other data. Contractor shall supplement manufacturer's standard data to provide information unique to the Work. 44.2 Contractor shall submit only pertinent MSDS and product data information. Submittals shall be marked to identify pertinent products, with references to the specifications and the Contract Documents. 44.3 The City may reject materials to be used in the performance of the Work where the MSDS and product data submitted result in the City determining that the materials do not meet the requirements of the Contract 45. Stop Work Order • 45.1. The City may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the Work for a period of up to ninety (90) days (or any lesser period), commencing no sooner than the date the order is delivered to the Contractor, and for any further period to which the parties may agree. Any such order shall be specifically identified as a "Stop Work Order" issued pursuant to this paragraph. Within the period of ninety (90) days (or the lesser period specified) after a Stop Work Order is delivered to the Contractor, or within any extension to which the parties have agreed the City shall either: 43.1.1. Cancel the Stop Work Order; or 43.1.2. Terminate the Work covered by such order as provided in Article 20.3. 45.2. If a Stop Work Order issued under this Article is canceled or the period of the order or any extension thereof expires, the Contractor shall resume the Work without compensation 46. 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 Work,. Contractor shall remove all its waste materials and rubbish from and about the Work Site(s) as well as its tools, 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 the City shall determine to be just. 47. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its .use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot -be -lawfully used as'a basis for service delivery. Bid No. 11-12-023 Page 61 48. Contingency Allowance The City has established a Contingency Allowance for thisaProject, which shall be reflected in•=the total contract sum. This allowance account is for useat the sole discretion of the City and shall only be distributed through the issuance of a change order approved by the City. Contractor has no entitlement to these funds as a result of the award of the Contract by the City. 49. Payment and Performance Bond (NOT APPLICABLE TO THIS PROJECT) A 100% payment and performance bond is required for this project. Refer to Section 008000, Article 4. 50. Davis Bacon Act This project is not subject to the Davis Bacon Act. 51. Pricing and Payment Bidders shall include in their bid all taxes, insurances, social security, workman's compensation, and any other benefits normally paid by the bidder to its employees. No overtime will be authorized by the City which exceeds the rates quoted in this solicitation or not authorized by the City. Payments will be made monthly, in arrears, for services rendered the previous month, upon submission of property certified invoices and/or approved inspection reports. All such information shall be provided to the City Engineer for his/her approval in advance of payment. The contractor shall pay his/her employees performing work under this contract not less than the federal minimum wage in effect at the time of the contract. 52. Materials and Equipment The bidder shall furnish, at his/her own expense, all equipment, materials or supplies, including disposal fees, trash bags, oil, water, etc. necessary for completion of all the services specified in this bid. The equipment shall include but not be limited to landscaping equipment, bucket trucks, wood chipper, dump trucks, crane, etc. all as necessary to complete the work. The item price must include the disposal of all debris and litter collected by the scope of this contract and no additional compensation will be allowed. The contractor is not allowed to use -the City's rights of ways for storage of any material related to this contract. 53. Method of Award This contract may be awarded to the two (2) lowest most responsive and responsible bidders for all the Bid Items included in this contract, and whose bid conforms to the specifications and is most advantageous to the City. Award shall be based upon the pricing indicated on the Bid Form, pursuant to the Specifications. The City may select two (2) bidders, with the•lowest deemed the 'primary vendor" and the next lowest the "secondary vendor", in the order of overall lowest prices provided to the City. Should the primary vendor not be able to provide the necessary service at the time needed or the required work is beyond the ability or expertise of the primary vendor or the primary vendor fails to perform as per Section 7 of the Public Works Construction Standards, the City has the option to select the secondary vendor whom will be offered the work to complete in a timely manner. The City additionally reserves the option to obtain quotes from either of the awarded vendor(s) for a specific project(s) prior to the provision of the same. Should the City determined the primary vendor's quote too high or incomplete, the City has the right to obtain a quote from the secondary vendor, in order to obtain the required service in the most expedient manner and at the lowest possible. Bid No. 11-12-023 Page 62 54. Additions/Deletions of Services Required Although this contract identifies specific terms and special conditions for work, it is hereby agreed and understood that any other services may be added/deleted to/from this contract at the option of the City or any government agency may utilize the same terms, conditions, and pricing by approval from the bidder. The City of Miami will not be responsible for any agency outside the City of Miami. When an addition to the contract is required, the successful bidder under this contract shall be invited to submit price quotes for any new service. If the quotes are comparable with market prices offered for similar work as described in this contract, they shall be added to the contract whichever is in the best interest of the City of Miami and an addendum and a separate purchase order or change order shall be issued by the City. 55. Estimated Quantities Engineering estimated quantities or estimated dollar value are provided for bidder's guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The City is not obligated to place an order for any given amount subsequent to the award of this bid. Said engineering estimate may be used by the City for purposes of determining the low bidder meeting specifications. The City reserves the right to acquire additional quantities at the prices bid or at lower prices. 56. Emergency / Disaster Performance In the event of a hurricane or other emergency or disaster situation, the successful bidder(s) shall provide the City with the commodities/services defined within the scope of work for this bid at the price contained within his/her bid amount. Further, the successful bidder shall deliver/perform for the City on a priority basis during such times of emergency. 57. Contract Hierarchy All of the documents incorporated 'by the Contract Documents shall govern this Project. Where there is a conflict between any provision set forth within the Contract Documents and a more stringent.state.or federal provisionwhich is applicable to the Contract Documents exists, the more stringent provision shall prevail. The order of hierarchy within the Contract Documents shall be the Contract, Scope of Work, Supplemental Conditions, General Conditions, and last shall be the Instructions to Bidders. 58. Third Party Beneficiaries Neither Contractor nor the City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. Bid No. 11-12-023 Page 63 59. Warranty, Fitness for Purpose The contractor warrants the materials supplied and the work performed under this contract conform to warranty materials provided and work performed for one (1) year from date of completion. In addition to all other warranties that may be supplied by the bidder, the bidder shall warrant its products and/or service against faulty labor and/or defective material for a minimum period of one (1) year after the date of acceptance of the labor, materials and/or equipment by the City. This warranty requirement shall remain in force for the full one (1) year period; regardless of whether the ;contractor is under contract with the City at the time of any defect. Any payment by the City on behalf of the goods or services received from the contractor does not constitute a waiver of these warranty provisions. The contractor shall be responsible for promptly correcting any deficiency, at no cost to the City, within five (5) calendar days after the City notifies the contractor of such deficiency in writing. If the contractor fails to honor the warranty and/or fails to correct or replace the defective work or items within the period specified, the City may, at its discretion, notify the contractor, in writing, that the bidder may be debarred as a City bidder/proposer and/or subject to contractual default if the corrections or replacements are not completed to the satisfaction of the City within ten (10) calendar days of receipt of the notice. If the contractor fails to satisfy the warranty within the period specified in the notice, the City may (a) place the contractor in defaults of its contract, and/or (b) procure the products or services from another contractor and charge the contractor for any additional costs that are incurred by the City for this work or items; either through a credit memorandum or through invoicing. Bid No. 11-12-023 Page 64 01000 SUPPLEMENTAL CONDITIONS 1. SCOPE OF WORK: The project consists of complete landscaping maintenance services for the Dr. MLK Jr. Boulevard located along N.W. 62 Street between N.W. 5th Place to N.W. 12th Avenue, the east and west embankments 'of 1-95 ramps intersecting N.W. 62nd Street, and the Butterfly Gardens located east and west of 1-95 and N.W. 54th Street. In addition, there will be irrigation inspection and repair services on a bi weekly basis for the Butterfly Gardens. The work consists of weekly litter pick up and bi-weekly mowing, weed trimming, mulching, planting shrubs (3 gal.) trees and palms (30 gal.), herbicide and insect spraying. In addition, furnishing all labor, material and equipment for the inspection and repair services to the irrigation system on a bi-weekly basis as detailed in Division 2C. Also, the work consists of semiannually pressure cleaning the 6 Linear Plazas including all the decorative brick, furniture, bollards and trash 'cans along the Boulevard. Although there is no pre -bid meeting, the contractor must become familiar with the project site and the existing facilities for preparation of a bid proposal. NOTE: Additional locations in District 5 for landscaping and irrigation services may be added to this contract as the maintenance responsibilities are transferred to the Public Works Department. The City reserves the right to add and subtract any of the above mentioned work site location types at its discretion. 2. QUALITY ASSURANCE The contractor's superintendent shall be well versed in appropriate maintenance operations and procedures. All employees shall be competent and skilled in their particular job in order to ensure that they properly perform the work assigned. All work shall be performed using superior maintenance standards and techniques. The contractor shall inform the City two weeks before each clean-up work. The contractor agrees to on -site inspection by the City Engineer, Project Manager or designated representative. 3. DESCRIPTION OF WORK Maintenance services shall be on a contract basis for one (1) year with the option to extend for four (1) additional one year term periods. This contract may have additional locations for right of way near these locations and shall be priced equal to the scope of work in the proposal bid items. • Dr. MLK JR. Boulevard: bi-weekly landscaping maintenance consisting of mowing, weeding, trimming, herbicide spraying, insect spraying, and weekly litter pick up; new planting of shrubs (24" ht. 3 gal.), replacement of the existing landscaping as per construction plan (Refer to Division 5), mulching using red mulch, installing solid sod and watering new planting according to Division 2A and 2B; adding -top soil 50- 50. In addition there will be repairs and replacement to the existing tree grates. • Irrigation system at Butterfly Garden: Due to its accessible location, the irrigation system may be frequently damaged. The Contractor is responsible to conduct a bi- Bid No. 11-12-023 Page 65 weekly inspection of the irrigation system; preparing a report to the City Engineer and repair/ replace all damaged components. The system consists of underground PVC piping, plastic spray head, valves, adjustable sensors and two water meters. Refer to Division 2C. for a comprehensive description of the system. The irrigation system must be fully functional at all times. • Butterfly Gardens: bi-weekly landscaping and irrigation maintenance consisting of mowing, weeding, trimming, herbicide spraying, insect spraying, and weekly litter pick up at both islands; new planting of shrubs (24" ht. — 3 gal.), replacement of the existing landscaping as per construction plans (Refer to Division 5), mulching using red mulch, installing solid sod and watering new planting according to Division 2A and 2B; adding top soil 50-50. • Tree Planting: this item includes the planting, watering, staking, mulching using red mulch, top soil, etc. and the maintenance of the proposed trees for a period of one year as warrantee for its survival. If the proposed tree dies for lack of proper maintenance by contractor, then the tree shall be replaced at no cost to the City of Miami. Refer to Division 2A —Planting. • Mulching: At the Butterfly Garden, the. contractor shall use red mulch. At MLK Boulevard, the contractor shall use red mulch. • Sodding: this item is for furnishing all labor, material and equipment necessary to install 1,000 square feet of St. Augustine Grass (Floratam) Solid Sod as per Division 2B. The locations are to be determined by the City Engineer. • Pressure Cleaning: this item is for furnishing all labor, material and equipment necessary including the water to pressure clean, the six (6) brick plazas including all the furniture and trash receptacles. • Contingency Allowance: this fund shall be used tot pay for any contingency item that is not part of the project at the sole discretion of the City. The Contractor shall submit for the City's review and approval, a schedule of work describing in detail the times and dates in which the various tasks required are to be performed. Said schedule shall be provided 5 days after the pre -construction conference. 4. FENCING AROUND EXCAVATION At the close of the work day, holidays, and weekdays, ,the Contractor shall install a fence (min. 4 ft. height) around the perimeter of all excavations. An adequate number of fence posts shall be installed to maintain the fence in an upright and taut position. Any variance from this requirement must be approved by the City Engineer. All cost for this requirement shall be considered incidental to the work and no additional compensation will be allowed. 5. PROVIDING ACCESS TO RESIDENCES AND BUSINESS ESTABLISHMENTS During construction of the improvement, safe access shall be provided by the Contractor to the entrance of all residences and business establishments. Methods to be used shall be determined by the Contractor with the approval of the Engineer. Bid No. 11-12-023 Page 66 6. PERMITS The Department of Public Works will issue a "no -fee" landscaping permit for this project. The Contractor will be required to obtain the "no -fee" excavation permit from the Roadway/ Plans Development Section of the Department of Public Works prior to the start of any construction as well as a Maintenance of Traffic (MOT) permit. MAINTENANCE OF LANDSCAPING Existing trees on private property and in the public right of way are to be protected. Trimming of tress will not be allowed without prior approval from the Engineer. The services of a licensed landscape contractor shall be retained for any trimming which is allowed and for all planting and transplanting of trees as indicated by the Engineer. Landscaping and Structures existing on private property adjacent to the proposed work are to be maintained and any replacement shall be of equal or better quality. Cost for maintenance of landscaping shall be considered as incidental of the job and no additional compensation will be allowed. 8. ROOT GUARD Shade trees planted within the public right-of—way and within close proximity of sidewalks or curbs will require root barriers, i.e., sections of metal pipe or root deflectors under the product name of "Root Solutions", or approved equal. 9. PLANTING — See attached Division 2A. 10. SODDING — See attached Division 2B. 11. IRRIGATION — See attached Division 2C. 12. TERMS OF THE CONTRACT AND EXTENSIONS The successful bidder shall be required to enter into a contract with the City of Miami, which shall include but not limited to, the following terms: 1. The term of the Contract shall be for an initial term of one (1) year, commencing ten (10) days after Notice to Proceed. The City shall have the option to extend the Contract for four (4) additional one (1) year term periods each by giving the Bidder at least thirty (30) days prior written notice. 2. Extension of the term of the Contract beyond the initial period is an option to the City to be exercised in its sole discretion, and which does not confer any rights upon the Bidder, and shall be based on availability of funding and contractor's performance. 3. The City shall have the right to terminate the Contract, for any reason whatsoever at any time, upon thirty (30) days prior notice to the bidder. 4. The City shall have the right to include additional locations and they shall be subject to the same bid price amount and scope of work as described herein. Bid No. 11-12-023 Page 67 13. PRICING AND PAYMENT,. Bidders shall include in their bid all taxes, insurances, social security, workman's compensation, and any other benefits normally paid by the bidder to its employees. No overtime will be authorized by the City which exceeds the rates quoted in this solicitation or not authorized by the City. Payments will be made monthly, in arrears, for services rendered the previous month, upon submission of property certified invoices and/or approved inspection reports. All such information shall be provided to the City Engineer for his/her approval in advance of payment. The contractor shall pay his/her employees performing work under this contract not less than the federal minimum wage in effect at the time of the contract. 14. MATERIALS AND. EQUIPMENT The bidder shall furnish, at his/her own expense, all equipment, materials or supplies, including disposal fees, trash bags, oil, water, etc. necessary for completion of all the services specified in this bid. The equipment shall include but not be limited to landscaping equipment, bucket trucks, wood chipper, dump trucks, crane, etc. all as necessary to complete the work. The item price must include the disposal of all debris and litter collected by the scope of this contract and no additional compensation will be allowed. The contractor is not allowed to use the City's rights of ways for storage of any material related to this contract. The contractor is responsible for its own water and gasoline while performing pressure cleaning work. Bid No. 11-12-023 Page 68 ATTACHMENT A Technical Specifications and Drawings • Division 2A- PLANTING • Division 2B — SODDING • Division 2C — IRRIGATION • Planting Procedures Details- Misc. 17-293 • Butterfly Gardens Construction Plans • Dr. MLK Jr. Blvd. Construction Plans • Tree Grate Details • Dr. MLK Jr. Sign • PW Construction Sign — Misc. 35-89-5 • MLK Boulevard — location of the Linear Parks Bid No. 11-12-023 Page 69 DIVISION 2A - PLANTING 2A.01 PLANTING GENERAL The Contractor shall furnish all labor, materials, and equipment, watering and related work required to complete the work in accordance with the contract documents and specifications. I. SCHEDULING OF WORK: The work shall be as coordinated with other contractors as to prevent any conflicts as to scheduling with others. II. PERSONNEL: All planting shall be performed by personnel familiar with planting procedures and under the supervision of a qualified planting foreman who is to be available at the jobsite during the course of the work. III. PROTECTION OF UTILITIES AND STRUCTURES: Prior to the preparation of planting areas or plant pits, the Contractor shall ascertain the location of all electrical cables, all conduits, all utility lines, oil tanks and supply lines, so that proper precautions may be taken not to disturb or damage any subsurface improvements. In the event any are uncovered, the Contractor shall promptly notify the City Engineer, who shall arrange to relocate the plant material, if possible. The Contractor shall be responsible for any damage to utilities and structures and shall properly maintain the protection of same. IV. CLEAN UP: A. If the Contractor fails to clean up, the City may do so and the cost thereof shall be charged to the Contractor. V. SUBMITTALS: A. Unit Prices: The unit prices bid will serve as the basis for any required addition or deletion to the Contract. B. Materials: Submit four samples each with corresponding certificates of compliance from the product manufacturer or supplier for planting soil, fertilizer (analysis card), mulch, galvanized steel banding, turn buckles, guy wires and painted sample of wood braces. Submit these within thirty (30) days after award of Contract. C. Schedule: A detailed sequence of planting shall be submitted to the City by the Contractor. Submit revised schedule when departure from same is necessary. D. Maintenance Guidelines: Submit detailed maintenance guidelines covering fertilization, watering, spraying, trimming, mulching, and any other pertinent issues related to landscape work required to ensure viability of plant material. Submit maintenance guidelines sixty (60) days after award of Contract for review by the City or his representatives. Bid No. 11-12-023 Page 70 2A.02 MATERIALS I. COMMERCIAL FERTILIZER: A. Shall be delivered to the site in the original unopened containers, each bearing the manufacturer's analysis. B. Fertilizer shall be Mix #5024 (10.5.8) as supplied by ATLANTIC-FLORIDA EAST COAST FERTILIZER & CHEMICAL, unless noted otherwise, or equal. II. PLANT MATERIAL: A. Words "Plant Materials" or "Plants" refer to and include trees, palms, shrubs, and groundcovers. B. Plant species shall conform to those indicated on the drawings and in these Specifications. C. Plants shall be sound, healthy, vigorous, free from plant diseases, insect pests, or their eggs and shall have healthy normal root systems. Plants shall be nursery grown stock, except for site transplanted material or freshly dug, balled and burlap plants. D. All plants shall have been transplanted or root pruned at least once in the three years previous to contract date. Root bound container plants will not be accepted. E. Collected palms shall be heeled in the nursery for no Tess than three months prior to final planting. F. All plant material not otherwise specified as being Florida Fancy of Specimen shall be Florida No. 1 or better quality graded in accordance with "Grades and Standards for Nursery Plants" published by the State of Florida Department of Agriculture. G. Caliper measurement, height measurement, height relation to caliper, spread, bare root and ball dimensions, number of canes, types of vines and ground covers, etc., shall conform to the applicable standards given in "USA Standard for Nursery Stock 260.1", sponsored by the "American Association of Nurserymen, Inc.". H. Plants specified shall be used, substitutes will not be allowed unless sufficient evidence is submitted in writing, indicating plant unavailability. The Contractor is to submit suggested listing of substitutes for review and comment by the City Engineer. No substitutions shall be made unless approved in writing. Said substitutes shall be submitted no less than five (5) days after Award of Contract. I. Any materials and/or work may be rejected if; in the opinion of the City Engineer such does not meet the requirements of these Specifications. All rejected materials shall be promptly removed from the site by the Contractor at his expense. J. Plants existing on the site and transplanted by the Contractor shall be subject to Contractor's Guarantee. K. Plants used where symmetry is required shall be matched as nearly as possible. The Contractor shall tag all trees and palms at the nursery for review by the City Engineer. The tagging for review shall be made no less than forty five (45) days prior Bid No. 11-12-023 Page 71 to the projected installation date. All material shall be clearly identified by the use of colored vinyl tapes. The Contractor shall tag 10% more than the quantities required and give five (5) days notice minimum prior to nursery visit. III. SOIL MOIST POLYMERS Provide Soil Moist acrylic copolymers at the rate specified in 2B.03.III.F to each planting pit/tree or palm planting location. Contact: Nursery and Landscape Supply (305) 235-9311 or Terra International (305) 247-1521. W. PLANTING SOIL: Shall be as follows: 50% Muck 50% Coarse Silica Sand V. MULCH: Shall be red Mulch Grade "A" delivered to the site in sealed and marked bags or approved equal. Any deviation shall be approved by the City Engineer. 2A.03 EXECUTION I. SHIPMENT AND DELIVERY: A. The Contractor shall notify the City Engineer 48 hours in advance, when plant material is to be delivered. B. Plant material shall be protected from weather, adequately packed to prevent breakageand drying .out during. transit. C. Plants shall not be planted on job until they have been inspected at receiving site, and accepted by the City Engineer. Plants which do not meet specifications for quality herein stated, or plants that show improper handling, or arrive on site in an unsatisfactory condition shall be rejected. Rejected plants shall immediately be removed, disposed of by the Contractor and approved nursery stock of like variety, size and age shall be replaced by him without additional compensation. D. Final acceptance of plant material will be given only after material is planted and after meeting requirements prescribed herein. II. GUYING AND STAKING: A. All guying and staking shall be indicated in the Specifications. B. It shall be the Contractor's responsibility to prevent plants from falling of being blown over, to restraighten and replace all plants which are damage. Plants blown over by high winds shall not .be caused for additional expense to the City, but shall be the responsibility of the Contractor. Damaged plants shall be replaced by the Contractor at no additional expense to the City, except the Bid No. 11-12-023 Page 72 Contractor shall not be held responsible for the loss or death of any tree, shrub or plant , after being properly planted, as a result of hail storms, lighting, flood, fire or other acts of providence beyond his control. III. PLANTING OF TREES AND PALMS: A. Except as otherwise specified, the Contractor's work shall conform to accepted horticultural practices as used in the trade. B. Plants shall be protected upon arrival at the site by being thoroughly watered and properly maintained until planted. Plants shall be planted within 24 hours after arriving at site. At all times, workmanlike methods customarily in good horticultural. practice shall be exercised. C. Before digging holes or beds, the location and/or arrangement of the planting shall be staked by the Contractor and accepted by the City Engineer. The staking should be ready for inspection at least FIVE (5) days prior to the projected planting date. The stakes shall be #7 Rebar, at least 18" in length and painted with bright red paint. D. The existence and location of underground utilities if shown on the plans are not guaranteed and shall be investigated and verified in the field by the vicinity of existing structures and utilities shall be carefully done. The Contractor shall be held responsible for any damage to, and for maintenance and protections for existing utilities and structures. E. All circular pits with vertical sides shall be excavated to sizes and depth as shown in the Specifications (Misc. 17-293-4) and backfilled with planting soil. The contractor shall test fill all tree/palm pits with water before planting to assure proper drainage and that percolation is available. Pits which are found not to be .adequately draining shall be backfilled with coarse gravel or crushed rock. No allowances will be made for lost plants due to improper drainage. F. Backfill with the specified planting soil mix and incorporate a minimum 6 ounces to 9 ounces of Soil Moist acrylic copolymers evenly spread around and adjacent to the rootball mid -way in depth. The final level of the ground and that of the sod shall conform to the surrounding grade. G. The plants shall be set on prepared planting soil backfill brought to a height permitting planting at the same depth the plants grew in the nursery. Upright plants shall- be -kept in a vertical position. All plants shall -be handled by earthy ball only. Handling by the plant itself will be caused for rejection of such plants. Bid No. 11-12-023 Page 73 H. After placing the plant in the pit, the backfill shall be watered and firmly tampered to ensure backfill mixture in and about all the roots. All backfill mixture shall be such that no plants will settle lower than the depth indicated on the drawings. I. After filling half way on the earth ball, the burlap shall be loosened and laid back off the top of the ball, or if too bulky, cut away and removed, after which the balance of the pit shall be backfilled and tamped. J. AII plants shall be thoroughly watered at time of planting and kept adequately watered until time of acceptance. The Contractor shall provide the means where water lines are not available. K. Apply fertilizer to planting beds and saucer areas as follows: Trees: One pound per inch trunk diameter. Spread fertilizer evenly about the base. Thoroughly water plants before and after fertilization then mulch. L. Three (3) inches of mulch shall be placed between and around all plant material within 24 hours after any planting. For individual plants, the mulch shall be spread to cover the saucer area. When in place, the mulch is to be watered thoroughly. M. Pruning shall be done at the time of planting and with due regarded to the natural form and growth characteristics of each species. All cuts over IA inch diameter shall be painted with an acceptable tree wound dressing. Trees with pruned terminal leaders will not be accepted. N. During the course of planting, excess and waste materials shall be removed daily. All reasonable precautions shall be taken to avoid damage to all structures and plants. When planting in an area that has teen completed, the area shall be thoroughly cleaned up. IV. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE: A. Maintenance shall begin immediately after each plant is planted and shall continue throughout the course of operations on the site. 1. Plants shall be watered by hose soaking thoroughly each day for the first two weeks (14 calendar days) and every other day for the following two week period. Soaking then shall continue on a twice weekly basis for another period of three weeks, amounting to a total of 45 days after installation. At the end of this hose soaking period, earth saucers shall be collapsed leaving the guying and/or staking in place, in accordance with these specifications. B. Plant maintenance shall include watering, pruning, spaying, dusting, weeding, cultivating, mulching, tightening, staking, fertilizing and repairing of braces and guys, replacement of sick or dead plants, resetting plants to proper grades or upright position and restoration of the planting saucer, and all other care needed for the planting saucer, and all other care needed for proper growth of the lasts p g P P 9 P All trees and palms shall be watered by hand hosing as follows: Bid No. 11-12-023 Page 74 Once a day for the first three weeks after planting and three times per week thereafter until inspection for acceptance. C. Spraying and Dusting: During the maintenance period and up the issuance of certificate of final acceptance, the Contractor shall do all seasonal spraying and/or dusting of plant material. The materials and methods shall be in accordance with highest standard nursery practices and in accordance with all regulatory agencies having jurisdiction. D. Protection: Planting areas and plants shall be protected against trespassing and damage. If any plants become damaged or injured, they shall be treated or replaced as directed. No work shall be done within or over planting areas or adjacent to plants without proper safeguards and protection. E. Damage resulting from erosion, gullies, washouts or other causes shall be repaired by fillingwith topsoil, tamping and re -fertilizing by the Contractor at his expense if. such damage occurs prior to acceptance by the City Engineer. V. INSPECTION FOR ACCEPTANCE A. Upon completion of all planting, an inspection for acceptance of work will be held. The Contractor shall notify the City Engineer for scheduling of the inspection five (5) days prior to the anticipated inspection date. Partially completed portions will not be inspected. It is the Contractor's responsibility to ensure that the work is completed and ready for inspection,. before ,calling for same. B. At the time of acceptance for inspection, if the materials are in whole or in. substantially acceptance, a written notice will be given by City Engineer that the guarantee period begins from the date of the inspection. C. In case substantial numbers of plants are sick or dead at the time of inspection, acceptance will not be granted and the Contractor's responsibility for maintenance of all the plants shall be extended until replacements are made. Replacements shall conform in all respects to the specifications for new plants and shall be planted in the same manner. Said replacements are to be made within five (5) days of said inspection. D. After the inspection for acceptance is made and the work is found to be acceptable, the Contractor shall continue to hand water all trees and palms three times a week for four (4) weeks. Bid No. 11-12-023 Page 75 VI. PLANT GUARANTEE AND REPLACEMENT A. Guarantee: All plant materials including site relocated material by the selected contractor shall be guaranteed for a period of one year after the date of inspection for acceptance. All plant materials shall be alive and in satisfactory growth at the end of the guarantee period. Should the City decide to purchase the trees, plants and shrubs described under the Proposal Unscheduled Additive Items from an outside vendor, the contractor will only be responsible for the planting. Only then, the plant guarantee will not be applicable to the selected bidder. B. Replacements: During the guarantee period, there shall be monthly inspections between the Contractor and the City or his representative to ascertain the viability of the plant material. Any plant that is missing, dead or fails to become established due to Contractor's negligence shall be replaced at no cost to the Owner within ten (10) days after the monthly inspection. At the end of the guarantee period, the Contractor shall notify the City that the project is ready for final inspection. Any plant that is not alive or fails to show satisfactory growth or is missing due to Contractor's negligence will be removed and replaced at no cost to the Owner. All replacement after the final inspection shall carry a six (6) months replacement guarantee: Replacements shall be made within ten (10) days after final inspection. C. Materials and Operations: All replacements shall be plants of the same kind and size specified in the Plant Schedule. They shall be furnished and planted as specified with the cost borne by the Contractor. Please refer to the attached plant schedule. D. Watering Schedule: Refer to previous Sections. E. Planting list and quantities for this project. The prices listed for the Unscheduled Additive Items in the Proposal may be utilized, as directed by the City Engineer as referenced only and no additional compensation shall be allowed. Bid No. 11-12-023 Page 76 DIVISION 2B SODDING 26.01 SODDING GENERAL The other Contract Documents complement the requirements of this section. I. SCHEDULING OF WORK: The work shall be as coordinated with other Contractors as to prevent any conflicts in scheduling with others. II. PERSONNEL: All planting shall be performed by personnel familiar with planting procedures and under the supervision of a qualified planting foreman: III. PROTECTION OF UTILITIES AND STRUCTURES: Prior to the preparation of sodding areas, the Contractor shall ascertain the location of all electrical cables. All conduits, all utility lines, oil tanks and supply lines, so that proper precautions may be taken not to disturb or damage any surface improvements. The Contractor shall be responsible for any damage to utilities and structures and shall properly maintain the protection of same. IV. CLEAN UP: A. The Contractor at all times shall keep the premises free form accumulation of waste materials or rubbish caused by his operations. At the completion of the work, he shall remove all waste materials and rubbish from the project site as well as all his tools, construction equipment, machinery and surplus materials and shall clean all surfaces and leave the project site "broom clean". B. If the Contractor fails to clean up, the Owner may do so and the cost thereof shall be charged to the Contractor. V. SUBMITTALS: Submit samples of planting soil blanket mix and four (4) samples each of the Certificates of Compliance, fertilizer analysis tags, and sod certification. Provide said submittals thirty (30) days after Award of Contract. 2B.02 MATERIALS I. SOIL BLANKET: As supplied by MORRIS MAGIC SOIL or equal. Soil shall be 40% everglades peat and 60% fine lawn sand thoroughly mixed. No site mixing shall be allowed. II. COMMERCIAL FERTILIZER: Mix #2024 (10.8.6) as supplied by ATLANTIC - FLORIDA EAST COAST FERTILIZER & CHEMICAL, or equal. Fertilizer shall be delivered to site in unopened containers which shall bear manufacturer's guaranteed statement of analysis or a manufacturer's Certificate of Compliance covering analysis. Furnish guarantee statement of certificate of compliance to the Owner or his representatives. III. SOD: A. Sod shall be St. Augustine Grass (Floratam) Solid Sod: B. All sod shall be of firm texture, having a compacted growth and good root development. Sod shall contain no weeds or objection vegetation, and be free from Bid No. 11-12-023 Page 77 fungus, vermin or diseases. Before being cut and lifted, sod shall be mowed three (3) times with the final mowing not mote than a week before cutting into uniform dimensions. Certifications as to type of grass and other requirements shall be made and submitted to the Owner or his representative. IV. SAND: Provide clean, fine sand. V. WATER: Potable. The Contractor is responsible for providing water even if none is available on the site. 2B.03 EXECUTION I. GENERAL: Fine grades all lawn and planting areas. II. SODDING: Under this section, the Contractor shall perform the preparation of the areas to be sodded as herein specified. A. The Contractor shall remove all existing grasses and weeds from the areas to be sodded. The Contractor shall smooth out all areas to establish an even grade for sod planting. All areas shall be graded to drain. B. Remove all rock or foreign material one inch or greater in,diameter and lay 2 inches of soil blanket uniformly and thoroughly incorporated into top most 4 inches of soil. C. Surface shall be rolled to achieve a smooth, even shape and grade. During the rolling, all depressions caused by settlement or rolling shall be filled with by additional topsoil and the surface shall be regraded and rolled until presenting a smooth and even finish. D. The Contractor should call for an inspection for approval of graded areas prior to sodding. E. Water the soil 24 hours prior to sodding. F. Sod panels shall be laid tightly together with staggered joints so as to make a solid lawn area. Immediately. following sod .laying,. the law n areasshall be rolled with a lawn roller customarily used for such purposes, and then thoroughly watered immediately. During delivery, prior to and during the planting of the lawn area, the sod panels shall at all times be properly protected from excessive drying and unnecessary exposure of the roots to the sun. All sod shall be stacked during construction and planting, so as not to be damaged by sweating or excessive heat and moisture. G. After sod has been planted and rolled, thoroughly water and fertilize at the rate of ten (10) pounds per 1,000 square feet of area. Thoroughly water all sodded areas. H. The finished level of sod areas after rolling and tamping shall be 1/2 inch below the top of abutting paved areas. Bid No. 11-12-023 Page 78 I. During the sodding operations, excess and waste materials shall be removed daily. All reasonable precautions shall be taken to avoid damage to all structures and plants. When sodding in an area has been completed, the area shall be thoroughly cleaned up. III. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE: Maintenance shall begin immediately after sodding is executed and shall continue in accordance with the following requirements: A. The Contractor shall be held responsible for maintenance of sodded areas, including watering, spraying, weeding, mowing and replanting as necessary to establish a uniform stand of the specific grass and until acceptance. After the grass has started, all areas and parts of areas which fail to show a. uniform stand of grass, for any reason whatsoever, shall be replanted, repeatedly if necessary, until all sodded areas are covered with satisfactory.growth of grass. B. Sodded areas shall be protected against trespassing damage. If any sod becomes damaged or injured, it shall be replaced as directed. No work shall be done within or over sodded areas without proper safeguards and protection. C. Watering of all non -irrigated sodded areas shall be. done from a watering truck, no temporary irrigation heads will be allowed. All sodded areas are to be watered to provide at least one (1) inch of water per week in biweekly applications. Watering is to continue until inspection for acceptance is made and approved by the Owner. All watering is to be done in the presence of the Owner or his representative. D. Damage resulting form erosion, gullies, washouts or other causes shall be repaired by filling with lawn sand, tamping, refertilizing and resodding by the Contractor at his expense if such damage occurs prior to acceptance. IV. INSPECTION FOR ACCEPTANCE: A. Upon completion of all sodding operations, an inspection for acceptance of work will be held. The Contractor shall notify the Owner or his representatives for scheduling of the inspection ten (10) days prior to the anticipated inspection date. B. At the time of acceptance inspection, if the materials are in whole or in substantially acceptance, a written notice will be given by the Owner or his representative to the Contractor that the guarantee period begins from date of inspection. C. In case substantial areas of sod are sickly or dead at the time of inspection, acceptance will not be granted and the Contractor's responsibility for maintenance of all the sodded areas shall be extended until replacements are made. Replacements shall conform in all respects to the specifications for new sod and shall be planted in the same manner. Bid No. 11-12-023 Page 79 V. SOD GUARANTEE AND REPLACEMENT: A. Guarantee: Sod shall be guaranteed for a period of ninety (90) days after the date of inspection for acceptance under Paragraph IV of this Section, and shall be alive and in satisfactory growth at the end of the guarantee period. B. Replacement: During the guarantee period the Owner and the Contractor shall schedule monthly inspections. Any sod that is dead or not in satisfactory condition shall be replaced within ten (10) days of the inspection. At the end of the guarantee period a final inspection will be held, the Contractor shall then proceed to replace sod that is dead or not in satisfactory condition, said replacement shall carry a ninety (90) days replacement guarantee. C. All non -irrigated sodded areas shall be watered as described under 2B.03.III.C. for four (4) weeks after the inspection for acceptance. All watering to be done in the presence of the Owner or his representative. D. Materials and Operations: All replacements shall be sod of the same kind as specified in these Specifications. It shall be furnished and planted as specified with the cost borne by the Contractor at no additional cost to the Owner. VI. MAINTENANCE GUIDELINES: The Contractor shall supply the Owner with a detailed maintenance schedule for all sodded areas thirty (30) days after Award of Contract. Bid No. 11-12-023 Page 80 DIVISION 2C IRRIGATION IRRIGATION TECHNICAL SPECIFICATIONS AND DETAILS (EXISTING SYSTEM) 1. SYSTEM DESCRIPTION: This is a fully automatic system - Solatrol solar powered controllers is recommended. Emitters are BIBCO turf bubblers. They are spaced approximately 5 ft on center. These are pressure regulated emitters that screw into a standard 1/2" FIP PVC fitting. The emitter tube comes to the surface. This system can be observed in operation. There is no sprinkler equipment above ground to sustain damage from mowers, o weed eaters. SYSTEM PIPE: All pipe is class 200 PVC or heavier. System main is Schedule 40 PVC pipe. All fittings are solvent weld Sch. 40 fittings unlessotherwiseindicated in these specifications. Bell and 0 ring main is class 200 fittings and pipe ends shall be cleaned with.an all purpose pipe cleaner prior to applying glue. Main is a minimum 36" of cover; all other pipe is a minimum 8" of cover. See detail for correct depth so that emitter tube is at surface following installation. Backfill shall be free of debris or sharp objects. No rock larger than %" shall be in contact with PVC lines anywhere. -All pipes above ground are galvanized, copper, bronze or welded ductile iron. 3. SLEEVES: All pipes under paving / walks are sleeved with schedule 40 PVC pipe. Replacement of any sleeves installed under roadways, shall be inspected as per local codes for proper earth compaction around sleeves. Road sleeves extend two feet beyond edge of road. Walk sleeves extend one foot into landscape area. 4. CONTROLLERS: If replacement is necessary, a Solatrol LEIT 8000 solar powered controller will be installed. Pedestal installation as per manufacturer's recommendations. 5. CONTROL WIRE: Installed as recommended by the controller manufacturer. Control wire shall be UL approved, solid core, PE or PVC covered irrigation control wire. Use 14 gage control and 12 gage ground wire. All splices and connections at valves to be made with .3M brand DBY Direct Burial Splice Kit. All wire to be brought back to controllers. All wire to be encased in UL approved PVC conduit. Wire pull junction boxes are utilized and installed a maximum of 190' apart and placed in 10" Carson or other approved valve boxes. Replacement of any conduit installation under the pavement shall be by pulling under the pavement rather than opening a trench. 6. WATER SOURCE: City water meters are existing. Meters are assumed to be 1-1/2" meters. 7. BACKFLOW PREVENTION: A Pressure Vacuum Breaker —Wilkins Model 720A with ball shut off valves installed from the factory (or equal) Backflow Prevention Assembly installed as per local code at the water source, between the meter and the electric master valve. 8. MASTER CONTROL VALVE: Presumed to be existing. 9. ELECTRIC CONTROL -VALVES: Hardie (Irritrol) 100FC series 24 volt electric valves or Rainbird PGA electric valves. Valves are equipped with Solatrol solenoid as required to operate with the Solatrol controller. All valves are housed in 16" x 12" rectangular Carson. 1419B valve boxes or larger as required and installed as per details. Bid No. 11-12-023 Page 81 10. REPAIRS AROUND EXISTING TREES: Trenches in and around existing trees must be hand dug. Extreme care must be used to prevent damage to the root system of existing trees. Roots larger than 1 '/A" in diameter shall not be cut. Soil beneath roots must be excavated so that the sprinkler lines can be carefully placed through and beneath the existing roots, at the proper depth, as called for in the specifications. Backfilling in these areas shall be done by washing the soil back into the trenches to prevent forming of any air pockets around the existing root system. 11. WORKABILITY: Due to its accessible location, the irrigation system may be frequently damaged. The Contractor is responsible to conduct a bi-weekly inspection of the irrigation system and replace all damaged components. The irrigation system must be fully functional at all times. Bid No. 11-12-023 Page 82 ATTACHMENT B SCOPE OF WORK SUB -CONTRACTORS Contractor shall identify below all Sub -Contractors. Categories shall be added as necessary. If no Subcontractors are to be used, insert the word "Self' in the spaces under "Name of Subcontractor". SUBCONTRACTOR'S COUNTY -MUNICIPAL NAME OF OCCUPATIONAL TYPE OF WORK SUB -CONTRACTORS LICENSE NUMBER 1. Landscaping/Planting 2. Irrigation 3. 4. 5. 6 7. Bid No. 11-12-023 Page 83 INSTALL ROOT GUARD FLUSH MTH SURROUNDING GROUND. (ROOT GUARD NOT REQUIRED FOR PALM TREES). 0 CD ROOT GUARD 1 El 1 H I -. -l1-L�I11 dv\ 1HIIH III �O�dI IHII- I—Ill-1 I H .��O�.y�y�.y�r,,-02 �y���,;�, _ ii -_-=-1 1 E. IrElIIII III' �l����������� II II_ II11ir --I I I-11 I —I ,�G�G4:, ,. �4 • . 1E11_111 =11=111-1 11E111�1 ICII111E —111-111-111=11 11 11 I� 11=11 r=1111=1 MIN. TWICE THE MAX. WIDTH OF THE ROOT BALL y 3° MULCH �i 1----1-1-1 =1.,�✓/1�Q` a.q6--riiaiii4 f.`.��� HI I l—I 11-I :\i,;`i/;,✓�`. =p� �i�; \.'. I- 1 I 1 11 �`•1�o• & A✓IAOA�4ii.�,�* ... J�. Imo—% ���/`j�p��j/����j��'��j���//O�1 / //j�� .—.r /- /1�j/�j. . ��1�//1�i��4NA `i/1i�``i�``N. RECTANGULAR OR CIRCULAR PLANTING PIT WITH STRAIGHT SIDES AND FLAT BOTTOM. PLACE PLANTING SOIL IN PLANTING PIT AND FORM UGHTLY COMPACTED MOUND, ADD PLANTING SOIL AND WATER ALTERNATELY TO EXCLUDE AIR POCKETS. SOIL BLANKET (FOR LAWN ONLY). WATER LEVEL EXISTING SUBGRADE FORM SAUCER TO HOLD 4" OF WATER I I I 1-III � IC I1 1 I11-11 1=111- 1i1 111=111=111=111" 11I-1 TYPICAL SECTIONS ADD PLANTING SOIL AND WATER ALTERNATELY TO FILL PLANTING PIT, EXCLUDING AIR POCKt IS. TOP SOIL REMOVE BURLAP AT TOP OF BALL REMOVE ENCASEMENT OTHER THAN BURLAP AND -LOWER -TREE -INTO PLANTING PIT CRUSHING MOUND OF PLANTING SOIL. STAKE AND/ OR GUY AS SPECIFIED. PLANTING PROCEDURE DETAILS DR: MA ('K• N.TS. DEPAR77fENT OF PUBLIC WORKS CITY OF MIAMI. FLORIDA R-1 Dec, 1979 MGSC. 17-293 Chaat 1 of .� 14" GAUGE, DOUBLE STRAND TWISTED GUY WIPE 11 7 REBARS (18" MIN.) ROOT BALL 3 GUY VARES SHALL BE EQUALLY SPACED AROUND TREE MIN. TWICE THE MAX. WIDTH _OF THE ROOT BALL TREES OTHER THAN PALMS RUBBER HOSE AT FORK PLASTIC FLAGGING (3 PE)? WRE, MIN.) �111�11��11� GUY WIRE SECURED TO REBAR ROOT GUARD PLANTING PROCEDURE DETAILS_ Jan. 1980 DR: MA ru• DEPARTMENT OF PUBLIC WORKS (:ITY nF MIAMAI F! nPIOA R-1 MI SC. 17-293 ChPAf 9 of NOTE FOR PALMS OVER 20' O.A. USE 4" X 4' BRACES IN LIEU OF2"X4'. RUBBER HOSE AROUND BANDED MATERIAL GUY WIRE (3) f J BANDED MATERIAL: FIVE (5) LAYERS OF BURLAP, 1HREE (3) 12" LONG 2'X 4° BATTENS BANDED TO PALM DRIVE THREE (3) EQUALLY SPACED STAKES AT ANGLE AWAY FROM PALM, DRAW VERTICAL AND INSTALL BRACES, FILL AROUND BALL WITH PREPARED PLANTING SOIL MIN. TWICE ' HE MAX. WDTH OF THE ROOT BALL TYPICAL SECTION FOR PLANTING PALM TREES IN SMALL PARKWAYS BANDED MATERIAL VERTICAL STAKE SAUCER PLAN Vt P 2'X4' BRACE LM PLANTING PROCEDURE DETAILS N, T. S, Jan. 1980 DR: MA ru DEPARTMENT OF PUBLIC WORKS ()I TY OF MIAM1. FL ORIDA R-1 MISC. 17-293 c� F R 3-2'x 4'x 12' STAKE PAD BURRED 3' BELOW GRADE d 0 pi4 v BANDED MATERIAL: FM (5) LAYERS OF BURLAP, THREE (3) 12' LONG 2'X 4' BATTENS BANDED TO PAU! SECURE BATTENS WIN 3/4' WDE STEEL BAND TO HOLD BATTENS IN PLACE DURING PLANTING PROCESS. THREE(3) 2'x 4' BRACES EQUALLY SPACED NAILED TO BATENS BANDED TO PALM. FILL AROUND BALL WITH SPECIFGD PLANTING SOIL MD~ 4' EARTH SAUCER MIN. TWICE THE MAX. WIDTH Of THE ROOT BALL TYPICAL SECTION FOR PLANTI14NG PALM TREES IN UNRESTRICTED AREAS PLANTING PROCEDURE DETAILS ROOT BALL N. T. S. Jan. 1980 DR: MA CK: DEPARTMENT OF PUBLIC WORKS CITY OF MIAMI. FLORIDA R-1 MISC. '17-293 Sheet 4 of 5 agr 0 P� 2'x 4' STAKES 3' MULCH LAYER 2'x 4'x 12' NAILER. SPATE TO PAVEMENT WITH TWO(2) 20d GALV. COMi1oN NAILS. BANDED MATERIAL FIVE (5) LAYERS OF BURLAP, THREE (3) 12' LONG 2"X 4' BATTENS BANDED TO PALL! • SECURE BATTERS WTI 3/4' WIDE STEEL BAND TO HOLD BATTENS IN PLACE DURING PLANTING PROD=S. 3- (2"x 4') BRACES, EQUALLY SPACED NAILED TO BATTENS BANDS TO PALM FILL AROUND BALL WITH SPECIFIED PLANTING SOIL MIX, 4' EARTH SAUCER =I 11=1 11=1 I I—T1 I =I I =X=11 I —(I I I t^I 1 t-11 I-1 1=1 I =1 I 11 �1 I =i 11=1 MIN. TVACE THE MAX. WIDTH Of THE ROOT BALL TYPICAL SECTION FOR PLANTING PALM TREES _11ST PAVEllIENT AREAS PLANTING PROCEDURE DETAILS EXISTING PAVEMENT DR: MA CK: N.T.S. DEPARTMENT OF PUBLIC WORKS CITY OF MIAMI. FLORIDA ,2008 MI SC. 17-293 aat .5 of .5 1/2" THICK - HELVET|CA 0 CN 1.5" HIGH - 3/8" THICK - HELVETCA (NI 1/4^ THICK - HELYETCA CXDOC). 3'' 12" )17 CITY OF MIAMI (PROJECT TTTLE) (SOURCE OF FUNDS) (PROJECT COST) MAYOR NAME c▪ o 1.5" r) Th` tr) • 3'' \-\ 1.5" , 3" PRESIDING OFFICER/COMMISSIONPR NAME COMMISSIONER NAME COMMISSION -ER NAME COMMISSIONER NAME COMMISSIONER NAME CITY MANAGER NAME DIRECTOR OF PUBLIC WORKS NAME (CONSULTANT OR DEPARTMENT) (CONTRACTOR) FOR INFORMATION CALL: 48" 3,, •••••,.... • r7; 10 SCALE: -1".--1'—On DEPARTMENT OF PUBLIC WORKS THE CITY OF MIAMI, FLORIDA CONSTRUCTION SIGN IN PUBLIC RIGHT OF WAY R-2 MISC. 11/97 35-89-5 EXI-IIBIT "A Page 2 of 2 II EFISTU1G TREES/PAWS TO REMAIN II UNLESS SHONN OTNERNIs£ II II / At nMAAUAY FAY .6 CT. rsa,iA.E CC 5z do 57i0 PNi9---[ ZP lz8 .I z== REMOVE 3EXISTING TREES/PAWS Td VE X DERS �INa1Al GE.11R1c1 1�5 SCUT HBCIUND =ate==as.� LIMITS OF MAINTENANCE AREA z u CZ 0 10 60 FEET • /-C EXISTING TREE/PAW TO RELIANT. TYP. • 1443 LEG - LND 1 Sc PVT * .N.Y eJ �� IL° pd�.,ti��* r,-1,5,, A l,� ; `,os 4 �ii, �isti J\4 �P �a, •\� ,c � V\iA, V �`9.I �0 ,p '..tel cif,, i5 � � �40 s.k- '`..k. �`0- * �At. r ci• •Pi� �c, �5,o L '''' L°ylve c4.` c � .e.' �i. vC��c€' �F •ts. d4\� J�" "q 'cr '+r e.� "4' �L 'V `t1.. tier a EXISTING ''` AC 1 ' 05 CCU C5 CW f5 DR IC U . PIP PE CV SW SS TC TN AP; BN It R SP in NR 50O T9 01 (I)0_ _ ,s""V T d _ _,,. t1 tVk 0 ..,. a"I">L ,a_ Al')_ ..A_ REYNN BW tO 1AINVILLEA B. XARST CC CAPPARIS CTIOPHAUDPIAARA ast mnacARPus EREcrus •5ERlaus' CH Cl/0r500ALAWS cACO '1N191ZONTAUT CI CHRY508ALA11/S CACTI CV 60.CULOOA WIFERA EF - EUGENIA FOET10A GC GALPHWIA GUI/CA • H0 HEUANTHUS MINUS lIP HAYEUA PATENS CONPACTA' N IILI YDYI TORIA sClllLUNG5• PN PO R1 SB SR ST SZ TO ZIT ZP PSYC0OTRIA NERVOSA PASPALUU WANRIFARNM RHAPHOLEPIS INOX:A SPARTINA 8AXERlI SERENOA REPEATS SOPHORA TOVENT05A 5TZYGRl, PANA:ULATUN TRIPSACUW p crrunrS ZAIIA YARITATA ZAIDA RONILA E V I D r( __ __ _ • __ __ �{ZPrIP7iSi 510N5 7.TE- tuv.cv<u.u,rtct = .v. c ►, _ KEI17I,nud SO -MARS, P A. ENGINCERS, IW1NERj SUUVFTORS Aeeval[CI111I9 MASON noo N. MA... An, rl IrMN4. /L 1.1A0-7131 RYLn4Ina STA7a 00 PLORIIN D6PARTN6NT OP 7RA scs a0TA7T0N ROAD NO, 1-95 CWOIT MIAMI DADE IMMCUL MAMAGEYENr MA R 40679-7-52-01 I-95 LANDSCAPE P LAN 0297:41 PY l:�projcls v6766V-953 ea' VandscpVld 4plw .dpn SNEEr , LD-14) 0 A • 6B EXHIBIT "A" Page 1 of 2 FEET .. R3T0! IL { • MPS,BD �i "— _�_ J L •_ .... -u- r" -ra-�r+.r�r �+1.,0. �7•T1��7a� =-? �-s.-or- r•rr.e _ r. �,..-.�. �.:, ^�_ = c,-m-i�r a,,a• AD TR 0 ,eiri fX77TN - 'ly' — -- ��BC _ _ `A/AI TO fuAPi— '. '�L NORTHBOUND——"— Maim.. , E _�AVER A _ sr or . ra.d VOW / —'�rz�9Yia� t-wdi�ls�e-_-.rfASibrMr--,, 9V �� .'��= :TV _-�,f7dY:;l�..l =� _7r_7�= smvma==astavm��_�S^ Ilitl.'ireirifae At. I- .ra�r+y.aiMx- —_-11 EXISTING rnEEZrAw — —P1TGE ROAD f!TING APAW/\_ ONEYAIN,TYP n : 4:urC1 7. 1`r.Al / 7. \• ,.:\ rf BalIDERS itTaY IA RAV .�"� • c •ram ARD V/EW ZONE BILLBOARD c!'o1 LIMITS OF ligy/���' Pgc.) 0 asE tY ToC c 'PCf! Z \_ExisriNc INTENANCE AREA /l •- •• TREES/PAWS j //4 r ZG� �'�- 8 Neti.Pt� G J r0 ANNAIN. ITP. CJ 'CO 1. s CC 42 HP 30 C CC 18 LEGEND; �4 5 }'Sh E`' Jh \ a1- t'•,5 V•hP0. S 1\} h h\iF' 1� \! �P�f \ F °,�,TL�r' Aa/cuNVILLEAe.KARs�lPt'J h ih 1 CAPPARIS C7N0.^/IA110P1A7A11 PN PSTCHCITRIA NERWSA \hI �{\�'Fp 6'1'''I,'A ,, i.��,Pl \t% ttt Lii �\ p.1� ,, e %dr.,CAE \P"fe i.�0h pj.F l\ r1� l d'N¢ • 445 J 1L 4S\J tjTk5'S' OS# gktk GSpf' +;i \ hSt'\0 JSfPW QP� I}t 14.4 SS� 1'�P''1''f:.Qck44,L�J.i.\\.C'sl`J'lh' EXISTING t v �J �' AC � 'BS CESE ' C5 CW FS- D9 fC U Mr PF 0V 5Y SS, TC TN 5{��• 45 S1DP P\' 1{D A* �•� ' ! CDN(x'ARPIIS'fnfClUSERK£US' Pa PASPAwu DVAA7IIIARA�u%+\'k' IHEC SP F'' h+T�+ 5 CHRrSPBALAhVS JCKD '/NR710.YTA(IS' R( n11MHK!(EPIS IN�CA SPAR rINA BAXEAIf V-�• r_ >� f�' CHRr50BA LAm/5 7CACD ;RI CU BA ' soo ITo REYNN• It'•'i"u'::7w+tc '. , Z± S{% L,(_h'�,} F -.�/ ��IL�Y'' 0 Q ® ® . 0),•. O. r IC � . ..� .� 0 0• ME ` . '• -mi.- ON l6 11 • { 5P rn . Y WR q' ,d. µ EUGENILULLUL ETIO-AOVESr 5OPHORA TOLIENTOSA fF EfX.EN1A f0E i70A M HEUAM IA 6LAN:A SZ Sraciuu PANIMATUN TO TRIPSACCIY DACTTLODZS MO HALIEUA IPA SSA' ZN ZAYU LIAR RYA Iv ILEX 40YIromA 'SCHILLINCS' ZP ZAMA PUYILA REV 1 3 1 0 M S —NE I,,,,e,,,•MO. R e,Kmp, �a.o,M RtA.u.. • (t SCAPI45N: GA 7d Of3CMPrA1' nemuno..m>a.unor.. n STATE UP fLQ4QN f ZJJr ShEOET - DEPARTMENT OP TRll�[14TA TXW I 1= K2!T -j end SCI WARS, P A. I'1 `- TOAD No LWMTT FINMGAL 'MANAGEMENT '' t ENOINEER.4 PUNNEAS. SI A70// .wv'e..'..e... A.. s,....wti n,,I f�IpnnH.w4n'. /-95 AfIA DADS Wy�N 4XJ679-7-52-oF LA-NDSCAPE PLAN ID- 15 ! !:\prolecls V6766\I-95secl VonclscpV5p'o'd.don 0298:01 P11 1 ' OMMISSION AYOR:' AIRMAN: CE (CHAIRMAN: MMISSIONERS CITY OF MIAMI DEPARTMENT OF CAPITAL IMPROVEMENTS MARY H. CONWAY, P.D. , Director Dr. MARTIN LUTHER RING BOULEVARD (NW 62nd. STREET) BETWEEN N.W. 37th AVENUE AND N.W. 5th PLACE ROADWAY IMPROVEMENTS PROJECT NO. B-78505 MANUEL A. DIAZ JOSE M. SANCHEZ ANGEL .GONZALEZ MAS P. REGALADO BEgiN 22+4PRO4.89JECT STA. HNNY L. WINTON N.W. 62nd ST. CHELLE SPENCE-JONES Y MANAGER:JOE ARRIOLA. TWO FULL: BUSINESS DAYS. BEFORE DIGGING CALL SUNSHINE STATE ONE CALL OF FL, NC. 1-200-422-4770 UNOEN0000110 UTILITIES NOTIFICATION . CENTER OF FLORIDA . �I 9WIi -. _ i ■ I. Raton\ ... , I m it.i- e° RR -_Eit mil I tit ,�»,P Mu ra. e. V `� ra rcl• i • glo iiw%e"rlii�:�rrAPS�:L— i.FY�sI� �wiwi'!`eF,i i.�'<' fi46 tit% 1 ;� - _ if! id LOCATION MAP . -!i 7i_II LENOTII OF PROJECT. MEASURED ALONG C. OF CONSTRUCTIUII. LENGTH OF PROJECT• FEET MILES ROADWAY • 10,800.2B 3.200 1311100Es NET LENGTH OF PROJECT ' 13,9D0.26 3.200 EXCEPTIONS . , __ -- un055 LENGTH of PROJECT. 16,900.228 `.�.2o0 PREPARED BY1 1J .IL METRIC ENGINEERING, INC. 13940 SW 136ST. SUITE 200 MIAMI, FLORIDA 33186 CERTIFICATE OF AUTHORIZATION 00002294 January, 2006 END PROJECT STA. 191+45.14 N.W. 62nd ST. INDEX OF DRAWINGS: ON-0 GN-I ON -IA 014.2 ON-3 C-I C.60 C-SI C-32 C-30 C-39 COVER SHEET SUMMARY OF DUMMIES PAY ITEM NOTES GENERAL/CONSTRUCTION NOTES 10 ON-4 TYPICAL SECTIONS TO C-29 ROADWAY PLANS MAOITENANCE OF TRAFFIC IMOTI OENER AL NOTES M.U.T. GENERAL DETAILS TO C-31 PUBLIC SIDEWALK suns RAMPS AND DETAILS DETECTABLE }VARIAN0 SURFACE MAT DETAIL GENERAL DETAILS PM -I TO PM-29 PAVEMENT MARKING AND 510NAOE PLANS PM-30 51011AGE AND PAVEMENT MARKING DETAILS L0.1 LO-2 L0.3 L0.9 LD-9 lado LI.I L2.1 L2.T L3.1 L3.T L3.5 SUMMARY OF OUAIITITIES GENERAL NOTES TO LO-T LIOTINO ROADWAY PLANS LUMINAIRELOCATIONS AIM STATISTICS LIMITING DETAILS LIMITING DETAILS TO LI.13 HAROSCAPE PLAN ,TO L2.6 TREE DISPOSITION PLAN TREE DISPOSITION LEGEND TO L3.6 PLANTING PLAN PLANTING DETAILS/NOTES/LEGEND PLANTIND DETAILS CONTACT PERSON INFORMATION Nome, Alfredo Norpe, P.C. Telephone Number. 13031 230.5090 Fee Number, 13061 261-669e a•mall odlre,,. 01 elpe0melrlcen0.c0m NORTH: R/W LINE• 0 6' jPROPOSED COLORED ISIDEWALI( WITH 'LANDSCAPING i MILLING. AND RESURFACING 22' EXISTING TRAVEL LANES TO' TO BO' IC' EtVI-Il' LANr NCEO SCAPE MILLING AND RESURFACING 22' EXISTING TRAVEL II' LANES II' ENHANCED EXISTING CONC. LANDSCAPE CURB 6 CUTTER (TYP.I — EXISTING. CONC. CURB AND GUTTER TYPE "A" AT CENTRAL ISLAND ITYP.I. NW. 62nd STREET FROM N.W. 12th AVENUE TO N.W. 7th AVENUE EXISTING ASPHALT PAVEMENT TO BE MILLED I" AND RESURFACED WITH I" TYPE "S" ASPHALTIC PAVEMENT T0' NORTH. R/W LINE —� PROPOSED COLORED SIDEWALK n Axlsi0x —b-AT DRAW,. OA cpcoira BAIL raaccr 6' 22' EXISTING TRAVEL LANES 11' 11' MILLING AND IRESUREACING 5' 5' 22' EXISTING TRAVEL LANES II' LEFT TURN LANE EXISTING CONC. CURB 8 GUTTER (TYP.) N.W. 62nd STREET FROM N.W. i7th AVENUE TO N.W. 5th AVENUE PLACE EXISTING ASPHALT PAVEMENT TO HE •MILLED 1" AND AI/E RESURFACED WITH I" TYPE "S" ASPHALTIC PAVEMENT Dr. MARTIN LUTFIER KING BLVD RO4t WAY IMPROVEMENTS B-18505 SHEET TITLE TTI°ICAL SECTIONS 6' 26' MAX. 6' SOUTH @.P/ RJVU LINE 0" TO 20' VARIES { { 1 4 A a I ENHANCED LANDSCAPE PROPOSED COLORED SIDEWALK WITH LANDSCAPING 1 (PROPOSED COLORED SIDEWALK WITH LANDSCAPING NOTE:- FOR AREA WITH IN NW TIII 5T (SR 441) R/W I- MILL EXISTING ASPHALT AND RESURFACING WITH SUPERPAVE ASPHALTIC CONCRETE (TRAFFIC CI. FOR LIMITS OF MILLING AND' SUPERPAVE OVERLAY SEE SHEET C-28. 2- MILLING DEPTH AND OVERLAY THICKNESS SHALL BE PER THE FOLLOWING TABLE, BASED ON EXISTING ROADWAY SURFACE MATERIALS. EXISTING MILLING OVERLAY FC-2 35 mm (1 )4 In) 20 mm 13 In) (SP) 20 mm (/ In) IFC-5) FC-3 25 mm (I In) 25 mm 11 in) IFC-9.5) TYPES S 25 mm (I In) 25 mm )I Inl (SPI METRIC ENGINEERING, INC. 13a10 SW LBO Sr. SVr6 l0O PIIONfl I305IAnts-5011A RAW 1TBnEn_BaN cmnnurz OF AUTnORIUnOM 0000P211-1 COLTR ACTOn SMALL "ER"♦ ALL ORIDISIORS At SITE 000C BEFORE PROCEEOMO M/WORM a. sc w_a IPROJECT NO. Uceenc 0 ao'er 'ir.0 SPELT GN-4 1777,77. �rF �.4' �a€�'tti � r JT'kt E•1 ilarh'6'�`�i.si. lakt�tJ:�1F�iYP81[:,.�C CONTRACTOR IS RESPONSIBLE FOR DAMAGES TO TRAFFIC SIGNAL, SIGNS, RELATED UTILITIES AND EQUIPMENT AND IS REQUIRED TO COMPLY W/ SUNSHINE STATE ONE CALL PROCEDURES. AcSll$i?'r,'}711,ri ht�?Flf. CONTRACTOR SHALL STAY A MINIMUM OF 10' AWAY FROM OVERHEAD B UNDERGROUND FPL FACILITIES DURING INSTALLATION OF NEW LIGHTS AND LANDSCAPE. CONTRACTOR SHALL COORDINATE HIS WORK ACCORDING TO THE BELLSOUTH DUCK BANK REINFORCEMENT PROJECT SCHEDULE TO AVOID CONFLICTS AND WORK INTERFERENCE BETWEEN PROJECTS. CONTRACTOR :SHALL COORDINATE INSTALLATION OF NEW LIGHTS AND LANDSCAPE WITH BELLSOUTH 'EXISTING TELEPHONE LINES: EXISTING BELLSOUTH LINES ALONG N.W. 62nd ST. ARE INSTALLED AT AN AVERAGE DEPTH OF 30" FROM EXISTING GRADE. SfA f: to 3.); + x :I(�Ii7iGC. :."rii.i.l LEGEND: ►.. DENOTES LIMITS OF MILLING AND RESURFACING '///j DENOTES MATCH EXISTING PAVEMENT SIDEWALK CURB RAMP TYPE ITEM TO BE RECONSTRUCTED VI AWN OrM arrtcwf0 !IO oPPgovfo AM1 PnohCT R.of Dr. MARTIN LUT4-IER KING OLYID ROADWAY IMPROVEMENTS Ei-18505 51IFFT TITLE ROADWAY PLAN METRIC ENGINEERING, INC. Oso.O SW IN BT. MATE 000 WA.y FLOnbA INee PROM PONma-5Ooe FAX, p0p26-e M4 CF]RrIcA1e or AOTORI/ATOM 000o1214 OON enCTOg =.1 "=" PLR OMfue0ONs t E BEFORE rnoccfowa w"wanw OR MOl-*-oe Iec•LL "'•ao UI IEEr C-21 OF CO SEE SHEET PM w z PROP. 6" WHITE SOLID EDGE LINE (TYP) • — PROP. PAVEMENT MESSAGE rJ t0 PROP, 6• DOUBLE YELLOW LINE W/ BI-Directional YelloW/YelloW ft0 40' 0.C. PROP_ 6•• WHITE SKIP LINE rW 10'-30' W/81-Dlrecllonal White/Red 1m40' 60_ PROP. DIRECTIONAL ARROWS (TYP.( PROP, 24" WHITE SOLID LINE ITYPI PROP. 6" DOUBLE YELLOW LINE W/ DI -Directional YelloW/YelloW rs 20' (TYR) Dr. MARTIN LUTNER KING BLVD ROADWAY IMPROVEMENTS 0.C. PROP. 12" WHITE SOLID LINE (TYP.I N.W. 62nd STREET 13_ PROP. 6" WHITE PROP. 6" WHITE SOLID EDGE LINE SOLID LINE ITYP( W/BI-Dlrecllonal White/Red It➢ 20' 0.C. (TVP.) PROP. 6" YELLOW SOLID EDGE LINE NOTE: FOR TYPICAL PLACEMENT OF REFLECTIVE PAVEMENT MARKERS SEE SHEET PM-30 EEr TITLE PAVEMENT MARKING AND SIGNAGE PLAN EXISTING d PAVEMENT MARKING (TYP.I MATCH I tD ; EXISTING• C PAVEMENT MARKING (TYP.) 1 92 SIGNAL SIGNAL ID. No. 4200 METRIC ENGINEERING, INC, HAAnit set a rsr. SM200 MA* FLOADA 4g* I11041E, Te0eflxeuve FAX. Ie0D0eL6Mn crnricATE OF AUTebRDATION 0000?104 CONTRACTOR SWILL VF.FYY ALL tatRERSIONS AT silt. octant P000000n0 VI/WORI 1 o.rr o1-L-eal IPROLEATum. to PM-2S OF SEE SHEET LG-6 w z U 1-- a !La I= z w a 2 # '6 & 1 # -i' GRND 62n1 STPEET 2 # 6 & 1 # 6 GRND — l _ 1" kip LEGEND EXISTING LIGHT POLE TO BE REMOVED EXISTING ,LIGHT POLE TO REMAIN PROPOSED LIGHT POLE/PULL BOX PROPOSED PEDESTRIAN ORNAMENTAL LIGHTING/PULL BOX PROPOSED PULL BOX PROPOSED 2" SCH. 40 PVC CONDUIT WITH RHW CONDUCTORS AND THW OR THWN FOR GROUND INSIDE IF B II J EL. 1-95 RAMP 92 EXPRESSWAY up PROPOSED 2" SCH. 80 PVC CONDUIT WITH RHW CONDUCTORS AND THW OR THWN FOR GROUND INSIDE. EXTEND CONDUIT BEYOND EDGE OF PAVEMENT TO PULL BOXES IF D 11 on.w, ore I o.,Icr „IN IiEET TITLE coornocron I�p p NESS, Dr. MARTIN LUTNER KING E LVD METRIC ENC1111EEpING INC. [EvonE pnoi[covlo iwoa[ c1�E[N[D el'1'I RDADWAY'IMPROVEMENTS LlGI-ITING PLAN 4.) �RI + [T- ERI o .dalB--1B5m5M.1e mono. sae[ rnel-..oe IULE. i•-+v NO. n[viriox o rr 'morrow!, ti. NOcm"W. 7409.'313-60 If FA"�`',a e^,o`"„ii; o. I rnoAcT no ueoeoe • o.0 .; -.`. ir'"«w. LG-1 OF EXISTING R.O.W. ALIGN NEW A' Xe' TREE GRATE ALIGN COLLAR WITII R.O.W. LINE EXISTING CURB & GUTTER TREE GRATE - E'LAN DETAIL (2 3/0") CONC. UNIT PAVERS W/ SAND SWEPT JOINTS SAND LEVELING COURSE SETTING BED h"- 6- AGGREGATE BASE STABILIZED SUBGRAUE PAVERS DETAIL N.T.S. ucNt:Pa[ LIGHT POLE PAVER BAND DETAIL N.T.S. TREE C11 sr IA17272-2 /,1RIN9OC(n Tr. 9210h 1 SME: SfAl1I8UR5t 11 C O FSOE IRONSAOOI 111 SLOT W10111 IS 0/8' MAXIMUM, UEETR A.O.A . COMPLIANCE • CRAZE CASI ERIN CRAY IRON (NARIRAL UIIrINISIIEC) OPENING Sir IN" STEEL ANGLE TRADE REQUIRED FOR INSTALLA1I011 USE UDOEL 1148X72F OUTER FRAUE 01U.15 7/811/8' GREATER MIMI ORATE. 11 411TREE GRATE DETAIL L113 N.T.S. FINISLL I&E.DE_ PAVER I-IEADER CONCRETE CURB WITH R5 REBA CONIINUOUS EDGE OF PAVERS DETAIL N1100 N j Iw 14. I W 1LL M1I ILM LV' RLLIA Ill 'L"Trarggr: el:�.Fro rtglnr "' Q"� wA,:A.EED T,Nc.NLIIVIIAM1EErRHD. BENCH DETAIL N.T.S. PFD.CCI RAMC Dr. MARTIN LUTHER KING BLVD ROADWAY IMPROVEMEN TS r _J B-78505 S1EET TIRE Jr PLANI0C SOIL MCC MAIL C L !RAMC FD1b'1bRuSil nC0AN`i`ain COLOR: Autuuul Ea, OEICC D1EE © TREE GRATE DETAIL N.T.S. rAr 4119 CONC. PAVERS ow fO i,VIINELR ARO CYDASRAIN CIIODAAIAY VI0,0 000OULY WLMI T CcLn r • 111111 INTERSECTION PAVER DETAIL N.T.S. tor Art.,-nepercnoLe MOO WOE PAM . k"IcLoiltlow"T3w974" gg:,,W onsNls`�rt="g?"F I - ' MILSPO% C•R.PFNIMPLL LIFR MUMMY MMY UTdditA ,. E Clog. WI M dlueJF. All MOM. RESERVED. TRASI I RECEPTACLE DETAIL M.T.S. HARDSCAPE PLAN NOTE: ALL PAVERS ARE TO BE BY PAVER MODULE. PAVER COLOR KEY PLAN COLOR PAVER MODULE COLOR A E-12 B E-20 C. P-3 D E-2 E E-4 F E-B COLORED CONCRETE SIDEWALKS TO BE CHROMIX ADMIXTURE BY SCOFIELD. COLOR: AUTUMN BEIGE02B0 EXISTING CURB & GUTTER INTEGRAL COLORED CONCRETE SIDEWALK 8'X8-PAVER ' HEADER COLOR P-3 El'AVneluala° DOEina I FALL o 0IO I0I*I.L 1SIITERYM1 fi4§14Aqt L1.13 Or EXISTING R.O.W. ALIGN NEW 4' X 6' TREE GRATE ALIGN DOLLAR WITH R.O.W. LINE EXISTING CURB & GUTTER TREE GRATE - PLAN DETAIL N.T.S TREE GRATE #M7222-2 STYLE: STA BURST IRON5MI11-I • 4I-651 CORPORATE WAY 3 PALM DESERT, CA 9226U (800)338-4766 0 1984 IRONSMITI 1 SLOT WIDTH IS 3/8" MAXIMUM, MEETS A.D.A. COMPLIANCE GRATE CAST FROM GRAY IRON (NATURAL UNFINISHED) OPENING SIZE 18" STEEL ANGLE FRAME REQUIRED FOR INSTALLATION USE MODEL M48X72F OUTER FRAME DIM. IS 7/8+1/8" GREATER THAN GRATE. TREE GRATE DETAIL N.T.S. PLANTING SOIL TREE GRATE ANGLE FRAME POURED IN PLACE CONCRETE COLLAR FLUSH KITH ADJACENT PAVEMENT COLOR: AUTUMN EEIGE 02afi TREE GRATE DETAIL N.T.S. ..,.- _...,` ..,..-.." .-,.. ...,,._. ...?" • 24' Keep the Drea art Luther Boulevard • ;:.;*;.; —; . _ _ _ _ _ _ • _ _ _ _ _ _ _ . . _ _ _ • • • c . 12," c • steel pp% T57.1‘-1 cr f", rt:r a75.1,371 fInt"ter Kee the Dream Alti;e, Rev. Dr. Martin Luther King Jr. Boulevard • • 4 i NO CONCRETE FOOTERS REQUIRED! END NORMAL SECTION BEGIN NOSE DOWN PAVEMENT SURFACE NOSE (RAMPING AT APPROACH END N.W. 62nd STREET Et SURVEY PROP. CONC. CURB TYPE "D" PER F.D.O.T. STANDARD INDEX No. 300 PROP. CONC. CURB TYPE "D" PER F.D.O.T. STANDARD INDEX No. 300 (TYP.) LANE LINE EOP MEDIAN M1 \If \If N1 N1 \If * PROP, NOSE RAMPING AT APPROACH END (TYP.) 7' SECTION AA i 191 LANE LINE EOP Locations of the Existing Linear Parks: • 230 feet east of NW 12 Avenue on the north side of NW 62 Street. • 80 feet west of NW 11 Avenue on the north side of NW 62 Street. • 150 feet west of NW 10 Avenue on the north side of NW 62 Street. • 50 feet west of NW 8 Avenue on the north side of NW 62 Street. • 150 feet east of NW 8 Avenue on the south side of NW 62 Street. • There are small areas on the north and south side of NW 62 Street with brick pavers and bollards. Please refer to the typical detail. • SEE DETAIL KAN SHEET Li A — rat DEMOLITION PLAN 110111 SIDES STIAACTIW.N. //71111 Ce.,07.11011 tairriWtalra TO SELO " 'VOW 4441ff 44/14\460.\ NT, Itr ...ors.cw... rtiUll..1101t11,.,1“11i11111a1.1111114EV4111f11,111 10,111 1 LIRENENT NEW CONSTRUCTION DOMINOS LINEAR PARK NOTECONTRACTOR TO FIELD VERIFY ALL DIMENSIONS AND NOTIFY LANDSCAPE ARCI-IITECT OF ALL DISCFtEPENCIES PRIOR TO COMMENCEMENT OF WORK. . 0 2 4 6 t2 UNA FEET 8,1 pel1.01•_4112/4 .-1.1 pwo...cr Dr. MARTIN LUTHER KING OLVD ROADWAY IMPROVEMENTS B-7850.5' 9.67 flTW HARDSCAPE PLAN cur..h. ,.. 5,- "--'' •E•Irr Set&EVATare=reic °me, Ina /06E1.2.1._.1t.M. PRO.Ei . ••—••• ..""1.6.?".••• L1.7 oerw4SEE ® .gb 5 45 E8 i • t'i Eag - e . 3i I -,• Y 4i rC 1.. t S .2 y , r F i, r f t�y����fnNf N r /f� vtrs f `. Ire f 0 rr ,II4' ';)4e 'S? .f.N r It �f •1444 PAVER COLOR KEY ,:0, ass ,a <♦ � % F-,, ,, y-,%,�ok •Pi- x M1,. d�il a ,'' �l� flit. 4�,.','di>- PLAN HATCH PLAN COLOR PAVER MODULE COLOR ' f J ,A/ i i t. a��\�\��'\\�wql\ N% fI> .' \,/ •t1 �, ,J4, SbNdlE f ♦IP Z S4ffs+���►4`'z' ♦ �`, /1♦0►` 11 a3 IC%DQ' � f�I / •e . '.� '04. i4bijL�, O �0,.. APd l�!'> QoIf f>� �'�^,7j < t" iS A E-12 ile dil, sys 5, 1f�� r)f . n 'I f2•,.1>N♦�i1I `JI•K 41 ny ,'I,.. , ♦ci ♦ f 6 •f y J� If � ��� ��j'r�O • ���1. a a 6g7Tt� ����� 11UP1I ��. 1L II B E-20 ,� '�1IIf�s rNf r> a�� r'N.0 y sr' lr;r/�a 14i1 s;n<<s�a�tl J fOI 'N - ♦ 44 �� n�,<y �ti ((�( N i <�aI ,e , p 4.0 t �a r• Iy rQe A ail, ,'0 U c Pa eaarn-eeo�nv.�eo9. .m cane. Maws Nisi N �f r I/rr gq ,p-f'f nffa;;;Jf,14 -,f; 't Ls,N 11 S 3 D 0, 00 >'zrr1 f�i�,<• ffyr c�A f%� %::S%.�1IlIr :i fM<f'"�.('q'1 .�^. Yj`�) i Lf fl f r 3 N','�j -/ 41 S • , .,L,.., rf, is 0 �ajy♦. /N. 1 f f 41 O ' f ,sy Nfj. �,��G fy7, 6 IPA, ,b / �A �R f-„ FAO ►; J,,S, fy'`09:, ,f,•fS?r,rfr, 41t frJ rM f�J- it N<^yf; > r KxN�.ff blur ' ( f;;;.', r y i .•; .Nr, dP(•►.,.. ;S:f=!'N..f'♦46.• s N �,p11,43, ',, 9''s- NOTE: 111 sr fs, i. f::h r,jwy ALL PAVERS ARE TO BE ' f., r%''' BY PAVER MODULE. aaoa A.. FIELD R.N. Bono "•1<11.2' N%\41✓ f �! f ('r !' N f ' s •r y i\• i Ip► f...'�"1 ff ,43• %- N I4, f r Nf.L�'i s fj Nti. / S. ' f 11� 1,1A`', I m't'1 �f Y S'1 �y ,� 0 ffi-; kS�{✓ �f.�' 7 •�) , fP 4* ;%; ' ✓ �'' i (`�' I ,4 Qil i T f I3' lif ITN / Y f l n� 1} �f'r Ni f .s r' Aal S x' 1 s r r <7 / 4 o ,}lf .ef4,,. ^ of } 1• eocN � .' sf>>.r �1� I,II �-'fr"�s" '1• 'a��•�♦" �y n rs �7 < .�i� f f � fn > n <� f,z. ,., � S :�� r'�•; ^.'��0%' ;Nff •�� gg J,f -,, £.,���(„ N M.V C� yy SJ rr f; rr�.t�t♦re f frf>; I !�.. �J ��N ! 'r p r rM. 1 I'/N%.�\ ofc'fr'f " , 'off �: ,00,N f r � off �% 3'N'i r'%r �<, ff� � f¢ , - /, . 5, fff..' < 0 J� ff�F„f+},N ' f ,-00,5,�r-.-00.0 x "i,'f.,:f>%s"ri �.A��ID fry',+A r , ¢Z'f ofA / ,s RILI' t'fsN,<;, �M f.�%T'l1I► � F►1�SN C''r.,>��S>,Jt► ,,, -.,`' �, �fff 73f• N <., ..5.,.-�S�ob ,,�f�dg,,, II,, •A?, s. .Sf S ,,,,, y f sS,Y.:6la..4,, , ��:r DOMINOS ,(�Ir !+% fv5'i'{: o,I c.f.", .. LINEAR PARK <:-•: r, ;R RO NOTE: CONTRACTOR TO FIELD VERIFY ALL DIMENSIONS AND NOTIFY LANDSCAPE ARCH1TECT OF ALL DISCREPENCIES PRIOR TO COMMENCEMENT OF WORK. B I 1 " N. NEW CONSTRUCTION - HALF DETAIL PLAN , ' r' • , - K 9R1 n _ €ii,a �'«uFro�: d1 31A11 wsr ca�4C'Mtg..Al. IL a W - WNW ➢M/➢ Dr. MARTIN LUTHER KING BLVD Won o r ortoan�_ ROADWAY IMPROVEMENTS r p HARDSCAPE PLAN •' 8-78505 B.*e]BB/n6�� Bn ri3 ICa90n 6n4UN mu AaA'R • ALL FAsrma CORaTNCro. TO OE 0fl20wO _ To nun VIM. WYTMC TOM 05 00.0rwrp° IROYDATODE `1 1 00 1� j Zild • SEE DETAIL R2AN CHEST L4.1a J•�-..4 DEMOLITION PLAN • norm aM'n Mrr^RTT^u� [ p a { �i 1 i gll/llllilnrimunurlllli'IN i, �\ 00 Q TYPE "A" 9 �. &•i,� Nt IItl111II1011111110IIIIWII.r,r NEW CONSTRUCTION 111111ORy� LINEAR PARK NOTE: ADRACTOO N VERIFY ALLLL DIMENSIONSS AND NOTIFY LANDSCAPE ARCHITECT OF ALL DISCREPENCIES PRIOR TO COMMENCEMENT OF WORK o e • • n• v.2T aRC mnm smut. . �r1.7 ) r d4 --1- Ala. Dr. MARTIN LUTHER KING BLVD �`.���"a iuew me R rinaE 1 9 �, wa co�S_ PDADWAY IMPROVEMENTS HARDSCAPE PLAN eoaa' naamxi QY\ yr�"�-� aAT" ,� :�� �� APPaOrID�g ` .71 8-78505 '� ru It CH DAIC MOTO, O. Iwiw AMa �SR 1• NEW CONST"UCTION — HALF DETAIL PLAN PAVER COLOR KEY PLAN MATCH PLAN COLOR PAVER MODULE COLOR 4' A E-12 it I : It B E-20 r 1 C P3 NOTE: ALL PAVERS ARE TO BE BY PAVER MODULE. TYPE "A" LINEAR PARK NOTE: CONTRACTORTO FIELD VERIFY ALL DIMENSIONS AND NOTIFY LANDSCAPE ARCHITECT OF ALL DISCREPENCIES PRIOR TO COMMENCEMENT OF WORK. OCtLtN KFi DAR OTAM, JP/F ctecke. ACOPO�ID_X11 OMR Dr. MARTIN LUTHER KING BLVD ROADWAY IMPROVEMENTS B-73505 HMV MAW' HARDSCAPE PLAN6:5$,:._:.,—.74....;:ir-17.:— ti• CW faAC,� SnNl VfRSY Woi9pns A, / V naeSFflu,c �/iq�t TG1CR X6 nwnt wan L1.t0 DEMOLITION PLAN sEE ADJACENT DETAIL PLM SW SNLLGU.0 rat 2O1.I-010 ARRA COHs,s cr . 9AON OR*10EWALK . NEW CONSTRUCTION o a SCALE IN GFeT. 4.5 1.13 ®2N NEW CONSTRUCTION - DETAIL PLAN PAVER COLOR KEY PLAN HATCH PLAN COLOR PAVER MODULE COLOR Intel A E-11 5 E-2D C P-3 NOTE: ' ALL PAVERS ARE TO BE BY PAVER MODULE TYPE "B" LINEAR PARK NOTE: CONTRACTOR TO F1ELD VERIFY ALL DIMENSIONS AND NOTIFY LANDSCAPE ARCHITECT DF ALL DISCREPENCIES PRIOR TO COMMENCEMENT OF WORK. • SCAELp FEE, • q}+A- a _� ` OF. OF :/ Dr. N.ARTIAY IMPROVEMENTS EME BWD ROADWAY IMPROVEMe'NTS 8-78505 _. arcEr nnc - -� - HARDSCAPE PLAN _ c R a V 4 • oc a ug QG .r COmmALta Snnu arr eEiaccNca wo+u -� . ��. • `pY\ ln i>.�.n rna . v.c. �i wtwn—ems .wAwm I. MOH ,L . rROJECf AO. FORCONC. PAVER DETAILS SEE • REMOVE PAVEMENT TO CLEAN EARTH. EXISTING BOLLARDS TO REMAIN REMOVE TILE FROM BASE PRESSURE CLEAN AND REPAINT TO MATCH -PAVER COLOR "C" DEMOLITION NEW CONSTRUCTION PAVER COLOR KEY PLAN HATCH PLAN COLOR PAVER MODULE COLOR Y:T a,g A E-12 :l Ill . i B E-20 I C P-3 BACK OF SIDEWALK NOTE: ALL PAVERS ARE TO BE BY PAVER MODULE_ BOLLARDS NOTE: CONTRACTOR TO FIELD VERIFY ALL DIMENSIONS AND NV IIFY LANDSCAPE ARCHITECT OF ALL DISCREPENCIES PR{OR TO COMMENCEMENT OF WORK. $CAIIIHhclT w.Mi 'RPi'p xM[u[o_ Dr. .MARTIN LUTHER KING BLVD (.Iy� ROADWAY IMPROVEMENTS . sg 878505 snax nu :,. HARDSCAPE PLAN xyil<�:.^. .. ...�.—.rLs....... uRpSCILL.C41O"ic �}" I o 1 12 w 1p�- .a. .4,101 ,oAn Iaace.PRO.