HomeMy WebLinkAboutExhibit•
CITY OF MIAMI OFFICE OF THE CITY CLERK
BID SECURITY LIST
BID ITEM: BrickeII Avenue Landscaping & Maintenance. Contract M-0086
BID NUMBER: Bid No, 14-15-019
DATE BID OPENED: Tuesday, April 28, 2015
TIME: 11:00am
BIDDER
BID TOTAL 1
BID TOTAL 2
BID BOND (ER)
AMOUNT
AMOUNT
CASHIER'S CHECK
Florida Turf and Landscape Horticulture,
Inc.
$427,215
See Attachment
5% of Bid Amount
SFM Services, Inc
$440,814
See Attachment
5% of Bid Amount
Superior Landscaping & Lawn Service,
Inc.
$676,590
See Attachment
5% of Bid Amount
" ki'
'r,1
,:'-4-431%—the---'MOCTI(
'--r1 tinvey CfS Of
offers
1“(:).1V0
tal.9 above qr./ming
ate the Only
date and
offers'
brie. All
EublaffeeHip
are hereby reletqed
iim-miroe iu thla
soAcliaticariffyi,
• , ,.,,,.•c;','04444it
_
'
received (3) bid(s) on behalf
PREPARED BY:
Public Works
City peP rtment
(6:
Dep ity City C i-rk
CONTRACT
By and Between
CITY OF MIAMI
And
Florida Turf and Landscaping Horticulture, Inc.
(Bidder)
This AGREEMENT (hereinafter "Agreement") , is made and entered into this
day of 2015, 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 Florida Turf and Landscaping
Horticulture, Inc., whose principal address is 400 NW 129 Avenue, Miami, FL 33182 ,
(the "Contractor").
WITNESSETH:
WHEREAS, pursuant to Resolution No. , adopted by the Miami City
Commission on , 2015, the City Commission accepted the competitive
bid of Four Hundred Twenty Seven Thousand Two Hundred Fifteen Dollars and Zero
Cents ($427,215.00) 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 or his Designee 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 maintenance, for the Contract Term set forth in Article 7 below and for the
project entitled:
BRICKELL AVENUE LANDSCAPING AND MAINTENANCE CONTRACT, M-0086.
Bid No. 14-15-019 Page 1
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 Four Hundred Twenty Seven Thousand Two Hundred Fifteen
Dollars and Zero Cents ($427,215.00).
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 $427,215 during Fiscal Year 2016.
The second option to renew in the annual amount of $427,215 during Fiscal Year 2017.
The third option to renew in the annual amount of $427,215 during Fiscal Year 2018.
The fourth and final option to renew in the annual amount of $427,215 during Fiscal Year
2019.
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
Bid No. 14-15-019 Page 2
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: 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
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
CONTRACT
PAYMENT AND PERFORMANCE BOND
MAINTENANCE PERFORMANCE BOND
INSTRUCTIONS TO BIDDERS
SPECIFICATIONS
ADDENDA
PLANS: N/A
As prepared by C. Diaz -Torres
Entitled: M-0086
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
Bid No. 14-15-019 Page 3
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 City Manager or his Designee, at their discretion, may exercise the four (4) additional
options to renew and the terms shall be as follows:
The term for the first option to renew shall be one (1) year during fiscal year $427,215.
The term for the second option to renew shall be one (1) year during fiscal year $427,215.
The term for the third option to renew shall be one (1) year during fiscal year $427,215.
The term for the fourth and final option to renew shall be for one (1) year during fiscal
year $427,215.
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:
For City:
Eduardo Santamaria, P.E., CGC
City of Miami
Director of Public Works
444 SW 2nd Avenue, 8th Floor
Miami, FL 33130
With copies to:
Calitza Diaz -Torres, Contract Manager
City of Miami
Department of Public Works
444 SW 2nd Avenue, 8th Floor
Miami, Florida 33130
Bid No. 14-15-019 Page 4
For Contractor:
Florida Turf and Landscaping Horticulture, Inc.
400 NW 129 Avenue
Miami, Florida 33182
ARTICLE 10. PUBLIC RECORDS REQUEST: The Contractor shall comply with
the Florida Public Records Act, Chapter 119, Florida Statues, as amended including,
without limitation, the revisions of § 119.0701 Fla. Stat. which states:
(a) Keep and maintain public records that ordinarily and necessarily would be required by
the public agency in order to perform the service.
(b) Provide the public with access to public records on the same terms and conditions
that the public agency would provide the records and at a cost that does not exceed the
cost provided in this chapter or as otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost, to the
agency all public records in possession of the contractor upon termination of the contract
and destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. All records stored electronically must be provided
to the public agency in a format that is compatible with the information technology systems
of the public agency.
Bid No. 14-15-019 Page 5
ARTICLE 11. 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 12. 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 13. 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.
ARTICLE 14. 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 15. 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.
Bid No. 14-15-019 Page 6
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)
Party of the second part
BY: BY:
Print Name :
Print Name: Print Title:
Corporate Secretary
(Employer Tax I.D. Number)
(SEAL) THE CITY OF MIAMI, FLORIDA,
a municipal corporation,
Party of the first part
ATTEST: BY:
Todd B. Hannon Daniel J. Alfonso
City Clerk City Manager
RESOLUTION NO.
'BECAUSE CONTRACIOR IS A CORPORATION, THERE SHALL BE Al"1'ACHED TO EACH
COUNTERPART AS ATTACHMENT "B" A CERTIFIED COPY OF A RESOLUTION OF THE BOARD
OF DIRECTORS OF THE CORPORATION, AUTHORIZING THE OFFICER WHO SIGNS THE
CONTRACT TO DO SO ON ITS BEHALF.
Bid No. 14-15-019 Page 7
APPROVED AS TO INSURANCE
APPROVED AS TO REQUIREMENTS:
ENGINEERING:
Eduardo Santamaria, P.E., CGC Ann -Marie Sharpe
Director, Public Works Director, Risk Management
APPROVED AS TO FORM AND
CORRECTNESS
Victoria Mendez
City Attorney
Bid No. 14-15-019 Page 8
BID NO. 14-15-019
BRICKELL AVENUE LANDSCAPING MAINTENANCE CONTRACT
PUBLIC WORKS DEPARTMENT PROJECT NO. M-0086
Due Date: April 28t1, 2015
Due Time: 11:00 A.M.
llil�l
71r
I
Mayor
Tomas P. Regalado
Commissioner Wifredo (Willy) Gort, District 1
Commissioner Marc David Sarnoff, District 2
Commissioner Frank Carollo, District 3
Commissioner Francis Suarez, District 4
Commissioner Keon Hardemon, District 5
City Manager, Daniel J. Alfonso
Issued By:
City of Miami
Public Works Department
444 SW 2nd Avenue, 8th Floor
Miami, FL 33130
Bid No. 14-15-019
Section Article No.
No.
TABLE OF CONTENTS
Title Page No.
NOTICE TO CONTRACTORS
00100 GENERAL INSTRUCTIONS TO BIDDERS
1 General
2 Scope of Work
3 Location of Work
4 Contract Term
5 Performance Bond
6 Subcontractor
7 Award of Bid
00200 DEFINITIONS
00300 INSTRUCTIONS TO BIDDERS
1 Examination of Contract Documents and Site
2 Pre Bid Interpretations
3 Submitting Bids
4 Printed Form of Bid
5 Bid Guaranty
6 Acceptance or Rejection of Bids
7 Determination of Award
8 Evaluation
9 Contract Price
10 Postponement of Date for Presenting and Opening of
Bids
11 Qualifications of Bidders
12 Addenda and Modifications
13 Occupational Health and Safety
14 Environmental Regulations
15 "Or Equal" Clause
16 Protested Solicitation Award
17 Financial Stability and Strength
18 First Source Hiring Agreements
19 Documentation of Community Participation Benefits
20 Cone of Silence
21 Public Entity Crime
22 Debarred/Suspended Vendors
23 Commodities manufactured, grown, or produced in the
City of Miami, Miami -Dade County and the State of
Florida
24 Conflict of Interest
00400
PROPOSAL BID FORM
SCHEDULE OF BID PRICES
Pay Item Description
Subcontractors
5
7
8-9
10-16
17-30
00410 BID BOND FORM 31-32
Bid No. 14-15-019 Page 1
Section Article No. Title Page No.
No.
00500 SUPPLEMENT TO BID FORM: 34-38
QUESTIONNAIRE
00502 SUPPLEMENT TO BID FORM: 39-40
CUSTOMER REFERENCE LISTING
00510 SUPPLEMENT TO BID FORM
OFFICE LOCATION AFFIDAVIT
00600 CONTRACT
1 Scope of Work
2 The Contract Sum
3 Partial and Final Payments
4 Time of Completion
5 Additional Bond
6 Contract Documents
7 The Contract Term
8 Contingency Clause
9 Notices
10 Materiality and Waiver of Breach
11 Severance
12 Applicable Law and Venue
13 Amendments
14 Prior Agreements
41-42
43-49
CORPORATE RESOLUTION 50
00710 FORM OF PERFORMANCE BOND 51-53
00720 FORM OF PAYMENT BOND 54
00721 CERTIFICATE AS TO CORPORATE PRINCIPAL 57
00735 PERFORMANCE AND PAYMENT GUARANTY FORM 58-59
UNCONDITIONAL/IRREVOCABLE LETTER OF
CREDIT
00800 GENERAL CONDITIONS
1 Contract Documents
2 Intention of City
3 Terms of the Contract
4 Preliminary Matters
5 Performance Bond and Payment Bond
6 Qualification of Surety
60
Bid No. 14-15-019 Page 2
Section Article No. Title Page No.
No.
7 Indemnification
8 Insurance Requirements
9 Labor and Materials
10 General Requirements
11 Worker's Identification
12 Royalties and Patents
13 Weather
14 Permits, Licenses and Impact Fees
15 Resolution of Disputes
16 Inspection of Work
17 Authority of the City Project Manager
18 Superintendence and Supervision
19 Method of Performing the Work
20 City's Right to Terminate Contract
21 Assignment
22 Contractor's Use of the Work Site
23 Interfering Structures
24 Site Investigation and Representation
25 Contractor's Responsibility for Damages and Accidents
26 Accidents
27 Safety Precautions
28 Warranty of Material
29 Manufacturer's Instructions
30 Manufacturer's Warranty
31 Defective Work
32 Taxes
33 Subcontracts
34 Separate Contracts
35 Continuing the Work
36 Changes in the Work or Terms of Contract Documents
37 Supplemental Instructions
38 Field Directives
39 Change Orders
40 Value of Change Order Work
41 No Damages for Delay
42 Force Majeure
43 No Interest
44 Material Safety Data Sheets & Product Data
45 Stop Work Order
46 Cleaning Up; City's Right to Clean Up
47 Nondiscrimination, Equal Employment Opportunity, and
Americans with Disabilities Act
48 Contingency Allowance
49 Payment and Performance Bond
50 Davis Bacon Act — Not Applicable
51 Pricing and Payment
52 Materials and Equipment
Bid No, 14-15-019 Page 3
Section Article No. Title Page No.
No.
53 Method of Award
54 Additions/Deletions of Services Required
55 Estimated Quantities
56 Emergency/ Disaster Performance
57 Contract Hierarchy
58 Third Party Beneficiaries
59 Warranty, Fitness for Purpose
01000 SUPPLEMENTAL CONDITIONS
1 Scope of Work
2 Quality Assurance
3 Environmental Protection
4 Code Compliance
5, Proper Equipment and Operation
6 Permits
7 Root Guard
8 Planting
9 Sodding
10 Irrigation Work
11 Electrical Work
79-82
Division 2A — Planting 83
Division 2B — Sodding 90
Division 2C — Irrigation 94
Attachment A -Construction Plans for the entire length 96
of project,
Division 5 — Engineering Standards
Bid No. 14-15-019 Page 4
INVITATION TO BID No. 14-15-019
NOTICE TO CONTRACTORS
Sealed bids will be received by the City of Miami, Office of the City Clerk, City Hall, 1st Floor, 3500 Pan
American Drive, Miami, Florida 33133-5504, until April 28th, 2015 at 11:00 A.M. for the project entitled:
BRICKELL AVENUE LANDSCAPING MAINTENANCE CONTRACT,
M-0086
Scope of Work: The project consists of a complete landscaping maintenance and electrical and irrigation
inspection and repair services for the existing medians, swale, and trees along Brickell Avenue between
SE 8th Street and S. Miami Avenue (30,000 sq.ft.), The scope of work includes 26 times a year: mowing,
weeding, trimming of palms, shade trees and plants, edging and pruning, mulching as per plan, reinstalling
root guards, providing and planting palms, shade trees and shrubbery (1, 3 and 7 gal.) per plan, insect
spraying, herbicide spraying, fertilizing, removal of all undesirable plants and invasive exotic plant materials.
Also, removal of dead trees and palms, if required. The litter/debris pick up is weekly. The scope of work
also includes the monthly inspection and repair, if necessary, of the irrigation and electrical systems located
in the medians and an annual backflow preventer certification for seven existing backflow preventers as
required by the Miami -Dade Water and Sewer Department. The contract term is for a one (1) year period
with the option to renew for four (4) one (1) year periods,
Minimum Requirements: Prospective Bidder shall hold a current certified License as a General Contractor
from the State of Florida or a Miami -Dade County Business Occupational License in the appropriate
trade(landscaping, irrigation and electrical). Prospective Bidder shall also have: Fertilization
Certifications/Best Management Practices, Certified Arborist on staff (International Society of Arboriculture
ISA), and Restricted Use Pesticide (RUP), and International Society of Arboriculture ISA). Proof of
experience for landscaping projects with irrigation and landscaping lighting is required for three (3) separate
projects of similar size, scope, and complexity, supported by references within the past three (3) years. The
work performed by the subcontractors cannot be more than 10% of the total work specified in this contract,
A 5% Bid Bond of the Base Bid is required.
A 100% performance Bond and Payment Bond for Base Bid is required for this Project.
Bid packages containing complete instructions, plans and specifications may be obtained at the Public
Works Department, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, Telephone (305) 416-1200 on
or after April 7, 2015. Bid packages will be available in hard copy form and a non-refundable fee of $20.00
will be required. A bid package can also be mailed to bidders upon written request to the Department, and
shall include the appropriate non-refundable fee plus $10 for shipping and handling using regular U.S, Mail.
All bids shall be submitted in accordance with the Instructions to Bidders. Bids must be submitted in
duplicate originals in the envelope provided with the bid package. At the time, date, and place above, bids
will be publicly opened. Any bids or proposals received after time and date specified will be returned to the
bidder unopened. The responsibility for submitting a bid/proposal before the stated time and date is solely
and strictly the responsibility of the bidder/proposer. The City is not responsible for delays caused by mail,
courier service, including U.S. Mail, or any other occurrence.
YOU ARE HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF
SILENCE" IN ACCORDANCE WITH SECTION 18-74 OF THE CITY OF MIAMI ORDINANCE NO. 12271.
Bid No. 14-15-019 Page 5
Bid No. 14-15-019
BRICKELL AVENUE LANDSCAPING MAINTENANCE CONTRACT,
M-0086
NOTICE TO PROSPECTIVE BIDDERS
NO BID
If not submitting a bid at this time, please detach this sheet from the bid documents, complete the
information requested, and return to:
City of Miami
Public Works Department
444 SW 2nd Ave,, 8th Floor
Miami, FL 33130
Facsimile No. (305) 416-1278
NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:
Our Company does not handle this type of product/service.
We cannot meet the specifications nor provide an alternate equal product.
Our Company is simply not interested in bidding at this time.
Due to prior commitments, I was unable to attend pre -proposal meeting.
Insurance requirements are too excessive.
Other. (Please specify)
We do — do not _ want to be retained on your mailing list for future bids for this type of product and/or
service.
Signature:
Title:
Company:
Note: This form is for information purposes only. The City of Miami uses this information to update its
vendor's list.
Bid No. 14-15-019
Page 6
00100. GENERAL INSTRUCTIONS TO BIDDERS:
1. General: The following instructions and those set forth in Section 00300 herein are given for the
purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and.
weight with other portions of the Contract Documents and strict compliance is required with all the
provisions contained in the instructions. Bidders shall note that various paragraphs within these
bid documents have a [ X ] box which may be checked. If the box is checked, the language is
made a part of the bid documents and compliance therewith is required of the Bidder; if the box is
not checked, the language is not made a part of the bid documents. For additional information,
please refer to the Public Works Department STANDARD CONTRACT DOCUMENTS AND
SPECIFICATIONS FOR PUBLIC WORKS PROJECTS,
2. Scope of Work: The Work specified in the Contract Documents consists of furnishing all labor,
machinery, tools, and means of transportation, supplies, fuel, equipment, materials, and services
necessary to perform the following Work.
Work Complete -maintenance of -the -landscaping -and -the- inspection -and repair_rif-n_ecessar-y-.of-the
irrigation system and the electrical system along, the medians, swales and the sidewalk areas of
Brickell Avenue between SE 8th Street to S. Miami Avenue, Miami Florida. The total area is 30,000
square feet.
The scope of work for the entire project locations includes and it is not limited to 26 times a year;
mowing, weeding, trimming of palms, shade trees and plants, edging and pruning, mulching as per
plan, reinstalling root guards, providing and planting palms and shade trees (30 and 45 gal.) and
shrubbery (1, 3 and 7 gal.) per plan, insect spraying, herbicide spraying, fertilizing, removal of all
undesirable plans and invasive exotic plant materials and watering the landscaped areas and in
addition removal of dead trees and palms if necessary and as directed by City Engineer. The
litter/debris pick up frequency is 52 times a year. The scope of work also includes the monthly
inspection and repair, if necessary, of the irrigation system located in the medians and an annual
certification of the seven (7) backflow preventers as required by MDWASD.
Additional information to the Scope of Work and or supporting documents is found herein in Section
00800 of the Contract Documents.
3. Location of Work: The project is located along Brickell Avenue SE 8th Street to S. Miami Avenue.
4. Contract Term: The contract term is fora one (1) year term period with the option to renew for four
(4) — one (1) year periods pending availability of funds and contractor's performance.
5. Performance Bond: A 100% Performance and Payment Bond is required for this contract.
6. Subcontractor: The work performed by the subcontractors cannot be more than 10% of the total
work specified in this contract.
7. Award of Bid: 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.
Bid No. 14-15-019 Page 7
00200. DEFINITIONS:
1. Definitions: Whenever the following terms or pronouns in place of them appear in the Public Works
Department — STANDARD CONTRACT DOCUMENTS AND SPECIFICATIONS FOR PUBLIC
WORKS PROJECTS, the intent and meaning shall be interpreted as follows:
1,1. Bidder means any individual, firm, incorporated or unincorporated business entity, or
corporation submitting a bid for this Project, acting directly or through a duly authorized
representative.
1.2. Change Order means a written document ordering a change in the Contract Price or
Contract Time or a material change in the Work. A change order must comply with the
Contract Documents and the Procurement Ordinance of the City.
1,3. City means the City of Miami, a Florida municipal corporation, having its principal offices
at 444 SW 2nd Ave., Miami, Florida 33130, which is a party hereto and /or for which this
Contract is to be performed. In all respects hereunder, City's performance is pursuant
to City's position as the owner. In the event City exercises its regulatory authority as a
governmental body, the exercise of such regulatory authority and the enforcement of
any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant
to City's regulatory authority as a governmental body and shall not be attributable in any
manner to City as a party to this Contract.
1,4. City Commission means the governing and legislative body of the City,
1.5. City Manager means the Chief Administrative Officer of the City.
1.6. Contract means the part or section of the Contract Documents addressing some of the
rights and duties of the parties hereto, including but not limited to contract time and
liquidated damages.
1.7. Contract Documents Clarification means any request for additional information or
clarification, pursuant to the Cone of Silence, must be received in writing no later than
ten (10) calendar days prior to bid opening. Bidders may fax or mail their requests
to the attention of Eduardo Santamaria, P,E., CGC Director of Public Works, 444 S.W.
2nd Avenue, 8th Floor, Miami, Florida 33130. The facsimile number is (305) 416-1278.
1.8.. Contract Administrator means the individual appointed by the City Manager who shall
be the City's authorized representative to coordinate, direct, and review on behalf of the
City, all matters related to the Project. The Contract Administrator for this Project is the
Director, Department of Public Works.
1,9. Contract Documents means the Invitation to Bid, specifications, the Notice for Bids,
Addenda, if any, the Bid Form, the record of the award by the City Commission, the
Performance Bond and Payment Bond, the Notice of Award, the Notice(s) to Proceed,
the Purchase Order, Change Orders, Field Orders, Supplemental Instructions, and any
additional documents the submission of which is required by the Contract Documents,
are the documents which are collectively referred to as the Contract Documents.
1,10, Contract Value means the original amount established in the bid submittal and award
by the City, as may be amended by an eligible and authorized Change Order.
1,11. Contract Period means the original time between commencement and expiration,
including any the exercising of any options to renew, established in Article 2 of the
Contract, as may be amended by Change Order,
1.12. Contractor means the person, firm, or corporation with whom the City has contracted
and who is responsible for the acceptable performance of the Work and for the payment
of all legal debts pertaining to the Work. All references in the Contract Documents to
third parties under contract or control of Contractor shall be deemed to be a reference
to Contractor.
Bid No. 14-15-019 Page 8
1.13. Field Order means a written order which orders minor changes in the Work but does
not involve a change in the Contract Price.
1,14 Contract Period means the approved set time to complete the project as per bid
proposal by set working days.
1.15. Inspector means an authorized representative of the City assigned to make necessary
inspections of materials furnished by Contractor and of the Work performed by
Contractor.
1.16. Materials means materials incorporated in this Project, or used or consumed in the
performance of the Work.
1.17. Notice(s) to Proceed means written notice to Contractor authorizing the
commencement of the activities identified in the notice or as described in the Contract
Documents.
1.18. Program Manager means the City employee designated by the Contract Administrator
to provide day to day management of the Project.
1.19. Contract Commencement Date means the date upon which the Contract Period
commences.
1.20, Working Day: Refer to Public Works Department — STANDARD CONTRACT
DOCUMENTS AND SPECIFICATIONS FOR PUBLIC WORKS PROJECTS.
1.21. Subcontractor means a person, firm or corporation having a direct contract with
Contractor including one who furnishes material worked to a special design according
to the Contract Documents, but does not include one who merely furnishes Materials
not so worked. The work performed by the subcontractors cannot be more than 10% of
the total work specified in this contract.
1,22. Surety means the surety company or individual, authorized to transact surety services
in the State of Florida, which is bound by the performance bond and payment bond with
and for Contractor who is primarily liable, and which surety company or individual is
responsible for Contractor's satisfactory performance of the work under the contract and
for the payment of all debts pertaining thereto in accordance with Section 255,05,
Florida Statutes.
1,23. Work means the complete landscaping and electrical fixtures maintenance and services
required by the Contract Documents, whether completed or partially completed, and
includes all other labor, materials, equipment and services provided or to be provided
by Contractor to fulfill Contractor's obligations.
Bid No. 14-15-019 Page 9
00300. INSTRUCTIONS TO BIDDERS:
1. Examination of Contract Documents and Site(s): It is the responsibility of each Bidder before
submitting e Bid, to:
1.1. Examine the Contract Documents thoroughly.
1.2. Visit the location site(s) or structure(s) to become familiar with conditions that may affect
costs, progress, performance or furnishing of the Work.
1.3. Take into account federal, state and local (City and Miami -Dade County including,
without limitation the City Purchasing Ordinance and Florida Building Code ) laws,
regulations, ordinances that may affect costs, progress, performance, furnishing of the
Work, or award.
1.4. Study and carefully correlate Bidder's observations with the Contract Documents.
1.5. Carefully review the Contract Documents and notify City of all conflicts, errors or
discrepancies in the Contract Documents of which Bidder knows or reasonably should
have known.
The submission of a Bid shall constitute an incontrovertible representation by Bidder/Proposer that
Bidder/Proposer has complied with the above requirements and that without exception, the Bid is
premised upon performing and furnishing the Work required by the Contract Documents and that
the Contract Documents are sufficient in scope and detail to indicate and convey understanding of
all terms and conditions for performance and furnishing of the Work.
2. Pre -Bid Interpretations: Only questions answered by written Addenda will be binding. Oral and
other interpretations or clarifications will be without legal binding effect. All questions about the
meaning or intent of the Contract Documents are to be directed to the Public Works Director, 444
SW 2nd Avenue, 8th Floor, Miami, Florida 33130. Requests for clarification or interpretation must be
in writing and may also be sent via facsimile to (305) 416-1278 to the Public Works Director.
Interpretations or clarifications considered necessary by the City's Public Works Department in
response to such questions will be issued by City by means of Addenda mailed or faxed to all
parties recorded by the City's Public Works Department as having received the Bidding Documents.
A copy of such response will be forwarded to the City Clerk's Office. Written questions should
be received no Tess than ten (10) calendar days prior to the date of the opening of Bids.
There shall be no obligation on the part of City to respond to questions received less than ten (10)
calendar days prior to bid opening.
3. Submitting Bids: All bids shall be submitted in accordance with the Instructions to Bidders. Bids
must be submitted in duplicate originals in the envelope provided with the bid package to the City
of Miami, City Clerk's office located at City Hall, First Floor, 3500 Pan American Drive, Miami,
Florida 33133, before the time and date specified for bid opening, enclosed in a sealed manila
envelope, legibly marked on the outside:. Any bids or proposals received after time and date
specified will be returned to the bidder unopened. The responsibility for submitting a
bid/proposal before the stated time and date is solely and strictly the responsibility of the
bidder/proposer. The City is not responsible for delays caused by mail, courier service, including
U.S. Mail, or any other occurrence,
4. Printed Form of Bid: All bids must be made upon the blank City of Miami Bid Form provided herein
and must give the price in strict accordance with the instructions thereon. The bid must be signed
and acknowledged by the Bidder in accordance with the directions on the bid form. Please refer to
the Public Works Department — STANDARD CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR PUBLIC WORKS PROJECTS, Instructions to Bidders, Section 1.
5. Bid Guaranty: All bids shall be accompanied by either an original bid bond executed by a Surety
Company that is licensed to do business in the State of Florida, or by
money order, certified check, cashier's check, Unconditional/Irrevocable Letter of Credit,
treasurer's check or bank draft of any national or state bank (United States), in the amount of 5%
of the total bid amount, payable to City of Miami, Florida, and conditioned upon the successful
Bid No. 14-15-019 Page 10
Bidder executing the Contract and providing the required Performance Bond and Payment Bond
and evidence of required insurance within fifteen (15) calendar days after notification of award of
the Contract. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE
DEEMED A VALID BID SECURITY. Security of the successful Bidder shall be forfeited to the City
of Miami as liquidated damages, not as a penalty, for the cost and expense incurred should said
Bidder fail to execute the Contract, and provide the required Payment and Performance Bond. The
City reserves the right to reject any and all surety tendered to the City. Bid Deposits are returned
to unsuccessful bidders within ten (10) days after the award and successful bidder's acceptance of
award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no
contract has been awarded, all bid deposits will be returned on demand.
6. Acceptance or Rejection of Bids: The City reserves the right to accept or reject any or all responses
or parts of after opening/closing date and request re -issuance on the services described in the
formal solicitation. In the event of such rejection, the Director shall notify all affected bidders and
make available a written explanation for the rejection. The City also reserves the right to reject the
response of any bidder who has previously failed to properly perform under the terms and
conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position
to perform the requirements defined in this formal solicitation. The City further reserves the right to
waive any irregularities or minor informalities or technicalities in any or all responses and may, at
its discretion, re -issue this formal solicitation.
7. Determination of Award: Except where the City reserves the right to reject any or all bids and
subject to other applicable restrictions, the City Commission shall award the contract to the lowest
responsive and responsible bidder. Bidders are bidding on a lump sum, not to exceed basis for
the purpose of determining the lowest responsive and responsible bidders. However, Bidders will
be paid based on the Fine item breakdown, contained in the Bid Form, with payments based on
actual work performed.
The City in its sole discretion reserves the right to award any or all portions of the Bid, in a manner
that is in the best interest of the City.
In determining the lowest responsive and responsible bidder, in addition to price, there shall be
considered the following:
a. The ability, capacity and skill of the bidder to perform the Contract.
b. Whether the bidder can perform the Contract within the time specified, without delay or
interference.
c. The character, integrity, reputation, judgment, experience and efficiency of the bidder.
d. The quality of performance of previous contracts.
e,
The previous and existing compliance by the bidder with laws and ordinances relating
to the Contract.
The City reserves the right to reject any bid where the line item pricing is determined to be
unbalanced. Such determination will be made at the sole discretion of the City.
8. Evaluation: An interim performance evaluation of the Contractor may be submitted during
construction of the Project. A final performance evaluation shall be submitted when the Request
for Final Payment to the Contractor Is forwarded for approval. The City of Miami shall provide a
copy to the Contractor. Such performance evaluation(s) will be combined with any previous and
future performance evaluations to determine a Contractors performance rating which will be used
by the City as a factor in considering the responsibility of the Contractor for future bids with the City.
9. Contract Price: The Contract Value is to include the furnishing of all labor, materials, overhead
expense and profit, equipment including tools, services, permit fees, applicable taxes, overhead
and profit for the completion of the Work except as may be otherwise expressly provided in the
Contract Documents. The cost of any item(s) of Work not covered by a specific Contract unit price
or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s)
is most applicable. No additional compensation will be allowed.
Bid No. 14-15-019 Page 11
10. Postponement of Date for Presenting and Opening of Bids: The City reserves the right to postpone
the date for receipt and opening of bids and will make a reasonable effort to give at least five (5)
calendar days notice of any such postponement to each prospective Bidder.
11. Qualifications of Bidders: Bids shall be considered only from firms normally engaged in performing
the type of work specified within the Contract Documents. Bidder must have adequate
organization, facilities, equipment, and personnel to ensure prompt and efficient service to City.
In determining a Bidder's responsibility and ability to perform the Contract, City has the right to
investigate and request information concerning the financial condition, experience record,
personnel, equipment, facilities, principal business location and organization of the Bidder, the
Bidder's record with environmental regulations, and the claims/litigation history of the Bidder.
12, Addenda and Modifications: The City shall make reasonable efforts to issue addenda within five
(5) calendar days prior to bid opening. All addenda and other modifications made prior to the time
and date of bid opening shall be issued as separate documents identified as changes to the
Contract. It is the bidder's responsibility to ensure receipt of all Addenda.
13. Occupational Health and Safety: In compliance with Chapter 442, Florida Statutes, any toxic
substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of
this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained
from the manufacturer. The MSDS must include the following information:
13.1. The chemical name and the common name of the substance.
13.2, The hazards or other risks in the use of the substance, including:
13.2.1. The potential for fire, explosion, corrosion, and reaction;
13.2.2. The known acute and chronic health effects of risks from exposure,
including the medical conditions which are generally recognized as being
aggravated by exposure to the substance; and
13.2.3. The primary routes of entry and symptoms of overexposure.
13.3. The proper precautions, handling practices, necessary personal protective equipment,
and other safety precautions in the use of or exposure to the substances, including
appropriate emergency treatment in case of overexposure.
13.4. The emergency procedure for spills, fire, disposal, and first aid.
13.5. A description in lay terms of the known specific potential health risks posed by the
substance intended to alert any person reading this information.
13.6. The year and month, if available, that the information was compiled and the name,
address, and emergency telephone number of the manufacturer responsible for
preparing the information.
14. Environmental Regulations: The City reserves the right to consider a Bidder's history of citations
and/or violations of environmental regulations in investigating a Bidder's responsibility, and further
reserves the right to declare a Bidder not responsible if the history of violations warrant such
determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all
citations and/or violations, notices and dispositions thereof. The non -submission of any such
documentation shall be deemed to be an affirmation by the Bidder that there are no citations or
violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder
may receive after the Bid opening date and during the time of performance of any contract awarded
to it.
15, "Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the Contract
Documents including plans and specifications by reference to manufacturers' or vendors' names,
trade names, catalog numbers, or otherwise, City will have made its best efforts to name at least
three (3) such references. Any such reference is intended merely to establish a standard; and,
Bid No. 14-15-019 Page 12
unless it is followed by the words "no substitution is permitted" because of form, fit, function and
quality, any material, article, or equipment of other manufacturers and vendors which will perform
or serve the requirements of the general design will be considered equally acceptable provided the
materials, article or equipment so proposed is, in the sole opinion of the City, equal in substance,
quality and function.
ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PUBLIC WORKS
DEPARTMENT,
16. Protested Solicitation Award: Any actual or prospective contractual party who feels aggrieved in
connection with the solicitation or award of a contract may protest in writing to the Director of
Purchasing/Chief Procurement Officer who shall have the authority, subject to the approval of the
City Manager and the City Attorney, to settle and resolve a protest with final approval by the City
Commission. Bidders are alerted to Section 18-103 of the City's Code describing the protest
procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a
party to timely file shall constitute a forfeiture of such party's right to file a protest. NO
EXCEPTIONS.
17. Financial Stability and Strength: The bidder must be able to demonstrate a good record of
performance and have sufficient financial resources to ensure that they can satisfactorily provide
the goods and/or services required herein.
Bidders/Proposers shall submit financial statements for each of their last two complete fiscal years
within ten (10) calendar days, upon written request. Such statements should include, as a minimum,
balance sheets (statements of financial position) and statements of profit and loss (statement of
net income). When the bid submittal is from a Joint Venture, each Bidder/Proposer involved in the
Joint Venture must submit financial statements as indicated above.
Any Bidder/Proposer who, at the time of bid submission, is involved in an ongoing bankruptcy as a
debtor, or in a reorganization, liquidation, or dissolution proceeding, or if a trustee or receiver has
been appointed over all or a substantial portion of the property of the Bidder/Proposer under federal
bankruptcy law or any state insolvency, may be declared non -responsive.
18. First Source Hiring Agreements:
Section 18-110 of the City Code states:
(a) The City commission approves implementation of the first -source hiring agreement policy
and requires as a condition precedent to the execution of service contracts for facilities, services,
and/or receipt of grants and loans, for projects of a nature that create new jobs, the successful
negotiation of first source hiring agreements between the organization or individual receiving said
contract and the Authorized Representative unless such an agreement is found infeasible by the
City Manager and such finding approved by the City commission at a public hearing.
b) For the purpose of this section, the following terms, phrases, words and their derivations shall
have the following meanings:
Authorized Representative means the Private Industry Council of South Florida/South Florida
Employment and Training Consortium, or its successor as local recipient of federal and state
training and employment funds,
Facilities means all publicly financed projects, including but without limitation, unified development
projects, municipal public works, and municipal improvements to the extent they are financed
through public money or services or the use of publicly owned property
Grants and loans means, without limitation, urban development action grants (UDAG), economic
development agency construction loans, loans from Miami Capital Development, Incorporated, and
all federal and state grants administered by the City
Service contracts means contracts for the procurement of services by the City which include
professional services.
Bid No, 14-15-019 Page 13
Services include, without limitation, public works improvements, facilities, professional services,
commodities, supplies, materials and equipment.
(c) The Authorized Representative shall negotiate each first source hiring agreement
(d) The primary beneficiaries of the first -source hiring agreement shall be participants of the City
training and employment programs, and other residents of the City.
Bidders/Proposers are strongly encouraged to identify opportunities to hire qualified City residents
if a contract is awarded, and are expected to secure the cooperation of subcontractors in this effort
as well. Approved community agencies are available to assist with recruitment and screening of
job applicants, and may periodically monitor contractors' employment records during the term of
the contract. Resident job applicants are not expected to receive special consideration by the
prospective employer, and must meet all hiring requirements normally imposed by the employer.
During the term of the Contract, if awarded, the City may require the Contractor and its
subcontractors to periodically review its manpower needs and resubmit First Source Hiring forms.
19. -Documentation-of-Community Participation Benefits
Proposers/Bidders shall document all efforts to obtain participation goals for the above Community
Participation Benefits under the Contract as follows:
• Securing the participation of local firms, CSBEs and/or DBEs as Subcontractor, or
major supplier for the Contractor and identifying each within the submittal
(bid/proposal/qualifications), along with the corresponding level of participation as a
percentage of total Contract compensation or dollar value
• For CSBEs and/or DBEs, submitting copies of applicable registrations or certifications
from the issuing governmental agency as part of the submittal
(bid/proposal/qualifications). Only registrations that are in effect at the time of the
submittal deadline will be considered.
• For local firms, submit the Local Office Affidavit form and occupational license
1.For City resident hiring, execute and submit the First Source Hiring Compliance affidavit
identifying all potential employment opportunities becoming available as a result of the
Contract, if awarded.
20. Cone of Silence: Pursuant to Section 18-74 of the City of Miami Ordinance No. 12271, a "Cone of
Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the
time the City Manager issues a written recommendation to the Miami City Commission. The Cone
of Silence shall be applicable only to Contracts for the provision of goods and services and public
works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any
communication regarding RFPs, RFQs, RFLI or IFB (bids) between, among others:
Potential vendors, service providers, bidders, lobbyists or Consultants and the City's
professional staff including, but not limited to, the City Manager and the City Manager's
staff, the Mayor, City Commissioners, or their respective staffs;
• the Mayor, City Commissioners or their respective staffs and the City's professional
staff including, but not limited to, the City Manager and the City Manager's staff;
• potential vendors, service providers, bidders, lobbyist or Consultants, any member of
the City's professional staff, the Mayor, City Commissioners or their respective staffs
and any member of the respective selection/evaluation committee
The provision does not apply to, among other communications:
• oral communications with the City purchasing staff regarding Minority/Women
Business Enterprise (M/WBE) and local vendor outreach programs, provided the
communication is limited strictly to matters of process or procedure already contained
in the solicitation document;
Bid No. 14-15-019 Page 14
• the provisions of the Cone of Silence do not apply to oral communications at duly
noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations
before selection/evaluation committees, contract negotiations during any duly noticed
public meeting, or public presentations made to the Miami City Commission during a
duly noticed public meeting; or
• Communications in writing or by email at any time with any City employee, official or
member of the City Commission unless specifically prohibited by the applicable RFP,
RFQ or bid documents.
• Communications in connection with the collection of industry comments or the
performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by
City Purchasing staff.
Proposers or bidders must file a copy of any written communications with the Office of the City
Clerk, which shall be made available to any person upon request. The City shall respond in writing
and file a copy with the Office of the City Clerk, which shall be made available to any person upon
request. Written communications may be in the form of e-mail, with a copy to the Office of the City
Clerk at clerksna,miamigov.com
In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer
or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror,
Respondent, lobbyist or Consultant shall subject same to potential debarment pursuant to the City
Code. Any person having personal knowledge of a violation of these provisions shall report such
violation to the State Attorney and/or may file a complaint with the Ethics Commission. Proposers
or bidders should reference Section 18-74 of the City of Miami Ordinance No. 12271 for further
clarification.
This language is only a summary of the key provisions of the Cone of Silence. Please review City
of Miami Ordinance No. 12271 for a complete and thorough description of the Cone of Silence. You
may contact the City Clerk at (305)-250-5360, to obtain a copy of same.
21. Public Entity Crime: A person or affiliate who has been placed on the convicted Proposer list
following a conviction for a public entity crime may not submit a proposal on a contract to provide
any goods or services to a public entity, may not submit a Response on a contract with a public
entity for the construction or repair of a public building or public works project, may not submit a
response on a lease of real property to a public entity, may not be awarded or perform work as a
contractor, supplier, subcontractor, or Consultant under a contract with any public entity, and may
not transact business with any public entity in excess of the threshold amount provided in Section
287.017 of Florida Statutes for Category Two for a period of 36 months from the date of being
placed on the convicted Bidder / Proposer list.
22. Debarred/Suspended Vendors: An entity or affiliate who has been placed on the State of Florida
debarred or suspended vendor list may not submit a response on a contract to provide goods or
services to a public entity, may not submit a response on a contract with a public entity for the
construction or repair of a public building or public work, may not submit response on leases of real
property to a public entity, may not award or perform work as a contractor, supplier, subcontractor,
or consultant under contract with any public entity, and may not transact business with any public
entity.
23. Commodities manufactured, grown, or produced in the City of Miami, Miami -Dade County and the
State of Florida: Whenever two or more competitive sealed bids are received, one or more of which
relates to commodities manufactured, grown, or produced within the City of Miami, Miami -Dade
County and the State of Florida, and whenever all things stated in such received bids are equal
with respect to price, quality, and service, the commodities manufactured, grown, or produced
within the City of Miami, Miami -Dade County and the State of Florida shall be given preference.
Bid No. 14-15-019 Page 15
24. Conflict of Interest: Bidders/Proposers, by responding to this Formal Solicitation, certify that to the
best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is
financially interested, directly or indirectly, in the purchase of goods/services specified in this
Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must
be disclosed in writing to the City. Further, you must disclose the name of any City employee who
owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital
stock in your firm.
Bid No. 14-15-019 Page 16
00400. PROPOSAL BID FORM: (Page 1of 14) Firm's Name:
Address:
Submitted on:
City of Miami, Florida
Office of the City Clerk
City Hall, 1st Floor
3500 Pan American Drive
Miami, Florida 33133-5504
Date
The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are
named herein and that no person other than herein mentioned has any interest in this bid or in the Contract
to be entered into; that this bid is made without connection with any other person, firm, or parties making a
bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud.
The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions
pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all
addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied
itself about the Work to be per -formed; and that it has submitted the required Bid Guaranty; and all other
required information with the bid; and that this bid is submitted voluntarily and willingly.
The Bidder agrees, if this bid is accepted, to contract with the City, a State of Florida municipal corporation,
pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials,
equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and
complete within the time limits specified the Work covered by the Contract Documents for the Project
entitled:
Bid No: 14-15-019
Title: BRICKELL AVENUE LANDSCAPING MAINTENANCE CONTRACT,
M-0086
The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form
of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to
furnish the required Certificate(s) of Insurance,
The undersigned further agrees that the bid guaranty accompanying the bid shall be forfeited if Bidder fails
to execute said Contract, or fails to furnish the required Performance Bond and Payment Bond or fails to
furnish the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the
award of the Contract.
In the event of arithmetical errors, the Bidder agrees that these errors are errors which may be corrected
by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the
price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the
stated quantity requirements in order to arrive at the total. In case of an error in the extension of prices, the
numerical unit price will govern.
Bid No. 14-15-019
Page 17
00400. PROPOSAL BID FORM: (Page 2 of 14)
Note: Bidders are bidding on a total bid cost basis for the purpose of determining the lowest
responsive and responsible bidder. However, Bidders will be paid based on the line item
breakdown, contained in the Bid Form, with payments based on actual work performed. Bidders
must submit bid prices for all items. Failure to bid on all items will result in the bid being rejected
as non -responsive. The City will award a Contract to the lowest responsive responsible Bidder
based on any of the Combined Bid Price stated below. Refer to Section 01000 — Supplemental
Conditions.
Our items and lump sum bid prices include the total cost for the work specified in this bid, consisting of
furnishing all materials, labor, equipment, supervision, mobilization, overhead & profit required, in
accordance with the Bid Specifications,
BASE BID: The sum of all items 1 through 18 based
on a one (1) year completion time:
Written Amount of Base Bid
Note to Bidders: The City reserves the right to reject any and all bids.
The City may opt to renew (OTR) the Contract for four (4) additional one (1) year term subject to the
availability of funding and the contractor's performance.
The Base Bid price is for a one year, three hundred sixty five (365) calendar days completion time. The
second year term of the contract will be based on the Base Bid prices and no additional compensation will
be allowed. The price of the option to renew terms is based on the Base Bid prices and no additional
compensation will be allowed.
At the option of the City, the price under Unscheduled Additive Items may be added to the appropriate
Base Bid items for determining the total cost of a Work Order and no additional compensation will be
allowed.
Bid No. 14-15-019
Page18
00400. PROPOSAL BID FORM: (Page 3 of 14)
DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PART III.
Part I: Listed below are the dates of issue for each Addendum received in connection with this Bid:
Addendum No. 1, Dated
Addendum No. 2, Dated
Addendum No. 3, Dated
Addendum No. 4, Dated
Part II: No addendum was received in connection with this Bid.
Part. III; Certifications
The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall
comply with all the stated requirements.
1. Affirmative Action Plan
Successful bidder(s) shall establish an Affirmative Action Plan or an Affirmative Action Policy pursuant
to Ordinance #10062 as amended. Effective date of implementation must be indicated on the policy:
and
2. First Source Hiring
Bidder certifies that (s)he has read and understood the provisions of City of Miami Ordinance No.
10032, pertaining to the implementation of a "First Source Hiring Agreement". Evaluation of bidder's
responsiveness to Ordinance No. 10032 may be a consideration to the award of a contract. Violations
of this Ordinance may be considered cause for annulment of a contract between the successful bidder
and the City of Miami; and
3. Non -Collusion
Bidder certifies that the only persons interested in this Bid are named herein; that no other person has
any interest in this Bid or in the Contract to which this Bid pertains; that this Bld is made without
connection or arrangement with any other person; and
4. Drug Free Workplace
The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by:
(1) Publishing a statement notifying its employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and
specifying the actions that will be taken against employees for violations of such prohibition;
Bid No. 14-15-019
Page 19
00400. PROPOSAL BID FORM; (Page 4 of 14)
(2) Establishing a continuing drug -free awareness program to inform its employees about:
(i) The dangers of drug abuse in the workplace;
(ii) The Bidder's policy of maintaining a drug -free workplace;
(iii) Any available drug counseling, rehabilitation, and employee assistance programs; and
(iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the
workplace;
(3) Giving all employees engaged in performance of the Contract a copy of the statement required
by subparagraph (1);
(4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a
condition of employment on a covered Contract, the employee shall:
(i) Abide by the terms of the statement; and
(ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a
violation occurring in the workplace no later than five (5) calendar days after such conviction;
(5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision
(4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice
shall include the position title of the employee;
(6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction,
taking one of the following actions with respect to an employee who is convicted of a drug abuse
violation occurring in the workplace:
(i) Taking appropriate personnel action against such employee, up to and including termination; or
(ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation
program approved for such purposes by a federal, state, or local health, law enforcement, or other
appropriate agency; and
(7) Making a good faith effort to maintain a drug -free workplace program through implementation
of subparagraphs(1) through (6); and
5. Lobbying
The undersigned certifies to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned,
to any person for influencing or attempting to influence an officer or employee of any agency, a Member
of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with the awarding of any Federal contract, the making of any Federal grant, the making of
any Federal loan, the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
Bid No. 14-15-019 Page 20
00400. PROPOSAL BID FORM: (Pace 5 of 14)
(2)If any funds other than Fedora l appropriated funds have been paid to any person for influencing or
attempting to influence an offio~er or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an 'employee of a Member of Congress in connection with this Federal
contract, grant, loan, or coopertiNve agreement, the undersigned shall complete and submit Standard
Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions,
(3) This undersigned shall require that the language of this certification be included in the award
documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and contracts under
grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a pre -requisite for making or
entering into this transaction imposed by Section 1352, Title 31, U,S, Code. Any person who fails to
file the required certification shall be subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
* Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it
applies to cowered contract/grant transactions over $100,000 (per QMB).
6, Debarment, Suspension and Other Responsibility Matters
The Bidder certifies to the best4f its knowledge and belief, that it and its principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal department or agency.
b. Have not within a three-yeear period preceding this proposal been convicted of or had a civil
judgment rendered againsl them for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or
contract under a public transaction; violation of Federal or State antitrust statutes or falsification or
destruction of records, making false statements, or receiving stolen property;
c. Are not presently indicted for or otherwise criminally or civily charged by a government entity
(Federal, State, or local) wiiih commission of any of the offenses enumerated in paragraph 1.b of
this certification; and
d. Have not within a three-yeear period preceding this application/proposal had one or more public
transactions (Federal, State, or local) terminated for cause or default.
Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder
shall submit an explanation to the City of Miami.
Bid No. 14-15-019
Page 21
00400. PROPOSAL BID FORM: (Page 6 of 14)
Attached is a Bid Bond [ ], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ],
Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], or Certified Check [ ] No, Bank of
for the sum of
Dollars ($_, ).
The Bidder shall acknowledge this bid and certifies to the above stated in Part III and IV by signing and
completing the spaces provided below.
Firm's Name:
Signature:
Printed Name/Title:
City/State/Zip:
Telephone No.:
Facsimile No.: E-Mail Address:
Social Security
No, or Federal Dun and
I.D.No.: Bradstreet No.:
(if applicable)
If a partnership, names and addresses of partners:
Bid No. 14-15-019 Page 22
00400. PROPOSAL BID FORM: (Facie 7 of 14)
CERTIFICATE OF AUTHORITY
(IF CORPORATION)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
, a corporation organized and existing under the laws of the State of
, held on the day of , a resolution was duly passed and adopted authorizing
(Name) as (Title) _ of the corporation to execute bids on behalf
of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the
official act and deed of the corporation. I further certify that said resolution remains in full force and effect,
IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20
Secretary:
Print:
CERTIFICATE OF AUTHORITY
(IF PARTNERSHIP)
I HEREBY CERTIFY that at a meeting of the Board of Directors of
a partnership organized and existing under the laws of the State
of , held on the day of , a resolution was duly passed and adopted authorizing
(Name) as (Title) of the to execute bids on behalf of the
partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the
partnership.
I further certify that said partnership agreement remains in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20
Partner:
Print:
CERTIFICATE OF AUTHORITY
(IF JOINT VENTURE)
Joint venturers must submit a joint venture agreement indicating that the person signing this bid is authorized
to sign bid documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint
venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual).
CERTIFICATE OF AUTHORITY
(IF INDIVIDUAL)
I HEREBY CERTIFY that, I (Name) individually and doing business as (d/b/a)
(If Applicable) have executed and am bound by the terms of the bid to
which this attestation is attached.
IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20
Signed:
Print:
Bid No. 14-15-019 Page23
00400. PROPOSAL BID FORM: (Page 8 of 14)
STATE OF
COUNTY OF
NOTARIZATION
SS:
The foregoing instrument was acknowledged before me this day of , 20 , by
who is personally known to me or who has produced
as Identification and who (did / did not) take an oath.
SIGNATURE OF NOTARY PUBLIC
STATE OF FLORIDA
PRINTED, STAMPED OR TYPED
NAME OF NOTARY PUBLIC
Bid No. 14-15-019 Page 24
;00400 PROPOSAL'BID- FORM`: (Page" 9 of 14)
�
�� U n its
Item
Quantity._,
+
Item r
� ''
Cosf �
'
Fre uenc
9 Y;
� er ear'
p
� Y
��frequency'
�
Total Cosh;=
Units:,(tem
Cost
Line'
No��
� f f r � + ,,
, � �� � �r ��� , , ...a „ r �� � 7 a t �
,, , .,, :. _ .. .
`BRICKELLiA�/ENi1ELANDSCAPING,:tMAINI"ENANCE:CONTRACT.;. Page�1 of5
n3a , �� M 0086 r
< ,a -' �'i"r 1 h6r � ry.. yr ,1 I � I(v.
m , . Pay'tem':Descr"r'ption t s,
1
Maintenance of the Median Areas: Furnishing all labor, materials and equipment necessary for
complete landscaping services 26 times a year which includes mowing, weeding, trimming of palms,
shade trees and plants, edging, pruning all plants, herbicide spraying, insect spraying, fertilizing and
mulching all plant beds and tree rings, watering the landscaping as indicated in plan sheets, removal
of all undesirable plants and invasive exotic plant materials/ fronds/ branches. The frequency of
litter/debris pick up is 52 times a year.
30,000
Square foot
$
26
$
26 to es a year
+nduding otter pick
up 52 times a year
2
Furnishing all labor, materials and equipment necessary for the planting of 1,500 shrub/plant (1-gal)
including removal of deceased plant, planting a new one of same species and size, watering, and
mulching for a one year period, along the entire length of the median at locations approved by City
Engineer only. NOTE: At the option of the City, the replacement plant may be paid for from the
1,500
Each
$
1
$
Unscheduled Additive Items or provided by the City.
3
Furnishing all labor, materials and equipment necessary for the planting of 1,500 shrub/plant (3 gal)
including removal of deceased plant, planting a new one of same species and size, watering, and
mulching for a one year period, along the entire length of the median at locations approved by City
Engineer only. NOTE: At the option of the City, the replacement plant may be paid for from the
1,500
Each
$
1
$
Unscheduled Additive Items or provided by the City
4
Furnishing all labor, materials and equipment necessary for the planting of 1,500 shrub/plant (7-gal)
including removal of deceased plant, planting a new one of same species and size, watering, and
mulching for a one year period, along the entire length of the median at locations approved by City
Engineer only. NOTE: At the option of the City, the replacement plant may be paid for from the
1,500
Linear foot
$
1
$
Unscheduled Additive Items or provided by the City
5
For furnishing all labor, material and equipment necessary for the installation of 100 cubic yards of
top soil 50-50 mix, or approved equal, if necessary.
100
Cubic yard
$
1
$
6
For furnishing all labor, material and equipment necessary for the installation of 2,000 cubic yards of
Eucalyptus Mulch Grade "A" delivered to the site in sealed and marked bags, or approved equal,
twice a year.
2;000
Cubic yard
$
2
twice a year
7
For furnishing all labor, materials and equipment necessary for the installation of 1,000 square feet of
St. Augustine (Floratam) Solid Sod, including fine sand, water, etc. Refer to DIVISION 2B_
1,000
Square foot
$
1
$
8
Irrigation System: Inspection and testing of the irrigation system including the electrical components
and preparation of a punch list of recommended repairs on a monthly basis. This item is for the
complete inspection and testing of a working irrigation system from SE 8 Street to S. Miami Ave.
Refer to construction drawing pages referencing IRRIGATION DETAILS/ NOTES & PLANS page 96
of these Specifications.
Complete
Irrigation
Inspection
and
Repair
Sump
12
$
per month
Bid No. 14-15-019
Page 25
Lin�
No
�M �r^"
00400 PROPOSAL BID FO Rit of 14 a a P10'
i 9 .)� ; ��
CKELL:AVENUE LLANDSCAPING MAINTENANCCONTRACT Pa a 2,o1 5
r g
I ,. 0086 ; aF,
Payatem',Descnption ' � n �... �, �14..., a:� ,� � .�
��
. Unit !
Itetra
Yl
Item
Frequency
er ear
P.. y
Total Cost
lJnits. Item
Cost
frequency';:
9
Furnishing all labor, materials and equipment necessary for the planting of 10 native shade trees (30
gal) including removal of stump, planting a new one of same species, mulching, and watering for a
one year period, along the entire length of the median at locations approved by City Engineer only.
NOTE: At the option of the City, the replacement plant may be paid for from the Unscheduled Additive
each
10
$
1
$
Items or provided by the City.
10
Furnishing all labor, materials and equipment necessary for the planting of 10 native shade trees (45
gal) including removal of stump, planting a new one of same species, mulching, and watering for a
one year period, along the entire length of the median at locations approved by City Engineer only.
NOTE: At the option of the City, the replacement plant may be paid for from the Unscheduled Additive
each
10
$
1
Items or provided by the City.
11
Furnishing all labor, materials and equipment necessary for the planting of 10 palm trees (30 gal)
including removal of stump, planting a new one of same species, mulching, and watering for a one
year period, along the entire length of the median at locations approved by City Engineer only.
NOTE: At the option of the City, the replacement plant may be paid for from the Unscheduled Additive
each
10
$
1
$
Items or provided by the City_
12
Furnishing all labor, materials and equipment necessary for removing 10 deceased or damaged
shade trees (0'-15' overall height) including removal of stump, trunk, crown and roots and restoration
of the area.
each
10
$
1
13
Furnishing all labor, materials and equipment necessary for removing 10 deceased or damaged
shade trees (16'-40' overall height) including removal of stump, trunk, crown and roots and restoration
of the area.
each
10
$
1
14
Furnishing all labor, materials and equipment necessary for removing 10 deceased or damaged
palms (0'-15' overall height) including removal of stump, trunk, crown and roots and restoration of the
area.
each
10
$
1
$
15
Furnishing all labor, materials and equipment necessary for removing 10 deceased or damaged
palms (16'-40' overall height) including removal of stump, trunk, crown and roots and restoration of
each
10
$
1
$
16
Furnishing all labor, materials and equipment necessary for removing 10 deceased or damaged
palms (41'-60' overall height) including removal of stump, trunk, crown and roots and restoration of
the area.
each
10
$
1
17
Furnishing all labor, materials and equipment necessary for performing an annual testing on the
seven (7) backflow preventers as required by the MDWASD standards_
each
7
18
SPECIAL PROVISION = Contingency Allowance
$100,000
Bid No. 14-15-019
Page 26
Unscheduled Additive Items: At the option of the City, the price below for the items identified by the
City Engineer may be added to the appropriate Base Bid item for determining the total cost of a Work
Order and no additional compensation will be allowed, All planting to be Florida #1 or better.
19
20
White Lantana, Montevidensis Alba 6" full MAS ( min. av spread) - 1 gal
Purple Lantana — 6" full MAS - 1 gal.
Each
Each
21
22
Mexican White Heather — 10" full (min. av spread) — 3 gal
Bush Allamenda — 10" full (min. av spread) — 3 gal
Each
Each
23
24
25
Grandiflora, Carissa macrocarpa, Natal Plum of 14"x14" (MAS)— 3 gal
Machofern 24"0C— 3 gal. 10" shade grown 28"-30" MAS — 3 gal
Cocoplum — Chrysobalanus icaco (18" x 16") — 3 gal bush, full
Each
Each
Each
26
Oyster plant, variegated 10" MAS — 3 gal.
Each
27
Firecracker plant- 10" sun grown red 24" - 3 gal
Each
28
Nora grant ixore, 9" total HT, FULL — 3 gal.
Each
29
Addonia Palm, 6' Single trunk — 45 gal.
Each
30
Pygmy date palm Multi 1 G/6" 1 gal.
Each
31
Jatropha Tree Form, Jatropha berlandieri 7G/14"
Each
32
Split leaf philodendron 3G/10"
Each
33
34
Downy Jasmine 3G/10" 8"x18" full, heavy
Seagrape shrub — 3 gal. 9" total HT full, heavy
Each
Each
35
Medjool date palm — 45G/28" 10'CT
Each
36
37
Bird of Paradise 45G/28" 10'ht
Foxtail palm — 30 G single 8'ht
Each
Each
38
Lady palm- Rhapis excels 7G/14".
Each
39
Alexander palm— 14' OAH Single trunk— 30 gal.
Each
40
Simpson stopper — 3 gal 9" total HT MAS
Each
41
Pitch apple standard 12-14' ht, 6-8' spread
Each
42
Pink Trumpet Tree — tabebuia heterophylla — 12' OAH, 8' CT — 45 gal.
Each
43
Pidgeon Plum standard 12'-14' ht, 4-6' spread — 45 gal.
Each
44
Gumbo limbo tree— (14'x5) —30 gal. single leader
Each
45
Live Oak Tree- Quercus virginiana (14'x5') -30 gal. single leader
Each
46
Royal Poinciana tree — 12' OAH, 8' CT - 30 gal.
Each
47
48
49
50
51
Pink Trumpet Tree tabebuia heterophylla — 12' OAH, 8' CT — 45 gal.
Shady lady black olive- 30 gal. single leader, 5-6'spread, 10-12' ht
Society garlic — 1 G/6" full, heavy
Down shore juniper — 1 G/ 6" full
Green island ficus 18" OC - 3 gal
Each
Each
Each
Each
Each
Bid No. 14-15-019 Page 27
52
Coontie —1 G/ 6" 12"x14"
Each
53
Down yaupon holly 3G/10" native
Each
$
54
Dwarf firebush — bush, full 3G/10" height
Each
$
55
56
One (1) DIG LEIT 4004 SOLAR CONTROLLER with MKIT4000 mounting kit, MC04000L
column, wire weeps and concrete base.
One (1) RAIN BIRD 150-PEB CONTROL VALVE with LATCHIG SOLENOID, LEMA
SOLENOID ADAPTER 30-926, LEMA ACTUATOR 160HE-100, Wire connectors and valve
box
1
1
57
One (1) DIG LEIT 4006 SOLAR CONTROLLER with MKIT4000 mounting kit, MC04000L
column, wire weeps and concrete base.
1
58
One (1) DIG LEIT 4008 SOLAR CONTROLLER with MKIT4000 mounting kit, MC04000L
column, wire weeps and concrete base,
1
59
One (1) new HUNTER MINI -CLINK RAIN SENSOR with pole assembly and LEMA SKIT
ADAPTER 8821-4.
1
60
One (1) new Ambient Light Solar powered controller
1
61
One (1) new Solar controller Model LEIT-2 X-CWB with rain sensor
1
62
One (1) new Solar controller Model LEIT-6 X-CWB with rain sensor
63
One (1) Solatrol mounting column (838.2 mm)
1
64
One (1) new 12" pop up spray head
65
One (1) new'/2 " GAL. bubbler
66
One (1) new remote control gate valve -1 '/2"
1
67
One (1) new remote control gate valve -2"
1
68
One (1) gate valve per construction plans Section C
1
69
20 ft. of class 200 PVC or heavier Schedule 40 PVC pipe with fittings — 2" diameter
20 ft.
70
71
20 ft of class 200 PVC or heavier Schedule 40 PVC pipe with fittings— 3" diameter
One (1) new 6" pop up spray head with pressure regulator and check valve w/8Q nozzle
20 ft
1
72
One (1) new 6" pop up spray head with pressure regulator and check valve w/8T nozzle
73
One (1) new 6" pop up spray head with pressure regulator and check valve w/8H nozzle
1
74
One (1) new 6 pop up spray head with pressure regulator and check valve w/10Q nozzle
75
One (1) new 6" pop up spray head with pressure regulator and check valve w/10T nozzle
1
76
One (1) new 6" pop up spray head with pressure regulator and check valve w/10H nozzle
77
One (1) new 6" pop up spray head with pressure regulator and check valve w/10F nozzle
1
78
One (1) new 6" pop up spray head with pressure regulator and check valve w/12Q nozzle
1
79
One (1) new 6" pop up spray head with pressure regulator and check valve w/12T nozzle
1
80
One (1) RAIN BIRD 1806 Sprinkler with nozzle and flex pipe at 18" long length,
1
$
81
82
One (1) RAIN BIRD 1402 PC BUBLER with 1/2" flex pipe at 13" long length.
100 linear feet of 14-1 GAUGE control wire with connectors
1
100'
83
100 linear feet of 14-1 GAUGE common wire with connectors.
100'
Bid No. 14-15-019
Page 28
One (1) new 6" pop up spray head with pressure regulator
and check valve w/12H nozzle
81
One (1) new 6" pop up spray head with pressure regulator
and check valve w/12TT nozzle
1
82
One (1) new 6" pop up spray head with pressure regulator
and check valve w/15Q nozzle
1
83
One (1) new 6" pop up spray head with pressure regulator
and check valve w/15T nozzle
84
One (1) new 6" pop up spray head with pressure regulator
and check valve w/15H nozzle
1
$
85
86
One (1) new 4" pop up spray head w/check valve w "/2" gal
One (1) sleeve schedule 40 PVC — 2"
bubler
1
1
$
$
87
One (1) sleeve schedule 40 PVC 3"
1,
$
88
89
One (1) new 2" backflow preventer
Reinstallation of an existing backflow preventer per plan
1
1
$
$
90
One (1) 70 watts metal halide suitable for outdoors
1
91
One (1) flood light 70 Watts metal halide electronic ballast 277 volt bk-lighting CAT No.
H P2-H70E-277-CPC-BZ[-9,
1
$
Bid No. 14-15-019
Page 29
00400. PROPOSAL BID FORM; (Page 14 of 141
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". The work performed by all subcontractors listed below cannot be more than 10%
of the total work for this contract,
SUBCONTRACTOR'S
COUNTY -MUNICIPAL
NAME OF OCCUPATIONAL
TYPE OF WORK SUB -CONTRACTORS LICENSE NUMBER
1. Landscaping/Planting
2, Irrigation Work
3. Electrical Work
4. Plumbing Work
5.
6.
7.
Bid No, 14-15-019 Page 30
00410. BID BOND FORM (Page 1 of 3)
State of Florida \
County ofDade ) B5 _
City of Miami )
KNOWN ALL PERSONS BYTHESE PRESENTS, that ^ ' , aSPrincipal,
__
` osSurety, are held and firmly
bound unto The City of Miami, in the penal sum of Dollars ($ ) lawful
money of the United States, for the payment of which sum well and truly to be made, we bind ourselves'
our heirs, executors, administrators and successors, jointly and severally, firmly by these presents.
THE CONDITION OFTHIS OBLIGATION |GSUCH, that whereas the Principal has submitted the
accompanying bid, dated ` ` . ' for
BR|CKELLAVENUE LANOSCAP|NGMAINTENANCE CONTRACT, KO-0O8$.
NOVVTHEREFDRE:
If the principal shall not withdraw said bid within ninety (90) days after date ofopening the same,
and aho|| within ten (10) days after the prescribed forme are presented to him for signature' enter
into 8 written contract with the City, in accordance with the bid as aocepted, and give bond with
good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper
fulfillment ofsuch contract; or, `
(b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such
contract and give such bond within the time specified, if the principal shall pay the City the difference
between the amount specified in said bid and the amount for which the City may procure the
required work and supplies, if the latter amount be in excess of the former, then the above obligation
shall be void and of no effect, otherwise to remain in full force and virtue.
Bid No. 14-154019 yog,3\
00410. BID BOND FORM (Page 2 of 3)
IN WITNESS WHEREOF, the above bound parties have executed this instrument under
their several seals, this day of , A. D., 2006,
the name and corporate seal of each party being hereto affixed and these presents duly
signed by its undersigned representative, pursuant to authority of its governing body.
WITNESS: (If Sole Ownership,
Partnership, or Joint Venture,
two (2) Witnesses are required.
If Corporation, Secretary
only will attest and affix seal.)
Affix
Seal
PRINCIPAL:
(Name of Firm)
(Signature of authorized officer)
(Title)
(Business Address)
City
State Zip
Surety:
(Corporate Surety)
Affix
Seal
Surety Secretary (Signature of Authorized Officer)
(Title)
(Business Address)
City State Zip
(Name of Local Insurance Agency)
Address
Telephone Number
Bid No. 14-15-019 Page 32
00410. BID BOND FORM (Page 3 of 3)
CERTIFICATE AS TO CORPORATE PRINCIPAL
, certify that I am the Secretary of the
Corporation named as Principal in the within bond; that of said
corporation; that I know his signature, and the signature hereto is genuine; and that said bond was duly
signed, sealed and attested for and in behalf of said corporation by authority of its governing body.
STATE OF FLORIDA )
COUNTY OF DADE
City OF MIAMI
SS
(Corporate Seal)
Before me, a Notary Public duly commissioned, and qualified, personally
appeared to me well known, who being by me first duly sworn upon
oath, says that he/she is the attorney -in -fact, for the and that he/she has
been authorized by to execute the foregoing bond on behalf of the Contractor
named therein in favor of The City of Miami, Florida.
Subscribed and sworn to before me this
INSTRUCTIONS: Bid Bonds
must be accompanied by
a Power of Attorney, in
compliance with
Instructions to Bidders
day of A. D., 2
Notary Public, State of Florida at Large
My Commission Expires:
Bid No. 14-15-019 Page 33
00500, SUPPLEMENT TO BID FORM:
QUESTIONNAIRE
THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID, HOWEVER,
SUBMISSION OF THE FORM OR ANY ADDITIONAL INFORMATION NOT INCLUDED IN
THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, MAY
BE SUBMITTED WITHIN SEVEN (7) CALENDAR DAYS OF THE CITY'S REQUEST.
FAILURE TO SUBMIT THE FORM OR ADDITIONAL INFORMATION UPON REQUEST BY
THE CITY SHALL RESULT IN THE REJECTION OF THE BID AS NON -RESPONSIVE.
The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements
and the answers contained herein,
1. How many years has your organization been in business while possessing one of the licenses,
certifications, or registrations?
License/Certification/Registration Name and Number # Years
1A, What business are you in?
2. What is the last project of this nature that you have completed?
Have you ever failed to complete any work awarded to you? If so, where and why?
4. Give owner names, addresses and telephone numbers, and Surety and project names, for all
projects for which you have performed work, where your Surety has intervened to assist in
completion of the project, whether or not a claim was made,
5. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or
institutions for which you have performed work:
(name)
(address) (phone #)
(name)
(address) (phone #)
(name)
(address) (phone #)
Bid No, 14-15-019 Page 34
List the following information concerning all contracts in progress as of the date of submission of
this bid, (In case of co -venture, list the information for all co -venturers.)
TOTAL DATE OF % OF
NAME OF OWNER & CONTRACT COMPLETION COMPLETION
PROJECT PHONE## VALUE PER CONTRACT TO DATE
(Continue list on insert sheet, if necessary.)
7. Has a representative of the Bidder completely inspected the proposed project and does the Bidder
have a complete plan for its performance?
Yes No
8, Will you subcontract any part of this Work? If so, provide the following details for each
subcontractor(s) that will perform work in excess of ten percent (10%) of the contract amount.
(Attach additional sheets if necessary)
Subcontractor Approx. M/WBE Description of Work
Name Percentage Status
The foregoing list of Subcontractor(s) may not be amended after award of the Contract without the
prior written approval of the Contract Administrator, whose approval shall not be unreasonably
withheld.
What equipment do you own that is available for the Work?
10. What equipment will you purchase for the proposed Work?
Bid No. 14-15-019 Page 35
11. What equipment will you rent for the proposed Work?
12, State the name of your proposed project manager and superintendent and give details of his or her
qualifications and experience in managing similar work.
13, State the true, exact, correct and complete name of the partnership, corporation or trade name
under which you do business and the address of the place of business. (If a corporation, state the
name of the president and secretary. If a partnership, state the names of all partners. If a trade
name, state the names of the individuals who do business under the trade name).
13.1 The correct name of the Bidder is
13.2 The business is a (Sole Proprietorship) (Partnership) (Corporation),
13,3 The address of principal place of business is
13.4 The names of the corporate officers, or partners, or individuals doing business under a
trade name, are as follows:
Bid No, 14-15-019 Page 36
13.5 List all oroanizotions which were predecessors to Bidder or iO which the principals or
officers of the Bidder were principals or officers.
13.6. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed
by or ggsdRot the Bidder,its parent or subsidiaries or predecessororg8nizetions during
the past five (5)years, Include iOthe description the disposition ofeach such petition,
13.7. List and describe all successful Performance orPayment Bonddaim made to your
e eg)dmingUlo|aetMve(5) years, The list and descriptions should include claims
against the bond ofthe Bidder and its predecessor org8D|zBtion(o).
13.8 List all claims, arbitrations, mediations, civil actions, administrative hearings and lawsuits
brought by Qragainst the Bidder or its predecessor organizatioO/a\during the last five
(5)years, The list shall include all case names; case, arbitration orhearing identification
numbers; the name of the project over which the dispute arose; 8 description of the
subject matter of the dispute; and the final outcome of the claim.
13.9. List and describe all criminal proceedings Or hearings concerning business related
offenses in which the Bidder, its principals or officers or predecessor organization(s) were
defendants,
13.10. Has the Bidder, its principals, officers or predecessororganiz@tion(s)been debarred or
suspended from bidding by any government during the last five (5) years? If yes, provide
Bid No. 1415-019 Pagr37
13.11. Under what conditions did the Bidder request Change Orders during the last five (5)
years?
13.12. What is the nature and amount of the three largest change orders submitted by the bidder
within the past five years, and their disposition?
Bid No. 14-15.019 Page 38
00502, SUPPLEMENT TO BID FORM:
CUSTOMER REFERENCE LISTING (Page 1 of 2)
Contractors shall furnish the names, addresses, and telephone numbers of a minimum of five (5) firms or
government organizations for which the Contractor has provided services for projects of similar size, scope
and complexity over a three (3) year period.
1)
Company Name
Address
Contact Person/Contract Amount
Telephone No, /Fax No.
Company Name
Address
Contact Person/Contract Amount
Telephone No. /Fax No.
Company Name
Address
Contact Person/Contract Amount
Telephone No. /Fax No.
Company Name
Address
Contact Person/Contract Amount
Telephone No. /Fax No.
Bid No, 14-15-019 Page 39
00502. SUPPLEMENT TO BID FORM:
CUSTOMER REFERENCE LISTING (Page 2 of 2)
5) Company Name
Address
Contact Person/Contract Amount
Telephone No. /Fax. No.
Company Name
Address
Contact Person/Contract Amount
Telephone No. /Fax No.
Company Name
Address
Contact Person/Contract Amount
Telephone No. /Fax No.
Company Name
Address
Contact Person/Contract Amount
Telephone No. /Fax No.
Bid No, 14-15-019
Page 40
00510. OFFICE LOCATION AFFIDAVIT (Page 1 of 2)
Please type or print clearly. This Affidavit must be completed in full, signed and notarized ONLY IF
YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CITY OF MIAMI.
Legal Name of Firm:
Entity Type: (Check One) Partnership Sole Proprietorship Corporation
Corporation Document No:
Date Established
Occupational License No:
PRESENT
Street Address:
Date of Issuance
ice Locatioli (Establishment of.the bid"der``/pro'iSose
iv
City:
State: How long at this location:
PREVIOUS
Street Address:
City:
State How long at this location:
According to Section 18-85 of the City of Miami Code, as amended:
"...if the amount of a bid submitted by a bidder who maintains a local office is not
more than ten percent in excess of the lowest other responsive and responsible
bidder, such local bidder may be offered the opportunity of accepting the contract
at the low bid amount."
The intention of this section is to benefit local bona fide bidders/proposers to promote economic
development within the corporate limits of the City of Miami.
I (we) certify, under penalty of perjury, that the office location of our firm has not been established with the
sole purpose of obtaining the advantage granted bona fide local bidders/proposers by this section.
Bid No. 14-15-019 Page 41
00510. OFFICE LOCATION AFFIDAVIT (Page 2 of 2)
Authorize Signature Authorized Signature
Print Name Print Name
Corporate S ;ai) Title Title
Authorized Signature Authorized Signature
(Must be signed by the corporate secretary of a Corporation or one general partner of a partnership or the
proprietor of a sole proprietorship or all partners of a joint venture.)
NOTARIZATION
STATE OF FLORIDA, COUNTY OF MIAMI-DADE
That: personally appeared before me
and acknowledged the foregoing instrument as his/her act and deed.
That he/she has produced as identification.
NOTARY PUBLIC:
My Commission Expires:
Please submit with your bid copies of Occupational License, professional and/or trade License to
verify Local status. The City of Miami also reserves the right to request a copy of the corporate
charter, corporate income tax filing return and any other documents(s) to verify the location of the
firm's office.
Bid No, 14-15-019 Page 42
CONTRACT
By and Between
CITY OF MIAMI
And
(Bidder)
This AGREEMENT (hereinafter "Agreement") , is made and entered into this
day of 2015, 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 , 2015, 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 or his Designee 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 maintenance, for the Contract Term set forth in Article 7 below and for the
project entitled:
BRICKELL AVENUE LANDSCAPING MAINTENANCE CONTRACT, M-0086.
Bid No. 14-15-019 Page 43
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
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
Bid No. 14-15-019 Page 44
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: 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
expense, within five (5) days after receipt of notice from the Engineer so to do, furnish an
additional bond or bonds irrs-uch-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
CONTRACT
PAYMENT AND PERFORMANCE BOND
MAINTENANCE PERFORMANCE BOND
INSTRUCTIONS TO BIDDERS
SPECIFICATIONS
ADDENDA
PLANS: N/A
As prepared by C. Diaz -Torres
Entitled: M-0086
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 City Manager or his Designee, at their discretion, may exercise the four (4) additional
options to renew and the terms shall be as follows:
Bid No. 14-15-019 Page 45
The term for the first option to renew shall be one (1) year during fiscal year
The term for the second option to renew shall be one (1) year during fiscal year
The term for the third option to renew shall be one (1) year during fiscal year
The term for the fourth and final option to renew shall be for one (1) year during fiscal
year
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:
For City:
Eduardo Santamaria, P.E., CGC
City of Miami
Director of Public Works
444 SW 2nd Avenue, 8th Floor
Miami, FL 33130
With copies to:
Calitza Diaz -Torres, Contract Manager
City of Miami
Department of Public Works
444 SW 2nd Avenue, 8th Floor
Miami, Florida 33130
For Contractor:
Bid No. 14-15-019 Page 46
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.
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.
Bid No. 14-15-019 Page 47
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)
Party of the second part
BY: BY:
Print Name:
Corporate Secretary
(SEAL)
ATTEST:
Print Name :
Print Title:
(Employer Tax I,D, Number)
THE CITY OF MIAMI, FLORIDA,
a municipal corporation,
Party of the first part
BY:
Todd B. Hannon Daniel J. Alfonso
City Clerk City Manager
RESOLUTION NO.
"BECAUSE CONTRACTOR IS A CORPORATION, THERE SHALL BE AI 'ACHED TO EACH
COUNTERPART AS A LIACHMBNT `B" A CERTIFIED COPY OF A RESOLUTION OF THE BOARD
OF DIRECTORS OF THE CORPORATION, AUTHORIZING THE OFFICER WHO SIGNS THE
CONTRACT TO DO SO ON ITS BEHALF.
Bid No. 14-15-019 Page 48
APPROVED AS TO INSURANCE
APPROVED AS TO REQUIREMENTS:
ENGINEERING:
Eduardo Santamaria, P.E., CGC Ann -Marie Sharpe
Director, Public Works Director, Risk Management
APPROVED AS TO FORM AND
CORRECTNESS
Victoria Mendez
City Attorney
Bid No. 14-15-019 Page 49
CORPORATE RESOLUTION
WHEREAS, desires to enter into an
agreement with the City of Miami for the purpose of performing the work described in the
contract to which this resolution is attached; and
WHEREAS, the Board of Directors at a duly held corporate meeting has
considered the matter in accordance with the By -Laws of the corporation;
Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF
DIRECTORS that the
(type title of officer)
, is hereby authorized
(type name of officer)
and instructed to enter into a contract, in the name and on behalf of this corporation, with
the City of Miami upon the terms contained in the proposed contract to which this
resolution is attached and to execute the corresponding performance bond.
DATED this day of , 20
Chairperson of the Board of Directors
Corporate Secretary
(Corporate Seal)
Bid No, 14-15-019 Page 50
00710. FORM OF PERFORMANCE BOND (Page 1of 3)
BY THIS BOND, We , as Principal, hereinafter
called Contractor, and , as Surety, are bound to the City of Miami,
Florida, as Obligee, hereinafter called City, in the amount of Dollars
($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally.
WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No: 14-15-
019 , awarded the day of 20 with City which Contract Documents
are by reference incorporated herein and made a part hereof, and specifically include provision for
liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred
to as the "Contract'
THE CONDITION OF THIS BOND is that if Contractor:
1. Performs the Contract between Contractor and City for construction of
, the Contract being made a part of this
Bond by reference, at the times and in the manner prescribed in the Contract; and
2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate
proceedings, that City sustains as a result of default by Contractor under the Contract; and
3. Performs the guarantee of all Work and materials furnished under the Contract for the time
specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE
AND EFFECT.
4. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having
performed City obligations thereunder, the Surety may promptly remedy the default, or shall
promptly:
4.1. Complete the Project in accordance with the terms and conditions of the Contract
Documents; or
Bid No. 14-15-019 Page 51
00710. FORM OF PERFORMANCE BOND (Page 2 of 3)
4.2. Obtain a bid or bids for completing the Project in accordance with the terms and
conditions of the Contract Documents, and upon determination by Surety of the lowest
responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the
lowest responsible Bidder, arrange for a contract between such Bidder and City, and
make available as work progresses (even though there should be a default or a
succession of defaults under the Contract or Contracts of completion arranged under this
paragraph) sufficient funds to pay the cost of completion less the balance of the Contract
Price; but not exceeding, including other costs and damages for which the Surety may
be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance
of the Contract Price," as used in this paragraph, shall mean the total amount payable
by City to Contractor under the Contract and any amendments thereto, less the amount
properly paid by City to Contractor.
No right of action shall accrue on this bond to or for the use of anLperson or corporation other than
City named herein.
The Surety hereby waives notice of and agrees that any changes in or under the Contract
Documents and compliance or noncompliance with any formalities connected with the Contract or
the changes does not affect Surety's obligation under this Bond.
Signed and sealed this day of , 20
Bid No. 14-15-019 Page 52
00710. FORM OF PERFORMANCE BOND (Page 3of 3)
WITNESSES:
Secretary By:
(CORPORATE SEAL)
(Name of Corporation)
(Signature)
(Print Name and Title)
IN THE PRESENCE OF INSURANCE COMPANY:
By:
Agent and Attorney -in -Fact
Address:
(Street)
(City/State/Zip Code)
Telephone No.:
Bid No. 14-15-019 Page 53
00720. FORM OF PAYMENT BOND (Page 1of 3)
BY THIS BOND, We , as Principal, hereinafter
called Contractor, and , as Surety, are bound to the City of Miami,
Florida, as Obligee, hereinafter called City, in the amount of Dollars
($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally.
WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No. 14-15-
019, awarded the day of , 20 , with City which Contract Documents are
by reference incorporated herein and made a part hereof, and specifically include provision for liquidated
damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the
"Contract";
THE CONDITION OF THIS BOND is that if Contractor:
1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate
proceedings, that City sustains because of default by Contractor under the Contract; and
2, Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor,
materials and supplies used directly or indirectly by Contractor in the performance of the Contract;
THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN
FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS:
2,1. A claimant, except a laborer, who is not in privity with Contractor and who has not
received payment for its labor, materials, or supplies shall, within forty-five (45) days after
beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish
to Contractor a notice that he intends to look to the bond for protection.
2.2, A claimant who is not in privity with Contractor and who has not received payment for its
labor, materials, or supplies shall, within ninety
Bid No. 14-15-019 Page 54
00720. FORM OF PAYMENT BOND (Page 2 of 3)
(90) days after performance of the labor or after complete delivery of the materials or
supplies, deliver to Contractor and to the Surety, written notice of the performance of the
labor or delivery of the materials or supplies and of the nonpayment.
2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the
Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have
been given.
2.4. Any action under this Bond must be instituted in accordance with the longer of the
applicable Notice and Time Limitations provisions prescribed in Section 255.05(2), or
Section 95,11,Florida Statutes.
The Surety hereby waives notice of and agrees that any changes in or under the Contract
Documents and compliance or noncompliance with any formalities connected with the Contract or
the changes does not affect the Surety's -obligation -under -this -Bond ---
Signed and sealed this day of , 20
ATTEST:
Contractor
(Name of Corporation)
By:
(Secretary) (Signature)
(Corporate Seal)
(Print Name and Title)
day of
, 20
Bid No. 14-15-019 Page 55
00720. FORM OF PAYMENT BOND (Page 3 of 3)
� |NTHE PRESENCE OF: INSURANCE COMPANY:
Agent and Attorney -in -Fact
Address:
(Street)
(City/State/Zip Code)
Telephone No.:
Bid No. 14-15-019
00721. CERTIFICATE AS TO CORPORATE PRINCIPAL
certify that I am the Secretary of the
corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and
Payment Bond); that , who signed the Bond(s) on behalf of the Principal,
was then of said corporation; that I know his/her signature; and his/her signature thereto
is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said
corporation by authority of its governing body.
Secretary (on behalf of)
(SEAL)
Corporation
STATE OF FLORIDA
)SS
COUNTY OF MIAMI-DADE )
Before me, a Notary Public duly commissioned, qualified and acting personally, appeared
to me well known, who being by me first duly sworn upon
oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond
(Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City.
Subscribed and Sworn to before me this day of , 20
My commission expires:
Notary Public, State of Florida at Large
Bonded by
Bid No. 14-15-019 Page 57
00735. PERFORMANCE AND PAYMENT GUARANTY FORM
UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 1 of 2)
Date of Issue
Issuing Bank's No.
Beneficiary: Applicant:
City of Miami
444 SW 211d Avenue
Miami, Florida 33130
Amount:
in United States Funds
Expiry:
(Date)
Bid/Contract Number
We hereby authorize you to draw on
(Bank, Issuer name)
at by order
(branch address)
of and for the account of
(contractor, applicant, customer)
up to an aggregate amount, in United States Funds, of available by your drafts at
sight, accompanied by:
1. A signed statement from the City Manager or his authorized designee, that the drawing is due to
default in performance of certain obligations on the part of (contractor,
applicant, customer) agreed upon by and between the City of Miami, Florida and
(contractor, applicant, customer), pursuant to Bid/Contract No. for
(name of project) and Section 255.05, Florida Statutes,
Drafts must be drawn and negotiated not later than
(expiration date)
Bid No, 14-15-019 Page 58
00735, PERFORMANCE AND PAYMENT GUARANTY FORM
UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 2 of 2)
Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of
(Bank name) dated
This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the
City of Miami with written notice of our intent to terminate the credit herein extended, which notice must be
provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one
(1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the
Contractor's obligations will be deemed a default.
This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any
way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein
or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not
be deemed to incorporate herein by reference any document, instrument, or agreement.
We hereby -agree -with -the -drawers, endorsers, -and bona-fide-holder-s-of--all-dr-afts.-dra-wn-under-_and-in_
compliance with the terms of this credit that such drafts will be duly honored upon presentation to the
drawee.
Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project
by the
(contractor, applicant, customer)
This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International
Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict
between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida
law shall prevail, If a conflict between the law of another state or country and Florida law should arise,
Florida law shall prevail.
Authorized Signature
Bid No, 14-15-019 Page 59
00800, GENERAL CONDITIONS:
1. Contract Documents:
1.1. The formal solicitation, Bidder's Response, any addenda issued, the Contract Documents,
and all subsequent work order 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, 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 DocI ments as being required to produce theintended 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 three (3) calendar
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.
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. 14-15-019 Page 60
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 ___an_d_
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:
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 (100%) of the Contract Price
guaranteeing to City the completion and performance of the Work covered in such Contract
as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to
this Project, Each Bond shall be with a Surety, which is qualified pursuant to Article 5,
below.
5.2. Each Bond shall continue in effect for one year after Final Completion and acceptance of
the Work with liability equal to one hundred percent (100%) of the Contract sum, or an
additional bond shall be conditioned that Contractor will, upon notification by City, correct
any defective or faulty work or materials which appear within one year after Final
Completion of the Contract.
5.3. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be
amended from time to time, Contractor shall ensure that the bond(s) referenced above
shall be recorded in the public records of Miami -Dade County and provide City with
evidence of such recording.
5.4. Alternate Form of Security:
In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms
of security, which may be in the form of cash, money order, certified check, cashier's check
or unconditional letter of credit in the form attached hereto 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, 14-15-019 Page 61
Qualification of Surety:
6.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars
($500,000.00):
6.1,1. Each bond must be executed by a surety company of recognized standing,
authorized to do business in the State of Florida as surety, having a resident agent
in the State of Florida and having been in business with a record of successful
continuous operation for at least five (5) years.
6,1.2. The Surety 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 -
Amount of Bond
Financial Holders
Ratings Category
500,001 to 1,000,000 B+ Class 1
1,000,001 to 2,000,000 B+ Class ..,, II
2,000,001 to 5,000,000 A Class .,. III
5,000,001 to 10,000,000 A Class IV
10,000,001 to 25,000,000 A Class .,.. V
25,000,001 to 50,000,000 A Class ..,VI
50,000,001 or more A Class .. VII
6.2. For projects of $500,000.00 or less, City may accept a Bid Bond, Performance Bond and
Payment Bond from a Surety 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.
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.
Bid No, 14-15-019 Page 62
7. Indemnification:
7.1 The Licensee shall indemnify, protect, defend, release, and hold City, its officers, officials,
employees, agents, representatives, and servants (collectively, the "Indemnitees") harmless from and
against all claims, damages, liabilities, civil actions, statutory or similar claims, injuries and losses, including
but not limited to reasonable attorneys' fees and court costs, incurred by any and all of the Indemnitees in
relation to Licensee's Scope of Work at the Property, incurred to the Property or to anyone on the Property
as a result of negligent actions or omissions taken by the Licensee, any of its agents, employees,
representatives, contractors, sub -contractors, or consultants performing the Scope of Work or any other
activities on Licensee's behalf or even if it is alleged that the City, its officials and/or employees were
negligent, unless such injuries or damages are ultimately proven to be the result of grossly negligent or
willful acts or omissions on the part of the City, its officials and/or employees. Licensee hereby voluntarily
and knowingly waives any and all claims against the Indemnitees for personal injuries or property damages
sustained by the Licensee, its agents, employees, representatives, contractors, sub -contractors or
consultants arising out of or related to the activities undertaken by the Licensee, its agents, employees,
representatives, contractors, sub -contractors, or consultants upon the Property or in connection with the
purpose and releases the Indemnities from any and all claims and liabilities in connection therewith. This
indemnity provision shall be construed as being in accord with §725.06 and—§72-5.08, Fla. Stat., commence
on the Effective Date and shall survive the termination or expiration of this Agreement, as applicable.
Licensee acknowledges that the grant of this Agreement is good, separate and distinct consideration
afforded by the City for this Indemnification.
7.2 The indemnification provided above shall obligate Contractor to defend at its own expense
to and through appellate, supplemental or bankruptcy proceeding, or to provide for such
defense, at City's option, any and all claims of liability and all suits and actions of every
name and description covered by Section 7,1 above which may be brought against City
whether performed by Contractor, or persons employed or utilized by Contractor.
8. Insurance Requirements:
8.1. Without limiting any of the other obligations or liabilities of Contractor, Contractor shall
provide, pay for, and maintain in force until all 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:
[ X ] 8.1.2.1. Premises and/or Operations.
[ X ] 8.1.2.2. Independent Contractors.
Bid No. 14-15-019 Page 63
[ ] 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.
[ J 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 Contractor or employees of the
Contractor.
8.1.3. Business Automobile 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. 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:
8.1.3.1. Owned Vehicles.
8.1.3.2, Hired and Non -Owned Vehicles.
8,1.3.3, Employers' Non -Ownership.
8.1.3.4. Employees included as insured
8.1,3.5. City of Miami as Additional Insured
[X ] 8.1.4. Umbrella Policy
8.1.4.1, 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).
8.1.4,2. Products/Completed operations aggregate limit of Two Million
Dollars ($2,000,000).
Excess coverage over the policies as follows:
Bid No. 14-15-019 Page 64
1. 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.
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 forprotection 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, fuel, tools, equipment, light, power, transportation and other facilities and services.
necessary for the proper execution and completion of the Work, whether temporary or
permanent and whether or not incorporated or to be incorporated in the Work.
9,2. Contractor shall at all times enforce strict discipline and good order among its employees
and subcontractors at the Project site and shall not employ on the Project any unfit person
or anyone not skilled in the work to which they are assigned.
Bid No. 14-15-019 Page 65
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, integr-ity-- 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 insure the 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.
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.
Bld No. 14-15-019 Page 66
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..caleadar_da s Unless a differ_ent_ eriod of time is eet_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
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,
Bid No. 14-15-019 Page 67
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 under the 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.
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 not 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
Bid No. 14-15-019 Page 68
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 Contractorand its Surety of
such delay, neglect or default, specifying the same, If Contractor, within a 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
Bid No. 14-15-019 Page 69
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.
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, the type of equipment and facilities needed preliminary to and during the
Bid No. 14-15-019 Page 70
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 -maybe 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.
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 erect and maintain all necessary safeguards
for such safety and protection. Contractor shall notify owners of adjacent property and
utilities when prosecution of the work may affect them. All damage, injury or loss to any
property referred to in 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
Bid No. 14-15-019 Page 71
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,
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.
Bid No. 14-15-019 Page 72
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 or any obligation
on the part of City to pay or to see the payment of any monies due any subcontractor. The
Gity may furnish to any-subcontractor-evidence-of-amounts_paid_to_Contractor_on._acco-unt_._
of specific Work performed.
33.3. Contractor agrees to bind specifically every subcontractor 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.
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.
Bid No. 14-15-019 Page 73
37. Supplemental Instructions:
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
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.
Bid No. 14-15-019 Page 74
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 Majeure
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 an extension 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.
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:
Bid No. 14-15-019 Page 75
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.
48. Contingency Allowance
The City has established a Contingency Allowance for this Project, which shall be reflected in the
total contract sum. This allowance account is for use at 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
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,
Bid No. 14-15-019 Page 76
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-theorder-of-over-all--lo-west-pr-ices.-provide-dto_the_City, ._Stould 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.
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.
Bid No. 14-15-019 Page 77
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 provision which 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.
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. 14-15-019 Page 78
01000 SUPPLEMENTAL CONDITIONS
01001 SCOPE OF WORK
• The work included in this project consists of the complete landscaping maintenance, electrical
and irrigation inspection and repair services for the irrigation system along the medians of
Brickell Avenue between SE 8th and S. Miami Avenue, In addition, for the sections without
medians, the work included in this project consists of the complete landscaping maintenance,
electrical and irrigation inspection and repair services along the medians.
• The frequency of the landscaping maintenance is 26 times a year.
• The frequency of litter pick up is 52 times a year.
• The frequency of the electrical and irrigation inspection and repair is on a monthly basis.
• The landscaping maintenance work for the medians includes 26 times a year: mowing,
weeding, trimming, edging and pruning, mulching as per plan, reinstalling root guards, planting
shrubbery (1 and 5 gal.) per plan, insect spraying, herbicide spraying, fertilizing, removal of all
undesirable plans and invasive exotic plant materials and litter/debris (floatables, plastic cups,
bottles, -paper; -etc. - 5-2 times a -year) pick ap-and-watering-the-landscaped--areas-along-the - - — -
medians. The locations are shown in the construction plans included in Division 5,
The frequency of removal of dead trees and palms is on "as needed" basis.
The irrigation work covers the monthly inspection and repair services of the median area,
curb to curb along Brickell Avenue. Refer to Division 2C - Irrigation Work including electrical
components.
• The frequency of the testing of the existing backflow preventer per MDWASD standards is
annually.
1.1- LOCATION
The project is located along Brickell Avenue from SE 8th Street to S, Miami Avenue in Miami,
Florida.
1.2- PAYMENT ITEM SPECIFICATIONS DETAILS
Any work not specifically mentioned in the payment Items listed in the Proposal, but
indicated on the Plans and/or Specifications, shall be considered as incidental to one or
more of the payment Items, and no claim for additional compensation will be allowed.
Item 1 ; The price bid shall be full compensation for furnishing all necessary labor, materials,
water, fuel, tools, and equipment for performing a complete landscaping
maintenance of the medians along Brickell Avenue between SE 8th Street to South
Miami Avenue (30,000 sq. ft.). This item includes litter pick up 52 times a year and
mow, cut and/or trim and edge the'grass or turf in accordance with the latest edition
of the State of Florida "Guide for Roadside Mowing" and the latest edition of the
"Maintenance Rating Program", properly prune all plants, which include palms,
trees, shrubs and ground covers 26 times a year or as directed by the Engineer.
Prune, trim and/or edge such parts thereof which may present a visual or other
safety hazard for those using or intending to use the right of way including growth
around street lights and traffic signals. Keep plants as free as possible from
disease and harmful insects. Properly mulch all plant beds and tree rings and
remove/disposed of all undesirable vegetation including but not limited to weeding
of plant beds and removal of invasive exotic plant materials. Fertilize and insect
spray all plants according with Division 2A- Planting. The contractor is responsible
for removing the trash bags and debris the same day of performing the landscaping
cleaning. Contractor must not block traffic during peak hours.
Bid No. 14-15-019 Page 79
Item 2: Planting 1,500 —1 gal. shrubs: The price bid shall be full compensation for furnishing
all necessary labor, materials, water, fuel, tools, and equipment for performing the
planting of a 1- gallon shrub as indicated in the plan sheets LS-1 thru LS-10. Water
and fertilized according to Division 2A- Planting. Planting shall be coordinated with
the City Engineer and no additional compensation will be allowed. The list of the 1
gallon plant selection is found in Division 2A- Planting. The price for the Additive
Items is not part of this item. The prices for Additive Items are to be used for the
City Engineer as reference only and no additional compensation shall be allowed.
Item 3: Planting 1,500 — 3 gal. shrubs: The price bid shall be full compensation for furnishing
all necessary labor, materials, water, fuel, tools, and equipment for performing the
planting of a 5- gallon shrub as indicated in the plan sheets LS-1 thru LS-10. Water
and fertilized according to Division 2A- Planting. Planting shall be coordinated with
the City Engineer and no additional compensation will be allowed. The list of the 3
gallon plant selection is found in Division 2A- Planting. The price for the Additive
Items is not part of this item, The prices for Additive Items are to be used for the
City Engineer as reference only and no additional compensation shall be allowed.
Item 4: Planting 1,500 — 7 gal. shrubs: The price bid shall be full compensation for furnishing
all necessary labor, materials, water, fuel, tools, and equipment for performing the
planting of a 5- gallon shrub as indicated in the plan sheets LS-1 thru LS-10. Water
and fertilized according to Division 2A- Planting. Planting shall be coordinated with
the City Engineer and no additional compensation will be allowed. The list of the 7
gallon plant selection is found in Division 2A- Planting. The price for the Additive
Items is not part of this item. The prices for Additive Items are to be used for the
City Engineer as reference only and no additional compensation shall be allowed.
Item 9: This item shall be full compensation for furnishing all necessary labor, materials,
water, fuel, tools, and equipment for performing complete irrigation inspection,
repair and testing services on a monthly basis per Division 2C- Irrigation Work.
The bidder must ensure that the irrigation system is fully functional by performing
monthly inspection and testing of irrigation system including the electrical
components; identifying damaged and/or malfunctions; and preparing a written
monthly report to the City. The location of the irrigation system is along the medians
and the swale areas located along Brickell Avenue between SE 8th Street and
Miami Avenue.
Item 18: Special Provisions — To provide a fund for contingent work described below, the
Contractor shall include in his Proposal the Cash Allowance Sum of One Hundred
Thousand Dollars ($100,000.00). These funds shall be used to pay for the
following when not provided for in the Specifications or in another Item of the
Proposal.
A. The necessary adjustments or relocation of Miami -Dade owned water mains only
as directed by the Engineer.
B. The adjustments, removal or reconstruction of any City -owned structures not
specifically mentioned in the Specifications.
C. Other unforeseen surface or underground adjustments or additional work not
included in the Specifications.
D. Uniformed Police*
*Provision for Item "D" is further specified in this Division under UNIFORMED
POLICE.
Bid No. 14-15-019 Page 80
The amount of such construction adjustments, services and/or work are estimates
only and shall be done only as directed by the Engineer, who shall approve all
charges which will be paid for from the respective portion of the Provisions for
Special Items. Any portion of said Allowance not used will be withheld from
Contract Payments. The Contractor is referred to Section 3-2 of the General
Conditions.
01002. QUALITY ASSURANCE
2.1 All landscaping contractor, subcontractor, or any and their employees engage in any type
of landscaping installation, care or maintenance must be directed and supervised by a
certified landscape contractor. This will require a landscape professional or a competent
superintendent (in the field at all times).
2.2 All Work shall be performed using superior maintenance standards and techniques.
01003. ENVIRONMENTAL PROTECTION
Contractor shall comply with Chapter 17, Environmental Preservation of Miami City Code, and City
Ordinance 1-2-636 and 13085. Any violation of this Code the contractor will be sole responsible for
the damages and no additional charges will be allowed.
Bid No. 14-15-019 Page 81
01004. CODE COMPLIANCE
All Work shall comply with the Florida Building Code, City of Miami Code, and Miami -Dade County
Code. Contractor shall comply with the requirements of Section 114 of the Clean Air Act and
Section 308 of the Federal Water Pollution Control Act as well as any other requirements specified
in the Contract Documents,
01005. PROPER EQUIPMENT AND OPERATION
The contractor shall comply with the National Environmental Policy Act (NEPA) and Noise Control
regulation, local and The City Code.
01006. PERMITS
The Department of Public Works will issue a Tree Permit for any removal, trimming and installation
of trees and palms.
01007. 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.
01008. PLANTING - See attached Division 2A.
01009. SOODING - See attached Division 2B.
01010. IRRIGATION WORK - See attached Division 2C,
01011. TESTING BACKFLOW PREVENTER
The seven (7) existing backflow preventer must be tested annually according with MDWASD
specifications. Contractor is responsible for submitting to MDWASD the appropriate applications
and certifications to accomplish a working system and provide City with proof of annual testing.
The price must be per Proposal Bid Item 17 and no additional compensation will be allowed.
The seven (7) existing backflow preventers are located at the median of Brickell Avenue at/near
the following addresses:
1. 1048 Brickell Avenue •
2. 1258 Brickell Avenue -
3. 1418 Brickell Avenue -
4. 1508 Brickell Avenue -
5. 1898 Brickell Avenue 6. 2251 Brickell Avenue
7, 2477 Brickell Avenue -
- Meter ID 2"WM 97400011
Meter ID 1"WM 07410123
Meter ID 1,5" WM 35860318
Meter ID 1" WM 42258001
Meter ID 1" WM 4420066
Meter ID 1" WM 10413065
Meter ID 1" WM 92370673
Bid No. 14-15-019 Page 82
DIVISION 2A
PLANTING
2A01 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. The contractor is not allowed to block
traffic during peak hours.
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.
2A.02 MATERIALS
Bid No. 14-15-019 Page 83
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 less 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 to the
projected installation date. All material shall be clearly identified by the use of colored
Bid No. 14-15-019 page 84
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.
IV. PLANTING SOIL: Shall be as follows:
50% Muck
50% Coarse Silica Sand
Or as indicated in the plans.
V. MULCH: Shall be as indicated in the Bid proposal, or Eucalyptus Mulch Grade "A" delivered
to the site in sealed and marked bags, or approved equal.
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 form weather, adequately packed to prevent
breakage and 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.
Bid No, 14-15-019 Page 85
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 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. 14-15-019 Page 86
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. All 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
away from trunk diameter.
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 1/2 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 been completed, the area shall be thoroughly
cleaned up.
IV. MAINTENANCE PRIOR TO INSPECTION FOR ACCEPTANCE:
A. Maintenance shall begin immediately after each plant (1 gal., 3 gal. and 7 gal shrub)
is planted and shall continue throughout the course of operations on the site,
1. Watering 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 plants.
Bid No. 14-15-019 Page 87
1. Watering All trees and palms shall be watered by hand hosing as follows:
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
filling with 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.
VI. PLANT GUARANTEE AND REPLACEMENT
Bid No. 14-15-019 Page 88
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 isnotalive a fails to show satisfactory growth ®r
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 specifications for this project: The prices listed for the Unscheduled
Additive Items in the Proposal Pages may be utilized, as directed by the City Engineer
as reference only and no additional compensation may be allowed.
Bid No. 14-15-019 Page 89
DIVISION 2B
SODDING
2B.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. Replacement sod shall be St. Augustine Grass (Floratam) Solid Sod.
Bid No. 14-15-019 Page 90
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
fungus, vermin or diseases. Before being cut and lifted, sod shall be mowed three (3)
times with the final mowing not more 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 lawn areas shall 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. 14-15-0199 Page 91
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. 14-15-019 Page 92
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.IIl.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. 14-15-019 Page 93
DIVISION 2C
IRRIGATION
IRRIGATION TECHNICAL SPECIFICATIONS AND DETAILS (EXISTING SYSTEM)
1. SYSTEM DESCRIPTION:
The irrigation system to be inspected and repaired, if necessary, is a fully automatic system with
the following appurtenances based on City of Miami Construction Plans included in these
specifications under B-30822.
• 3 DIG LEIT 4004 SOLAR CONTROLLER with MKIT4000 mounting kit, MC04000L
column, wire weeps and concrete base.
• 3 DIG LEIT 4006 SOLAR CONTROLLER with MKIT4000 mounting kit, MC04000L
column, wire weeps and concrete base.
• 2 DIG LEIT 4008 SOLAR CONTROLLER with MKIT4000 mounting kit, MC04000L
column, wire weeps and concrete base.
• 8 HUNTER MINI -CLINK RAIN SENSOR with pole assembly and-LEMA-SKIT ADAPTER
8821-4.
• 39 RAIN BIRD 150-PEB CONTROL VALVE with LATCHIG SOLENOID, LEMA
SOLENOID ADAPTER 30-926, LEMA ACTUATOR 160HE-100, Wire connectors and
valve box
• 832 RAIN BIRD 1806 Sprinkler with nozzle and 1/2" flex pipe at 18" long length.
• 154 RAIN BIRD 1402 PC BUBLER with 'A" flex pipe at 13" long length.
• 2,780 2"CL 200 PVC MAINLINE_, SOLVENT WELD
• 5,500 linear feet of 14-1 GAUGE control wire with connectors.
• 5,500 linear feet of 14-1 GAUGE common wire with connectors.
This system can be observed in operation. There may be sprinkler equipment above ground to
sustain damage from mowers, or weed eaters, so please be careful.
2. 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 unless otherwise indicated 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 1/2" 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, the same or better irrigation 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.
Bid No. 14-15-019 Page 94
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" and 2". The City is responsible
for paying the irrigation water bill,
7. BACKFLOW PREVENTION:
There are seven existing Pressure Vacuum Breaker. If replacement is necessary, a Wilkins
Model 720A with ball shut off valves shall be 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:
There are 26 1 1/2" electric control valves and 17 2" electric control valves. If replaced, each
valves shall be equipped with Solatrol solenoid as required to operate with the Solatrol controller,
All valves are housed in plastic valve boxes.
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 1/2" 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.
Bid No. 14-15-019 Page 95
ATTACHMENT A
Construction Plans — Reference Only.
Bid No. 14-15-019 Page 96
GENERAL NOTES:
1. PROVIDE PLANTS TRUE TO SPECIES AND VARIETY AND OTHER FEATURES INDICATED IN THE PLANT
SCHEDULE AND COMPLYING WITH ANSI Z60.1 "AMERICAN STANDARD FOR NURSERY STOCK'. NOMENCLATURE
TO COMPLY WITH "NATIONAL LIST OF SCIENTIFIC PLANT NAMES".
2. ALL PLANTS ARE SUBJECT TO THE APPROVAL OF THE LANDSCAPE ARCHITECT. DURING AND AFTER
INSTALLATION. ALL REJECTED PLANT MATERIAL SHALL BE PROMPTLY REMOVED FROM THE SITE.
3- IT IS THE CONTRACTOR'S RESPONSIBILITY TO TOTAL AND CONFIRM ALL PLANT MATERIAL QUANTITIES.
NUMERICAL QUANTITIES ON DRAWING LABELS GOVERN OVER PLANT LIST QUANTITIES IN THE EVENT OF A
DISCREPANCY.
4. THE CONTRACTOR IS SPECIFICALLY CAUTIONED THAT THE LOCATION AND/OR ELEVATIONS OF EXISTING
UTILITIES AS SHOWN ON THESE PLANS IS BASED ON RECORDS OF THE VARIOUS UTILITY COMPANIES AND,
WHERE POSSIBLE, MEASUREMENTS TAKEN IN THE FIELD. THE INFORMATION 15 NOT TO BE RELIED ON AS
BEING EXACT OR COMPLETE.
5. THE CONTRACTOR MUST CALL THE APPROPRIATE UTILITY COMPANY AT LEAST 48 HOURS BEFORE ANY
EXCAVATION TO REQUEST EXACT FIELD LOCATION OF UTILITIES. IT SHALL BE THE RESPONSIBILITY OF THE
CONTRACTOR TO RELOCATE ALL EXISTING UTILITIES WHICH CONFLICT WITH THE PROPOSED IMPROVEMENTS
SHOWN ON THE PLANS.
6. PROVIDE PLANTS OF SIZES, GRADES, AND SALL OR CONTAINER SIZES COMPLYING WITH ANSI Z60.1
"AMERICAN STANDARDS FOR NURSERY STOCK." FOR TYPES AND FORM OF PLANTS REQUIRED.
•
7. THE LANDSCAPE CONTRACTOR AGREES TO REPAIR OR REPLACE ACCESSORIES THAT FAIL IN MATERIALS AND,
OR WORKMANSHIP FOR A PERIOD OF ONE YEAR FROM THE DATE OF SUBSTANTIAL COMPLETION.
8. THE CONTRACTOR AGREES TO REPLACE PLANTING THAT DIES, TURNS BROWN, OR DEFOLIATES WITHIN ONE
YEAR FROM THE DATE OF SUBSTANTIAL COMPLETION. REMOVE REJECTED MATERIAL FROM THE SITE
PROMPTLY AND REPLACE WITH MATERIAL OF THE SAME QUANTITY, SPECIES, AND SIZE IN ACCORDANCE WITH
THE PLANT LIST SPECIFICATIONS.
9. THE CONTRACTOR SHALL COMPLETELY WARRANTY ALL PLANT MATERIAL FOR A PERIOD OF ONE YEAR
BEGINNING AT THE DATE OF SUBSTANTIAL COMPLETION. THE LANDSCAPE CONTRACTOR SHALL PROMPTLY
MAKE ALL REPLACEMENTS BEFORE OR AT THE END OF THE WARRANTY PERIOD AS DIRECTED BY THE
LANDSCAPE ARCHITECT
70. UNLESS OTHERWISE NOTED; ALL STAKING AND GUYING MATERIALS ARE TO BF REMOVED FROM PLANT
MATERIALS BY THE LANDSCAPE CONTRACTOR WITHLAI 120 DAYS AFTER7HE DATE OF PLANTING COMPLETION-
11. THE CONTRACTOR SHALL BE RESPONSIBLE FOR BACKFILLING TO WITHIN 2 FEET OF THE GRADE SHOWN ON
CIVIL ENGINEERING DRAWINGS. LANDSCAPE CONTRACTOR 15 RESPONSIBLE FOR FINAL DISTRIBUTION OF
TOPSOIL & REPARATION FOR PLANTING WITH FRIABLE, NATURAL TOPSOIL TYPICAL OF THE REGION_ TOPSOIL
SHALL BE FREE OF WEEDS AND FOREIGN MATERIAL. DO NOT HANDLE TOPSOIL IN MUDDY OR FROZEN
CONDITION.
12. THE CONTRACTOR SHALL RAKE AND SMOOTH TOPSOIL IN ALL AREAS TO BE PLATED. INCLUDING
LAWNS TO PROVIDE A SMOOTH SURFACE WHICH WILL ASSURE POSITIVE DRAINAGE AWAY FROM BUILDINGS
AND WALKS, NO SEDIMENT CHARGED RUNOFF SHALL GO INTO TRAVEL LANES OR STATE ROUTE.
13. MULCH ALL PLANTING BEDS WITH 3" OF PINE STRAW (ITEM TO BE INCLUDED UNDER PAY ITEM 580-1-1).
14. UPRIGHT SHRUBS SHALL BE AT LEAST 24" HIGH- SPREADING SHRUBS SHALL HAVE A MINIMUM SPREAD OF
78". ALL SHRUBS SHALL BE SURROUNDED WITH PINE STRAW.
15. PLANTING BEDS FOR PERENNIALS, ANNUALS AND GROUNOCOVER ARE TO BE MOUNDED WITH SIDE SLOPES OF
I INCH VERTICAL PER 1 FOOT HORIZONTAL AND TO BE SURROUNDED BY MULCH.
15. PLANTING MIXTURE SHALL CONSIST OF 1/3 TOPSOIL, 1/3 EXISTING SOIL, AND 1/3 'NATURES HELPER' OR
.EQUAL QUALITY ORGANIC SOIL AMENDMENT.
17. CAREFULLY CUT AND REMOVE WEBBING. BURLAP, ROPE AND WIRE BASKETS FROM
a. TOPS AND FROM SIDES OF ROOT BALLS BUT DO NOT REMOVE FROM UNDER ROOT BALLS
18. REMOVE SURPLUS SOIL AND WASTE MATERIAL INCLUDING EXCESS SOIL, UNSUITABLE SOIL, TRASH AND
DEBRIS AND LEGALLY DISPOSE OF THEM OTF OWNER'S PROPERTY.
79. DO NO MAKE SUBSTITUTIONS: IF SPECIFIED LANDSCAPE MATERIAL IS NOT OBTAINABLE, SUBMITS PROOF OF
NON -AVAILABILITY TO THE LANDSCAPE ARCHITECT. WITH WRITTEN STATEMENTS FROM A MINIMUM OF
TWELVE NUASERY(AMERICAN NURSERYMAN'S ASSOCIATION MEMBERS) SOURCES THAT THE PLANT IN QUESTION
15 NOT OBTAINABLE IN THE SURROUNDING GEOGRAPHICAL REGION.
20. A CONDITION OF APPROVAL 15 IF ANY OF THE EXISTING TREES DIE THEY SHALL E5 REPLACED WITH A
TREE THAT COMPLIES WITH THE MINIMUM REQUIREMENTS OF THE ORDINANCE.-
REL'TS/OA'S
DATE
DESCAVNTION
DETAILS
/r- DEEP ROOT AROORKNOT
/ PER MANF. SPECIFICN'loos
DEEP ROOT ARBOR TIE
NO R00TPIT FLARE AT
STAKE
IS. STEEL EYE STAKE
WITH HELIX FOR
TREES OVER 3" CALIPER
REE
ROOTBALL
TOP OF ROOTB.ALL
FINISHED GRADE
AD
V TREE STAKING AND GUYING -SECTION O TYPICAL TREE ROOTBALL
N,T,5_ PLANTING-SHRUB-32 9343.43-02
,- 1S' STEEL EYE STAKE WITH HELIX
FOR TREES OVER 3" IN CALIPER
0 TREE STAKING-PL4N
N�.S
OMIT ROOTPIT FLARE AT STAKE
LOCATIONS
055080OT ARBORTIE WITH
ARBORKNOT PER MANE, SPEC..
TRUNK
ROOTBALL
SD/LMIX
EDGE OF RDOTPIT
FLARE
EDGE DE MULCH RING AND
ROOTBALL PIT BELOW
PLANTING=TREE-32 B343.43-0
GENERAL NOTES
1, CONTAIN MULCH WITH SPADED TRENCH AT EDGE OF LAWN
AREA
2. TRENCH EDGE IS TO HAVE SMOOTH FLOWING LINES AS SHOWN
ON PLANS
SUB GRADE --/
3
%FINISH GRADE OF LAWN
SPECIFIED MULCH
GRADE OF PLANTING BED
SPECIFIED SOIL MIX
O(/��j TRENCH EDGE AT LAWN AREA
N.T.5 PLAIN/MG-LA17D3
CITY OF MIAMI
.CAPITAL fMPR03 EMENTS PROGRAM
REMOVE BURLAP AND
WEBBING FROM TOP
HALF OF ROOTBALL
SPECIFIED MULCH
LAYER
GENERAL NOTES
1. LAYOUT PLANT BED AND DEFINE WITH TRENCH EDGE
2. TN.1 SOIL TO 12 DEPTH, PLACE 4" SOIL MIX AND TILL INTO
CULTIVATED SOIL
3. PLANT SHRUBS AND MULCH, SOAK PLANT BED
4. BREAK ANY ENCIRCLING ROOTS
1
TOP OF ROOT MASS 2
ABOVE EXISTING GRADE -
LEAVE NO ROOTS EXPOSED
TILL SOIL TO 12
DEPTH .
BREAK THROUGH HARDPAN
SHRUB PLANTING IN MULCH BED
TRENCH EDGE
PLANTING SOIL MIX
TAMP ROOTBALL JUST
ENOUGH TO PREVENT
ROOTBALL FROM
SETTLING
BREAK 'HARDPAN IN
BOTTOM OF PIT
r SHRUB
r SPECIFIED MULCH
l SPECIFIED SOIL MIX
FINISH
GRADE
SUBGRADE
NITS - PLANTING-S.HA0B-32 933323.05
rOVERLAP SECTIONS
]
I -O" MIN,
2X2 WOOD STAKE
BRIGHT ORANGE
POLYETHYLENE FABRIC
OTREE PROTECTION FENCE
AO'5
CITJ'OFMIAMI
CAPITAL IMPROVEMENTS PROG 1..11
PROJECT NAME
PROJECT NO..
BLANYING
LOCATE FENCE AT
TREE DRIPLINE
➢CANTING PROCEDURE
1. EXCAVATE ROOTBALL PIT WITH BELOW
GRADE SAUCER
2. SOAK SOIL MIX DURING BACKFILLING
3. CONSTRUCT TRENCH EDGE TO CONTAIN
MUCLH
4. STAKE AND GUY PER SPECIFICATIONS AND
DETAILS
GENERAL NOTES
1 TEST TREE PITS PER SPECIFICTIONS
2. SOAK BACKFLLL MATERIAL WITH VIATE2
3. PREVENT AIR POCKETS FROM FORMING
A. DO NOT BREAK ROOTBALL
PLANTING-TREES-32 9343,33-05
GENERAL NOTES
1, LAYOUT PLANT BED AND DEFINE WITH TRENCH EDGE
2. TILL SOIL TO 12 DEPTH, PLACE 4" SOIL MIX AND TILL INTO
CULTIVATED SOIL
3. PLANT SHRUBS AND MULCH, SOAK PLANT BED
4. BREAK ANY ENCIRCLING ROOTS
TOP OF ROOT MASS 2
ABOVE EXISTING GRADE -
LEAVE N0 ROOTS 500755D
PLANT
',ILL SOIL TO
12 DEPTH
1
2
SUBGRADE
r SPECIFIED MULCH
}/' SPECIFIED 50I1 MIX
II)
J.
)J
{,.r_L
1.L FINISHED GRADE
BREAK THROUGH HARDPAN
0 GBOUNOCOVER IN MULCH BED SECTION
PUINTING-GROUND COVER-32. 9313.13-05
500 PROCEDURE
1, APPLY ADDITIVES AND CULTIVATE ENTIRE AREA TO G'DEPTH
2. MANDRAKE SMOOTH. SOAK AREA
3. LAY AND ROLL 500, WATER THOROUGHLY I
LAY 50D IN STAGGERED ROWS. 1
BUTT STRIP ENDS TIGHTLY WITH ^
NO SPACES OR OVERLAP - I - - r
RBEN,. HEALTHY SHOOTS PLAN VIEW (NTS)
OWED AT 2-3' HEIGHT
FINISH GRADE
PAVEMENT
i"l
SECT.(NTS)-INCON/ECT
�Li ANGLED.
1/2. D7-�.
THATCH
'1
SUBGRADE
O- SOD INSTALLATION
E- 2. 3)27-0I 8 N.T.S
SECTION(NTSHCORRECT
BREAK THROUGH HARDPAN
TO PROVIDE PERCOLATION.
REMOVE ALL DEBRIS
PLA,T/NG-GROUNDCOVER32 9373-02
LANDSCAPE NOTES & DETAILS
SOD60.YI 8:.xTEO AVT -
SHEET
NO.
LS-1
]OQ% 'PLANS
LANDSCAPE TABULATION OF QUANTITIES
1. PAY .
e .
;IITEM No.
{ .;
PAY
SIZE
SYM
COMMON NAME
INSTALLED SIZE
- -
-
SPACING
REMARKS
UNIT
..:. .. _
GRAND TOTAL
L53
LS-4
LS-5 k
LS-6
_ LS-7
LS-8 -
LS-9
L510
ALL SHEETS -.
PLAN ,'1 FINAL
PLAN
FINAL.
PLAN .- FINALL
PLAN
FINAL
PLAN FINAL'
PLAN FINAL
PLAN FINAL
PLAN
FINAL
PLAN
FINAL
I580-1.1
I. _
ff
i..
580 1-7
.
I.-...
S1
E
AN' '
ANE '
G,1RISSA (C00NTIE)
12' a 18" 1 GA1.
24" P.0
5 -` 307
,7 131
I
120 - I P70,
200
394
36
201
315
119
7.137
1,065
6U SH-41,AM40AA jCOCOPLUM)
18' F 24- 3 GAL
24' 0,C,
€
i
#
270
210
210
{ 270
CIA
CHY
CUV
FALL
J14/)
HOLLITERN
1S x 24' 3 Got
24" D:C.
?
I-
260 ]; 3501 I 255
765
575
515
7.1EJIC tN IJH1TE HEATHER
17 z IT 1 GAL
l8- 0,C.
'j
241 1 341
I'. 270
270
,1, 1 ' 283
463
477
477
�
G1_
332
200
200
2,183
2A83
SEA GRIPE SHRUB
7B'. 1Y'3 GAL
4 0C
PROVIDED 91 OTHERS
S4
54
2
8
62 1 102
42
50
62
58
55
50
43
326
: 326
5/NP50N5 STOPPER
2' FULL 7 GAL
6' 0.0
FULL
( 36
36
36
- 36
DO:V5Y JASb11NE
2 36' 3 GAL
36" OC
56
75
I
73
73
55
95
17
32
16
216
216
.. -
1Y1-b./0E-L-A-ANA (SOCIETY GARLIC)
1 GAt
18` OC
fULL IN POT
278 -;�
278
} 1,195
789
117 5231 a
2.685
2.685
284
290
1.683
1,357
- 177
177
6419
6.099
R!/I:kl€-1AL'T-AMO (JUNIPER)
1 CA/
1 '• 0 C
FULL 1N POT
2,.5:45 I 6791 i•
771
527
792
346
1.050
468
4.538
2,020
PSE
REd
RSP
5TR
AA
8B -:
S° 4T Lf-Ar..-P 444.5 N:.8J0R0N (DWARF FIRE6U5H1
36" s 48" 3 GA1.
4' 0.C,
MIN/DUN 3 STEMS
40 , 41
8
2I
28
69
69
LADY PALM
4' x S 7 GAI.
4 D.C.
)
'- -
�- 1 71
71
17
71
BY3T-Eli-C-MNT (YAUPON HOLLY)
1 6A1
18" 0 C
FUI L 1N POT
f
104
104
704
104
810D-OF-P-ARAAF36 (CARDBOARD PALM)
2.7^ x 36` 3 GA1.
38' 0,C.
MUST HAVE 5100LSED
3
3
I 1
7
_
3
LS
ALEXAN08R PALM
16' C.T
A,5
STRAIGHT WITH full HEAD
SHADY 1. ADiBLACK OLIVE
25` 7-8- CAI 10-16 SPR
A5,
STRAIGHT TRUNK AS SELECTED BY L,A.
1
2
2
2
1
4
Q55 '.
CR
DR
C.UldfiO LIMBO
75x'10'
AS.
4 3
: ]
I 5
5
9
9
2
2
ZO
PITCH APPLE
12' 5: 4--5' CAL
15.
PROVIDED BY OTHERS
8
-
8
7
15
RO/'AL POINCIANA
25' 7 8 CAI. /0-15 SPR
A -
FULL CANOPY
1 I
5
3
M®®
5
5
... .. .
..... ..
_ .-.-.
JI
TH
OV5
Sh"
dAFROPHA-TCBL-F-ORM (GEIGER, TREE)
10 HOT SINGLE 7RUNX5
A 5
PROVIDPDBY OTHERS
j 34
i
€
3S
PIN 6 TABFBOIA
25' 7 8" CAI 10.15' SPR
A5
PROVIDED BY OTHE175
,... 7
6..._
7 11 I 1 3
7
d
4
1
2MEI
26
26
LltE OAK
25 7-8" CAL 10-15 5PR
A5
5 j 5
1 4 J f 9
7
2
5
7
25
liAHOGANY TREE
25 7-8" CA7. 10 i5' 5PR
AS
STRAIGHT 7RUNY. AS SELECT FD 81' 1-A
s
7
1
1� I :
,.
ME
7
SOD
500
5F
7,090 I
6,008
13,631 I
- 2.710
2,525
2,054 '
®
76534
C.
C.
RE v75roxs
FOR 1 ' `
' uJ
'' r CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
.,., �. F ,t,RP LOM
- y9 , «
n„ <,�,,, �,> I� n,
CITY OFMJAMJ
CAPITAL IMPROVEMENTS FROG
{
LANDSCAPE QUANTITIES
SHEET
NO.
OATS
nr
- DESCRIPTION-
PROJECT NAME
PROJECT No.
.DA OE r,SONV (TA. - i �..
is-2
w AVENUE SIDEWALK
TR°,1.4 NEDIMI 15TH,STREET TO 25TR STREET
1
B-30822
•'. tA. Oo' 0.00)143 tam
T Y LIN I '#ems trq� t n L
1-•
/1 SURVEY
mar ww-1 1.
...-
t t
1 : 4-- •, t • 1 ii
r I,,,, ,
\,---4-,,-, -
)':i.i.:----_;--;,..:_-,-_;---,i, ;-•-,•_•••;,_,--;_i„---...„7-•;_-!. r''.....n-,,,n,.....?-•-7. i•-t....•••-•..•.--• ' .—
SDT 310'
' t 1 60+00 flit.SURVEY
61 larli i illik 62+00 1 i i I
MU' 1113,
-,------,tt
SDT 177
• ,,,,,,?;,,t0it•orl.,...#.1;t:
•....x.,PAVIt.trA`ket..4110”,taigi
\E SURVEY
INF
SOCIETY GARLIC
FDOT R/W
COONTIE
08 IOU
MEM
SOCIETY GAnuc
I e \
a
ttt t I
T I ev
f ; i i
1
„, „.......„_.•.:„,„ •'•
' , •
..,
M ; r
( f
it
• --,,...,
REV/5./ONS
DATE BE
DESCIEPT/0/1
tt
41 ,
; •
•=4.
°LA 110 . 00014441
W;4"
T.y- LIN riff
36_
OONTIE
-
ADO 30"
63+00
3
: I
iFOOT R/W
DWARF FIREBUSH A& i
EA74-ER.
BRICKELL AVE
DWARF
FIREEIUSH
FOOT R/W
ADD 30 '
DVVARF
FIREBUSH 00
SEAGRAPE
_ -
j
—1
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
444 SAY. 'NO AvENIIE. arm. ...a
tIMAII. FLORIDA
CJTYOFMIAMI
CAPITALIMPROVEMENTS PROGRAM
PROJECT NAME
PROJECT No,
HRICKELL AVENUE SIDEIVAUC
6 MEDIAN IMPROVEMENTS
FROM ISTN STREET TO 25TH STREET
B-30822
0 20 40
LANDSCAPE PLANS
k,612L67Cfl ra,er s c • - 82.2,,aelDSCM'E -
ko
20
66,11)
203
SHEET
NO.
I....S-3
100% PLANS
,
f
,1•,'
; trI
— • t1Itt1t,,I";.
4t1,•.,• ..1•i1i.1
. .
,.
! 13I
_-- .
' 1
. 1 '
.
l
i
t 4 .. ,1. - — — — 4
r t -:1I
1 1 1 I1 1 .
OTR/W 1 I 1I
1 ,
1i 1
0 20 40
A
ll
a
.
/ EL
_VMS
JjkSMIMElASMINE-
WHE3THR
A
mJII1
SOT 310'
SOT 177'
'4:5474,N;
v-I!,
fg
P•40.: •,4*.e41104
I, z1..:;,
‘.o
—SOT 310' -1.\!-.7,sa 100'
V7..00
I--
,
SOD
LLJ
T =
-ADD
30
SOD
\\_ -
SURVEY
I
t 67+00 iriSURVEYi 68+00
...,
500170-4' GARLTC
Vrpt)T RIVI
1.-. ,
? i I
I . T
I ' '
/ / I _/
— — ..,,.... , 5 7 OF MIAMI R/W I
REVISIONS
DATE
DESCRIPTION
ED
ID t:TeRT.SON-PLA,
040.B.01142
T-Y-LINF7KWRNA:TRaNAL
CARDBOARD
PALM
70.+00
AbO! 30" 861 I
Aar
CITY OF MIAMI
.-‘
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROCRAM
NNW. NORMA _OM
CITY OF MIAMI
CAPITAL INIPROLEMENTS PROGRAM
PROJECT NAME
PROJECT No.
BRICKELL AVENUE SIDEWALK
MEDIAN IMPROVEMENTS
FROM STREET TO 2STN srnEET
B-30822
Al.AamoNtegacy\K NNVD.
LANDSCAPE PLANS
1414N5 - PIN DIAN .Z.3,104
SHEET
ma
LS— 4
WO% PLANS
oArE
i
r
1
I
Ir
,
' . 1
, .......... i i 1 ? . ?
......... i 0
EY EARLJC
" NV
SS 100SB 57'
\
4*1
OONTIE
4•44*...0,
telfeeSVP
jOuNIN iSplEIORRE
SURVEY
VAC!
DW SHORE
7 JUNIPER
f FOOT R/W
0 20 40
r•
r
i'... 1
tt
:..1
Ftar RIW .•1 I. ,_
,,......-,,---,, ,..-.. r. ,..- ',-,,,,—'
'-'PENMR
SEAGRARE,
PER I-IOLLY FERN
JUNI
IPA:074,490'.4
7/617;;k4:Hteeig.\-
,...,
CFA
N.
k. ISB 100' .. • .1 BRICKE AVE
,-rt SURVEY
,00 73+00 74+00 i 75+00 76+00 77+00 7B. U,
1 I 1 r :!.. 1 1 1 1 1 . 1 !, 1 11i 14.1
Kik
XIV
CIIV
. — . _ — --,„
I—
'' ..- _ E607;-4/1Y2 1 I 3
,
1. \- FOOT R/W 1--
t..) .,.
L.,
‹E
1 1 1 . ', ,
. i Z
Z
1 \ 1 i
i 1
.,..
80
., .
,
< x .
CITY' t F MIAMI 13/14,
(TY OF MIAMI R/W
,1
c VISIONS
OESCRJPTION
RrSWP LA
T-Y• L I NE400:.5.417,1. A7-11*.g.
)
. .
]
' , •
. '
. .
f ' CITY OF MIAMI PERMANENT EASEMENT]
I
CITY OF MIAMI
CAPITAL IMPROWEMENTEPROGRAM
416,213 FAY MR 416-1253
CITY OF MIAM1
CAPTTAL IMPROVEMENTS PROGRAM
PROJECT NAME
PROJECT No.
BRILKELL AVENUE SIOFIVALK
6, MEDIAN IMPROVEMENTS
FRoM J5TH STREET TO 2STH STREET
0130822
EII4oa
LANDSCAPE PLANS
zyuLANALegArisx+Arelp-as,,otwoAl 8,100 Av5,41-1442.744622.2,LAN0S4IPE 0161
SHEET
NO.
LS— 5
1. : •
' -
i 1
1
I
i
1
"
' 1
I
1
i
1
1
- .• t!
-
• .
,
1
20 40
i--' ,.• - ',= '
'
,
!
-11
tii',ilil1 i,-.,' 1'-' 1
I
I
I
FOOT' ni'W
i1
11lli
f
• '` ^,,
- 1.--
':Te, . •,, , -,
-
.
.
1.
--.
,
,'
1
1'
F e
0
I.
I'
V ;
.
I [FOOT R/W-
'
, 111
I
I _ 1 '
I '
HEATAI,,Ef Nip ii , , , , , , , . . „
49 23
rOwArall-:-C-i.
60-
742 MEXICAAI 451k vir AUL ,
Ait Prrui
CHY HEATHER VW 117
I
LI40 LMO
V
:
ApopLE
‘',..!}ir liar 4EJI
e SURVEY- - ' --"=”.",'
,,,,....„,_
__ t; 712',,......,— ..7,--4:-..: .z."-.• — . - ......,,, = h.
.8
'
—oca
.N.rs 4,..„,' , %,..34,.. — z, wr 0,1),„:
' '6.
07,,..
:...,i;....,,
•
;I
.1
4.650 ,, ' 1, "
.
r...4r1111GOVAIN111.1-
..,.., exalt, istattrairea.6-
.,••• „,
, , . , .,.,
. . ,6it?:.k,A. A&
• t"Vi•Ati
,
..AiltIONINI111111.111544/M
r„fttta.
WIZT"0"0-*Ile.S„.11p.: ,f
"
4,---
< ,ilr , 40 A
' r.:04° '441-e "itto k.• ., O'k" o -.
MI VI"'"_:, i,,,:o73
a
I,.
7!: 4- ) , ....) . _ _ .
rik- - •
,
AVE
:A
141CKELL
LADY PALM SURVEY
1 9'
58 IOC 58 8
I-
I---
IA1,-00 AM
7 ti
1131k, azi A& 7 1 82-F00
' 855 36 I I
831-00 , , 84,
M-C;;;--1"----_VARIANCE I 1 N"',._VIARIANCE
W NIZIFIDALYFERIN
if
855
—NW liar lig" SIMPS115
-iira
E4T1-1,ER REQUIRED—
U
Z
•-
i
: •
•
,
-f
1 r
IJ
r
1 -
-)-- — ,.,.._ — -;, .---:-.1-...„.... — — ..... •,•,,, .,,,. .-6 =6".. 67; ;;;... •,— -..., 6....• .7....e. :-•
CITIr OF MIAMI RIVIA =
'Al LI
FDOT R/W
- z
.--
REV.15.1-ONS
ED
----' .a•ints
,
GiEnisoiL-NL4
• —
' CITY OF MIAMI
CAPITAL _IMPROVEMENTS PROGRAM
,. s .. 2. AV..., OR 6,6A
P.M ROMA 33130
1.251.116-1,2. I •IX 00.51,6-1253
CITY OF MIAMI
CIPITAL IMPROVEASENTS PROGRA.117
LANDSCAPE PLANS
SHEET
NO.
DATE
PY
I OE PrIOJV(4JI�tt'
PROJECT NAME
PRO
ECT oo.
SPr6jyas,56860.41 at,a66 6,C, 6-dOE12'8-308.,,,k1JOSCAPE PI.Ar6 - Plot. two:724141a
LS — 6
BRICKELL AVENUE SIDEWALK
6 MEDIAN AIPROVEINENTS
FROM ISTH STREET TO 2STAI STREET
B-J01322
F-606676.T.M6orroxicpres
T-Y-L1W!NTE13WATIONAII-
WO% PLANS
DATE
I ; •
t
1 t ; ..s I
I,
0 20 40
A I 1
I •
A, I ; I
t FOOT Rillf
L_
SOCIETY
GARLIC SEAGRAPE
VARIANCE BRICKELL AVE SDT 177
REQUIRED.
C21
S)•
1) -q SURVEY
SURVEY
Lr) ,00
—
L/
I \--CITY OF mIAMI 111W
Se 700'
DIN SHR
JUNIPER
m
JUNIPER
SDT 310
86+00 89+00 90,LD
1 / I
LLI
r
FDOTIII/W -FDOT RAN
_HEATS-1E'
A-7-- —7--
1.1
z
CITY OF MIAMI PERMANEN* EASEPIENT
REV'S/ OA'S
DESCRIPTION
azt* 028 r
4476o." 000/3.4
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
AM SM. AID AVCIDE ADI etatil
CITY OF1117,4Ifil
CAPITAL IMPROVEMEATS PROGRAM
PROJECT RARE
PROJECT No.
1,01/CKELL AVENUE SIDEWALK
6 MEDIAN IMPROVEMENTS
FROM ISTEI STREET TO 26TH STREET
13-30822
LANDSCAPE PLANS
ANOIRIN2R10c1l0lPfrtj021AS0OR0OJII 8fick8f AYR 6.40E221/3.300.N.AR0ECRPE APES 0RIP:724,2014
SHEET
NO.
LS-7
100% PLANS
FOOT R/IN;
_
T310'
I MEXICAN 332
HEATHEI
-FOOT PM
REVISIONS
DATE RY
DESCRIPTION
BRICKELL AVE
..SOT 177'
' t-SURVEY
921,00
00' SHORE
JUNIPER
SURVEY
93+00
I 1 I
fiiD'F (VW
FOOT RAN 1
CITY 0E-M)AMI NANENT 0+5 MLNT•.. ` f
r. \
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
PROJECT NAME
PROJECT No.
RRO� o AVENUE
IMPROVEMENTS
FROMIH STREET TO 'STR STREET
B-30822
0 20 40
SEAGRARf
BRICKELL AVE
i I
0
0
0
96-,;--
1n
w
J
0
ti
T
LANDSCAPE PLANS
P,te„a 'T:\Nw,nl(00004 %X(P, JECM,s0096). rl &000ApE POWs - v m uarCP.za?nte
100"%a PLANS
SHEET
NO.
LS-8
FOOT R/W
_---L_
Sk11AE,.f �� ._.... 9i `":*SOCIETY._*.tt.
s'.
GARLIC
REVISIONS
S8 100'
97+00
\-FOOT R/W
DATE
fiY
DESCRIPTION
•
SURVEY
SDT I7
to. SURVEY DW YAUPON
98+00 HOLLY
1
DW YAUPON—
HOLLY
DW YAUPON
SOCIETY, ^. _" „ ifikEr ._
SARLiC
SOT 310'
BRICKELL AVE
99t00
I
s =1
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
(S. 416-1213 FAT vow ele1,1233
0 20 00
F1TCK c_ ._. _ _.....< __ _.
APPLE
r VARIANCE
---REQUIRED'
5R 100
50Ci0TY
GARL1_C
S
1
1
{ CITY OF MIAMI R/W
/
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
PROJECT NAME
AROJECT No,
BRICKELL AVENUE SIDEWALK
FROM 15TTH STREET T To zsnurSTREET
101+00
50C1'
0790LI
r
*—F ierrit 14
I
Ej t
1 '
EF
:
1':
'
7 e
1 11
LANDSCAPE PLANS
R/W
S6 100'-
8-3'0822
Fuenapregeovam A4@'u^Prn1eatl0505a.4I Hncte6 A•:p S-10022\8=3 0 SAANDS APE AWN,. - Dot
ti
J
U
Q
SHEET
NO.
LS-- 9
I, t
rpm' RIM..
: .
1 1 '
1 •
1 , ,
1 1 t
1
1 : 1
t'
1 1 ^ .:•
BRICKELL AVE
p affefe
g.:11t,01.14 riarairal
:ffc'
COONTIEw
town-1E
CCONTIT
AA• \ AA ie
'A. ,..., / 4''•
n.111, •
•,P, '/„.. '''''''
,11•\ ",, A'A ••,. .
•
‘, ,11'' EPOT ,,c1111/1'1, .,,, .""
, .../
'A \I ...../
,,, ,': , 2..-"' v "P •i, 1.1'
1 A''''.\• 1 ' 1"\, ‘41' 1 . . „
'A.11A 11A- ,1 A A
if 64- , 9 /
'''
'41 \ 4'
• •
,k,,‘,..\\:—.i‘;:i.c4
\
%
'A)
16'
,„,:x d"
-AV. \.„...-
'n,
--f;'
\,
SURVEY
LY1 103400 SOCIETY 177 •,, 4044,00
1.11 LIR 1 \-1151dyiVEY I-
EAROC
Z 171,,IIIte,
•
-.4 WHEXICAN "MITE .
Ai r \ 'Fb() A/W1
I-- I T • . -
A A"
, \.
r . \ • ,,„
' FD'OT,RRY.L--• A,..,
1
t:
f
1,
11 CITY OF HIAMI
REVISIONS
. OESCMPrION
EOR
,
. TriE41116 Edes
"Mt- LIN fqtaltNrATIONAL
•
•
•
11>
•
• 1 \ \
1•A \\ \ \ S
t.
• \ \ \
\ \ A.L
\
, /-• \ \\ A, \ A.\
, \ \
< z V
\ ( • 1,1 \\,- ,,
\ \
‘, \ MOT 111/111N • \
• ,
• / ' '
• , Z
• , .,
•
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
sw, 3.3130
00.51.46-1213 6411 ORO 416-1253
e
-..
•';'' 9 / ,..--- - % t.
.." „,.•'•\,, ., \
,,,,,---, ..., \ -,,,
ly,
9 - ,," ,-/'><(
\11 \ \
\ ' \>-‘,.• %• N.'
‘1.• 7' \ ‘ ‘111,‘,'
L \ V \
),111t
\ \ \ \ \
\ \ 1\1\
\,
CITY OF MAW
CAPITAL IMPROVEMENT PROGRAM
PROJECT NAME
PROJECT No.
BRICKELL AVENUE SIDEWALK
6 MEDIAN IMPROVEMENTS
FROM Orli STREET TO 25Tli STREET
BJ30822
LANDSCAPE PLANS
. - VR66.6.1 Wicket Ave 11,108.2121.0,30R2EUANDS,1.411O IVANS. - Plot OM e7.1.1.311/1,1
SHEET
NO.
LS-10
AOS 'O4C00WITH A
GENERAL_NOTES:
,.7. PROVIDE PLANTS TRUE TD SPECIES AND VARIETY AND OTHER FEATURES INDICATED IN THE PLANT
SCHEDULE AND COMPLYING WITH ANSI Z50.1 490016AN STANDARD FOR NURSERY STOCK". NOMENCLATURE
TO COMPLY WITH "NATIONAL L157- OF SCIENTIFIC PLANT NAMES.
2. ALL PLANTS ARE SUBJECT TO THE APPROVAL OF THE LANDSCAPE ARCHITECT. DURING AND AFTER
INSTALLATION. ALL REJECTED PLANT MATERIAL SHALL BE PROMPTLY REMOVED FROM,THE SITE.
3. IT 15 THE CONTRACTOR'S •8E5PONSIBILSTY TO TOTAL AND CONFIRM ALL PLANT MATERIAL QUANTITIES.
NUMERICAL QUANTITIES ON DRAWING LABELS GOVERN OVER PLANT LIST QUANTITIES IN THE EVENT OF A
DISCREPANCY.
4. THE CONTRACTOR IS SPECIFICALLY CAUTIONED THAT THE LOCATION AND/OR ELEVATIONS OF EXISTING
UTILITIES AS SHOWN ON THESE PLANS IS BASED ON RECORDS OF THE VARIOUS UTILITY COMPANIES AND,
WHERE POSSIBLE, MEASUREMENTS TAKEN IN THE FIELD:: THE INFORMATION IS NOT TO HE RELIED ON AS
BEING EXACT OR COMPLETE.
5. THE CONTRACTOR MUST CALL THE A.RPROPRIA7E UTILITY COMPANY AT LEAST 48 HOURS BEFORE ANY
EXCAVATION TO REQUEST EXACT FIELD LOCATION OF UTILITIES. IT SHALL BE THE RESPONSIBILITY OF THE
CONTRACTOR TO RELOCATE ALL EXISTING UTILITIES WHICH CONFLICT WITH THE PROPOSEDIMPROVEMENTS
SHOWN ON THE PLANS.
5. PROVIDE PLANTS OF SIZES, GRADES, AND BALL OR CONTAINER SIZES COMPLYING WITH ANSI Z50.I
"AMERICAN STANDARDS FOR NURSERY STOCK." FOR TYPES AND FORM OF PLANTS REQUIRED.
•
7. THE LANDSCAPE CONTRACTOR AGREES TO REPAIR OR REPLACE ACCESSORIES THAT PAIL IN MATERIALS AND,
OR WORKMANSHIP FOR A PERIOD OF ONE YEAR FROM THE DATE OF SUBSTANTIAL COMPLETION.
8. THE CONTRACTOR AGREES TO REPLACE PLANTING THAT DIES, TURNS BRO5N, OR DEFOLIATES WITHIN ONE
YEAR FROM THE DATE OF SUBSTANTIAL COMPLETION. REMOVE REJECTED. MATERIAL FROM THE SITE
PROMPTLY AND REPLACE WITH MATERIAL OF THE SAME QUANTITY. SPECIES, AND SIZE IN ACCORDANCE WITH
THE PLANT UST SPECIFICATIONS.
9. THE CONTRACTOR SHALL COMPLETELI WARRANTY ALL PLANT MATERIAL FOR A PERIOD OF ONE YEAR
BEGINNING AT THE DATE OF SUBSTANTIAL COMPLETION. THE LANDSCAPE CONTRACTOR SHALL PROMPTLY
MAKE ALL REPLACEMENTS BEFORE OR AT THE END OF THE WARRANTY PERIOD AS DIRECTED BY THE
LANDSCAPE ARCHITECT
20. UNLESS OTHERWISE NOTED, ALL STAKING AND GUYING MATERIALS ARE TO BE REMOVED FROM PLANT
MATERIALS BY THE LANDSCAPE CONTRACTOR WITHIN 120 DAYS AFTER THE DATE OF PLANTING COMPLETION.
77. THE CONTRACTOR SHALL BE RESPONSIBLE FOR BACKFILLING TO WITHIN 2 FEET OF THE GRADE SHOWN ON
CIVIL ENGINEERING DRAWINGS. LANDSCAPE CONTRACTOR 15 RESPONSIBLE FOR FINAL DISTRIBUTION OF
TOPSOIL & REPARATION FOR PLANTING WITH FRIABLE.. NATURAL TOPSOIL TYPICAL OF THE REGION. TOPSOIL
SHALL BE FREE OF WEEDS AND FOREIGN MATERIAL DO NOT HANDLE TOPSOIL IN MUDDY OR FROZEN
CONDITION.
72. THE CONTRACTOR SHALL RAKE AND SMOOTH TOPSOIL IN ALL AREAS TO BE PLATED. INCLUDING
LAWNS 70 PROVIDE A SMOOTH SURFACE WHICH WILL ASSURE POSITIVE DRAINAGE AWAY FROM BUILDINGS
AND WALKS. NO SEDIMENT CHARGED RUNOFF SHALL G0 INTO TRAVEL LANES OR STATE ROUTE.
73_ MULCH ALL PLANTING BEDS WITH 3" OF PINE STRAW (ITEM TO BE INCLUDED UNDER PAY ITEM 580-1-7).
74. UPRIGHT SHRUBS SHALL 8E AT LEAST 24- HIGH. SPREADING SHRUBS SHALL HAVE A MINIMUM SPREAD OF
78"_ ALL SHRUBS SHALL BE SURROUNDED WITH PINE STRAW.
I5. PLANTING BEDS FOR PERENNIALS, ANNUALS AND GROUNDCOVER ARE TO BE MOUNDED WITH SIDE SLOPES OF
I INCH VERTICAL PER 1 FOOT HORIZONTAL AND TO BE SURROUNDED BY MULCH.
I6. PLANTING MIXTURE SHALL CON51ST OF 1/3 TOPSOIL, 1/3 EXISTING SOIL, AND 1/3 'NATURES HELPER OR
EQUAL QUALITY ORGANIC SOIL AMENDMENT.
77. CAREFULLY CUT AND REMOVE WEBBING,.BURLAP, ROPE AND WIRE BASKETS FROM
a. TOPS AND FROM SIDES OF R00T BALLS BUT DO NOT REMOVE FROM UNDER R00T BALLS
18. REMOVE SURPLUS SOIL AND WASTE MATERIAL INCLUDING EXCESS SOIL, uNSUITABLE SOIL, TRASH AND
DEBRIS AND LEGALLY DISPOSE OF THEM OFF OWNERS PROPERTY.
79. DO NO MAKE SUBSTITUTIONS_ IF SPECIFIED LANDSCAPE MATERIAL f5 NOT OBTAINABLE, SUBMITS PR00F OF
NON -AVAILABILITY TO THE L4NDSCAPE ARCHITECT. WITH WRITTEN STATEMENTS FROM A MINIMUM OF
TWELVE NURSERY/AMER1CAN NURSERYMAN'S ASSOCIATION MEMBERS) SOURCES THAT THE PLANT IN QUESTION
IS NOT OBTAINABLE IN THE SURROUNDING GEOGRAPHICAL REGION.
20. A CONDITION OF APPROVAL I5 IF ANYOF THE EXISTING TREES DIE,.THEYi7#lAL
TREE THAT COMPLIES WITH THE MINIMUM REQUIREMENT5 OF THE 04D}IyAH S
yAn
NEVl3VON-9
8K I 0FSCR/4Ti01A
DETAILS
DEEP ROOT ARBORKNOT
➢80 ,MANE. SPECIFICATIONS
DEEP ROOT ARBOR TIE
NO RDOTPIT FLARE AT
STAKE
IS STEEL EVE STAKE
WITH HELIX FOR
TREES OVER -' CALIPER
TREE
RDOTHALL
0. TREE STAKING AND GUYING -SECTION
• N:TS PLANTING-SHRUB-32 9343.43-02
SS" STEEL EYE STAKE WITH HELIX
FOR TREES OVER 3' IN CALIPER
TREE 57AK1NGPL4N
3, HMS
OMIT ROOT. FLARE AT STAKE
LOCATIONS
DEEPROOT ARBDATIE WITH
ARBORKNOT PER MANE. SPEC.
TRUNK
FOOTBALL
SOILPIX
EDGE OF R007P1T
FLARE
EDGE OF MULCH RING AND
FOOTBALL ➢1T BELOW
TOP OF FOOTBALL
FINISHED GRADE
TYPICAL TREE FOOTBALL
REMOVE BURLAP AND
WEBBING FROM TOP
HALF OF FOOTBALL
SPECIFIED' MULCH
LAYER
EDGE
CANTING SOIL MIX
TAMP ROOTBA1I JUST
ENOUGH TO PREVENT
FOOTBALL FROM
SETTLING
BREAK 'HARDPAN' IN
BOTTOM OF PIT
PLANTING PROCEDURE
l,. EXCAVATE RDOTBALL PIT WITH BELOW
GRADE SAUCER
2. SOAK SOIL MIX DURING BACXFIWNG
3. CONSTRUCT TRENCH EDGE TO CONTAIN
MUCCH
STAKE AND GUY FER SPECIFICATIONS AND
DETAILS
GENERAL NOTES.
I. TEST TREE PITS PER SPECIFICTIBNS
L. SOAK BACKFILL MATERIAL WITH WATER.
3. PREVENT AIR POCKETS FROM FORMING
4. DO NOT BREAK RDOTBALL
J N_Y,5
GENERAL NOTES
I. LAYOUT PLANT BED AND; DEFINE WITH TRENCH EDGE
2+ TILL SOIL TO 12" DEPTH. PLACE 4' SOIL MIX AND TILL INTO
CULTIVATED SOIL
3. PLANT SHRUBS AND MULCH, SOAK PLANT BED
4. BREAK ANY ENCIRCLING.OTS
TOP OF ROOT PAS, 2'
ABOVE EXISTING GRADE -
LEAVE NO ROOTS EXPOSED
Tl1L SOIL TO 2'
DEPTH
BREAK THROUGH HARDPAN
r- SHRUB
r SPECIFIED MULCH TOP OF ROOT MASS 2'
➢CANTING-TREES-32,934333,05.
.GENERAL NOTES
1_ LAYOUT PLANT BED AND DEFINE WITH TRENCH EDGE
2, TILL SD11 TO 12' DEPTH, PLACE 4" 501L MIX AND TiLC NOD
CULTIVATED SOIL
33 PLANT SHRUBS AND MULCH, 50AK PLANT BED
4. BREAK ANY ENCIRCLING ROOTS
SHRUB PLANTING IN MULCH BED
PLANTING-TREE-22 934343-04 4 N.T S PLANTING
GENERAL NOTES
1. CONTAIN MULCH WITH SPADED. TRENCH AT EDGE OF LAWN
AREA
2. TRENCH EDGE 15 TO HAVE SMOOTH FLOWING LINES AS SHOWN
ON PLANS
SUS GRADE
.3•
FINISH GRADE OF LAWN
SPECIFIED MULCH
SPECIFIED SOIL MIX ABOVE EXISTING GRADE -
LEAVE NO ROOTS EXPOSED
PLANT
TILL SOIL TO
12 DEPTH
FINISH
GRADE
SUBGRaDE
RUB32.933333-0
OVERLAP SECTIONS
I'-0" MIN LOCATE FENCE AT 12-3l4'
DX219000 STAKE TREE DRIPLINE THATCH
BRIGHT ORANGE
POLYETHYLENE FABRIC
GRADE OF PLANTING RED
5➢ECIFIED SOIL MIX
06TRENCH EDGE AT LAVIN AREA TREE PROTECTION FENCE
N.T.S ELAN TING-LANOSL 90 ✓:WING-3204142.1 U('
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
CITY OF MIAMI
CAPITAL IVMROYEIIIENTS PROGRAM
PROJECT NAME
BRICKELL AVENUE SID6YAIX
. PROJECT Na:
B 30822
SUBGRADE
SPECIFIED MULCH
SPECIFIED SOIL MIX
FINISHED GRADE
72
BREAK THROUGH HARDPAN
OGROUNOCOVER IN MULCH BED -SECTION
ILLS - PLANTI00-440U77D COVER32 B313.13-05
SOD PROCEDURE
I_ APPLY ADDITIVES AND CULTIVATE ENTIRE AREA TO 6' DEPTH
Z- MANDRAKE SM00TH. SOAK AREA
3- LAY AND ROLL SOD. WATER THOROUGHLY
JAY SDD IN STAGGERED ROWS. S 8JTT STRIP PAC TIGHTLY WITH
ND SPACES OR OVERLAP l "- !
OREEN: HEALTHY SHOOTS PIAN VfE{'J (NTS7
MOWED AT Z 3' HEIGHT
FINISH GRADE
PAVEMENT
SUBGRADE'-/:
500 INETALL4710N
PIANTJNG-TREE-323)23.-01' O N.TS
FNm mcGWixmuepxr.!K/110170 s03
SECT.LNTSI-INCORRECT
h1.17C'H ANGLED
ENDS,
SECTION(NTS)-CORRECT
BREAK THROUGH HARDPAN
TO PROVIDE PERCOLATION,
REMOVE ALL DEBRIS
WITING-U0OJNDCOVER32 9313-02
LANDSCAPE NOTES & DETAILS
SHEET
NO.
z
0.
Las
LANDSCAPE TABULATION OF QUANTITIES
GRAND TOTAL
'PAY
,1TFM
PAYSIZ
5YM
COMMON NAME
INSTALLED 572E
SPACING
REMARKS
UNIT
LS-3
LS-4
LS-5
L5 6
LS-7
CS-8
t5-9
£510
ALL SHEETS
A, Na.
PLAN
FINAL
PLAN
FINAL
PLAN
f. FINAL
PLAN
FINAL
PLAN
FINAL
PLAN
. FINAL
PLAN
FINAL
PLAN
FINAL
PLAN
FINAL
580-7-1
t5
CT•aC,
AAT
CAW ,5S4(C00NTIE1
12''. 18- 1 GAL
24" 0,C
335
1 301
737
130
i20
120
700.
154
36`
201
315
119.
11,137
7,065
ANE
7.4/S11-ALL.AMAN01 (COCOPLUM) -
18' x 74' 3 GAL
2.4' 0.0
10
270
f .210
210
CI -A
IL LEYRN
IP" x Z4' 3 GAL
24- 0 C
250
350
255
165
// 515
515
CHY
M=XICAN WHITE HEATHER
12" x 12- 1 GAL
1R' 0.0
341
34:
270
270
-.
.
282
463,.
417
477
512
332
500
200
J 2.183
2,083
. 0011
SEA GRAPE SHRUB :". ^" ' '.
18 x-78 GAL -` �i
'? 0.C..,'-'PROY10ED
NY: 0TLI R5
, 54
, "54
1
EAU
5161PSON5 STOPPER
4' r 2 FULL 7 GAL
6' 0C.
FUL
36
36-
1,38
36
1748
DOWNY JA51418E
74" a 36" 3 GAL
36" 0-C
56
15
73
73
55
95
77
32
76
,
/276
216
LIN
6,14144-7.0-,8144 (SOCIETY GARLIC)
i GA
16" 0C.
FULL /N POT
278
2TB
1.195
789
117
523
2,6.95
2,685
284
290
1.583
1,357
177
177
/419
6,099
LEO
PU 6PL-€44NT-AJA (JUNIPER)
1 GAL
170C
FULL IN POT
2.585
679
7'1
527
1.2
345
1.050
468
,�ZD.0.
-3E 19
'/59
2,020
P5E
5RL-11 846-R#J 6685 (DWARF FIRENUSH)
36's 48" 3 GAL
4' 0.C.
•rr1N1080 357E7.5 -
40
41
8
77
28
,/j
69
RE S
LADY, PALM
a r 5' 7 GAL
4' 0C.
1
11
11
yP
11
7 7
ESP
A8,3t-N-0LANL (YAUPON H0111)
1 GAL
18" 0 C
FULL IN POT
104
104
/' 1C1
104
51'R
8'e• •F ^1^ M1DI0E (CARDBOARD FALN)
24-4 36' 3 GAL
35' 0.C.
0,151 HAVE 085014E0
3
% 3 _
.....
580-1-2
LS
—
AA
ALE *AN DER PALM
I6 C.T
A5.
STRAIGHT WITH Ft111 HEAD
A3
_,.
3
813
5HADY LADY 8LACK OLIVE
75 7-8' CAL 10-15' SPR
A,5.
STR.SIGHT TRUNK AS 5F1FC7 EU 8Y L%,.
7
2
2
2
7
4
4
..._.._
8 .,,.-._.
SS
.ill•18D LI1r8C
75 a 70'
A $
4
3
1
-
5
5
9
9
2
70
20
CR
PITCH APPLE
12'x 6: 4'-5"CAL
A5
PROVIDED BY 07HER5
8
8
7
7
15
75
POINCIANA
25 7-8' CA 1 10-IS SPA
A5,
FULL CAROM'
5
-
3
2
5
5
OR
ROYAL
si:aan,am
xn�Ra»
TH
P11 K LAS BL 1.4
25' 7-8' CAI 10 15' SPA
45
PROVIDED B4 OTHERS
7
6
7
11
3
7
4
4
1
2
20
26
OVS
LIVE OAK
25' 7-8' CAL )0- 15 CPA
A.5.
5
S
9
9
7
2
5
7
25
25
50
HAN0G.4NY TREE
25' 7-8" CAL 10-15' SPA
A5.
5TRAIGHT TRUNK AS SELECTED Gr 6 -'
7
7
1
7
S00
58D / - f(r 1J/%,L1/;:' . %1,i ,.2.-
SF
1,090
6,008
3,537
2,710
2,525
2,054
516
18534
•
`5.
•
REV/SIGNS
5/'
EOF ' +i
Y 7 ' 'J
` CITY OF MIAMI
CITY OF MIA iff
CIPITALINPROVEYIENTS PROGRAM
gs.
S EET
DA:,
4143"CPPATE8/
-
CAPFTA. IMPROVEMENTS PROGRAM
PR4 E NAME
PR(3 ELT
N
LANDSCAPE QUANTI IES
pY GIF1t 54P PL�r.�F �
,
.. A,. ,
E x
ENTS
FROM IsTH STREET STE srnEEr
1330822
Eu.ma,.,,r AditAmitiNyurrektat,
....ANS W ,.ro4;4tm •s, ,
LS-2
Lut717tr �374X-E '�'
ss tt �-,. --:i- .. .'��` i r
........ ......,.,,...
I kIi
it
Lty
i
I
SURVEY
I. I
SDT 3J0'
60+00 @ SURVEY
1 I I I / I
---nr
ii
�7§1
111
DATE
SDT 777'
67iOT®i ,1 I at 62+00
vy� QQIE CTt_GARL! ' 50NT1E
fi
E!'
AEYfSJONS,
DESER/PTJON
0 20 40
-FOOT R/W
L—...a.-.-.+n-. ., __—L ___ __ L_—=m,71RF_ L ___ — — L __
1._ —bWAR FIR69USN — .�:.
-ram _ --^^^_ d . -. Y- fiRmi,s7i...� 71{41C4N SFAGRARE_ .. —
000NTIE — - — — — `—.s�,' _ — — . FATHER T
DWARF FIREBUSH '�—
ADD 30"
50D 63+00
SrETYGARLIC
Et 11 L. r
in Ii = I.
N {' 1
I
i 1S
BRICKELL AVE
DWARF
FIRERUSF!
wArf, ." ADD 3, 1
FJRERUSH SOD �.fatr9�.651.00 66, E
1 SEAGRAPEa -rim-563 &I E.� _W
-.1
U
`FOOT R/W
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
CITYOFMJAMI
CAPE -JAL J,7fPROYEMENT'SPROGR.1M
PROJECT NANE
BMEM, AVENUE $fDE11,01X
FROM ISTN STREETIAN TO N STEEET
PROJECT No.
a-30Ru
LANDSCAPE PLAOIS
3JA As+. A
U!r
SHEET
ND.
S-3
tt
r
I
I:
I t t
11 1
.1 t .1..
I tt ft I; 1 t1
I It. ;•,. . ; t
I 11j •; 1 ..
;I s
t .1
I r T i
F12,071 R/141-.1 i,
1 t "FOOT PAN
I
1 k• i; 1, 1.
' ."-
r '• -.-3 •
sslt;s4s.71 :
-..ss
...., -...
t
505110
• • It•
is! '
;! 1
it 1 1.1 "1
I
R.51,75/ONS
OAT,'
87
G1415.11,,70N
512c..REA' •
tit '•
FINAL_724_2014firicke0_landsczpe (2) (3) (9835 of Scale); Stickel! - Change Order; Projects; 10/15/2014 03:47 PM
1. SOCILty GARLIC
SD IRO'
1'
• t
1
/—FDOT R/W
• 10 .10
RMOVE RELOCATE .GUMBO
ElrECTRICAL GEAR LIMBO ST4 73+90
TE — 00000(5 ' " F-1-2-E-=g-05g 1464,4'exrtefriltiit. --SEAGSAittE
DWARF FIREFILSli
00
Sett& ‘tai
GS:
01
63,00 FIRERUSHSW 654,0IL 65, 11
1 1 DWAI?F 1 1
. FIREBUSH SEAGRAFe .504GRAPE
1
ADD 30' BRICKELL AVE DWARF ADD '
5GD
C) 0
— .
'N ▪ ;,.. • II
LA-1
— _—...
I '
? 1,..„,...
I ''...
,2C
•— rr.
i 1
r i I
t ,I1 II
It
I t: 11
I],
li
ii
11
ii
11
CITY OF MIAMI
C.OPITAL IMPROVEMENTS PROGRAM
I., SW zuo AVOW, PTP
ISSS ZICTriSOf
C77701,1111A1147
CAPTIALIMPROPEMENTS PROGRAM
PROJECT NAME
SPICKEU. AVENUE SJPEWALK
& MEDIAN IPIPPOVESISTIS
FROM ISTH snieer TO 25TH STREET
PROJECT No,
8-30822
,fenart.r.,11.4nrscegacy,..ra;per,
ANDSCAPE PLANS
ve\
•aA, ((.4,
csh,
rt
• A. mac,—
ers1111
S'=--
• .0.acE
It
•
— ^ :
— — t
; —
' 71
• •
ELOC,ATE rka
"err,
ierPlIU'r1111". - -1-10t,LYFERN OC SOW
.FAS713171 JASFILVE-, HEATHER -.S.00IETi GARLIC SPACES UNDER CANOPY
DT 3107
ADD 307
LIN
SDT 177
frpor IVO REMOVE SOCIETY :
\\7 SURVEY
681-00
04 I 1 1 1 1 1 1 1
500 SOD
' 507500
SURVEY
L07E0 67,00 /
,---
r.-
_••----- i
-,-Fikii Riv
Q.,
_.-----1 ....---
,_, __ .__ - -•-/ c "f
9, -1), OF MIAMI RAY 1
er
REVISIONS..
ESEERLMON
T•Y• LW5 crierli",FIVA Tif,vi,"tA
,,...-,
srj? PALI.1
CARD
,-7''.7",,•-.F. •-•"-- ' " -
1.,•:-.1;'-',-,1 -L.7.1..17,,,
....:-L:, . -117,1177. •-• , ,- -L., '",:--: '7,•-.-
-
Lil.... _,..._,...../ v SE 100- — --\
491-00\ .
1--110-5.-',. '5DC,It7Yl GARLIC WI" ' -- 7-- - ,-- GOONTIE- — --- ••crooPriarE 2...- .--- •
' \ bApo!SIT I \ 7,1-00,
r ,- ---
L....,
- • 1
•
(177-1' OF MIAMI
CAPITAL IMPROVEMEVT-S 7R0GR411
""f Olf
NOSING-1213
C-7770F MIAMI
CAPITAL IMPROVEME1,17-5- PROGRAM
POOJECT nolorE
EROJECT Na.
SRICKELI, AVENUE SIDEWAY(
Dr MEDIAN IMPADVEMENTS
MOM ISTR STREET TO .2.57,1 STREET
13-3082
•
CITY OF MIAMI 11/1417‘
LANDSCAPE PLANS
72, V)
10
7-
SHEET
LS — 4
- _
FINAI__7_24_2014_Brickell _landscape (2) (4) (98% of Scale); Backe!! - Change Order; Projects; 10/15/2014 03:47 PM
"Cr
-3
50
P-
8
_—
It
1i
----r- 1 I1
I
_
t FOOT R/W
_S�f7fRdaE—e DO!!NY IDDy'Syyi-
-7ASMJNE-
SOD
A31k. Elk
NET
u4 n a,a
;I
_ .. I • 1
-- -- -: -
—..__L — {. _--L ..�i�a _�..r—��1____—
FATHER ®, SOCIETY GARLIC
ADD 30" _ —. — _ —
50D
—3
SOT 310'
67+00
I
SOT 177.
`C SURVEY
SOT 3I0`
GARw�
CARDBOARD
PALM
! I
/ I SURVEY
,
68+00
•
1 1t
,i
CITY OF MIAMI R/W 1
—7 /
i fGJ 50M Pt7P
a, 00013 `
T-1-LIN W 8`pA KA AL
--sT I00'
I n 69+00
�11 I 1
,.- SOCIETY GJiRiIC -
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
(305)4/,4+zr20
BRIO
8E 70+00
ADD! 30" I I I 6
soil_ - 30AF
I. i
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
PROJECT NAME
RRICKELL AVENUE SIDEWALK
s MEDIAN IMPROVEMENTS
FROM ISTR STREET TO 1STN STREET
PROJECT NO.
B-30B22
AVE
O. 20 40
t I fr
`_✓ _
SOCIETY AA
•
W•�-•w..
5 MT/
G Rue
.""4'1
zavi
— — a R
J I. 72 trl
CITY OF MIAMI R/W�
LANDSCAPE PLANS
SHEET
NO.
GREENA / REPLACE JUNIPERSNITH • ' AREA: ,Fat,AAAE
GREEN IsLAINTD treut latt co sc- = J.=
SON PATTERN 303 EA ,..)\12._70/167\ Coll SHORE
JUNIPER HOUYFERN
! I
1 I
I
i
t . A
11 ' t •
- t t I ) fl •I
. /
-.... !t
t I
•! r.- • , . ).,_ . _ :"
t
1 j lt j.
l ,.. `....
Li
. ,
I I
: w•ori 7
'ti '
)
I,
/
t li'r
t , '
- 1
II. 11 I , I IR
r
,,.,..,..H—OLr4EF§oEAHlosI 9r E4" .00 SQ.R
.._:.,. .1.—,_ ;— +—_-- • 'A... t.9t: 1I.tt7,Jt.
..
.,..,
r
pATAINopEN1LOCATE THT,1 1 ) TRLItXlSIIIG
'sPAcE,DERPAROP1 S A 7530 4 — : w frDOT Al
!1 z, f .. m
., .!
-00NTIE OW SHORE DW SHORE
JUNIPER JUNIPER • Ar•
SURVEY
Strip "JZItE'URV EY
73*O0 7.11.00 75,LOO 7641.00 77-1-00 78, Ul
I III
OCA±E-TH TO
ZJ- .—'..4 _,.....__ __,.. -_.__.).. -............).
U
I--
1 •:.
CITY r MIAMI
III OF 44,041 R
REVISTCIVS
D.4TE 9V 1 VE5C,P7eVIV
FOR
T-Y-LINt*g.
1
BRICKE AVE J=t
1:A
OF PERMANENT EASEMENTi
rt:PLA
914 .1.'1910 V Al .
t • !AA:,
FINAL_7_24_2014_Brickell_landscage (2) (5) (98% of Scale); Brickell - Change Order; Projects; 1011 5/2014 03:47 PM
crr OF 11/11AMI
cAJsrrAL marJaovr,stors PROgRAM
CITY Of A17.4.1117
CAPITAL IMINIOVENEWIS PROGRAM
PROJECT AWE
ISRICCELG AVENUE SIDEWALK
6 MEDIAN IMAP01.1.11-5
.610,4 .26TH srae, TO zsru smear
.614111EGT /46
8-30822
LANDSCAPE PL S
622
SHEET
-W10=r.tiriftr41,
Nt•
LS-5
5+
w0
W _
J -
z
U
4
5+
C1 f
Ii!
I
CITY , F MfAMI.R[W ' `
.T ITY OF AVANT R/W
SOCIETY
GARLIC,
ka-
DW SHORE
JUNIPER
i�1
1
t 0 20 a0
I
r} I
_, t 1 I 1; 1
i/-F-00Y R/W t- I 11
L— `A FOOT R1W FOOT RAE 41 t I f�. __�._ I
-f-. __ \..__.' —----
`5 SURVEY
SURVEY
1 I
75t00
/
DW SHORE
JUNIPER
viesvaito
NPACtiarotwAti
HOLLYFERN
1,t135,13,V
58 57' t �. - sl♦ IOU
1 I I 76i00 it i I: I 77100
CITY OF MIAMI
CAPITA` IMPROVEMENTS PROGRAM
„„, A-nl=b-a.
OPEN REA }
SbAGRAAF.-4
BRICKE AVE
78110
W
_Z
-- -- . -- . _-___ — -- 2
t 1 r I `FOOT RIW U
1
5+
1
1 , t i 1
_ — 1
L...,_____,,CTY OF MIAMI PERMANENT EASEMENTi
CITY OFMIAMI
CIPITALIMPROI PROGILIM
PROJECT NAME
PROJECT
eCKELL AVENUE SIDEWALK
bl MEDIAN IMPROVEMENTS
FROM 'STA STREET TO EPTH STREET
B-30,
LANDSCAPE PLANS
aatz.a-3uw2NAN,
SHEET
NO.
LS-5
I II1 -__ — 7 ' li
1 1 1 IN I i t j I 1' ,?
L 11 ; L I! it
1 I q I a; I, 11 it
1 4 I If ! It
iII --I — r 11
,. i _ _—_ — .._fir I
lc
'n-- - _ 1 i i -11 III
j I' I FOOT F/w �'. f _ �_I_—_ t i'
._ —— __ . . -• HEATHE�i� 95! sHORf _ —. — — — —. — — — r. — —Ot% SHORE . " —
--
W540RE
- _. — . _ _ .— __ _ �E'RGAPE—; 7UNf2£A —
_ — 3UN7PE$•—
. �LNIPER a.
SXICAN PITCH
HEATHER APPLE
LAOY PALM
794
OI:GYfF3N _.
a " 1 1. ,\
s €,
I
L;
I
CITY OF MIAMI R/5
,CITY OF MIAMI 'R/W I
r r — - —
4-
traio
r.14. fi Ara><-
1 '
arc E AVE
T SURVEY
B21
SIM850N5
-STOPPER-
REV/S/0NS
OR.E =:5- • OESCR.PTION
CITY OF MIAMI
CAPITAL IMPROVEMENTS _PROGRAM
FOOT RW
j��.
11!I
\, 11�1
:OWCr+tiv34xii<.�
C'L1P 0
_r sss'
R 100'.
1=XICAry' 7 _VARIARCE 83rO I
EAYHER—_ REAHREQ
0 .20 40
! A
t'_s ,
T
t FOOT
CIgY HE4TE5n'——SOEIEFY
ifik
SURv�%Y
AmmtwA
` masinssi�l�rrzetsl �3
'a
CITY OF MIAMI
CAPITAL LHPROFEMENTSFROGRA.H
PROJECT NAME
ENRE SIVEWd.K
FROM IST % STREET TO ZSTH STREET
PROJECT No,
5-30522
f:W
513 89'
ge, :r'
N".:_V`ARIANCE LU
— — —-14MiggE6
•
\-FIJOT R/VJ
i
LANDSCAPE PLA
d-366S1.M--�ps1
SHEET
NO.
BLS-6
SOCIETY
GARLIC
0
d' L- a SURVEY
Q
Ln .-l� SURVEY
00 J
u1 I I
-4
• 4
DAT_<
IF CITY Of 01481 R/W
REPLACE IXUNIPERS WITH �
GREEN 13�I1AND FICUS phony,
SQR PATTERN I55 EJ , YY
VARIANCE
REOOIRED-\
5B 700
BRICKELL AVE
1Vt� 5JE 0Y
i J : 00P1f47
T-Y LIPd #" I ,ER4.>P fO€ t
SEAGRAFE
—
FDOT 41NI
FINAL 7_24 2014 Brickell_landscape (2) (7) (98% of Scale); Brickell - Change Order, Projects; 10/15/2014 03:47 PM
... ._ .HOLLYFERN 24 „CC SOR
PA t I tHN3U E!4� 1H OPEN .
—' — SPACESUNDER CANOPY-'
STA 83+30
CITY OF P1785/ PERNANEN '€ASENENr
CITY OF MIAMI
'401545L IMPROVEMENTS PROGRAM
REPLACE JUMPERS WITH,
GREEN ISLAND FIcud .'18" OC
SQR PATTERN 811 EA
:ISHDRE .. —
(SUPER
50031 �y
=—_^r'—.
I FDOT RANT
I 1
CITYOFML4MI
CAPITAL IMPROVEMENTS PROGRAM
PROJECT. NAME
PROJECT No'_
PRICIPELP AVENUE SIDEWALK
6 MEDIA,MPROVEMENTS
FROM s. EET ro um STREET
8-30822
FinmamOneuansIt.
SDT 17P
0 20 40
89+00
5C
90, In
..•EXJfCtJ
h1EXiL`(LV_ •
LANDSCAPEPLANS
u
55
SHEET
NO.
LS-7
700%•PLANS
1
i
1 I
I I:.
I
I;
1 ;
I
• -I -
,4 r
-iii. , . rAprir Pm __. ?__. I 4'
-I,
' . ... ,... , _ .,....
58 153'
COONTTE
ANI
11
--
'--
0
-
-
IIITrtiii1tr'
REPLACEJUPERSWIT . •
GREEN ISLAND FICUS8OCit'-
t
BRICKELL AVE
SOT 177 Sade
SURVEY
- -
1-- 'DO
M 'EXICAN
HEATHS
91+00
Y
.11
92100 200.
c
0
95
,0
.
re
DW SHORE
AlaPER
SEAGRARE
1
1L
T
- 1
REOCAEBS
. 0 103+00
SEAGRAPE
•
-7
.
atiNC
S7
P3I8 i SURVEY COCOPLUM BRICKELL AVE
r
1
9
Tr=
it cor Ari/t
10
I I
-
r„r;
1
: y
-
t00
t ,
- r _ a _ _T_______,,7_
"-FOOT RAW 1.
1
• 1 I
_ -- - ^t... k i
\
. '. \ •.., I. 11
'--.
----- CITY of,411,4- m'z't P'FI LINAN8NT .EAS'E1180".• ,._ - - ' I
'0 CATE-SS- -
10 STA 93+25 /
40
10
100% PLANS
DATE
RE,34ISf ONS
er „ 0E509.,FIGN
EDT( e
01-4
T-e-04,7_,RiNtei.RtioNAL
CITY OF MIAMI
CAPITAL 0.1PEOVEMENT5 PROGRAM
RA so, wo Aolow Br, Roll
ma....13031309.33110
CITY OF.M1A1417
G4PITALIA1PROVE3fENTS PROGRAM
0001000 NATE
PROJECT NO.
exiocar_ AVENUE SIDEWALK
AIDOLIO IDADOLWRED,S
ent3333 35-TH1,3-REET TO 251-H STREET
•-.
8-30822
LANDSCAPE PLANS
•
. .
FINAL724_2014__Brickelf_landscape (2) (8) (98% of Scare); Bricker! - Change Order; Projects; 10/15/2014 03,47 PM
.99 01109220990062.900J0050Pe,1.100 - PM! 0a1e324.2111.$
SHEET
NO.
LS-8
rF0,07117/W .I
_..
GA7SJC
Yi Soda U W. So24"..;
Y YAPON Sda0.5)r
HOLLY
I /' - 50 106' I' , SURVEY
rn
ti
VS coo 97+00
W 1
.
DATE
REV1510N5
rzr 00
F007- RAI
L"__ __ L.
_ Di YA,UPO5
_ _ __ _ __ - 500 SOCIL•M -. ' HOLLY-
UN CARL?C
Sodd.24" .'i: SOT _710.
_smp17050 - BRICKELL AVE
t SURVEY
980
FINAL_? 24_2014 Brickelt_fandscape (2) (9) (98% of Scale); BrickeU - Change Order; Projects; 10/15/2014 03:47 PM
OW YAUPON
HO(LYe
EW YAUPBN—
HOLLY
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
RELOCATE TH 1; ApJUST.EkIST. _
`-EAST T9 REDUCE-- 1` METER BOX TO
CANOPY.'OONFLIT f: GRADE;
Vir
lizzr NEE"
WA9f)00000
lfiEBU51-
MtYVLYLU
:,ELECTR1C PANEL.ri
'AND BOLLARD
it
QTY02:MZ4M7
CAPITAL IMPROVEMENTSPROGRAdM
PROJECT NAME
ccFLL'AVENUE SIDEWALK
IMPROVEMENTS
ISOM ISM STREET TO 23TH STREET
PROJECT Np:
B300221
APPLE Sodd24
VARIANCE 4SF
REQUIRED strip 36 _ 58 70O'--
0 20 40
FOOT ROO
_
•
F`
1 I0tt00 1 I 1 795 702
SOCfElY 64 _ _ W
"S /VET), .— — 41 711G [0 577F..
E F00 19,09 v
4 1
t, 1 Q
\r
�
4
It
LANDSCAPE PLANS
-T_.ni vpzhcural��s.�ssvvsv.4r urrr4eR•!
ad0Y?111,SOICANE 0.V15 -Fmi 1.1e /.tJ.1114
SHEET
NO,
LS --9
1(70.% PLANS
LEGEND.
PROP. SOD
HOLLYFERN (CFA)
LANTANA (LIN)
COCOPLUM (GTE)
ig:SMI PURPLE LANTANA(LMO)
000)1AN WH1TE-N ATKE:RJS 4r(
OYSTER PLANT (RSP) SPLIT -LEAF PHILODENDRON (PSE) ALEXANDER PAUA(AA)
{yy,— ._
� FIRECAACKER PLANT (Rau aP DOWNY JASMINE (MU)4� SIMPSONS STOPPER (EPU)
CART55A (AAF) :'s+ I. " ADONIDIA PALM (VMJ BIRD OF PARADISE (SIR)
NVOr FOXTA(L PALM (WO)
LADY PALM (REX)
PYGMY DATE PALM (PR)
BUSH ALLAALANDA (ANEJ
NORA GRANT I%BRA 0;0.
REVISIONS
FOR
JATROPHA TREE FORM (JII
SEAGRAPE SHRUB ICUV)
4F �� PLA
LA NR 0001744
T.Y.LIN INTERNATIONAL
OATS PALM (P0)
PITCH APPLE (CR)
--CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
r2C3I,I6-1713aesans
PINK TABEBUTA (TH2)
PIDGEON PLUM (CO)
GUMBO LIMBO (855)
GUMBO LIMBO (MSG)
uVE OAK': (WO
ROYAL POINO*ANA (DR).
MAHOGANY TREE (SW
CITYOFMfIAMl
CAPITAL
PROJECT NAME
PROJECT No.
BlifCRELL
MEDIANPROVE EMS
FROM LSTH STREET TO urn STREET
8-30822
0 20 40
SHADY LADY BLACK OLIVEI:(BB)
(SIGHT DISTANCE TRIANGLE)
0R 58 (SET SACK) AREA
•
LANDSCAPE PLANS
SHEET
1,&.ume-x.smA44NAvu0VldYLfr.. 0544>0/11141J. ),IAR SPF PIMA ._Pi C4."111Mi1.
LS-10
1
1
i
1
-, , li i.— • • -- - - - i
:.., f ;I!,• f
- i
1
•,.
.1
I
-,'
', t- ,..,,,,...:•,-;,,,. '••-:-,..7',...._1„,-.,:,-.7-, ''.,,,..-...•!=,,,7.,... -.;..7I .
T -I
r.„
• —
1 I. 1 1;-' REPLACE JUNIPER1 VVITH
ATTERN 320,EAIN OPEN
GREEN ISLAND FIC SU" Ofa ll', I
SIJACES UNDER CANORY
I • Aa.ors :arivs I , - •SGIR PATTERN 404 0.ta,
02
▪ I LADY PALM
tc▪ )‘00
1"
III6LLYFEIIN 24" 00SOV
! l''
_ •
1-1,5IICAII
— R.A.'"?•C'''''A* ----OW SHOO ",,'‘,.. ;-- __- --0Y4 .54'9_•45 - — '-0IN SHORE C HgATHER- ' -S°C-1E;r4 - ''. ''' —
NIPER' _- — --Ijo,,apsg
SF • '...-
. , - _ ._ , . ,s.crd:su,t.,2a -t:- ..°, -..,..... ',SEA-GPAPE - _.1. - IiitThitPrE -r-, Z5.--''.-. "-- _- •L ,,,,, ,-,,t, ,
JU
c„,)
- .= ' . )142. klEXICAN 245 .1MLI
fhT HEATHER
--,
, „......,,
,,,,,......4.„
1-_. •
if
,._,.
-k. ,
I ;
i
I
PITCH
APPLE Sodd 24" Strip
!, 1
f "17 •'
,/- • -:
r i i
1
,.....;___
.01.--arn°'‘tiora....,:z,-1•„_ 8
82+00
°:, VARIANCE g3r° ' ST
CO
VE
SURVEY 56
siNEsolas
^ n•
1
FOOT RAN FDOT RAI2 Lj
z
-, •
OF MIAMI RAW
,CITY OF MIAMI PAY
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
CITY OF MIAMI
C4PITALLILPROPERMWTS PROGRAM
PROTECT NAN,
PROJOLT
ORICKEIT AVENUE SIOSNALX
6 AMMAN OWPOOVENENTS
TOON 1571, STrtEET TO 25TH OTNEET
FINAL_7_24_2014Brickett _landscape (2) (6) (68% of Scale); Bricked - Change Order', Projects; 10/15/2014 03:47 PM
8-30822
LANDSCAPE PLAN
SHEET
NO.
-obTo7.,-Olut
-6
1 00P6 Pi,ANS
IRRIGATION NOTES
1)
THE 1E.AO LAYOUT HAS BEEN DESIGNED TO PROVIDE.. 100%
COVERAGE. ANY CHANGES MADE IN THE HEAD LAYOUT DUE
TO FIELD COND1i0A0 SHALL BE IN. ACCORDANCE WITH THESE
STANDARDS.
2) SET SPRAY HEADS 3" AND ROTORS 6" IN FROM BACK OF CURB
OR 12" IF PAVEMENT HAS NO CURB.
3) VERIFY LOCATIONS OF ALL UNDERGROUND UTILITIES PRIOR TO
INSTALLATION OF IRRIGATION SYSTEM. MAINLINE SHALL NOT'
BE LOCATED INTHOUT PRIOR APPROVAL OF THE PROJECT
MANAGER AND THE LANDSCAPE ARCHITECT. ALL UTILITIES AND
STRUCTURES MAY NOT BE SHOWN. ON iiESE PLANS -CONTRACTOR
SHALL VERIFY.
4) ALL PRESSURE MAINLINES UNDER ASPHALT PAVEMENT SHALL
BE WITHIN SLEEVES AS NOTED. IRRIGATION COMMUNICATION
CABLE SHALL HAVE ITS OWN SEPARATE SLEEVE.
LATERAL LINES SHALL BE CONTAINED WITHIN THEIR 015N
SLEEVE WHERE SHOTTI ON THE PLAN.
5). ALL SLEEVES UINZED BY IHE IRRIGATION CONTRACTOR.
WHETHER INS140110D BY HIM OR NOT. SHALL. DE LOCATED ON
THE "AS -BUILT" DRAWINGS. THE DEPTH BELOIT FINISH GRADE,
TO THE NEAREST FOOT OF EACH END OF EACH SLEEVE SHALL
BE NOTED AT EACH SLEEVE LOCATION ON THE 'AS -BUILT"
DRAWINGS. ALL SLEEVES ON PLAN FOR WALL PENETRATIONS
AND. UNDER SIDEWALKS SHALL BE SIZED TWO PIPE SIZES
GREATER THAN PIPE IT CARRIES.
6) MAINLINE AND VALVES ARE SI1014N IN SCHEMATIC FORM.
LOCATE AS NOTED ON PLANS.
7) LOCATE ALL VALVES A MINIMUM OF 24' FROM BACK OF
CURD OR LOGE OF PAVEMENT, UNLESS NOTED OTHERI1SE.
13) ALL UNSI2E0 PIPE SHALL BE 3/4" UNLESS OTHERWISE NOTETJ..
9) ALL VALVES SHALL BE INSTALLED 1N AN AMETEK PLASTIC
VALVE BOX WITH LOCKING LID.
10) IRRIGATION CONTRACTOR SHALL SECURE ANY AND ALL
NECESSARY PERMITS FOR THE WORK PRIOR TO COMMENCEMENT OF
HIS OPERATIONS ON -SITE COPIES OF THE PERMITS SHALL BE
SENT TO THE OWNER/GENERAL CONTRACTOR. WORK IN THE
R.0'W. SHALL CONFORM TO THE STANDARDS AND SPECIFICATIONS
OF LOCAL ANO/0R STATE HIGHWAY JURISDICTION.
11) VERIFY EXISTING METERS,SLEEVES AND CONTROLLERS AT PROJECT
SIZE WITH OWNER_
12) DURING INSTALLATION AND UPON COMPLERON OF TiE
IRRIGATION SYSTEM, VALVES SHALL BE WIRED TO THE CONTROLLER
STATION AS PER THE IRRIGATION ZONE NUMBERS
INSTALLATION OF WORK SHALL DE COORDINATED TWIN OTHER
CONTRACTORS IN SUCH A MANNER AS TO ALLOW FOR A SPEEDY
110600DERLY COMPLETION OF ALL WORK DN THE SITE
14) PRODUCTS SHALL BE AS SPECIFIED.
13)
RfV/5/0IJ5
047E Ler) Ft /00
NL13taaL.
N 869T8 O' V3'.
7 Y 9I� ERISi ZONAL
OUANTITES
IRRIGATION
PAY ITEM
PAY ITEM DESCRIPTION III
.
UNIT
PLAN
QUANTITY
FINAL
QUANTITY
EXISTING POTABLE WATER METER AND BACXFLOW PREVENTER ASSEMBLY,
CONTRACTOR RENOVATION AND FINISH SITE WORK
EA
3
DIG LE1T 4004 SOLAR CONTROLLER WITH MK1T4000 MOUNTING KIT., -
MC040001, COLUMN. WIRE SWEEPS. AND CONCRETE BASE
EA
3
DIG LEIT 4006 SOLAR CONTROLLER WITH MK)T4000 MDUNT1NG IC1T,i •EA
MC04000L COLUMN, WIRE SWEEPS AND CONCRETE BASE
3
DIG LEIT 4008 SOLAR CONTROLLER WILY M411-4000 MOUNTING K1T,
148-040001. COLUMN,WIRE SWEEPS AND CONCRETE BASE
EA
2
HUNTER MINT-CL1K RAIN SENSOR WJTH.POLE ASSEMBLY AND Lf44A 5KlT
ADAPTER 6821-4 I
EA
8
RAIN BIRD 150-PER CONTROL VALVE WITH LATCHING SOLENOID, LENA
SOLENOID ADAPTER 30-926, LIMA ACTUATOR 160HE-150, WIRE
CONNECTORS A1VD VALVE BOX
£A
39
RAIN BIRD 100-FEB CONTROL VALVE WITH LATCHING SOLENOID; LEMA
SOLENOID ADAPTER 30-926, LEMA. ACTUATOR 150HE-100, WIRE I
CONNECTORS AND VALVE 60X
EA
3
RAIN BIRD 1806 SPRINKLER WITH NOZZLE 5r 1/2" FLEX PIPE AT 18" LONG
EA
842
RAIN BIRD 1402 PC BUBBLER WITH 112" FLEX PIPE A; 3' LONG
EA
154
2" CL 200 PVC MAINLINE, SOLVENT WELD
LF ..
2.780
11/2' C1. 200 PVC MAINLINE, SOLVENT WELD
LF
385
2" CL 200 PVC LATERAL LINE
LF
100
1 1/1" CL 200 PVC LATERAL LINE
LF
725
1 1/4- CL 200 PVC LATERAL LINE
IF
200
CL 200 PVC LATERAL LINE
Lf
1,360
3/4" CL 200 PVC LATERAL LINE
LF
7.900
I4-1 GAUGE CONTROL WIRE WITH CONNECTORS -
LF
5,500
14-1 GAUGE COMMON WIRE WITH CONNECTORS
LF
5.500
IRRIGATION LEGEND
RAIN BIRD NPR SPRAY NOZZLES UNLESS NOTED OTHERWISE
12-0 30' TRAJECTORY
• 72-T 30' TRAJECTORY
• 12-H 30' TRAJECTORY
• 12-TO 30" TRAJECTORY
3 12-F 30' TRAJECTORY
• 10-0 15' TRAJECTORY
• ID-T 15' TRAJECTORY
10-H 15' TRAJECTORY
• 10-F 15' TRAJECTORY
• B- 0 10' TRAJECTORY
8-H 10' TRAJECTORY
• 15EST
• 155ST
• 15CST
A RAIN 81R0 1407 PC BUBBLER
Q RAIN BIRO PE8 SERIES ELECTRIC CONTROL VALVE
Ej DIG LOT 4000 SERIES CONTROLLER
C) HUNTER V11N1-CLIK RAIN SENSOR
• CLASS 200 PVC MAINLINE, SOLVENT WELD
CLASS 200 PVC LATERAL LINE SOLVENT wELD
SCHEDULE 40 PVC SLEEVE (SEE PLAN FOR SLEEVE SILL)
CITY OF MIAM,7
CAPITAL IMPROVEMENTS 11401 DAM
�,— CONTROLLER AND ZONE NUMBER
VALVE SIZE --/ GALLONS PER MINUTE
CITY OFMTIMI
PR0 ECT NAME
FROM MTN STREET To ,srN STREET
8-30822
IRRIGATION NOTt.S, LtucNU &
OUANTITIES
a"a.Pe.a .,m,.,A.Asuaou n ar.
SHEET
NO.
IR-1
100% PLANS
PLASTIC VALVE BOX WIN LOCKIILG COVER
1 !NISH Gn.4DC
DC LAT41!INC SOLENOID Y .
L_MA OCIULTCR 1698E-10O, 1" VALVE
LEMA ACTUATOR 16911E-150, I 1 /2' VALVE
SOLENOID ADA11500 FOR RAIN STD VALVE
AND LEMA ACTUATOR. MODEL 30-925
OR APPROVED EQUALS
TO SPR!NKLCRS
latiVEMA
0" GRAVEL SUMP)11
V1RAP BOTTOM tc OUTSIDE. OF VALVE PIT W/ FILTER FABRIC TO
AID IN PREVENTING ADJACENT S011 .ROM Fi1TERIING THE VALVE
90X, Vii?AP TCH FLY AROUND PIPES MAINTAIN CLEAR SPACE.
BETWEEN BOTTOM OF VALVE .4 BOTTOM OF VALVE PI I. DO NOf
ALLOW BOX TO REST EN PIPE. MAINTAIN 4" CLEARANCE.
END OF SLEEVE
RAIN BIRD PEB SERIES CONTROL VALVE
NITS
90' ELL -PVC SCNEOULF 40
- SCHEDULE RD PVC NIPPIF
MAN LINE FITTING
MAW SUPPLY UNE
RAIN BIRO PRESSURE COMPENSATING- FLOOD
BUBBLER MUDEI 1402, 0.50 GPM 0R
APPROVED EDUAL
NOZZLE 10 HE MOUNTED ON RAIN DIED PA-BS-NP
SHRUB ADAP I ER OR APPROVE) EQUAL
RAIN BIRD 1400 SERIES BUBBLER
PARKING ISLADD OR'( COIICRE TC URO
ROADSO4[DUC vA1ERE APUC.aELC
RE1,4,5104,5
'NTS
LATERAL TEE
LATERAL PIPC
PARKING SAND OR
ROADYIA/PAP.KillC AREA BASE ROAD SIDE EDGE
41414Mri4
SCHEDULE 40 PVC
SCE PLAN FOR SLEEVE SIZE
SLEEVE DETAij .
NTS
o as
f1-
l3
J'ivas�
w 86018
T•14111\, I.N RJNIATIONAL
ENC OF SLEEVE
RAIN BIRO
I �MPP NOZZLE OR APPROVED EOJAL
-•"+.' i . 1IN15NE0 GRADE
LA'LRA.1 PIP
-C10.011 L
009. ACFILTED
LATERAL LINE
IRRIGATION
MANURE
EXISTING SOIL
3
RAN BIR.D 1805
SPRINKLER OR
APPROVED EDUAL
RAIN BIRD SBL-000 N.ALE
ELBOW 1/2" al NPT X I/O"
BARB OR APPROVED EQUAL
TYPICAL 2 PLACES
RAIN BIRD SPX -FLEX
FUNNY PIPE 0R
APPROVED EOLIAL
RAIN BIRD 1806 SPRINKLER
NTS
vA0 rH
MAY VARY
TRENCHING DETAIL
_CITY OF MIAMI
CAWAIL f PROE ENTS PAOG4A>f
NTS
LATERAL. TEE
2 t'
CONDO_ 41RES
•11 0,900E -10T AND COMMON
CJT9 OFML 511
CAPITAL.<.-
�'i
BLACK WIRE
B 4110 WIRE
Q -MINI CLIK'• RAIN SENSOR
OR APPROVED EQUAL.
O DIG PLASTIC PIPE CAP
1- CAP PART No.23-001 or
1.5 CAP PART No.93.053
LVITH HOLE FOR WIRES.
0 DRILL IWO 3/161+01.3 IN PIPE
FOR SENSOR BRACKET.
I21 49-32 MACHINE SCREWS
WITH WASHER. LOCK WASHER
AND NWT. •
el 1 1 5• GALVAN0E0 PIPE
� 6 t010 FEC HIGH.
CD 12' X 12- CONCRETE BASE
R' OEEF MINIMUM.
/O7� 1' or 1.5' PIPE ELBOW.
, n 1 1INL11 GRADE.
ED MIZE
WHILE LIRE
® GROUND
VAI VE E0X.
10 SKIT ADAPTER
PART NO. 5B21-0
USE WITH EACH SENSOR.
TO CONIROLLEROR VA_VL
a 113 DRY SPUCE
COIiNECIORS.
13 NORMA 110105FD WIRE
FROM SENSOR.
L9 CO0MSENSOMMON WIRR.E
99
15\ 1br15'NIFFLE-
LJ GRAVEL
RAIN SENSOR ASSEMBLY (COLUMN MOUNTED)
USING SKIT 8821-4 RAIN SENSOR
B-30822
NTS
IRRIGATION DETAILS
0 1or.. Rvl• 4-3owol_J00.J1vl,o10•nn.00e1ni • - W9v 4Me:1 fi.ST1
IR-2
9,
NOTE EACH CONTROLLER, RAIN
SENSOR AND BACKFLOW PREVENTER
SHALL BE INSTALLED IN A LOCKABLE
ENCLOSURE MOUNTED ON A CONCRETE
BASE SEE TYPICAL DETAIL THIS SHEET.
CONCRETE SASE
FINISH GRADE —
IMPORTANT:
IF RK1I IS CONNECTED TO ANY
CIRCUIT OVER 24-VOLTS IT MUST DE
LOCATED IN A SEPARATE "HIGH
VOLTAGE JUNCTION BOX. 1'..-
TO! 0T'00 S'S TFSI PUMP
OR D- - AC/DC POWERED
EDOIPV.0N
CATMOrl W.RE
FINISH GRADE
DC 05006ING SOLENOID
LEMA ACTUATOR 16011E-100, I" VALVE
LEMA ACTUATOR 150HE-150, 1 1 /2" VALVE
SOLENOID ADAPTER FOR RAIN BIRD VALVE
AND LEIIA. ACTUATOR. MODEL 30-926
I OR APPROVE) EQUAL !_
TO SPRINKLERS
OR`APPROVEJ t0UA'i.
MAINLINE
18" RECTANGULAR
VALVE BOX (TYP,)
CONTROLLER
MODELS
4004, 4006
& 4008 OR APPROVED EQUAL
6'" ROUND
VALVE BOX (TYP.)
03 'SENSOR.
0P , lnrl"
OP
Oki -
SENSOR CONNECT;D TO
VALVE USING SKI1
NISH GRADE
..—GC LARDING SOLENOID
LEMA ACTUATOR 160HE-100, 1" VALVE
LEMA ACTUATOR 160HE-150, 1 1/2" VALVE
SOLENOID ADAPTER FOR RAIN BIRO VALVE
. AND LEMA ACTUATOR, MODEL 30-926 OR APPROVED EQUAL
AY1 8:RD VALVE OR APPROVE!. EQUAL
TO SPRINKLERS
TYPICAL SYSTEM INSTALLATION LEIT 4000 USING 1600HE SERIES ACTUATOR
REVISIONS
CLSO IPTINV
FOR
]wlfunSOT.P
c0(160 L69;�S'Ti'e z
T•Y•L1N'diVT I NATl +ETAL
CITY OF MIAMI
PITAL IMPROVEMENTS PROGRAM
sZX
CITYOFJML4.MI
CAPITAL b11PROTIEN019TiV P.f
O' AMBIENT UGH! POWERED
IRRIGATION CONTROLLER OR APPROVED EQUAL
4004. 4STATION MODEL
4006. 64ATIONMODEL
4006,8 STATION MODEL
O{� TERMINAL STRIP.
\/ 14 GAUGE WIRE.
\I 4 I/ PROGRAAMAING KEY.
MOUNTING KIT MKI14000
AND 4B" MOUNTING COLUMN
MCO4000L OR APPROVED EQUAL
PROIE, RAM;
+,rsomEcr No,
8-30822
50
1 6.1 FINISH GRADE.
O6-1/2" OF BACKFILLSOIL
OPOURED CONCRETE BASE
1-1/2 CUFF. INSTALL
PER MANUFACTURER'S
INSTALLATION GUDE.
0 DIRECT BURIAL CONTROL WIRES
TO CONTROL VALVES.
LIGHT ENERGIZED IRRIGATION
CONTROLLER LEIT 4000
NTS
IRRIGATION DETAILS
:i1 a [to) Av58:RJR .sn-JAASh4risRda!! °dadt - P.Im.4me:l 6Sa'T81
IR-3
00% REANS
r
P1
11
j(-0 61.01VEy
61,00
410 .
°
, TO0T R/W
I
, ..
, 1 ... .
I .
1 . ..„ EXISTSIG 2-1/2SLEEVE
FIELD VEKFT
a 1
1 :!:•4,,,‘ . ' eli 1" ..... .....
Do, RA%
. .1
..•........_..... , •, . 1 '7 . ec i: ...;J cc ....z •. 7: ."_;;
. •
1 , I
1
f i:•,-,,
,__ ...1
r ,
IRRIGAI1ONLEGEND
RAIN BIRD MPR SPRAY NOnLES OR APPROWLI EQUAL UNLESS NOTED OTHERWISE
I
12-0 30' TRAJECTORy A1 10-H 15' TRAJECTORY A RAIN BIRD I 402 yc BUBBLER OR APPROVED EQUAL
. t
'0- 20
BRICK ELL AVE
10 ' .7.:;:!;2. -..- :11^ 1 lir_ 7.-_ --•.% "1" -i:1":' ' l''' r .-:-/-3.,..V.."<.--L-P
:ILL _ __,,...._ -:.;:,,,:,....::_:-. ?'----' •----'----'"-- 2
▪ 12-T 30' TRAJECTORY • 10-F 15' TRAJECTORY
• 12-H 30' TRAJECTORY 8-0 10' IRAJECTORY
c. 12-TO 30' TRAJECTORY 8-H IT TRAJECTORY
a• 12-F 30' TRAJECTORY 7 15EST
10-0 15' TRAJECTORY 15S5T
10-T 15 TRAJECTORy ° 15CST
RAIN BIRD PESB-R SERIES ELECTRIC CONTROL VALVE
OR APPROVED EQUAL .:01
CONTROLLER SEE DETAIL SHEET
10. itATER METER SEE PL* FOR SIZE
CLASS 200 PVC MAINLINE, SOLVENT WELD. PANTOIIE PURPIE 522C
CLASS 200 PVC LATERAL UNE. SOLVENT WELD. PANTONE PURPLE 2$;e'c41)%4E,.1
SCHEDULE 40 PVC SLEEVE (SEE PLAN FOR SLEEVE 0170)
CPS'50
DATE
DT 1
DERLISEDEIS
0E5C8112740N
ZONE NUMBER
GALLONS PER
„„.
1
11/2'
3/4' 1
1-1/2
A.
-Z:212,100
—CONTROLLER. I/C
DIG 1000$100p1LE11.400 .....
sow CeNi1ROIR 1011 - 11,51thliG.
HARDWIRE. REFER TO DETAI. FOR
ALL COHPONENTS
• EOR
* 1h1
110.4-11\ -CArT1' F MJAMI
•Y'Llif.44iglikkt1e4'
ikl§c _r2Uidsli...°Pr E. 1. 0A272A1A4082801lE41E0T6 0808RAM
444 SW ,F,E. an, .0
CITY OF1117.1,111
CA111Z4LDAPROPEMENTS
PROJECT DAME
PROMO" AID.
BRICKED ARM. SIDEWALK
MEDIAE RIAROvemEDES
'nom IMI siREET TO 1.51,4 STREET
B-30,922
IRRIGATION PLANS
KIW,AVADEAREosEDAR Low-KOK:ET R.D11C2I AR9-Arrii2KirrIgArDW I8400 -7R4A1 00007.01.4040
NO.
IR-4
100,58 P4AN5
+'
t0"
- 3!4'
uN00
ALA-
1
T
IIRRIGATION LEGEND
RAIN BIRD UFR SPRAY N001ES
12-0 30' TRAJECTORY
12-T JO TRAJECTORY45 12 Ti '0- TRAJECTORY
12-TO 30' TRAJECTORY
jJ 12-F 30' TRAJECTORY
0 147-0 111 TRAJECTORY
10-1 ;s TRAJECTORY
IFo6r" vZ
L
Ek1041T8c 2-1/2! ELREvE
3A4.. TLLD vERiro \ BRICKELL AVE
l�FDOT R[''f
CITY OF MIAMI RA' A
I:
0R APPR0YED E00A . UNLESSNOTED CTI1081110E
10-II t TRAJECTORY m RAIN BIRD 1402 PC BUBBLER OR APPROVED EQUAL
e 10-F I5 TRAJECTORY !: RAIN BIRO PE.B-R SERIES EECTRIC CONTROL VALVE
• 8-0 10' TRAJECTORY OP. APPRCI PO 0C1JAI
n 8_µ 10 TRAJECTORY
• 15EST C00TR0LLER SEE DETAIL SHEET
• 0SST a Et.0ATFR METER SEE PLAN FOR SIZE
• i0C0T -
_ ZONE NUMBER
CLASS 200 PVC MAINLINE. SOLVENT 1TELD PAN -TONE PURPLE 52210
CLASS 200 PLIC LATERAL LINE, SOL'F 1T REED; PAt4TON PUR11-08
SCHEDULE 40 PVC SLEEvE {SEE PLAN FOR S17ETE SIZE; 1 't=
REVISION.,
DATE
OESC lP4J09 .
EOR5
cis1 04 also..
TYL11-1 TgR At OtaAL
GALLOP'S PER
AIINIFTE
y. 1
CONTROLLER 'B-
PIC CORPORATION LETT 4008
SOLAR CONTROLLER WITH
NO10TMG HARDWARE. REFER
TO DETAILS FOR ALL
_- _: COMPONENT5
C Ty .OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
Zfr
1L2
E05TP4'G 1-1/2' POTABLE
WATER ATTER W111
BRCEFLOW PREVENTER
CITY OF MIAMI
CAPITAL 3.IPROVEMERTS' PROGR416l•,
PROJECT NANO
PROJECT'] No.
B-30822
034
O p 401
o
3/4.
CITY OF MIAMI A/WJ
IRRIGATION PLANS
.Mown 13:t . n/tt Oratet /13 SJO0// 8.30H?]111 g on Plo=5 t. 0Ptc:l.4J-1O40
N0.
1R-5
z
C
0
f POOT RAY
L
1.—
3'a 3/4
� g�/�� �3ii1 ._.I_ ....-.:J-: ., - V 1 PLIWLWE
.i tea'
yb 1 J.A 1 3/t1/2om I' —3f4 24 I/5 REDLCER-� 3•
VZ 3/-0 '9!i 1 V2 1 rx i 1/2 MAZER
I -_ i 71L3 P `H SURVEY — - 37 ` "'-_-_ •^— 2 MAINLINE
WP 1 1 T i 1 1 L I 74100 -2 MAINLINE / '0C
FOOT
CITY OF MIAMI RIWI
7
IIFiP. AiION LEGEND
CITY OF MIAMI R/N'
RAIN BIRD NPR SPRAY NOZZLES OR APPRO4E0 EQUAL UNLESS NOTED OTHERWISE
12-0 30" TRAJECTORY 10-H 15 TRAJECTORY a RAIN BIRO 1402 PC BUBOLER CR APPROVED EQUAL
12-T 30' TRAJECTORY 9 10-F 15 TRAJECTORY ' 22.• RAIN BIRD PE58-R SERIES ELECTRIC CONTROL VALVE
a 12-11 30' TRAJECTORY B-0 1D. TRAJECTORY. OR. APPROVED EQUAL
t T 12-TO 30' TRAJECTORY •- 5-H 10' TRAJECTORY' -
43 12-F 30' TRAJECTORY 5 15EST ® CONTP.OLLER, SEE. DETAIL SHEET
• 10-0 15' TRAJECTORY 15051 EX WATER METER SEE PLAN;FOR SZE
10-T 15' TRAJECTORY ° 15CST
f=
CLASS 200 PVC MAINLINE SOLVENT WELD, PANTONE PURPLE 522C.
CLASS 200 PVC LATERAL LINE, SOLVENT WELD, PANTONE PIIRP"'j
SCIEDULE 40 PVC SLEEVE (500E RAN FOR SLEEVE SIZE) `N.r
.NEV/SZONE
OESC /PrpN
FOR>
;z E.R;C
T'Y•Li i
ZONE NUMBER
GALLONS PER
00001E
CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
rvs, ;61,;3`0, (3014201r53
r- E%ISTINO 2�1/Z' SLEEVE. FIELD VERIFY
-.,1-112' 1 31
f 3/9'�11
"1`2 MdPvU�c
- '• REDUCER-1
74000
CITY OF MIAMI PERMANENT EASEMENT
CITY OF MI..LYII
cApn:,9 t.=;�ri 1/.., 4,1.J,vTSa=BcOGX:tM
PRQJFCT NAMF
PROJECT .Yn 1
SMOKES, AVENUE SI 0E0VALE
MEDIAN' 131PROVES233,5
FROM tSTx STREET TO TFx STREET
B-30822
0 20 40
T-vz 2�
'FOOT RAT
BRICK ELL AVE
IRRIGATION PLANS
Nl0.404:kMN,Nom -S.MM00.41 a ... -, of .4 0)4-5...,54V.,, P1.,Ps - P5c 6, el.1JXL
SHEET'
NO:
IR-6
L
r,
=RAW SENSOR WITH SKIT 8821-4
•
3 4 / 3/4 J4 3 r @RICKELL AVE
3/.1'�
Q 3�4� A ~3lF 1 1/2-
[7,100
W 6..
Z
Ul CONTROLLER C DIG CORPORAFA1LUT
i 4006 ,:.FOOT RIW
SOLAR CONTROLLER WITH MOUNTING
HARDWARE. REFER TO DETAILS FOR ALL I'
COMPONENTS
L„
1
2' MANURE 1
II1
- CITY OF MIAMI R/W -� '
1 iiN(GAIION LEGEND
RAIN BIRD MPR SPRAT NOZZLES OR APPROVED EQUAL UNLESS NOTED OTHERWISE'
L I2-Q 30' TRAJECTORY e 10-H 15' TRAJECIORY 1 RAIN 0100 1402 PC BUBBLER OR APFP.04FD EQUAL
[ uH 12-T 30' TRAJECTORY , • 10-F TRAJECTORY RMN 81RD PESB-R SERIES ELECTRIC CONTROL VALVE
12-30' TRAJECTORY 8-0 10• TRAJECTORY OR APPROVED EQUAL <-
L 0 12-TO 30" TRAJECTORY A: 8-H 10' TRAJECTORY • CONTROLLER SEE DETAIL SHEET
`12-F 30' TRAJECTORY 15EST
10-0 15• TRAJECTORY 155ST
10-T. 15• TRAJECTORY ._15CST
1 _ CLASS 200 PVC MAINUNE SOLVENT WED, PANTONE PURPLE 522CAg;
CLASS 200 PVC LATERAL LINE, SOLVENT WELD; PANTONE FURQA.Er5Z
SCHEDULE 40 PVC SLEEVE (,SEE PLAN FOR •SLEEVE SIM •
3/47
1 1/2'
Ro+Gc
1 I 1
REV/S/04'S
047E I
• V/ATER
METER SEE ?LAN FOR SIZE
ZONE NUMBER
GALLONS PER
/AIOIZTE
0 s
a
A _
Er
8Rt00 82t00 11 SURVEY 84100 L 1
1 ..w �RAei 9E015cP W9TH star 802}-4 1 1 1 1 d 1
CITY OF MIAMI R/WJ
CITY OF MIAMI
CAPITAL TMPROVEMEM5 PROGRAM
CONTROLLER ➢ DIG CORPORATION LOT 4000 _
SOLAR CONTROLLER WRH MOUNTING HARDWARE. REFER TO DETAILS -Poor A/W
-FOR ALL GONPONENTS
CITYOFMIAMI
C-IP.75.:.-F..=-Y4?55'o 900400
PROJECT RAW
PROJECT No,
MEDIAN VAAAOVEMENTS
FROM STREET TO STREET
8-3082.6
1117
IRRIGATION PLANS
.5 '[a/e4$ 55 b4P M a [ccer,
il1Zb-)ONASIrrrgouaa P[
0
SHEET
IVO.
I R-7
12
L
L.
Ex5TN1 2-1/2' SLEEVE BRICKELL AVE
TIELO, w0802
3/4' T 11
`1 1/2'
I_
121 00
W1 1
00
UI
O �
00
7' RAN
' -CITY OF MIAMI R,91
12-0 30" TRAJECTORY
1 12-T 30' TRAJECTORY
12-H 30" TRAJECTORY
1 a 12-TO 30" TRAJECTORY
I O 12-F 30" TRAJECTORY
= 10-0 15 TRAJECTORY
10-T 15" TRAJECTORY
1AR1GA110N LEGEND
RAIN BIRD MPR SPRAY (TOMES OR APPROVED FO1JAl UNLESS NOTED 015011515_ •
A RAIN BIRO 1402 PC BUBBLER OR APPROVED EQUAL
(E:" RAIN 61R0 PE58-R SERIES ELEC1RIC CONTROL VALVE
OR APPROVED EQUAL.:.
T�` 3lgi .
861-00 L 2 MARINE
1 J
'
CONTROLLER SEE DETAIL SHEET
a TX. 1V17ER METER SEF FUN FOR SIZE
ZONE NUMBER
1
1- CLASS 200 PVC MAINLINE, SOLVENT WELO. PANTOIE PURPLE1524Ca I ] A' I
CLASS 200 PVC LATERAL LINE, SOLVENT WELD, PANTOME t (12pLE'5y C �"
�A6LE , GALLONS PER
SCHEDULE 40 PVC SLEEVE (SEE PUN FOR SLEEVE 52E�1. 1.� 1 f MINUTE
3/0'
c,T" ^' MIAMI PERMANENT EASEMENT
REVISIONS
10-H 15' TRAJECTORY
• 10-F, 15' TRAJECTORY
• 8-0 10' TRAJECTORY
33 8-H ' ID' TRAJECTORY
3 15EST
a15S5T
15CST.
DATE
E011
Fwnt O1z rVC1v -113
TYUN' I{. NA' t NAL
... CITY OF MIAMI
CAPITAL IMPROVEMENTS PROGRAM
30S "HA Onsl HALO,
Foer 11/10
CITY OF MIAMI
CAPITAL I IPROY2,'II , <..
PROJECT NAME
PROJECT .No
RILICKELL AVENUE SIDEWALK
FROM LSTH STREET TO ESTI! STREET
8-30822
1`2
3/f
I IY4
_ ya
MASILRIE
80000
I
1/2"REDUCER:
D 20 0
_ 1
Oi;R7_IY-- ir1
XISIING 2-1/2" SLEEVE, 1
FELD VERIFY
2' HAIRLINE
LI-1/2'
HALM 1 1Q
?"z 1-1/2' ti
1 RP.LA.9U1W
IRRIGATION PLANS
1,1coaR.,,ELREps.33HOLRHASJnar-II,er.v-RIALE3O a0101'sa,Ra,:ao A,,uy- Arw Oare01,1i0
NO.
IR-8
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION.
PERMIT DRAWINGS
MIAMI DOWNTOWN DEVELOPMENT AUTHORITY IN
PARTNERSHIP WITH
MIAMI-DADE COUNTY
OFFICE OF COMMUNITY IMAGE.
STATE ROAD :IBRICKELL AVENUE
MEDIAN PLANTING FROM SE 5TH STREET TO SE 15TH ROAD
IRRIGATION PLANS.
INDEX OF PLANS
$HEFT NO. SHEET DESCRIPTION
IR1 KEY SHEET
IR2-IR9: IRRIGATION PLANS ,
IR10 LEGEND — LIST OF QUANTITIES;
IR11, " INSTALLATION DETAILS,,
IR1.2; NOTES
REVISIONS:
DATE;
NUMBER
SHEET NO_
PLANS PREPARED BY:
KENNETH DIDONATO INC.
2212 HOLLYWOOD BLVD.
HOLLYWOODFL 33020-
NOYES'
THE SCALEOF THESE PLANS MAY HAVE
CHANGED DUE TO REPRODUCTION.
DIMENSIONS AND LOCATIONS OF EXISTING
FEATURES "SHOULD BE FIELD VERIFIED.:
IRRITATION 01 ANS•
DESIGNED. BY KENNErH'DIDONATO,.-PE,
-FLORIDA:REG, NO . PE20892
DRAWN' BY: JD
REVIEWEI BY COMMUNRY.IMAGE BOARD
LANDSCAPE SUBCOMMDTE::
Kenneth Daimtto-.:
Pl. L7c..020892
APPROVED- BY DIRECTOR: OFFICE OF COMMUNITY
SHEET t,.
,,:sr- EET
SHEET IRO
SHEET, IR4
SHEET IRO
SHEET IRO
SHEET Ra I
SHEET IR7
SHEET lEa
SHEET IRS
SCALE. 1" = 200'-0"
o' ioo' 200' 400'
3,-12-01
CATE
REVISIONS
DESD,IIPTION
DESLITIPIXVI
Miami-Docle County
PIJBUC WORKS DEPARTME
OFFICE OF COMMUNITY IMA0E
13 114.1 =EEL '503 FL 33128
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
IT
FINANCIAL PROACTIO.
FOl01,[2:
Set S
,thADE
EI3R CKELL AVENUE
IRRIGATION PLAN
se SO -I s03E5T To se 15-d4- ROAD
PERMIT DRAWINDS
JAN. 20, 2009
SHEET
Ar0..
034
KEY SHEET'
\\21'
11
/
11
irt-1
f ct9
tiji
1 I
''''
1----,-",,,,,,,,, , ••:•
i„ -77,,:„-•,* ,_,, • ----....______ ',„„:„.-, 4„.,_Ji ',., r--/
- •,-._...„,____,,..,_2,-.7- \._____„.., -------,,,_ ;...---, ir--,,7' r,„-..„,,
CI
.----_, \---,-------, ------ i -...-5-4 ,,,yj
,--,
/ i ----7----r--___
---ttt--,-.------.._-zt__,_
li 1./ t -------:::77------
--t-t_ ---, #
llt
------, -1,.1
ti I
11 k
'-- \---.:,--:,-,-
C1-----7.-----__ k tO,
't. t----, __,:2/7 "--------tt>)
-----------T->i-'' r'----7—.-,.------:-;1--
t. 1
Irf 20' 40'
OSSclifFnny
REVISIONS
Iff /-.
-_/
4VENLJ
.E.SCRIFTOM
Wn I- ode o 0 Cunt y STATE OF FLORIDA
orI
DEPARTMENT OF TRANSPORTAT(ON
PUBLIC WORKS DEPARTMEIT
OFFICE OF COMMUNITY IMAGE.
D N.1041 STREET. mitMl, EL 3.312 SA .5 76.12141-12.91DE
CaintrY
IF.UNCIA 1.1,4077 A
1
1
ns satfur
Par -OP sukor Hou
9.11170 VALVE
uno OtelirKKIER
Pvc LrelE
SC1110 Pie
yo pec =MS
FOCUr
SVC IPLVE
arr 1.7.11
if 1-1 BRIDE
LOWED MOW or
te<51,1110
B R I CK ELL AVENUE
IRRIGATION PLAN
DE oTH STREET TO SE 1571-1 ROAD
PERMIT ORAVVINOLS
JAN- 20. 2009
tn.ntttoth Dloonoto
.0.EUs 420E192
SHEET'
NO-
1142-
w
(r)
0
)roFnn
-4,0,6, • Oca
50 07000770400
=- POP -OP S.. OEM
0- .004440704.7-
• 0 4144070401441.0
m—
S01. PVC OVELIELS
503. PVC OLE..
!•-• • • - Innt COMOrt
GATE vsa.
NOTE
ISP.TION DES.403 MO OW. ec
• BIOME. ASS. SOW MESE NOSZIES 44411
,X 7411011000UE.R4D SFEMERS
LOWED SOK. TO WOW. Rittl. SE
DISTELLED 400447044 8'04 OF CUM
•020 40'
BO'
01404.134144700 !arm
MigetWiseu.
MleuVrairristill' ir
SI EMS ..-0E-CORS 10
ISMS. DEOEISSON Meert
=wet swim.-
12' pte-UP SPOKLEIzs SKW.EE
ttsmu.32, TO NOWT MORES SO
MOMS WS. WOE 11/00SINED -
PLANT MOTS 10104 5040044004
4311)2TIL
A '''',35-.3,27gonWE.311.
I
I •
j I
100
7:44-1/57-4,47
- 12
'117
LU
fT)
t z
t
<
1
I 14.2/
ib' . 1
I 1.--
4-, ----------
Ij / ' Pt- 11-7---:'--'-____.----
1 il / iz--: il. l . .
I I(' '.7:' A, i
'-'(;-,-.'11
11/'°Ewa
' Eirjo
I
I /I
)7/
Kenneth Klanato
P.E. I.lo. 8244582
RELASTONS
trl
3,35.1P11013
OESGOIPIION
•Miami —Dade County
PUBUC WORKS DEPARTMENT
OffICE OF COMMUNITY IMAGE
/II NA I STREET. 13107. FL 33120
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
ROAD NO,
C0.01!
flAttNCLILPRIAIECT
51.1.6
• 1141.414,-CiADE
BRICK -ELL. AVENUE
IRR!ATIQN PLAN
SE sTti sTREET TO SE .ISTH Roao
pFRMIT
JAN; 20.2009-
St-IEE7-
itra-
0143S - RN
'TTTI.•44.44,44-
i
I [
L..: .--------- ? i 1
I i
1 r; •
77---------__/. .1
,-,___---------„ ----',-----,1 ,I
It
---izzt---- i A
-----, • ,-,33,.._ %
• • 3
-mot Ifisor000x Nan
Irt RAMS 3044 3031E 1461105 58441_
MMATILIVAVA'
I FR43413
morr3 1345-443313-44
MR 44043420.5011500
P4314,414 ORR& 1043
13 AUTO CCH313.1.1
V 003350I30PM..?
010 4044310445013010
SIN 40 P. 1443.3.5
43=44= OcS 4a PM ELFEvES,
40 roFc sure.
• • ••,-101030017
50 344- War Nab.
LITI31441ER UTTER
ROM
paar440014 1435304103 4440,14341.
045'441.1130 To 344433430.045001.1 ofoo
-13.4.34,4, AMR. likr 4440, SW.
OE 015,3111-0 TRRCOMIU-4.11.315PRUKLEAU
MUMS ALCM le CORD. RR.. HE
MTH= 150115014 RAM CO CUM
0' 20" 40'
Mar'd -
P4 FRO0 8104-04-
WOVE OVE30114033( PAVEMENT.
-x-swea,w
mIFJERIMEXrkt0171,434-
ROZICIS DIVE 4.40. WOW°
FIX4F 11041115 141401 41 0701411441.
80' RTH
O/42
03437 47um (1 3R1
94414£1334/3 SR. 13E ROUTED
30 WS 4/3C.Cel
OW-
laT
41
I4,
co
Ld-
W4-
siuMw0 40305-1 SUE
5EVOLR4E
. 1 r-T-4----L ____. A I,
\
61.1
/ , -------
, : ,
li \N J
i'l 1 •
-i' 1-':"
I ! f.
I, 4 I/
, 4 4
fir
L.SCRIPTION
REVISIONS-
DESPRIPPON
Miam i-Dade County
PUBLIC WORKS DEP ARTME
OFFICE OF COM/AVOID(' MACE
N_W. I STREET. 3.444, R. 33128
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION .
443.4134/C,
SR'S
COUNTY
rni-3031,noe
ANANCRILPROJECT/0.
e RICK ELL AVENUE
I RR I GATI ON PLAN -
SE 5711 STREET TO SE 08101 Rono
pERMIT Atrifhlr--,
JAN._ 20,2009
SHEET
NO.
1004
•
./- "�
//f i '
1
f\f,p
1
1
jil
Jv
z
nm
�`` \ ,�F ` SVY fYC �Y SFE VN.Y3 CF84.vel cxes
CN
o�u cv
,c sexrxn swu. r£ �iiril:i.7..
° ��_ S' .arFaJYIT�♦ 7�110 OE
tiltmta,
1
J Fm'r�Q l �� �� if of .� j 1 1'�..L ,` / i i, j
A R awls 9PP NEbii 7 '�- �' `� j r it `I
Gee. AW- A SPW.Y NM _ 'fit "-t.. / / !,
-, , 1 / l I p IOCION Plasma
WE40 Puc WOT EEC (' r'i `'
- WI ro we nlatlws �.
�wc ,Tn ,o cgpA}�r
DMmPE wNmutr
qv
sn+'+emw vLTtlt•
TE•
aaaCA1K 9Lv.110 Ma SIwL 0E
ITSINIID TO Mw+. WERE.. 0E00
MOM. AVE- LOC MOLE NOZZLES S..
• NSLXiLO IHROOLLOOT, ANO OFFOO EPS
➢ LOCATED Nv00R TO COMM WE/ EC
51Nn£9 1Pr N MU EY f Of MOE
olthf
ZOO o • 0 R.Y .
LkN - II IYY t17.
.NU
? i C
DR._ ...Rh NOTES
1 o' RCM LOW MOLE MEMOe VVOLE
EMU Cf—DERO 'a�uc["r�swl0im' ,i•.
EpINOE POMPON ONTO Mfl1IXi'.
g��µNuRIERS SRYL 9E tO III N
F1Z.YL N1s45 TO [�rsu FRON V ]L
12' POP -OP SPPSEOCTS IOLLBE
rsrxnm TO AIr La0� 0 m
IJKTs OlIS ABT.E WATNNm
EMT 11EICM5. Wfr11 N.fRQ+Ni0.Y:..:
Kenneth Di/nveta
F.Ej. Lic ;20892
REVISIONS
CATE
OESCAIPROM
Miami —Dada County
PUBLIC WORKS DEPARTME
OFFiCE OF COA4AUNrry IMAGE to NA NAO T SLREE: upon, It S3120
'STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
'IT
FRAScLILPRO OTiO..
5T5
MIAMI- ,4DE
BRICKELL AVENUE
IRRIGATION PLAN
SE 5TH: STREET TO SE 15T1 ROAD
•PERMIT d7RAWI/!C,7
✓AN. 26, 2009
SHEEN
NO.
1R5
I FGFND
B ff SOS SPF/Y HEM
� . POP -VP T(NY.iIOS
a 310111010100E
D AUTO COICOOLLER
SCR .lo Pm vvn IAL
SCN 40 Pre WM. •
I .w MC siexs
NODE S.E0es
W S MOMS
ux tux
ore wont kaFA
ROIE':
wnunw C.Ccoo YRo wv. DE
nurrom. ro MSC..amnmar tN o
SOME MIMES Nosi
PE i1010P'111°1Yrsa 10
v Pt VI FROM OF WPS.
20'
40`
80"
ORn'H
Fri
-1
1'h
1.- I l
�}% !t/ 7 i
a 011141f2E•
TO nEOS.NIE1 .ro Ox±m0101
v
/
/
DATE
SY
REVISIONS.
parr
DESCMPRON
Miami=Dade County
PUBLIC WORKS DEPARTME
OFFICE OF COMMUNITY IMAGE
111 105,1 5@.EE .. MAW. FL 3i118.
STATE OF FLORIDA- I
DEPARTMENT OF TRANSPORTATION
0010100FINAUVGALPROSECT
MOW 40402
BRICKELL AVENUE
IRRIGATION PLAN'
SE 5't1 STREET TO SE 15111 ROAD
PERMIT 0RA1Ih1411
JAM 20, 2009
$HOE r
n0.
1RG
co
CY
iw
'DO 011.1scOR1K10-
gsu
NE
' CI ADO =RODEO
w' v Donor E 114004
_ SCR um DR
Z ' uB a DO IXIEFR0
J -. sdl lO ill SMDSS
WOPERESVES
RIM *5401"DIY AMER IMMO
�
roM R. O4ERll0p0010V
sr r pE Mr MRS MACS SoRt:
Se IO E TR...of. H501111.1.$
'LOOTED a 9rtltsau.EE
MS-RUM 6-W 1 EAU 0RR arDRO.
a' 20' 40. an'
TAO. asID MOD
Ogf16 �{+�H,�
N VtLBEe6TAtE0.IP'
41514E 04FJ50R0N 0510 DIVEVE R.
p0.
12' POP -OP SP O KS'S sou 6E
NM. 1O NEED DURSO SO
SAD SORTS MENN CPEFAOR
El0 gni
1' OR ODER IIEIRO 05504 G
OT
To 1
•
w
)ya„ IIIJ
KeenetT OijTnui.a
RE. Ur. 0892.
REVISIONS
GirE
[F1c+or•rlam, OAF
OESGRIFRJN
Miami —Dade Count STATE OF FLORIDA
Y DEPARTMENT OF TRANSPORTATION
PUBLIC WORKS DEPARTMENT
OFFICE OF'COMMUMITY IMAGE sonny - 0001*1 sl1xCIALPRorc1112.
111 KW. 1 siREcr. ,44T1i. EL 3Kf15 -. -sss i.IWlii-OBOE
BRICKELL AVENUE
IRRIGATION PLAN
SE Silt. ,STREET TO SE-15TH RROAD.
PERMIT ORAWIHC=S+
_ .... JAI./ 20. 20b3
SHEEr
NO
7R7
BRILL ER
Rr 3V11 9141C SLIT
Vim-@16�'F(iti 12�1.
i `�-_- ,! A: 1NOW =AIM so
PROEMSAE
'�—�., ` J j ! Pvnf. �Evns m�M n'aefluUY[.
d 1 a ~�--v..,
"--�_..
BRINSIOR
FGFNQ
v4NalN
Pae-W SPNir,000
fl `P01calYNVE
11 w1O C01010 101
BKMOM Men..
URN 1WE
MN10 PVC awes
1NPE SLEEVES
4-4 E WA
mPR 000 BEIM
010
000TION DEPPIE0 Alm 5I91 BE
INSAIMO TO 0INIVE REA1R0.0000
EROMLL N . LOW ARCM NOMIM SIUR
DE M6T1liFD TBROUGNOUL N10 B00101II5
L 10. IMINNO SRAM BE
00110 19100BECK A OPP
`1\
Kenneth DID0r t0
.P.E.. 1lo : 20892'
REVISIONS.
DATE
1T
-0Psc0EMON.
JUTE
BY
DESORPTION
Miami —Dade County
PUBLIC WORKS DEPARTME
OFFlCE'OF COMMUNITYIMAGE
001 0.29 1 009EE 011100. FL 22120
STATE 05 FLORIDA
DEPARTMENT OF. TRANSPORTATION
JT
ROAD
MLAMf-oHDE
PIA PANECTM.
BRiC4ELL AVENUE
IRRIGATION. PLAN
SE 5S-1 STREET 7D SE 1ST'S ROA1.
PFRMOT FTRAWIW;S
JAN.,20. 20133
.SHEET
NO:
1178
®t3 4WA S-Pnr 1£M
POP. -to,. SOW TM.-
Yli£MU OvE ▪ Aso r(T
17 amount Mold 50.54
Sal .40 }K - wr$401 1 iom �Wptu :.
- ANE VALVE
E TET.TTEER 0.350
VOCATION':O6a3N HO Eve_ OE:
Nsruim. IG wet0E OVEFR[+➢N arts
• ec .nm0004Ckr. stuns.
towel, HOcENT l0 (ISE,. 9V412E
A6pt]EO. WIT SRN rOr.X OF.000
OT. 2Q0 4D1
40 MIS
�X li 92a'3151AVE.-'
BIN+Soratl�1t 'PACK-G etiLY/ID lY
Imo,.:0058 of Mtn PAYd3f(.
4-01 i0 8,501.401 mot
IY.roFiIA NMD'65,8..8E
Rana L VAIS g idNi11NN
PI M SOTHIS Wel W OKRA
L
sIV71,7av
)fiiami Dade County STATE OF 'FLORIDA
:DEPARTMENT OF TRANSPORTA"110N`
PUBUC'WORKS DEPARTMENT
OFFICE OF COMMUNITY IMAGE Po.4O?'^'A care ANANCIK PPOJEOr m.
'111 EL'N. 1..wet. ULOIJI E1 351Z11 SHS MIAMI-DADE
BRICKELL AVENUE
IRR1GATION .PLAN
SE SOH .STREET TO .SE T5]H ROAD
JAN. 20,2009
SHEET
NQ;'
LEGEND,:
SYMBOL MODE'. NO DESCRIPTION - 4. EST. QUANTITY`. CONTROL' ER CW9
F3"r")' 570S-8F TORO ACJ': SHRUBS SPRAY 03. STA. VALVE SPRINKLER.. VALVE :WATER RUJN. WEEKLY
M111, 5705-10ff TORO. AOtt SHRUBS SPRAY` '09: N0. TYPE : "SIZE .DEMAND 'TIME:. USAGE
W0r 570S-10F TORO ADJ SHRUBS SPRAY' 109 ,1 CWA1 • SPRAY, 1' 22 GPM 60 MIN/WK. 1,320 GAL/WK,
(y oo • 5702--12P kF-BQ:. TORO ADJ,'POP-UP SPRAY-(12 01- 2 CWA2 SPRAY - 1" 29'GPM 60 MIN/WK 1,680' GAL/WK`
(3ar; 5702-121.-XF--33T TORO A0J..POP-UP SPRAY ((12" 01: :3 CWA3 . SPRAY' 1" 22 GPM 60 MIN/Wi( 1,320 GAL/WK
ao, 5702-12P-XF-8H TORO ADJ. TOP -UP SPRAY 12". 16. 4. SPARE
(4 3., 5702-12P-XF-10V TORO ADJ.,-POP-UP SPRAY (12" 01.:.
OTm' 570Z-12P-XF-104 TORO A1\L.POP-UP'SPRAY 021 11'
t9,0,- 5702-12P XF 10T TORO ADJ. POP-UP SPRAY (12') 18&
'®1.'. 5702-12P-kF-10H 0R0 ARL POP-UP SPRAY 12")) 398
Oar' 570Z-12P XF-4ESr ` TORO AOJ.:POP-UP• SPRAY (12" 04'- ,STA VALVE SPRINKLER VALVE WATER -RUN WEEKLY
ES., , 5702-12P-XF 4CST TORO ADJ.. POP-UP SPRAY ((12' 12 TYPE 517E 'DEMAND 'TIME 1157+Cc`._
0`, - 5732-12P XST' E-45TORO ADJ. POP-UP SPRAY. 12` 27
'Qzi'. 5702-12P XF-45SST TORO ADJ. POP-UP SPRAY (12)- 03 1 CW81 SPRAY 1 1/2" $1 GPM 60 MINJWK 3,060 GAL/WK
0 PGA SERIES 3AIN BIRD 24 VAC 501'FNOIf} VAIVF: 2 CWB2 SPRAY 1 1/2"' .51 GPM 60 MIN/WK .3,060, GAL/W((
1".. T6 CW83: SPRAY P" 11-GPM 60-: MIN/WK. 660 GAL/WK:
1 .1/2" 08; CW83' SPRAY 1' 00 GPM 60 MIN/WK 480 GAL/WK
CW03'. SPRAY " 1" 11"GPM 60' MIN/WK 660' GAL/WK
❑-!. ESP SERIES RAIN BIRD AUTO CONTROLLER 4 CW84 .SPRAY' '1 1/2" 49'GPM 60 ;MIN/WK 2,940 GAL/WK..:
4 STATION 01 5 cV85 SPRAY 1 1/2' 47 GPM. 60 MIN/WK 2.820,OAL/WK
12 STATION 02 6 CWB6 SPRAY 1 1/2' 49' GPM 60 MINJWK 2.940 GAL/WK
•
7 -C11B7 SPRAY 1 1/2' 47 GPM 60 MIN/Wit 2,820, GAL/WK"
XR-04 - LER 4 :STATION. AMBIENT LIGHT CONTROLLER 01 :. 8-12. SPARE
R50-BE.- RAIN 6130 RAIN. SENSOR 04 420 :MIN/WK 19,440 GAL/WK'
' ' 765 SERIES - FEBCO PRESSURE VACUUM BREAKER' 04
S1;H 40 GALVANIZED STEEL AS REQUIRED CONTROLLER CWC
HDPE SLEEV11, AS REQUIRED: 61A VALVE:' SPRINKLER VALVE, -WATER RUN' 'WEEKLY
'NO, TYPE SIZE • ' DEMAND "TIME USAGE
fSCH 40 PVC? AS REQUIRED' 1 CWC1 'SPRAY • i1 1" - 19 GPM 60 MIN/WK 1,140 GAL/WK,
MAIN LINE, ',2 CWC2 SPRAY 1' • i6 GPM 60 MIN/WK. 1-0B0 GAL/WK
LATERALS: '3 CWC3 SPRAY 1" 17. GPM 60 MIN/WK 1,020 GAL/WIG
SLEEVES' 4 SPARE -
180 MIN/WK 3,240 CAL/WK
CONTROLLER-CW8
SPRINKLER RISERS''.
FITTINGS
WIRE CONDUIT'.CONTROLLER CWD
GATE VALVE (T 0 LINE SIZE). 04 . STA VALVE SPRINKLER. VALVE `.WATER RUN WEEKLY-
NO TYPE SIZE DEMAND' .TIME -USAGE _.
VALVE 80X1 26 1 CW01 SPRAY 1" '19 GPM 60 MIN/WK 1,140 GAL/WK:,
GROUNDING 1OCATI04 04: '2 ' CW02 SPRAY 1" 26 GPM 60 MIN/WK 1.560 OAL/WK.
110? WATER,ME008 04 -3 CWD3: SPRAY -1' • 30 GPM 60 MIN/WK 1,800 GAL/WK
0W04 SPRAY .1" 30 GPM 60: MIN/WK 1,600 GAL/WK.
OTES: ABOVE •GUANIITIES'ARE FOR COMPARISON ONLY.. 5' CW05 SPRAY 1' 23 GPM 6D--. MIN/WK '1.680 GAL/WK
CONTRACTOR' SHALL VERIFY; PRIOR To SUBMITTING 810� CWDB. SPRAY 1' 24 GPM 601MIN/WK :1;440 GAL/WK,
(VALVES CD1TR0LLER 87 AMBIENT LIGH,.`POWERED CONTROLLER: 8 CW076 SPRAY' 1" 23 GPM 60-MIN/WK. 1.380 GAL/WK'
,SHALL BE EGUIPPEO WITH APPROPRIATE LEMA- ACTUATOR: ' .8-12 SPARE
420 MIN/WK 10,800GAL/WK.
.:. . TO APPLY 15 -IN/}4K
180.1d1N/1K 4,320 GAL/WK
ZONE SUMMARY CHART UST OF MATERIALS
_.. -.
A1JIEM
OISCRIPNON '
SSYA..
Sc1'1
. ,.Ir54Q
'.CWD
:TOTAL
SHRUB SPRAY
06-
74
°=
39'
121
12"'POP-UP SPRAY
79.:
207 :.:
61
149,
496
1" SOLENOID VALVE
03'.
O3
^OS-
>07
16
'1 1/2' SOLENOIC VALVE.
_-
06
.-
4 STATION CONTROLLER.
01"'
--
'01
--
12 STATION CONTROLLER `
-
01
--
-01
02
RAIN SENSOR: .
01
01
01
01
04
PRESSURE VACUUM BREAKER
01 '-
01
01
01.
04
'121 AWG WIRE
1001E
11001f
1701f
440 If
1800 If '.
#141 AWG WIRE
2001E
63001f
50016,
20001E
90001E
2' HOPE SLEEVE _...
BOIT
--
-
--
- 60 If
3" HDPE .SLEEVE � -
100it
-
10o If
4" HOPE. -SLEEVE
-
70 If
. 70 If
6' HDPE•SLEEVE
-,
1101 If
' -
-
110 6
2' SCR 40 PVC SLEEVE
--
--
201f
-
-201
3" SCH 40. L'VC SLEEVE
201E
--
-. 201f
40 if
'2 1/2" SCH. 40 PVC.'•
--
104D If.:
-
10401E
2" SCH 40: PVC
-
501
-
-
6011
1 ' SCH 40 PVC
40 If
201f
-
4601E
f 5401'.
1 11/4' SC11 40 PVC -
260 if
1201f
.200 If
220 if
f 8001i
1" SCH 40_PVC
560gf
840 If
200 If
8001f
I 2400 1'
3/4" SCH.40- PVC
440.1f
2001f
! 4001f
.: 8601E
'1900 If.
GATE NAVE ._
"-01
111 a.
01-
- D1
-'114
VALVE BOX:-
04 -
10
04
DB
' 26
GROUNDING t0CATI0N
01
01
:, 01
03 . .
WIRE CONOUIi=
501f
110011
1601P
440 If
-1750 if
' NOTES: ABOVE QUANTITIES ARE PROVIDED'FOR
. OCMPAR150N ONLY_: CONTRACTOR SHALL'
VF_R1F 04<10R TO SOGMITIING. BID
+` THESEVALVES SHALL BE EQUIPPED WITH APP80PR1ATE:
tem., ACTUATORS :-
s"^THIS CONTROLLER: 'SHALL BE. AMBIENT LIGHT. POWERED,
116446 6 610.68tc
PE. ' Ur.. 20892
REVIS10Ns.
Miami -Dade County
PUBLIC WORKS DEPARTY4E
0F0TCE :OF COMMUNITY'S IMAGE'
'1f1 N.W.. 1'STREET MI.WI, 6:. 352B.
• STATE OF RFLORIDR I 1'.
pEPARTM ENT OF TRANSPORTfaT101J.'
rm,o,.a
Gahm
- M/AM14,1111,
A1.21442EGVEGT,¢
BRLCKELL AVENUE
LEGEND - LIST OF QUAN6TI,TIES:.
5E STFS. 'STREET TO SE 15Th ROXO
PERMIT TIRAWIN(;S
JAAL 20.21309
SF/
MQ..,
IRYO.,
SHRUB SP LINK
(FOR SHRUBS AND ANNUALS.
AT INTERIOR LOCATIONS
f
r ;►z��o
von, ocorwrirwxasso
REM DIES:ONTRDLV ALVE:.
1�w
J
ESP WALL. MOUNT CONTROLLER
Nor10 �..
12' POP—UP SPRINKLER TSi
PVC SW NG JOINT
(FOR ANNUALS ANC( LOW SHRUBS
LOCATED ADEECENT TO CURBING),._
An tate./
SPRINKLER -LOCATION DETAILS
LeVuoma
TRENCHING DETAIL
RON—VEHICLE TRAFFIC AREA
.GROUNDING- ROD INSTALLea,
PRESSURE VACUUM: 6R .AKER
sud
RAIN SENSOR; GATE- : VAI v oF7
RSD-CEx POLEMOUNT.
•TRFNCHINC HTTAlI _.
VEHICLE TRAFFIC ro R
m:r
;'.PIPE SLEEVE' DETAIL
LIGHI ENERGIZED IRRIGAIION CC.1NIUdLLIZ
nor m SCAE.
ms avwn mow war
vale carst
'Ke neTh Zt°'
REVISIONS
Miami -bode County
PUBLIC WORKS DEPARTME
OFFICE: OF. COMMUNITY IMAGE
111 N.1'L I ETUEET. WATT. {t,.a312U
STATE, OF FLORIDA
DEPARTMENT, OF TRANSPOR1'A1iOT
VT
NWIC.PeOJECTIa
SRS.
cuum
M/AMr--DADS
BRICKELL AVENUE
INSTALLATION, DETAILS
SE 5121 STREET' TO SE, 1511-1: ROAa_:
FERM7T PPAWIN:C
JAN. r20, 2009
NO.;
IRRITATION N01FS A- 1/PFC1flMTKINc,
AUTOMATIC IRRIGATION JYSN4MS,
WATER DEMAND / ZONE
WATER SONRCE / S1a EM
PRESSURE REQUIRED.
REFER TO PUN
'OTT' WATER METER,..
50 PSI
0FNFRAI.
SPECIFICATIONS, SHALL
000011NGS, ANDD COCNTRACT OPEEwatt CFICATICNS. ADM:
IRRIGATION DESIGN. EASED ON -L NDSCAPE PUN' DATED 3.WUARY 2O: 2005
CONTRACTOR SHAD. REFER To THIS PLAN TO COORDINATE SPRINKLER
LOCATIONS AND RIPE • ROWINGWITH NEW AND .EXISTING PLANT LOCATIONS..
R15- 111404T10N PWi 9JMI BE USED AS A 10400 ONLY' CONTRACTOR.':
SHALL INSTALL IRRIGAION TO MATCH ON sat CONDITIONS .AND TO
OVERCOME 1HE, INHERENT INA1:URACIES THAT RESULT WHEN DESIGNING:'
FROM BASE PLANS Stu.] FD AT
THIS IRRIGATION 1P.5 BEEN DESIGNED -AS A 1TP(CAL=BLOCK VALVE TYPE 00100.
•TOAD SPRAY SPRINKLERS AND -MN BIRD SOLENOID- VALVES. RAIN BIRD 24
VAC ELECTRIC CONTROLLERS AND A LEI1 A0BIEHI LIGHT POWERED CONTROLLER'..
SNat'L BE USED. WATER.00NSF7NATION EQUIPMENT 01-011. BE INSTALLED.
THIS SECTION OF BRICKED, AV0.DIUE'SHALL BE IRRIGATED' WIN FOUR
INDEPENDENT. IRRIGATION SYSTEMS, THE WATER SOURCE FOR EACH SI.SI04t'
BACKFLOW PREVENTION .S1L1.L RE INSTAL TO MEET' LOCAL CODE REQUIREMENTS
FOR CROSS CONNECTION CONTROL PRESSURE YACUUN BREAKER HAS BEEN
SPECIFIED PER SYSTEM.:,:
CONTRACTOR 15 MOUSED TO STUDY THE PLANS FOR `ADORIONAL. INFORMATION'
AND TD.V11" -Itit SITE TO BECOME 004411 AN WITH EXISTING CONDITIONS.
TO CENSURE PROPER OPERATION OF 100R SYSTEM, PRESSURE' RESOIRED:
NETER SITE. VALVE, SIZES„ Z0110 00PACIRE5, SPRINKLER SPACING; PIPE AND
WIRE SIZES: INSTALLATION NOTES At10 DETAILS. AND SPECIFICATIONS'SFIALL BE'
FOLLOWED AS SHOWN.
PIPE ROUONGTS SCHEMATIC ONLY' AND SHALL BE ADJUSTED FOR: CA. ME
P IPE. SHALL BE INSTALLED IN ACCORDANCE WRit=,1.00N. CODES .AND PIPE
MUNUFACRIRER'S INSTRDCD00.
PIPE ROUTED UNDER ROADWAYS SHAD. BE SLEEVED IN HOPE PIPE WHICH"
S HALE HE INSTALLED: BY DBECTIONAL BORE, EACH SLEEVE SHALL BE (1)'
BURLED TO A MINIMUM DEPTH OF 36'; (2) TWO PIPE SIZES LANCER';THAN
CARRIER PIPE, AND 0) INSTALLED TO DOWN 3'. BEYOND WBDSCA0 Q1'...
..,AREA ON'FACH END.
PiFE.PNO FR1NGS; TNSTA1.1ED'A1OVE' GPA0E FOR MN McEFLOW'PREYEMER
SHAH. BE SC11 40 GALVANIZED STEEL. ALL OTHER PIPE.AND FTTRNGS SHALL,
BE SCH i0 11PE 1120 P4:
•PIPE-S2E0 TO LNN FLOW VELOCITIES70'5 E1 0/SECOND hV0 T0`17FIIT
FRICTION LOSS' IN THE PIPWG NEIWORlC
PIPE SEAL BE INSTALLED. AT SUFFICIENT DEPTH BELOW GROUND TO PROTECT'''
IT FROM HAZARD SUCH ASVEHICULAR. TRAFFIC OR ROUTINE OCCURRENCES
WHICH OCCUR IN THE NORMAL USEAND LIM B-MA NCE OF THE PROPERTY
DEPTHS OF COVER -SHALL MEET OR £(GEED SCS CODE 430-DO::'REFER TO THE
, FPPIJC.ABLE. DEFAI4. TOR -ADDITIONAL INFORMATION.,
SACKFUL SHALL BE OF SUOABLE MATERIAL FREE tie ROCKS, STONES. GNp,.
OTHER DEDRS 1HATWOUID-DAMAGE IRRIGATION S1511M COMPONENTS-
IACH'HACKFLOW PREVEN'TER SHALL RE 1NETAUED 1N ACCORDANCE' WITTL LOCAL,
CODES AND SHALL BE LOCATETT° BE CONCEALED FROM VIEW,
A GATE VALVE SHALL DE INSTALLED IN EACH }Ta1Hj1 FOR IS01AT10N EARN'
VALVE SHALL BE TO LINE SIZE.AND INSTALLED IN -A VALVE BOX:, POROUS MATERAI:
SHALL BE INSTALLED PER BOX TO PROMOTE DReNAOE
SPRINT:LER 1OCATWNS ME SON /AMO0/Y ONO SHALL BE AAIUSLEO'TO
MATCH LANDSCAPING £XISTNG AND NEW TREE LOCATIONS, PREVAILING WIND:
SIGNS,. ITTILIOES, ETC;: 10 ENSURE PROPER COVERAGE WON MINIMA. UNOISIRABI.E
OV /44111 L .t,PRIME OBJECTIVE SHALL BE TO ELIMINATE OVERTHROW ONTO
'SPRAY HEAD SHALL BE TORO 570 SERIES. TWELVE INCH POP, -UP TYPE' SHAD:.
SE INSTALLED AT LOCATIONS ADJACENT 10 BACK -OF --CURB AND SHRUB' HEADS.
51W1. RE INSTALLED AT: Rt1000R LOGT10N5.
POP-UP T1N'E SHALL BE litSTALLEDL ON MO SWOIC J01N15 AM TO THE HEV.,14t'
REWIRED SO SPRINKLERS ELEVATE ABOVE THE MAINTAINED HEIGNF 0F' PUNT
MATERIAL WHEN IN USE REFER TO APPLICABLE DETAIL
SHRUB HEADS SHALL. HE INSTALLED ON 1/2" SCH 4O PVC RISERS AND 10
A UNIFORM HEIGHT OF S' ABOVE MAINTAINED HEIGHT OF PLANTS. RISERS SHALL SE::
PANTED FIAT BLACK TO RE .LESSVSIHCE
EACH SPRAY. HEAD SN011 BE EQUIPPED' WTH THE' APPROPRINE'MPRNOZZLE.
AND THEX-FLOW FEATURE.
AMUSEMENT FPATURES OF SPRINKLERS SPECIFIED SHALL BE 1 0UZO0 TO
ENSURE PROPER COVERAGE WITH MINIMAL UNDESIRABLE OVERIIROW_'LOW
ANGLE FIAT SPRAY, AND ADJUSTABLE ARC NOZZLES SHALL BE USED:TO'
MINIMIZE OVERTHROW:,.
SPRINKLERS LOCATED AD.IAMI(. TO. Wit--OF-CURB SHALL DE INSTALLED
A'MINIMUM OF 12';IN FROM 6`CK-OF-CURB TO MINIMIZE OVERMROW': AND'.
TO CONCEAL.FRCN'YIEW..:
COMM, ci574
A FAIN BIRD ESP SERIFS EECTRIC CONTROL SYSTEM SHALL BE INSTAL/EO'.
IN STSItMS CWB, CWC, AND CWC„ AND A LEIT AMOIETTT LIGHT' POWERED
CONTROLLER SHALL BE INSpl1110 IN STSILM CWA..IN: SYSTEM, TWA, ONE:.
4 STATION CONTROLLER SHALL AGNATE 3 IN -LINE VALVES. IN SYSTEM'
WYB %ONE 12 STATION. CONTROLLER SHALL ACTIVATE 9 IN -ONE VALVES. IN
S YSTEM' CW'C, ONE 4 STATION CONTROLLER MU_ ACTIVATE 3101-ONE' VALVES..
INSYSTEM CWD, ONE` 12 STATION CONTROLLER SFW.L ACTIVATE 7 IN -LINE.
ONE VALVE SHALL, BE. CONRt011E0 PER STATION EXCEPT AS NOTED, -
A 8A1N,5EN50R SHALL BE INSTALLED' PER STSILM'TO'CONSERVE WATER.,.
EACH WATER-
. SHALL. BE INSTALLED IN ACCORINtICE WITH L11/01 00015
AND MANUFACTURER'S INSTRUCTIONS, PROPER GROUNDING EQUIPMENT,
'SHALL BE PROVIDED+FOR EACH ELECTRIC DOUR+ DOTER.: I
EACH CONTROLLER LOCATION SHALL BE APPROVES DE THE OWNER'S
REPRESENTATIVE A 110 VAC ELECTRIC SOURCE IS REQUIRED FOR CONTROLLERS
CND. CAC, AND TWO. EACH ELECTRIC CONTROLLER SHALL DE MOUNTED ON A':
CONCRETE POST.- EXISTING CONCRETE UCHT POLES MAY et USED 1F AVM.,
THE LED CONTROLLER' SHALL BE INSTALLED AS A POLE MOWN(. REFER''. TO
APPROPRIATE DETAIL I
CONTROL ONES PROM' AUTOMA11C CONIT0OLLERS TO SOLENOID' VALVES SI-ALL_
BE f14 AWG UNDERGROUND FEED TYPE WHICH SHALL EE• (T) INSTALLED
IN ACCORDANCE WITH LOCAL CODES, (2) INSTALLED IN SCH 40 PVC WARE`
CONDUIT THROUGHOUT, N BURIED TO A MINIMUM DEPTH OF 15
(4) COLOR COOED TO FAL`ISTAIE TROUBLESHOOTING, AND (5) SPLICE:
MUSING APPROVED LMEETT1TIODS. SP E WIRES SHALL BE ROUTED ROM 041011
CONTROLLER, IN,ALL DIRECTIONS 10'THE FARTHEST VALVES CONTROLLED-'
PULL BOX SHALL BE INSTALLED IN 111E w1RE CONCUR :50 THE-DISTANEE.
BETWEEN ACCESS LOCA11CN5 DOES.. NOT EXCEED 200 FEET_
AN INOMDLLAL CONTROL WIRE SHALL. BE ROUTED TO EACH VALVE AND .
VALVES, WHICH' OPERATE 51MULTANEOUSLC SHALL BE TEED -TOGETHER Ar"
'THE D044080 i0R... - .
NFICI AIIC VALVE. LOCATIONS ARE SCHEMATIC ONLY AND SHALL BE':
A01US1E0 FOR ON STIE CONDITIONS EACH VALVE S4MIL BE: INSTALLED' IN
A VALVE BOX A MINIMUM Or ONE CUBIC FOOT OF GRAVEL- STILL, BE
PROVIDED PER BOX TO PROMOTE DRAINAGE THOSE VALVES CONTROLLED Bf ,
THEE AMBIENTIIGFU CO0R8IER, cum, BE EQUIPPED WON THE APP111PRN1E
LEA VOLTAGE 401050TOR,
WATER CONSERVATION -EQUIPMENT S101D. BE INSTALLED IN ACCORDA1ICE
WITH MANUFAC URER'5'INSTRUCR0NS. EACH RAIN SENSOR SHALL BE MOUNTED
ON A POLE. MINIMUM OF 5' C!ENIANCE FROM OTHER. OUTDOOR EQUIPMENT,
FREE AND CLEAR OF Ant TREE CANOPY OR OTHER OVERHEAD. LIB" TRUCRDN;,
AND ABOVE THE HEIGHT OF SPRINKLER COVERAGE: '
TIMINGANTI PRFCIPTTATIDU
TIMING OF EACH STATION SHAD. BESET NITRE PIRO 70 MATCH LOCAL
REQUIREMENTS. REFER TD ZONE. SUMMARY CHART FOR RECOMMENDED RUH
TIMES' TO APPLY 1.5 INCHES/0000C
Coll AB b0115
before you dig
trs the,L0111
1-86o-432-477C'
S.a4Aue Rule MIA' cm -if mak,
Ktld et8 1RDORat1{ ::..
P:E' LIN..'- OB92
- REVIS14NS:'
DESCRIPKICAV
Miami —Dade County
PUBLIC WORKS DEPARTME
OFFICE OF COMMUNITYIAIACE''
111 M.'AL'I STREET. MIAu1:FL, 33120
STATE' OF'FLORIDA I'
DEPARTMENT OF TRANSPDRTATON•'
,.WHIT PROJECT'14
NAN4AAOe
B1ICKELL 'AVENUE'
IRRIGATI ON.-` NOTES
SE ET,H STREET TO .SE .15'Ri`, ROAD
I`VFRMIT TTRAININ(101
JAAY 20.:2009
SHEET-'
fRT2'
INDEX OF LANDSCAPE PLANS
SHEET N0.
LD-I
LD-2-LD-3
LD-4
LD-5
LD-5-LD-7
LD-8
LD-9
LO-10-LD-II
LO-I2
SHEET DESCRIPTION
KEY SHEET
TREE DISPOSITION PLAN
LANDSCAPE NOTES
TABULATION OF QUANT/TIES PLANT SCHEDULE
LANDSCAPE PLAN
TABU LAT ION OF QUANTITIES SCHEDULE FOR 1RRIGAT ION
IRR I GAT fON NOTES
IRRIGATION PLAN
IRRIGATION DETAILS
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATION
CON ; / L 11 `L/ d PLANS
FINANCIAL PROJECT ID 412473-5-52-01
(FEDERAL FUNDS)
MlAMI-DADS COUNTY (87030;
STATE ROAD NO. 5/US I (BRICKELL AVENUE)
FROM SOUTH OF SE 8TH ST TO SE 5TH ST
LANDSCAPE C.t71PE PLANS
FOOT PROJECT UANASER: JUI?" SOLAUN-GONZALEZ..P.E.
PENSACOLA
PROJECT
LOCATION
KEY''' SHEET REVISIONS
DATE
R/'.
DESCRIPTION
LANDSCAPE SHOP D50/4/5GS
TO BE SUBMITTED TO:
DEBORAH F. STRELK01/, R.L.A.
iYLININTERNATIONAL
20.1 ALHAKSRA CIRCCEp SUITE SOO
CORAL GABLES, FLORID.0 33734
PLANS PREPARED BY:
'IYLI NINTERNATIONAL
20l ALHAAIBRA CIRCLE, SUITE 900
CORAL GABLES, FLORIDA 33154
T 305.567J888 F 505.567.1771
CERTIFICATE OF AUTHORIZATION 00GO2017
LA BUSINESS LICENSE LC26000261
VENDOR in #: VF94/598707-002
CONTRACT 90 C-8697
NOTE: THE SCALE OF THESE PUNS MAY
HAVE CHANGED DUE TO REPRODUCTION.
LANDSCAPE PLANS
LANDSCAPE ARCHITECT OF RECORD: DEBORAH F. STRELK'C0. R.L.»
RNA NO.: FILL 533
FISCAL
YEAR
SHEET
NO.
(2
ID-T
1/22/2012 MSS:. PM LYNMN, OPNEM—S55¢4vaNYWNE&SIMOSIN//
800
RAVI
O'
30'
BRICKELL AVENUE — TREE D/SPOStTJON LIST 5th to 8th Street
TREE No.
130TAN/CAL NAME
COMMON NAME
SIZE
DISPOSITION
I
THRINAX RADIATA
GREEN THATCH PALM"
10' - 12' 0.A.
RELOCATE
2
THRINAX RADIATA
GREEN THATCH PALM
10 - /2' G.A.
RELOCATE
3
THRINAX RADIATA
GREEN THATER PALM
6 - 8' 0-A.
RELOCATE
4
THRINAX RADIATA
GREEN THATCH PALM
10' - 12' O.A.
RELOCATE
5
THRINAX RADIATA
GREEN THATCH PALM
10' - 12' 0.A.
RELOCATE
6
THRINAX RADIATA
GREEN THATCH PALM
10' - 12' 0.A.
RELOCATE
7
THRINAX RADIATA
GREEN THATCH PALM
10' - 12' 0.A.
RELOCATE
8
THRINAX RADIATA
GREEN THATCH PALM
10' - 12' OA.
RELOCATE
9
QUERCUS VIRGINIANA
LIVE OAK
14' CAL.
REMAIN
10
QUERCUS VIRGINIANA
LIVE OAK
18` CAL.
REMAIN
II
SWEITENIA MAHAG0N1
MAHOGANY TREE
72' CAL.
REMAIN
12
QUERCUS VIRGIN1ANA
LIVE OAK
12' CAL.
REMOVE
/3
QUERCUS V1RG1N1ANA
LIVE OAK
2C" CAL-
REMOVE
LIMt'.TS. OF CONSTRUCTION tUW
r'v.EA.157 SIDE
135 136 SURVEY
12°59'31"E
EXIST. FDOT-�
EASEMENT
801
N12'55'55'E
K
PEDESTRIAN ACCESS EASEMENT------'\
SR 5 IBRICXELL AVE)
/37
_I
.1 BEG IN CONSTRUCT I0N;'�•
/ STA. 156-1-29 00
.BEGIN. DEMO!: IT ION/
777
30' 20'
•
•
0 10
Feet
138 139 /40
`6:-
ND THRINAX RADIATA
SEE TREE DISPOSITION LIST
f~ CRAW
EXIST. SIOEWALY
NOTE-
RELOCATION OF THRINAX RADIATA PALMS:
CONTRACTOR TO DIG 3' MINIMUM DIAMETER ROOT BALL FOR EACH PALM. REMOVE FRO1I CONSTRUCTION
SITE AND REPLANT IN ONE HUNDRED (1001 GALLON POT AT AN OFFSITE NURSERY FACILITY. PROVIDE
ADEQUATE WATERING AND PROTECTION PRIOR TO REPLANTING.. CONTRACTOR WILL WARRANTY LIFE
OF ALL PALMS OR REPLACE WITH MATCHING COLLECTED SPECIMENS OF EQUAL SIZE. BACKFILL WITH
EXISTING EXCAVATED SOIL AND CLEAN SAND AS MAY BE REQUIRED TO FILL TO EXISTING GRADE. TIE
UP PALM FRONDS PRIOR TO TRANSPORT AND REMOVE TIES IMMEDIATELY AFTER INSTALLATION.
14 CAL. --t; :—
`QUERCUS VIRGINIANA 1
(LIVE OAK) i"
TO REMAIN A
18' CAL.-'
-QUERCUS YIRGINJANA
(LNE OAK)
T0, REMAIN
O
REVISIONS
DATE
OESCR1PT10N
DATE
DESCRIPTION
DEBORAH F. STRCLKOW.R-LA.
L.A. LICENSE No.1533
7LIFd1NTERNATIONAL
20/ALHAMBRA CIRCLE. SUITE 900
CORAL GABLES, FLORIDA 33734
T 305.567.1666 F 3055671771
CERTIFICATE OF AUTNORIZAT/O.S 00002017 _
STATE OF FLORIDA
DEPARTFIENT OF TRANSPORTATION
ROAD NO.
COUNTY
FINANCIAL PROJECT ID
5
MIAMI-DADS
412473-5-52-01
TREE DISPOSITION PLAJST
SalatIna - }(SBJEt13 II3605 Ael C' ]Vandscp4p(an(doldgn
SHEET
ND.
LD-2
RECORD OP THIS SHEET" I5 THE ELECTRONIC FILE 51GNE
.• ' I i I ;
",-.L. 1! I •
: di :". I •
1
! ...,
, ' IT,
„ • • J1 I.
; 1 I • . ^1 I'° I
1 ! . ; ill • ! ' ::. '.-!.!': .
I -XII • i 1 I
; I I 1 I > -.), • L ,..,.. ,
811
I i ,
. i i ; • I : . , :: 1 : _ _ _ . _ . I I .
_ t _:_:!iltt,t;ii
-,, ; I ' • '..! ',_t
... i
1, ::- 2'1 '''.. - Tv3 if fe, e.911M, ,.,.
Pr., I • ( if
f , g
[ f • It- : f" ; , iF .• ... t.„,
1 1 i . '1111 , •."If "", ;
f; '41.0 - -i- - £ . 1.9 . .•.- ;
0 „..."--- 12" CAI.. I 1,,
/------- 24°U; RCCAULS" VIRGINIANA
' 11!.li
' •• • . ,.,, , I,
. ,
- - - L. ,-.- ...:I. __ _,...71 ...1 14.1. • . . I * * * * * 1 •
i 1.:•.
' t'.15 . • > '''
0 - 1
_ .. _ _ _ --_-.-.. .. _...,:'----...-: -•- -------;,- -- ..._ . - ,. •-.•`---..7. . . 77,.7 7 -- — '-• ---
TO BE REMOVED 1
i (LIVE OAK) ° 1
'1‘'
..cr- / QUERCUS VIRGINIANA f,'.
1.•;! (LIVE OAK)
141 TO BE REMOVED /42 .
. ,7,1 14 14 ,
I.-- ,
v,....,...
(-.,.-...)3 =7,,',,_,.., £•£\!, \ ,.. £ 9-•• e..1''--9--7f-71.'2 ...-0.9-7r1--...,.....OW .'±111..,I0 7.! 1,7- '4,-7-4r-7.'-j-j-
• •-,,:,"‘• ..,! ,k,,2,;)?•'d•17-1I.,;e.I.'I-!11,;!'±,-)'-'..=. - .-'1
,
EXISTINGMONUMENT TO REMAIN
.-- l , , -t•c:::.....
Z!
< 0
SW1ETEANA IIAHAGONI" -- . Ss-, . , ,
72' CAL-
.",ritAikicA.,10 - - " B E. • .0 0
' -7-9';-...-----:-97:e0,V:-:;;•••4).:•,'-0 - ----:-'-:....-!"--=..- 9.-!, = 0-9:11_ !: •,, -00: •7:-...00, 709 '-• : - ;7; -07: •£T. ..--.' 90 i'r-03.7:.-.0" 92 -..! -.70--- - !:7::.--9.! --.7:e 4;!,4-7F-S- .!!:',::: -:-7, • !•-.: 0-.7. .9.:7L:1•-...9.:....::::. 7. :=, 7,9•,•,,,,,,,• „,,,,....i .,. ..! ,,,i1:::::;!,.;....,..1:1: :;:: - ; -
'19 : . • :! TO REMAIN
- -IA : 'A , . °I: • ',.. t.T.: tr., .
• I ,'7,- - - -ti- - 1 - f 4 i 1. e, '; r --; 1- --1 r -I!.
:1 N, i 11 -1 1 -1 i -, , • i
• . I 41 14 r 1
i 1
0 ! !
1 II; I i I ' • 1
I f I
END CONSTRUCT ION
STA. 144100.00/ 53.00 NORTH
END DEMOLITION PLANS
!,11.111, 0.)t) 40
II I 1
Feet
i'.
i'I " 1
1 ;
-
.f•
__------
DATE
DESCRIPTION
REVISIONS
DATE
DESCRIPTION
DEBORAH F. STRELKOW,R.L.A.
L.A. LICENSE No.1555
TY-LININTERNATIONAL
201ALLIALLBRA CIRCLE,SLIDE 900
CORAL GABLES, FLORIDA 33134
305.5671886 F 305.567.1711
CERTIFICATE OF AUTHORIZATION 00002017
STATE OF FLORIDA
DEPAIrTALENT OF TRANSPORTATION
ROAD NO.
COUNTY
FINANCIAL PROJECT ID
5
MIAMIDADE
ISelanno
412473-5-E2-01
TREE DISPOSLIJION PLAN
JAM.. 11,6,97 AM cAetortue. ,Splanft102,Ign
SHEET
NO;
LD-3
THESE SPECIFICATIONS ARE IN ADDITION TO FOOT STANDARD SPECIFICATIONS AND DESIGN STANDARDS.
U CERTIF:CATIONS:
THE LANDSCAPE CONTRACTOR SHALL 8E PROPERLY REGISTERED WITH THE FLORIDA DEPARTMENT OF AGRICULTURE 21(0 CONSUMER
SERVICES DIVISION OF PLANT INDUSTRY AND BE A CEPJ.FIED LANDSCAPE CONTRACTOR BY THE FLORIDA NURSERY, GROWERS, AND
LANDSCAPE ASSOCIATION AND BE A CERTIFIED ARSORIST BY THE INTERNATIONAL SOCIETY OF AP.BDDRICULTURE. SUBMIT
CERTIFICATIONS PRIOR TO THE FRE-CONSTRUCTION MEETING.
2) ITEMIZED COSTS:
PRIOR TO THE PRE -CONSTRUCTION MEETING, SUBMIT TO THE ENGINEER A UNIT COST BREAKDOWN FOR EVERY ITEM OF WORK
INCLUDED FOR THIS PROJECT.
3) PLANT REMOVAL:
ALL PLANTS TO BE REMOVED SHALL BE CLEARLY MARKED AND APPROVED BY THE ENGINEER PRIOR TO ANY REMOVAL OPERATIONS.
4) PLAN DEVIATIONS:
THE ENGINEER HALL APPROVE ANY DEVIATIONS FROM THE PLANS THAT MAY AFFECT THE DESIGN INTENT. INSTALL NO MATERIALS
THAT WILL BLACK OR CREATE CONFLICTS WUTH SIGNS, BILLBOARDS>LIGHTS, OVERHEAD AND UNDERGROUND UTILITIES, ACCESS WAYS,
GATES, FIRE HYDRANTS, FPL RIGHT TREE/RIGHT PLACE SETBACKS, FOOT MAINTENANCE RATING PROGRAM AND ANSI Z-133 UTILITY
CLEARANCE REQUIREMENTS. INSTALL TREES, PALMS AND SHRUBS A MINIMUM OF 7 FEET FR01 AM' FIRE PROTECTION EQUIPMENT
OR DEVICES. IMMEDIATELY NOTIFY THE ENGINEER WHEN ANY OF THESE ISSUES ARE ENCOUNTERED.
51 WEED CONTROL:
AFTER THE DEO LAYOUT HAS BEEN APPROVED BY THE ENGINEER, APPLY BOTH A COLORED POST -EMERGENT HERBICIDE AND A
COLORED PRE -EMERGENT HERBICIDE TO ALL AREAS SCHECILED 70 RECEIVE PLANTS, MULCH OR SOD. PRIOR TO THE
PRE -CONSTRUCTION MEETING, SUBMIT PRODUCT AND APPLICATION" PROCEDURES TO THE ENGINEER FOR APPROVAL.
6) 501L BACKFILL MIXTURE:
SOIL BACKFILL FOR THE INSTALLATION OF ALL PLANT MATERIALS SHALL BE A UNIFORM MIXTURE OF 255 DECOMPOSED COMPOST
AND 75/. CLEAN SAND, CLEANED FREE OF WEEDS AND ROCKS //2 INCH 0R GREATER. PRIOR TO THE PRE -CONSTRUCTION
MEETING,
N N2ES7A OTMANUFACTURER'S
CERTIFIED
T FIED NIALYSIS ENGINEER. TO THE ENGINEER FOR APPROVAL. THE CONTRACTOR SHAD_
MTAVECOMPOST
71 WATERING:
DURING PROJECT INSTALLATION AND THE (YEAR PLANT ESTABLISHMENT PERIOD, KEEP THE SOIL MOISTURE AT ALL PLANTING AREAS
AT FIELD CAPACITY. IT IS THE CONTRACTORS RESPONSIBILITY FOR SUPPLYING WATER AND PAY FOR ANY FEES ASSOCIATED WITH
WATER USE, SOIL MOISTURE LEVEL SHALL BE TAKEN FROM A 4 INCH DEEP EXCAVATION, A7' WHICH POINT THE SOIL SHALL HOLD
TOGETHER 70 FORA! A HAND CLUMP, TO BE CONSIDERED AT FIELD CAPACITY.
8) FERTILIZATION:
FOR LARGE AND SMALL PLANTS, APPLY AN 8-2-12+4AMG FERTILIZER INCLUDING ALI. MICRONUTR/ENTS. 100/. OF THE (N) NITROGEN AND
00 POTASSIUM SHALL BE 1N SLO/1 RELEASE FORM. APPLY AT A RATE OF /5 POUNDS OF ACTUAL FERTILIZER (NOT NJ PER 100
SQUARE FEET, BEGIN FERTILIZATION AT INSTALLATION AND REPEAT EVERY 3 MONTHS THROUGHOUT THE 1-YEAR PLANT ESTABLISHMENT
PERIOD. FOR RELOCATED MATERIAL, BEGIN FERTILIZATION THREE WEEKS AFTER RELOCATION. PRIOR TO THE PRECONSTRUCTION
MEETING, SUBMIT FERTILIZER (IANUFACTURER'S CERTIFIED ANALYSIS TO THE ENGINEER FOR APPROVAL.
91 PRUNING(
PRUNING SHALL. COMPLY WITH ANSI A370 AND THESE PLANS. A CERTIFIED ARBORJST SHALL OVERSEE ALL PRUNING OPERATIONS.
TREE, PALM, SHRUB AND R00T PRUNING 5 REQUIRED DURING CONSTRUCTION AND DURING THE 1
YEAR ESTABLISHMENT PERIOD:
4. TO REMOVE ALL CROSS//10, DEFLECTING AND CIRCLING ROOTS.
B. TO MAINTAIN FOOT MAINTENANCE RATING PROGRAM REQUIREMENTS AND MAST ARM CLEARANCE.
C. TO MAINTAIN INDEX 546 HORIZONTAL AND VERTICAL CLEARANCES WITHIN THE LIMITS OF CLEAR SIGHT.
D. TO MAINTAIN VISIBILITY OF SIGNS,
E. WHERE NOTED IN THESE PLANS.
/Ol TREE PROTECTION BARRICADES:
ALL TREES AND PALMS ADJACENT TO CONSTTRUCTION ACTIVITIES SHALL BE BARRICADED, UNLESS DESIGNATED TO BE REMOVED.
11) LITTER REMOVAL:
LITTER REMOVAL SHALL DE PERFORMED THROUGHOUT THE !YEAR PLANT ESTABLISHMENT PER)00.
PAY ITFIA NOTES
101-1 MOBILIZATION
INCLUDES TEMPORARY REMOVAL AND RESTORATION OF EXISTING GUARDRAIL OR CHAIN LINK FENCE AS MAY BE REQUIRED TD GAM
ACCESS TO WORK AREAS.
110-1-1 CLEARING AND GRUBBING
A. INCLUDES APPLICATIONS OF BOTH POST -EMERGENT AND PRE -EMERGENT HERBICIDE.
(OPTION I1B. INCLUDES REMOVAL OF ALL VINES, NATIVE AND NON NATIVE, FROM WITHIN THE PROJECT LIMITS, 1NCLUOING FROM
FENCES AND WALLS AND ALL CATEC-0RY I INVASIVE PLANT SPECIES.
(OPTION 210. INCLUDES REMOVAL OF ALL VINES, tArtVE ANU NON NATIVE, FROM WHIN THE PROJECT LIMITS, INCLUDING FROM
FENCES AND WALLS AND ALL CATEGORY I INVASIVE PLANT SPECIES UP TO 4 INCHES IN CALIPER.
FENCES AND WALLS AND ANY OTHER ALL
VINES,
I NE L �ENVE AND NON
N T /V E, ROM W/TH1N THE PROJECT LIMITS, INCLUDING FROM
580-l-1 SMALL PLANTS
A. INCLUDES SOIL BACKFILL MIXTURE.
5. INCLUDES FERTILIZER AND ITS APPLICATIONS FOR THE /YEAR PLANT ESTABLISHMENT PERIOD.
C. INCLUDES WATER AND ITS APPLICATIONS FOR THE I YEAR PLANT ESTABLISHMENT PERIOD.
D_ INCLUDES SHRUB PRUNING WHERE MAY BE NOTED NI THE PLANS.
E. INCLUDES TERRA -SORB HYDROGEL wHERE MAY BE NOTED IN THE PLANS.
580-1-2 LARGE PLAINTS
A. INCLUDES SOIL BACKFILL MIXPJRE.
B. INCLUDES FERTILIZER AND ITS APPLICATIONS FOR THE i YEAR PLANT ESTABLISHMENT PERIOD.
C. INCLUDES WATER AND ITS APPLICATION'S FOR THE !YEAR PLANT ESTABLISHMENT PERIOD.
D. INCLUDES TREE, PALM AND SHRUB PRU,2/20 INHERE MAY BE NOTED IN THE PLAN
E. INCLUDES TREE PROTECTION BARRICADES.
F. INCLUDES TREE AND PALM RELOCATION, INCLUDING ROOT PRUNING,
G. /,INCLUDES ROOT BARRIER.
H. INCLUDES USE OF NON -NURSERY BASED PLANT STOCK AS MAY BE REQUIRED.
1. INCLUDES TERRA -SORB 1-IYDROGEL NIHERE MAY BE NOTED 1N THE PLANS.
PLANT RFIOPATION MOTES
TITHE LANDSCAPE NOTES AND STANDARD SPECIFICATION 580 SHALL APPLY TO ALL RELOCATED MATERIALS (UNLESS OTHERWISE
SPECIFIED)
21 THE CONTRACTOR SHALL NOTIFY THE PROJECT ENGINEER AND D15TR1CT LANDSCAPE ARCHITECT PRIOR TO BEGINNING ANY
RELOCATION ACTIVITIES.
3) 1F REQUIRED, RELOCATE MATERIALS ONCE FROM THEIR PRESENT LOCATION TO A LANDSCAPE AREA W17 Hill 131 MILES OF
THE LIMITS OF CONSTRUCTION, PER THE DIRECTION OF THE DISTRICT LANDSCAPE ARCHITECT_
4) TREE NUMBER TAGS:
PRIOR TO ANY RELOCATION ACTIVITIES. ATTACH A TAf, TO EACH ITEM TO B£ RELOCATED WITH A NUMBER THAT MATCHES THE
TREE NUM8FRS SHD✓JN IN THE PLANS. THE TREE NUMBER TAG SHALL NOT CAUSE INJURY TO THE TREES. REMOVE THE TAGS
AT THE END OF THE !YEAR PLANT ESTABLISHMENT PERIOD. PRIOR TO THE PRE -CONSTRUCTION MEETING, SUBMIT TO THE
ENGINEER AND DISTRICT LANDSCAPE ARCHITECT A SHOP DRAWING OF THE PROPOSED TAC-G1NG METHOD FOR APPROVAL.
5) PRUNING:
THE AMOUNT OF PRUNING SHALL 8E LIMITED TO THE M'WIMUM ,NECESSARY AND NO MORE THAN 25% TO REMOVE DEAD AND
INJURED TWIGS OR BRANCHES. THE ENGINEER SHALL 8E NOTIFIED PRIOR TO PIN PRUNING ACTIVITIES.
6.1R00T PRUNING AND WATERING PRIOR TO TR/,NSPLANTiIJG.
PRIOR TO ANY ROOT PRUNING, WATER THE ROOT ZONES TO FIELD CAPACITY FOR 5 CONTINUOUS RAYS AND KEEP THE ROOTBALL
SOIL MOISTURE AT FIELD CAPACITY AFTER ROOT PRUNING. RIOT PRUNE EIGHT WEEKS PRIOR TO RELOCATION FOR TREES;
PALMS ARE AT THE CONTRACTOR'S DISCRETION ANY ROOT PRUNED MATERIAL NOT RELOCATED IMMEDIATELY 51/A1.L DE
BRACED IN PLACE PEP DETAILS -ROOT PRUNING TRENCH SHALL BE A MINIMUM OF 24 NICHES DEEP AND A MAXIMUM 8 INCHES WIDE.
AT A MINIMUM, THE ROOT PRUNING TRENCH SHALL FORM A ROOTBALL OF THE FOLLOWING SIZES:
A.15 FEET FROM TRUNK FOR TREES/PALMS UP TO 4 INCH CALIPER
8. 2 FEET FROM TRUNK FOR TREES/PALMS 4 TO B INCH CALIPER
C.2.5 FEET FROM TRUNK FOR TREES/PALMS 8 TO 2 INCH CALIPER
D.3 FEET FROM TRUNK FOR TREES/PALMS OVER 12 INCH CALIPER
NOTE: THE CONTRACTOR SHALL INCREASE THE ROOTBALL SIZE AT THEIR DISCRETION. BACKFILL WITH EXISTING EXCAVATED SOIL
AND CLEAN SAND AS MAY BE REQUIRED TO FILL TO EXISTING GRADE.
TJ RELOCATION OF THRINAX RADIATA PALMS:
CONTRACTOR TO DAG 3' MINIMUM DIAMETER ROOT (BALL FOR EACH PALM. REMOVE FROM CONSTRUCTION SITE AND REPLANT IN ONE
HUNDRED (!00)GALLON POT AT AN OFFSITE NURSERY FACILITY. PROVIDE ADEQUATE WATERING AND PROTECTION PRIOR TO REPLANTING.
CONTRACTOR WILL WARRANTY LIFE OF ALL PALMS OR REPUICE WITH MATCHING COLLECTED SPECIMENS OF EQUAL SIZE. BACKFILL
WITH EXISTING EXCAVATED 50/L AND CLEAN SAND AS MAY BE REQUIRED TO FILL TO EXISTING GRADE. TIE UP PALM FRONDS PRIOR
TO TRANSPORT AND REMOVE TIES IMMEDIATELY AFTER INSTALLATION.
8)ALL RELOCATIONS SHALL 8E BALLED AND BURLAPPED_
5) TRANSPLANTING PLANT MATERIAL:
RELOCATED PLANT MATERIAL SHALL BE INSTALLED WITHIN 24 HOURS AFTER REMOVAL FROM ORIGINAL LOCATION.
JD)PLANT ESTABLISHMENT AND CONTRACTOR'S WARRANTY:
RELOCATED MATERIAL WHICH IS READ, DAMAGED OR HAS MORE THA/b 20Z BRANCH D/EBACK W/TIHN THE I YEAR PLANT
ESTABLISHMENT PERIOD SHALL BE REPLACED AT THE CONTRACTOR'S EXPENSE. REPLACEMENT 114752IALS SHALL
BE THE SAME SPECIES AND SIZE.
DATE
0ESCRIPTION.
REVISIONS
DATE
O5SCR112710U
DEBORAH F.5TRELKOW, R.G.A.
qf® 5.1 1CFNL S_No. 133
Ft
201 ALHASBRA ci1G5E,wlre 900
CORAL GABLES, FLORIDA 33134
T 305.5PJ0BB F 305.567177/
CERTIFICATE OF AUTHORIZATION 000020)7
STATE OF FLORIDA
DEPARTMENT OF TRANSPORT.2T1ONl
ROAD (10.
COUNTY
FRLWCIAL PROJECT ID
MIAMI-DADE
!Sula:im
4I2473-5- 52-01
LANDSCAPE NOTES
1/21/ 7792 13590 .ut crbbr /36'.4I2a>3...arAMr 1'272"dO"00
SHEET
N0.
LD-4
ponce) THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIDNED AND SEALED UNDER RULE
TA >' ULA TION OF QUANTITIES / PLANT SCHEDULE
PAY
ITEM N0.
PAY
SIZE
SYM
BOTANICAL NAME
COMMON NAME
INSTALLED
SIZE
MAXIMUM
MAINTAINED
SIZE
SPACING
REMARKS
UNIT
SHEET NUMBERS
TOTAL
THJS
SHEET
GRAND
TOTAL
LD-6
- LD-7
PLAN
FINAL
PLAN
FINAL
PLAN
FINAL
PLAN
FINAL
PLAN
FINAL
580-1-1
LANDSCAPE COMPLETE: SMALL PLANT
LS
1
1
I
1
1
1✓
Al
ALCANTEREA IMPERIAL1S
IMPERIAL BROMELIAD
15" x 15"
24" x 24"
A.S.
SUN GROWN
3
3
3
5
6
t
6
1,
AN
PENTA' SP. "PINK SHORTS'
PENTA' SP. "PINK SHORTS'
6" x 6"
15"x 10"
10" O.C.
PROVIDE ORGANIC POTTING MI
120
f5D
1I0
i0
230
77.✓^
230
Z-20`
IV
ILEXVOMITORIA "NANA"
M. YAUPON HOLLY
10" x 10"
20" x 20"
15" O.C.
550
Sip
130
L'-6,
560
Ind
680
14
AZ
ALPINIA ZERU.MBET
VARIEGATED GINGER
24" x 18"
5' x 5'
30" 0.C.
60
125
12-5"'
185
tar
185
,'2/s"
FG
FICUS "GREEN ISLAND"
FICUS GREEN ISLAND"
15° x 12'
18" x 18"
24" 0.C.
200
ZOO
320
? 0/
520
52A
520
.524-
PM
PHILODENDRON "BURL£ MARX"
BURLE MARX PHILODENDRON
12" x 12"
18" x 18'
78" 0.C.
FULL
200
54/7,2
670
5. 0w
870
0 7c.,
870
r2 O
580-1-2
LANDSCAPE COMPLETE: LARGE PLANT
LS
1
1.
1
I
1
/ ...----
(WC
OUERCUS VIRGINIANA CATHEDRAL"'
CATHEDRAL OAK
20' x 8'-7" GAL.
30' x 10'
20' 0.C.
ROOTS PLUS GROWERS ONLY
6
f
6
6
6
j
REVISIONS
DEBORAH F. 5TREIXOW. R.L.A.
L.A.:ICtNS 1I 1 33
541/F1 _ .n n;No.
20I ALHA6IR 1 CfRC1 Y13TE ROO
CORAL GABLES. FLORIDA 33/34
T 305.56T.I838 F 305567-177.1
CFRTIFICAIE 81 AUTHORIZATION 0702817
STATE Or FLORIDA
D$PARTAfE2VT OF 7RANSPORTATTON
��� �� ���% OF (� T�',1f'"�"J( �'
SHEET
DATE
DESCRIPTION
DATE
—
DESCRIPTION
ROAD NO.
COUNTY
FINANCIAL PROJECT ID
i+l+LTpJY2�Ty p
5
117851-0A0E
1TaI 1m
412473-5-52-01
FL131tl1 tY C'H D LL'
V7"
PLANT
3/28/2. 740208I PM L\e pr0Jects,4.i24T35528IVen04cp4a0012834gn
LD_j
NIC FILE S16NED AND SEALED UNDER RULE 6101E4
.11 ...........
800
R.911,„
93 5 73 #7 73 -3,3 -::,
135
N12°55'53"E • . N12°59'37
9 t
HORIZONTAL CLEARANCE
LINE TYP-
40'
30'
• •t
.. . ...
(2) LIVE OAK TREES
TO REMAIN
. - -
- ft..- -2- •
. P TS' HC ' • . 99i, „ ..
• '
„. . . ..... ,-,., , ... .. , .. .,.., ,• . ..,. . y . . . , ,,, , , . „.. ... . . . : ...... ,,r. v.,.
HORIZONTAL CLEARANCE LINE 700.
. '
. • .,„ „; ' ,- t.,:„ _"#91. 1 • :„.: :4::..#.',1 . „, „ 9N • ,.,.. I')-t• Z
N N ....N. -29 N. N.,. NN • .9 .
la /
'ELF
EXIST. FDOT
EASEMENT
801
1
STA. 136,09-00
BEG IN LANDSCAPE
:I 1 •
•
•
I: 1
LIM) S OF CONSTRUCTION 0/2
•;.• , = — _
. • o .. • - ,----.. •
r
30' 20'
•• • • , .......... F . . .
136 1 f0 SURVEY137 SR 5 (BRICKELL AVE) 138
11
3-
;: --.. ,
:':'•.)1.t), ,.... • O 1 , ••
:1 - V, • , ;1 •
6 @ : ,-- • 1 ;
I, :1 • #-; ..r, .
1
ce ii .. ::
:: '.,, , N : t ,:..):: •) ':, ', ....:
PEDESTRIAN ACCESS EASEMENT____ ..
'zi : •: • :
777
• /39
0 10 90
Feet
RCM,
SIDONAIIC #rx-b"," • ;
NOTE:
LEFT TURNS ARE PROTECTED_
0E111.510175
DATE
DESCRIPTION
DATE
DESCR1PT ION
DEBORAH F. STl?0000671.L.A.
t.A. LICENSE No. 1533
TYLININTERNATIONAL
2011.1.5ADDRA CIRCLE, SUITE .030
CORAL GABLES, FLORIDA 33134
31 305561.18E6 F 305557.1771
CERTIFICATE OF AUTHORIZATION 15002017
STATE OP FLORIDA
DEPARTMENT OF TRANSPORTAVON
ROAD NO.
COUNTY
FINANCIAL PROJECT ID
5
M 1—DADE
....1911ne
412473-5-52-01
LANDSCAPE PLAN
Ya.: 002'92351623-11227355.2035.ndscpW162123422
SHEET
iVa.
LD-6
30' ZO' 1
1 •
(
1 :
72t MAHODONY TREE k;
•
113
... 4_ „?,'Xirtg.:•-
.,;
LI =••••''-',",,,
TPL ROW
. „ .... .
• .TPL. ROW
141
RELOCATED THATCH PALMS (B)1'
SEE L0-2
OBL ROW
g
Nle5 '15"E
rt6 NOSS FAK 1,04 _ _ - - — • • M. 17M
_
• - ........ •
• HORIZONTALDLEAR,4OE1 :1 •
LINE ITP.
EXISTING Lagar TO REMAIN\
\NOY-
13' ,
0 /0 40
•„'"11 -J . • It-. " • i i
Feet
'• ,i i i f
:•',".',! ' : !
'...--r . ' •
• ,
SR 5 1BRICKELL AVE!
•e_ft--,-,g.'",-;".----"'"•,..37.,.—..r..1..11.,.• •••,.Gt,1-,--7'..,,.....—, 7, .kr-.- ,.?.,..;:
---• NON- 1-> - ..' ;•!- - ;, ,.„ ,
, 1, ::- • , ; ' FL/W--- .'•-.17-7',":,167.1.1.; , ,k`r. • r -, • -I r --• ' i '.I
' •
::. if ik r. •I -
4 I \----___VASTg OF comp-Rt/CT/oda-1
. ,
TFIRST PRES'BYTERIAN CHURCH
- 300
rg,
END CONSTRUCTION
STA. 144400,00/ 53.00 WORT*
END LANDSCAPE
. •
12
,•;••• ,END PROJECT _
.,•••• ; t
!fk;
y STA. 143498,;00
1;1
••••"..,
NOTES:
I. NEW LOCATIONS FOR (8)RELOCATED THRWAX RADIATA
SHORTEST PALM PLANTED ON NORTH END,
Z. LEFT TURNS ARE PROTECTED.
DATE
DESCRIPTa2J,
REVISIONS
DATE
DESCRIPTION
DEBORAH F. STRELKON, R.L.A.
L.A. LICENSE No. /533
TYLININTERNATIONAL
201 ALJIAMBRA CIRCLE, SUITE 900
CORAL GABLES, FLORIDA 33134
T 305-.%7.1568 F 505.567.1771
CERTIFICATE OF AUVHORIZATION 00002177
STATE OF FLORIDA
DEPARTM.62VT OF TRANSPORTATION
ROAD NC.
• COUNTY
FINANCIAL PROJECT ID
5
MIAM1-DADE
412473-5-'52-0f
LANDSCAPE PLAN
1/22/202 113532AA.1 Nr.,W -
SHEET
NO.
LD-7
NOTICETHE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FILE SIGNED AND SEALED UNDER RULE 61015-E3.003,F,A.C,
IRRIGATION TA ULATION
PAY
ITEM NO.
DESCRIPTION
UNIT
SHEET trumBERS
TOTAL
THIS
SHEET
GRAND
TOTAL
REF .
SHEET
LO-10
LD II
PLAN
FINAL
PLAN
FINAL
PLAN
FINAL
PLAN
FINAL
PLAN
P11130
PLAN
FINAL
PL4N
FINAL
PLA
NAL
PLAN
FINAL
PLAN
Fl AL
PLAN
FINAL
PLAN
FINAL
TO
IRRIGATION SYSTEM COMPLETE
LS
z
64
16
18
4
19
6
3
f
t
2
I
452
366
419
150
256
as
,
1
.2.
4.`1
i
.1".
'7'
i q
et,
:,-,-
1
/
g
jI
4 /5-7,,,
51,4.4°
f 2,11
2. 57,
B=5
,
i
2
64
18
4
19
6
3
1
t
2
452
366
419
150
255
BB
,
1
Z
6 41
l'
i
.1 f
6'
S
I
.1
0r_)..
a €,..,:,
4,-5 -PI
151-2
`,"G:57AN
p,,,g v
z
t
590
INIM
5
NUM
MOM
570Z-I2P XF-01 TORO AD.I POP-UP SPRAY 112 .1
52
111111011
III=
=MM.
5703-12P-XF-10H TORO ADJ./'OP-UP SPRAY (72')
16
I ta
MIHIIIMINIIIIIIIII
5
BEIMMIIMME
MIMI
5
5702-12P-XF-I5H TORO ADJ. POP-UP SPRAY 0569
-85
11
/ I
E
=
m.m...
B
SIDE STRIP HEAD
3
3
_
END STRIP HEAD
I
)
111=1111111INNIN
11110111111111111111
I
INIIIIIIIIIM
=ME
IIIIIMIIIIIMMINI
1
2' RAIN BIRD 200 PEB-PAS
1
1
i
3
I
II/4 ° SCH 40 PVC
232
NAM
JE
1
I
2
4HOPE SLEEVE
as
Mal
MM.
E
E
SO AR CONTROLLER - XRC
EA.
MIMMIlialltil
IIIIII=1111
LEIT
2' FEBCO 765 SERIES PRESSURE VACUUM BREAKER
EA
j"
REMOTE CONTROL VALVE
EA.
1
I
MEM
NMI
1
M11.1
IIIIIIIIINIMIIIMI
1111=1111MINIIIMMIIIIIIIIIIIIMI
ME
Mil
......
IMMIMMOM
ME
MIMI
-ow....
.....is
-,-
-,
--
--mi.-
1
=
111111111111MINI
==
=
EVISIONS
DEBORAH F. STREIRGW,. H.L.A.
L-A. uclit.5tNa-.1535 ,,
TYL,--:._ IN.N 1-....,-NesTic,N,-,:
S TAT& OF FLORIDA
DBPARTALEANT OF T3RANSFORTATIO1y1
TAB VLATION OF QUANTITIES
SHEET
NO_
DATE
D SCRIPT -ION
I DATF
D SCRIPTION
201 ALHAUBHA CIDOLE,SIIITE SOO
RDA!, N0,
COUNTY I Fl ARUM. PROJECT ID
CORAL GABLES, FLORIDA 33134
r 305.567.038 r 305567,177)
CERTIFICATE OF AUTHORIZATION OIZUEON
5
MIAMI-DADE
412473-5-52-01
SCHFBULE FOR IRRIGATION-
esevrojettswr24,3ss2a7Van6scpwe0r6004p6
LI3-8
J521.1.7 1/113/30a 21/4686 PM
THIS SHEET IS THE ELECTRONIC PILE SIGNED AND SEALED UNDER RULE 61G16.23.003, P,A.0
IRR/SATKIN NOTES 1. SPETEJCATIRN4
AUTOMATIC IRRIGATION SYSTEMS: REFER TO PLAN
WATER DEMAND / ZONE: 160 GPIs
WATER. SOURCE / SYSTEM: EXISTING l.5" CITY WATER METER
PRESSURE REQUIRED: 50 P51
GENERAL
I. THIS SYSTEM 15 REPLACING A PORTION OF AN EXISTING IRRIGATION
SYSTEM, MAINTAINED BY THE CITY OF MIAMI. CONTRACTOR `41/L BE
USING EXISTING 1.5' CITY WATER METER. CONTRACTOR 15 RESPONSIBLE
TO FIELD VERIFY EXISTING, CONDITIONS PRIOR. TO BIDDING. A PDF
OF EXISTING IRRIGATION IS AVAILABLE ON REQUEST FROM:
OEBORAH.STRELKOWBTYLIN COM
2. IR,RJGATl0/1 SHALL BE INSTALLED LV ACCORDANCE WITH LOCAL CODES, MIAMI-
EITW OSPECIFICATIONS.
SPECIFICATIONS, CONTRACT
DRAWINGS,AN9CD CT
3. 1 5184/ION CONTRACTOR IS RESPONSIBLE FOR VER1F'ING THAT N0
OVERSPRAY OCCURS ON PAVED AREAS. ADJUST AS NECESSARY
DURING WARRANTY PERIOD.
4. THIS IRRIGATION PLAN SHALL BE USED AS A GUIDE ONLY. CONTRACTOR
SHALL INSTALL IRRIGATION TO MATCH SITE CONDITIONS.
5- FPREVENTION
CONNEC770N CONTROL- PRESSURE VAC:N BREAKER HAS ALSO FOR CROSS
SPECIFIED.
6. CONTRACTOR IS A6/1SE0 TO VISIT THE SITE TO BECOME FAMILIAR WITH EXISTING
CONDITIONS PRIOR TO BIDDING.
7. TO ENSURE PROPER OPEP.ATON OF EACH SYSTEM, PRESSURE REQUIRED,
METER S(ZE,'VALVE SIZE, ZONE CAPACITIES, SPRINKLER SPACING, PIPE AND
WIRE SIZES, INSTALLATION NOTES AND DETAIL, AND SPECIFICATIONS SHALL BE
FOLLOWED AS SHOWN.
5. LANDSCAPE HNO C
CONTRACTOR
AND ARIGATION CONTRACTOR SHALL COORDINATE THEIR
WORK C
9. PRESSURE TESTING - SYSTEM SHALL HOLD 100 PSI FOR (21 HOURS WITH NO
PRESSURE LOSS.
eiellia
1. PIPE ROUTING 15 SCHEMATIC ONLY AND SHALL BE ADJUSTED FOR SITE
CONDITIONS_
2. PIPE SHALL BE UISTALLEO /N ACCORDANCE_ WITH LOCAL CODES AND PIPE
MANUFACTURER'S INSTRUCTIONS_
5. PIPE ROUTED IWDER ROADWAYS SHALL BE SLEEVED 1N HOPE PIPE Y11!!CH
SHALL BE INSTALLED PER INDEX /721. EACH SLEEVE SHALL BE (11
BURIED TO A /1/5/ 1/8 DEPTH Or 6', (21 IWO PIPE SIZES LARGER THAN
CARRIER PIPE, AND (31 INSTALLED TO EXTEND 3' BEYOND H414050 r^ED
AREA ON EACH END-
4. PIPE AND FITTINGS INSTALLED ABOVE GRADE FOR EACH BACKFLOW PREVENTER
SHALL BE 5L74 40 GALVANIZED STEEL_ ALL OTHER PIPE AND FITTINGS SHALL
BE SCH 40 TYPE 1120 PVC.
5. PIPE SIZED TO L/M/T FLOW VELOCITIES TO 5 FEET/SECOND AND TO LIMIT
FRICTION LOSS IN THE FIRING NETWORK,
6. SACICF ILL SHALL BE OF SUITABLE MATERIAL, FREE FROM ROCKS OR STONES, AND
OTHFJ2 DEBRIS THAT WWII) OAVAGE IRRIGATION SYSTEM COMPONENTS.
7. EACH BACKFLOW PREVENTER SHALL BE INSTALIFD IN ACCORDANCE WITH LOCAL
CODES AND SHALL BE LOCATED TO BE CONCEALED FI/OAI V/EW.
8. A GATE VALVE SHALL BE INSTALLED FOR ISOLATION. EACH VALVE SHALL
BE TO LINE SIZE AND INSTALLED IN A VALVE BOX.
9. PARALLEL PVC LINES MAY RUN IN THE SAME TRENCH.
WARRANTY
/. ENTIRE IRRIGATION SYSTEM SHALL BE WARP.ANTEED FOR A PERIOD 0E (RYE/4'
FROM TIME OF PROJECT F ANAL ACCEPTANCE.
SPRINKLERS
1. SPRINKLER LOCATIONS ARE SCHEMATIC ONLY AND SHALL BE ADJUSTED TO
MATCH LANDSCAPING, EXISTING AND NEW TREE LOCATIONS, PREVAILING WIND,
S/GN5,. UTILITIES, LTC., TO ENSURE PROPER COVERAGE. WITH NO OVERTHROW
ON PAVED AREAS_
Z. SPRAY HEADS SHALL BE TORO 570 SERIES. TWELVE INCH POP-UP TYPE SHALL
DE INSTALLED AT LOCATIONS ADJACENT TG BACK -OF -CURB AND SHRUB HEADS
SHALL. BE INSTALLED AT INTERIOR LOCATIONS.
3. POP-UP TYPE SHALL BE INSTALLED ON PVC SWING PIPE AND TO 7HE HEIGHT
REQUIRED 50 SPRINKLERS ELEVATE ABOVE THE MAINTAINED HEIGHT OF PLANT
MATERIAL WHEN IN USE. REFER TO APPLICABLE DETAIL.
4. SHRUB HEADS SHALL BE INSTALLED ON PVC SWING PIPE AND TO BE A
UNIFORM HEIGHT OF 6 ROOKIE MAINTAINED HEIGHT OF PLANTS_. RISERS SHALL BE
PAINTED FLAT BLACK TO BE LESS VISIBLE.
5. EACH `PRAY HEAD SHALL BE EQUIPPED WITH THE APPROPRIATE MPR NOZZLE
AND THE X-FLOW FEATURE.
B. -/MILL LOCATIONS OF BUBBLER HEADS TO BE DETERMINED AFTER TREES HAVE
BEEN INSTALLED.
7. ADJUSTMENT FEATURES OF SPRINKLERS SPECIFIED SHALL BE UTILIZED TO
ENSURE PROPER COVERAGE WITH ,4'0 OVERTHROW. LGY ANGLE,FLAT SPRAY,
AND ADJUSTABLE ARC NOZZLES SHALL BE USED TO PROI'ENT OVERTHROW'..
B. SPRINKLERS LOCATED ADJACENT TO BACK -OF -CURB SHALL RE INSTALLED
A MINIMUM OF B INCHES FROM BACK -OF -CURB.
0ONTP01 G"STFM
J. A LEI- AMBIENT LIGHT SOLAR POWERED CONTROLLER TYPE XRC SHALL BE
INSTALLED. SEE IRRIGATION DETAIL SHEET.
2. CONTROL LINES FROM AUTOMATIC CONTROLLERS TO SOLENOID VALVES SHALL
RE T14 AWG UNDERGROUND FEED TAPE WHICH SHALL BE= (1/ INSTALLED
1N ACCORDANCE WITH LOCAL CODE5,12) INSTALLED IN SCH 40 PVC WIRE
C01JDU1T THROUGHOUT (31 BURIED 7'0 A MINIMUM DEPTH OF 15 INCHES,
I41 COLOR. CODED TO FACILITATE TROUBLESHOOTING, AND (5) SPLICED
MOSTLY AT VALVE LOCATIONS. SPLICES SHALL BE MADE (WATERPROOF PER
INDUSTRY STANDARDS. PROVIDE SHOP DRAWINGS FOR SPLICE CONNECTIONS.
SPARE WIRES SHALL 8E 50075J FROM EACH CONTROLLER /N ALL DIRECTIONS
TO THE FARTHEST 'VALVES CONTROLLED.
3. PULL BOX SHALL BE INSTALLED 1N THE WIRE CONDUIT SO THE DISTANCE
BETWEEN ACCESS LOCATIONS DOES NOT EXCEED Z00 FEET.
4. /N INDIVIDUAL CONTROL WIRE SP.ALL BE ROUTED TO EACH VALVE AA'D
VALVES WHICH OPERATE SIMULTANEOUSLY SHALL BE TEED TOGETHER AT
THE COIJTROLLR_
5. AUTOMATIC VALVE LOCATIONS ARE SCHEMATIC ONLY AND SHALL BE
ADJUSTED FOR ON SITE CONDITIONS. EACH VALVE SHALL BE INSTALLED IN
A VALVE BOX. THOSE VALVES CONTROLLED BY THE AMBIENT LIGHT
CONTROLLER SHALL BF EQUIPPED WITH THE APPROPRIATE LOW VOLTAGE
ACTUATOR.
6. WATER CONSERVATION EQUIPMENT SHALL BE INSTALLED /N ACCORDANCE
WITH MANUFACTURER'S INSTRUCTIONS. EACH RAIN SENSOR SHALL BE MOUNTED
ON A POLE, MINIMUM OF 5' CLEARANCE FROM OTHER OUTDOOR EQUIPMENT,
FREE AND CLEAR OF ANY TREE CANOPY OR OTHER OVERHEAD OBSTRUCTION,
AND ABOVE THE HEIGHT OF SPRINKLER COVERAGE.
75934(5A"1R. PRF(-`IFITATIIIN
TIMINGiOFENTSTAPPLYH LLMCH 5/NEEK0HE FIELD TO MATCH LOCAL
1.
DATE I DESCRIPTION
REVISIONS
DATE
DESCRIPTION
DEBORAH F. STR£/XP.Y' RL A..
.per L.A.UCENS Y 153
5//5714 I5554456Nt,4511 7E
0i/re(S]4121 S,X816FI1LTA 3/190/6
T 305.517J555 F 3055(7.1771
CERTIFICATE OF AUTHORIZATION 000020.7
STATE OF FLORIDA
DPPIRT✓M2IVT OF TRANSPORTATTON
ROAD NO.
COUNTY
FINANCIAL PROJECT ID
5
MIAMI-DADE
412473-5752-01
IRA GAl YCO1"t NOTES
Ilss� AV U earnj 3...iVo..gsv`aln,rrar cyn
SHEET
NO.
LD-9
HOr$CEI THE OFFICIAL, RECORD OF THIS SHEET IS THE ELECrRCN1C FNE SS)
R/W
BOO
135
•
40'
so'
• ''
• :
136
•••
STA. 136+32.07
/ BEGIN IRRIGATION
;!! ;
!! :
; •
. :
-.77,7: 7,7 "-'....,;77! ,•!-; ' _
ir.57 SR 5 (BRICKELL AVE) 158
•
' D
! '
EXIST. FDOT ) 4.-4.,4
EASEMENT
• 6 -!
i,'. Li.
80/ '-'-' 4
It -I :!! .' ,ir - pL, ..,
, :4:• .., --. "4r, 1"-- ,,:. ''.,, 4
1 ,i• .K4 ,- ;,,,
,,-,..,,,' vv.
30' ,;: !;k
is !! 1
i i
.. , 4..!! • r.• II!' 4-
PEDESTRIAN ACCESS EASEMENT
8'1
8Q,
et _23_ _e _0_ _
777
EXP7 SVFIVALK
.3(7 20'
; • : ' '
• .• ....
139
0 10 40
•!!°n!5;;;;`.
Feet
0
140
tn
/44
-4
4" HOPS; 'SLEEVE
2 1 SEE NOTE I-
)50 150 1611
81.1
•
(2)LIVE. 0AK5 TO REVA1N-7.--
4505901
5 HALF
0 QUARTER
'WI' EST
e SST
NOTE:
.
• • - -
r - -
I
1. TRENCHING AND PAVEMENT RESTORATION FOR IRRIGATION TO BE
AS PER INDEX 17721.
REVISIONS
DATE
DESCRIPTION
DATE
DESCRIPTION
DEBORAH F. STRELKOW,R.L.A.
L.H. LICENSE 10-15.33
wuNINTERNIATIONAL
201AL8/A06RA cISCLE.sulTs. 900
70947 GABLES, FLORIDA 33I34
305.5571883 F 305567.177,
CERTIFICATE Or AUTHORIZATION 0000507
STATE OF FLORIDA
DEPARTMENT OF TRANSPORTATIONI
ROAD I/O.
COUNTY
FINANCIAL PROJECT ID
5
IAM - D ADE
412473 -5 752-0I
IRRIGA MON PLAN
SHEE7
NC.
LD-10
Monet:, THE OFFICIAL RECORD OF THIS SHEET IS THE ELECTRONIC FRE SIGNED AID SEALED UNDER SINE 6195-23.005,F,A.C.
TCH LINE STA.140
0
I .4::!;/':
99(7
•"
..... • EX/Si . • - 4; • ! •
•
. ,
- '
1.3L4 ' 37'
— • "
! :
2
! ,
..2t!
•:; • iL •
•
71:,,,..-/ --1Z” ELECTRIC VALVE (42 GPAOLZONE 0
- . l'' ELECTRIC VALVE (6 GPMHZONE 31
7- 2'' ELECTRIC VALVE (70 CPADIZONE 41 ...;„
i 114.
, „,...---F--141 Te M/ROGA K T TREE ro REMAIN
. i '', 'OH [so
- - cf
.,,,en
I .
tg 773 af ,_24,......, .
: .
-15-11'2112.XE8 IST-IN; 410N-1- UME; '-- T-'0';;;;;1\‘' .-- '12'.:, '''''-'111:- - - - • - '':-. ''''''' - '
EXIST. I V," WATER METER "-- PROPOSE0 OA1C TREE .. :.., ' f-• ''''' -
d... .. ... ....,. .,-.5 .. . .,....: .LoaArtoms W.
.2.k? =-;,"" " •,`;
- , e
• 0. .\EXIETL05EHIJT FF VALVE: (GAL TE- VALVE) ' - . , G
fi5 SERIES , • :
LE1T SOLAR CONTROLLER
----Nat SENSOR
• '
••
, 1
; ; •
,....
FIRST PRESBYTERIAN CHURCH •
440i 'IL;
0 10 40
Feet
_ • _ - • • •
. .
• • •
END PRO;ECT ' ' • .' ' • •• . .
i .
STA. I44400.00 / 92.50 NORTH
---- '.-,:.:•: '..".: ,..:,
.•,,,f'2
2 0 • 'i1:
' ! IFGFND: ..1 .
6, HALF STA. 143h5I .34
tc.,) QUARTER 7' I-t ENO IRRIGATION
4i ,1 EST ;`,,,i' ''-i5:'
6 ssr i I , ri
13 BUBBLER 00
NOTEs.,
I. PROVIDE SEPARATE ZONE FOR BUBBLER HEADS AT EACH NEW OAK TREE.
2. MINIMIZE TRENCHING NEAR EXISTING MAHOGANY TREE. VERIFY FINAL VALVE
LOCATIONS WITHIN ORIPL1NE WITH CEI PRIOR TO COMMENCEMENT.
DAT'!
DESCRIPTION
REV1510115
DATE
DESCRIPTION
REBORAH F. .5180080W,
LA...LICENSE No- isas
TYLININTERNAT1ONAL
ROIAILIANDRA CIRCLE, SUITS 500
CORAL GABLES, FWRICA 33134
T 305E67.1888 F 305-567.1711
CERTIFICATE OF AUTHORIZATION 00002017
STATE OF FLORIDA
OFPARTMENT OF TRANSPORTATION!
ROAD NO.
COUNTY
FINANCIAL PROJECT 0
5
MIAMI-DADE
Sal01 tin
4124'3-5 H52-01
IRRIGATION PLAN
1.1,28120/2 1.11, 14\01. ne-50,11.25.0C-11,
SHEET
NO.
,71
:c37
5
9
5
5
5
5
=
I=
TE.P.CAL CONTRPLIER
AUTOMATIC RAIN SENSOR
LEES
ZS
1.tagi4
(73 LE:E COVEROLLEE 0t0000 XRE
(g) OL.SELE.Ige SE,L ii-55
00
f;,EIV
\WW1 WO 0
LEIT IRRIGATION CONTROLLER
(s)
,A7f4"<„?:',35,1711miggs75-41=-77,1P-7,77:73,7'7-'2-
(9'
•
r•• r•
, e-•
A
.eirtPt
tT- • - --Ct5
REMOTE CONTROL VALVE
caLviAs12- /- ffrg"
'fra Erg \ /
se%
LI',EEI
SCR 'L.PC,"TiMOtt
1,7=-
, _..,-1-----
40' _
D
_111.14 _WiLvil±,21_,..i_Afej ;Ike til"-_,Ilit,i
....,
EFE..._. 1.1,..V.V.V r„,,, .,.. J.-. Mfg, j 551
PRESSURE VACUUM BREAKER
(.7) ORE SPLICE Covccrons
iTi7P511:47-
EL94;11 MALE TO?
71 LEJT S0ZE000/AC705040
gE7011.UrbEV.L'EME.E,
79,00:0, GE;0 TV' Ai.D.
WEAVAL'04E0OP.5
COULL:m Afr:uxrma 15000:
006E3/01E60 srev. MOUNT. Cr..
FOL: CEO- lc MD XIL0
KOLYL , cfe,
.40 KOLA,' Or
gif45.-....,LtUJEFLEROL WEES 50
DLSCR:PT JON
REVISIONS
I
55500/7700
CDELM,: 000I1E,58 a, .90l00
(-2) E0?-, .91901' 5.9.0iNELE,
;90 .212,-PES 9,71
1.70 ;A,FraiN OL00
I`IFE
%Ea P.EE asscva,
13.401 ,e,FID AWE..
(?) 000 40 TEE 00
POP—UP SPRINKLER DETAIL
te-S
R=4,71;ITI,
ri)svm. ;FE. LEES; HI
XAL1 Si.40 ao, EL SE-,00
UTERAG, Past'
re 1/2400E0LIA!t 1..9
_990-f.0 WAR .9‘009:
0;;E: 11E0 5100E1, .98=-030
.-4(13-) rE)
(---a 1 '-`---,—. -- --.... '''.-------- 7 t..„a )
1 fi'l
-----. ,--• —
c. •••••• , r-••,,, / ---,
FIXED -SPRAY W/ SWING PIPE SPRINKLER
PrS
SEOOPI.J F. STRELKG% n.L.A. 1— --- -- ---- --- ---
1,1. CE.V5E Mo. 153 9 5R:4TE OF FLORIDA
TYLININTERNATioNAL ? D.6.-41?7:413NT OP TRANSPOR0037701.
20i 4LL.314+,9PA CIRCLE,. StItTE 500 'I, ROAO nO. COUlin' rINIWC,AL PROJECT /.5 j
CORAL ,348LES,F0003355 33,34
7' 305.557.688 F .305.567.00/ 5 M1,14,11 f -DADE 412475 - 5 752 -.Of
0E02!Fa:47E OF AilitiORIZAT OM Cri002CAT
-r-
-
34/0
JS,r19,2
ItP
rE.)SWAG PtEE 12-0.01 LE.,0790
AVE timileor,Eu
,c 33575030 P,"E
,E 00
l90s;
BUBBLER W/ SWING PIPE SPRINKLER DETAIL
IRIUGATION DETALU,S
1 SHEET
110,
LD—t2
1035,0 ;iv 0,..projec1000E97E.5505/4arE08'0005300,01;