Loading...
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;