Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents - Request for Proposals Addenda
ADDENDUM No. 1 November 20, 2018 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. MODIFICATIONS: 1. Wherever applicable throughout the RFP document, Proposers are hereby advised that the Proposal Submittal Date has been changed to December 6, 2018. The time and location for delivery of Proposals remain the same. 2. On page 32 of the RFP, Section 3.5(A) "Minimum Qualification Requirements," General Contractor, please delete the following: "In addition, the General Contractor shall have experience as the prime contractor for at least three (3) completed projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), with contract values of $5 million within the last ten (10) years." And replace with the following text: "In addition, the General Contractor shall have experience as the prime contractor for at least three (3) completed projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), within the last eight (8) years." 3. On page 33 of the RFP, Section 3.5(B) "Minimum Qualification Requirements," Lead Engineer/Design Manager Firm, please delete the following: "In addition, the Lead Engineer/Design Manager shall have experience as the Engineer of Record for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), with contract values of $5 million or more within the last 10 years." And replace with the following text: "In addition, the Lead Engineer/Design Manager shall have experience as the Engineer of Record for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), within the last eight (8) years." 4. On page 33 of the RFP, Section 3.5(C) "Minimum Qualification Requirements," Key Personnel, the minimum years of experience for the Key Personnel listed on pages 33 and 34, has been reduced from eight (8) years to five (5) years. In addition, any reference to a contract value threshold for the three (3) required projects references has been eliminated. The three (3) required project references still must meet the "similar scope and complexity" standard. The City of Miami, with the advice of the Design Criteria Professional, will have sole discretion to determine whether the proposed project references meet said standard. REQUESTS FOR INFORMATION: Q1. Do the Proposers provide Step 1 packages (qualifications and experience only, from all interested Proposers) and Step 2 packages (Technical and Price Proposal for Base and Additive Alternatives) simultaneously or at different times? Al. Step 1 Proposals must be submitted by or on December 6, 2018, at 3:00 p.m., to the City of Miami Clerk's Office, 3500 Pan American Drive, First Floor, Miami, FL 33133. At the Step 1 Meeting to be held in late December 2018 or early January 2019, Evaluation Committee members will shortlist Advancing Firms (please refer to page 4 of the RFP). The date to submit Step 2 Proposals from Advancing Firms will be determined by the Evaluation Committee members. Q2. What will be the duration between the submission of Step 1 and Step 2 packages? A2. It is estimated that there will be approximately 60 days between the submittal due date for Step 1 and Step 2 Proposals. Q3. Should the D/B Team include a contingency in its bid for such unforeseen condition? A3. No. A contingency allowance will be added to the final contract value as part of the contract award process. Q4. Please provide a sample contract to be used for this project. A4. A sample contract will be shared with the selected Proposer after oral presentations are concluded and prior to commencing negotiations. Q5. Is builders risk insurance required for this project? A5. No. The City will acquire Builder's Risk insurance. Q6. If required, when will the builders risk policy start and stop? A6. Please refer to response to Q5, above. Q7. If required, who is responsible to pay for the builder's risk insurance? A7. Please refer to response to Q5, above. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 2 Addendum No. 1 RFP No. 18-19-005 Q8. After the City takes occupancy of completed construction, the master permit will still be open for uncompleted/ future works. Will the City require the D/B Team to indemnify the City for completed construction occupied by the City? A8. Yes. Q9. What documents are required to demonstrate financial strength of the Proposer? A9. Please refer to best practices and/or guidelines by A.M. Best Company. Q10. Will a bondability letter be accepted to demonstrate financial strength of the Proposer? A10. Please refer to response to Q9, above. Q11. Will the D/B Team be responsible to indemnify the City for any and all events for the entire Dinner Key Marina? For example, construction has commenced at Pier 1 and Pier 2 and a slip and fall occurs at Pier 7. No construction work has occurred at Pier 7. Will the D/B Team be required to defend and indemnify the City for events that occurred outside the active construction site? A11. Yes. The indemnification language in the upcoming design -build contract will read as follows: "The Design -Builder shall indemnib), hold and save harmless, and defend (at its own cost and expense), the City and their officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused in whole or in part by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Design -Builder and persons employed or utilized by Design - Builder in the performance of this Contract. Design -Builder shall further, indemn, hold and save harmless, and defend (at its own cost), the City and their officers, agents, directors, and/or employees, against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officers, agents, directors, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Design -Builder shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Design -Builder expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Design -Builder shall in no way limit the responsibility to indemn, hold and save harmless, and defend the City and their officers, agents, directors, employees, and instrumentalities as herein provided. The indemnification provided above shall obligate the Design -Builder pre and post construction to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Design -Builder, or persons employed or utilized by Design -Builder. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Design -Builder shall require all sub-consultant/sub-contractor agreements to include a provision that each sub-consultant/sub-contractor will indemnify the City in substantially the same language as this Section. The Design -Builder agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Design -Builder Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 3 Addendum No. 1 RFP No. 18-19-005 in which the City participated either through review or concurrence of the Design -Builder's actions. In reviewing, approving or rejecting any submissions by the Design -Builder or other acts of the Design -Builder, the City in no way, assumes or shares any responsibility or liability of the Design -Builder or any sub-consultant/sub-contractor under this Contract. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Design -Builder." Q12. Will the City require the D/B Team to indemnify the City for slip and falls that occurs in the DKM parking lot where no new work is being performed? Al2. Yes, if the site is made available to the contractor for use, storage, parking, etc. Q13. Do you happen to have an estimated project value and start date for the above noted project yet? A13. The City anticipates the construction cost to be in excess of $15M. The City continues to work with insurance and with the Federal Emergency Management Agency (FEMA) to determine the reimbursement process relative to the damage from Hurricane Irma. The award of the construction contract is anticipated in late February 2019, based on the procurement process discussed at the pre -bid meeting; this schedule is subject to change. The selected design -build team will commence design and local permitting based on their established schedule, with construction to commence as quickly as possible. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie:;Perez, CPPO, Director Department of Procurement, City of Miami 4 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Addendum No. 1 RFP No. 18-19-005 ty of ADDENDUM No. 2 November 21, 2018 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. REQUESTS FOR INFORMATION: Q1. Is the Lead Engineer/Design Manager Firm under Section 3.5 (B) considered only a firm (similar to the General Contractor Section 3.5 (A)), or is an individual representative required under this section, separate from the key personnel requirements under Section 3.5. (C)? If limited to the firm, then this section should include experience of engineers employed by the firm, including prior experience of individuals, as long as they are currently on the payroll of the submitting firm? Al. The Lead Engineer/Design Manager must be a licensed, registered, and practicing engineer or engineering firm authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal), as of Proposal Submission Due Date. The managing principal/s of the Lead Engineer/Design Manager, qualifying the Design -Build team while acting as the Engineer of Record for the Project, must be registered engineer/s under Chapter 471, Florida Statutes, to practice engineering. Q2. Can the experience projects utilized to qualify the firm under Section 3.5 (B) overlap with the requirements of the individual under a specific role in the Key Personnel Section 3.5 (C)? For example, the Firm is qualified with Projects X, Y, and Z, and the Engineer employed by the firm is qualified as a Key Personnel utilizing Projects X, Y, and W. Thus projects X and Y would be shared amongst the Lead Engineer/Design Manager Firm and the key personnel employed by that firm. Similarly for the General Contractor and the Construction Manager. A2. It is allowed for different firms and/or individuals to utilize a single or multiple projects to provide proof of prior experience. Individuals who have shared activities on the same project or contract, will be able to submit the same projects as long as those individuals have provided the services they claim in order to meet the qualifications and experience requirements set forth in Section 3.5 of the RFP (i.e., a mechanical engineer and a structural engineer participating on the same project but providing services under their individual disciplines). CLARIFICATIONS: 1. AU Design Criteria Package documents (Attachment A) originally uploaded to the Office of Capital Improvements website have been replaced for newer, updated versions. In addition, experience -related forms (Attachment B) have been updated to reflect the reduced number of years of prior experience required from the Design -Build team. All updated documents can be downloaded at http://www.ci.miami.fl.us/MiamiCapital/NewBidsandProposals.html. 2. "Hurricane Irma Assessment Report," prepared by Moffatt & Nichol and dated September 2018, has been added to the Attachment A documents; the document is 143 pages long. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Annie Peter tPPO, Director Department of Procurement, City of Miami 2 Addendum No. 2 RFP No. 18-19-005 ii of £Iiami ADDENDUM No. 3 November 30, 2018 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. MODIFICATIONS: 1. Throughout the RFP document, the reference to "Design -Builder" must read "Design -Build Firm." 2. On page 5 of the RFP document, please delete the following: "Proposer must submit Price Proposals in separate envelopes. A Price proposal must be submitted for the Base Proposal, including Additive Alternatives 1 through 3." And replace with the following text: "On the Step 2 Proposal Due Date, shortlisted firms must submit Price Proposals in separate envelopes. A Price proposal must be submitted for the Base Proposal, including Additive Alternatives 1 through 8. Failure to do so will result in the Proposal being rejected as non -responsive." 3. On page 6 of the RFP document, please delete Section 1.6 in its entirety, and replace with the following text: "1.6. Contract Terms and Conditions The Proposer(s) selected to provide the service(s) requested herein (the "Successful Proposer(s)") will be required to execute a contract ("Contract") with the City. The contract will be a City -furnished Design -Build Agreement (Agreement), and certain provisions of the Contract are non-negotiable. These include, without limitation, applicability and compliance with applicable laws (e.g., State Statutes, County and City Codes), venue, hold harmless, duty to defend, indemnity and insurance, payment and performance bond, and cancellation for convenience or due to lack of funding, by the City Manager. These sections are excerpted below: a. Applicable Law and Venue of Litigation 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. b. Indemnification The Design -Build Firm shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City and their officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused in whole or in part by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Design -Build Firm and persons employed or utilized by Design -Build Firm in the performance of this Contract. Design -Build Firm shall further, indemnify, hold and save harmless, and defend (at its own cost), the City, Van Alen, and their officials and/or employees, against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Design -Build Firm shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Design -Build Firm expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Design -Build Firm shall in no way limit the responsibility to indemnify, hold and save harmless, and defend the City and their officers, employees, agents, and instrumentalities as herein provided. The indemnification provided above shall obligate the Design -Build Firm pre and post construction to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Design -Build Firm, or persons employed or utilized by Design - Build Firm. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Design -Build Firm shall require all subconsultant/subcontractor agreements to include a provision that each subconsultant/subcontractor will indemnify the City in substantially the Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 2 Addendum No. 3 RFP No. 18-19-005 same language as this Section. The Design -Build Firm agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Design - Build Firm in which the City participated either through review or concurrence of the Design -Build Firm's actions. In reviewing, approving or rejecting any submissions by the Design -Build Firm or other acts of the Design -Build Firm, the City in no way, assumes or shares any responsibility or liability of the Design -Build Firm or any subconsultant/subcontractor under this Contract. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Design -Build Firm. c. Insurance Without limiting any of the other obligations or liabilities of Design -Build Firm, Design -Build Firm 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. ■ Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations $2,000,000 Personal and Advertising Injury $1,000,000 B. Endorsements Required City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured Contingent and Contractual Exposures Explosion, Collapse and Underground Hazard Primary and Non -Contributory Endorsement Products and Completed Operations covered for a minimum of three years following project completion. Additional insureds included on this requirement. ■ Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto/Owned/Scheduled Including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000 B. Endorsements Required City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 3 Addendum No. 3 RFP No. 18-19-005 • Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation USL&H, IF APPLICABLE • Employer's Liability Limits of Liability $1,000,000 for bodily injury caused by an accident, each accident. $1,000,000 for bodily injury caused by disease, each employee $1,000,000 for bodily injury caused by disease, policy limit • Umbrella/Excess Liability Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $15,000,000 Aggregate $15,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured Excess Form over all applicable liability policies contained herein • Environmental Impairment/CPL Liability $3,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured Five Year Reporting Period • Builder's Risk/Installation Floater (If applicable) Causes of Loss: Special Form with Replacement Cost Valuation Deductible: $50,000 AOP, 5% Wind & Hail, Flood City of Miami, its elected officials, instrumentalities, and employees listed as loss payee/additional insured DESIGN -BUILD FIRM IS RESPONSIBLE FOR ALL DEDUCTIBLES APPLICABLE HEREIN • Payment and Performance Bond Full amount of contract at award, including all contingencies City of Miami, its elected officials, instrumentalities, and employees listed as an Obligee • Design -Build Firm's Professional Liability $5,000,000/$5,000,000 Retro Date Included. This limit shall be equally applicable and provided by any and all consultants, subconsultants, or subcontractors engaged in the project. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 4 Addendum No. 3 RFP No. 18-19-005 ■ Protection and Indemnity Liability (If Applicable) Limits of Liability (Jones Act included) $1,000,000/$2,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured. ■ Crime Coverage (If Applicable) Employee Dishonesty and Forgery Alteration Limits of Liability $1,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as loss payee. The Design Build Firm is responsible for all applicable deductibles in terms of all lines of coverage, or policies herein contained, more specifically noted in Section (7) Insurance. The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change. Companies issuing all insurance policies required above must be authorized to do business in the State of Florida, and meet the following qualifications: The company must be rated no less than "A-" as to management, and no less than "Class X" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. d. Performance and Payment Bond The Design -Build Firm shall within fifteen (15) calendar days of being notified of award, furnish a Performance/Payment Bond containing all the provisions of the attached Performance/Payment forms. Each Bond shall be in the amount of one hundred percent (100%) of the Contract value guaranteeing to City the completion and performance of the Work covered in the Contract Documents as well as full payment of all suppliers, laborers, or subconsultants and subcontractors employed pursuant to this Project(s). Each Bond shall be with a Surety, which is qualified pursuant to Article 9, Qualification of Surety. 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 value, or an additional bond shall be conditioned that Design -Build Firm will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Project(s). The City must be listed as an Obligee. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 5 Addendum No. 3 RFP No. 18-19-005 Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Design -Build Firm shall ensure that the bond(s) referenced above shall be recorded in the public records and provide City with evidence of such recording. The Payment/ Performance Bond shall be in substantially the form provided by Section 255.05, Florida Statutes and be subject to the approval of the Risk Management Director and the City Attorney as to legal form. e. Termination for Convenience In addition to cancellation or termination as otherwise provided for in the Contract, the City Manager may at any time, in its sole discretion, with or without cause, terminate the Contract by written notice to the Design -Build Firm. Such Written Notice by the City Manager shall state the date upon which Design -Build Firm shall cease all Work under the Contract and vacate the Project(s) site(s). The Design -Build Firm shall, upon receipt of such notice, unless otherwise directed by the City: • Stop all Work on the Project(s) on the date specified in the notice ("the Effective Date"); • Take such action as may be necessary for the protection and preservation of the City's materials and property; • Cancel all cancelable orders for materials and equipment; • Assign to the City and deliver to the site, or any other location specified by the Project Manager, any non -cancelable orders for materials and equipment that can not otherwise be used except for Work under the Contract and have been specifically fabricated for the sole purpose of the Work and not incorporated in the Work; • Take no action that shall increase the amounts payable by the City under the Contract Documents; and • Take reasonable measures to mitigate the City's liability under the Contract Documents. • All charts, sketches, studies, drawings, reports and other documents, including electronic documents, related to Work authorized under the Contract, whether finished or not, must be turned over to the City. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by Design -Build Firm until all documentation is delivered to the City. In the event that the City Manager exercises its right to terminate the Contract pursuant to the Contract Documents, the City will pay the Design - Build Firm: • For the actual cost or the fair and reasonable value, whichever is less, of (1) the portion of the Project(s) completed in accordance with the Contract through the completion date, and (2) non -cancelable material(s) and equipment that is not of any use to the City except in the performance of the Contract, and has been specifically fabricated for the sole purpose of the Contract but not incorporated in the Work; and Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 6 Addendum No. 3 RFP No. 18-19-005 ■ To the extent practical, the fair and reasonable value shall be based on the price established as a result of the Contract. In no event, shall any payments under this Paragraph exceed the maximum cost set forth in the Contract. ■ The amount due hereunder may be offset by all payments made to the Design -Build Firm. ■ All payments pursuant to this Article shall be accepted by the Design -Build Firm in full satisfaction of all claims against the City arising out of the termination including, Further, the City may deduct or set off against any sums due and payable under this Article any claims it may have against the Design -Build Firm. ■ Design -Build Firm shall not be entitled to lost profits, overhead or consequential damages as a result of a Termination for Convenience. ■ All payments made under the Contract are subject to audit Upon the City's payment in full of the amounts due the Design -Build Firm under this Article, the Design -Build Firm grants the City full use of the Work and any Work Product to complete the Project and subsequently occupy the Project." 4. On page 7 of the RFP document, please delete Section 1.9 in its entirety, and replace with the following text: "1.9. Award of a Contract A Contract may be awarded to the Successful Proposer for the Project by the City Commission or City Manager, as applicable under the City Code, based upon the qualification requirements reflected herein. The City reserves the right to execute or not execute, as applicable, a Contract with the Successful Proposer when it is determined to be in the City's best interest. The City does not represent or affirm that any award will be made, or that a Notice to Proceed will be issued." 5. On page 16 of the RFP document, Section 2.1, "Project Background," please delete the following: "The original terminal building is still utilized as City Hall." And replace with the following text: "The original terminal building is still utilized as City Hall, housing the Commission Chambers and offices for elected officials and certain staff." 6. On page 37 of the RFP document, Section 3.11, "Audit Rights and Records Retention," please add the following text to at the end of the Section: "The Audit and Inspection provisions set forth in Sections 18-100 to 18-102 of the City Code are deemed as being incorporated by reference herein as supplemental terms." Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 7 Addendum No. 3 RFP No. 18-19-005 7 On page 65 of the RFP document, "Information for Determining Joint Venture Eligibility," please add the following text to at the end of the opening paragraph: "All MUST requirements are mandatory. Failure to comply will result in disqualification of the Proposal as non -responsive." REQUESTS FOR INFORMATION: Q1. Please provide the vendor and manufacturer of the exiting fiberglass grate decking. Al . The existing grating was installed in 2006 time frame, and the vendor was Strongwell. Q2. Please specify the quantity of grating to be replaced. It was verbally stated that all the grating is to be replaced. It was also stated that only some of the grating is to be replaced. We are unable to determine from the RFP plans and specifications the quantity of the new grating that is required. Please specify the location and quantity of grating to be replaced. A2. Total Grating Area is approximately 53,500 sq. ft. Nominal Grating Width is approximately 7 ft. Pier No. Grating Length (Ft.) 1 680 2 615 3 915 4 890 5 1,180 6 1,030 7 870 8 915 9 540 NOTE: these figures are provided to Proposers for informational purposes, only. Proposers are still required to field verify the above -mentioned figures at their convenience. Q3. Please provide the survey information included in the RFP in PDF format. We are unable to open the survey included in the RFP. A3. A new survey is included within this Addendum. Q4. Please provide the Geotechnical Report (Page 39 of the MN Design Criteria Package states will be provided). The Geotechnical Report is needed to determine pile -driving pricing. A4. Soil borings have commenced, and the boring logs are anticipated in mid -December. The geotechnical information will be provided to all short-listed Proposers after the Step 1 qualifications process. Q5. What is the duration for the entire project (design, permitting, and construction)? A5. The anticipated schedule is 365 calendar days. Short-listed Proposers, however, will be required to submit their own project schedule as part of the Step 2 Proposal. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 8 Addendum No. 3 RFP No. 18-19-005 Q6. a) When does the clock commence for this project? b) Does the clock commence after the permits are secured? A6. Short-listed Proposers will be required to submit their own project schedule as part of the Step 2 Proposal. The City anticipates providing a partial Notice to Proceed (NTP) for the selected team to commence the engineering design. As the design progresses through the City review process, and both the environmental and building permits are issued, the City may issue an NTP for construction. Depending on the selected Proposer's schedule, the City may issue additional partial NTPs to order long -lead time materials during the engineering and permitting tasks. Q7. Additive alternates add scope to the contract. Will time also be added to complete the add alternates? A7. Time may be added, as appropriate. Q8. How much time will be added for alternates No.1, No.2, and No.3? A8. Additive Alternative No. 4 has been added. Nonetheless, shortlisted Proposers will be required to submit their own project schedule as part of the Step 2 Proposal, including a recommendation for additional construction time for each alternative. A sample Bid Proposal form is included as part of this Addendum. Q9. a) What is the design and environmental permitting duration? The MN Design Criteria Package (Page 12) states, "Environmental Permitting - Estimated 9 to 12 months." The RFP indicates that the entire project duration is 12 months for both design/permitting and construction. b) How is it possible to complete the entire project when the design I permitting process is "estimated" to be a 9 to twelve (12) month duration? A9. The City is initiating the environmental permitting to progress concurrently during Steps 1 and 2 of the design -build procurement process. The environmental permitting process will also continue concurrently as the successful Proposer completes the engineering design and building permit processing. The 9-month duration is an estimate based on experience with similar projects in Miami -Dade County, and it is possible the rehabilitation project could be permitted in 6-9 months. The City will maintain regular communication with the successful Proposer, and work to expedite the environmental permits. Q10. The MN Design Criteria Package (Page 16) states, "Piles shall be wrapped as indicated on the DCP Drawings." Do DCP criteria include wrapping the existing PT I CCA piles? A10. Only new piles shall be wrapped. Q11. The permitting agencies are known to be arbitrary. Hypothetically, if during construction the permitting agencies require that all exiting piles be wrapped, will this work be part of a change order to the City of Miami? A11. Yes, a change order may be issued to include additional work, as appropriate. Q12. Will the D/B Team be compensated for differing site conditions? Al2. Proposers shall review existing site conditions along with information included in this package that includes some of the repair plans as well as original design plans from the 1980's. Proposers shall also review the DCP carefully. Site visits by Proposers are encouraged to confirm site conditions. The City is implementing the project through a two- step, 'best value" procurement process to select a qualified/experienced Design -Build Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 9 Addendum No. 3 RFP No. 18-19-005 Firm that has designed and constructed similar projects. Per Section 1, Sub -section 29, "Differing Site Conditions" of the ensuing Design -Build Agreement, "No adjustments to the Contract Time or Contract Price shall be approved due to differing site conditions, as the Design -Build Firm is solely responsible for all aspects of design and construction of the Project. Q13. Will the D/B Team be compensated for scope items added to the project by the permit agencies? A13. Yes, a change order may be issued to include additional work, as appropriate. Q14. Will each phase of completed construction have its own warranty commencement date? A14. The warranty period commences once the Design -Build Firm obtains the Temporary Certificate of Occupancy for each phase. Q15. Can the contractor fence off their active construction site? A15. Yes. Q16. Please provide the size, dimensions, and location of the contractor staging area. The MN Design Criteria Plans (G-002, General Note 13) state, "THE CITY SHALL HAVE THE SOLE AUTHOIRTY TO DESINGNATE AND I OR LIMIT AREAS OF CONSTRUCTION, STAGING, ACCESS, AND STORAGE." The contractor staging area is a critical component. The location and size of the staging area can impede or enhance the reconstruction process. It is of great importance that the City identifies and defines a contractor staging area before the submission of this proposal. Please provide the size, dimensions, and location of the contractor staging area. A16. See figure below indicating the approximate limits of the staging area. 10 Design -Build Services for the Dinner Key Marina Addendum No. 3 Repairs and Restoration Project RFP No. 18-19-005 Q17. Will the City provide parking spaces to the D/B Team? A17. Yes. Q18. How many parking spaces will be provided to the D/B Team? A18. Approximately 15 parking spaces located on the south side of the staging area. Q19. The Proposers need to quantify and price the submerged marine debris. Please provide a survey of submerged marine debris. A19. The City removed some of the marine debris resulting from Hurricane Irma; however, there is still debris to be removed by the Design -Build Firm. An allowance for the removal of the remaining Hurricane Irma marine debris will be included on the Bid Form for the Step 2 of the bid process. Q20. If additional marine debris is found (not included in survey), can the D/B Team be compensated for the additional work? A20. Yes, please refer to response A19, above. Q21. Will the City issue change orders to the Proposer for any differing site conditions? A21. Please refer to response Al2, above. Q22. Will the City have an on -site project manager authorized to make decisions on behalf of the City? A22. The Office of Capital Improvements (OCI) will have an assigned Project Manager. This individual will have the authority as outlined in the DBIA contract, and the City will strive to be responsive to field conditions and to requests from the Design -Build Firm. The Project Manager will make regular site visits to the project site, and regular progress meetings are anticipated once construction starts. Q23. Both marine debris removal and mooring pile replacement are exempt from environmental permits. Can the contractor commence this work prior to securing any environmental permits? A23. No. Q24. Will the Proposer be compensated promptly for marine debris removal and or mooring pile replacement prior to the issuance of environmental permits? Currently, the RFP states that the Proposer will not be compensated for construction work prior to the issuance of permits. A24. No. Q25. The MN Design Criteria Plans (G-002, Vessel Relocation) states, "THE D/B TEAM WILL COORDINATE WITH THE DINNER KEY MARINA MANAGEMENT TO INDENTIFY / NOTIFY VESSLES ANCHORED IN THE AREA OF THE MOORING FIELD THAT WILL INTERFERE WITH THE DEBRIS REMOVAL AND/OR REPAIRS PRIOR TO CONSTRUCTION." The Dinner Key Marina Mooring Filed is located to the east of the Spoil Islands. Will the D/B Team be responsible for any work east of the Spoil Island? A25. No. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 11 Addendum No. 3 RFP No. 18-19-005 Q26. Will the D/B Team be responsible for marine debris that is located outside footprint of the docks and mooring piles? A26. No. Q27. Will the D/B Team be responsible for the marine debris that is between the main piers (Piers 1- Pier 9)? A27. Please refer to response A19, above. Q28. Please specify where the D/B Team will be responsible for the removal of marine debris. A28. Within the mooring piles area, and in the fairways between the piers. Please refer to response A19, above. Q29. Will the City require that all diving be completed by an OSHA compliant three-man dive team? A29. Construction that requires diving shall be conducted in accordance with OSHA requirements for commercial diving operations and in accordance with Association of Diving Contractors International (ADCI) standards. All divers shall be ADCI certified. Q30. Will the City permit SCUBA divers to perform commercial diving? A30. The selected Design -Build Firm will be responsible for determining the appropriate means/methods for commercial diving in accordance with OSHA requirements and in accordance with ADCI standards. Q31. The required wage rates (FL 260) do not lists commercial divers. Please provide wage rates for commercial divers. A31. It is the Design -Build Firm's responsibility to contact the U.S. Department of Labor to obtain wage rates not listed on FL260. Q32. The required wage rates (FL 260) do not list boat operators and I or tug captains. Please provide a wage rate for boat operators and tug captains. A32. Please refer to response A31, above. Q33. The existing mooring piles at Dinner Key Marina are greenheart piles. The City's standard mooring pile specification (developed by Stephen Bogner) requires greenheart piles. The City's specifications state that the greenheart pile must have 13" butts measured 3' down from the top. Greenheart piles are far superior in strength and for pile driving. Greenheart piles are also capable of holding large yachts during storm events. The Design Criteria Plans and Specifications for this RFP require PT I CCA mooring piles. We suggest that City consider replacing the existing broken greenheart mooring piles with new greenheart mooring piles. A33. Short-listed Proposers must provide cost for piles as indicated in the DCP. Provide Additive Bid Alternative #5 price for green heart mooring piles per the City's specification. The additive bid alternate shall include an allowance in the construction schedule for the procurement and delivery of the piling to the construction site. Q34. Suggest extending all wooden piles five feet taller. During storm events, the existing low piles punch holes in boat hulls. This has been an issue at Dinner Key Marina during the past four storms (Andrew, Katrina, Wilma, and Irma). Storm surges elevates the boats Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 12 Addendum No. 3 RFP No. 18-19-005 above the top of piles. Extending piles up five feet will reduce the chances of piles poking holes in the side of vessels. A34. Short-listed Proposers must provide cost for piles as indicated in the DCP. Provide Additive Bid Alternative #6 price for increasing the cutoff elevation by 5 ft. Q35. Suggest using stainless steel hurricane straps for new wood construction. Galvanized hurricane straps rust and rot. After ten years, most of the galvanized hurricane straps have deteriorated. Most of the expense with hurricane straps is the labor cost. Therefore, we believe it is logical to use stainless steel hurricane straps. A35. Short-listed Proposers must provide cost for hurricane straps as indicated in the DCP. Provide Additive Bid Alternative #7 price for providing SS316 hurricane straps. Q36. This RFP states that the City will pay for all permits. Does this include all mitigation and impact fees? A36. The Design -Build Firm must pay for all permit costs and fees. In turn, the City will reimburse the Design -Build Firm for those permit costs and fees on a dollar per dollar basis. Q37. What are the performance requirements for the card access system? A37. The City has a contract with a Quality Wiring to install and monitor the City's security systems and other low voltage systems. It is a standard practice, for all City projects, that OCI and the design consultant coordinate low voltage work with Quality Wiring, and provide just empty conduits and pull boxes as necessary for the work to be completed "by others" (Quality Wiring). Q38. What are the performance requirements for the WIFI system? A38. Please refer to response A37, above. Q39. What are the performance requirements for the security camera system? A39. Please refer to response A37, above. Q40. Suggest adding a program to fortify Spoil Island D. During Hurricane Irma, anchored boats were pulled over the Spoil Islands and torpedo into docked boats at the Dinner Key Marina. Adding large riprap rubble to the Spoil Islands will help protect the Dinner Key Marina in storm events. A40. The City will be evaluating this coastal protection works as part of a future project. Q41. Add Alternate requires the replacement of approximately 66 concrete beam slabs (plans S-121, S-122, S-123, S-125, S-126, S-127, and S128). Between many of the beam slabs scheduled to be replaced are concrete bents (concrete beams) that are also scheduled to be repaired. May the contractor exercise and option to replace these damaged bents with new concrete bents? With the beam slabs gone, it is often easier and better to replace than repair. A41. Provide Additive Bid Alternative #8 to replacing bent caps in -lieu of repairing. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 13 Addendum No. 3 RFP No. 18-19-005 CLARIFICATIONS: 1. A revised version of the RFP document is included as part of this addendum. 2. A revised version of the Bid Proposal form is included as part of this addendum. Even though this form will be required from short-listed Proposers only, it is provided in advance to assist potential Proposers in selecting their team members. All updated documents can be downloaded at http://www.ci.miami.fl.us/MiamiCapital/NewBidsandProposals.html. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Department of Procurement, City of Miami Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 14 Addendum No RFP No. 18-19-005 1 Bid Form — RFP No. 18-19-005 Design -Build Services for the Dinner Key Marina Repair and Restoration Project The following bid tabulation is based on the bid package and description of work included with the DCP. Section 1.1, 1.2 and 1.3 includes all work associated with the Base Bid. Sections 1.4, 1.5, and 1.6 include additive alternatives. Additive alternatives are described in detail in Section 1.5 of the DCP Program Requirements and within the DCP Drawings. The undersigned, having read and understood the Bidding Documents and examined the Project site and adjoining areas, and being familiar with the obstacles and conditions that will affect proposed Work, hereby offers and agrees to furnish all labor, products, and services needed to provide Work in accordance with the Bidding Documents as follows: 1.1 Base Bid — Structural Pay Item Qtv Unit Price Mobilization and Demobilization 1 LS Submerged Debris Removal 50 CY Concrete Walkway Span Replacement 13 EA Timber Finger Pier Replacement (6 pile pier) 87 EA Timber Finger Pier Replacement (8 pile pier) 12 EA Timber Finger Pier Type 1 Repair (6 pile pier) 80 EA Timber Finger Pier Type 1 Repair (8 pile pier) 8 EA Timber Finger Pier Type 2 Repair (6 pile pier) 30 EA Timber Finger Pier Type 2 Repair (8 pile pier) 5 EA Timber Mooring Pile Replacement 40 EA 7-foot wide Fiberglass Reinforced Plastic (FRP) 53,500 SF Grating Replacement Marina Appurtenances 1 LS Pile Jackets 9 EA Total Price Structural Base Bid Subtotal — Dollars $ 1.2 Base Bid - Electrical Pay Item Qty Total Price Mobilization and Demobilization 1 LS Demolition of Landside Electrical Equipment and 1 LS Conductors Demolition of Pier Electrical Equipment (over water) 1 LS Cleaning, Repair and Preparation of Existing Conduits 1LS Demolition of Existing Communication Services 1 LS Design of Electrical Service, Access Control/Security 1 LS & CCTV and Supply of Construction Drawings Supply of As Built Drawings and Project Sign Off 1 LS Electrical Service Entrance Disconnects 1 LS 480V, 3 Phase, NEMA 3R SS Panelboards 8 EA Marine Substations, NEMA 3R SS 24 EA Lighted Bollards 1 LS Solar Navigation Lights 7 EA Low Voltage/Security System Infrastructure 1 LS Wi-Fi/CCTV/Security Mounting Poles 1 LS Electrical Distribution (Conduit, Wiring, Conductors 1 LS And Labor) Pedestal Type Al (Single Slip, 30A Recpt) 7 EA Pedestal Type A2 (Dual Slip, 30A Recpt) 72 EA Pedestal Type B1 (Single Slip, 50A & 30A Recpt) 6 EA Pedestal Type B2 (Dual Slip, 50A & 30A Recpt) 187 EA Pedestal Type Cl (Single Slip, 2-50A Recpt) 7 EA Pedestal Type C2 (Dual Slip, 4-50A Recpt) 13 EA Pedestal Type D1 (Single Slip, 2-50A & 1-100A Recpt) 2 EA Electrical Base Bid Subtotal — Dollars - $ Electrical Supplementary Bid Information Pay Item Unit Cost Hourly Rate (Min. Charge) Labor Rates: Supervisor Per Hour Labor Rate: Electrician Per Hour Labor Rate: Worker - General Per Hour Tool Rental Rates (Cost plus %) Per Hour Additional Material Rates (Cost plus %) % Charge Add'I Material (over $5000: Cost plus %) % Charge Misc: As Noted 1.3 Base Bid — Plumbing Provide a lump sum price to repair and/or replace plumbing utilities as indicated in the DCP Drawings. Pay Item Qty Unit Price Total Price Fire Suppression System 1 LS Potable Water System 1 LS Sewage Pumpout System 1 LS Plumbing Base Bid Subtotal — Dollars $ 1.4 Additive Alternative #1— Repair of Non -Storm Related Damage The following items include the repair of marina structural damage that is not attributed to Hurricane Irma in September 2017. Pay Item Qty Unit Price Total Price Concrete Walkway Span Replacement 69 EA Concrete Walkway Span Repairs 22 EA Concrete Pile Cap Repairs Type A 24 EA Concrete Pile Cap Repairs Type B 78 EA Concrete Pile Cap Repairs Type C 29 EA Timber Mooring Pile Replacement 76 EA Additive Alternative #1 Subtotal — Dollars $ 1.5 Additive Alternative #2 — Finger Pier Upgrade Provide a lump sum price to upgrade Finger Piers indicated as "replacement" in the DCP Drawings to be replaced using prestressed concrete piles, aluminum or FRP composite framing, with FRP grating. Pay Item Upgraded Finger Piers (6 pile pier) Upgraded Finger Piers (8 pile pier) Qty 87 EA 12 EA Unit Price Total Price Additive Alternative #3 Subtotal — Dollars $ 1.6 Additive Alternative #3 — Removable Utility Pedestals Provide a lump sum price to upgrade all utility pedestals to include a "weather base" to allow the pedestal to be separated from the permanent base before weather emergencies and stored to prevent damage, Pay Item Qty Unit Price Total Price Additive Alternative #3 for Pedestal Al 7 EA Additive Alternative #3 for Pedestal A2 72 EA Additive Alternative #3 for Pedestal B1 6 EA Additive Alternative #3 for Pedestal B2 187 EA Additive Alternative #3 for Pedestal Cl 7 EA Additive Alternative #3 for Pedestal C2 13 EA Additive Alternative #3 for Pedestal D1 2 EA Additive Alternative #3 Subtotal — Dollars $ 1.7 Additive Alternative #4 — Remote Electronic Monitoring Pedestals Provide a lump sum price to upgrade all utility pedestals to include an electronic package to remotely monitor Ground Fault levels and Energy Consumption in KWH. Coordinate requirements with Wi-Fi communication system. Pay Item Qty Unit Price Total Price Additive Alternative #4 for Pedestal Al 7 EA Additive Alternative #4 for Pedestal A2 72 EA Additive Alternative #4 for Pedestal B1 6 EA Additive Alternative #4 for Pedestal B2 187 EA Additive Alternative #4 for Pedestal Cl 7 EA Additive Alternative #4 for Pedestal C2 13 EA Additive Alternative #4 for Pedestal D1 2 EA Additive Alternative #4 Subtotal — Dollars $ 1.8 Additive Alternative #5 — Greenheart Mooring Piles Provide a lump sum price for the additional cost to install greenheart mooring piles per the City of Miami's standard mooring pile specification in -lieu of piles as indicated in the DCP. Pay Item Qty Unit Price Total Price Greenheart Timber Mooring Piles 40 EA Additive Alternative #5 Subtotal — Dollars $ 1.9 Additive Alternative #6 — Increase Pile Cut-off Elevation Provide a lump sum price for the additional cost to increase the cut-off elevation of all timber piles by 5- ft above the top of pile elevation indicated in the DCP. The price shall include additional embedment depth and diameter as determined by the D/B Team. Pay Item Qty Unit Price Total Price Increase all pile cutoff elevations by 5-ft 1 LS Additive Alternative #6 Subtotal — Dollars $ 1.10 Additive Alternative #7 — Stainless Steel Hurricane Straps Provide a lump sum price for the additional cost to provide stainless steel hurricane straps and connection hardware in -lieu of hot dipped galvanized. Pay Item Qty Unit Price Total Price Provide stainless steel hurricane straps 1 LS Additive Alternative #7 Subtotal — Dollars $ 1.11 Additive Alternative #8 — Bent Cap Replacement Provide a lump sum price for the additional cost to replace concrete bent caps between two adjacent walkway spans in -lieu of repair. Pay Item Qty Unit Price Total Price Replace walkway bent caps 1 LS Additive Alternative #8 Subtotal — Dollars $ 2 Bid Summary Sheet Base Bid Summary Structural Electrical Pedestals Plumbing Base Bid Total Additive Alternatives $ Bid Alternative #1— Repair of Non -Storm Related Damage Bid Alternative #2 — Finger Pier Upgrade $ Bid Alternative #3 — Removable Utility Pedestals Bid Alternative #4 — Remote Electronic Monitoring Pedestals $ $ Bid Alternative #5 — Greenheart Mooring Piles $ Bid Alternative #6 — Increase Pile Cut-off Elevation $ Bid Alternative #7 — Stainless Steel Hurricane Straps $ Bid Alternative #8 — Bent Cap Replacement $ 3 Authorization (Name of Bidder) (P. O. Box) (Street Address) (City, State/Country, Zip) (City, State/Country, Zip) (Name of Authorized Person) (Title of Authorized Person) (Signature of Authorized Person) (Date) CORPORATE SEAL Tit , fitxi REQUEST FOR PROPOSALS DESIGN -BUILD SERVICES FOR THE DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT RFP No. 18-19-005 ISSUE DATE NOVEMBER 7, 2018 PRE -PROPOSAL CONFERENCE NOVEMBER 14, 2018 AT 10:00 AM (VOLUNTARY) ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE NOVEMBER 21, 2018 AT 5:00 PM RESPONSE SUBMISSION DUE DATE AND TIME DECEMBER 6, 2018 AT 3:00 PM CONTACT Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP Assistant Director, A&E and Construction Services Department of Procurement City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Office: (305) 416-1902 Email: FPonassi@miamigov.com TABLE OF CONTENTS PUBLIC NOTICE 3 SECTION 1 INTRODUCTION TO REQUEST FOR PROPOSALS (RFP) 5 SECTION 2 RFP SCOPE OF SERVICES 21 SECTION 3 RFP GENERAL CONDITIONS 36 SECTION 4 INSTRUCTIONS FOR SUBMITTING A RESPONSE 45 SECTION 5 EVALUATION AND SELECTION PROCESS 56 SECTION 6 RFP RESPONSE FORMS 59 Design -Build Services for the Dinner Key Marina 2 RFP No. 18-19-005 Repairs and Restoration Project PUBLIC NOTICE CITY OF MIAMI REQUEST FOR PROPOSALS (RFP) DESIGN -BUILD SERVICES FOR THE DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT RFP NO: 18-19-005 Completed responses must be delivered to the Office of the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133 by 3:00 PM, on December 6, 2018 ("Response Submission Date"). Any Responses received after the above date and time, or delivered to a different address or location will not be considered. Request for Proposals (RFP) documents may be obtained on or after November 7, 2018 from the City of Miami, Office of Capital Improvements (OCI) webpage at: http://www.ci.miami.fl.us/MiamiCapital/NewBidsandProposals.html It is the sole responsibility of all firms to ensure the receipt of any addendum(s) and it is definitely recommended that firms periodically check the OCI webpage for updates and the issuance of addenda. OCI has scheduled a voluntary pre -submittal conference for this solicitation on November 14, 2018, at 10:00 a.m., at Dinner Key Marina, 3400 Pan American Dr., 3rd Floor, Conference Room 314, Miami, FL 33133. Any Proposer not attending the voluntary pre - submittal conference will not be precluded from submitting a proposal. The City of Miami reserves the right to accept any Responses deemed to be in the best interest of the City, to waive any minor irregularities, omissions, and/or technicalities in any Responses, or to reject any or all Responses and to re -advertise for new Responses, in accordance with the applicable sections of the City Charter and Code. The responsibility for submitting a proposal before the stated time and date is solely and strictly that of the Bidder. The City is not responsible for any delayed, late, or mis-delivered Proposals, no matter the cause. THIS SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH SECTION 18-74 OF THE CITY OF MIAMI PROCUREMENT CODE. Emilio T. Gonzalez, Ph.D., City Manager Design -Build Services for the Dinner Key Marina 3 RFP No. 18-19-005 Repairs and Restoration Project REFERENCE DOCUMENTS The below referenced documents are being provided with this RFP are being provided for reference and general information and are being incorporated into and are being made part of the RFP, the contract documents or any other documents that are connected or related to this Project, except as otherwise specifically stated herein. No information contained in these referenced historical permit documents shall be construed as a representation of any current field condition or any statement of facts upon which the successful Proposer, hereinafter referred to as "Design - Build Firm," can rely upon in the performance of this contract. All information contained in these referenced historical permit documents must be verified by a proper factual investigation. The Proposer agrees that by accepting copies of the historical permit documents, any and all claims for damages, time, or any other impacts based upon the documents are expressly waived. ATTACHMENTS The Attachments listed below are hereby incorporated into and made a part of this RFP as though fully set forth herein. ATTACHMENT A: DESIGN CRITERIA PACKAGE ■ Design Criteria (44 pages) • Design Criteria Drawings (68 pages) Appendix B — Reference Documents (143 pages) Hurricane Irma Assessment Report (143 pages) • Bid Proposal Form (8 pages) ATTACHMENT B: STEP 1 REQUIRED FORMS ATTACHMENT C: BID BOND FORM ATTACHMENT D: PAYMENT AND PERFORMANCE BOND FORM The selection process for this RFP is comprised of two steps, Step 1 - Evaluation of Qualifications, and Step 2 - Evaluation of Technical and Price Proposal. • Step 1 is the evaluation of a design -build team's qualifications based on the teams' completed Proposal. The Evaluation Committee appointed by the City Manager will attempt to qualify no fewer than three responsive and responsible teams, and by majority vote will determine the maximum number of responsive and responsible teams to advance to Step 2 (the "Advancing Firms"). • Step 2 is the evaluation of competitive Technical and Price Proposals from those Advancing Firms who offered a responsive and responsible Proposal. Pursuant to Florida Statutes 287.055, "A design criteria professional who has been selected to prepare the design criteria package is not eligible to render services under a design -build contract executed pursuant to the design criteria package." The City reserves the right to disqualify any proposal from a team which includes any subconsultant and/or individual who has played a substantial role in the development of the design criteria package, or whose involvement with the design -build team would confer upon that team an unfair competitive advantage because of such subconsultant's or member's prior involvement in the project. Design -Build Services for the Dinner Key Marina 4 RFP No. 18-19-005 Repairs and Restoration Project SECTION 1 INTRODUCTION TO REQUEST FOR PROPOSALS 1.1. Invitation Thank you for your interest in this RFP. The City of Miami (the "City") Office of Capital Improvements, through the Department of Procurement (Procurement), invites responses ("Responses") that offer to provide the services described in Section 2.0, "Scope of Services." Copies of this Solicitation are available on the OCI webpage by visiting http://www.ci.miami.fl.us/MiamiCapital/NewBidsandProposals.html 1.2 Submission of Responses Proposers submitting a response to this RFP must provide both (1) a Technical Response and (2) a Price Proposal based on the Scope of Services as defined in Section 2.0 of the RFP. Proposers must submit a response (Base Proposal) to the specifications of this RFP, including Additive Alternatives 1 through 8. The Base Proposal will not be considered without also submitting a price for Additive Alternatives 1 through 8. The City reserves the right to accept any Responses deemed to be in the best interest of the City, to waive any minor irregularities, and/or omissions and/or technicalities in any Responses, or to reject any or all Responses and to re -advertise for new Responses, in accordance with the applicable sections of the City Charter and Code and this RFP. Sealed written Responses must be received by the City of Miami Clerk's Office, no later than the date, time and at the location indicated in Section 4 of the RFP in order to be considered responsive. Faxed documents are not acceptable. One (1) unbound original and six (6) copies in digital format (on CD-ROM or USB in .pdf file format) of the complete Step 1 (qualifications and experience only, from all interested Proposers) must be received by the Submission Due Date specified in this RFP. One (1) unbound original and six (6) copies in digital format (on CD-ROM or USB in .pdf file format) of the complete Step 2 (Technical and Price Proposals for Base and Additive Alternatives) must be received from teams shortlisted for oral presentations on a date to be determined at the appropriate time, and notified accordingly. The Price Proposal (Base and Additive Alternatives) must be submitted in a separate sealed envelope or package. Proposers must provide a price for Additive Alternatives 1 through 8 as part of the complete Step 2 proposal. Proposer must submit Price Proposals in separate envelopes. A Price proposal must be submitted for the Base Proposal, including Additive Alternatives 1 through 8. Failure to do so will result in the Proposal being rejected as non -responsive. 1.3. Voluntary Pre -Proposal Conference A voluntary pre -proposal conference ("Conference") will be held on November 14, 2018 at 10:00 a.m. The conference will be held at Dinner Key Marina, 3400 Pan American Dr., 3rd Floor, Conference Room 314, Miami, FL 33133. Prospective Proposers are not required but strongly encouraged to attend this meeting to obtain information relative to the RFP. Attendees are required to sign -in. Failure to attend or sign -in will not result in a Proposer's Response being rejected as non -responsive. 1.4. Cone of Silence Pursuant to Section 18-74 of the City of Miami Code (Ordinance No. 12271), a "Cone of Silence" is imposed upon this RFP. Oral communication is prohibited. Design -Build Services for the Dinner Key Marina 5 RFP No. 18-19-005 Repairs and Restoration Project Written communications may be in the form of fax, mail, or e-mail to Fernando V. Ponassi, at 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130, Office: (305) 416-1902, e- mail FPonassi@miamigov.com with a copy to the Office of the City Clerk, Attn: Rosa Castillo, at Clerksmiamigov.com. Oral communications are not permissible. See "Cone of Silence" Ordinance for details. Please review City of Miami Ordinance No. 12271 and City Code Section 18-74 for additional information pertaining to the Cone of Silence. Proposers are hereby cautioned not to contact any member of the Evaluation Committee or any staff, except as provided in the RFP, regarding this RFP until such time as the Cone of Silence is lifted. Failure to abide by this condition of the RFP shall be cause for rejection of your Proposal, and may result in potential debarment, pursuant to this Code. 1.5. Additional Information or Clarification Requests for additional information or clarifications must be made in writing. Proposers may fax or e-mail their requests for additional information or clarifications in accordance with Article 1.4 Cone of Silence. Facsimiles must have a cover sheet that includes the Proposer's name, the RFP number and title, the specific project title and the number of pages transmitted. Any request for additional information or clarification must be received in writing no later than 5:00 PM, on November 21, 2018. Late or misplaced delivered requests will not receive a response in the subsequent addendum. Procurement will issue responses to inquiries and any other corrections or amendments it deems necessary in written addenda issued prior to the Response Submission Date. Proposers should not rely on any representations, statements or explanations other than those made in this RFP or in any written addenda to this RFP. Where there appears to be conflict between the RFP and any addenda issued, the last addendum issued shall prevail. Addendum(s) will only be made available on the OCI webpage and it is the Proposer's sole responsibility to assure receipt of all addenda. Prior to submitting the Response, the Proposer should check the OCI webpage for all addenda prior to submitting their Response: http://www.ci.miami.fl.us/MiamiCapital/NewBidsandProposals.html 1.6. Contract Terms and Conditions The Proposer(s) selected to provide the service(s) requested herein (the "Successful Proposer(s)") shall be required to execute a contract ("Contract") with the City. Certain provisions of the Contract are non-negotiable. The contract will be a City furnished Design -Build Agreement (Agreement). These include, without limitation, applicability and compliance with applicable laws (e.g., State Statutes, County and City Codes), venue, hold harmless, duty to defend, indemnity and insurance, payment and performance bond, and cancellation for convenience or due to lack of funding, by the City Manager. These sections are excerpted below: a. Applicable Law and Venue of Litigation 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. b. Indemnification The Design -Build Firm shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City and their officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, Design -Build Services for the Dinner Key Marina 6 RFP No. 18-19-005 Repairs and Restoration Project reasonable attorney's fees, to the extent caused in whole or in part by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Design - Build Firm and persons employed or utilized by Design -Build Firm in the performance of this Contract. Design -Build Firm shall further, indemnify, hold and save harmless, and defend (at its own cost), the City, its officials and/or employees, against any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted Work, even if it is alleged that the City, its officials, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Design -Build Firm shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Design -Build Firm expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Design -Build Firm shall in no way limit the responsibility to indemnify, hold and save harmless, and defend the City and their officers, employees, agents, and instrumentalities as herein provided. The indemnification provided above shall obligate the Design -Build Firm pre and post construction to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Design -Build Firm, or persons employed or utilized by Design -Build Firm. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Design -Build Firm shall require all sub-consultant/sub-contractor agreements to include a provision that each sub-consultant/sub-contractor will indemnify the City in substantially the same language as this Section. The Design -Build Firm agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Design -Build Firm in which the City participated either through review or concurrence of the Design -Build Firm's actions. In reviewing, approving or rejecting any submissions by the Design -Build Firm or other acts of the Design -Build Firm, the City in no way, assumes or shares any responsibility or liability of the Design -Build Firm or any sub-consultant/sub-contractor under this Contract. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Design -Build Firm. c. Insurance Without limiting any of the other obligations or liabilities of Design -Build Firm, Design -Build Firm 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. ■ Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Design -Build Services for the Dinner Key Marina 7 RFP No. 18-19-005 Repairs and Restoration Project Products/Completed Operations $2,000,000 Personal and Advertising Injury $1,000,000 B. Endorsements Required City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured Contingent and Contractual Exposures Explosion, Collapse and Underground Hazard Primary and Non -Contributory Endorsement Products and Completed Operations covered for a minimum of three years following project completion. Additional insureds included on this requirement. • Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto/Owned/Scheduled Including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000 B. Endorsements Required City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured • Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation USL&H, IF APPLICABLE • Employer's Liability Limits of Liability $1,000,000 for bodily injury caused by an accident, each accident. $1,000,000 for bodily injury caused by disease, each employee $1,000,000 for bodily injury caused by disease, policy limit • Umbrella/Excess Liability Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $15,000,000 Aggregate $15,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured Excess Form over all applicable liability policies contained herein • Environmental Impairment/CPL Liability $3,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured Five Year Reporting Period Design -Build Services for the Dinner Key Marina 8 RFP No. 18-19-005 Repairs and Restoration Project ■ Builder's Risk/Installation Floater (If applicable) Causes of Loss: Special Form with Replacement Cost Valuation Deductible: $50,000 AOP, 5% Wind & Hail, Flood City of Miami, its elected officials, instrumentalities, and employees listed as loss payee/additional insured CONTRACTOR IS RESPONSIBLE FOR ALL DEDUCTIBLES APPLICABLE HEREIN ■ Payment and Performance Bond Full amount of contract at award, including all contingencies City of Miami, its elected officials, instrumentalities, and employees listed as an Obligee ■ Contractor's Professional Liability $5,000,000/$5,000,000 Retro Date Included. This limit shall be equally applicable and provided by any and all consultants, subconsultants, or contractors engaged in the project. ■ Protection and Indemnity Liability (If Applicable) Limits of Liability (Jones Act included) $1,000,000/$2,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured ■ Crime Coverage Employee Dishonesty and Forgery Alteration Limits of Liability $1,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as loss payee. The Design Build Firm is responsible for all applicable deductibles in terms of all lines of coverage, or policies herein contained, more specifically noted in Section (7) Insurance. The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change. Companies issuing all insurance policies required above must be authorized to do business in the State of Florida, and meet the following qualifications: The company must be rated no less than "A-" as to management, and no less than "Class X" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Design -Build Services for the Dinner Key Marina 9 RFP No. 18-19-005 Repairs and Restoration Project d. Performance and Payment Bond The Design -Build Firm shall within fifteen (15) calendar days of being notified of award, furnish a Performance/Payment Bond containing all the provisions of the attached Performance/Payment forms. Each Bond shall be in the amount of one hundred percent (100%) of the Contract value guaranteeing to City the completion and performance of the Work covered in the Contract Documents as well as full payment of all suppliers, laborers, subconsultants and/or subcontractors employed pursuant to this Project(s). Each Bond shall be with a Surety, which is qualified pursuant to Article 9, Qualification of Surety. 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 value, or an additional bond shall be conditioned that Design -Build Firm will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Project(s). The City must be listed as an Obligee. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Design -Build Firm shall ensure that the bond(s) referenced above shall be recorded in the public records and provide City with evidence of such recording. The Payment/ Performance Bond shall be in substantially the form provided by Section 255.05, Florida Statutes and be subject to the approval of the Risk Management Director and the City Attorney as to legal form. e. Termination for Convenience In addition to cancellation or termination as otherwise provided for in the Contract, the City Manager may at any time, in its sole discretion, with or without cause, terminate the Contract by written notice to the Design -Build Firm. Such Written Notice by the City Manager shall state the date upon which Design -Build Firm shall cease all Work under the Contract and vacate the Project(s) site(s). The Design -Build Firm shall, upon receipt of such notice, unless otherwise directed by the City: • Stop all Work on the Project(s) on the date specified in the notice ("the Effective Date"); • Take such action as may be necessary for the protection and preservation of the City's materials and property; • Cancel all cancelable orders for materials and equipment; • Assign to the City and deliver to the site, or any other location specified by the Project Manager, any non -cancelable orders for materials and equipment that can not otherwise be used except for Work under the Contract and have been specifically fabricated for the sole purpose of the Work and not incorporated in the Work; • Take no action that shall increase the amounts payable by the City under the Contract Documents; and • Take reasonable measures to mitigate the City's liability under the Contract Documents. • All charts, sketches, studies, drawings, reports and other documents, including electronic documents, related to Work authorized under the Contract, whether finished or not, must be turned over to the City. Failure to timely deliver the Design -Build Services for the Dinner Key Marina 10 RFP No. 18-19-005 Repairs and Restoration Project documentation shall be cause to withhold any payments due without recourse by Design -Build Firm until all documentation is delivered to the City. In the event that the City Manager exercises its right to terminate the Contract pursuant to the Contract Documents, the City will pay the Design -Build Firm: ■ For the actual cost or the fair and reasonable value, whichever is less, of (1) the portion of the Project(s) completed in accordance with the Contract through the completion date, and (2) non -cancelable material(s) and equipment that is not of any use to the City except in the performance of the Contract, and has been specifically fabricated for the sole purpose of the Contract but not incorporated in the Work; and ■ To the extent practical, the fair and reasonable value shall be based on the price established because of the Contract. In no event, shall any payments under this Paragraph exceed the maximum cost set forth in the Contract. ■ The amount due hereunder may be offset by all payments made to the Design - Build Firm. ■ All payments pursuant to this Article shall be accepted by the Design -Build Firm in full satisfaction of all claims against the City arising out of the termination including, Further, the City may deduct or set off against any sums due and payable under this Article any claims it may have against the Design -Build Firm. ■ Design -Build Firm shall not be entitled to lost profits, overhead or consequential damages because of a Termination for Convenience. ■ All payments made under the Contract are subject to audit Upon the City's payment in full of the amounts due the Design -Build Firm under this Article, the Design -Build Firm grants the City full use of the Work and any Work Product to complete the Project and subsequently occupy the Project. 1.7. Price Proposal Oral presentations will be conducted with the top three ranked Proposers at a minimum, provided that more than three (3) responsive and responsible Proposals are received. Immediately after oral presentations are concluded, the Price Response will be publicly opened. The price score will be incorporated into the overall rating and ranking of the Proposals by the Evaluation Committee. The pricing evaluation is used as part of the evaluation process to determine the highest ranked Proposer. The City of Miami reserves the right to negotiate the final terms, conditions, and Contract pricing as may be deemed in the best interest of the City. 1.8. Proposal Bond A Proposal bond in the amount of at least five percent (5%) of the proposed project cost payable to the City, shall be submitted with the Technical Proposal portion of the Response. The Proposal Bond must be in the form of a certified check, cashier's check, an irrevocable letter of credit, or surety bond. The Proposal Bond is conditioned upon the successful Proposer submitting the specified Payment and Performance bond, which is a requirement of the Contract. The awarded Design -Build Firm shall submit a Payment Bond and Performance Bond (showing the Design - Build Firm as Principal and also name the City of Miami as the funding agency) in the full amount of the Contract, inclusive of design fees, as a condition precedent to Contract execution by the City. Further details on the Proposal Bid Bond and Payment and Performance Bond forms are included in the solicitation documents as Attachment C and Attachment D, respectively, which provisions are incorporated into and made a part of this RFP. Design -Build Services for the Dinner Key Marina 11 RFP No. 18-19-005 Repairs and Restoration Project Failure to comply with these provisions will result in the forfeiture of the Proposal Bond and of any eligibility to be considered for award of a Contract. No plea of a mistake in the Response or misunderstanding of the conditions of forfeiture shall be available to the Proposer for the recovery, offset or recoupment of its Proposal Bond or as a defense or a separate claim to or in any civil action. Failure to include the Proposal Bond as part of the Technical Response will result in the rejection of the Response as non -responsive. Do not include the Proposal Bond with the Price Proposal, as the Response will be rejected as non -responsive, since the Price Proposal will not be opened until after the Evaluation Committee has completed its evaluation of the Technical Proposals. A Proposer, while submitting a Base Proposal and Additive Alternatives, will only be required to submit one Proposal Bond. 1.9. Award of a Contract A Contract may be awarded to the Successful Proposer for the Project by the City Commission or City Manager, as applicable under the City Code, based upon the qualification requirements reflected herein. The City reserves the right to execute or not execute, as applicable, a Contract with the Successful Proposer when it is determined to be in the City's best interest. The City does not represent or affirm that any award will be made or a Notice to Proceed will be issued. 1.10. Contract Execution By submitting a Response, the Proposers agree to be bound to and execute the Contract for Design -Build Services for the Dinner Key marina Repairs and Restoration Project. The Contract will be in the form of a Design -Build Contract furnished by the City at the time the City Manager authorizes the commencement of negotiations with the top ranked Proposer. Without diminishing the foregoing, the Proposer may request clarification and submit comments concerning the Contract for the City's consideration. None of the foregoing shall preclude the City, at its option, from seeking to negotiate changes to the Contract during the negotiation process. 1.11. Unauthorized Work The Successful Proposer(s) shall not begin work until the City issues a Notice to Proceed. Such Notice to Proceed shall constitute the City's authorization to begin work. Any unauthorized work performed by the Successful Proposer(s), prior to the Notice to Proceed, and during the term of the Contract, shall be deemed non-compensable by the City and Successful Proposer shall not have any recourse against the City for performing unauthorized work. 1.12. Submittal Instructions Careful attention must be given to all requested items contained in this RFP. Proposers are invited to submit Responses in accordance with the requirements of this RFP. PLEASE READ THE ENTIRE SOLICITATION BEFORE SUBMITTING A RESPONSE. Proposers shall make the necessary entry in all blanks and forms provided for the Response. Responses shall be submitted in a sealed envelope or package with the RFP number and opening date clearly noted on the outside of the envelope or package. 1.13. Changes/Alterations Proposer may change or withdraw a Response at any time prior to Response Submission Deadline. All changes or withdrawals shall be made in writing to the point of contact specified in Article 1.4, Cone of Silence. Oral/Verbal modifications will not be allowed and will be disregarded. Written modifications will not be accepted after the Response Submission Deadline. Design -Build Services for the Dinner Key Marina 12 RFP No. 18-19-005 Repairs and Restoration Project 1.14. Subconsultant(s)/Subcontractor(s) A Subconsultant/Subcontractor is an individual or firm who has a contract with the Proposer to assist in the performance of services required under this RFP. A Subconsultant/Subcontractor shall be paid through the Proposer, and not paid directly by the City. Subconsultants/Subcontractors are allowed by the City in the performance of the services delineated within this RFP. Proposer must clearly reflect in its Response the major Subconsultants/Subcontractors to be utilized in the performance of required services. For purposes of this section, major Subconsultants/Subcontractors shall mean the professional services/construction services firms who shall serve as the primary professional services and construction firms, and shall contract for and supervise all other professional services/construction firms, as applicable. The City retains the right to accept or reject any Subconsultant/Subcontractor proposed in the Successful Proposer(s)' response or proposed prior to Contract execution. Any and all liabilities regarding the use of a Subconsultant/Subcontractor shall be borne solely by the Successful Proposer(s) and insurance for each Subconsultant/Subcontractor must be maintained in good standing and approved by the City throughout the duration of the Contract. Neither the Successful Proposer(s) nor any of its Subconsultants/Subcontractors are considered to be employees or agents of the City. Failure to list all major Subconsultants/Subcontractors and provide the required information may disqualify any proposed Subconsultants/Subcontractors from performing work under this RFP. 1.15. Discrepancies, Errors, and Omissions Any discrepancies, errors, or ambiguities in the RFP or addenda (if any) should be reported in writing, in the manner prescribed in RFP Section 1.4, Cone of Silence. Should it be necessary, the City will issue a written addendum to the RFP clarifying such conflicts or ambiguities. 1.16. Disqualification This RFP requires the use and submission of specific City Forms. In addition, the RFP requires the submission of additional documents and information. Failure to utilize the City Forms will result in the rejection of the Response as non -responsive, and it will not be considered for award. Modification of, retyping, or any alterations to the City Forms will result in the rejection of a Response as non -responsive. The City reserves the right to disqualify Responses before or after the submission date, upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer. The City also reserves the right to waive any immaterial defect or informality in any Response; to reject any or all Responses in whole or in part, or to reissue an RFP. Any Proposer who submits in its Response any information that is determined by the City, at its sole discretion, to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be disqualified from consideration for award of the Contract. Any Response submitted by a Proposer who is in arrears, e.g., money owed or otherwise in debt by failing to deliver goods or services to the City (including any agency or department of the City) or where the City has an open or liquidated claim against a Proposer for monies owed the City at the time of Proposal submission, or if a Proposer has been declared in default or abandoned a prior City contract or agreement, or has been debarred by an federal, State of Florida, or local public entity within the past five (5) years will be rejected as non -responsive and shall not be considered for award. Prior to award of a contract, the above requirements must be met, and is a condition that must be maintained during the term of the Contract. Design -Build Services for the Dinner Key Marina 13 RFP No. 18-19-005 Repairs and Restoration Project 1.17. Proposer's Expenditures Proposers understand and agree that any expenditure they make in preparation and submittal of Responses or in the performance of any services requested by the City in connection with the Responses in response to this RFP are exclusively at the expense of the Proposers. The City shall not pay or reimburse any expenditure or any other expense incurred by any Proposer in preparation of a Response, and/or anticipation n of an award of a Contract, and/or to maintain the approved status of the Successful Proposer(s) if a Contract is awarded, and/or administrative or judicial proceedings resulting from the solicitation process. 1.18. Inspection of Site Proposers should carefully examine the Project location of the proposed work before submission of a Response and make all necessary investigations to inform themselves thoroughly as to all difficulties involved in the completion of all work required pursuant to the mandates and requirements of this RFP and the Contract. Proposers will find that the entire Project encompasses the existing Dinner Key Marina and supporting upland facilities and utilities located at 3400 Pan American Drive, Miami, Florida. Please visit the following link http://www.miamigov.com/marinas/paqes/marinas/dinkeymarina.asp, for more details. No plea of ignorance of conditions or difficulties that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work pursuant to this Proposal as a result of failure to make the necessary examinations and investigations will be accepted as an excuse for a failure or omission on the part of the Design -Build firm to fulfill, in every detail, all of the requirements of the Contract Documents, as defined in the Contract, nor will they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 1.19. Execution of Proposal The Proposal must be manually and duly signed by an authorized corporate officer, principal, or partner (as applicable) with a signature in full. When a firm is the Proposer, the Proposal shall be signed in the name of the firm by one or more of the partners. When a corporation is the Proposer, the officer signing shall set out the corporate name in full beneath which he shall sign his name, give title of his office, and affix the corporate seal. Anyone signing the Response as agent must file with it legal evidence of signature authority. Proposers who are nonresident corporations shall furnish to the City a duly certified copy of their permit to transact business in the State of Florida with the Response. Failure to promptly submit this evidence or qualification to do business in the State of Florida may be basis for rejection of the Response. Proposers understand that submitting this RFP does not constitute an Agreement or Contract with the Proposer. 1.20. Federally Funded Projects a. Equitable Adjustment The Procurement Department may, in its sole discretion, make an equitable adjustment in the contract terms and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the Successful Proposer's control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Successful Proposer that continued performance of the contract would results in a substantial loss. Successful Proposer might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. Design -Build Services for the Dinner Key Marina 14 RFP No. 18-19-005 Repairs and Restoration Project b. Non -Appropriation of Funds In the event no fund or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Successful Proposer or his assignee of such occurrence, shall have the unqualified right to terminate the contract without penalty or expense to the City. No guarantee, warranty, or representation is made that any project(s) will be awarded to any firm(s). c. Subcontractors of Work Shall be Identified As part of the RFP, Proposers are required to identify any and all Subconsultants/Subcontractors that will be used in the performance of this proposed contract, their capabilities, experience, minority designation, as defined in Ordinance 10062 and the portion of the work to be done by the Subconsultant/Subcontractor. Failure to identify any and all Subconsultants/Subcontractors in the Proposal shall render the Proposal non -responsive, unless, the Successful Proposer submits this documentation to the City within five (5) working days after the proposal due date. The Successful Proposer shall not, at any time during the tenure of the contract, subcontract any part of his operations or assign any portion or part of the contract, to Subconsultant/Subcontractor(s) not originally mentioned in their Proposal, except under and by virtue of permission granted by the City through the proper officials. Nothing contained in this specification shall be construed as establishing any contractual relationship between any Subconsultant/Subcontractor(s) and the City. The Successful Proposer shall be fully responsible to the City for the acts and omissions of the Subconsultant/Subcontractor(s) and their employees, as for acts and omissions of persons employed by the Successful Proposer. d. Davis -Bacon Act Federally assisted construction contracts must adhere to Davis -Bacon Act wages and benefits rate schedules. Proposers shall use the Federal Wages reflected in Wage General Decision Number FL 180260 01/12/2018 FL260 in developing its proposal for this project. The Successful Proposer shall be required to provide certified payroll records documenting the work performed on this project. e. Compliance with the Copeland "Anti -Kickback" Act 1. The Contractor shall comply with 18 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. 2. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 3. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a Contractor and subcontractor as provided in 29 C.F.R. § 5.12. f. Compliance with the Contract Work Hours and Safety Standards Act 1. Overtime Requirements: No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or Design -Build Services for the Dinner Key Marina 15 RFP No. 18-19-005 Repairs and Restoration Project g• mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one half time the basic rate of pay for all hours worked in excess of forty (40) hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages: In the event of any violation of the clause set forth in paragraph (1) of this section, the Contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in case of the work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. 3. Withholding for unpaid wages and liquidated damages: The City of Miami shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same Contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 4. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontract. The Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraph (1) through (4) of this section. Parts at Pass -Through Cost (for Repairs Outside the Scope of Work) All cost for parts required for repair jobs and not otherwise included in the scope of work shall be billed at the Successful Proposer's actual cost, and will be passed on to the City without markup or any additional fees. The Successful Proposer shall submit purchase receipt of parts along with the labor invoice for payment. The Successful Proposer shall be responsible for sourcing all parts necessary to complete the work requirements of each job specification. Replacement parts furnished must be of the same manufacturer or an equal product. All equipment and materials shall be commercial quality and grade, and be from a regular product line. Prototype, obsolete, and residential quality/grade equipment/materials shall not be specified or installed in the facilities. h. Notification to Perform Work The Successful Proposer shall notify the Project Manager when an employee is on the property and for what purpose. Design -Build Services for the Dinner Key Marina 16 RFP No. 18-19-005 Repairs and Restoration Project J. i. Background Checks The Successful Proposer shall be required to comply with the background screening specifications as listed in the Jessica Lunsford Act, Florida Statue § 1012-32. The law requires that before contract personnel are permitted access on grounds when children are present, or if they will have direct contact with children, or have access to or control of school funds, they must have completed Level Two (2) screening requirements. Prior to commencement of the project, the Successful Proposer shall provide Level Two (2) background screening results for all employees completing the work on park grounds. Equal Employment Opportunity During the performance of any resulting contract from an RFP, the Proposer agrees as follows: 1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and the employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies Design -Build Services for the Dinner Key Marina 17 RFP No. 18-19-005 Repairs and Restoration Project invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or order of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. k. Clean Air Act 1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2) The Contractor agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. I. Federal Water Pollution Control Act 1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.1251 et seq. 2) The Contractor agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. m. No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligation or liabilities to the non -Federal entity, Contractor, or any other party pertaining to any matter resulting from the contract. n. Program Fraud and False or Fraudulent Statements or Related Acts The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor's actions pertaining to this contract. o. Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (As Amended) Proposers who bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer Design -Build Services for the Dinner Key Marina 18 RFP No. 18-19-005 Repairs and Restoration Project P. q• or employee of any agency, a member of Congress, officer, or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that take place in connection with obtaining any federal award. Such disclosures are forwarded form tier to tier up to the recipient. Please refer to each ITQ for Federally Funded projects for the "Certification Regarding Lobbying" attachment. It is MANDATORY for the Proposers to return this form signed along with their bid. Procurement of Recovered Materials 1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired; a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. 2) Information about this requirement, along with the list of EPA -designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-quideline-cpq-program. DHS, Seal, Logo, and Flags The Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. r. Compliance with Federal Law, Regulations, and Executive Orders This is an acknowledgement that FEMA financial assistance will be used to fund this contract only. The Contractor will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. s. Access to Records 1) The Contractor agrees to provide the City of Miami, (insert name of project manager), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. 2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. t. Suspension and Debarment 1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). Design -Build Services for the Dinner Key Marina 19 RFP No. 18-19-005 Repairs and Restoration Project 2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C, and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 3) This certification is a material representation of fact relied upon by City of Miami. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida, and the City of Miami, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. Design -Build Services for the Dinner Key Marina 20 RFP No. 18-19-005 Repairs and Restoration Project SECTION 2 RFP SCOPE OF SERVICES The City is seeking to procure a qualified and experienced Design -Build Firm to restore and/or replace the docks and utilities that were damaged at Dinner Key Marina by Hurricane Irma in September 2017. The overall project goal is to efficiently return the marina to operating conditions with the restoration and/or replacement of the following major components; 1) fixed concrete and timber dock structures, 2) fire protection system, 3) shore power, 4) lighting, 5) sewage pump - out, 6) domestic water and 7) communications/security system. The scope is divided into "hurricane" and "non -hurricane" repairs, and line items are included for optional improvements for mitigation purposes. 2.1. Project Background Dinner Key Marina is located at 3400 Pan American Drive in Miami, Florida. The marina generally consists of nine (9) piers constructed of fixed concrete docks with approximately 582 wet slips. The area along Coconut Grove in Biscayne Bay has a long history of waterfront use beginning with the Naval Air Station in 1918, and with the Pan American Seaplane Terminal from 1932 to 1945. The original terminal building is still utilized as City Hall housing the Commission Chambers and offices for elected officials and certain staff. The original marina constructed in the 1950's generally consisted of three main docks extending from the old seaplane terminal. The current marina facilities were constructed in the late 1980's, likely 1986. Piers 1-7 are fixed docks that are generally in an easterly orientation from the western shoreline of Biscayne Bay. Piers 8 and 9 are along the bulkheads, at the southern half of the marina area. The marina was extensively damaged by Hurricane Andrew in 1992. The marina was repaired/restored after that hurricane, and most of the shore power pedestals and electrical system were replaced. The marina was again damaged by Hurricane Wilma in 2005. The eastern end of Pier 3 was reconstructed along with the gates/lock systems at the entrance of each pier. In addition, the original timber decking (covering the utility chase) was replaced with fiberglass grating in 2006 time frame. Additional improvements have been completed at the marina including Maintenance dredging and more recently, the sewage pump -out system was replaced. Hurricane Irma was the strongest observed hurricane in the Atlantic in terms of maximum sustained winds, and it was the most intense hurricane to strike the continental U.S. since Hurricane Katrina in 2005. (Hurricane Michael just impacted the Florida panhandle as an intense hurricane, which may change some of the reference information once studies are completed). After causing extensive damage throughout the Caribbean as a Category 5 storm, the hurricane impacted the Florida Keys at Cudjoe Key on September 10, 2017. The hurricane again made landfall in southwest Florida in the Naples area. The USGS reported a peak storm surge measurement of 5.75 feet (NAVD) at Dinner Key at 9:51 pm on September 10, 2017. The hurricane submerged the docks and portions of the adjacent waterfront, subjecting the area to waves along with the high winds and heavy rainfall. The fixed main piers along with the timber finger docks were extensively damaged along with the marina utilities. 2.2 Project Location The project encompasses the wet slips at Dinner Key Marina along with some utilities along the adjacent upland waterfront below in Figure 2.2-1. Design -Build Services for the Dinner Key Marina 21 RFP No. 18-19-005 Repairs and Restoration Project Figure 2.2-1 — Dinner Key Marina (prior to hurricane damage; photo courtesy of Google Earth) 2.4 Schedule of Events Refer to the advertisement for the schedule of events that will take place in the procurement process. The City reserves the right to make changes or alterations to the schedule as the City determines is in the best interest of the public. Proposers will be notified sufficiently in advance of any changes or alterations in the schedule. Unless otherwise notified in writing by the City, the dates indicated for submission of items or for other actions on the part of a Proposer, shall constitute absolute deadlines for those activities and failure to fully comply by the time stated shall cause a Proposer to be disqualified. 2.5 City's Responsibilities The City will provide contract administration services and construction management during the life of the project. The City's Design Criteria Professional will provide construction administration services and quality acceptance reviews of some or all of the work at the sole discretion of the City. In any event, the Design -Build Firm must provide for its own construction quality assurance and quality control inspections, testing and material certifications and not rely upon the City for these services. The City will not be responsible for materials testing of any type. All quality assurance services as may be required by the approved project drawings and specifications shall be the responsibility of the Design -Build Firm. This RFP does not commit the City to make studies or designs for the preparation of any proposal, nor to procure or contract for any articles or services. Proposers shall examine the Contract Design -Build Services for the Dinner Key Marina 22 RFP No. 18-19-005 Repairs and Restoration Project Documents and the site of the proposed work carefully before submitting a proposal for the work contemplated and shall investigate the conditions to be encountered, as to the character, quality, and quantities of work to be performed, materials to be furnished and as to the requirements of all Contract Documents. The City does not guarantee the details pertaining to previous structural, utility, and/or other investigations as shown on any documents supplied by the City, including soil borings. The submission of a proposal is prima facie evidence that the Proposer has made an examination as described in this provision. Proposers shall examine boring data, existing utility data (including but not limited to, electrical, plumbing, mechanical and communication systems) where available, and make their own interpretation of the subsoil investigations, existing subsurface utilities and other preliminary data, and shall base their Proposal on their own opinion of the conditions likely to be encountered. 2.6 Design -Build Firm Responsibilities The Design -Build Firm shall be responsible for confirming the provided site and property surveys, underground utility locations (as applicable), condition assessment for repair and/or replacement quantities of the structural, plumbing, mechanical and communication trades, investigations that may be required to confirm driven pile means/methods and pile capacities, documentation of existing conditions in accordance with FDOT requirements, engineering designs for the trades required, construction inspections (including special inspections required by the City building permits), City of Miami building permitting, assistance with final Miami -Dade County DERM Class 1 Permitting, construction document preparation and subsequent approvals, and construction inspections on or before the project completion date indicated in the Technical Proposal. The Design Criteria Package (Attachment A) sets forth requirements regarding surveys, explorations, design, construction, and adjacent residential/commercial/municipal access during construction, requirements relative to project management, scheduling, and coordination with other agencies and entities such as state and local government, utilities and permitting agencies, and the public. The Design -Build Firm shall demonstrate best project management practices while working on this project, including but not limited to accounting and invoicing practices sufficient to meet state and City audit standards. These include communication with the City, regulatory agencies, adjacent property owners, and others as necessary for the best management of time and resources and for complete and accurate reimbursement submissions as the City is receiving partial funding from FEMA, which is distributed through the state. 2.7 Project Requirements and Provisions for Work A. Governing Regulations: The services performed by the Design -Build Firm shall be in compliance with all applicable building and municipal codes including, but not limited to, the State of Florida, Miami -Dade County, the City of Miami, and other regulations that may be required in addition to the requirements specified in this RFP. The Design -Build Firm shall use as the primary standard, the City of Miami Engineering Standards for Design and Construction: http://www.miamigov.com/Public Works/pdfs/EngineeringStandards.pdf. The Design Criteria Professional (DCP) will initiate environmental permitting for the Project through Miami -Dade County (DERM Class 1), Florida DEP, and the U.S. Army Corps of Engineers. The Design -Build Firm will be responsible for assisting with the completion of Design -Build Services for the Dinner Key Marina 23 RFP No. 18-19-005 Repairs and Restoration Project the DERM Class 1 Permitting as the final drawings are completed for the City's Building Department processing. Design -Build Firm shall be responsible for preparing all necessary permit applications. The Design -Build Firm will be responsible for processing the required building permit as well as any required trade permits in accordance with the Florida Building Code and City of Miami building department requirements. All permits required for a particular construction activity will be acquired prior to commencing the particular construction activity. The Design -Build Firm will be reimbursed for all permit fees under a Permit Allowance Account. Delays due to incomplete permit packages, agency rejection, agency denials, agency processing time, lack of payment, or any permit violations shall be solely the responsibility of the Design -Builder, and will not be considered sufficient reason for time extension. Changes to the concept requiring additional permitting activities are the responsibility of the Design -Build Firm. a. State and Federal Agencies: The DCP Professional will complete the environmental permitting through the agencies with jurisdiction that include the U.S. Army Corps of Engineers and Florida DEP. Design -Build Firm is responsible for complying with these permit conditions, and the permits reference Chapter 373 and 403, Florida Statutes, Chapters 40 and 62, Florida Statute 872.05, Florida Administrative Code; Rivers and Harbors Act of 1899, Section 404 of the Clean Water Act, and parts 114 and 115, Title 33, Code of Federal Regulations (CFR). b. County Agencies: In addition to these Federal and State permitting requirements, the DCP Professional will initiate permitting through the Miami -Dade County DERM Class 1 process. The Design -Build Firm will be responsible for completing this process with the drawings and other technical information (in conjunction with the City building permitting process) in accordance with DERM's specific requirements and regulations. The Design -Build Firm will also be responsible for preparing applications and technical documents as well as processing the plans through the DERM CORE process, if applicable. The Project requires reconnection of the sewage pump -out and the domestic water systems to existing on -site utilities with service from Miami -Dade WASD. The Design -Build Firm will be responsible for coordination and permitting that may be required through Miami -Dade WASD. The water/sewer loads are not increasing due to the project and no impact fees are anticipated; any WASD impact fees would be addressed under the reimbursable permit fees. Preparation of all County related permit applications and the acquisition of all applicable permits shall be the responsibility of the Design -Builder. Should it be required, the Design -Build Firm shall attend and represent the City at public hearings, presentations to the Board of County Commissioners or any other County Board, for project review and approval purposes. c. City Agencies: The project will require a building permit in accordance with City and Florida Building Code (FBC) requirements. A Master Permit is suggested, but not required, that will facilitate the various trade contractors (as applicable) to obtain trade permits. The Design -Build Firm will be responsible for preparing the building permit application and processing the plans through the various trades at the City building department that include, but are not limited to, structural, fire, plumbing, electrical, zoning, and public works. Any permitting required by City departments and/or agencies shall be prepared in accordance with their specific requirements and regulations. Preparation of all Design -Build Services for the Dinner Key Marina 24 RFP No. 18-19-005 Repairs and Restoration Project permit applications and the acquisition of all applicable City related permits shall be the responsibility of the Design -Builder. Should it be required, the Design -Build Firm shall attend and represent the City at public hearings, presentations to the Board of City Commissioners or any other City Board, for project review and approval purposes. d. Florida Power and Light Co. ("FPL"): The Design -Build Firm shall be responsible for coordinating with FPL for the electrical service at the shore -side connections. Existing transformers and service is partially operational after the hurricane. The Design -Build Firm shall coordinate and conduct meetings with FPL to review the electrical plans and associated power loads for the marina restoration. Any required FPL service agreement costs (if applicable) will be reimbursed by the City through the permitting fee allowance. The Design -Build Firm shall coordinate with FPL in a timely manner to ensure sufficient power is available once the electrical systems have been constructed and inspected by the City. e. Communications: The Design -Build Firm shall coordinate with the telephone and internet service providers to provide the required service as outlined in the DCP. Any required service upgrade costs by the service providers shall be reimbursed by the City through the City permitting fee allowance. The Design -Build Firm shall coordinate with the service provider(s) in a timely manner to ensure service is available once the marina wet slip communication systems have been constructed and inspected by the City. The Design -Build Firm shall obtain permits (with the exception of the environmental permits through the U.S. Army Corps of Engineers, Florida DEP, and DERM Class 1) while acting as an authorized agent or authorized representative for the "City" for permitting purposes only. Any fines levied on the Design -Build Firm by permitting agencies due to noncompliance, shall be the sole responsibility of the Design -Builder. B. Survey: The Design -Build Firm shall perform topographic surveying, construction layout, and mapping services necessary to confirm existing conditions and to complete the design and construction aspects of this project. Survey and mapping work must also comply with all pertinent Florida Statutes and applicable rules in the Florida Administrative Code. This work must comply with the Minimum Technical Standards for Professional Surveyors and Mappers, Chapter 5J-17, Florida Administrative Code (F.A.C.), pursuant to Section 472.027, Florida Statutes (F.S.), and any special instructions from the City. The Design - Build Firm will also be responsible for conducting an "as -built" survey that will be processed through the agencies with jurisdiction as well as the City to confirm the project was constructed in conformance with the issued permits. C. Verification of Existing Conditions: The Design -Build Firm shall be responsible for verification of existing conditions. By execution of the Contract, the Design -Build Firm specifically acknowledges and agrees that the Design -Build Firm is being compensated for performing adequate investigations of existing site conditions, including subsurface investigations, sufficient to support the design developed by the Design -Build Firm and that any information being provided is merely to assist the Design -Build Firm in completing adequate site investigations. Notwithstanding any other provision in the contract documents to the contrary, no additional compensation will be paid in the event of any inaccuracies in the preliminary information. Design -Build Services for the Dinner Key Marina 25 RFP No. 18-19-005 Repairs and Restoration Project The Design -Build Firm shall fully document and take every precaution during construction to protect any existing roadway and/or building infrastructure such as signs and sign structures, signals, lighting, utilities, stormwater facilities and other items that are not to be replaced as part of this Project. If such items are damaged by the Design -Build Firm during the construction period, the damage shall be replaced at the Design -Builder's expense. D. Submittals: 1. Plans: Plans must meet the minimum contents of a particular phase submittal prior to submission for review. The particular phase of each submittal shall be clearly indicated on the cover sheet. Component submittals will not be accepted. The Design -Build Firm shall provide copies of required review documents as listed below. a. 30%, 60% and 100% Plans (consistent with the DCP): PDF and CAD files (as applicable) for 30% and 60% Plans Five (5) sets of full-size Plans Five (5) sets of Calculations Five (5) sets of Pre -construction Survey Five (5) copies of Technical Specifications (progress set with 60% plans; PDF) Five (5) copies of Cover Letter that all comments have been addressed and a specific list of any unresolved issues. One (1) CD containing all of the above b. Record Set (consistent with the DCP): All Record Set documents shall be manually signed and sealed by the Design Professional Engineer registered in the State of Florida. Five (5) sets of full-size Plans Five (5) sets of Calculations Five (5) copies of Post -construction Survey Five (5) copies of Technical Specifications Five (5) copies of Permits/Environmental approval documents. Five (5) copies of Cover Letter that all comments have been addressed and a specific list of any unresolved issues. One (1) CD containing all of the above Signed and sealed 100°/o Plans will be delivered to the City's Project Manager a minimum of five (5) working days prior to construction. Only stamped signed and sealed plans are valid and all work that the Design -Build Firm performs in advance of the City's release of Plans shall be at the Design -Builder's risk. Design -Build Services for the Dinner Key Marina 26 RFP No. 18-19-005 Repairs and Restoration Project A. In addition, the Design -Build Firm shall submit signed and sealed post - construction surveys the City. B. The Design -Build Firm shall complete the Record Set as the project is being constructed. The record set becomes the "as -built" at the end of the project. All design changes shall be signed and sealed by the Engineer of Record. The record set shall reflect all changes initiated by the Design -Build Firm or the City in the form of revisions. The record set shall be submitted on a Final Project CD upon project completion along with one (1) signed and sealed hard copy. The City shall review the record set prior to Final Acceptance in order to accept the record set. 2. Milestones: In addition to various submittals mentioned throughout this document, the Design -Build Firm shall submit monthly project status reports, including, but not limited to, schedule updates and aerial photographs of progress. E. Contract Duration: The Design -Build Firm shall establish the contract duration for the subject project. In no event shall the contract duration exceed Three Hundred Sixty -Five (365) calendar days for substantial completion with an additional Thirty (30) calendar days for final completion, unless approved by the City. The schedule supporting the proposed contract duration will be submitted with the Technical Proposal and should identify the work activity durations in calendar days. The Proposed Contract Time (PCT) reflected in the schedule may be amended in the Proposal. The official PCT will be the one submitted with the Price Proposal. F. Project Schedule, Limitations: The minimum number of activities shall be those listed below: ■ Award Date ■ Pile Driving Investigations (as applicable) ■ Design Surveys and Field Assessment of Conditions ■ Design Durations ■ Design Submittals (at 30%, 60% and 100% levels of completion) ■ Design Reviews by the City ■ Building Permit Processing ■ DERM CORE Processing ■ DERM Class 1 Permit — process completion ■ FPL Service Coordination ■ Communications Service Coordination ■ Miami -Dade WASD Coordination ■ Start of Construction ■ Materials Quality Tracking Design -Build Services for the Dinner Key Marina 27 RFP No. 18-19-005 Repairs and Restoration Project • Structural, plumbing, mechanical, and electrical trade construction; to include utility service connections and associated adjacent upland improvements. • Detailed construction sequencing; a minimum of three phases are anticipated with TCO's obtained for completed piers so marina management can relocate customers. • Temporary pier closures, marina customer and pedestrian protection, and proposed work hours • Holidays and Special Events • Substantial Completion • Final Completion Date for All Work • Final costs/reimbursement packages that may be required for FEMA G. Key Personnel/Staffing: The Design -Builder's work shall be performed and directed by Key Personnel identified in the Technical Proposal by the Design -Builder. Respondents shall not change Key Personnel without just cause. Any changes to the indicated Key Personnel shall be subject to review and must obtain written approval by the City's Project Manager. The City reserves the right to request additional documentation as required by the RFP. H. Meetings and Progress Reporting: The Design -Build Firm shall anticipate periodic meetings with City personnel and other agencies as required for resolution of design and/or construction issues. These meetings may include: • City technical issue resolution • Permit agency coordination • Local government agency coordination • Scoping Meetings • Costs/reimbursement packages and updates for the loan and grants During design, the Design -Build Firm shall meet with the City's Project Manager on a weekly basis and provide a "look ahead" of the upcoming activities. During construction, the Design -Build Firm shall meet with the City's Construction Manager on a weekly basis and provide a one -week "look ahead" for activities to be performed during the coming week. The Design -Build Firm shall, on a bi-weekly basis, provide written progress reports that describe the items of concern and the work performed on each task. I. Public Involvement: 1. General: Public involvement includes communicating to all interested persons, groups, and government organizations information regarding the development of the project. Design -Build Services for the Dinner Key Marina 28 RFP No. 18-19-005 Repairs and Restoration Project 2. Public Meetings: The Design -Build Firm shall provide all support necessary for the City to hold various public meetings to ensure that good communication is maintained throughout the project. The following procedures have been developed and shall be adhered to at a minimum: 1 . A notice of proposed work and announcement of public information meeting will be advertised in periodicals, posted on bulletin boards, etc., at least 60 days before the start of work in each area. 2. At least 30 days before the start of work in each section of the marina, a public information meeting will be held for the marina customers and interested local residents in the area where work will occur to discuss issues specific to those areas. 3. Ongoing meetings will be held to discuss and resolve issues encountered during the work. For any of the above type meetings the Design -Build Firm shall provide all technical assistance, data, and information necessary for the City to produce display boards, printed material, video graphics, computerized graphics, etc., ongoing cost information and information necessary for the day-to-day exchange of information with the public, all agencies, and elected officials in order to keep them informed as to the progress, costs and impacts that the proposed Project will create. This includes workshops, information meetings, and public hearings. The Design -Build Firm shall, on an as -needed basis, attend the meetings with an appropriate number of his personnel to assist the City. The Design -Build Firm shall forward all requests for group meetings to the City. The Design -Build Firm shall inform the City of any meetings with individuals that occur without prior notice. 3. Public Workshops, Information Meetings: The Design -Build Firm shall provide all the support services listed in No. 2, Public Meetings, above. All legal/display ads announcing workshops, information meetings, and public meetings will be prepared and paid for by the City. The City will be responsible for the legal/display advertisements for design concept acceptance. The City will also be responsible for preparing and mailing (includes postage) all letters announcing workshops and information meetings. 4. Public Involvement Data: The Design -Build Firm is responsible for the following: Coordinating with the City. Identifying possible permit and review agencies and providing names and contact information for these agencies to the City. Providing required expertise (staff members) to assist the City on an as -needed basis. Preparing color graphic renderings and/or computer generated graphics to depict the proposed improvements for coordination with the City and other agencies. The collection of public input occurs throughout the life of the project and requires maintaining files, newspaper clippings, letters, and especially direct contacts before, Design -Build Services for the Dinner Key Marina 29 RFP No. 18-19-005 Repairs and Restoration Project during, and after any of the public meetings. Articles such as those mentioned shall be provided to the City for its use and records. In addition to collecting public input data, the Design -Build Firm may be asked by the City to prepare responses to any public inquiries as a result of the public involvement process. The City shall review all responses prior to release. J. Quality Management Plan (QMP): 1. Design: The Design -Build Firm shall be responsible for the professional quality, technical accuracy, and coordination of all surveys, designs, drawings, specifications, geotechnical, utility, and other services furnished by the Design -Build Firm under this Contract. The Design -Build Firm shall provide a Contractor's Quality Management Plan (QMP), which describes the Quality Control (QC) procedures to be utilized to verify, independently check, and review all design drawings, specifications, and other documentation prepared as a part of the Contract. In addition, the QMP shall establish a Quality Assurance (QA) program to confirm that the QC procedures are followed. The Design -Build Firm shall describe how the checking and review processes are to be documented to verify that the required procedures were followed. The QMP may be one utilized by the Design -Builder, as part of their normal operation, or it may be one specifically designed for this Project. The Design -Build Firm shall submit a QMP within 15 working days of the written Notice to Proceed. A marked -up set of prints from the QC review shall be submitted with each review submittal. The responsible Professional Engineers or Professional Surveyor that performed the QC review, as well as the QA Manager shall sign a statement certifying that the review was conducted. The Design -Build Firm shall, without additional compensation, correct all errors or deficiencies in the surveys, designs, drawings, specifications, and/or other services. No fabrication or construction activities will occur until all related design review and shop drawing review comments are resolved. 2. Construction: The Design -Build Firm shall be responsible for developing and maintaining a Construction Quality Control Plan. Design -Build Firm shall coordinate their QC program with the City's Construction Manager and submit for approval. The City shall maintain its rights to inspect construction activities. The Design - Build Firm shall provide all documentation requested by the City to ensure quality products and services are being provided in accordance with the contract documents. K. Liaison Officer: The City and the Design -Build Firm will designate a Liaison Officer and a Project/Construction Manager who shall be the representative of their respective organizations for the project. Design -Build Services for the Dinner Key Marina 30 RFP No. 18-19-005 Repairs and Restoration Project L. Computer Automation: The Design -Build Firm will be required to submit final documents and files, which shall include complete Computer -Aided Design and Drafting (CADD) design and coordinate geometry files in electronic format. M. Quality Control: The Design -Build Firm shall be responsible for providing QC. Construction inspection will be provided by the City. N. Testing: The Design -Build Firm shall be responsible for all materials testing. The City or its representatives will not perform verification -testing services. However, the City reserves the right to perform inspections and testing for verification of compliance with the approved drawings and specifications. O. Adjoining Construction Projects or Events: The Design -Build Firm shall be responsible for coordinating construction activities with other construction projects or events that will be impacted or may be impacted by this project. This includes projects or events under the jurisdiction of the City. 2.7 Design and Construction Criteria: A. General: The Design -Build Firm shall be responsible for detailed plan checking as described in the RFP, and in the Design and Construction criteria. Before construction activities can begin, signed and sealed design plans and calculations supporting the design must be reviewed by the City and/or designee. Submittals shall be complete along with all the supporting information necessary for review. Upon approval by the City, the plans will be stamped "Released for Construction" and initialed and dated by the reviewer. Any construction initiated by the Design -Build Firm prior to receiving signed and sealed plans stamped "Released for Construction" shall be at the sole risk of the Design -Builder. B. Utility Coordination: The Design -Build Firm shall utilize a single dedicated person responsible for managing all utility coordination. This person shall be contractually referred to as the Utility Coordination Manager and shall be identified in the Design -Builder's proposal. The Design -Build Firm shall notify the City in writing of any change in the identity of the Utility Coordination Manager. The Design -Builder's Utility Coordination Manager shall be responsible for managing all utility coordination, including, but not limited to, the following: 1. Ensuring that all utility coordination and activities are conducted in accordance with the DCP and the requirements of the Contract documents. 2. Identifying all existing utilities and coordinating any new installations, if required. Reviewing proposed utility permit application packages and recommending approval/disapproval of each permit application based on the compatibility of the permit as related to the Design -Builder's plans. 3. Scheduling utility meetings, keeping and distribution of minutes of all utility meetings, and ensuring expedient follow-up on all unresolved issues. Design -Build Services for the Dinner Key Marina 31 RFP No. 18-19-005 Repairs and Restoration Project 4. Distributing all plans, conflict matrixes and changes to affected utility owners and making sure this information is properly coordinated. 5. Identifying and coordinating the execution and performance under any agreement that is required for any utility work needed for completion of the Project work, if required. Reviewing, approving, signing, and coordinating the implementation of all Utility Work Schedules. 6. Resolving utility conflicts. 7. Obtaining and maintaining all appropriate Sunshine State One Call tickets. 8. Performing Constructability Reviews of plans prior to construction activities with regard to the installation, removal, temporary removal, de -energizing, deactivation, relocation, or adjustment of utilities, if required. 9. Providing periodic Project updates to the City's Project Manager as requested. 10. Coordination with the City on any issues that arise concerning reimbursement of utility work costs, if required. The Design -Build Firm shall be responsible for all utility coordination efforts. These coordination efforts shall include, but are not limited to permitting, review, construction oversight, initiating, drafting, negotiating, and executing all necessary legal agreements, and administering utility coordination meetings and ensuring that all necessary permits are acquired. C. Basis of Design and Work Plan The Design Criteria Package (Attachment A), provides the construction work plan, which is generally described below and served as the basis of the Project permits and approvals. 1. Site Access Access to the project work area will be generally along the waterfront of the marina as construction progresses. Other access considerations include street access for trucks and other equipment, avoidance of natural habitats, aboveground and belowground utilities, and structures along the marina waterfront. 2. Design Documentation, Computations and Quantities The Design -Build Firm shall submit to the City design notes and computations to document the design conclusions reached during the development of the construction plans. The design notes and computation sheets shall be fully titled, numbered, dated, indexed, and signed by the designer and the checker. Computer output forms and other oversized sheets shall be folded to a standard size 81/2" x 11". The data shall be in a hard -back folder for submittal to the City. At the project completion, a final set of design notes and computations, signed and sealed by the Design -Build Firm, shall be submitted with the record set of plans and tracings. Design -Build Services for the Dinner Key Marina 32 RFP No. 18-19-005 Repairs and Restoration Project The design calculations shall include, but not be limited to the following data: ■ Design standards ■ Design calculations ■ Documentation of decisions ■ Survey details 3. Survey Details The DCP provides the surveys completed by the City to date that include Specific Purpose, topographic, hydrographic and marine resource survey data. The Design -Build Firm shall perform sufficient surveying to verify the information and data required for design and for completion of the permitting process. The Design -Build Firm shall perform a Pre -Construction Survey with the use of video and still photography on the existing dock structures, utilities, and adjacent waterfront areas in accordance with FDOT Specification 108. Specifications for each property adjacent to the work areas, identifying the existing structural conditions of the property or any other improvement of such property may be affected by the work. No construction operations will be allowed until the Pre -Construction Survey is completed and submitted to the City. Once the work activities are complete for a phase of the marina, the Design - Build Firm shall perform a Post -Construction Survey and compare with the Pre -Construction Survey identifying any new or additional damage to the property, or to any improvements on such property, as compared to the Pre - Construction Survey. Provide the City with a copy of the Post -Construction Survey and the Specialty Engineer's assessment indicating the presence of damage or no damage, and in the event of damage, the Specialty Engineer's assessment of whether the observed damage in relation to the Pre - Construction Survey is or is not the result of the Design -Build Firm's work. Where no new or additional damage is identified in the Post- Construction Survey, the Design -Build Firm's Specialty Engineer shall, within 30 calendar days, certify no damage was caused by the work. Where new or additional damage is identified in the Post -Construction Survey, the Design -Build Firm's Specialty Engineer shall, within 30 calendar days, determine if the damage could be reasonably attributable to the Design -Build Firm's work, and if such is the case, repair the damage within 30 days. Furnish Post -Construction Survey and related certifications as described above to the City prior to the date of final acceptance per the Contract. 4. Reimbursement Reporting The Design -Build Firm shall be responsible for the preparation, in collaboration with the City's Finance Department, of all reimbursement packages required by FEMA for all intents and purposes of appropriate reimbursements. Design -Build Services for the Dinner Key Marina 33 RFP No. 18-19-005 Repairs and Restoration Project D. Shop Drawings: The Design -Build Firm shall be responsible for the preparation and approval of all Shop Drawings. Shop Drawings shall be submitted to the City and shall bear the stamp and signature of the Design -Builder's Engineer of Record (EOR), and Specialty Engineer, as appropriate. The City will review the Shop Drawing(s) to evaluate compliance with project requirements and provide any findings to the Design -Builder. The City's procedural review of shop drawings would be to assure that the Design -Builder's EOR has approved and signed the drawing; the drawing has been independently reviewed and is in general conformance with the plans. The City's review would not be meant to be a complete and detailed review. Shop Drawing submittals must be accompanied by sufficient information for adjoining components or areas of work to allow for proper evaluation of the Shop Drawing(s) submitted for review. E. Sequence of Construction: Construction activities shall not commence until the Pre -Construction Survey is completed and accepted by the City. The Design -Build Firm shall construct the work in a logical manner and with the following objectives: ■ Minimize impact and disruption to existing marina customers. ■ Maintain safe access to the public along the waterfront and access to occupied slips, as applicable, to marina customers ■ A minimum of three phases of construction is anticipated, with closure of two (2) piers at a time. Construction of all trades with issuance of TCO would be completed so marina customers can reoccupy the wet slips to minimize the impact of loss of revenue to the City during construction. ■ Minimize the impact to utilities ■ Minimize closure durations with all required Maintenance of Traffic (MOT) along waterfront areas ■ Minimize the overall time for construction F. Hours of Operation The construction activities may be undertaken from 8:00 a.m. to 5:00 p.m. Monday through Saturday, six (6) days per week, unless prior approval is provided by the City. G. Stormwater Pollution Prevention Plans (SWPPP): The Design -Build Firm shall prepare an erosion control plan that complies with the Storm Water Pollution Prevention Plan (SWPPP) as required by the National Pollution Discharge Elimination System (NPDES) for any staging or access areas, if required. H. Maintenance of Traffic (MOT): MOT required to complete the project shall consist of lane closures, flagmen, and setting of traffic control equipment and signage for adjacent waterfront work areas and staging areas, as applicable. Temporary parking area and adjacent roadways shall be coordinated with the City Public Works Department as applicable and may also require Miami -Dade County/City of Miami approval. In addition, prior notification of Design -Build Services for the Dinner Key Marina 34 RFP No. 18-19-005 Repairs and Restoration Project adjacent landowners shall occur. Closure plans shall be developed and submitted to the City and well in advance of anticipated closure dates. I. Environmental Services/Permits: The Design -Build Firm shall be responsible for preparing designs and proposing construction methods that are consistent with the existing permits. J. Landscape Plans: The Design -Build Firm shall relocate and/or restore existing landscaping impacted by the construction and replace same when work is completed. K. Health and Safety: The Design -Build Firm shall utilize a single dedicated person responsible for health and safety throughout the performance of the work to implement, monitor, and enforce the Site Safety Plan. This person shall be contractually referred to as the Health and Safety Manager and shall be identified in the Design -Builder's proposal. The Health and Safety Manager shall have no other duties. The Design -Build Firm shall notify the City in writing of any change in the identity of the Health and Safety Manager. The Health and Safety Manager shall be approved by the City. Design -Build Services for the Dinner Key Marina 35 RFP No. 18-19-005 Repairs and Restoration Project SECTION 3 RFP GENERAL CONDITIONS 3.1 Acceptance/Rejection The City reserves the right to accept or reject any or all Responses or to select the Proposer that, in the opinion of the City, is in its best interest. The City also reserves the right to reject any Proposer(s) who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time any contracts with the City, and who does not have the capacity to perform the requirements defined in this RFP. Further, the City may waive informalities, technicalities, minor irregularities, and/or request new Responses for the services specified in this RFP and may, at its discretion, withdraw and/or re -advertise the RFP. 3.2 Legal Requirements This RFP is subject to all applicable federal, state, county, City and local laws, codes, ordinances, rules, and regulations, the loan documents and the grant agreements, that in any manner affect any and all of the services covered herein. Lack of knowledge by the Proposer shall in no way be cause for relief from responsibility for compliance with these requirements. Proposer shall fully comply with all applicable federal, state, and local laws, rules and regulations, loan and grant requirements. The foregoing will be considered as part of the duties of performance of the Proposer under the Contract. 3.3. Non -Appropriation of Funds In the event that insufficient funds are appropriated and budgeting or funding is otherwise unavailable in any fiscal period for this Project, then the City, shall have the unqualified right to terminate the Work Order(s), or Contract upon written notice to the Design -Builder, without any penalty or expense to the City. No guarantee, warranty, or representation is made that any particular work or any project(s) will be assigned to any firm(s). 3.4 Business Tax Receipt Proposers shall meet the City's Business Tax Receipt ("BTR") requirements in accordance with Chapter 31, Article II of the City of Miami Code, as amended, and any required Miami -Dade County Business Tax Receipt ("County BTR"). Respondent(s) with a business location outside the City of Miami shall meet all applicable local BTR requirements. A copy of the BTR should be submitted with the Response. The City may, at its sole option, allow the Proposer to submit a copy of their BTR after the Response Submission Due Date. 3.5. Minimum Qualification Requirements A. General Contractor The City of Miami is seeking to procure a qualified and experienced Design -Build Team, as defined in §287.055 Florida Statutes, including a General Contractor (GC), or a marine contractor with a GC license, as the team's lead firm. In general, and subject to limited exceptions below, the General Contractor shall possess a minimum of five (5) years of experience in marine and/or overwater marina utility construction, and hold a current active certified license as a General Contractor under its current business name as authorized to do business in the State of Florida. The City will consider a Proposal from a Design -Build Firm as responsive where a Proposer has less than the stipulated minimum five (5) years of experience under its current business name where the majority of the Proposer's principals and/or officers have the minimum experience stipulated below, and shall have the relevant professional licenses and/or certifications as required of Key Personnel pursuant to the immediately following Subsection C, below. Proposer must Design -Build Services for the Dinner Key Marina 36 RFP No. 18-19-005 Repairs and Restoration Project include documentation substantiating the above stated as part of its Response for the City to consider crediting the years of experience from the Proposer under its previous name. In addition, the General Contractor shall have experience as the prime contractor for at least three (3) completed projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), within the last eight (8) years. The General Contractor must have a proven record of successfully completing projects consisting of the following components: marine demolition, marine construction, marine structural repairs (i.e. spalls, cracks, etc.), pile driving and associated dock construction, marina utilities (including state-of-the-art shore power distribution and pedestals, utility service installation, security/communication systems, marina fire protection, sewage pump -out, and marina plumbing), conducting marine construction in operating marinas while minimizing disruption to marina customers and conducting construction for public projects. The General Contractor must have a proven track record of coordination of the trades required for structural, mechanical, plumbing, and electrical work required for the marina rehabilitation. Each Proposer interested in responding to this RFP shall provide information on the firm's qualifications and experience, qualifications of the project team, members, and staff on previous work of similar scope and complexity. For the City to consider a referenced project as complete, the Proposer shall provide documentation of completion. Copies of such documentation shall be provided for each project being submitted to demonstrate meeting the Minimum Requirements. See Section 4.0 "Instructions for Submitting a Proposal: Submission Requirements" for further direction. Proposals that do not completely adhere to all requirements may be considered non -responsive and eliminated from the process. Additional submission qualifications may be stated in Section 4.0, "Instructions for Submitting a Proposal." Failure to include all documentation required above with the Response, will result in a determination of non -responsive. As excerpted from Section 287.055, Florida Statutes: "Design -build firm" means a partnership, corporation, or other legal entity that: 1. Is certified under s. 489.119 to engage in contracting through a certified or registered general contractor or a certified or registered building contractor as the qualifying agent; or 2. Is certified under s. 471.023 to practice or to offer to practice engineering; certified under s. 481.219 to practice or to offer to practice architecture; or certified under s. 481.319 to practice or to offer to practice landscape architecture. (i) A "design -build contract" means a single contract with a design -build firm for the design and construction of a public construction project. (j) A "design criteria package" means concise, performance -oriented drawings or specifications of the public construction project. The purpose of the design criteria package is to furnish sufficient information to permit design -build firms to prepare a bid or a response to an agency's request for proposal, or to permit an agency to enter into a negotiated design -build contract. The design criteria package must specify performance -based criteria for the public construction project, including the legal description of Design -Build Services for the Dinner Key Marina 37 RFP No. 18-19-005 Repairs and Restoration Project the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. (k) A "design criteria professional" means a firm who holds a current certificate of registration under Chapter 481 to practice architecture or landscape architecture or a firm who holds a current certificate as a registered engineer under Chapter 471 to practice engineering and who is employed by or under contract to the agency for the providing of professional architect services, landscape architect services, or engineering services in connection with the preparation of the design criteria package. B. Lead Engineer/Design Manager Firm The City of Miami is seeking to procure a qualified and experienced Design -Build Team, as defined in §287.055 Florida Statutes, including an engineering/design manager firm, as the team's lead design firm. The Lead Engineer/Design Manager must be a licensed, registered, and practicing engineering firm authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal), as of Proposal Submission Due Date. The managing principal/s of the Lead Engineer/Design Manager must be registered engineer/s under Chapter 471, Florida Statutes, to practice engineering. In addition, the Lead Engineer/Design Manager shall have experience as the Engineer of Record for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), within the last eight (8) years. The Lead Engineer will act as the Design Manager, and will be considered the Design -Builder's Engineer of Record for at least one of the required trades (i.e., structural, mechanical, plumbing or electrical). C. Key Personnel The Design -Builder's work shall be directed and performed by Key Personnel identified in the Technical Proposal by the Design -Builder, and shall consist of the following list of individuals: ■ Project Manager ■ Construction Manager ■ Structural Engineer ■ Fire Protection Engineer ■ Plumbing Engineer ■ Electrical Engineer ■ Special Inspector(s) — as required for each trade ■ Quality Assurance/Quality Control (QA/QC) Manager ■ Utility Coordination Manager Design -Build Services for the Dinner Key Marina 38 Repairs and Restoration Project RFP No. 18-19-005 ■ Health and Safety Manager Minimum Qualifications for the Key Personnel shall consist of the following: ■ Project Manager shall have a minimum of five (5) years of experience (e.g., responsible for directing and coordinating all activities throughout the life of the project) for at least three (3) projects of similar scope and complexity (e.g., marina construction or redevelopment for marina facilities greater than 50 wet slips). The Project Manager is not expected to be on -site at all times. ■ Construction Manager shall have a minimum of five (5) years of experience serving as a construction manager (e.g., responsible for the principal and lead person on -site planning, coordination, and control of the project, daily management of construction activities and personnel and administration of the construction contract) for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), preferably with municipal/county project experience. The Construction Manager is expected to be on -site a minimum of 60% of the time. ■ Structural Engineer shall be a professional engineer (PE) licensed in the State of Florida with a minimum of five (5) years of experience (e.g., responsible for creating drawings and specifications, performing calculations, reviewing the work of other engineers and observing construction activities) for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), preferably with municipal/county project experience. This requirement must be met prior to submission of a proposal in response to this RFP. In the event this Key Personnel met/exceeded the requirements noted above in another state(s), and have initiated the process to obtain the Florida P.E., the license from the other state(s) must be submitted at the time of submission of the proposal. ■ Fire Protection Engineer shall be a professional engineer (PE) licensed in the State of Florida with a minimum of five (5) years of experience (e.g., responsible for creating drawings and specifications, performing calculations, reviewing the work of other engineers and observing construction activities) for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), preferably with municipal/county project experience. This requirement must be met prior to submission of a proposal in response to this RFP. In the event this Key Personnel met/exceeded the requirements noted above in another state(s), and have initiated the process to obtain the Florida P.E., the license from the other state(s) must be submitted at the time of submission of the proposal. ■ Plumbing Engineer shall be a professional engineer (PE) licensed in the State of Florida with a minimum of five (5) years of experience (e.g., responsible for creating drawings and specifications, performing calculations, reviewing the work of other engineers and observing construction activities) for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), preferably with municipal/county project experience. This requirement must be met prior to submission of a proposal in response to this RFP. In the event this Key Personnel met/exceeded the requirements noted above in another state(s), and have initiated Design -Build Services for the Dinner Key Marina 39 RFP No. 18-19-005 Repairs and Restoration Project the process to obtain the Florida P.E., the license from the other state(s) must be submitted at the time of submission of the proposal. ■ Electrical Engineer shall be a professional engineer (PE) licensed in the State of Florida with a minimum of five (5) years of experience (e.g., responsible for creating drawings and specifications, performing calculations, reviewing the work of other engineers and observing construction activities) for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), preferably with municipal/county project experience. This requirement must be met prior to submission of a proposal in response to this RFP. In the event this Key Personnel met/exceeded the requirements noted above in another state(s), and have initiated the process to obtain the Florida P.E., the license from the other state(s) must be submitted at the time of submission of the proposal. • Special Inspector(s) shall be a professional engineer (PE) licensed in the State of Florida with a minimum of five (5) years of experience (e.g., responsible for inspection of structural, mechanical, plumbing, and electrical trades) for overwater projects in accordance with Florida Building Code and City building permit requirements. Multiple inspectors may be required for each trade, depending on the engineer's qualifications/experience. Due to insurance requirements, the City building permit may require the Design -Build Firm to perform special inspections, on behalf of the City building department, for overwater construction. The Special Inspector will also be required to monitor pile driving, perform required materials testing (i.e. concrete cylinders, etc.) and perform required Quality Control/Quality Assurance inspection of materials, as applicable. Engineer(s) must have demonstrated project experience for at least three (3) projects of similar scope and complexity, preferably with marina and marina utility construction. This requirement must be met prior to submission of a proposal in response to this RFP. In the event this Key Personnel met/exceeded the requirements noted above in another state(s), and have initiated the process to obtain the Florida P.E., the license from the other state(s) must be submitted at the time of submission of the proposal. ■ Construction Quality Assurance/ Quality Control (QA/QC) Manager shall have a minimum of five (5) years of experience (e.g., responsible for managing and performing the daily Quality Assurance/Quality Control to ensure the project is constructed in accordance with the established minimum standards serving as a QA/QC manager for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), preferably with municipal/county project experience, and have a Construction Quality Management for Contractors certification. ■ Utility Coordination Manager shall have a minimum of five (5) years of experience performing utility coordination in accordance with City, County, Florida Department of Transportation (FDOT), Miami -Dade County Water and Sewer Department (WASD), City of Miami Public Works, City of Miami Fire and Rescue Department, FPL, and communication services. Manager shall have experience with utility standards, policies, and procedures, knowledge of the City, County, FDOT, or other utility plans production process and utility coordination practices Design -Build Services for the Dinner Key Marina 40 RFP No. 18-19-005 Repairs and Restoration Project and knowledge of City, County, FDOT, or other utility agreements, standards, policies, and procedures. ■ Health and Safety Manager shall have a minimum of five (5) years of experience serving as a health and safety manager for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities, preferably with municipal/county project experience) possess a current certification in cardiopulmonary resuscitation (CPR) and multimedia first aid (and attended refresher training within the past 12 months), knowledge of emergency preparedness techniques and considerations, including onsite accidents/exposure, procedures for medical emergencies and heat stress and cold stress prevention, symptomology, and treatment, specific familiarity with OSHA regulations for general industry (29 CFR 1910) and the construction industry (29 CFR 1926). OSHA 10-hour Construction Safety training preferred, experience in implementing the above -cited OSHA regulations as a designated Health and Safety Manager, experience working on marine construction sites, experience with the types of activities that will be conducted at the Site. Subsequent to submission of a Response and prior to award of a Contract, Key Personnel shall not be changed. Respondents shall not change any member of their Key Personnel without just cause and must obtain prior written approval by the City's Project Manager. The City reserves the right to request additional documentation as required by the RFP. If the City does not accept the proposed change, the Response will be rejected and not considered for award. All references required above, and offered by the Design -Build Firm to attest to its own previous project experience, as well as that of its sub-consultants/sub-contractors, must be included in the Design -Builder's Proposal. References forms will not be unlocked, and must be filled out either in handwritten form or typed manually, and signed in original by the project's Owner. Failure to submit the reference forms will result in the Proposal being deemed non -responsive. D. Field Personnel The Design -Builder's field personnel, including applicable Key Personnel, shall have completed 40-Hour HAZWOPER OSHA Training (OSHA 29 CFR 1910.120(e)(4) and possess a current certification. 3.6 Public Entity Crimes In accordance with Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response 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 work, may not submit responses on leases of real property to a public entity, may not be awarded or perform work as a contractor, design -builder, 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, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Proposer shall result in rejection of the Response, cancellation of the Contract (if awarded) and may result in Proposer's debarment. Design -Build Services for the Dinner Key Marina 41 RFP No. 18-19-005 Repairs and Restoration Project 3.7. Resolution of Protests 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 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 subject to final approval by the City Commission. Proposers are directed to Section 18- 103 through 107 of the City Code, Ordinance No. 12271 (the City of Miami Procurement Code) describing the protest procedures. Protests failing to meet the filing requirements 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 TO THIS REQUIREMENT. 3.8 Review of Responses for Responsiveness Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the RFP. A "responsive" Response is one that meets the requirements of the RFP and is submitted in the format outlined in the RFP, is of timely submission, can be evaluated in accordance with the Evaluation Criteria, and has appropriate signatures/attachments as required on each document. Failure of the Proposer to provide the information as required under Section 4 of the RFP may result in a rejection of the proposal as non -responsive. 3.9. Collusion The Proposer, by submitting a Response, certifies that its Response is made without previous understanding, agreement, or connection either with any person, firm, or corporation submitting a Response for the same services, or with any City department. The Proposer certifies that its Response is fair, without control, collusion, fraud, or other illegal action. The Proposer further certifies that it is in compliance with the conflict of interest and code of ethics laws. The City will investigate all situations where collusion may have occurred and the City reserves the right to reject any and all Responses where collusion may have occurred. 3.10. Clarifications The City reserves the right to request clarifications of information submitted and to request any necessary supporting documentation or information of one or more Proposers after the deadline for submission of Responses. 3.11. Audit Rights and Records Retention The Successful Proposer agree to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers, invoices, receipts, reimbursement information and records of Proposer which are directly pertinent to this RFP, the contract, the loan reimbursement and grant reimbursement, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Proposer shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for five (5) years after the City makes final payment and all other pending matters are closed. Proposer's failure to or refusal to comply with this condition shall result in the immediate termination of the Contract (if awarded) by the City. The Audit and Inspection provisions set forth in Sections 18-100 to 18-102 of the City Code are deemed as being incorporated by reference herein as supplemental terms. 3.12. Proposal Bond Forfeited/Liquidated Damages The Proposal Bond is conditioned upon the Successful Proposer submitting the specified Payment and Performance Bond upon award. Failure to execute the Contract and submit the Payment and Performance Bond when required, shall be just cause for the annulment of the award and the forfeiture of the Proposal Bond, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained by the City in having to re -issue this RFP. Design -Build Services for the Dinner Key Marina 42 RFP No. 18-19-005 Repairs and Restoration Project 3.13. Public Records Design -Build Firm/consultant/provider shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records." IF THE PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE PROPOSER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDSMIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE PROPOSER MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. 3.14. Conflict of Interest Proposers, by responding to this RFP, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City is financially interested, directly or indirectly, in the purchase of goods/services specified in this RFP. Any such interests on the part of the Proposer or its employees must be disclosed in writing to the City. Further, Proposers 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 the Proposer firm. 3.15. Debarred/Suspended Vendors An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not a) submit a response on a contract to provide goods or services to a public entity; b) may not submit a response on a contract with a public entity for the construction or repair of a public building or public work; c) may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, design -builder, supplier, subcontractor, or consultant under contract with any public entity; and d) may not transact business with any public entity. 3.16. Non-discrimination Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this RFP. Furthermore, Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. 3.17. Conflict Of Interest, and Unethical Business Practice Prohibitions Proposer represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure the award of the Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind, contingent upon or in connection with, the award of the Contract. 3.18. Community Business Enterprise Requirements The City Manager or designee has made a written finding that deems the requirements of the Community Business Enterprise requirements set forth in Section 18-87(p), City Code, are not applicable to this Request for Proposals due to unique nature of the highly specialized work being required. The city manager or designee deems the requirements unfeasible prior to issuance of the competitive selection document in which case the requirements of this section will be stated as not being applicable in the competitive selection document; unfeasible prior to issuance of the Design -Build Services for the Dinner Key Marina 43 RFP No. 18-19-005 Repairs and Restoration Project competitive selection document in which case the requirements of this section will be stated as not being applicable in the competitive selection document; Please be advised that due to the foregoing determination this RFP has no Community Business Enterprise ("CBE") participation requirements. 3.19 Local Workforce Participation Requirements The City Manager or designee has made a written finding that Local Workforce Participation requirements set forth in Section 18-89(f), City Code, are not feasible for this RFP due to the unique nature of the highly specialized work being required. Please be advised that due to the foregoing determination this RFP has no Local Workforce Participation requirements. 3.20. Additional Terms and Conditions No additional terms and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Respondent's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. Design -Build Services for the Dinner Key Marina 44 RFP No. 18-19-005 Repairs and Restoration Project SECTION 4 INSTRUCTIONS FOR SUBMITTING A RESPONSE Submit the following information and documents with Proposer's Response to this RFP. Failure to do so may deem your Response non -responsive. Non -responsive submittals will receive no further consideration. 4.1. Submission Requirements Each Proposal (Step 1 and Step 2) must contain the documents and forms required by Sections 4.1.A and 4.1.B, as appropriate, each fully completed, and signed as required. Proposers shall prepare their Proposals utilizing the same format outlined below in Section 4.1.C. A tabbed divider identifying the corresponding section number shall separate each section of the Proposal as stipulated in 4.1.C. Proposers are not to submit any information in response to this RFP that has not been requested, or which the Proposer considers confidential. Submission of any confidential information will be deemed a waiver of any confidentiality or other such protection, which would otherwise be available to the Proposer, except as specifically permitted under Florida Statute. Proposers are not to include any documents not specifically required or requested, including, but not limited to; media and public relations literature, annual reports, pictures, etc. Such documentation will not be considered and will be redacted from the copies provided to the Evaluation Committee. The submission of such documentation may adversely affect the evaluation of the Proposal by the Evaluation Committee. Page limitations may be established for each City Form as well as other documents. Any pages submitted in excess of the page limitations will be redacted or removed and not provided to the Evaluation Committee. The font size and type for City Forms are set and cannot be changed. Proposer shall use the font style Times New Roman or Arial, with a font size of 11 or 12, with normal margins and spacing, for any other information or documents being submitted. The original Proposal document package must not be bound; however, spiral binding and binder clips are acceptable for the submission of the document copies. One (1) unbound original and six (6) copies in digital format (on CD-ROM or USB in .pdf file format) of the complete Step 1 (qualifications and experience only, from all interested Proposers) must be received by the Submission Due Date specified in this RFP. One (1) unbound original and six (6) copies in digital format (on CD-ROM or USB in .pdf file format) of the complete Step 2 (Technical and Price Proposals for Base and Additive Alternatives) must be received from teams shortlisted for oral presentations on a date to be determined at the appropriate time, and notified accordingly. The Price Proposal (Base and Additive Alternatives) must be submitted in a separate sealed envelope or package (refer to Section 1.2). Proposers should also make every effort to utilize recycled paper in preparing its proposal. Double -sided printing is permitted, provided that the Proposal complies with the format set forth in Sections 4.A and 4.C. Do not include additional information not requested in this RFP, unless specified in the form of an Addendum. This RFP requires the use and submission of specific City forms. These City forms shall not be expanded or altered. Additional pages may be added, unless the form specifically states that pages cannot be added. If applicable, additional pages must be labeled with the solicitation number and as a continuation of the City form(s). Failure to utilize the City Forms will result in the rejection of the Proposal as non- responsive. Design -Build Services for the Dinner Key Marina 45 RFP No. 18-19-005 Repairs and Restoration Project STEP 1 PROPOSAL (Open to all interested Proposers) The content and form of the Step 1 Proposal (Qualifications and Experience, only) should present a clear, comprehensive, and well -documented representation of the Proposer and the design - build team's qualifications and experience. The Proposer's Step 1 Proposal must demonstrate how the Design -Build team is qualified to meet or exceed the evaluation criteria described in Section 5(B), and how the team's past performance on similar projects may provide an understanding of how the Proposer is best suited to meet the challenges of the scope of work, as described in Section 2.0 RFP Scope of Services. The Step 1 Proposal must contain sufficient information to enable the Evaluation Committee to evaluate each of the criteria to be used in scoring the required minimum qualifications and experience. The Step 1 Proposal will be assigned a maximum of four hundred (400) points by each Evaluation Committee member. STEP 2 PROPOSAL (Open to Shortlisted Proposers, only) The content and form of the Step 2 Proposal (Technical Proposal + Price Proposal) should present a clear, comprehensive, and well -documented representation, understanding, and commitment of how the Proposer intends to implement and fulfill all line items listed in Section 2.0 RFP Scope of Services and the requirements of the Contract. It should also show clearly how the Proposer intends to administer, coordinate, and complete all requirements of the design - build Project with special emphasis on design quality control and construction quality assurance. The technical portion of the Proposal must contain sufficient information to enable the Evaluation Committee to evaluate each of the criteria to be used in scoring the Technical Proposals. The Technical Proposal and the Price Proposal will be assigned a maximum of three hundred (300) points individually by each Evaluation Committee member, for a total maximum score of six hundred (600) points. Innovative Approach Proposers should clearly understand the City's goals to restore the marina to operating condition as outlined in the Industry Day Presentation. The DCP outlines the "replacement -in -kind" approach in conjunction with required building code upgrades for the various construction trades. The City will be requesting reimbursement from funding sources including but not limited to, insurance and FEMA. Alternates are included in the line items of the bid forms that will improve the resiliency of the marina and utilities to future storms in accordance with FEMA guidelines for "mitigation." However, the City will consider innovative approaches that can reduce the time, cost, or other benefits or reduce the risk to the City. Innovative approaches should be limited to the Design - Build Firm's means and methods, approach to the Project, etc. A Proposer shall propose on the "base" proposal consistent with the DCP and the bid form, as well as on the Additive Alternatives 1 through 3. A. PROPOSAL FORMAT Required RFP forms for Section A - Articles 2-10 are available on the OCI website at: http://www.miamigov.com/capitalimprovements/paqes/ProcurementOpportunities/Protect Pages/RFP Forms.asp. Design -Build Services for the Dinner Key Marina 46 RFP No. 18-19-005 Repairs and Restoration Project STEP 1 - Qualifications of the Design -Build Team (Open to all Proposers) Table of Contents 1. Proposal Cover Letter (Form RFP-PCL, maximum 1 page) Proposer shall complete and submit Form RFP-PL for this section of the Response. 2. Proposal Narrative (Form RFP-PN, maximum 2 pages) Narrative is to explain the specific reasons why the Proposer is the most qualified and best choice to be awarded this Project. Proposer shall use RFP-N. 3. Qualifications of the Proposer (Form RFP-QE1 Proposer shall complete and submit Form RFP-QP for this section of its Proposal. The Proposer shall be licensed, registered, and a practicing General Contractor or Marine Contractor, authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal), as of Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted which demonstrates the Proposer's ability to satisfy all of the minimum qualification requirements identified in Section 3.5, "Minimum Qualification Requirements." Proposers must disclose, in detail, any and all judgments, suits, claims, arbitrations, and back charges asserted or awarded against the Proposer or any proposed Sub- Consultant/Sub-Contractor in the past seven (7) years where the threshold exceeded one hundred thousand dollars ($100,000). Proposals that do not contain such documentation may be deemed non -responsive. No company brochures are to be included as part of the Proposal (1 form — 3 pages maximum). 4. Experience of the Proposer (Form RFP-EP) Proposer shall complete and submit Form RFP-EP for this section of its Proposal to provide a comprehensive summary of the Proposer's experience and qualifications in providing services of equal or greater scope, size, and complexity that best represent its ability to complete the Project. The Proposer MUST have served as General Contractor or Marine Contractor and have the minimum experience required in Section 3.5, "Minimum Qualification Requirements," above. Proposers shall submit referenced projects including: client name, address, phone number, description of work, the year the project was commenced and completed, total construction cost, the number of full time personnel assigned to the project, and the total value of the project in terms of the entire cost, including design. Failure to submit the three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities within the past eight (8) years, shall result in a non -responsive determination for the Proposal. 5. Qualifications of the Lead Engineer/Design Manager (Form RFP-QLE) Proposer shall complete and submit Form RFP-QLE for this section of its Proposal. The Lead Engineer/Design Manager shall be a licensed, registered, and practicing engineering firm authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity), as of Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted which demonstrates the Lead Engineer/Design Design -Build Services for the Dinner Key Marina 47 RFP No. 18-19-005 Repairs and Restoration Project Manager's ability to satisfy all of the minimum qualification requirements identified in Section 3.5, "Minimum Qualification Requirements." 6. Experience of the Lead Engineer/Design Manager (Form RFP-ELE) Proposer shall complete and submit Form RFP-ELE for this section of its Proposal to provide a comprehensive summary of the Lead Engineer/Design Manager's experience and qualifications in providing services of equal or greater scope, size, and complexity that best represent its ability to complete the design portion of the Project. The Lead Engineer/Design Manager MUST have the minimum experience required in Section 3.5, "Minimum Qualification Requirements," above. Lead Engineer/Design Manager shall submit referenced projects including: client name, address, phone number, description of work, the year the project was commenced and completed, total design fees paid, the number of full time personnel assigned to the project, and the total value of the project in terms of the entire cost. Failure to submit the three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities, within the past eight (8) years, shall result in a non -responsive determination for the Proposal. 7. Qualifications of Key Personnel (Forms as Shown Below) Proposers shall complete and submit a resume for each position shown below, which reflects their relevant expertise and experience (Maximum 1 page per individual). In addition, Proposers shall submit three (3) completed projects for each Key Personnel, in order to demonstrate that the individuals listed below meet the minimum experience and qualification requirements identified in Section 3.5, "Minimum Qualification Requirements," above. Information provided on these forms shall support the projects/experience included in the Key Personnel resumes: • Form RFP-EPM for the Project Manager; • Form RFP-ECM for the Construction Manager; • Form RFP-ESE for the Structural Engineer; • Form RFP-EFPE for the Fire Protection Engineer; • Form RFP-EPLE for the Plumbing Engineer; • Form RFP-EELE for the Electrical Engineer • Form RFP-ESI for the Special Inspector; • Form RFP-EQC for the Quality Assurance/Quality Control Manager; • Form RFP-EUC for the Utility Coordination Manager; and • Form RFP-EHSM for the Health and Safety Manager If additional space is necessary, Proposers may use a separate page and shall identify the applicable form appropriately. Where the City does not provide specific forms to be utilized, the Proposer shall provide the information in a format acceptable to the City. 8. List of Similar Projects Provide a listing of where Key Personnel have worked together previously on projects of a similar scope and complexity. Identify the Key Personnel who worked together. Identify the project(s), the names of the personnel, their title, and role in the project, and if the work was performed while working with or for another firm. Provide the Design -Build Services for the Dinner Key Marina 48 RFP No. 18-19-005 Repairs and Restoration Project project description(s), a brief description of the scope, and the final cost of the Project (Maximum 1 page for this listing). 9. List of Governmental Projects Provide a listing of governmental projects requiring funding and reporting compliance (e.g., grants, loans, etc.) (Maximum 1 page for this listing). 10. Proposer's Organizational Chart Organization chart of the Project Team indicating Key Personnel and their relationship(s). 11. Form C-1 List of Subconsultants/Subcontractors 12. Insurance Capability Letter 13. Letter from Bonding Surety 14. Joint Venture Form (if applicable) 15. Acknowledgement of Addenda, Reference Documents, and Proposer Information Forms (Section 6.0) and Attachments ■ Signed Addenda ■ RFP Information Forms ■ Certificate of Authority ■ Debarment and Suspension Forms, Acknowledgement of Reference Documents, Exhibits and Attachments Note: OSHA HAZWOPEAR 40 hour Course training (that meets 29 CFR 1910.120) is a requirement if the project, and as such, proof of completion for both the 40-hour training and any subsequent annual 8-hour refresher training is required. STEP 2 — Technical Proposal of the Design -Build Team (Open to Shortlisted Teams) ENVELOPE 1 Table of Contents 1. Design and Construction Approach and Process Proposer shall complete and submit Form RFP-DCAP for this section of its Response. Proposers shall demonstrate how the project will be implemented with requirements pursuant to the intended Design -Build Contract. The Proposers shall demonstrate knowledge of the project objectives/goals and existing field conditions, identify potential design and construction/build issues, and present a comprehensive plan for completing the specified work established in Section 2.0 RFP Scope of Services. The Response should demonstrate efficient use of manpower, materials, equipment, design methodology, construction methodology, and techniques for completing the project efficiently within the constraints outlined in Section 2.0 - RFP Scope of Services and the attached Contract. Design -Build Services for the Dinner Key Marina 49 RFP No. 18-19-005 Repairs and Restoration Project 2. Technical Capabilities and Methodology Proposer shall complete and submit Form RFP-T for this section of its Response. Provide a comprehensive explanation of the Project Team's technical capabilities in the following areas and how they specifically apply to and will be utilized for this Project: • Value Engineering - Describe approach to reducing overall project costs and minimizing project schedule used in determining the Proposer's Price Proposal. Describe the operational, material quality, technical and/or cost benefit to incorporating value -engineered items. • Quality Control and Quality Assurance - (Design and Construction): Document the policies and procedures for quality control and assurance as it specifically relates to Section 2.0 RFP Scope of Services. Describe other management procedures to ensure that the design and construction complies with City of Miami standards, permitting agency requirements, profession/industry standards, and any other pertinent requirements. • Coordination - Address processes for assuring proper coordination, including MOT, pedestrian and marina customer safety, is maintained at all times during the Project. At a minimum, the coordination plan shall include coordination with the following: ❖ City of Miami Office of Capital Improvements ❖ City of Miami DREAM (marina management) ❖ DERM ❖ FDEP ❖ USACE ❖ Utility Owners including, but not limited to, FPL and Miami -Dade County WASD ❖ Sub-consultants/Sub-contractors/Suppliers ❖ Adjacent Property Owners and projects ❖ Others 3. Project Schedule The Proposer shall demonstrate adequacy of their proposed project schedule. Identify the "Critical Path" and any "Long Lead Time" items. The schedule shall reflect 14 days for each City review, and must fit on an 8 1/2" X 14" page. Based on the proposed project schedule, the Proposer shall provide a project spend down curve. The spend down curve shall fit on an 8 1/2" X 14" page. 4. Professional Licenses 5. State of Florida Corporate Certificate/s 6. Business Tax Receipt/s Design -Build Services for the Dinner Key Marina 50 RFP No. 18-19-005 Repairs and Restoration Project ENVELOPE 2 (Separate from Technical Proposal) 1. Price Proposal Form (shall be submitted in a separate sealed envelope or package; refer to Section 2B above for submission of Price Proposal) 1.1 Submission of Price Proposal The Price Proposal shall be submitted in a separate sealed envelope concurrent with the submittal of the Technical Proposal, utilizing the Price Proposal Form. The Price Proposal shall consist of line item costs for design and construction of the project described in Section 2.0 - RFP Scope of Services, supported by separate costs for design and construction. The Price Proposal shall be based upon and include any and all costs or expenses to be incurred by the Proposer in completing all aspects of the design - build Project, including but not limited to design, plans approval, permitting, construction, certification, close-out and start-up of the Project. The Price Proposal, in addition to all direct costs and expenses, shall include all other costs and expenses including but not limited to such costs as the Proposer's general, administrative and overhead costs; project management and supervisory costs; all fees, charges and taxes; labor, direct and indirect payroll costs; insurance and bond costs; cost of equipment, material, tools and transportation; and operating margin (profit). Price Proposals are submitted for the purposes of determining the Successful Proposer and establish the maximum potential value of the Contract to be awarded by the City. The City, at its sole discretion, may conduct further negotiations to determine the final value of the Contract to be awarded and may request a detailed proposed schedule of values based on the Price Proposal. Price Proposals shall be submitted in separate sealed envelopes or containers from the Base Proposal and the Additive Alternatives Proposal. Envelopes must be clearly marked to identify each Proposal. 1.2 Proposal Errors Where Price Proposal Forms have erasures or corrections, the Proposer must initial each erasure or correction in ink. In case of unit Price Proposal items, if an error is committed in the extension of an item, the written unit price as shown on the Price Proposal Form will govern. Errors between any sum, computed by the Proposer and the correct sum will be resolved in favor of the correct sum. Any discrepancy between words and numbers will be resolved in favor of the written word. Use of any other forms will result in the rejection of the Response as non -responsive. 1.3 Cost and Pricing Data The City may require the successful Proposer to provide, for itself, Subconsultant(s), and Subcontractor(s), any or all of the following documentation to support the Price Proposal as a condition precedent to execution of a Contract. • Current audited financial statement(s) for the most recently completed fiscal year clearly showing the costs (not percentage) of direct labor, indirect labor, fringe benefits, general administrative costs and overhead and a statement of profit or operating margin requested. Design -Build Services for the Dinner Key Marina 51 RFP No. 18-19-005 Repairs and Restoration Project ■ Raw labor rates by labor or professional classification certified as accurate by an officer of the company. ■ Breakdown of the fee by task/labor classification and raw or billable hourly rate/number of hours. ■ Scope of work and fee proposal from each Subcontractor supporting the above summary, on Subcontractor's letterhead. The Scope of Work for each Subcontractor must support the Scope of Work of the Contract. ■ Updated information reflecting information resulting from negotiation of the Contract. ■ Copy of current Florida Department of Transportation (Notice of Qualification). 1.4 Evaluation of Price Proposal The Price Proposal submission will be assigned a maximum of three hundred (300) points by each Evaluation Committee member. The Price Proposal will be evaluated in the following manner: a. The responsive Proposal with the lowest total Price Proposal will be given the full weight as identified above. b. Every other Response will be given points proportionally in relation to the lowest price. This point total will be calculated by dividing the lowest price by the total price of the Price Proposal being evaluated with the result being multiplied by the maximum weight for the price to arrive as a cost score of less than the full score for price. See both examples below: Example 1: Price Score = (Lowest Price Proposed) / (Proposer's Proposed Price) X (Total Points for Price) Example 2: ($250,000 [lowest price proposed]) / ($320,000 [other Proposer's proposed price]) X (300 [total points for price]) = 234.38 - Price Score out of a maximum 300 points. Failure of the Proposer to provide all of the required pricing detail may be cause for rejection of the Proposal as non -responsive, or Price Proposal not evaluated, resulting in zero ("0") points. 2. Price Proposal Bond (shall be submitted in the same envelope or package containing the Price Proposal Form.) B. RESPONSE SUBMISSION FORMAT Technical Proposals shall be prepared and submitted in the following format and in the stated order. Failure to comply with this format may result in the Response being determined non -responsive. STEP 1 - Qualifications of the Design -Build Team (Open to all Proposers) Table of Contents 1. RFP-PCL — Proposal Cover Letter 2. RFP-PN — Proposal Narrative 3. RFP-QP — Qualifications of Proposer Design -Build Services for the Dinner Key Marina 52 RFP No. 18-19-005 Repairs and Restoration Project 4. RFP-EP — Experience of Proposer 5. RFP-QLE — Qualifications of Lead Engineer/Design Manager 6. RFP-ELE — Experience of Lead Engineer/Design Manager 7. RFP-EKP — Experience of Team's Key Personnel (plus Resumes showing qualifications) ■ Project Manager ■ Construction Manager ■ Structural Engineer ■ Fire Protection Engineer ■ Plumbing Engineer ■ Electrical Engineer ■ Special Inspector(s) — as required for each trade ■ Quality Assurance/Quality Control (QA/QC) Manager ■ Utility Coordination Manager ■ Health and Safety Manager 8. List of similar projects where Key Personnel have worked together previously 9. Listing of governmental projects requiring funding and reporting compliance (e.g., grants, loans, etc.) 10. Proposer's Organizational Chart 11. Form C-1 - List of Subconsultants/Subcontractors 12. Insurance Capability Letter 13. Letter from Bonding Surety 14. Joint Venture Form (if applicable) 15. Acknowledgement of Addenda and Proposer Information Forms (Section 6.0) STEP 2 — Technical Proposal of the Design -Build Team (Open to Shortlisted Teams) ENVELOPE 1 Table of Contents 1. RFP-DCAP — Design and Construction Approach and Process 2. RFP-TCM — Technical Capabilities and Methodology 3. Project Schedule 4. Professional Licenses 5. State of Florida Corporate Certificate 6. Business Tax Receipt(s) ENVELOPE 2 1. Price Proposal Form shall be submitted in a separate sealed envelope or package (Refer to Section 2B above for submission of Price Proposal) 2. Price Proposal Bond shall be submitted in the same envelope or package containing the Price Proposal Form. Design -Build Services for the Dinner Key Marina 53 RFP No. 18-19-005 Repairs and Restoration Project On November 29, 2018, by 3:00 p.m., one (1) unbound original and six (6) copies in digital format (on CD-ROM or USB in .pdf file format) of the complete Step 1 Proposal (qualifications and experience only, from all interested Proposers) must be timely delivered to: Mr. Todd Hannon, City Clerk City of Miami Office of the City Clerk 3500 Pan American Drive, First Floor Miami, Florida 33133 Responses must be clearly marked on the outside of the package(s) referencing: RFP No. 18-19-005 DESIGN -BUILD SERVICES FOR THE DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT Responses received at any other location than the aforementioned or after the Response Submission Date and Time shall be deemed non -responsive and shall not be considered. Responses should be signed by an official authorized to bind the Proposer to the provisions given in the Response. Responses are to remain valid for at least 180 days. Upon award of a Contract, the contents of the Response of the Successful Proposer(s) may be included as part of the Contract, at the City's discretion. After Step 1 is completed, and at the discretion of the Evaluation Committee, shortlisted Proposers will be invited to submit a complete Step 2 Proposal, inclusive of a Technical Proposal and a Price Proposal (Base Proposal plus Additive Alternatives 1 thru 8). Shortlisted Proposers must submit their Price Proposal in a separate envelope. A Price proposal must be submitted for each proposal submitted (Base Proposal plus Additive Alternatives). C. SUBMITTAL GUIDELINES a. General Only one (1) Response from an individual, firm, partnership, corporation, business entity, or joint venture will be considered in response to this RFP. Sub -consultants or Sub -Contractors may be included in more than one Response submitted by more than one Proposer. A firm, partnership, corporation, or joint venture that submits a Response may not be a Sub -consultant on another Response submitted under this RFP. Joint venture firms must complete and submit with their Response the form titled "Information for Determining Joint Venture Eligibility" and submit a signed copy of the formal agreement between all joint -venture parties. This joint venture agreement must indicate their respective roles, responsibilities, and levels of participation for the Project. Failure to timely submit the joint venture form, along with an attached written, signed copy of the joint venture agreement may result in disqualification of your Response. Respondent must clearly reflect in its Response any Sub -Consultants proposed to be used, and provide for the Sub -Consultant the same information required of the Respondent. The City retains the right to accept or reject any proposed Sub - Consultants. Design -Build Services for the Dinner Key Marina 54 RFP No. 18-19-005 Repairs and Restoration Project Throughout this RFP, the phrases "must" and "shall" will denote mandatory requirements. Any Response that does not meet the mandatory requirements is subject to immediate disqualification. It is the policy of the City that the Successful Proposers register as a Bidder/Vendor indicating the commodities/services, which the Proposer can regularly supply to the City. Should the Successful Proposer not be currently listed on the City's Proposer/bidder's list, they may register via the internet at: http://www.miam igov.com/Procurement/paqes/SupplierCorner/default.asp. For any questions, contact the Department of Procurement at (305) 416-1902 or via email at FPonassi(a�miamigov.com. Proposers shall be registered as a Bidder/Vendor prior to submitting its Response. It is the sole responsibility of the Proposer(s) to insure that they are properly registered with the City. Design -Build Services for the Dinner Key Marina 55 RFP No. 18-19-005 Repairs and Restoration Project SECTION 5 EVALUATION/SELECTION PROCESS A. EVALUATION PROCEDURES AND CONTRACT AWARD The procedure for response evaluation and selection is as follows: 1. Request for Proposals issued. 2. Receipt of Step 1 Responses (Qualifications and Experience of the Design -Build Team). 3. Preliminary review of each Step 1 Proposal by Procurement staff and the Design Criteria Professional for compliance with the submission requirements of the RFP, including verification that each Response includes all required documents. Proposals may be found responsive or non -responsive upon completion of preliminary review. 4. Review and due diligence on each Step 1 Proposal performed by Procurement Staff, for compliance with the submission requirements of the RFP, including verification that each Response includes all required documents. Proposals shall be found responsive or non -responsive upon completion of the review and due diligence efforts. 5. The Committee, appointed by the City Manager, is comprised of appropriate City staff and members of the community, as deemed necessary, with the appropriate technical expertise and/or knowledge. The Evaluation Committee (Committee) shall meet to evaluate each responsive Step 1 Proposal (Qualifications and Experience of the Design -Build Team) in accordance with the requirements of the RFP, and based upon the evaluation criteria specified herein. 6. Upon completion of the Committee's evaluation of each responsive Technical Proposal, and provided that more than three (3) responsive Proposals were received, the three top ranked Proposers, at a minimum, will be requested to make oral presentations to the Committee as part of the evaluation process. The Committee may invite only the shortlisted firms to make a presentation. The presentation will be scheduled at the convenience of the Committee, and shall be recorded. 7. Shortlisted Proposers, as applicable, will be invited to submit Step 2 Responses (Technical Proposal and Price Proposal). 8. Opening of Step 2 Responses (Technical Base Proposal and Additive Alternatives Proposals), and listing of all Responses received. 9. Preliminary review of each Technical Proposal (Base Proposal and Additive Alternatives) by Procurement staff for compliance with the submission requirements of the RFP, including verification that each Response includes all required documents. Proposals may be found responsive or non -responsive upon completion of preliminary review. 10. Initial review of each Technical Proposal by Design Criteria Professional, who will prepare a report for the Committee. This report will be used in conjunction with the written Technical Proposal at time of review by the Committee. Design -Build Services for the Dinner Key Marina 56 RFP No. 18-19-005 Repairs and Restoration Project 11. Review and due diligence on each Step 2 Proposal performed by Procurement Staff, to confirm that the Proposer's Team is qualified to render the required services in accordance with the requirements of the RFP. 12. The Committee shall meet to evaluate, score, and rank each responsive Technical Proposal (Base Proposal and Additive Alternatives) in accordance with the requirements of the RFP, and based upon the evaluation criteria specified herein. 13. Subsequent to completing oral presentations, the sealed Price Proposal envelopes will be opened by Procurement staff at the Committee meeting. 14. Procurement staff will calculate the score for each Price Proposal remaining in consideration, in accordance with the methodology stated in Section 4. Technical Scores, in addition to the Price Scores, will be tallied for each Proposal, and the composite scores will be given to the Committee. 15. The Committee reserves the right to rank the Proposals, and will forward its recommendation of the highest ranked, responsive, and responsible Proposer to the City Manager, inclusive of the ranking of all Proposals, requesting the authorization to negotiate. No Proposer shall have any rights against the City arising from such negotiations. 16. After considering the recommendation of the Committee, the City Manager reserves the right to reject the Committee's recommendations to negotiate, and instruct the Committee to re-evaluate and make another recommendation, provide additional information as to the ranking of the Proposals, or reject all Proposals and cancel or re -issue the solicitation. No Proposer shall have any rights against the City arising from such termination thereof. 17. If the City Manager accepts the Committee's recommendations to negotiate, Procurement and a Negotiation Committee composed by three (3) members of the Evaluation Committee will negotiate the final contract with the Successful Proposer. Upon successful negotiation of a Contract, Procurement will submit a recommendation to award a contract to the City Manager. The City Manager will then submit his or her award recommendation and negotiated contract to the City Commission for approval. Written notice shall be provided to all Proposers. 18. In the event that Procurement is unable to successfully negotiate a Contract with the top ranked Proposer, Procurement will recommend to the City Manager that such negotiations be terminated, and that Procurement and the Negotiation Committee enter into negotiations with the next highest ranked Proposer, and so forth, until a Contract is negotiated. 19. If the City Manager accepts the award recommendation, the City Manager's recommendation for award of the contract will be posted, in rank order, on the OCI webpage: http://www. miamigov.com/Capital Improvements/pages/ProcurementOpportunities/ Default.asp. 20. After reviewing the City Manager's recommendation, the City Commission may: a) Approve the City Manager's recommendation and negotiated contract(s); b) Reject the contract and all Proposals; Design -Build Services for the Dinner Key Marina 57 RFP No. 18-19-005 Repairs and Restoration Project c) Reject all Proposals and instruct the City Manager to enter into competitive negotiations with at least three firms possessing the ability to perform such services, and obtain information from said firms relating to experience, qualifications, and the proposed price for said services; and/or d) Re -solicit new proposals for the services, and make a recommendation to the City Commission. The decision of the City Commission shall be final. Written notice of the award shall be given to the Successful Proposer. B. EVALUATION CRITERIA Review of Responses for Responsiveness: Each Proposal (Base Proposal and Additive Alternatives) will be reviewed to determine if the proposal is responsive to the submission requirements outlined in the RFP. A responsive proposal is one that follows the requirements of this RFP, includes all documentation, is submitted in the format outlined in this RFP, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non -responsive. Evaluation Criteria: Responses will be evaluated and ranked by an Evaluation Selection Committee (Committee) based on the criteria listed below. The five (5) member Committee will be comprised of appropriate City personnel and members of the community as deemed necessary, with the appropriate experience and or knowledge, striving to ensure that the Committee is balanced. The criteria are itemized with their respective weights for a maximum of one thousand (1,000) points per Committee member. Criteria Step 1 Points 1 Qualifications and Experience of the Team 100 2 Proposer's Qualifications and Experience 100 3 Qualifications of Project Manager and Construction Manager 100 4 Past Performance of the Firms 100 Subtotal Maximum Step 1 Points 400 Criteria Step 2 1 Design & Construction Approach and Process 100 2 Contract and Financial Compliance 100 3 Technical Capabilities 100 8 Price 300 Subtotal Maximum Step 2 Points 600 Total Maximum Points 1,000 Design -Build Services for the Dinner Key Marina 58 Repairs and Restoration Project RFP No. 18-19-005 SECTION 6 RFP RESPONSE FORMS 6.1. RFP INFORMATION FORM RFP NO. 18-19-005 I certify that any and all information contained in this RFP is true. I certify that this RFP is made without prior understanding, agreement, or connections with any corporation, firm, or person submitting an RFP for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFP, and certify that I am authorized to sign for the Proposer's firm. Please print the following and sign your name: Firm's Name Principal Business Address Telephone Fax E-mail address Name Title Authorized Signature Design -Build Services for the Dinner Key Marina 59 RFP No. 18-19-005 Repairs and Restoration Project 6.1.a - CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Board of Directors of , a corporation existing under the laws of the State of , held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that , as President of the Corporation, be and is hereby authorized to execute the Response dated, , 20 , to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this , day of , 20 . Secretary: (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Design -Build Services for the Dinner Key Marina 60 RFP No. 18-19-005 Repairs and Restoration Project 6.1.b - CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of , held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Response dated, 20 , to the City of Miami and this Partnership and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Design -Build Services for the Dinner Key Marina 61 RFP No. 18-19-005 Repairs and Restoration Project 6.1.c - CERTIFICATE OF AUTHORITY (IF JOINT -VENTURE) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that, as of the Joint Venture be and is hereby authorized to execute the Response dated, 20 , to the City of Miami official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FOR MAY DISQUALIFY YOUR RESPONSE Design -Build Services for the Dinner Key Marina 62 RFP No. 18-19-005 Repairs and Restoration Project 6.1.d - CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY CORPORATION) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of , held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that, as of the Limited Liability Corporation be and is hereby authorized to execute the Response dated, 20 , to the City of Miami official act and deed of this Limited Liability Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Design -Build Services for the Dinner Key Marina 63 RFP No. 18-19-005 Repairs and Restoration Project ,_,,. id N 6.1.e - CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) STATE OF SS: COUNTY OF I HEREBY CERTIFY that as an individual, I (Name of Individual) and as a d/b/a (doing business as) (if applicable) exist under the laws of the State of Florida. "RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby authorized to execute the Response dated, , 20 , to the City of Miami as an individual and/or d/b/a (if applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act and deed of this attestation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this , day of , 20 . NOTARY PUBLIC: Commission No.: I personally know the individual/do not know the individual (Please Circle) Driver's License # (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Design -Build Services for the Dinner Key Marina 64 RFP No. 18-19-005 Repairs and Restoration Project 6.3 DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of City contracts. The debarment shall be for a period of not fewer than three (3) years. The City Manager shall also have the authority to suspend a contractor or Design - Build Firm from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state, or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Design -Build Services for the Dinner Key Marina 65 RFP No. 18-19-005 Repairs and Restoration Project Company Name: Signature: Date: *ADDITIONALLY, THIS FORM IS REQUIRED OF ALL SUB CONSULTANTS LISTED ON THE RESPONDENT'S TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FIRM SHALL BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. Design -Build Services for the Dinner Key Marina 66 RFP No. 18-19-005 Repairs and Restoration Project The selected firm is required by State and/or Federal law to make representations and certifications listed in Section 2.0 — RFP Scope of Services ("Exhibit A") as part of the Proposal and Contract upon award. It is understood by the firm that the representations and certifications made herein are a part of the Contract and that, in addition to all other remedies provided by law, a false or fraudulent representation or certifications shall be a breach of Contract. The firm certifies by completing and signing below, that he or she has read Section 2.0 — RFP Scope of Services and the certified signature constitutes an endorsement and execution of each representation and certification as though each was individually signed. Please print the following and sign your name: Firm's Name Principal Business Address Telephone Fax E-mail address Name Title Authorized Signature FAILURE TO PROPERLY EXECUTE THESE REPRESENTATIONS AND CERTIFICATIONS MAY RESULT IN THE FIRM'S PROPOSAL BEING REJECTED. Design -Build Services for the Dinner Key Marina 67 RFP No. 18-19-005 Repairs and Restoration Project RFP RESPONSE FORMS RFP NO. 18-19-005 I certify that any and all information contained in this RFP is true. I certify that this RFP is made without prior understanding, agreement, or connections with any corporation, firm, or person submitting an RFP for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFP, and certify that I am authorized to sign for the Proposer's firm. I certify that I have accepted, evaluated, and included as part of this RFP, all documents, forms, and attachments. Please print the following and sign your name: Firm's Name Principal Business Address Telephone Fax E-mail address Name Title Authorized Signature FAILURE TO PROPERLY EXECUTE THESE REPRESENTATIONS AND CERTIFICATIONS MAY RESULT IN THE FIRM'S PROPOSAL BEING REJECTED. Design -Build Services for the Dinner Key Marina 68 RFP No. 18-19-005 Repairs and Restoration Project 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 Certificate of Compliance with Ordinance 13331 on behalf of Proposer Firm named therein in favor of the City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by Design -Build Services for the Dinner Key Marina 69 RFP No. 18-19-005 Repairs and Restoration Project Information for Determining Joint Venture Eligibility If the Respondent is submitting as a joint venture, please be advised that this form (2 pages) MUST be completed and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. All MUST requirements are mandatory. Failure to comply will result in disqualification of the Proposal as non -responsive. 1. Name of joint venture: 2. Address of joint venture: 3. Phone number of joint venture: 4. Identify the firms that comprise the joint venture: 5. Describe the role of the MBE firm (if applicable) in the joint venture: 6. Provide a copy of the joint venture's written contractual agreement. 7. Control of and participation in this Agreement. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-day management and policy decision -making, including, but not limited to, those with prime responsibility for: (a) Financial decisions: (b) Management decisions, such as: (1) Estimating: (2) Marketing and sales: (3) Hiring and firing of management personnel: (4) Purchasing of major items or supplies: (c) Supervision of field operations: NOTE: If, after filing this form and before the completion of the joint venture's work on the Subject Contract, there is any significant change in the information submitted, the Joint Venture must inform the City in writing. Design -Build Services for the Dinner Key Marina 70 RFP No. 18-19-005 Repairs and Restoration Project AFFIDAVIT "The undersigned swear or affirm that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to the City current, complete, and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venturer relevant to the joint venture, by authorized representatives of the City. Any material misrepresentation will be grounds for terminating any Contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm: Name of Firm: Signature: Signature: Name: Name: Title: Title: Date: Date: Design -Build Services for the Dinner Key Marina 71 RFP No. 18-19-005 Repairs and Restoration Project Titv of 4ElFliami ADDENDUM No. 4 December 4, 2018 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. CLARIFICATIONS: 1. A new Specific Purpose Survey, prepared by Olin Hydrographic Solutions, Inc., dated 8/16/18, is included as part of this addendum. 2. Contrary to what is indicated on pages 52 and 53 of the RFP document, the Price Proposal Bond (Bid Bond) shall be submitted within the contents of Step 2 Proposal, Envelope 1, Technical Proposal. Step 2 Proposal, Envelope 2 must contain the Price Proposal Form, only. 3. All updated documents can be downloaded at http://www.ci.miami.fl.us/MiamiCapital/NewBidsandProposals.html. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Department of Procurement, City of Miami S]PIEC!IF1 lam, PURPOSIE SUR V UPI ,AND BOUNDARY Y LOCATION SKETCH II I - _ CN ` CENTER IiNE � ARTHUS II Nap • I 1 \� I I OII W a \04 x?7 7 �N LL I W m 3 L= 30.73 R=45.07 A=39'03'58" 0. L= 66.42 R=85.28 A=44'37'39" S75' 19' 03"E 12.27- PORTION OF TRACT A P.B. 34 PAGE 2 HISTORIC NORTHEASTERLY RIGHT-OF-WAY LINE N 00'00'00"E 63.10 POINT OF COMMENCEMENT SW COR, NW 1/4 22-54S-41 E CENTER LINE OF RIGHT-OF-WAY PAN AMERICAN DRIVE HISTORIC SOUTHWESTERLY RIGHT-OF-WAY LINE POINT OF BEGINNING N90' 00' 00"E 30.00 N0' 00' 00"E 133.58 KENNETH MYERS PARK S88' 52' 02"W 8.55 3385 PAN AMERICAN DR S44' 22' 00"E 342.91 TIIF DISCLAIMER 309468 DOCUMENT ID 30476 FILE NUMBER 4917 BISCAYNE BAY 3377 CHARTHOUSE DR BISCAYNE BAY S43' 47' 00"E 399.97 TIIF DISCLAIMER 309468 DOCUMENT ID 30476 FILE NUMBER 4917 TIIF CORRECETIVE DEED 311303 DOCUMENT ID 19448 FILE NUMBER 0000 N44' 20' 34"W 528.19 N43' 47' 00"W 235.56 11111 II 11 1 BISCAYNE BAY 11 11 11 11 II 11 11 11 II 11 11 11 11 11 11 11 11 11 11 11 11 11 11 11 11 11 1 11111 11 11 11 II 11 11 11 11 II II 11 t 0 rt II II II II BISCAYNE BAY BISCAYNE GRAPHIC SCALE 80 0 40 80 160 1 inch = 100 ft. CLIENT Moffatt & Nichol 2937 SW 27th AVENUE Suite 101A Coconut Grove, Florida 33133 SURVEYORS CERTIFICATION; I HEREBY CERTIFY THAT TO THE BEST OF MY KNOWLEDGE AND BELIEF THAT THE ATTACHED "SPECIFIC PURPOSE SURVEY" IS TRUE AND CORRECT. I FURTHER CERTIFY THAT THIS SURVEY MEETS THE STANDARDS OF PRACTICE SET FORTH BY THE FLORIDA BOARD OF PROFESSIONAL SURVEYORS AND MAPPERS, SET FORTH IN CHAPTER 5J-17 OF THE FLORIDA ADMINISTRATIVE CODE, PURSUANT TO SECTION 472.027 OF THE FLORIDA STATUTES. TI VOTHY IV VIAYE, License #7022 DSM FT. NAPLES KEY WEST SHEET KEY SOUTH FLORIDA rea:. PIERCE TUART 1,K KEECHOBE1JUPITER WEST PALM BEACH BOCA RATON 1 1'ia MIAMI NOT TO SCALE FORT LAUDERDALE PROJECT LOCATION SHEET 2 SHEET 1 LEGAL DESCRIPTION (UPLAND): COMMENCE AT THE SOUTHWEST CORNER OF THE NORTHWEST 1/4 OF SECTION 22, TOWNSHIP 54 SOUTH, RANGE 41 EAST, MIAMI DADE COUNTY, FLORIDA; THENCE NORTH 00°00'00" EAST ALONG SAID SECTION LINE FOR 63.10 FEET TO A POINT; THENCE NORTH 90°00'00" EAST FOR 30.00 FEET TO THE POINT OF BEGINNING OF THE FOLLOWING DESCRIBED PARCEL OF LAND: THENCE NORTH 38°42'00" EAST ALONG A LINE PARALLEL WITH AND 44.00 FEET SOUTHWESTERLY OF, AS MEASURED AT RIGHT ANGLES TO THE NORTHWESTERLY LINE OF "TRACT A" DINNER KEY, AS RECORDED IN PLAT BOOK 34, AT PAGE 2, OF THE PUBLIC RECORDS OF MIAMI DADE COUNTY, FLORIDA, FOR 922.70 FEET TO A POINT ON THE NEXT DESCRIBED CURVE, SAID POINT BEARING NORTH 20°14'38" EAST FROM THE RADIUS POINT OF SAID CURVE; THENCE SOUTH AND SOUTHEASTERLY ALONG A CIRCULAR CURVE TO THE RIGHT, CONCAVE TO THE SOUTHWEST, HAVING A RADIUS OF 45.07 FEET AND A CENTRAL ANGLE OF 39°03'58" FOR AN ARC DISTANCE OF 30.73 FEET TO A POINT OF TANGENCY; THENCE SOUTH 30°41'24" EAST ALONG THE EASTERLY LINE OF SAID "TRACT A" DINNER KEY, ACCORDING TO THE PLAT THEREOF AS RECORDED IN PLAT BOOK 34, AT PAGE 2 OF THE PUBLIC. RECORDS OF MIAMI DADE COUNTY, FLORIDA FOR 196.76 FEET TO A POINT OF CURVATURE; THENCE SOUTHEASTERLY ALONG A CIRCULAR CURVE TO THE LEFT, CONCAVE TO THE NORTHEAST, HAVING A RADIUS OF 85.28 FEET AND A CENTRAL ANGLE OF 44°37'39" FOR AN ARC DISTANCE OF 66.42 FEET TO POINT OF TANGENCY; THENCE SOUTH 75°19'03" EAST FOR 12.27 FEET; THENCE SOUTH 15°12'57" WEST FOR 267.44 FEET; THENCE SOUTH 44°22'00" EAST FOR 342.91 FEET; THENCE NORTH 87°54'15" EAST FOR 182.30 FEET; THENCE SOUTH 43°47'00" EAST FOR 399.97 FEET; THENCE SOUTH 45°29'25" WEST FOR 385.78 FEET; THENCE NORTH 43°47'00" WEST FOR 235.56 FEET; THENCE SOUTH 45°23'51" WEST FOR 690.88 FEET; THENCE NORTH 44°20'34" WEST FOR 528.19 FEET; THENCE SOUTH 88°52'02" WEST FOR 8.55 FEET; THENCE NORTH 12°55'00" WEST FOR 379.71 FEET; THENCE NORTH 00°00'00" EAST FOR 133.58 FEET TO THE POINT OF BEGINNING. CONTAINING 24.64 ACRES, MORE OR LESS. THERE MAY BE ADDITIONAL RESTRICTIONS AND DEDICATIONS THAT ARE NOT SHOWN ON THIS SURVEY AND MAY BE FOUND IN THE PUBLIC RECORDS OF THIS COUNTY. SURVEYOR'S NOTES: 1. THIS IS A SPECIFIC PURPOSE SURVEY. 2. THE PURPOSE OF THIS SURVEY IS IS TO UPDATE EXISTING SITE TOPOGRAPHY, DISPLAY THE BOUNDARY OF DINNER KEY MARINA AND THE ADJACENT SUBMERGED LAND LEASE AND LOCATE THE ABOVE GROUND UTILITIES ON THE PIERS AND ADJACENT UPLANDS OF DINNER KEY MARINA. 3. THIS IS NOT A BOUNDARY SURVEY. 4. THE HORIZONTAL DATUM FOR THE PROJECT IS THE NORTH AMERICAN DATUM OF 1983/2011 ADJUSTMENT (NAD83/2011), FLORIDA EAST ZONE 0901. 5. THE VERTICAL DATUM FOR THE PROJECT IS THE NORTH AMERICAN VERTICAL DATUM OF 1988 (NAVD88). 6. ALL DISTANCES SHOWN HERON ARE IN US SURVEY FEET. 7. THE BASIS OF BEARING IS THE CITY OF MIAMI MONUMENT LINE OF SOUTH BAYSHORE DRIVE, HAVING A PUBLISHED BEARING OF N38°42'00"E. ALL BEARINGS ARE RELATIVE THERE TO. 8. BEARING CONVERSIONS TO NAD83/2011 GRID BEARINGS CAN BE MADE BY SUBTRACTING 2°24'42" FROM THE BEARINGS SHOWN HERON. 9. BOUNDARY LINES DISPLAYED HERON ARE FOR INFORMATIONAL PURPOSES ONLY. 10. OWNERSHIP IS SUBJECT TO OPINION OF TITLE. 11. RECORD SEARCHES BY THIS OFFICE HAVE BEEN LIMITED TO THE PUBLIC RECORDS OF, MIAMI-DADE COUNTY, AND THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION. RECORD SEARCHES DO NOT EXCEED 20 YEARS AND ARE NOT CONSIDERED EXHAUSTIVE AND/OR COMPREHENSIVE. 12. THERE MAY BE ADDITIONAL RESTRICTIONS AND DEDICATIONS THAT ARE NOT SHOWN ON THIS SURVEY AND MAYBE FOUND IN THE PUBLIC RECORDS OF MIAMI-DADE COUNTY. 13. AERIAL IMAGERY FROM MICROSOFT BING DATED 2018 O1In Hydrographlc Solutions, Inc. 2900 Calusa St, Miami, Florida, 33133 Consulting Engineering, Surveying & Mapping, and Environmental Services Phone: (305) 619-2800 Fax: (305) 860-4411 LB # 7999 CA # 26050 PROJECT KEY VAI\A SURVEY TITLE SPECIFIC PURPOSE DRAWING DATE: 8-16-18 OHS JOB NO. 18-028 SCALE: As Shown REV DATE: USACE JOB NO: N/A DRAWN BY: T.Mayer APPROVED BY: D. Olin PAGE 1 OF 5 SPIEC11-1C PURPOSE SURVEY SUBME I0) GED LAN\! 1. DINNER KEY MARINA r 0 03 z N25° 44' 01.29" W80° 13' 38.48" 0 N 51 ° 25' 22"E 441.79 N25° 43' 28.31" W80° 14' 24.49" i N14° 32' 50"E 180.86 —N45° 33' 06"E 250.00 �N76° 32' 57"E 526.25 S74° 36' 42"E 17.01 N45° 24' 23"E 307.78 S44° 24' 40"E 529.84 S74° 36' 25"E 40.57 N88° 24' 43"E 325.79 N40° 56 39 W 8687.89 S35° 51' 18"E 7513.59 TI1F DEED \O. 19448 300< 3130, PAGE 260 VIAV1 DARE ECO3S S47° 19' 27"W 265.31—N, N25° 43' 02.59" W80° 12' 47.98" 4 4 2�c 7 .85 N25° 42' 29.95" W80° 12' 46.84" N25°42'25.48" W80°13'19.68" 0 cb GRAPHIC SCALE 80 0 40 80 160 1 inch = 500. ft. CLIENT NOTE: WORLD GEODETIC SYSTEM OF 1984 LATITUDE AND LONGITUDE COORDINATES SHOWN HERON ARE FROM CLIENT PROVIDED DOCUMENT TITLED "DINNER KEY MOORING FIELD.PDF". BEARINGS AND DISTANCES ARE RELATIVE TO THE COORDINATES SHOWN ON SAID DOCUMENT AND REFERENCED TO THE BASIS OF BEARING OF THIS SURVEY LEGAL DESCRIPTION (SUBMERGED LAND) : ALL THAT SUBMERGED AND PARTIALLY SUBMERGED LAND IN SECTIONS 21, AND 22, 23, 26, 27, AND 35, TOWNSHIP 54 SOUTH, RANGE 41 EAST, DESCRIBED AS FOLLOWS: BOUNDED ON THE NORTHWEST BY THE UNITED STATES PIER -HEAD AND BULKHEAD LIS AS ESTABLISED ALONG THE WESTERLY SIDE OF BISCAYNE BAY; BOUNDED ON THE NORTHEAST BY THE SOUTHEASTERLY PRODUCTION OF THE NORTHEASTERLY RIGHT OF WAY LINE OF KIRK STREET; BOUNDED ON THE SOUTHWEST BY THE SOUTHEASTERLY PRODUCTION OF THE SOUTHWESTERLY BOUNDARY OF THAT TRACT OF LAND MARKED "JOHN H. HOPKINS LOT, LAKE PLACID SCHOOL", ACCORDING TO THE PLAT OF THE JOHN a. HOPKINS LAKE PLACID SCHOOL PROPERTY, AS RECORDED IN PLAT BOOK 6 AT PAGE 152, OF THE PUBLIC RECORDS OF MIAMI-DADE COUNTY, FLORIDA BOUNDED ON THE SOUTHEAST BY THAT LAND WHICH IS CONSISTENTLY MORE THAN 6 FEET BELOW THE MEAN -LOW WATER SURFACE OF BISCAYNE BAY. NOTE: WORLD GEODETIC SYSTEM OF 1984 LATITUDE AND LONGITUDE COORDINATES SHOWN HERON ARE FROM CLIENT PROVIDED DOCUMENT TITLED "DINNER KEY MOORING FIELD.PDF". BEARINGS AND DISTANCES ARE RELATIVE TO THE COORDINATES SHOWN ON SAID DOCUMENT AND REFERENCED TO THE BASIS OF BEARING OF THIS S URVEY Olin Hydrographlc Sol a tlons, Inc. 2900 Calusa St, Miami, Florida, 33133 Consulting Engineering, Surveying & Mapping, and Environmental Services Phone: (305) 619-2800 Fax: (305) 860-4411 LB # 7999 CA # 26050 PROJECT DI\\EKEY V1A1\A Moffatt & Nichol 2937 SW 27th AVENUE Suite 101A Coconut Grove, Florida 33133 SURVEY TITLE SPECIFIC PURPOSE DRAWING DATE: 8-16-18 OHS JOB NO. 18-028 SCALE: As Shown REV DATE: USAGE JOB NO: N/A DRAWN BY: T.Mayer APPROVED BY: D. Olin PAGE 2 OF 5 SPIEC11-1C PURPOSE SURVEY U111,11 rY SU ID) VEY S43° 47' 00 9k \\`!/ otcee /V 1 N BISCAYNE BAY r etc r X. X r C ,6 /\6‘9?-z e\G ® \���� 3 R •�\�r�� e\G c e\c ,c L e r � 4,s �0 rho 6 GJ r`tio\ot'< \A\' X CITY OF MIAMI CITY HALL G Qr /e\Gib rr5 ,OJ J JO X `� — n -ao\- ;L J e '` 0 15) X \A\' 0 co LC) O(� V) \tee k. • ®p • ®o P IER 1 � Ot<• •ego ego � \Aa GOt \Ae ( GO �� \c • 0 •1x •e ect < \ot. �t x3• \A GO • l tit • ` \4 \A\ • P IER 2 • • • • • • ® • t �\ \A� 44 ite \A GO t tit \A P IER 3 \Aa Gv t� \A \e' er 4- co .§AGO \fit' \A\ S <t Lt� • 004e kk 6•9 e'rt \A, ' ® • • ...>• 00• • \• \A `< 4`e e , ' 4ert'<•<e\o; GO e�'® ,t �o� X AGO ®� e\G t • GO A t e,Pt • xr 40 t'` 'L e'`te \t . ert • GO 9rt xtk \A\' k`tP' g\`t \A\' 'i`t .t �ti GO �F \°' 'i``e x<� \A'` G c'\ O4` t 4 tit' t GO K \A tit \ � �`1-dc ktk GRAPHIC SCALE 80 0 40 80 160 1 inch = 50 ft. CLIENT MATCH LINE SHEET 4 \ D = WATER VALVE TYP. 6" X elc—hh = ELECTRICAL HAND HOLE co, str—Imp = STREET LIGHT zr fire = FIRE SERVICE O trf = ELECTRICAL TRANSFORMER • Igt = LIGHT PEDESTAL TYP. 1'X1' ® shr = SHORE UTILITY SERVICE PEDESTAL TYP. 1'X1' X str—elc = STREET LIGHT HAND HOLE ® ped—Ip = PEDESTRIAN LIGHT PEDESTAL ® CO = SANITARY CLEAN OUT X elc—unk = UNKNOWN OR DAMAGED ELECTRICAL SERVICE O DMH = DRAINAGE MANHOLE O IRG—CB = IRRIGATION CONTROL BOX ® gnd—It = GROUND LIGHT Olin Hydrographlc Sol a tlons, Inc. 2900 Calusa St, Miami, Florida, 33133 Consulting Engineering, Surveying & Mapping, and Environmental Services Phone: (305) 619 2800 Fax: (305) 860-4411 LB # 7999 CA # 26050 PROJECT DI\\EKEY MAI\A Moffatt & Nichol 2937 SW 27th AVENUE Suite 101A Coconut Grove, Florida 33133 SURVEY TITLE SPECIFIC PURPOSE DRAWING DATE: 8-16-18 OHS JOB NO. 18-028 SCALE: As Shown REV DATE: USAGE JOB NO: N/A DRAWN BY: T.Mayer APPROVED BY: D. Olin PAGE 3 OF 5 SPIEC11-1C PURPOSE SURVEY U111,11 rY SU ID) VEY MATCH LINE SHEET 3 ER 309468 ID 30476 ER4917 r0 cs"\e'xc e otto Q \4'? \\��I 'T J\� /J e\G xc • °\ xa ,e p /\tygr<y�e 4, rr J�'co e\° 1 \44 gr • \<0Q • et . to \A4 in (11 C9. (/7 15o .r l\Ct. GXe ❑ e\e /�A • $e Qea •oVA • /\Q c°t & QQ ❑ • et • oyo . �O �0 _ `O r � c5.r .c ❑ e, \A 0 \ • i`te 46/ x• JCS o ttc X ext • \A4 0 • \A • • xr \4 r �\el° J\d� O GJ�O\ tit/\eo„L/G . cr ® CD) G gr 4----.xs----at • \A'` \A4 \A4 0 e • grt • rt \c� < 4At 0_0 • <\44 \te ex to • 19\4\ `t \449 • �'` 4A4 ert • • c* J e\G G° • \A4 0 xc • \AY r< e'`te / •--•-;;C--- gr< \A4 • x� g\•< 4`te \AGO de • c- me • x< gm • ° grt \cl•< 'i` e G° eft 44+` Oa • • G°'`t\ grt O° �\ e \A • \4k gr< G° \4 grt se ® s • • • • • *Fr \Ax t Go C• e • t�® •o • \A4 e ®ge • • ix GO t ate e t 4A'` \A PIER 4 \�Q • \C grt y\t Gl� grt t \A4 • X�°� • x� to GO • 4< \feg • e • ®• • atat xt • ®o • 0 tk 44 \A` G° \ ' grt G° grt \ ` *" G° \A'` 44 \c; , tr 44 • e a • ate ® • e • • kte ® • >s • grt®• 4 e GO \A'` t Jc PIER 5 •x=• g • • •1K • ® • grt \4` G° < \4'` a 4A GO 4` c..* gr< t 'o, t. GO \,„. •• \ttD • \44 4• O • ® e t\ • G '5 ®® • CAD • • Ai • x< • • gr< ,`k oe grt 44 e ,,ate 43,4 grt 44 PIER 6 4 xa • • v • ert G° , ck < e 4A4 • 90 G° • ®eg \A4 44 < \44 • xa e\te z\° G° gr< \oi+�. grt e • 9 • \oti 4•) • Alkitt gr< \Ai 10e GO 'tt G° \t5 e, 4 e 44P a \t'`41` e 4 G° • , • @m \A,,, • • • 1;, 0 e ° egg 0 IX 0 e /:5e 4 * G ,`t� \A'`' \te \Au. G° \°S\ ®,® • °• • x •xx (0X • c� /J \ eG ,• S`• ,,,ce • zr \4 t`te \A' 44 ,sg, GO grt etit 44' 44 ,` GO grt \A'` x. 9rt\S \GO grt \4' qi;ie \ca®4' mB • xc • O • •a ® �ti • •GO • •D e mot\ • • 4,� • x< • • • ®xa • ea • xa ®• • \0,4' 'i`te grt \A'` e t eG° 44 \fie grt y,'t e\A'` Go • ® • 10 \An, •0e, 8 ®\A4 • xa • • to xa • em e 0. \,,,,4 Go ' ' 4 \?, 10 \s 'i\te e t \t�t\A'` GO • eab • \A4 it \0, • •D • grt • m® • xc G° 44 rt i xt kte GRAPHIC SCALE 80 0 40 80 160 1 inch = 50 ft. CLIENT MATCH LINE SHEET 5 \ D wv X elc—hh co, str—Imp O fire trf Igt shr X str—elc ® ped—Ip ® CO X elc—unk • DMH O IRG—CB p gnd—It = WATER VALVE TYP. 6" = ELECTRICAL HAND HOLE STREET LIGHT FIRE SERVICE ELECTRICAL TRANSFORMER LIGHT PEDESTAL TYP. 1'X1' SHORE UTILITY SERVICE PEDESTAL TYP. 1'X1' STREET LIGHT HAND HOLE PEDESTRIAN LIGHT PEDESTAL SANITARY CLEAN OUT UNKNOWN OR DAMAGED ELECTRICAL SERVICE DRAINAGE MANHOLE IRRIGATION CONTROL BOX GROUND LIGHT Olin Hydrographlc Sol a tlons, Inc. 2900 Calusa St, Miami, Florida, 33133 Consulting Engineering, Surveying & Mapping, and Environmental Services Phone: (305) 619-2800 Fax: (305) 860-4411 LB # 7999 CA # 26050 PROJECT DI\\EKEY V1A1\A Moffatt & Nichol 2937 SW 27th AVENUE Suite 101A Coconut Grove, Florida 33133 SURVEY TITLE SPECIFIC PURPOSE DRAWING DATE: 8-16-18 OHS JOB NO. 18-028 SCALE: As Shown REV DATE: USAGE JOB NO: N/A DRAWN BY: T.Mayer APPROVED BY: D. Olin PAGE 4 OF 5 SPIEC11-1C PURPOSE SURVEY Ul ]L 11,]l ]I rY SU ID) VEY MATCH LINE SHEET 4 / TIIF CORRECETIVE DEED X A . 311303 •,:, ee DOCUMENT ID 19448 l octc oo' r, '<e FILE NUMBER 0000 ❑ cr y`� ti c � rr c \A '` c e • e� ® ,o r 0 I r, >,,,, , cP J\a a rho 40,)'`4 A \<cs9 Q rr 0 °c Rio\ \ccQ `5'4\ , 6 rr o \ccQ \toQ .:6 \ttQ - - ..t F i J i e e / o '� e y< \c hh ti� o \c r oc tit < rti o,o ,6 1/1 ® 6 s�c e ® r ®Qr �e � rye` e� it �o & N44� 2▪ 0' 34'W t' �528.19 t t e_40 ,ti�`� ti • • rc • • •y • • • xx • e0�—• BISCAYNE BAY n • • • 1; • • ®• �< \4� GO a ▪ ® e • >x• yid Ix• +t • c� 'A. art etc JGO t \AY ert t. GO ert c�\A� \A ®t�• �•kr �•t �•� K • ` c tit Go \A •eA A • • g•i • 0 • ert 4- GO P,,. • ert •• \A\' • • XS 0 • 'c't ,.te ert PIER 7 t t O < t 64, t < t ,, ti O t er \ er G\Q \ e9r \ er (Jo \' 9r tic \A G D A 6ag l xc • • ® • •c sr • eo xx • �c GO t <� <� GO '1" 440 rt a5' Go + <r k<e +t ,.ce\Ati i;c rt 9 • \c Go 0 GRAPHIC SCALE 80 0 40 80 160 1 inch = 50 ft. CLIENT \ D = WATER VALVE TYP. 6" X elc—hh = ELECTRICAL HAND HOLE co, str—Imp = STREET LIGHT zr fire = FIRE SERVICE O trf = ELECTRICAL TRANSFORMER • Igt = LIGHT PEDESTAL TYP. 1'X1' ® shr = SHORE UTILITY SERVICE PEDESTAL TYP. 1'X1' X str—elc = STREET LIGHT HAND HOLE ® ped—Ip = PEDESTRIAN LIGHT PEDESTAL ® CO = SANITARY CLEAN OUT X elc—unk = UNKNOWN OR DAMAGED ELECTRICAL SERVICE O DMH = DRAINAGE MANHOLE O IRG—CB = IRRIGATION CONTROL BOX ® gnd—It = GROUND LIGHT Olin Hydrographlc Sol a tlons, Inc. 2900 Calusa St, Miami, Florida, 33133 Consulting Engineering, Surveying & Mapping, and Environmental Services Phone: (305) 619-2800 Fax: (305) 860-4411 LB # 7999 CA # 26050 PROJECT DI\\EKEY MAI\A Moffatt & Nichol 2937 SW 27th AVENUE Suite 101A Coconut Grove, Florida 33133 SURVEY TITLE SPECIFIC PURPOSE DRAWING DATE: 8-16-18 OHS JOB NO. 18-028 SCALE: As Shown REV DATE: USAGE JOB NO: N/A DRAWN BY: T.Mayer APPROVED BY: D. Olin PAGE 5 OF 5 Olitu of 41Fiiami ADDENDUM No. 5 February 19, 2019 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. MODIFICATIONS: 1. The selection process for this RFP is comprised of two steps, Step 1 - Evaluation of Qualifications, and Step 2 - Evaluation of Technical and Price Proposal. Furthermore, Step 2 is the evaluation of competitive Technical and Price Proposals from those Advancing Firms who offered a responsive and responsible Proposal. The Proposal Due Date for Step 2 Submittal (Technical Proposal + Price Proposal) from the sole responsive Proposer, Kearns Construction Company, has been extended to Wednesday, March 6, 2019 at 3:00 p.m. 2. On page 40 of the RFP, Section 4, "Instructions for Submitting a Response," sub -section 4.1, second paragraph, please delete the following sentence: "One (1) unbound original and six (6) copies in digital format (on CD-ROM or USB in .pdf file format) of the complete Step 2 (Technical and Price Proposals for Base and Additive Alternatives) must be received from teams shortlisted for oral presentations on a date to be determined at the appropriate time, and notified accordingly." And replace with the following text: "One (1) unbound original and one (1) copy in digital format (on CD-ROM or USB in .pdf file format) of the complete Step 2 (Technical and Price Proposals for Base and Additive Alternatives) must be received from teams shortlisted for oral presentations on a date to be determined at the appropriate time, and notified accordingly." CLARIFICATIONS: 1. A Technical Staff Meeting to discuss Request for Information (RFI) Nos. 4, 5, and 6, submitted by Kearns Construction Company, the sole responsive Proposer to this RFP, will be held on February 22, 2019, at 2:00 p.m., at Dinner Key Marina, 3400 Pan American Drive, 3'. Floor, Conference Room 314, Miami, FL 33133. The meeting, which is open to the public, will be attended by representatives of the Proposer, and City of Miami Technical Staff assigned to the project. REQUESTS FOR INFORMATION: Q. KCC requests a two -week extension for its submission of the Step 2 Proposal. A. Please refer to Modification No. 1, above. Q. Will the City pay for Builder's Risk Insurance? A. Builder's Risk insurance will be purchased and paid for by the City of Miami. The successful Proposer must provide 30-day notice to the City of Miami Risk Management Department, Attn.: Frank Gomez, PIAM, CPII, Property & Casualty Manager, via email at fcgomez(a�miamigov.com, prior to commencing construction activities. Q The insurance requirements set forth in the RFP's Addendum 3, item 3 requires $5M/$5M for the Design-Build's Firm Professional Liability, which shall be equally applicable to and provided by any and all consultants, subconsultants, or subcontractors engaged. As multiple consultants will be utilized for distinct components for the overall Project, we suggest that the sub -sub consultants as subconstractor's liability be reduced to $3M/$3M. A. The Design -Build firm's Professional Liability requirements will remain at $5M/$5M, retro date included, equally applicable to and provided by any and all consultants, subconsultants, or subcontractors engaged in the project. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie t e-rez, CPPO, Director Department of Procurement, City of Miami Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 2 Addendum No. 5 RFP No. 18-19-005 Tttu of 4Riami ADDENDUM No. 6 February 26, 2019 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. MODIFICATIONS: 1. The Proposal Due Date for Step 2 Submittal (Technical Proposal + Price Proposal) from the sole responsive Proposer, Kearns Construction Company (KCC), has been extended to Monday, March 18, 2019 at 3:00 p.m. REQUESTS FOR INFORMATION (RFIs): RFI No. 3, submitted by Kearns Construction Co. on February 4, 2019 Q2.1. Page E-501, Note 6: For pedestals supplied with 100 (amp) receptacles, provide a minimum rated 500A service buss arrangement. This buss size is several times greater than what is required by NEC code or by physical application, and as such may not be available from all pedestal manufacturers. If this is not something that the manufacturer can provide, can we substitute a UL listed pedestal with a buss size that complies with the NEC requirements for that specific application? A2.1. Yes, a UL approved pedestal is acceptable. Q2.2. Page E-501, Note 9: Contractor needs to crimp terminals to line wires and place on provided stud lug connector. The lugging configuration shown on the diagram is common to only one pedestal manufacturer that we are familiar with. The common method is to provide set screw wire terminals within the pedestals. Are we to instruct our pedestal manufacturer to redesign their pedestals to use threaded studs instead of wire terminals? A2.2. For pedestals that do not provide lugs, electrical contractor shall crimp a ferrule to wire ends to prevent wire fraying and separation. Q2.3. Page E-601, Note 5: Provide NEMA 6P, SS Disconnects for each Pier Feed, size based on load calculations. Reuse existing conduits from existing disconnect location(s) to each pier. Seal conduits watertight into 6P enclosure(s). It appears that the main service disconnects are rated as watertight (6P). If this means that they are rated for direct water submersion, would that serve to meet the FEMA flood criteria requirement without elevating them to+ 16 feet, or is it the City's desire to do both? A2.3. At time of DCP the intention was that the electrical contractor would be responsible to coordinate equipment elevation exceptions relative to the flood plain with the Authority Having Jurisdiction (AHJ). Please provide pricing based on matching the equipment elevation exception. Pedestals purchased with an Aluminum body (as addressed in RFI 4 Exhibit 1, Question (1)), a lower cost option can be considered. Q2.4. Addendum 3; Page 13; Questions Q37, Q38, Q39, and Answers A37, A38, and A39: Q37: What are the performance requirements for the card access system? Q38: What are the performance requirements for the WIFI system? Q39: What are the performance requirements for the security camera system? Answer to questions Q37, Q38, and Q39: The City has a contract with a Quality Wiring to install and monitor the City's security systems and other low voltage systems. It is a standard practice, for all City projects, that OCI and the design consultant coordinate low voltage work with Quality Wiring, and provide just empty conduits and pull boxes as necessary for the work to be completed "by others " (Quality Wiring). The response makes reference to coordinating the low voltage systems with "OCI." We are not sure to whom the term "OCI" is actually referring. Are these initials referring to Quality Wiring, or is this a separate entity? If so, who are they and how do we contact them? Also, can we get the specific contact information (name, phone number, email address) for the person from Quality Wiring whom we should speak with to arrange our coordination efforts? A. The response makes reference to coordinating the low voltage systems with "OCI." We are not sure to whom the term "OCI" is actually referring. Are these initials referring to Quality Wiring, or is this a separate entity? If so, who are they and how do we contact them? Also, can we get the specific contact information (name, phone number, email address) for the person from Quality Wiring whom we should speak with to arrange our coordination efforts. B. In the response A37, there is the wording "security systems and other low voltage systems." Questions Q38 & Q39 also speak specifically of WIFI and security cameras along with the card access system and answers A38 and A39 specifically include these items within the scope of work being provided by Quality Wiring. However, there are other low voltage systems. There is a fire alarm system and there are WIFI electric meters being provided as a built-in function of the Marine Power Pedestals. Will Quality Wiring be providing the Fire Alarm System and will they be in charge of wiring and connecting the Power Pedestal WIFI metering system? A2.4. A. "OCI" stands for City of Miami's "Office of Capital Improvements." The contact information for Quality Wiring is Anthony Gonzalez, who can be reached via phone at Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 2 Addendum No. 6 RFP No. 18-19-005 (305) 595-5691 (Office), or at (786) 609-7604 (Mobile). Quality Wiring's office is located at 10145 NW 19t" Street, Doral, Florida 33172 B. Quality Wiring shall provide communications design and components. The Design -Build team will coordinate with Quality wiring to provide infrastructure required to install equipment to Quality Wiring requirements. Additionally, the Design -Build team will provide electrical power requirements as noted in single line diagrams. The Design -Build team will coordinate design and required infrastructure with the City and Fire Marshall and submit drawings to City/Fire Marshall for approval. This may allow Design -Build team to reuse some conduits and current infrastructure. However, at the current time, there is no connection to a central alarm system or into the Dinner Key Marina main building, so this must be included in the design. If the City chooses to incorporate Additive Alternate #4 (specifically, the pedestal power monitoring communications system), this addition will require no additional infrastructure at this time. This function is not intended to be connected to a network. Q5. The first paragraph for the submission of the Step 2 proposal (Exhibit 5, attached) states the following: "The Prosper shall demonstrate knowledge of the project objectives/goals and existing field conditions, identify potential design and construction/build issues, and present and comprehensive plan for completing the specified work established in Section 2.0 RFP Scope of Services." We believe that the existing grating can be improved greatly. The current grating has excessive deflection and the grating wiggles under dynamic loads. This deflection causes excessive wear on the fiberglass concrete docks and creates a tripping hazard. The addition of an Aluminum I composite beam down the center of Piers 1-7 would reduce the clear span from 7'-0" to less than 3'-6" (utilities could still pass under the new beam). The aluminum beams would be supported by concrete pedestals spaced 8'-0" on center. The net effect would be a significant reduction in deflection. In addition, adopting a 2" deep bi- directional grating costs less and outperforms the specified grating. We encourage the City and the City's Consultants to review this proposal and see an as -built condition of the 2" deep bi-directional grating. Alternatively, KCC could add a wooden beam down the center of the dock supported by aluminum brackets (Exhibit 5B and 5C, attached). The RFP documents prohibit the proposer from altering the bid form. Thus, KCC would like to present this proposal and associated cost as a contractor proposed alternate to the required bid form. May KCC include value added alternates as an attachment to the required bid form? A5. 1. A bi-directional grating may be submitted as a bid alternate to the specified grating. 2. The grating design shall be designed to meet live load deflection requirements. A beam along the centerline of the grating may be designed to improve the existing grating. 3. Yes, the Design -Build team may include value added alternates as an attachment to the bid form. Add alternates shall include sufficient explanation and backup information for the City to review the added alternates. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 3 Addendum No. 6 RFP No. 18-19-005 Q6. We suggest that the City consider using one grating for both the main piers and Additive Alternate# 2-Finger Pier Upgrade. This would enhance the appearance of the docks. A6. The grating design and product selection is the responsibility of the Design -Build team. The City will consider using the same grating type, provided that it meets the live load and deflection criteria. Q7. Bid Additive Alternate# 2 (Exhibit 7A, attached) includes replacing 99 finger piers using "prestressed concrete piles, aluminum, or FRP composite framing, with FRP grating." The current finger pier design (Exhibit 7B, attached) includes a 4'-0" wide dock with 12" wooden piles semi -recessed into the finger pier. The net effect is that the dear span (between piles) is only 3'- 0" wide. For Bid Additive Alternate #2, we suggest that the finger piers be 3'- 0" wide without the semi -recessed piles (dock piles should not intersect the horizontal aluminum beams). Two pairs of fender piles (four total) are added to protect both boat and dock. The clear span of the finger pier would remain unchanged. Is this proposal acceptable? A7. For Bid Alternate #2, it is not acceptable to reduce the finger pier width to 3-ft. Q8. Bid Additive Alternate #2 requires the use of "pre -stressed concrete piles, aluminum, or FRP composite framing with FRP grating." The as -built conditions and the plans (Exhibit 8, attached), require that the first span be a ramp with a 12/1 slope. Making the transition between the ramp and horizontal can be difficult with aluminum or composite materials. May KCC place the Alternate #3 finger piers horizontal without the ramp? (The sea level is rising, and boats are getting bigger. Higher finger piers would respond to both conditions.) A8. Yes, it is acceptable to provide Bid Additive Alternate #2 with the finger piers at the same elevation as the main walkway. Q9. For Bid Additive Alternate #2, can KCC build a horizontal finger pier with step(s) up to the main pier? A9. No, steps are not acceptable at the finger pier. Q16. After the project is completed, will KCC be responsible for existing work that was not altered during construction? A16. If there are specific items that Design -Build team has noted that require repair or alteration, these items shall be submitted to the City for review. If broken items are not repaired, then the Design -Build Team may be responsible for "incomplete" work. Q18. The M & N Hurricane Irma Assessment Report (Exhibit 18A, attached), schedules fifty- five (55) mooring piles to be replaced and 47 fender piles to be replaced (55 + 47 = 102 total piles). The bid form (Exhibit 18B1 attached) lists only 40 timber mooring piles to be replaced. Please clarify the quantity and type of wooden timber piles to be replaced. A18. The Design -Build team shall submit a price for the quantity listed in the bid table. Estimates include unit costs, and if additional mooring or fender piles are identified during the Design - Build team's field investigation to need replacement, these items shall be submitted to the City for review and the quantities increased (or decreased) based on the City approval. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 4 Addendum No, 6 RFP No. 18-19-005 Q19. The M & N Hurricane Irma Assessment Report (Exhibit 19A, attached) lists 25 pile caps in "Serious" condition. The pile cap repair work is not included in the bid form for the base bid (Exhibit 19B, attached). All pile cap repair work is listed on the Alternate Bid Plans (S- 121 through S-128). No pile cap repair work is included in the base bid plans. Is this correct? If incorrect, please revise the bid form for the base bid to include the repair of the Hurricane damaged pile caps? A19. Yes, this is correct. The base bid is for repair of "hurricane -related damage." The pile cap damage was typically corrosion related deterioration (See Additive Alternate #1). A line item was added to the bid form for replacement of pile caps at Contractor's option and as approved by the City. Q20. The M & N Hurricane Irma Assessment Report (Exhibit 20, attached) states that several pile caps "will require demolition and reconstruction with cast -in -place caps." This base bid work is not identified on the bid form. Please revise the bid form to include this work in the base bid. A20. Pile caps with widespread corrosion related deterioration were identified as "demolition and reconstruction." This work was considered non -hurricane related, therefore, not base bid. See Additive Alternate #1. Q21. The M & N Hurricane Irma Assessment Report (Exhibit 21A & 21B, attached) states, 11 Minor to moderate concrete spalls and cracks were observed in the slabs and in the secondary pours above the pile caps). The deterioration will need to be repaired..." Please revise the bid form to include this work in the base bid. A21. See Additive Alternate #1 for concrete repair bid items included in the DCP Drawings. Per Section 1.2.2.2 of the D/B RFP, "D/B Team shall provide a design -level inspection to catalog the defects and the locations, dimensions, and quantities of required repairs." The M&N Hurricane Irma Assessment Report did not include a "design level inspection." It is the responsibility of the D/B Team to complete the design level inspection and repair the actual defects. If additional concrete deterioration that is not indicated in the DCP Drawings is identified during Design -Build team's design level inspection, these items shall be submitted to the City for review. If additional concrete repairs are determined prior to bid, these may be included as an additive bid item. A concrete repair unit price (cost per cubic foot) was added to the Bid Schedule with an estimated quantity. Q24. The M & N Hurricane Irma Assessment Report, Appendix D (Exhibit 24, attached), specify the concrete repair procedures. The required procedures include the sandblasting of the existing corroded reinforcement steel. We anticipate that DERM will prohibit the sandblasting of steel over water. Where possible, KCC suggests removing and replacing (drilling and doweling) the corroded reinforcement steel as an alternative method. Is the replacing of corroded reinforcement steel and acceptable alternate to sandblasting? A24. Reinforcement shall be replaced if section loss is greater than 25%, or as determined by the D/B Team. Reinforcement with corrosion damage shall be cleaned to remove corrosion using a DERM approved method that does not impact the marine environment. For most over -water repair projects, a suspended platform can be utilized to collect concrete and dust debris, or a system of floats can be utilized to perform the same function. The reinforcement may be painted with zinc rich primer after removal of rust scale in -lieu of sandblasting. If the D/B team has a preferred method of removing and replacing the reinforcing and it is potentially more cost-effective and will minimize constructability issues with the regulatory agencies, then the City will consider an alternate. This type of Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 5 Addendum No. 6 RFP No. 18-19-005 repair approach has a unit cost for Pile Cap Concrete Repairs (per cf). The intent is to repair and restore the concrete to its original condition for as long a service life as possible. Q25. Page 08 of the RFP's Amendment No.3 states the soil boring and geotechnical information will be provided to all short-listed proposers after the Step 1 process. Please provide the soil boring and geotechnical report as referenced in that Amendment. A25. The geotechnical report was recently finalized, and it is included in this Addendum. Q28. Does the "clock start ticking" after all required permits are secured? A prior response to this question is incomplete. A28. The project schedule, once agreed upon prior to contract award, will include start and completion dates for both main phases, design and construction. After contract execution, an authorization to proceed will be given to the successful Design -Build team to begin the design phase. Once all construction -related permits have been obtained, the Design -Build team will receive a Notice to Proceed to start construction. Q30. Who will pay for destructive and material testing? The RFP's Amendment No.3 states "The Design -Build Firm shall be responsible for all material testing." Does this also mean that the Design -Build Firm will also pay the bill? A30. We assume "destructive testing" pertains to the partial demolition of concrete components for spall and crack repairs. The Design -Build team will provide clarification relative to the limits and extend of this type of testing. Material testing will be required as outlined in the DCP, and the qualifications for the specialty engineer were required in the procurement documents. The City generally requires a specialty inspector to inspect reinforced concrete prior to placement. This would include concrete repairs, and the specialty engineer will need to confirm the limits of partial demolition in accordance with the repair procedures. Similarly, appropriate concrete testing is required for placed concrete. These inspections will be the responsibility of the Design -Build team. The City inspectors for the building department may not have adequate insurance for working over water. All tests shall be performed by the Design -Build team. All costs for testing performed by the Design - Build team shall be at the Design -Build team's expense. All reports are to be sent directly to the City's Project Manager with a copy to the Design -Build team. The City may, in its sole and absolute discretion, test materials and products at its own cost. However, should such materials or products fail to pass the test and/or meet the requirements of the Contract Documents, the Design -Build team shall reimburse the City for the cost of such tests and repair or replace said materials or products. In such instances the City may deduct such cost from any payments pending to the Design -Build team. The City may require that the Design -Build team provide the name and qualification of the company(ies) providing the testing services, inclusive of the testing laboratory(ies). The City, in its sole discretion, may accept or reject the use of any company or laboratory that it determines does not possess the required licenses or expertise to perform their portion of the Work. Q31. Page 3 of the Dinner Key Marina Repairs Design Criteria Package (Exhibit 31, attached) states, "the Owner shall provide a survey identify submerged debris throughout the marina." Please provide the submerged marine debris survey. A31. The City has not conducted a survey. The D/B team will be required to perform a survey and remove submerged debris. A unit cost for submerged debris removal is included in the Base Bid, a unit cost for debris removal and disposal per dumpster will be added to the bid form. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 6 Addendum No. 6 RFP No. 18-19-005 Q32. The project specifies aluminum cleats. Aluminum cleats are weak and tend to fail during storm events. Failing cleats can cause significant damage to both docks and vessels. We suggest using heavy-duty hot dip galvanized cleats attached to concrete with stainless steel bolts. Is this acceptable? If the broken cleats require replacement with a heavy-duty hot dip galvanized unit, please provide a bid alternate to replace the existing aluminum cleats that are not damaged? A32. HDG steel cleats with stainless steel bolts are acceptable in -lieu of aluminum cleats. Q35. The Dinner Key Marina Repairs Design Criteria Package (Exhibit 35, attached), states that M & N will apply for the environmental permits. What is the current status of the FDEP permits? A35. The design criteria professional has applied for the three regulatory permits required from DERM, U.S. Army Corps of Engineers, and Florida DEP. The DEP exemption has been issued, and a completeness letter has been received from DERM. The City is compiling a comprehensive response. The U.S. Army Corps of Engineers permitting is ongoing. Q36. What is the current status of the Army Corps permits? A36. Please refer to A35., above. Q37. What is the status of the DERM preliminary Class I permit? A37. Please refer to A35., above. Q38. The M & N Hurricane Irma Assessment report states that the concrete walkway spans (beams) were damaged in the storm. The current bid from does not include the repairs of the damaged concrete walkway spans (The current bid form does include the replacement of 13 concrete walkway spans). Please revise the bid form to include the base bid repairs to the concrete walkway spans. A38. The intent of the walkway repairs was to replace, not repair, the damaged walkway spans. Design -Build team may include a value added alternate for repair in -lieu of replacement as an attachment to the bid form. Add alternates shall include sufficient explanation and backup information for the City to review the added alternates. Q39. Many of the wooden cross bracing for finger piers are in direct contact with water. The wooden cross bracing that are in direct contact with water must be treated for direct contact. We suggest revising the project requirements to include treating wood for direct contact with water where applicable. A39. Cross bracing shall be treated for direct contact with seawater. Additionally, bracing may be wrapped to protect from marine borer damage. Q40. Please review and respond to the list of questions from Firepack dated February 4, 2019. 1 What will be the Point of Connection for the permitted work? 2. Will any of the underground components such as the backflow, fire department connection, or lines/fittings/thrust blocks need to be replaced? 4. Will this job operate on phased permits? 5. Will the City require any specialized coatings or is this up to the engineer? Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 7 Addendum No. 6 RFP No. 18-19-005 A40. 1. Field verify points of connection and coordinate with the Fire Marshall. The Intent of the DCP is limit the work from approximately 5' behind the bulkhead (or to nearest coupling, as appropriate) waterward east to the extents of the piers. 2. The City recently replaced the backflow preventors, and refer to the above response. Contractor shall field verify and coordinate with City and Fire Marshall if hydrants or other appurtenances landward of the bulkhead may need maintenance or replacement. 4. The construction work will be phased, but the master permit will be for the full project scope. 5. Team and reviewed/approved by the City and AHJ. Refer to the coating (commercial latex paint) specified in the DCP for the fire line piping. Q42. The RFP's Addendum 3, item 3 (specifically page 5) reference is given to a "Section (7) Insurance however, a section 7 does not exist in the RFP. Please clarify or provide. A42. Please disregard any reference indicated above. Insurance requirements will remain as described in the RFP document, as amended. Q43. On DCP Sheet G-002, General Note #7, the D I B Team shall, on a daily basis remove from the site debris resulting from the demolition I construction. This requirement seems impractical and perhaps should only apply to areas outside the active work zone. A43. The City concurs. Q44. On DCP Sheet G-002, Debris Removal #5 a side scan sonar bathymetric survey is requested indicting no debris remains. Will the City be providing a side scan sonar survey for pre- construction conditions? Will the City acknowledge I accept debris surveys for each phase for phased TCO's? A44. A preconstruction side scan sonar was not completed. Yes, the debris survey can be completed for each phase. Q46. Are new ladders required by this RFP? If required, please specify and quantify. A46. See DCP drawings, or provide at a maximum spacing of 400-ft on center along each pier, or per life safety requirements. RFI No. 4, submitted by Kearns Construction Co. on February 8, 2019 Q1. The first paragraph of the submission of the Step 2 proposal states the following: The proposer shall demonstrate knowledge of the project objectives / goals and existing field conditions, identify potential design and construction / build issues and present a compressive plan for completing the specified work established in Section 2.0 RFP Scope of Services. KCC believes that the City should consider including an alternate that changes all existing aluminum cleats to heavy-duty galvanized steel. We believe that where the greatest Hurricane Irma storm damage occurred was at the same location of the greatest cleat failures. During storm events, broken cleats free moored vessels that then cause damage to both docks and vessels. Pier No. 1 is where the greatest Hurricane Irma storm damage occurred. The following table list the location of the broken / missing aluminum cleats: Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 8 Addendum No. 6 RFP No. 18-19-005 Pier No. # Broken Total # of Cleats % of Broken Cleats 1 74 99 75% 2 5 115 04% 3 11 178 06% 4 11 173 06% 5 6 175 03% 6 2 152 01% 7 1 135 01% 8 6 100 06% 9 3 70 04% Hurricane Irma impacted the Southeast Florida Area as a Category 1 storm. Pier No 1 had the greatest storm exposure. Consequently, Pier 1 had the greatest damage to both dock and vessels. Had Hurricane Irma been a stronger storm, the impacts to Dinner Key Marina would have been far greater. Having the boats secured with stronger cleats is an improved first line of defense for Dinner Key Marina and we believe steel cleats should be installed throughout the facility. Al . HDG steel cleats are an equivalent substitute for the aluminum cleats specified in the DCP drawings. Additive Alternative #9 was added to the bid schedule to replace the remaining aluminum cleats with heavy-duty HDG steel cleats. Q2. Are the existing concrete walkway span prestressed or post -tensioned? It appears that the existing concrete walkway spans are post -tensioned {blue tendon plastic coating). If post- tensioned, are the tendons bonded or unbonded? A2. As -built record drawings of the concrete walkways were not available, so it is unknown if the walkways are prestressed or post -tensioned (bonded or unbonded). Plastic coatings near the ends of the strands are sometimes used for prestressed beams to debond the ends to prevent localized damage to the ends of the beam. Due to the span lengths and based on site observations of damaged walkways, the walkways are believed to be prestressed. Q3. KCC suggests using double Tight -gauge straps in lieu of the thru-bolted straps detailed on Plan C / S-501. The detail on Plan S-501 is expensive and not typical. A3. The DCP drawings show concept level timber dock construction details. The details are shown to indicate a load path shall be provided from the decking, to stringers, to pile caps, to piles. The timber design including, bolt sizes, tie -down strap types/sizes, etc. is the responsibility of the D/B Team. Timber connection hardware shall be galvanized steel. If "light -gauge" straps (less than 3/8-inch thick) are used, they shall be stainless. Q4. Plan S-502, Note No.3 states, "REPLACE CORRODED REINFORCING BARS. PROVIDE REINFORCING TO MATCH SIZE. LOCATION AND SPACING OF EXITING REINF BARS". We suggest using corrosion resistant MMFX of high -strength steel (grade 100). Standard rebar is grade 60. The proposed MMX (grade 100) is sixty seven percent (67%) stronger than standard rebar. For strand replacement and poured -in -place concrete repairs, may KCC reduce the bar diameter size to compensate for the higher -strength steel? Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 9 Addendum No. 6 RFP No. 18-19-005 A4. Yes, the D/B Team may provide alternative reinforcement that meets the design loads for the walkway spans. MMFX is not required. Q5. The DCP plans require the plastic wrapping of timber piles. The permitting agencies require the wrapping of timber piles to reduce the release of toxins back into the environment. Greenheart piles are free from preservatives and typically do not require plastic wrapping. The City's greenheart pile specification does not require plastic wrapping. Please confirm that the greenheart piles listed in Bid Alternate No. No.5 (RFP's Addendum No.3) do not require plastic wrapping. A5. Concur; greenheart piles do not require plastic wrapping. RFI No. 5, submitted by Kearns Construction Co. on February 11, 2019 Q. Is Additive Alternate #2 - Finger Pier Upgrade an "additional cost" (net add) alternate for the above referenced project (see attached)? An "additional cost" alternate (net add) will require the subtraction of the base bid Timber Finger Pier Replacements and the addition of the alternate finger pier replacements (prestressed concrete piles, aluminum or FRP composite framing, with FRP grating) to achieve an "additional cost" alternate (net add alternate). The other structural alternates (Alternate #5 -Alternate #8) use the phrase, "additional cost." Additive Alternate #2 does not use the phrase "additional cost." Additive Alternate #2 -Finger Pier Upgrade states, "Provide a lump sum price to upgrade Finger Piers indicated as replacement in the DCP Drawings to be replaced using prestressed concrete piles, aluminum or FRP composite framing, with FRP grating." Unless instructed otherwise, KCC believes that Additive Alternate #2 is an "additional cost" (net add) alternate. It is acceptable to provide the "additional cost" (net add) for Bid Alternate #2. The Bid schedule will be revised to indicate, "Provide the additional cost (net add) a lump sum price to upgrade Finger Piers indicated as "replacement" in the DCP Drawings to be replaced using prestressed concrete piles, aluminum or FRP composite framing, with FRP grating. Attachment • Geotechnical Services for the Dinner Key Marina Improvements, Report prepared by HP Consultants, Inc., dated February 8, 2019, 114 pages. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie z, CPPO, Director Department of Procurement, City of Miami Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 10 Addendum No. 6 RFP No. 18-19-005 Geotechnical services for the Dinner Key Marina improvements Miami, FL Misc. Marine and Coastal Engineering Services City of Miami RFP 15-16-011 M&N Job # 9450-08 Task Work Order # 05 Geotechnical Report Prepared for Moffatt & Nichol Miami, FL February 08, 2019 HPCI Project No.: CE-M&N-CityMia-18-01 ICI ■ ■ ■ ■ HP Consultants Inc. • Civil • CEI & CSS • Geotechnical • ITS &Transportation HP Consultants Inc. • Civil • CEI & CSS • Geotechnical • ITS & Transportation • 10220 SW 107 St., Miami, FI. 33176 • 305.596.2857 • CA # 9509 • 4444 Inverrary Blvd, Lauderhill, FI. 33319 • 954.278.6386 hpconsultantsinc@earthlink.net February 08, 2019 Tim Blankenship, PE Moffatt & Nichol 2937 SW 27th Avenue, Suite 101A Coconut Grove, Florida 33133 Sub: Geotechnical services for the Dinner Key Marina improvements: Final report Ref: City of Miami RFP 15-16-011, Misc. Marine and Coastal Engineering Services M&N Job # 9450-08, Task Work Order No. 5 HPCI Project No.: GE-M&N-CityMia-18-01 Dear Mr. Blankenship: We are pleased to submit this and four more original copies of this report on our services for the Dinner Key Marina improvements project. We greatly appreciate the opportunity to work on this phase of the project and are looking forward to assisting you on the subsequent phases and other forthcoming projects. Sincerely, A.S. Kumbhojkar, Ph.D., P.E., F. ASCE President and Principal Engineer Florida PE # 41067 Attachments: As above 0, GEOTECHNICAL SERVICES FOR THE DINNER KEY MARINA IMPROVEMENTS TABLE OF CONTENTS 1.0 INTRODUCTION 1.1 1.2 2.0 Project information and data Scope of our work SITE INVESTIGATION AND LABORATORY TESTING 2.1 Project location 2.2 Site conditions 2.3 Geological history 2.4 Other historic data 2.5 Utility clearance 2.6 Subsurface exploration 2.7 Laboratory testing 3.0 ENGINEERING EVALUATION PAGE 1 1 1 2 2 2 2 4 4 4 4 5 3.1 Subsurface conditions 5 3.2 Sea water level 5 3.3 Assessment of soil conditions for the foundation design 5 3.4 Design parameters 6 3.5 Axial capacity analysis for piles 6 3.5.1 Capacity of timber piles using effective stress method 7 3.5.2 Capacity of concrete piles using the program FB-Deep 7 4.0 DESIGN AND CONSTRUCTION RECOMMENDATIONS 9 5.0 REPORT LIMITATIONS 12 Appendix A Project location plans Appendix B Historic data Appendix C Laboratory test results Appendix D Subsurface profile and SPT borelogs Appendix E-1 Timber piles -capacity tables Appendix E-2 Concrete piles- FB-Deep program output List of figures Figure A-1 Site location plan Appendix -A Figure A-2 Boring location plan Appendix -A Figure B-1 Geological cross section across M-Dade County and Adjacent Biscayne Bay Appendix-B 0• cII List of tables Table-1 Estimated geotechnical design parameters for the soil and rock Table-2: Range of (3 and Nt Coefficients Table E-1.1: Capacity calculation for 12" circular, tapered pile for B-1 profile Table E-1.2: Capacity calculation for 12" circular, tapered pile for B-2 profile Table E-1.3: Capacity calculation for 12" circular, tapered pile for B-3 profile Table E-1.4: Capacity calculation for 12" circular, tapered pile for B-4 profile Table E-1.5: Capacity calculation for 14" circular, tapered pile for B-1 profile Table E-1.6: Capacity calculation for 14" circular, tapered pile for B-2 profile Table E-1.7: Capacity calculation for 14" circular, tapered pile for B-3 profile Table E-1.8: Capacity calculation for 14" circular, tapered pile for B-4 profile Table E-1.9: Capacity calculation for 16" circular, tapered pile for B-1 profile Table E-1.10: Capacity calculation for 16" circular, tapered pile for B-2 profile Table E-1.11: Capacity calculation for 16" circular, tapered pile for B-3 profile Table E-1.12: Capacity calculation for 16" circular, tapered pile for B-4 profile Table E-1.13: Capacity calculation for 18" circular, tapered pile for B-1 profile Table E-1.14: Capacity calculation for 18" circular, tapered pile for B-2 profile Table E-1.15: Capacity calculation for 18" circular, tapered pile for B-3 profile Table E-1.16: Capacity calculation for 18" circular, tapered pile for B-3 profile 6 7 Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E Appendix-E 0. cII GEOTECHNICAL SERVICES FOR THE DINNER KEY MARINA IMPROVEMENTS 1.0 INTRODUCTION HP Consultants Inc. (HPCI) is submitting this report on the Geotechnical services for the Dinner Key Marina improvements project (the "Project"). HPCI provided these services to Moffatt & Nichol's (M&N) as its subconsultant for providing Miscellaneous Marine & Coastal Engineering Services (RFP 15-16-011) to the City of Miami, FL. (the "City"). Mr. Tim Blankenship, PE, M&N served as the Project Manager. He authorized us to begin the work on 11/05/2018. We sent Mr. Blankenship an initial report on 12/09/2018. This design report incorporates the information from the initial report. 1.1 Project information and data Mr. Blankenship provided us an aerial view of the site showing general locations of the borings. It is included in Appendix -A as Figure A-1. He advised us that the geotechnical services were in support of the "Design -Build" (D-B) procurement for the improvements to the Dinner Key Marina. The improvements included replacement of piles damaged during hurricanes. The pre -stressed concrete piles were to be used possibly for the main piers and as an option for finger docks. Timber piles were to be used as fender/ mooring piles, for timber docks, and for floating dock piles as an option. The piles were to be designed by using programs such as L-Pile and we were to provide geotechnical design parameters and axial capacities of the piles. 1.2 Scope of our work The purpose of our services was to collect data on the offshore subsurface conditions in the vicinity of Dinner Key Marina and assist M&N on the geotechnical aspects of the proposed design -build project, as needed. The scope of our work (the "scope") included the following tasks: 1. Conduct site reconnaissance, mark boring locations in the field, and obtain utility clearance through Sunshine 811 2. Conduct four Standard Penetration Test (SPT) borings to 50' depth 3. Conduct laboratory identification and classification tests, as needed, and classify soils 4. Develop a geotechnical design report providing design parameters and axial pile Capacities for timber and concrete piles. We have completed these tasks. a. cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Page 2 2.0 SITE INVESTIGATION AND LABORATORY TESTING 2.1 Project location The project site is located at 3400 Pan American Drive, Miami, FL. 33133 in the Dinner Key Marina. 2.2 Site conditions The Marina includes seven piers with docking stations for boats (Figures A-1 and A-2 in Appendix -A). The exploration site was the offshore area in the vicinity of these piers. The depth of the water in the proposed drilling area was about 10'. The sea waters were generally calm at the time of our work and did not require jacking up the barge for drilling. 2.3 Geological history Regional geology The South Florida region- M-Dade, Broward, Monroe, and Palm Beach Counties- is underlain by about 11,800-ft of limestone and dolostone. M-Dade County is divided into four geological regions: Everglades Trough, Atlantic Coastal Ridge, Southern Slope, and Gulf Coast Lagoons. Tamiami/Hawthorn, Caloosahatchee, Anastasia, and Ft. Thompson formations, Miami and Key Largo Limestone, Pamlico sand and Holocene' sediments are the key elements of the regional stratigraphy. They are not present in all four geological regions and order of their stratigraphy over the depth is not always chronological. The materials in the top 200-ft±, particularly the Miami and Key Largo Limestone deposits and Ft. Thompson and Anastasia formations have been subjected to chemical erosion during the Pleistocene2 epoch. The resulting Karst landform is characterized by randomly distributed solution channels, cavities, and vugs. M-Dade County however is not known (to us) for sinkholes that are commonly associated with the Karst topography. The present subsurface profile includes erosion and intermittent depositions. The degree and extent of erosion and deposition can vary significantly and randomly at micro -level even within a well -characterized soil unit at macro level. Near -surface soils in the County have been altered en masse for agriculture and urban development; the present day on - land soil profile is typically topped by a few inches to many ft. deep backfill materials. The offshore areas near the land may or may not be subjected to manmade alterations. The Holocene is the current geological epoch. It began approximately 11,650 years, before present after the last glacial period which concluded with the Holocene glacial retreat. Geologic time, from about 1.6 million to the beginning of Holocene epoch, the end of which is characterized by the disappearance of continental ice sheets. 0• Cll Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Page 3 Local geology: Figure B-1(Appendix-B) shows the geological cross section across M-Dade County and the adjacent portion of the Biscayne Bay3. The project site is located in the Biscayne Bay east of the Atlantic Coastal ridge region of M-Dade County. The key subsurface layers at the site are Holocene sediments, Miami Limestone, Ft. Thompson formation, and Key Largo limestone. The Miami Limestone is underlain successively by Ft. Thompson and Key Largo formations in the onshore and coastal areas. The inter -fingering between Ft. Thompson and Key Largo formations (Figure B-1) however can reverse their order of stratigraphic sequence. Brief descriptions of these layers are given below. Holocene sediments: Up to 18-ft. thick Holocene sediments occur near the present coastline. The deposit typically begins at elevations generally less than 5-ft. The sediments include quartz sands, carbonate sands and muds, and organics. Miami Limestone: Miami Limestone is porous and permeable. It appears in two different facies4: oolitic and bryozoan. The oolitic facies consists of white to orangish gray, poorly to moderately indurated (hardened) sandy, oolitic limestone (grainstone) with scattered concentrations of fossils. The bryozoan facies consists of white to orangish gray, poorly to well indurated, sandy, fossiliferous limestone (grainstone and packstone). Beds of sand are also sometimes present as unindurated sediments and indurated limey sandstones. Fossils present include mollusks, bryozoans, and corals. Molds and casts of fossils are common. This layer can be up to 40-ft thick. It is present at the ground level at some locations but usually lies below recent deposits such as Holocene sediments, marine deposits, Pamlico sand and man-made fill. Fort (Ft.) Thompson formation: The Ft. Thompson formation is composed of interbedded sand, marl, sandstone, and limestone of fresh -water and marine origin. This formation shows features of karst topography (vugs, cavities, porosity, flow channels, etc.). The occurrence of limestone in the Ft. Thompson formation is attributed to fluctuations of the water table accompanied by cementation with calcium carbonate. It can be hard and strong, but due to the cavities and presence of sands and silts, even a hard to drill limestone may not always provide the bulk and expected strength of non- karst intact/solid limestone found elsewhere in the world. Although this layer can be up to 80-ft thick, it was likely to be much thinner at the Project site. Key Largo Limestone: The Key Largo Limestone is a fossil coral reef much like the present day reefs offshore from the Keys. It is a white to light gray, moderately to well indurated, fossiliferous, coralline limestone composed of coral heads encased in a calcarenitic matrix. Little to no siliciclastic sediment is found in these sediments. Fossils 4 rock features indicating formations 3 NRCS/USGS database on near -surface profiles does not include offshore areas such as the Dinner Key Marina 0• Cll Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Page 4 present include corals, mollusks, and bryozoans. It is highly porous and permeable and is part of the Biscayne Aquifer of the surficial aquifer system. 2.4 Other historical data Appendix-B includes the pile installation data at Pier 3. 2.5 Utility clearance We marked the boring locations at the site and obtained utility clearance through Sunshine 811. There were no private utilities in the vicinity of the boring locations. 2.6 Subsurface exploration Four 50' deep SPT borings (B-1, B-2, B-3, and B-4) were conducted per ASTMS D1586 using mud -rotary drilling technique. A barge -mounted CME-45 drilling rig was used. It was equipped with an automatic hammer. We sampled subsurface continuously in the top 10' of the SPT borings following FDOT practice and at 5' intervals thereafter to the termination depth. The SPT spoon sample materials were placed in sealed containers and were taken to the laboratory for further evaluation. We closed the boreholes upon completion of the drilling and testing. Figure A-2 shows the boring locations schematically. 2.7 Laboratory testing The SPT samples were arranged in the order of their in -situ sequence to the extent possible. Material descriptions6 and stratification were developed following Visual — Manual Procedure (ASTM Standard D24887). Four sand samples were oven dried and were successively tested for %-finer than #200 sieve (ASTM D1140) and particle -size distribution (ASTM D6913). The particle -size distribution curves are provided in Appendix-C. The wt. of fines obtained from the %- finer than #200 sieve test is included in the particle -size distribution. The tests gave the classification SP- poorly graded sand- for all four samples. s American Society of Testing Materials 6 The terms "gravel," "fine sand," "sand" and "silt" used throughout this report describe particle sizes. The soil samples are preserved and are available for inspection on request. We will discard them after 30-days from the date of the final report. 0• Cll Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Page 5 3.0 ENGINEERING EVALUATION 3.1 Subsurface conditions and soil classification Appendix-D includes the subsurface profile and borelogs that describe material characteristics and stratification encountered in the SPT borings. They are drawn as a function of depth in reference (±0.00) to the local mudline at the boring location as the ground level (GL). The borelogs include material descriptions and soil classification based on ASTM D2487 and ASTM D2488. The stratification shown in the subsurface profiles and borelogs is what we encountered in the field. The boundaries separating successive strata shown in the borelogs and profiles are idealized and approximate. The actual transitions may be gradual. Subsurface conditions may vary within a short distance from a boring location and the boring profile cannot show this change. Rotary drilling and SPT hammering often break the in -situ materials. The SPT tube limits the size of the sampled particles to its diameter, about 2". The circulation fluid removes at least some fine grained materials. Characterizations and classifications based on SPT spoon samples therefore may not be always precise in describing the in -situ composition of particle sizes and the classification of sampled materials but is usually representative. 3.2 Sea water level The sea water level at the time of the drilling was about 10' above the sea bed/mudline at all four boring locations. 3.3 Assessment of soil conditions for the foundation design About one-ft. thick (top) layer at the mudline consisting fine grained soils -with or without significant organic soil component (ML, OL)- encountered in all four boring profiles is unlikely to provide any significant strength. The sand, where present within the top 10' to 15', is very loose and loose. It offers limited strength and has high compressibility. The limestone yielding low N values (<10) is treated as sand for strength assessment°. The portion between 25' to 30' depth in all four borings is a key example of such weak/highly porous limestone. Similarly, limestone yielding N values between 10 and 25 is treated as gravelly sand for strength assessment. The limestone characterized as sand and gravelly sand may provide better capacity than the sands with the similar N values but are compressible and susceptible to punching. The sandy layers between about 32' and 42'/46' depth are dense and very dense. They provide good resistance and end bearing, low compressibility and are suitable for anchoring the piles. The underlying Ft. Thompson offers additional protection 8 Following FDOT's Soils and Foundations Manual 0• Cll Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Page 6 against punching. The Miami limestone encountered at depth between 8' and 22' in boring B-4 is characterized as Intermediate Geo material (IGM). It is suitable for anchoring/socketing the piles. The Ft Thompson formation limestone from about 42' (46' depth at boring B-1) to the termination depth (50') gave N values >30. This IGM material is suitable for anchoring/ socketing the piles. 3.4 Geotechnical design parameters The geotechnical design parameters are given in Table-1. The stratification in the table takes into account N values in addition to the profile encountered in the borings; it is therefore somewhat different from the subsurface profiles given in Appendix B. Table-1: Estimated geotechnical design parameters for the soil and rock Boring B-1 Boring B-2 Boring B-3 Boring B-4 Depth (Ft.) Material & SPT N Properties Depth (Ft.) Material & SPT N Properties Depth (Ft.) Material & SPT N Properties Depth (Ft.) Material & SPT N Properties 0-1 Organic silt (OL) N=2 ;set = 100 pcf C„ =0, c'=0, cp'=0 0-1 Sandy silt (ML) N=2 /sat = 100 pcf Ca =0, c'=0, cp'=0 0-1 Organic silt (OL) N=2 /sat = 100 pcf C° =0, c'=0, cp'=0 0-1 Sandy silt (ML) N=2 ysat = 100 pcf Cu =0, c'=0, cp'=0 14 Loose sand (SP) N=7 /eat = 104 pcf c'=0, cp'=30° 1-4 Sand N=4 ryset = 105 pcf c'=0, cp'=28° 1 9 1-9 Loose sand (SP) N=8 - eat = 104 pcf c'=0, cp'=30° 1 6 Limestone/ Sand N=7 ysat = 105 pcf c'=0, cp'=30° 4-17 Very loose sandSP (SP)sand N=2 /sat = 102 pcf c'=0, cp'=25° 4-12 Loose (SP)sand N=5 ysat = 104 pcf c'=0, v=30° 9-21 Med. dense sand (SP) N=21 year = 113 pcf c'=0, cp'=35° 6-8 Loose ( ) N=6 yset = 104 pcf c'=0, cp.=29° 17-22 Limestone/ Gravelly sand N=25 rsa, = 120 pcf c'=0, cp'=39° 12-32 Limestone/ Sand N=8 /set = 105 pcf c'=0, cp'=30° 21-32 Limestone/ Gravelly sand N=20 rest = 110 pcf c'=0, cp'=38° 8-22 Limestone (IGM) N=48 ;,,set = 130 pcf q°=20 & qt=5 tsf cp'=40° 22-26 Limestone/ Gravelly sand N=17 7ear = 110 pcf c'=0, cp'=37° 32-42 Very Dense sand N=40 /set = 125 pcf c'=0, cp'=39° 32-42 Very Dense sand N=42 ysat = 125 pcf c'=0, tp'=39° 22-28 Limestone/ Sand N=7 7/sat = 105 pcf c'=0, cp'=30° 26-32 Limestone/ Sand N=8 year = 105 pcf c'=0, cp'=30° 42-50 Limestone (IGM) N=58 /set = 130 pcf q°=20 & qt=5 tsf 42-50 Limestone (IGM) N=38 7sat = 130 pcf q°=20 & qt=5 tsf 28-42 Dense sand (SP) N=26 7/sat = 115 pcf c'=0, cp'=37° 32-46 VeryDense/ Dense sandc'=0, N=33 - set = 120pcf cp'=39° NOTES Limestone/ Limestone =treated as gravelly Gravelly sand sand s z pcf Ibs/fi tsf ton/ft yset = Saturated unit weight Cu = Undrained shear strength c', cp'= Effective cohesion & friction qu, qt= Unconfined compressive & tensile Multiply (automatic hammer) SPT N 42-50 Limestone (IGM) N=41 year = 130 pcf qu=20 & qt=5 tsf cp'=40° Limestone/ = Limestone treated Sand as sand 46-50 Limestone (IGM) N=49 /set = 130 pcf qU=20 & qt=5 tsf cp'=40° angle espectively strength respectively value by 1.24 for Safety hammer N IGM =Intermediate geo- material 3.5 Axial capacity assessment for piles Pile capacity analyses are provided for driven timber and concrete piles. The pile capacities are given as a function of depth below the seabed levels (±0.00) at the four boring locations and include skin friction and end bearing. 0• Cll Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Page 7 3.5.1 Capacity of timber piles using effective stress method9 The capacity analyses are for tapered timber piles. The piles are identified by their (butt) diameters- 12", 14", 16", and 18"- at the mudline. All piles are assumed to be tapered at the uniform rate of 1" over 10' pile length (i.e., depth below the mudline). Pile diameters therefore decease with depth and the tip diameter of a pile is the diameter at the termination depth. The analyses use the stratification and parameters (viz., saturated unit weights, 7sat and effective friction angles, (p') given in Table-1 and the empirical relations given Table-2 to assess the skin friction ((3) and toe resistance (Nt) coefficients. Table-2: Range of (3 and Nt Coefficients (Fellenius, 1991)10 Soil Type (p' (3 Nt Clay 25-30 0.23-0.40 03-30 Silt 28-34 0.27-0.50 20-40 Sand 32-40 0.30-0.60 30-150 Gravel 35-45 0.35-0.80 60-300 The results of the analyses are given in appendix E-1 in a tabular form. Each table is for a specific butt diameter and strength profile (Table-1). It provides (3 and Nt coefficients, ultimate skin friction, ultimate end bearing, and total ultimate capacity for piles of lengths from 1' to 50' below the mudline (0.0'). Design load using a factor of safety of 3 is also provided as an example. 3.5.2 Capacity of concrete piles using the program FB-Deep All the piles identified for installation (Section 1.1) are driven piles. Only square concrete piles were analyzed since square piles were used in the construction of Pier-3. The FB-deep analysis uses N values for estimating the skin friction and end bearing. These N values are given in Table-1. Other data used in the analysis are given below 9 Applicable to both cohesive and cohesionless soils 10 After Timber pile design and construction manual; Table-2 does not provide empirical relation for rocks in general and limestone (IGM, intermediate geo material) in particular. We therefore assigned the maximum permissible value of 40 degrees to the effective friction angle to IGM for assessing g and Nt. and treated the remaining Miami limestone layers as sand and gravelly sand. 0• Cll Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Page 8 Unit weight of concrete: Ground level (mudline): Correction factor for N values: Extension of Ft. Thompson to: Stratification input method: Pile sizes 145 lbs./cubic ft. (pcf) 0.0' 1.24 60.0' (an assumption needed to facilitate end bearing calculation) Option B (identifying material above and below the boundary at the change of stratum depth) Square piles of size 12", 14", 16" and 18" The results of the analyses are given in appendix E-2. The FB-Deep output for concrete piles include plots and the numerical data printout for lengths from 1' to 50'. Each output is for a specific pile sizer and strength profile (Table-1). 0• Cll Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Page 9 4.0 DESIGN AND CONSTRUCTION RECOMMENDATIONS The recommendations in this section are based on the exploration results, axial capacity analyses, and our assessment given in Section 3. We have provided them as additional information. They are not obligatory in any manner; the design -builders may conduct their own investigation and analyses without depending on these recommendations and any other information given in this report. We support the use of driven piles for the proposed offshore foundations for the piers, docks, fenders/moorings, floating docks and any other offshore structure. We do not recommend using auger cast piles and shallow foundations for offshore structures. Although we prefer using pre -cast concrete piles to other materials for supporting the proposed structures, it is feasible to use timber piles. When used, the timber piles should be used for axial compressive capacity up to 15-ton, providing • they are pre-treated according to Specification 955 of FDOT Standard Specifications for Road and Bridge Construction, • they are socketed either in IGM limestone or anchored in dense/very dense sand, and • the timber and pile structures can resist all the loads (axial, lateral, moments, impact, etc.) over the design life 1 The axial compressive capacities of circular tapered timber piles given in Appendix-E-1 are only for timber piles of the specific geometry used in the analyses. Similarly, axial compressive capacities of square concrete piles given in Appendix-E-2 are only for square concrete piles of the specific geometry used. Neither the capacities of timber piles nor their unit skin friction nor unit end bearing values are applicable to concrete piles, and vice versa, even if the piles are of the same size and shape, and have the same depths below the mudlines. 2. While designing piles and superstructure elevations, factor in sea level (submergence depth) commensurate with the hurricane conditions, long-term sea level rise, and local variation in the mudline elevations among other factors. Any change in the submergence depth however will not affect the effective stresses in the soil and rock beneath the mudline. 3. Apply appropriate factor of safety (not less than 2) to the ultimate skin friction and the mobilized end bearing given in the Appendices E-1 and E-2 to arrive at the design axial capacity. It is appropriate to use different factors of safety for skin friction and end bearing. The factor of safety for end bearing can be more than that for the skin friction. 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Page 10 4. The axial compressive loads may not govern the structural design of the piles. Do not depend on the axial capacity values given in Appendices E-1 and E-2 alone; design piles for appropriate vertical loads, lateral loads and bending moments (including but not limited to wind load, boat impact loads, hurricane induced uplift forces), after taking into account factors such has pile length, fixity conditions, pile cap connections, group behavior, permissible settlements and lateral movements. 5. Limit tensile allowable design load on a pile to 50% of the skin friction component of the allowable capacity (ultimate skin friction capacity/ factor of safety) minus its self -weight. 6. The pile design should take into consideration that the piles will remain in one of the most corrosive environment for concrete, steel, and timber. Refer FDOT's Structures Manual for guidance. 7. Use the recommendations in Sections 953 and 955 of FDOT Standard Specifications for Road and Bridge Construction as a resource for design and construction. ASTM D25-12 (2017) Standard Specification for round timber piles (or its later version, if any) and Timber Piles, Design and Construction Manual published by Timber Piling Council are other resources for timber pile design and construction. These resources may not address all of the safety concerns associated with timber use. Address additional safety, health, and environmental concerns and regulatory requirements per the City requirements and Industry standards. 8. While designing the piles, consider scour and effects of shifting of sands during storms and hurricanes. The effects should include but not limited to the loss of skin friction/ strength due to lowered mudline and reduction in effective overburden pressure. Our capacity analyses for timber piles have already discounted the skin friction in top one-ft. layer of silt and/or organics. However it may not be enough. 9. The limestone from depths of about 42' (46' at boring B-1) to 50' appears to be a good material to socket the piles in. Socketing however may require pre -drilling for timber and concrete piles. Piles, particularly the timber piles may also require preforming or pre - drilling in Miami limestone that is considered as IGM (Intermediate Geo Material). 10. The limestone in the depth ranges of about 25'± to 30'± does not appear suitable to serve as the base material for resting piles in. This layer is more likely to affect the design of timber piles. 11. Design pile groups for the minimum center to center distance between two adjacent piles not less than three -times the largest pile diameter in the group. 12. Comply with the project requirements of the City of Miami and Florida Building Code on all aspects of geotechnical design and construction. 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Page 11 13. Comply with the requirements in Sections 455 of 2019 FDOT Standard Specifications for Road and Bridge Construction as applicable. Also comply with ASTM D25-12 (2017) Standard Specification for round timber piles (or its later version, if any) and use Timber Piles, Design, and Construction Manual published by Timber Piling Council as a resource for timber pile construction. Address the safety concerns associated with timber use. Additional safety, health, and environmental concerns and regulatory requirements may need to be addressed. 14. Consider conducting pile load tests to assess the in -situ capacity of the piles prior to installing production piles. The piles not socketed in IGM Limestone need such testing than those are to be socketed. 0• Cll Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Page 12 5.0 REPORT LIMITATIONS HP Consultants Inc. (HPCI) has provided its professional engineering services for the project: Geotechnical services for the Dinner Key Marina improvements. We have provided our findings and recommendations. This report follows generally accepted geotechnical engineering principles and practices. HPCI is not responsible for the conclusions, opinions, or recommendations others may draw from the information in this report. No warranties are expressed, or implied. HPCI shall not be held responsible in any manner for the failure and nonperformance of proposed structures, if others change our recommendations for any reason and/or, if the failure and nonperformance are caused by structures, elements, actions and factors that are not a part of HPCI's work, or HPCI's recommendations are not properly implemented. HPCI is not responsible for the errors and omissions in the work of others that HPCI was required to use for its work. If any change(s) and variation(s) become evident during construction, or are desired during the course of this project, re-evaluation of our recommendations in this report may become necessary. HPCI should be given an opportunity to evaluate the consequences of the changes and variations. The scope of our services did not include any environmental assessment, or investigation for the presence/absence of hazardous/toxic materials in the soil, and groundwater. Statements in this report if any, regarding odors, staining of soils, or other conditions observed, are strictly for the information of our client. HPCI has prepared this report for the exclusive use of Moffatt & Nichol, the City of Miami, and its other subconsultants for Dinner Key Marina improvements identified in this report and shall not be used for any other project. 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Appendix A Project location plans 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Figure A-1: Site plan and general boring locations 0• cII Geotechnical services for the Alice Wainwright Park shoreline improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-16-01 Appendix B: Historic data 0• cII Geotechnical services for the Alice Wainwright Park shoreline improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-16-01 Key Largo Limestone in the Miami - Biscayne Bay Region west east Idealized East-West Cross Section of Miami Area Big Cypress Swamp Qm ,Qo Everlades land surface Atlantic Coast Ridge mean sea level OP Miami Parker (1951) cross section was not drawn to scale, the horizontal distance is 30 miles, greatest vertical depth to base of Biscayne aquifer is 290 feei Qn Everglades soils D CO Pamlico sands Qm Miami oolite Q Qk Key Largo limestone Q Qft Fart Thompson Formation El Pc Caloosahatchee mad 0 Mt Tamiami formation 0 Mh Hawthorn formation Biscayne Bay Qft _ s Qk Key Largo 41+ Limestone Pc Biscayne Aquifer base Mt Mb Mh Interfingering beneath Biscayne Bay known since the 1950's Slide credit, Dr. Donald F. McNeill, Ph.D., PG ww, portofmiamitunnel.com Port of Miami Figure B-1: Geological cross section across M-Dade County and adjacent Biscayne Bay a. Cll COASTAL SYSTEMS 1. TKO.AtIONAi, COASTAL SYSTEMS INTERNATIONAL, INC. 464 South Dixie Highway • Coral Gables, Florida 33146 Tel. 305-661-3655 - Fax: 305-661-1914 www.coastalsystemsint, com LETTER OF TRANSMITTAL COMM: 220200.06 TO: City of Miami Department of Capital Improvements 444 S.W. 2nd Avenue, 8th Floor Miami, Florida 33130 (305) 416-1206 ItE: DINNER KEY MARINA (PIER 3) WE ARE SENDING YOU (Via U.S. Mail): DATE: May 4, 2009 ATTN: Mr. Carlos Vasquez FROM: Mr. Josiah M. Berg, P.E. Attached ❑ Under separate cover E Plans ❑ Change Order Copies ❑ Prints ❑ Copy of Letter ❑ Permit Sketches ❑ Specifications Description Pile Installation Monitoring Services THESE ARE TRANSMITTED as checked below: ❑ For approval • For your use ❑ For review & comment REMARKS: E As requested ❑ Return for corrections ❑ For bids due ❑ Diskette Other ❑ Approved as submitted ❑ Approved as noted ❑ Other Should you have any questions, or require additional assistance, please do not hesitate to contact me at (305) 661-3655, ext. 260 or jmberg@coastalsystemsint.com. Thank you, Josiah Fi1c, JMB FTrojeci\22o200 D6 Corcespondcnce\(09-03.09) LOT C Vasquez construction plans doe Coastal, Environmental, Civil Engineering and A1anagement RECEIVED MAY 7 2009 CAPITAL IMPROVEMENTS COASTAL SYSTEMS i/IiAL COASTAL SYSTEMS INTERNATIONAL, INC. 464 South Dixie Highway • Coral Gables, Florida 33146 Tel: 305-661-3655 • Fax: 305-661-1914 www.coastalsystemsint.com May 4, 2009 CITY OF MIAMI Building Official 220200.06 RE: PILE INSTALLATION MONITORING SERVICES FOR THE DINNER KEY MARINA PIER 3 REPAIRS PROJECT, MIAMI, FLORIDA BUILDING PERMIT NUMBER: 09-5003543 CIP PROJECT NUMBER: B-30562 Dear Ladies and Gentlemen: Presented herein are the results of the pile installation monitoring services provided by Coastal Systems International, Inc. (Coastal Systems) for the City of Miami (Client) for the Dinner Key Marina Pier 3 Repairs Project (Project). A representative of Coastal Systems was on site to monitor the installation of (12) 45' long, 14" square prestressed concrete piles by Shoreline Foundation, Inc. on April 20, 21 and 22, 2009. The installation was performed with a barge -mounted crane and a APE Model D19-42 Single Action Diesel Hammer operating on Pump Setting 3. Piles were driven to or beyond their required tip elevation in accordance with the Project Construction Drawings and Specifications. Refer to the enclosed Figure 1 for the pile layout and referencing plan. The following Iist of Attachments is included in this document: • Attachment 1 —Pile Layout and Referencing System • Attachment 2 - Pile Driving Logs • Attachment 3 - Pile Hammer Data The minimum required axial pile capacity of 25 tons was attained based on the ENR formula (refer to Attachment 3). This corresponds to a minimum blow count of 9 blows/foot on Pump Setting 3. Pile B3 had an approximate axial capacity of 13.6 tons, which was below the design requirements. However, the structural calculations were reviewed and the pier should perform to the design conditions despite this reduced capacity. Coastal, Environmental, Civil Engineering and Management 220200.06 Building Official May 4, 2009 Page 2 Should you have any questions or require additional assistance, please feel free to contact me at 305- 661-3655. Sincerely, COASTAL SYS MS RNATIONAL, INC. FLFsB#9s87 Timothy . Blan enship, Director of Engineering FL 55910 cc: Carlos Vasquez, City of Miami, CIP Carlos Varela, Shoreline Foundation TKB:mr Enclosures Cc. Iikt. TKO. JMII. CM F Wroirst 0200.061Cnrrcsptnkrcel(ll.uSdH) E lit Building [kin pile installation monitoring scr.,x 4 tc Coastal, Environmental, Civil Engineering and Management Attachment 1 - Pile Layout and Referencing System 119940 1rn cc= 1st Otat DEsoW D4 l OMIME NOTE: AS BUILT DIMENSIONS MAY VARY FROM THOSE DEPICTED ON THIS SHEET. O ,Y-s' r Ir-O _ Irk' .- Os „ IT-r T l I i 11'l1 TCIG` ligp 1 1 1 .1 :i _ _ — _ �" _ C. �' -. — _ — _ — Y.y _ _ Y. • j , F jI [`! 4.—'— _1-----, ,1�, r i N-r ci311, PIELE PLAN 1r-r § 4 •1 wrr ,•. r.a• was HOED RIM 10 TILL IS MOWS Dean lDOS SUBMITTAL mow OM o• PRY .y + ATT-1 COASTAL SYS EMS INTERNATIONAL Attachment 2 - Pile Driving Logs Page 1 of 4 PILE DRIVING RECORD Project: Dinner Key Marina Location: Pier 3 Hammer: APE D19-42 Contractor: SFI Engineer: CM Coastal Job No: 220200.06 Pile Date Start/End 1 Location B2 Pile Date Start/End 2 Location B3 04/21/09 Pile Type 14"sq Conc. 04/21/09 Pile Type 14"sq Conc. 0750/0755 Tip EL. -39' 0820/0825 Tip EL. -39' DEPTH TIP ELEVATION BLOWS I t w o TIP ELEVATION I BLOWS I COMMENTS DEPTH o � ga Lu 0 = DEPTH TIP ELEVATION BLOWS Comments 1 13.5 4 17 -29.5 15 Start Hammer Setting 1 l -13.5 9 17 ?9 13 Hammer Setting 3 2 -14.5 10 18 -30.5 12 Hammer Setting 2 @ El.-18' 2 -14.5 6 18 -30.5 13 3 -15.5 8 19 -31.5 15 Hammer Setting 3 @ El. 34' 3 -15.5 II 19 -}1.5 10 4 -16.5 8 20 -32.5 10 4 -16.5 10 20 -32.5 10 5 -17.5 5 21 -33.5 12 5 -17.5 8 21 .33.5 6 6 -18.5 4 22 -34.5 25 6 -18.5 7 22 -34.5 12 7 -19.5 2 23 -35.5 25 7 -19.5 8 23 -35.5 17 8 -20.5 3 24 -36.5 22 8 -20.5 II 24 -36.5 13 9 -21.5 5 25 -37.5 16 9 -21.5 15 25 •37.5 10 10 -22.5 9 26 -38.5 15 10 -22.5 17 26 -38.5 6 11 -23.5 I 27 -39 11 /6 11 -23.5 16 27 -39 3 12 -24.5 9 12 -24.5 16 13 -25.5 10 13 -25.5 18 14 -26.5 10 14 -26.5 14 15 -275 10 15 -27.5 14 16 -28.5 10 16 -28.5 13 ELEVATION REF: +5.19' (Top of Main Pier) ELEVATION REF: SKETCH/REMARKS: -10' (Approx. Dredge Elevation) SKETCH/REMARKS: -3' Prepunch depth +5.19' (Top of Main Pier) -10' (Approx. Dredge Elevation) -3' Prepunch depth COASTAL SYS EMS INTERNATIONAL Attachment 2 - Pile Driving Logs Page 2 of 4 PILE DRIVING RECORD Project: Dinner Key Marina Location: Pier 3 Hammer: APE D 19-42 Contractor: SFI Engineer: CM Coastal Job No: 220200.06 Pile Date Start/End 3 Location B4 Pile Date Start/End 4 Location A4 04/21/09 Pile Type 14"sq Conc. 04: 21/09 Pile Type 14"s' Conc. 0830/0835 Tip EL. -35.5' 0840/0845 Tip EL. -35.5' DEPTH TIP ELEVATION BLOWS I TIP ELEVATION I BLOWS I COMMENTS TIP ELEVATION BLOWS TIP ELEVATION 0 cm Comments -13.5 2. 9 17 -29.5 14 Hammer Semng 3 1 -13.5 2/1 6 17 -29.5 17 Hammer Setting 3 2 -14.5 4 18 -30.5 13 2 -14.5 9 18 -30.5 19 3 -15.5 8 19 -31.5 16 3 -15.5 10 19 -31.5 17 4 -16.5 7 20 -32.5 19 4 -16.5 8 20 -32.5 20 5 -17.5 6 21 -33.5 18 5 -17.5 7 21 -33.5 20 6 -18.5 5 22 -34.5 20 6 -18.5 5 22 -34.5 17 7 -19.5 5 23 -35.5 21 7 -19.5 4 23 -35.5 17 8 -20.5 1 8 -20.5 3 9 -21.5 3 9 -21.5 5 10 -22.5 5 10 .22.5 11 11 -23.5 17 11 -23.5 15 12 -24.5 12 12 -24.5 17 13 -25.5 10 13 -25.5 16 14 -26.5 18 14 -26 5 19 15 -273 15 15 -27.5 14 16 -28.5 14 16 -28.5 14 ELEVATION REF: +5.19' (Top of Main Pier) ELEVATION REF: SKETCH/REMARKS: -10' (Approx. Dredge Elevation) SKETCH/REMARKS: -3' Prepunch depth +5.19' (Top of Main Pier) -10' (Approx. Dredge Elevation) -3' Prepunch depth COASTAL INTERNATIONAL Attachment 2 - Pile Driving Logs Page 3 of 4 PILE DRIVING RECORD Project: Dinner Key Marina Location: Pier 3 Hammer: APE D19-42 Contractor: SFI Engineer: CM Coastal Job No: 220200.06 Pile Date Stari/End 5 Location B4 Pile Date Start/End 6 Location A4 04/21/09 Pile Type 14"sg Conc. 04/21/09 Pile Type 14"sq Conc. 0850/0855 Tip EL. -35.5' 0900/0905 Tip EL. -35.5' 0 TIP ELEVATION BLOWS 0 TIP ELEVATION BLOWS COMMENTS 0 TIP ELEVATION BLOWS a TIP ELEVATION BLOWS Comments 1 13.5 17 29.5 14 Hammer Setting 3 i 13 ` 6 17 ?9.5 16 Hummer Setting :1 2 -14.5 10 18 -30,5 16 3 .14.5 9 18 -30.5 13 3 -15.5 11 19 -31,5 17 3 -15.5 10 19 -31.5 13 4 -16.5 10 20 -32.5 17 4 -16.5 10 20 -32.5 9 5 -17.5 8 21 3: 5 19 5 .17.5 8 21 -33.5 18 6 -18.5 7 22 -34 5 20 6 -18.5 5 22 -34 ` '6 7 -19.5 5 23 -35.5 19 7 -19.5 6 23 -35.5 35 8 -20.5 4 8 -20.5 6 9 -21.5 5 9 21.5 9 10 22,5 7 10 -22,5 14 11 -23.5 10 11 -23.5 16 12 -24.5 13 12 -24.5 15 13 -25.5 13 13 -25.5 13 14 26.5 13 14 -26.5 12 15 -27.5 14 15 -27.5 13 16 -28.5 14 16 -28.5 15 ELEVATION REF: SKETCH/REMARKS: +5.19' (Top of Main Pier) ELEVATION REF: -10' (Approx. Dredge Elevation) SKETCH/REMARKS: -3' Prepunch depth 5.19' (Top of Main Pier) -10' (Approx. Dredge Elevation) -3' Prepunch depth COASTAL INTERNATIONAL Attachment 2 - Pile Driving Logs Page 4 of 4 PILE DRIVING RECORD Project: Dinner Key Marina Location: Pier 3 Hammer: APE D19-42 Contractor: Engineer: Coastal Job No: SFI CM 220200.06 Pile Date Start/End 7 Location B 1 Pile Date Start/End 8 Location A l 04/21/09 Pile Type 14"sq Conc. 04/21/09 Pile Type 14"sq Conc. 1025/1030 Tip EL. -35.5' 1030/1040 Tip EL. -35.5' - t n TIP ELEVATION BLOWS t o TIP ELEVATION 3 0 COMMENTS DEPTH TIP ELEVATION 3 n DEPTH TIP ELEVATION BLOWS Comments 1 -13.5 - 17 29.5 14 • Hammer Setting 3 I -13.5 - 17 29.5 19 Hammer Setting 3 2 -14.5 - 18 -30.5 14 2 -14.5 - 18 -30.5 25 3 -15.5 - 19 -31.5 12 3 -15.5 - 19 -31.5 25 4 -16.5 2/ 9 20 -32.5 12 4 .16.5 - 20 -32.5 25 5 -17.5 5 21 -33.5 11 5 -17.5 2" 10 21 -33.5 20 6 -186 8 22 .34.5 11 6 -18.5 5 22 -34.5 21 7 -19.5 9 23 -35.5 15 7 -19.5 8 23 -35.5 24 8 -20 5 8 8 -20.5 8 9 -21.5 11 9 -21.5 8 10 -22.5 12 10 .22.5 7 11 -23 5 16 11 •23.5 8 12 -24.5 20 12 -24.5 9 13 -25.5 23 13 -25.5 10 14 -26.5 19 14 -26.5 11 15 -27.5 21 15 .27.5 14 16 -28.5 17 16 28.5 16 ELEVATION REF: +5.19' (Top of Main Pier) ELEVATION REF: +5.19' (Top of Main Pier) SKETCH/REMARKS: -10' (Approx. Dredge Elevation) SKETCH/REMARKS: -10' (Approx. Dredge Elevation) 1 Set in preexisting hole Set in preexisting hole COASTAL SYSTEMS INTERNATIONAL Attachment 2 - Pile Driving Logs Page 1 of 2 PILE DRIVING RECORD Project: Dinner Key Marina Location: Pier 3 Hammer: APE D19-42 Contractor: SFI Engineer: CM Coastal Job No: 220200.06 Pile Date Start/End 9 Location B5 Pile Date Start/End 10 Location A5 04/22109 Pile Type 14"sq Conc. 04/22/09 Pile Type 14"sq Conc. 075010755 Tip EL. -34.5' 0800/0805 Tip EL. -33.5' a TIP ELEVATION BLOWS 1 a TIP ELEVATION BLOWS COMMENTS c TIP ELEVATION BLOWS DEPTH TIP ELEVATION BLOWS Comments I 13.5 • 17 -29.5 10 hammer Senmg 3 I -13.5 17 =9.. 11 Hammer Scninz .. 2 -14.5 2: 9 18 -30.5 I 2 -14.5 • 18 -30.'. 14 3 -15.5 ? 19 -31.5 21 3 -15.5 11 6 19 -31.5 11 4 -16.5 8 20 -32.5 13 4 -16.5 7 20 -32.5 14 5 -17.5 6 21 -33.5 15 5 -17.5 7 21 -33.5 15 6 -18.5 5 22 -34.5 14 6 -18.5 6 7 -19.5 3 7 -19.5 4 8 -20.5 4 8 -20.5 2 9 -215 3 9 -21.5 2 10 -22.5 4 10 -22.5 6 I1 •23.5 7 11 -23.5 8 12 -24.5 7 12 -24.5 9 13 -25.5 6 13 -25.5 8 14 -26.5 6 14 -26.5 9 15 -27.5 6 15 -27.5 9 16 -28.5 8 16-- -28.5 11 ELEVATION REF: +5.19' (Top of Main Pier) ELEVATION REF: SKETCH/REMARKS: -11' (Approx. Dredge Elevation) SKETCH/REMARKS: -3' Prepunch depth 5.19' (Top of Main Pier) -11' (Approx. Dredge Elevation) -3' Prepunch depth COASTAL SYS EMS_ INTERNATIONAL Attachment 2 - Pile Driving Logs Page 2 of 2 PILE DRIVING RECORD Project: Dinner Key Marina Location: Pier 3 Hammer: APE D19-42 Contractor: SF1 Engineer: CM Coastal Job No: 220200.06 Pile Date Start/End 11 Location B5 Pile Date Start/End 12 Location A5 04/22/09 Pile Type 14"sq Conc. 04/22/09 Pile Type 14"sq Conc. 0810/0815 Tip EL. -32.5' 0820/0825 Tip EL. -33.5' t t, TIP ELEVATION I 3 o t p 1= 1= BLOWS 1 COMMENTS t LT: c TIP ELEVATION BLOWS DEPTH 0 a P 3 o n Comments 1 -13.5 - 17 -29.5 20 Hammer Scttmg 3 1 -13.5 17 -29.5 13 Hammer Setting 3 2 -14.5 - 18 -30.5 19 2 -14.5 - 18 -30.5 13 3 -15.5 - 19 -31.5 15 3 -15.5 4! 6 19 -31.5 13 4 -16.5 - 20 -32.5 13 4 -16.5 7 20 -32.5 12 5 -17.5 - 5 -17.5 8 21 -33.5 16 6 -18.5 5 6 -18.5 8 7 -19.5 4 7 -19.5 8 8 -20.5 4 8 -20.5 5 9 -21.5 4 9 -21.5 8 10 -22.5 7 10 -22.5 11 11 -23.5 11 11 -23.5 11 12 -245 11 12 -24.5 15 13 -25.5 13 13 -25.5 16 14 -26.5 17 14 -26.5 15 15 -27.5 20 15 -27.5 13 16 -28.5 20 16 -28.5 11 ELEVATION REF: +5.19' (Top of Main Pier) ELEVATION REF: SKETCH/REMARKS: -11' (Approx. Dredge Elevation) SKETCH/REMARKS: -3' Prepunch depth +5.19' (Top of Main Pier) -11' (Approx. Dredge Elevation) --3' Prepunch depth Attachment 3 - Pile Hammer Data Page 1 of 1 No picture available Model D19-42 Diesel Hammer Maximum obtainable energy 51,770 ft-Ibs Maximum obtainable stroke 148.3 inches Pump setting 1: (minimum) 20,540 ft-Ibs Pump setting 2: Pump setting 3: Pump setting 4: (maximum) 42,598 ft-lbs "Optional variable throttle gives infinite stroke control. Stroke at rated energy Energy at rated stroke 10ft2in, 47,300 ft-Ibs Speed 37-53 bpm Ram 4,190 lbs Anvil 754 Ibs Hammer weight (includes trip device) 9,259 lbs Typical operating (weight with drive cap) 11,344 Ibs Weight 900 Ibs Diameter 22.5 inches Thickness 6 inches Type Diameter Manocast MC 901 22.5 Inches Thickness 2 inches Elastic -modulus 285 kips per square Inch Coef of restrituion 0.8 Weight (fits 8 by 26 inch leads) 1,350 Ibs Square box inserts size 10" through 20" aprox. 1,400 lbs Pipe inserts for pipe size 12" to 24" diameter Consult factory Fuel tank (runs on diesel or blo -diesel) 8.5 gal Oil tank 2.4 gal Diesel or Bio-dlesel fuel Lubrication 1.5 gallhr .26 gal/hr "Grease once per45 minutes of driving time Length overall 186.2 inches Length over cylinder extension 219.3 Inches impact block diameter Hammer width overall 17.3 Inches 19 Inches Minimum clearance for leads 14.2 inches Standard lead size 8 X 26 inch Hammer guiding for FEC ST-75 & ST-100 available Consult factory 11ttn•IM.. .0 unPvilnrn r•nmlacnknrintrliPCP1enpr'c acn9mnrlPl=ill 0 4.1 .Qrhrrip=rlt. .rl ah7cl?11r17 Attachment 3 - Pile Hammer Data COASTAL SYSTEMS INTERNATIONAL, INC. APPROVAL OF THIS SUBMITTAL IS SUBJECT TO THE PROVISIONS OF THE CONTRACT DRAWINGS AND SPECIFICATIONS THIS ACTION IS FOR GENERAL CONCURRENCE ONLY AND THE ENGINEER IS NOT RESPONSIBLE FOR ERRORS OR OMISSIONS. ErKPPROVED ❑ APPROVED WITH NOTATIONS INDICATED RESUBMITTAL NOT REQUIRED ❑ APPROVED WITH NOTATIONS INDICATED RESUBMIT WITH CORRECTIONS O DISAPPROVED. RESUBMIT 00141( *46 S !Apt. REVIEWED BY DATE r Attachment 3 - Pile Hammer Data Page 1 of 1 APE MODEL D19-42 SINGLE ACTION DIESEL HAMMER PILE PUMP LOAD IN SETTING 1 TONS (blows/foot) PUMP SETTING 2 (blows/foot) PUMP SETTING 3 (blows/foot) PUMP SETTING (blows/foot) 15 20 25 30 35 40 45 50 10 13 17 21 25 30 34 39 7 9 12 15 17 20 23 26 5 7 9 11 13 15 17 .19 5 6 8 10 11• 13 15 16 PUMP SETTING 1 = PUMP SETTING 2 PUMP SETTING 3 = PUMP SETTING 4 = s=(2E/P)-0.1 20540 ft-ibs 28680 ft-Ibs 37665 ft-Ibs 42600 tt-lbs blOWS/toot = (121n/tt)/(s) P: Safe bearing Toad developed by the pile in pounds E: Manufacturer's rating of energy developed by the hammer in foot-pounds s: Penetration of the pile into the ground per blow in inches taken as the average over the last 10 blows. Penetration snarl oe measurea at a time when there is no appreciable rebound of the hammer and the preceding blow was struck upon a sound pile head or driving block. Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Appendix C Laboratory test results 0• Cll Geotechnical services for the Dinner Key Marina improvements: Geotechnical Data Report HPCI Project No.: GE-M&N-CityMia-18-01 GRAIN SIZE DISTRIBUTION PROJECT NAME: Geotechnical services for the Dinner Key Marina improvements: Geotechnical Data Report Boring no. B-1 Sample no. 3,4,5 Depth interval (ft.) 4.0'-10.0' CLIENT: Moffatt & Nichol PROJECT #: GE-M&N-CityMia-18-01 DATE: 5-Dec-18 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1.5' 1" 3/4" 3/8" #4 #10 #20 #40 #60 #100 #200 100.00 I I 1 1 1 1 1 1 1 I 90.00 80.00 70.00 60.00 O z rn co a 50.00 r z w 0 K w a 40.00 30.00 20.00 10.00 0.00 + I 1 I i 100 10 1 0 1 0.01 0.001 GRAIN SIZE in millimeters ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand % < #4 and > #10 2.84 Cu = D60 / D10 Coarse Gravel % < 3" and > 3/4" 0.00 Medium Sand % < #10 and > #40 9.79 2.58 Fine Gravel % <3/4" and >#4 4.28 Fine Sand % < #40 and > #200 78.09 Cc= (D30)^2 / (D10 x D60) D 10 (mm) = 0.12 Silt and clay % <#200 5.00 1.19 D 60 (mm)= 0.31 D 30 (mm)= 0.21 Soil class and description Poorly graded( fine) sand (SP) Geotechnical services for the Dinner Key Marina improvements: Geotechnical Data Report HPCI Project No.: GE-M&N-CityMia-18-01 GRAIN SIZE DISTRIBUTION PROJECT NAME: Geotechnical services for the Dinner Key Marina improvements: Geotechnical Data Report Boring no. B-2 Sample no. 3,4 Depth interval (ft.) 4.0'-8.0' CLIENT: Moffatt & Nichol PROJECT #: GE-M&N-CityMia-18-01 DATE: 5-Dec-18 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1.5' 1" 3/4" 3/8" #4 #10 #20 #40 #60 #100 #200 100.00 1 1 1 1 1 1 1 1 1 I 90.00 80.00 70.00 60.00 O z rn co a 50.00 r z w 0 K w a 40.00 30.00 20.00 10.00 0.00 + I 1 I i 100 10 1 0 1 0.01 0.001 GRAIN SIZE in millimeters ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand % < #4 and > #10 2.75 Cu = D60 / D10 Coarse Gravel % < 3" and > 3/4" 0.00 Medium Sand % < #10 and > #40 15.97 2.07 Fine Gravel % <3/4" and >#4 4.54 Fine Sand % < #40 and > #200 73.43 Cc= (D30)^2 / (D10 x D60) D 10 (mm) = 0.15 Silt and clay % <#200 3.31 0.95 D 60 (mm)= 0.31 D 30 (mm)= 0.21 Soil class and description Poorly graded( fine) sand (SP) Geotechnical services for the Dinner Key Marina improvements: Geotechnical Data Report HPCI Project No.: GE-M&N-CityMia-18-01 GRAIN SIZE DISTRIBUTION PROJECT NAME: Geotechnical services for the Dinner Key Marina improvements: Geotechnical Data Report Boring no. B_3 Sample no. 6 Depth interval (ft.) 13.0'-15.0' CLIENT: Moffatt & Nichol PROJECT #: GE-M&N-CityMia-18-01 DATE: 5-Dec-18 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1.5' 1" 3/4" 3/8" #4 #10 #20 #40 #60 #100 #200 100.00 I I I I 90.00 80.00 70.00 60.00 O z rn co a 50.00 r z w U K w a 40.00 30.00 20.00 10.00 0.00 + 1 100 10 1 0 1 0.01 0.001 GRAIN SIZE in millimeters ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand % < #4 and > #10 4.39 Cu = D60 / D10 Coarse Gravel % < 3" and > 3/4" 0.00 Medium Sand % < #10 and > #40 17.42 2.43 Fine Gravel % <3/4" and >#4 3.01 Fine Sand % < #40 and > #200 70.57 Cc = (D30)^2 / (D10 x D60) D 10 (mm) = 0.14 Silt and clay % <#200 4.61 1.53 D 60 (mm)= 0.34 D 30 (mm)= 0.27 Soil class and description Poorly graded( fine) sand (SP) Geotechnical services for the Dinner Key Marina improvements: Geotechnical Data Report HPCI Project No.: GE-M&N-CityMia-18-01 GRAIN SIZE DISTRIBUTION PROJECT NAME: Geotechnical services for the Dinner Key Marina improvements: Geotechnical Data Report Boring no. B_4 Sample no. 4 Depth interval (ft.) 6.0'-8.0' CLIENT: Moffatt & Nichol PROJECT #: GE-M&N-CityMia-18-01 DATE: 5-Dec-18 GRAIN SIZE DISTRIBUTION CURVE 3" 2" 1.5" 1" 3/4" 3/8" #4 #10 #20 #40 #60 #100 #200 100.00 1 I I I I I 1 1 1 I 90.00 80.00 70.00 60.00 O z rn co a 50.00 r z w U K w a 40.00 30.00 20.00 10.00 0.00• 100 10 1 0 1 0.01 0.001 GRAIN SIZE in millimeters ASTM D 2487 Classification of Soil for Engineering Purposes Coarse Sand % < #4 and > #10 8.03 Cu = D60 / D10 Coarse Gravel % < 3" and > 3/4" 0.00 Medium Sand % < #10 and > #40 14.46 2.79 Fine Gravel % <3/4" and >#4 13.88 Fine Sand % < #40 and > #200 58.82 Cc = (D30)^2 / (D10 x D60) D 10 (mm) = 0.14 Silt and clay % <#200 4.81 1.24 D 60 (mm)= 0.39 D 30 (mm)= 0.26 Soil class and description Poorly graded( fine) sand (SP) Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Appendix D Subsurface profile and SPT borelogs 0• cII B-1 B-2 B-3 B-4 0 2 2....! 8i 11..7:. 9'.! 7:. 2: 2 . : C 2 51"`p9• 7 7 3 3 6 6 L per. aa: 0:. a 8 6.` 9`; 9. 9 11;.:: 9 10 20 ii i '" 6 7 11 5 4' 4;;.::: 8'- 8 10 0 - io - 3 25 tii 5 5 ' {91AAF 20 23 •... 39 58 , 10 - a 20 a 17 8 h4 18; 6 Ci A IR ::�" 20 3 • .. 7 17 20 .. 30 25 44 ; .'. 41 39 o:•: AbAp4 0:�'. 44 41 '. sq�p 6: 28 34:.,:: ..d :. 30 — 40 32 Plan View Strata symbols ': 41 Silt 38 (ML) a 1' i.:,a 32 �o 40 v Low plasticity organic silts (OL) Poorly gradedsand (SP) ::'�' oa, Weathered limestone Sand with limestone fragments HP Consultants Inc. GENERALIZED SOIL PROFILE HORIZONTAL SCALE: DRAWN BY/APPROVED BY DATE DRAWN Limestone with sand VER1 ICAL SCALE: 1 "=l0' SK/AK 12/6/2018 Limestone Geo services for Dinner Key Marina improvements PROJECT NO. GE-M&N-CityMia-18- 01 FIGURE NUMBER a) w 0 U_ c) c w co a) 0 a) c a) 0 c -o 0 Cr) c 0, 0 0 .0 0 0 0 E `a) 0 0 0 E 0 w 0 l— H P Consultants Inc. • Civil • Transportation • Geotechnical • Forensic • Accident Reconstruction LOG OF BORING BORING NO. B-1 PROJECT: Geo services for Dinner Key Marina improvements PROJECT LOCATION: 3400 Pan American Dr., Mia, FL CLIENT: Moffatt & Nichol PROJECT NO.: GE-M&N-CityMia-18-01 DRILLING METHOD: Rotary mud drilling, CME-45, LOGGED BY: LT DRILLING DATE: 11/26/2018 GROUND ELEVATION: 0.0 @ GL COMPLETION DEPTH: 50' DEPTH TO WATER: -10.0' Depth (meters) Depth (feet) Symbol Samples_ Material Description Blows per Ft. Standard Penetration Test (ASTM D 1586) • - N value 10 20 30 40 50 60 Comments -, (-, Low plasticity organic silt : Dark gray to 2 black, very loose, silt and clay mixed w/ organics (OL) / 2 8 , 1.6 Fine sand: Light very loose to medium :' / ; gray, \dense poorly graded sand (SP) / 11 9 7 2 2 3 8 Fine sand : Light brown to light grayish brown, medium dense to very loose, poorly graded sand with a trace of silt (SP) 3.2• 4.8 16 Limestone with sand: Light gray to dark gray limestone fragments w/some sand 25 PFI {' 6.4 , I' . E13 I 1 I 1 , 24 ' Limestone: Light gray, limestone fragments 17 'Ill 8 Ill] Limestone: Light yellowish gray limestone fragments l ll' 1 I I ,, ,, , 9.6 32 ...:: :::: :. ..•.. :' ::i Fine sand: Light gray poorly graded sand with a few limestone fragments (SP) that increase in % over depth 25 44 32 11.2 40 12.8 14.4 48 Limestone: Yellowish light gray/brown limestone fragments E 1 16 EOB 49 Gravel, sand, silt & clay sizes per ASTM Samples were always wet. GL at about 10' below Water level PAGE 1 of 1 a) w 0 0 U_ 1) c w co a) 0 a) c a) 0 c -o 0 L Cr) c 0, E 0 0 c 0 `a) 0 0 0 E 0 w 0 l— H P Consultants Inc. • Civil • Transportation • Geotechnical • Forensic • Accident Reconstruction LOG OF BORING BORING NO. B-2 PROJECT: Geo services for Dinner Key Marina improvements PROJECT LOCATION: 3400 Pan American Dr., Mia, FL CLIENT: Moffatt & Nichol PROJECT NO.: GE-M&N-CityMia-18-01 DRILLING METHOD: Rotary mud drilling, CME-45, LOGGED BY: LT DRILLING DATE: 11/27/2018 GROUND ELEVATION: 0.0 @ GL COMPLETION DEPTH: 50' DEPTH TO WATER: -10.0' Depth (meters) Depth (feet) Symbol Samples_ Material Description Blows per Ft. Standard Penetration Test (ASTM D 1586) • - N value 10 20 30 40 50 60 Comments I. ' loose Sandy silt: Gray, very sandy silt w/ a \trace of organics (ML) / 2 7 5 4 , , tigird 5 Weathered Limestone: Soft, light brown, and -size limestone fragments 1.6 :: • \sand gravel / Fine sand: Light grayish brown, medium dense to very loose poorly graded sand a trace (SP) 7 3 3 8 3.2 :: • w.t . of silt Sand with limestone:Light grayish brown fine sand with limestone fragments r, Limestone with sand: Dark gray to yellowish dark gray limestone fragments w/some sand 5 5 18 6 4.8 1 i�1 6.4 24 8 9.6 MIK 32 ' .ode b0..'_ •, ° '• § .:o : 4 0: :``1 •o::•• Sand with limestone: Light gray to light grayish brown fine sand w/ limestone fragments 41 39 11.2 40 12.8 Limestone: Grayish brown to light yellowish gray -brown limestone fragments 41 76 Refusal, 76 blows I for 8" penetration , 14.4 48 �t 076 i 16 EOB Gravel, sand, silt & clay sizes per ASTM Samples were always wet. GL at about 10' below Water level PAGE 1 of 1 a) w 0 U_ c) c w co a) 0 0 a) c 0 0 c -o 0 0 c 0, E 0 0 .0 0 c 0 0 0 a) 0 0 0 E 0 w 0 l— H P Consultants Inc. • Civil • Transportation • Geotechnical • Forensic • Accident Reconstruction LOG OF BORING BORING NO. B-3 PROJECT: Geo services for Dinner Key Marina improvements PROJECT LOCATION: 3400 Pan American Dr., Mia, FL CLIENT: Moffatt & Nichol PROJECT NO.: GE-M&N-CityMia-18-01 DRILLING METHOD: Rotary mud drilling, CME-45, LOGGED BY: LT DRILLING DATE: 11/27/2018 GROUND ELEVATION: 0.0 @ GL COMPLETION DEPTH: 50' DEPTH TO WATER: -10.0' Depth (meters) Depth (feet) Symbol Samples_ Material Description Blows per Ft. Standard Penetration Test (ASTM D 1586) • - N value 10 20 30 40 50 60 Comments tssZ. Low plasticity organic silt : Dark gray to 8 black, medium dense, silt and clay mixed w/r organics (OL) I 6 9 7 9 9 11 9 10 20 20 23 1.6 Fine sand: Light gray to light grayish brown, loose to medium dense poorly graded sand (SP) 8 3.2 4.8 16 6.4 Limestone: Dark gray and light brown limestone fragments 20 3 24 I1II 8 r' 9.6 " 32 0opRefusal .. ' �� •.'• § ::o 0::` `° .,?— •o::'• Sand with limestone: Light gray fine sand w/ limestone fragments increasing in % with depth 44 41 in the last 6" Two in. penetrations for 50 blows 11.2 40 12.8 Limestone with sand: Light brown limestone fragments with sand 38 29 Refusal in the last 6" Four in. penetrations for 50 blows 14.4 48 i' i ,. 16 EOB Gravel, sand, silt & clay sizes per ASTM Samples were always wet. GL at about 10' below Water level PAGE 1 of 1 a) 0 U_ c) c .5 0 0 0 a) c a) 0 c -o 0 Cr) c 0, 0 0 0 .0 0 >, c 0 0 `a) 0 0 0 co E 0 w 0 l— H P Consultants Inc. • Civil • Transportation • Geotechnical • Forensic • Accident Reconstruction LOG OF BORING BORING NO. B-4 PROJECT: Geo services for Dinner Key Marina improvements PROJECT LOCATION: 3400 Pan American Dr., Mia, FL CLIENT: Moffatt & Nichol PROJECT NO.: GE-M&N-CityMia-18-01 DRILLING METHOD: Rotary mud drilling, CME-45, LOGGED BY: LT DRILLING DATE: 11/27/2018 GROUND ELEVATION: 0.0 @ GL COMPLETION DEPTH: 50' DEPTH TO WATER: -10.0' Depth (meters) Depth (feet) Symbol Samples_ Material Description Blows per Ft. Standard Penetration Test (ASTM D 1586) • - N value 10 20 30 40 50 60 Comments I l I ) Sandy silt: Dark gray, medium dense sandy 6 Silt w/ some organics (ML) / 7 11 10 5 ' ' Limestone: Light grayish brown limestone fragments 1.6 ' 8 Fine sand: Light brown, loose to medium Odense poorly graded sand (SP) 4 8 3.2 Limestone with sand: Light brown limestone with sand 8 10 , Refusal in the last 6" Four in. penetration for 50 blows \fragments / Limestone: Light grayish brown limestone fragments 39 58 7 4.8 16 , '- ', 6.4 , ! 24 8 ri 1 • O .g.B P 0...''' ...o • ••• ° o ••6 0•°9 o'b p A : 00..�.5 Sand with limestone: Light yellowish brown fine sand w/ limestone fragments 17 28 34 Refusal in the last 6" Four in. penetration for 50 blows 9.6 32 11.2 40 12.8 Limestone: Light brown to almost while limestone fragments 32 50 Refusal in the last 6" Five in. penetration for 50 blows Refusal. Two in. penetrations for 50 blows I , 14.4 48 ;y 16 EOB Gravel, sand, silt & clay sizes per ASTM Samples were always wet. GL at about 10' below Water level PAGE 1 of 1 Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Appendix E-1: Timber piles -capacity tables 0• Cll Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.1: Capacity calculation for 12" circular, tapered pile for B-1 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Dia. of tapering pile Total ultimate Skin friction I,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) Q d (inch) (ton) q, * A, (ton) (ton) (ton) 0 1 Sin 0.00 11.95 0.000 0 0.000 0.000 0.000 1 2 Loose sand 0.30 11.85 0.027 25 0.752 0.779 0.260 2 3 Loose sand 0.30 11.75 0.073 25 1.127 1.490 1.201 0.400 3 4 Loose sand 0.30 11.65 0.138 25 1.628 0.543 4 5 Very loose sand 0.23 11.55 0.201 20 1.457 1.659 0.553 5 6 Very loose sand 0.23 11.45 0.278 20 1.713 1.990 0.663 6 7 Very loose sand 0.23 11.35 0.367 20 1.958 2.326 0.775 7 8 Very loose sand 0.23 11.25 0.469 20 2.195 2.664 0.888 8 9 Very loose sand 0.23 11.15 0.584 20 2.422 3.005 1.002 9 10 Very loose sand 0.23 11.05 0.710 20 2.640 3.350 1.117 10 11 Very loose sand 0.23 10.95 0.848 20 2.849 3.697 1.232 11 12 Very loose sand 0.23 10.85 0.998 20 3.049 4.047 1.349 12 13 Very loose sand 0.23 10.75 1.160 20 3.240 4.400 1.467 13 14 Very loose sand 0.23 10.65 1.333 20 3.422 4.755 1.585 14 15 Very loose sand 0.23 10.55 1.516 20 3.596 5.112 1.704 15 16 Very loose sand 0.23 10.45 1.711 20 3.761 5.472 1.824 16 17 Very loose sand 0.23 10.35 1.916 20 3.918 5.834 1.945 17 18 LS/ Gray. Sand 0.55 10.25 2.437 60 12.509 14.945 4.982 18 19 LS/ Gray. Sand 0.55 10.15 2.995 60 13.226 16.221 5.407 19 20 LS/ Gray. Sand 0.55 10.05 3.589 60 13.908 17.497 5.832 20 21 LS/ Gray. Sand 0.55 9.95 4.218 60 14.555 18.773 6.258 21 22 LS/ Gray. Sand 0.55 9.85 4.882 60 15.168 20.050 6.683 22 23 LS/ Gray. Sand 0.45 9.75 5.450 50 12.994 18.444 6.148 23 24 LS/ Gray. Sand 0.45 9.65 6.040 50 13.325 19.365 6.455 24 25 LS/ Gray. Sand 0.45 9.55 6.649 50 13.635 20.284 6.761 25 26 LS/ Sand 0.45 9.45 7.279 50 13.923 21.202 7.067 26 27 LS/ Sand 0.30 9.35 7.712 28 7.913 15.625 5.208 27 28 LS/ Sand 0.30 9.25 8.155 28 8.019 16.174 5.391 28 29 LS/ Sand 0.30 9.15 8.608 28 8.115 16.723 5.574 29 30 LS/ Sand 0.30 9.05 9.072 28 8.201 17.273 5.758 30 31 LS/ Sand 0.30 8.95 9.545 28 8.278 17.823 5.941 31 32 LS/ Sand 0.30 8.85 10.028 28 8.345 18.373 6.124 32 33 Dense Sand 0.55 8.75 10.935 60 18.191 29.126 9.709 33 34 Dense Sand 0.55 8.65 11.868 60 18.472 30.340 10.113 34 35 Dense Sand 0.55 8.55 12.825 60 18.726 31.551 10.517 35 36 Dense Sand 0.55 8.45 13.807 60 18.953 32.759 10.920 36 37 Dense Sand 0.55 8.35 14.811 60 19.154 33.964 11.321 37 38 Dense Sand 0.55 8.25 15.837 60 19.329 35.166 11.722 38 39 Dense Sand 0.55 8.15 16.885 60 19.478 36.363 12.121 39 40 Dense Sand 0.55 8.05 17.953 60 19.604 37.557 12.519 40 41 Dense Sand 0.55 7.95 19.041 60 19.705 38.746 12.915 41 42 Dense Sand 0.55 7.85 20.148 60 19.782 39.930 13.310 42 43 Dense Sand 0.55 7.75 21.273 60 19.837 41.110 13.703 43 44 Dense Sand 0.55 7.65 22.415 60 19.870 42.284 14.095 44 45 Dense Sand 0.55 7.55 23.573 60 19.880 43.454 14.485 45 46 Dense Sand 0.55 7.45 24.747 60 19.870 44.617 14.872 46 47 Limestone (IGIv1) 0.60 7.35 26.047 150 49.815 75.862 25.287 47 48 Limestone (IGIv1) 0.60 7.25 27.367 150 49.893 77.260 25.753 48 49 Limestone (IGlvt) 0.60 7.15 28.707 150 49.911 78.618 26.206 49 50 Limestone (IGIv1) 0.60 7.05 30.066 150 49.870 79.936 26.645 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.2: Capacity calculation for 12" circular, tapered pile for B-2 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Dia. of tapering pile Total ultimate Skin friction N,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) 13 d (inch) (ton) q, * A, (ton) (ton) (ton) 0 1 silt 0.00 11.95 0.000 0 0.000 0.000 0.000 1 2 LS/ Loose Sand 0.28 11.85 0.026 25 0.761 0.787 0.262 2 3 LS/ Loose Sand 0.28 11.75 0.069 25 1.146 1.215 0.405 3 4 LS/ Loose Sand 0.28 11.65 0.131 25 1.517 1.648 0.549 4 5 Loose sand 0.30 11.55 0.215 25 1.866 2.082 0.694 5 6 Loose sand 0.30 11.45 0.318 25 2.203 2.520 0.840 6 7 Loose sand 0.30 11.35 0.438 25 2.526 2.964 0.988 7 8 Loose sand 0.30 11.25 0.575 25 2.838 3.413 1.138 8 9 Loose sand 0.30 11.15 0.730 25 3.137 3.866 1.289 9 10 Loose sand 0.30 11.05 0.901 25 3.424 4.324 1.441 10 11 Loose sand 0.30 10.95 1.088 25 3.699 4.787 1.596 11 12 Loose sand 0.30 10.85 1.291 25 3.962 5.253 1.751 12 13 LS/Med d. sand 0.30 10.75 1.511 25 4.221 5.732 1.911 13 14 LS/Med d. sand 0.30 10.65 1.746 28 5.005 6.751 2.250 14 15 LS/Med d. sand 0.30 10.55 1.996 28 5.270 7.266 2.422 15 16 LS/Med d. sand 0.30 10.45 2.262 28 5.522 7.784 2.595 16 17 LS/Med d. sand 0.30 10.35 2.542 28 5.761 8.304 2.768 17 18 LS/Med d. sand 0.30 10.25 2.837 28 5.988 8.826 2.942 18 19 LS/Med d. sand 0.30 10.15 3.146 28 6.203 9.350 3.117 19 20 LS/Med d. sand 0.30 10.05 3.469 28 6.406 9.875 3.292 20 21 LS/Med d. sand 0.30 9.95 3.805 28 6.598 10.403 3.468 21 22 LS/Med d. sand 0.30 9.85 4.154 28 6.778 6.946 10.932 3.644 22 23 LS/Med d. sand 0.30 9.75 4.516 28 11.462 3.821 23 24 LS/Med d. sand 0.30 9.65 4.891 28 7.103 11.994 3.998 24 25 LS/Med d. sand 0.30 9.55 5.277 28 7.250 12.527 4.176 25 26 LS/Med d. sand 0.30 9.45 5.676 28 7.385 13.061 4.354 26 27 LS/Med d. sand 0.30 9.35 6.085 28 7.510 13.596 4.532 27 28 LS/Med d. sand 0.30 9.25 6.506 28 7.625 14.131 4.710 28 29 LS/Med d. sand 0.30 9.15 6.938 28 7.730 14.667 4.889 29 30 LS/Med d. sand 0.30 9.05 7.380 28 7.824 15.204 5.068 30 31 LS/Med d. sand 0.30 8.95 7.832 28 7.909 15.741 5.247 31 32 LS/Med d. sand 0.30 8.85 8.294 28 7.984 16.278 5.426 32 33 Very dense sand 0.55 8.75 9.164 65 18.955 28.119 9.373 33 34 Very dense sand 0.55 8.65 10.063 65 19.343 29.406 9.802 34 35 Very dense sand 0.55 8.55 10.991 65 19.697 30.688 10.229 35 36 Very dense sand 0.55 8.45 11.945 65 20.019 31.965 10.655 36 37 Very dense sand 0.55 8.35 12.926 65 20.310 33.237 11.079 37 38 Very dense sand 0.55 8.25 13.933 65 20.570 34.503 11.501 38 39 Very dense sand 0.55 8.15 14.964 65 20.799 35.763 11.921 39 40 Very dense sand 0.55 8.05 16.019 65 20.999 37.017 12.339 40 41 Very dense sand 0.55 7.95 17.096 65 21.170 38.266 12.755 41 42 Very dense sand 0.55 7.85 18.195 65 21.312 39.507 13.169 42 43 Limestone (IGM) 0.60 7.75 19.418 150 49.569 68.987 22.996 43 44 Limestone (IGM) 0.60 7.65 20.667 150 49.887 70.554 23.518 44 45 Limestone (IGM) 0.60 7.55 21.939 150 50.138 72.077 24.026 45 46 Limestone (IGM) 0.60 7.45 23.234 150 50.324 73.558 24.519 46 47 Limestone (IGM) 0.60 7.35 24.550 150 50.447 74.997 24.999 47 48 Limestone (IGM) 0.60 7.25 25.887 150 50.508 76.395 25.465 48 49 Limestone (IGM) 0.60 7.15 27.243 150 50.509 77.752 25.917 49 50 Limestone (IGM) 0.60 7.05 28.618 150 50.451 79.069 26.356 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.3: Capacity calculation for 12" circular, tapered pile for B-3 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Dia. of tapering pile Total ultimate Skin friction N,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) g d (inch) (ton) q, *A, (ton) (ton) (ton) 0 1 silt Loose sand Loose sand 0.00 11.95 0.000 0 0.000 0.000 0.000 1 2 0.30 11.85 0.027 25 0.752 0.779 0.260 2 3 0.30 11.75 0.073 25 1.127 1.201 0.400 3 4 Loose sand 0.30 11.65 0.138 25 1.490 1.628 0.543 4 5 Loose sand Loose sand Loose sand 0.30 11.55 0.221 25 1.839 2.061 0.687 5 6 0.30 11.45 0.322 25 2.176 2.498 0.833 6 7 0.30 11.35 0.441 25 2.500 2.941 0.980 7 8 Loose sand 0.30 11.25 0.577 25 2.812 3.389 1.130 8 9 Loose sand Med. dense sand 0.30 11.15 0.730 25 3.111 3.842 1.281 9 10 0.40 11.05 0.959 45 6.251 7.211 2.404 10 11 Med. dense sand 0.40 10.95 1.215 45 6.876 8.091 2.697 11 12 Med. dense sand Med. dense sand Med. dense sand 0.40 10.85 1.497 45 7.475 8.972 2.991 12 13 0.40 10.75 1.805 45 45 45 45 45 45 45 45 45 50 50 50 50 50 50 50 50 50 50 50 65 65 65 65 65 65 65 65 65 65 150 8.048 9.853 3.284 13 14 0.40 10.65 2.139 8.596 10.735 3.578 14 15 Med. dense sand 0.40 10.55 2.497 9.119 11.616 3.872 15 16 Med. dense sand 0.40 10.45 2.880 9.618 12.498 4.166 16 17 Med. dense sand 0.40 10.35 3.286 10.092 13.379 4.460 17 18 Med. dense sand 0.40 10.25 3.716 10.544 14.259 4.753 18 19 Med. dense sand Med. dense sand Med. dense sand LS/Grav sand LS/Grav sand 0.40 10.15 4.168 10.971 15.139 5.046 19 20 0.40 10.05 4.643 11.376 16.019 5.340 20 21 0.40 9.95 5.139 11.758 16.897 5.632 21 22 0.60 9.85 5.914 13.425 19.339 6.446 22 23 0.60 9.75 6.717 13.764 20.480 6.827 23 24 LS/Grav sand 0.60 9.65 7.548 14.079 21.627 7.209 24 25 LS/Grav sand 0.60 9.55 8.406 14.373 22.780 7.593 25 26 LS/Grav sand 0.60 9.45 9.291 14.646 23.937 7.979 26 27 LS/Grav sand 0.60 9.35 10.201 14.897 25.098 8.366 27 28 LS/Grav sand 0.60 9.25 11.136 15.128 26.264 8.755 28 29 LS/Grav sand LS/Grav sand LS/Grav sand 0.60 9.15 12.095 15.338 27.433 9.144 29 30 0.60 9.05 13.077 15.529 28.606 9.535 30 31 0.60 8.95 14.082 15.700 29.782 9.927 31 32 LS/Grav sand 0.60 8.85 15.109 15.852 30.961 10.320 32 33 Very dense sand 0.55 8.75 16.075 20.981 37.056 12.352 33 34 Very dense sand 0.55 8.65 17.068 21.322 38.391 12.797 34 35 Very dense sand 0.55 8.55 18.089 21.631 39.720 13.240 35 36 Very dense sand 0.55 8.45 19.135 21.908 41.043 13.681 36 37 Very dense sand 0.55 8.35 20.207 22.154 42.361 14.120 37 38 Very dense sand 0.55 8.25 21.303 22.370 43.673 14.558 38 39 Very dense sand 0.55 8.15 22.423 22.555 44.978 14.993 39 40 Very dense sand 0.55 8.05 23.565 22.712 46.277 15.426 40 41 Very dense sand 0.55 7.95 24.729 22.840 47.569 15.856 41 42 Very dense sand 0.55 7.85 25.913 22.941 48.854 16.285 42 43 Limestone (IGIv1) 0.60 7.75 27.228 53.231 80.460 26.820 43 44 Limestone (IGM) 0.60 7.65 28.567 150 53.455 82.022 27.341 44 45 Limestone (IGIv1) 0.60 7.55 29.929 150 53.613 83.542 27.847 45 46 Limestone (IGIv>) 0.60 7.45 31.312 150 53.707 85.019 28.340 46 47 Limestone (IGM) 0.60 7.35 32.716 150 53.739 86.454 28.818 47 48 Limestone (IGlv) 0.60 7.25 34.139 150 53.710 87.849 29.283 48 49 Limestone (IGlv) 0.60 7.15 35.580 150 53.622 89.202 29.734 49 50 Limestone (IGM) 0.60 7.05 37.039 150 53.477 90.516 30.172 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.4: Capacity calculation for 12" circular, tapered pile for B-4 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Da. of tapering pile Total ultimate Skin friction N,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) g d (inch) (ton) qt * At (ton) (ton) (ton) 0 1 silt 0.00 11.95 0.000 0 0.000 0.000 0.000 1 2 LS/sand 0.30 11.85 0.027 28 0.853 0.880 0.293 2 3 LS/sand 0.30 11.75 0.074 28 1.284 1.358 0.453 3 4 LS/sand 0.30 11.65 0.140 28 1.699 1.840 0.613 4 5 LS/sand 0.30 11.55 0.225 28 2.100 2.325 0.775 5 6 LS/sand 0.30 11.45 0.328 28 2.487 2.815 0.938 6 7 Loose Sand 0.28 11.35 0.441 25 2.544 2.985 0.995 7 8 Loose Sand 0.28 11.25 0.570 25 2.855 3.425 1.142 8 9 Limestone (IGM) 0.60 11.15 0.892 150 20.231 21.123 7.041 9 10 Limestone (IGM) 0.60 11.05 1.270 150 23.214 24.483 8.161 10 11 Limestone (IGM) 0.60 10.95 1.702 150 26.079 27.781 9.260 11 12 Limestone (IGM) 0.60 10.85 2.188 150 28.828 31.016 10.339 12 13 Limestone (IGM) 0.60 10.75 2.727 150 31.463 34.189 11.396 13 14 Limestone (IGM) 0.60 10.65 3.317 150 33.984 37.301 12.434 14 15 Limestone (IGM) 0.60 10.55 3.958 150 36.395 40.352 13.451 15 16 Limestone (IGM) 0.60 10.45 4.648 150 38.696 43.344 14.448 16 17 Limestone (IGM) 0.60 10.35 5.386 150 40.889 46.275 15.425 17 18 Limestone (IGM) 0.60 10.25 6.172 150 42.976 49.148 16.383 18 19 Limestone (IGM) 0.60 10.15 7.004 150 44.958 51.962 17.321 19 20 Limestone (IGM) 0.60 10.05 7.881 150 46.838 54.718 18.239 20 21 Limestone (IGM) 0.60 9.95 8.802 150 48.616 57.418 19.139 21 22 Limestone (IGM) 0.60 9.85 9.766 150 50.294 60.061 20.020 22 23 LS/ sand 0.30 9.75 10.265 28 9.504 19.768 6.589 23 24 LS/ sand 0.30 9.65 10.774 28 9.609 20.382 6.794 24 25 LS/ sand 0.30 9.55 11.294 28 9.703 20.997 6.999 25 26 LS/ sand 0.30 9.45 11.824 28 9.787 21.612 7.204 26 27 LS/ sand 0.30 9.35 12.365 28 9.861 22.226 7.409 27 28 LS/ sand 0.30 9.25 12.915 28 9.926 22.841 7.614 28 29 Dense sand 0.50 9.15 13.850 55 19.729 33.579 11.193 29 30 Dense sand 0.50 9.05 14.807 55 19.937 34.744 11.581 30 31 Dense sand 0.50 8.95 15.784 55 20.121 35.905 11.968 31 32 Dense sand 0.50 8.85 16.780 55 20.282 37.062 12.354 32 33 Dense sand Dense sand Dense sand 0.50 8.75 17.795 55 20.421 38.216 12.739 33 34 0.50 8.65 18.828 55 20.538 39.366 13.122 34 35 0.50 8.55 19.879 55 20.633 40.512 13.504 35 36 Dense sand 0.50 8.45 20.946 55 20.707 41.654 13.885 36 37 Dense sand 0.50 8.35 22.030 55 20.761 42.791 14.264 37 38 Dense sand 0.50 8.25 23.129 55 20.794 43.923 14.641 38 39 Dense sand 0.50 8.15 24.243 55 20.807 45.050 15.017 39 40 Dense sand 0.50 8.05 25.371 55 20.802 46.173 15.391 40 41 Dense sand 0.50 7.95 26.512 55 20.777 47.289 15.763 41 42 Dense sand 0.50 7.85 27.666 55 20.735 48.401 16.134 42 43 Limestone (IGM) 0.60 7.75 29.070 150 56.748 85.817 28.606 43 44 Limestone (IGM) 0.60 7.65 30.496 150 56.881 87.376 29.125 44 45 Limestone (IGM) 0.60 7.55 31.943 150 56.949 88.892 29.631 45 46 Limestone (IGM) 0.60 7.45 33.411 150 56.955 90.366 30.122 46 47 Limestone (IGM) 0.60 7.35 34.899 150 56.899 91.798 30.599 47 48 Limestone (IGM) 0.60 7.25 36.404 150 56.785 93.189 31.063 48 49 Limestone (IGM) 0.60 7.15 37.927 150 56.612 94.539 31.513 49 50 Limestone (IGM) i 0.60 7.05 39.466 150 56.384 95.849 31.950 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.5: Capacity calculation for 14" circular, tapered pile for B-1 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Da. of tapering pile Total ultimate Skin friction N,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) g d (inch) (ton) qt *At (ton) (ton) (ton) 0 1 Silt ` 0.00 13.95 0.000 0 0.000 0.000 0.000 1 2 Loose sand 0.30 13.85 0.032 25 1.028 1.060 0.353 2 3 Loose sand 0.30 13.75 0.086 25 1.546 1.632 0.544 3 4 Loose sand 0.30 13.65 0.162 25 2.048 2.210 0.737 4 5 Very loose sand 0.23 13.55 0.236 20 2.008 2.244 0.748 5 6 Very loose sand 0.23 13.45 0.326 20 2.366 2.692 0.897 6 7 Very loose sand 0.23 13.35 0.431 20 2.713 3.144 1.048 7 8 Very loose sand 0.23 13.25 0.551 20 3.049 3.600 1.200 8 9 Very loose sand 0.23 13.15 0.686 20 3.373 4.059 1.353 9 10 Very loose sand 0.23 13.05 0.835 20 3.687 4.522 1.507 10 11 Very loose sand 0.23 12.95 0.999 20 3.990 4.989 1.663 11 12 Very loose sand 0.23 12.85 1.177 20 4.282 5.459 1.820 12 13 Very loose sand 0.23 12.75 1.368 20 4.564 5.932 1.977 13 14 Very loose sand 0.23 12.65 1.573 20 4.835 6.408 2.136 14 15 Very loose sand 0.23 12.55 1.792 20 5.096 6.888 2.296 15 16 Very loose sand 0.23 12.45 2.023 20 5.347 7.370 2.457 16 17 Very loose sand 0.23 12.35 2.268 20 5.588 7.856 2.619 17 18 LS/ Gray. Sand 0.55 12.25 2.890 60 17.895 20.786 6.929 18 19 LS/ Gray. Sand 0.55 12.15 3.558 60 18.983 22.541 7.514 19 20 LS/ Gray. Sand 0.55 12.05 4.271 60 20.028 24.298 8.099 20 21 LS/ Gray. Sand 0.55 11.95 5.027 60 21.030 26.057 8.686 21 22 LS/ Gray. Sand 0.55 11.85 5.826 60 21.990 27.816 9.272 22 23 LS/ Gray. Sand 0.45 11.75 6.510 50 18.904 25.415 8.472 23 24 LS/ Gray. Sand 0.45 11.65 7.222 50 19.456 26.678 8.893 24 25 LS/ Gray. Sand 0.45 11.55 7.959 50 19.980 27.940 9.313 25 26 LS/ Sand 0.45 11.45 8.723 50 20.478 29.200 9.733 26 27 LS/ Sand 0.30 11.35 9.247 28 11.683 20.930 6.977 27 28 LS/ Sand 0.30 11.25 9.786 28 11.885 21.671 7.224 28 29 LS/ Sand 0.30 11.15 10.338 28 12.074 22.413 7.471 29 30 LS/ Sand 0.30 11.05 10.905 28 12.251 23.156 7.719 30 31 LS/ Sand 0.30 10.95 11.484 28 12.416 23.900 7.967 31 32 LS/ Sand 0.30 10.85 12.076 28 12.569 24.645 8.215 32 33 Dense Sand 0.55 10.75 13.191 60 27.516 40.706 13.569 33 34 Dense Sand 0.55 10.65 14.339 60 28.063 42.402 14.134 34 35 Dense Sand 0.55 10.55 15.520 60 28.575 44.095 14.698 35 36 Dense Sand 0.55 10.45 16.734 60 29.052 45.786 15.262 36 37 Dense Sand 0.55 10.35 17.978 60 29.496 47.475 15.825 37 38 Dense Sand 0.55 10.25 19.253 60 29.907 49.160 16.387 38 39 Dense Sand 0.55 10.15 20.558 60 30.285 50.843 16.948 39 40 Dense Sand 0.55 10.05 21.892 60 30.631 52.522 17.507 40 41 Dense Sand 0.55 9.95 23.254 60 30.945 54.198 18.066 41 42 Dense Sand 0.55 9.85 24.642 60 31.228 55.870 18.623 42 43 Dense Sand 0.55 9.75 26.057 60 31.481 57.538 19.179 43 44 Dense Sand 0.55 9.65 27.498 60 31.703 59.202 19.734 44 45 Dense Sand 0.55 9.55 28.963 60 31.897 60.860 20.287 45 46 Dense Sand 0.55 9.45 30.453 60 32.062 62.514 20.838 46 47 Limestone (IGM) 0.60 9.35 32.106 150 80.850 112.956 37.652 47 48 Limestone (IGI\) 0.60 9.25 33.791 150 81.461 115.252 38.417 48 49 Limestone (IGtv) 0.60 9.15 35.506 150 81.990 117.495 39.165 49 50 Limestone (IGIVI) 0.60 9.05 37.250 150 82.437 119.687 39.896 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.6: Capacity calculation for 14" circular, tapered pile for B-2 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Dia. of tapering pile Total ultimate Skin friction N,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) a d (inch) (ton) q, * A, (ton) (ton) (ton) 0 1 sift 0.00 13.95 0.000 0 0.000 0.000 0.000 1 2 LS/ Loose Sand 0.28 13.85 0.030 25 1.041 1.071 0.357 2 3 LS/ Loose Sand 0.28 13.75 0.081 25 1.571 1.652 0.551 3 4 LS/ Loose Sand 0.28 13.65 0.153 25 2.086 2.239 0.746 4 5 Loose sand 0.30 13.55 0.252 25 2.572 2.824 0.941 5 6 Loose sand 0.30 13.45 0.373 25 3.043 3.416 1.139 6 7 Loose sand 0.30 13.35 0.514 25 3.500 4.014 1.338 7 8 Loose sand 0.30 13.25 0.676 25 3.942 4.617 1.539 8 9 Loose sand 0.30 13.15 0.858 25 4.369 5.226 1.742 9 10 Loose sand 0.30 13.05 1.060 25 4.782 5.841 1.947 10 11 Loose sand 0.30 12.95 1.281 25 5.180 6.462 2.154 11 12 Loose sand 0.30 12.85 1.522 25 5.565 7.087 2.362 12 13 LS/Med d. sand 0.30 12.75 1.782 25 5.947 7.729 2.576 13 14 LS/Med d. sand 0.30 12.65 2.062 28 7.072 9.134 3.045 14 15 LS/Med d. sand 0.30 12.55 2.360 28 7.469 9.828 3.276 15 16 LS/Med d. sand 0.30 12.45 2.676 28 7.850 10.526 3.509 16 17 LS/Med d. sand 0.30 12.35 3.011 28 8.216 11.227 3.742 17 18 LS/Med d. sand 0.30 12.25 3.363 28 8.567 11.930 3.977 18 19 LS/Med d. sand 0.30 12.15 3.733 28 8.903 12.636 4.212 19 20 LS/Med d. sand 0.30 12.05 4.120 28 9.225 13.345 4.448 20 21 LS/Med d. sand 0.30 11.95 4.523 28 9.533 14.056 4.685 21 22 LS/Med d. sand 0.30 11.85 4.944 28 9.826 14.770 4.923 22 23 LS/Med d. sand 0.30 11.75 5.380 28 10.106 15.486 5.162 23 24 LS/Med d. sand 0.30 11.65 5.832 28 10.371 16.203 5.401 24 25 LS/Med d. sand 0.30 11.55 6.299 28 10.623 16.923 5.641 25 26 LS/Med d. sand 0.30 11.45 6.782 28 10.862 17.644 5.881 26 27 LS/Med d. sand 0.30 11.35 7.279 28 11.088 18.367 6.122 27 28 LS/Med d. sand 0.30 11.25 7.791 28 11.301 19.092 6.364 28 29 LS/Med d. sand 0.30 11.15 8.317 28 11.500 19.818 6.606 29 30 LS/Med d. sand 0.30 11.05 8.857 28 11.688 20.545 6.848 30 31 LS/Med d. sand 0.30 10.95 9.410 28 11.863 21.273 7.091 31 32 LS/Med d. sand 0.30 10.85 9.976 28 12.025 22.002 7.334 32 33 Very dense sand 0.55 10.75 11.045 65 28.672 39.717 13.239 33 34 Very dense sand 0.55 10.65 12.153 65 29.385 41.538 13.846 34 35 Very dense sand 0.55 10.55 13.297 65 30.057 43.354 14.451 35 36 Very dense sand 0.55 10.45 14.478 65 30.687 45.165 15.055 36 37 Very dense sand 0.55 10.35 15.694 65 31.277 46.971 15.657 37 38 Very dense sand 0.55 10.25 16.944 65 31.827 48.772 16.257 38 39 Very dense sand 0.55 10.15 18.228 65 32.338 50.567 16.856 39 40 Very dense sand 0.55 10.05 19.545 65 32.811 52.356 17.452 40 41 Very dense sand 0.55 9.95 20.893 65 33.245 54.139 18.046 41 42 Very dense sand 0.55 9.85 22.272 65 33.643 55.915 18.638 42 43 Limestone (IGM) 0.60 9.75 23.812 150 78.663 102.475 34.158 43 44 Limestone (IGM) 0.60 9.65 25.386 150 79.598 104.984 34.995 44 45 Limestone (IGM) 0.60 9.55 26.995 150 80.444 107.439 35.813 45 46 Limestone (IGM) 0.60 9.45 28.638 150 81.203 109.840 36.613 46 47 Limestone (IGM) 0.60 9.35 30.312 150 81.876 112.188 37.396 47 48 Limestone (IGM) 0.60 9.25 32.018 150 82.465 114.483 38.161 48 49 Limestone (IGM) 0.60 9.15 33.754 150 82.972 116.726 38.909 49 50 Limestone (IGM) 0.60 9.05 35.519 150 83.398 118.917 39.639 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.7: Capacity calculation for 14" circular, tapered pile for B-3 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Dia. of tapering pile Total ultimate Skin friction N Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) g d (inch) (ton) q1 *A, (ton) (ton) (ton) 0 1 silt 0.00 13.95 0.000 0 0.000 0.000 0.000 1 2 Loose sand 0.30 13.85 0.032 25 1.028 1.060 0.353 2 3 Loose sand 0.30 13.75 0.086 25 1.546 1.632 0.544 3 4 Loose sand 0.30 13.65 0.162 25 2.048 2.210 0.737 4 5 Loose sand 0.30 13.55 0.259 25 2.535 2.794 0.931 5 6 Loose sand 0.30 13.45 0.378 25 3.007 3.384 1.128 6 7 Loose sand 0.30 13.35 0.518 25 3.464 3.981 1.327 7 8 Loose sand 0.30 13.25 0.678 25 3.906 4.584 1.528 8 9 Loose sand Med. dense sand Med. dense sand 0.30 13.15 0.858 25 4.334 5.192 1.731 9 10 0.40 13.05 1.129 45 8.731 9.860 3.287 10 11 0.40 12.95 1.431 45 9.631 11.062 3.687 11 12 Med. dense sand 0.40 12.85 1.766 45 10.499 12.265 4.088 12 13 Med. dense sand 0.40 12.75 2.131 45 11.338 13.469 4.490 13 14 Med. dense sand 0.40 12.65 2.527 45 12.146 14.673 4.891 14 15 Med. dense sand 0.40 12.55 2.954 45 12.924 15.877 5.292 15 16 Med. dense sand Med. dense sand Med. dense sand 0.40 12.45 3.409 45 13.673 17.082 5.694 16 17 0.40 12.35 3.894 45 14.392 18.287 6.096 17 18 0.40 12.25 4.408 45 15.084 19.491 6.497 18 19 Med. dense sand 0.40 12.15 4.949 45 15.746 20.696 6.899 19 20 Med. dense sand 0.40 12.05 5.518 45 16.381 21.900 7.300 20 21 Med. dense sand 0.40 11.95 6.114 45 16.989 23.103 7.701 21 22 LS/Grav sand 0.60 11.85 7.046 50 19.464 26.510 8.837 22 23 LS/Grav sand 0.60 11.75 8.014 50 20.024 28.038 9.346 23 24 LS/Grav sand 0.60 11.65 9.017 50 20.557 29.574 9.858 24 25 LS/Grav sand 0.60 11.55 10.055 50 21.062 31.118 10.373 25 26 LS/Grav sand 0.60 11.45 11.127 50 21.541 32.668 10.889 26 27 LS/Grav sand 0.60 11.35 12.232 50 21.994 34.226 11.409 27 28 LS/Grav sand 0.60 11.25 13.369 50 22.420 35.789 11.930 28 29 LS/Grav sand 0.60 11.15 14.538 50 22.821 37.359 12.453 29 30 LS/Grav sand 0.60 11.05 15.737 50 23.197 38.935 12.978 30 31 LS/Grav sand 0.60 10.95 16.967 50 23.549 40.516 13.505 31 32 LS/Grav sand 0.60 10.85 18.226 50 23.876 42.102 14.034 32 33 Very dense sand 0.55 10.75 19.412 65 31.737 51.149 17.050 33 34 Very dense sand 0.55 10.65 20.635 65 32.393 53.028 17.676 34 35 Very dense sand 0.55 10.55 21.894 65 33.008 54.902 18.301 35 36 Very dense sand 0.55 10.45 23.189 65 33.582 56.771 18.924 36 37 Very dense sand 0.55 10.35 24.517 65 34.117 58.634 19.545 37 38 Very dense sand 0.55 10.25 25.879 65 34.612 60.491 20.164 38 39 Very dense sand 0.55 10.15 27.273 65 35.069 62.342 20.781 39 40 Very dense sand 0.55 10.05 28.699 65 35.487 64.187 21.396 40 41 Very dense sand 0.55 9.95 30.156 65 35.869 66.025 22.008 41 42 Very dense sand 0.55 9.85 31.642 65 36.214 67.856 22.619 42 43 Limestone (IGIv) 0.60 9.75 33.297 150 84.475 117.772 39.257 43 44 Limestone (IGM) 0.60 9.65 34.986 150 85.290 120.276 40.092 44 45 Limestone (IGM) 0.60 9.55 36.708 150 86.018 122.727 40.909 45 46 Limestone (IGM) 0.60 9.45 38.463 150 86.660 125.123 41.708 46 47 Limestone (IGIVI) 0.60 9.35 40.248 150 87.218 127.466 42.489 47 48 Limestone (IGM) 0.60 9.25 42.064 150 87.693 129.757 43.252 48 49 Limestone (IGM) 0.60 9.15 43.908 150 88.087 131.995 43.998 49 50 Limestone (IGM) 0.60 9.05 45.780 150 88.401 134.182 44.727 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.8: Capacity calculation for 14" circular, tapered pile for B-4 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Dia. of tapering pile Total ultimate Skin friction N,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) R d (inch) (ton) q,"A,(ton) (ton) (ton) 0 1 silt LS/sand LS/sand 0.00 13.95 0.000 0 0.000 0.000 0.000 1 2 0.30 13.85 0.032 28 1.166 1.198 0.399 2 3 0.30 13.75 0.087 28 1.760 1.847 0.616 3 4 LS/sand 0.30 13.65 0.164 28 2.336 2.500 0.833 4 5 LS/sand LS/sand Loose Sand 0.30 13.55 0.263 28 2.895 3.158 1.053 5 6 0.30 13.45 0.385 28 3.436 3.820 1.273 6 7 0.28 13.35 0.517 25 3.524 4.041 1.347 7 8 Loose Sand 0.28 13.25 0.669 25 3.965 4.635 1.545 8 9 Limestone (IGrv1) 0.60 13.15 1.049 150 28.178 29.227 9.742 9 10 Limestone (IGrvt) 0.60 13.05 1.495 150 32.423 33.918 11.306 10 11 Limestone (IGrv1) 0.60 12.95 2.006 150 36.527 38.534 12.845 11 12 Limestone (IGrv>) 0.60 12.85 2.582 150 40.494 43.076 14.359 12 13 Limestone (IGrv1) 0.60 12.75 3.221 150 44.324 47.545 15.848 13 14 Limestone (IGrv1) 0.60 12.65 3.922 150 48.019 51.941 17.314 14 15 Limestone (IGrvt) 0.60 12.55 4.684 150 51.580 56.264 18.755 15 16 Limestone (IGrv1) 0.60 12.45 5.506 150 55.010 60.516 20.172 16 17 Limestone (IGrvt) 0.60 12.35 6.387 150 58.310 64.697 21.566 17 18 Limestone (IGrv1) 0.60 12.25 7.326 150 61.481 68.808 22.936 18 19 Limestone (IGrv>) 0.60 12.15 8.322 150 64.526 72.849 24.283 19 20 Limestone (IGrvt) 0.60 12.05 9.374 150 67.446 76.820 25.607 20 21 Limestone (IGrv1) 0.60 11.95 10.480 150 70.243 80.723 26.908 21 22 Limestone (IGrv1) 0.60 11.85 11.640 150 72.917 84.558 28.186 22 23 LS/ sand 0.30 11.75 12.241 28 13.827 26.068 8.689 23 24 LS/ sand 0.30 11.65 12.856 28 14.029 26.885 8.962 24 25 LS/ sand LS/ sand LS/ sand 0.30 11.55 13.485 28 14.218 27.703 9.234 25 26 0.30 11.45 14.127 28 14.395 28.522 9.507 26 27 0.30 11.35 14.783 28 14.559 29.342 9.781 27 28 LS/ sand 0.30 11.25 15.453 28 14.710 30.163 10.054 28 29 Dense sand Dense sand Dense sand 0.50 11.15 16.593 55 29.354 45.946 15.315 29 30 0.50 11.05 17.760 55 29.782 47.542 15.847 30 31 0.50 10.95 18.955 55 30.180 49.136 16.379 31 32 Dense sand 0.50 10.85 20.177 55 30.549 50.726 16.909 32 33 Dense sand Dense sand Dense sand Dense sand 0.50 10.75 21.424 55 30.889 52.313 17.438 33 34 0.50 10.65 22.696 55 31.201 53.897 17.966 34 35 0.50 10.55 23.992 55 31.485 55.478 18.493 35 36 0.50 10.45 25.313 55 31.742 57.054 19.018 36 37 Dense sand Dense sand Dense sand Dense sand Dense sand 0.50 10.35 26.656 55 31.971 58.627 19.542 37 38 0.50 10.25 28.021 55 32.174 60.196 20.065 38 39 0.50 10.15 29.409 55 32.351 61.760 20.587 39 40 0.50 10.05 30.817 55 32.503 63.319 21.106 40 41 0.50 9.95 32.245 55 32.629 64.874 21.625 41 42 Dense sand 0.50 9.85 33.693 55 32.731 66.424 22.141 42 43 Limestone (IGrv1) 0.60 9.75 35.459 150 90.056 125.514 41.838 43 44 Limestone (IGrv1) 0.60 9.65 37.258 150 90.757 128.015 42.672 44 45 Limestone (IGrv1) 0.60 9.55 39.089 150 91.372 130.460 43.487 45 46 Limestone (IGrv1) 0.60 9.45 40.951 150 91.901 132.852 44.284 46 47 Limestone (lout) 0.60 9.35 42.843 150 92.348 135.191 45.064 47 48 Limestone (IGrv1) 0.60 9.25 44.764 150 92.713 137.477 45.826 48 49 Limestone (IGrv1) 0.60 9.15 46.712 150 92.999 139.711 46.570 49 50 Limestone (IGN7) 0.60 9.05 48.688 150 93.206 141.894 47.298 0 • c II Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.9: Capacity calculation for 16" circular, tapered pile for B-1 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Dia. of tapering pile Total ultimate Skin friction N,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) 0 d (inch) (ton) q, * A, (ton) (ton) (ton) 0 1 Silt 0.00 15.95 0.000 0 0.000 0.000 0.000 1 2 Loose sand 0.30 15.85 0.036 25 1.348 1.384 0.461 2 3 Loose sand 0.30 15.75 0.098 25 2.030 2.128 0.709 3 4 Loose sand 0.30 15.65 0.185 25 2.694 2.880 0.960 4 5 Very loose sand 0.23 15.55 0.271 20 2.647 2.917 0.972 5 6 Very loose sand 0.23 15.45 0.374 20 3.125 3.499 1.166 6 7 Very loose sand 0.23 15.35 0.494 20 3.590 4.085 1.362 7 8 Very loose sand 0.23 15.25 0.633 20 4.042 4.675 1.558 8 9 Very loose sand 0.23 15.15 0.788 20 4.482 5.270 1.757 9 10 Very loose sand 0.23 15.05 0.960 20 4.909 5.869 1.956 10 11 Very loose sand 0.23 14.95 1.149 20 5.323 6.472 2.157 11 12 Very loose sand 0.23 14.85 1.355 20 5.725 7.080 2.360 12 13 Very loose sand 0.23 14.75 1.576 20 6.115 7.691 2.564 13 14 Very loose sand 0.23 14.65 1.814 20 6.492 8.306 2.769 14 15 Very loose sand 0.23 14.55 2.067 20 6.857 8.925 2.975 15 16 Very loose sand 0.23 14.45 2.336 20 7.211 9.547 3.182 16 17 Very loose sand 0.23 14.35 2.620 20 7.553 10.173 3.391 17 18 LS/ Gray. Sand 0.55 14.25 3.344 60 24.243 27.588 9.196 18 19 LS/ Gray. Sand 0.55 14.15 4.122 60 25.777 29.899 9.966 19 20 LS/ Gray. Sand 0.55 14.05 4.953 60 27.260 32.213 10.738 20 21 LS/ Gray. Sand 0.55 13.95 5.835 60 28.693 34.528 11.509 21 22 LS/ Gray. Sand 0.55 13.85 6.769 60 30.076 36.845 12.282 22 23 LS/ Gray. Sand 0.45 13.75 7.570 50 25.920 33.490 11.163 23 24 LS/ Gray. Sand 0.45 13.65 8.404 50 26.743 35.147 11.716 24 25 LS/ Gray. Sand 0.45 13.55 9.269 50 27.534 36.803 12.268 25 26 LS/ Sand 0.45 13.45 10.166 50 28.293 38.459 12.820 26 27 LS/ Sand 0.30 13.35 10.783 28 16.184 26.967 8.989 27 28 LS/ Sand 0.30 13.25 11.417 28 16.508 27.926 9.309 28 29 LS/ Sand 0.30 13.15 12.069 28 16.817 28.886 9.629 29 30 LS/ Sand 0.30 13.05 12.738 28 17.111 29.849 9.950 30 31 LS/ Sand 0.30 12.95 13.423 28 17.390 30.813 10.271 31 32 LS/ Sand 0.30 12.85 14.124 28 17.655 31.779 10.593 32 33 Dense Sand 0.55 12.75 15.446 60 38.763 54.209 18.070 33 34 Dense Sand 0.55 12.65 16.810 60 39.651 56.461 18.820 34 35 Dense Sand 0.55 12.55 18.215 60 40.497 58.712 19.571 35 36 Dense Sand 0.55 12.45 19.661 60 41.301 60.961 20.320 36 37 Dense Sand 0.55 12.35 21.146 60 42.063 63.209 21.070 37 38 Dense Sand 0.55 12.25 22.670 60 42.785 65.455 21.818 38 39 Dense Sand 0.55 12.15 24.232 60 43.466 67.698 22.566 39 40 Dense Sand 0.55 12.05 25.831 60 44.108 69.939 23.313 40 41 Dense Sand 0.55 11.95 27.466 60 44.711 72.177 24.059 41 42 Dense Sand 0.55 11.85 29.137 60 45.275 74.411 24.804 42 43 Dense Sand 0.55 11.75 30.842 60 45.801 76.643 25.548 43 44 Dense Sand 0.55 11.65 32.582 60 46.289 78.871 26.290 44 45 Dense Sand 0.55 11.55 34.354 60 46.741 81.095 27.032 45 46 Dense Sand 0.55 11.45 36.158 60 47.156 83.315 27.772 46 47 Limestone (IGIV) 0.60 11.35 38.165 150 119.363 157.528 52.509 47 48 Limestone (IGM) 0.60 11.25 40.214 150 120.728 160.942 53.647 48 49 Limestone (IGIV) 0.60 11.15 42.304 150 121.989 164.293 54.764 49 50 Limestone (IGN) 0.60 11.05 44.434 150 123.147 167.581 55.860 0 cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.10: Capacity calculation for 16" circular, tapered pile for B-2 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Dia. of tapering pile Total ultimate Skin friction N,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) g d (inch) (ton) q, `A, (ton) (ton) (ton) 0 1 silt 0.00 15.95 0.000 0 0.000 0.000 0.000 1 2 LS/ Loose Sand 0.28 15.85 0.034 25 1.365 1.399 0.466 2 3 LS/ Loose Sand 0.28 15.75 0.093 25 2.064 2.156 0.719 3 4 LS/ Loose Sand 0.28 15.65 0.175 25 2.744 2.920 0.973 4 5 Loose sand 0.30 15.55 0.289 25 3.391 3.680 1.227 5 6 Loose sand 0.30 15.45 0.427 25 4.020 4.447 1.482 6 7 Loose sand 0.30 15.35 0.590 25 4.631 5.221 1.740 7 8 Loose sand 0.30 15.25 0.776 25 5.226 6.002 2.001 8 9 Loose sand 0.30 15.15 0.986 25 5.805 6.790 2.263 9 10 Loose sand 0.30 15.05 1.219 25 6.366 7.585 2.528 10 11 Loose sand 0.30 14.95 1.475 25 6.911 8.386 2.795 11 12 Loose sand 0.30 14.85 1.753 25 7.440 9.193 3.064 12 13 LS/Med d. sand 0.30 14.75 2.054 25 7.967 9.496 10.021 3.340 13 14 LS/Med d. sand 0.30 14.65 2.377 28 11.873 3.958 14 15 LS/Med d. sand 0.30 14.55 2.723 28 10.050 12.773 4.258 15 16 LS/Med d. sand 0.30 14.45 3.090 28 10.586 13.676 4.559 16 17 LS/Med d. sand 0.30 14.35 3.479 28 11.105 14.584 4.861 17 18 LS/Med d. sand 0.30 14.25 3.889 28 11.606 15.495 5.165 18 19 LS/Med d. sand 0.30 14.15 4.320 28 12.090 16.409 5.470 19 20 LS/Med d. sand 0.30 14.05 4.771 28 12.557 17.327 5.776 20 21 LS/Med d. sand 0.30 13.95 5.242 28 13.006 18.248 6.083 21 22 LS/Med d. sand 0.30 13.85 5.733 28 13.439 19.172 6.391 22 23 LS/Med d. sand 0.30 13.75 6.244 28 13.856 20.099 6.700 23 24 LS/Med d. sand 0.30 13.65 6.773 28 14.256 21.029 7.010 24 25 LS/Med d. sand 0.30 13.55 7.322 28 14.640 21.962 7.321 25 26 LS/Med d. sand 0.30 13.45 7.889 28 15.008 22.896 7.632 26 27 LS/Med d. sand 0.30 13.35 8.474 28 15.360 23.834 7.945 27 28 LS/Med d. sand 0.30 13.25 9.076 28 15.697 24.773 8.258 28 29 LS/Med d. sand 0.30 13.15 9.697 28 16.018 25.715 8.572 29 30 LS/Med d. sand 0.30 13.05 10.334 28 16.324 26.658 8.886 30 31 LS/Med d. sand 0.30 12.95 10.988 28 16.615 27.603 9.201 31 32 LS/Med d. sand 0.30 12.85 11.659 28 16.892 28.550 9.517 32 33 Very dense sand 0.55 12.75 12.927 65 40.392 53.319 17.773 33 34 Very dense sand 0.55 12.65 14.242 65 41.520 55.762 18.587 34 35 Very dense sand 0.55 12.55 15.603 65 42.598 58.201 19.400 35 36 Very dense sand 0.55 12.45 17.010 65 43.625 60.635 20.212 36 37 Very dense sand 0.55 12.35 18.461 65 44.603 63.064 21.021 37 38 Very dense sand 0.55 12.25 19.955 65 45.532 65.488 21.829 38 39 Very dense sand 0.55 12.15 21.492 65 46.414 67.906 22.635 39 40 Very dense sand 0.55 12.05 23.071 65 47.248 70.319 23.440 40 41 Very dense sand 0.55 11.95 24.691 65 48.035 72.725 24.242 41 42 Very dense sand 0.55 11.85 26.350 65 48.776 75.126 25.042 42 43 Limestone (IGM) 0.60 11.75 28.205 150 114.446 142.650 47.550 43 44 Limestone (IGM) 0.60 11.65 30.106 150 116.218 146.324 48.775 44 45 Limestone (IGM) 0.60 11.55 32.052 150 117.880 149.932 49.977 45 46 Limestone (IGM) 0.60 11.45 34.042 150 119.433 153.475 51.158 46 47 Limestone (IGM) 0.60 11.35 36.074 150 120.878 156.952 52.317 47 48 Limestone (IGM) 0.60 11.25 38.149 150 122.217 160.366 53.455 48 49 Limestone (IGM) 0.60 11.15 40.264 150 123.451 163.715 54.572 49 50 Limestone (IGM) 0.60 11.05 42.419 150 124.583 167.002 55.667 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.11: Capacity calculation for 16" circular, tapered pile for B-3 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Da. of tapering pile Total ultimate Skin friction N Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) (3 d (inch) (ton) q, *At (ton) (ton) (ton) 0 1 silt 0.00 15.95 0.000 0 0.000 0.000 0.000 1 2 Loose sand 0.30 15.85 0.036 25 1.348 1.384 0.461 2 3 Loose sand 0.30 15.75 0.098 25 2.030 2.128 0.709 3 4 Loose sand 0.30 15.65 0.185 25 2.694 2.880 0.960 4 5 Loose sand 0.30 15.55 0.297 25 3.341 3.639 1.213 5 6 Loose sand 0.30 15.45 0.433 25 3.971 4.405 1.468 6 7 Loose sand 0.30 15.35 0.594 P5 4.584 5.178 1.726 7 8 Loose sand 0.30 15.25 0.779 25 5.179 5.958 1.986 8 9 Loose sand 0.30 15.15 0.987 25 5.758 6.744 2.248 9 10 Med. dense sand 0.40 15.05 1.298 45 11.625 12.923 4.308 10 11 Med. dense sand 0.40 14.95 1.648 45 45 45 45 45 45 12.849 14.496 4.832 11 12 Med. dense sand 0.40 14.85 2.034 14.037 16.071 5.357 12 13 Med. dense sand 0.40 14.75 2.457 15.190 17.647 5.882 13 14 Med. dense sand 0.40 14.65 2.916 16.307 19.223 6.408 14 15 Med. dense sand 0.40 14.55 3.410 17.390 20.800 6.933 15 16 Med. dense sand 0.40 14.45 3.939 18.439 22.378 7.459 16 17 Med. dense sand Med. dense sand 0.40 14.35 4.502 45 19.453 23.956 7.985 17 18 0.40 14.25 5.100 45 45 20.434 25.534 8.511 18 19 Med. dense sand 0.40 14.15 5.730 21.382 27.112 9.037 19 20 Med. dense sand 0.40 14.05 6.394 45 22.297 28.691 9.564 20 21 Med. dense sand LS/Grav sand 0.40 13.95 7.089 45 23.179 30.269 10.090 21 22 0.60 13.85 8.178 50 26.622 34.800 11.600 22 23 LS/Grav sand 0.60 13.75 9.311 50 27.455 36.767 12.256 23 24 LS/Grav sand 0.60 13.65 10.487 50 28.256 38.743 12.914 24 25 LS/Grav sand 0.60 13.55 11.705 50 29.025 40.730 13.577 25 26 LS/Grav sand 0.60 13.45 12.964 50 29.762 42.726 14.242 26 27 LS/Grav sand 0.60 13.35 14.263 50 30.468 44.731 14.910 27 28 LS/Grav sand 0.60 13.25 15.602 50 31.142 46.745 15.582 28 29 LS/Grav sand 0.60 13.15 16.981 50 31.786 48.767 16.256 29 30 LS/Grav sand 0.60 0.60 0.60 13.05 18.397 50 32.400 32.983 50.797 16.932 30 31 LS/Grav sand 12.95 19.852 50 52.835 17.612 31 32 LS/Grav sand 12.85 21.343 50 33.537 54.880 18.293 32 33 Very dense sand 0.55 12.75 22.750 65 44.709 67.459 22.486 33 34 Very dense sand 0.55 12.65 24.202 65 45.770 46.780 69.972 23.324 34 35 Very dense sand 0.55 12.55 25.700 65 72.480 24.160 35 36 Very dense sand 0.55 12.45 27.242 65 47.741 74.983 24.994 36 37 Very dense sand 0.55 12.35 28.827 65 48.653 77.480 25.827 37 38 Very dense sand 0.55 0.55 12.25 30.455 65 49.516 50.333 79.971 26.657 38 39 Very dense sand 12.15 32.124 65 82.456 27.485 39 40 Very dense sand 0.55 12.05 33.834 65 51.102 84.935 28.312 40 41 Very dense sand 0.55 11.95 35.583 65 51.825 87.408 29.136 41 42 Very dense sand 0.55 11.85 37.371 65 52.503 89.874 29.958 42 43 Limestone (IGIv1) 0.60 11.75 39.365 150 122.901 162.266 54.089 43 44 Limestone (IGIv1) 0.60 11.65 41.404 150 124.530 165.934 55.311 44 45 Limestone (IGM) 0.60 11.55 43.487 150 126.049 169.537 56.512 45 46 Limestone (IGM) 0.60 11.45 45.613 150 127.460 173.073 57.691 46 47 Limestone (IGM) 0.60 11.35 47.780 150 128.765 176.545 58.848 47 48 Limestone (IGM) 0.60 11.25 49.989 150 129.965 179.953 59.984 48 49 Limestone (IGM) 0.60 11.15 52.236 150 131.061 183.298 61.099 49 50 Limestone (IGM) 0.60 11.05 54.522 150 132.057 186.579 62.193 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.12: Capacity calculation for 16" circular, tapered pile for B-4 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Dia. of tapering pile Total ultimate Skin friction Nt,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) a d (inch) (ton) qt * A, (ton) (ton) (ton) 0 1 silt LS/sand 0.00 15.95 0.000 0 0.000 0.000 0.000 1 2 0.30 15.85 0.037 28 1.529 1.565 0.522 2 3 LS/sand 0.30 15.75 0.099 28 2.311 2.411 0.804 3 4 LS/sand 0.30 15.65 0.188 28 3.074 3.262 1.087 4 5 LS/sand 0.30 15.55 0.302 28 3.816 4.118 1.373 5 6 LS/sand 0.30 15.45 0.441 28 4.538 4.979 1.660 6 7 Loose Sand 0.28 15.35 0.594 25 4.663 5.257 1.752 7 8 Loose Sand 0.28 15.25 0.769 25 5.258 6.027 2.009 8 9 Limestone (IGM) 0.60 15.15 1.206 150 37.439 38.645 12.882 9 10 Limestone (IGM) 0.60 15.05 1.721 150 43.166 44.887 14.962 10 11 Limestone (IGM) 0.60 14.95 2.311 150 48.732 51.043 17.014 11 12 Limestone (IGM) 0.60 14.85 2.976 150 54.137 57.113 19.038 12 13 Limestone (IGM) 0.60 14.75 3.715 150 59.383 63.098 21.033 13 14 Limestone (IGM) 0.60 14.65 4.527 150 64.472 69.000 23.000 14 15 Limestone (IGM) 0.60 14.55 5.411 150 69.406 74.817 24.939 15 16 Limestone (IGM) 0.60 14.45 6.365 150 74.186 80.551 26.850 16 17 Limestone (IGM) 0.60 14.35 7.389 150 78.814 86.203 28.734 17 18 Limestone (IGM) 0.60 14.25 8.481 150 83.292 91.773 30.591 18 19 Limestone (IGM) 0.60 14.15 9.641 150 87.620 97.261 32.420 19 20 Limestone (IGM) 0.60 14.05 10.867 150 91.802 102.669 34.223 20 21 Limestone (IGM) 0.60 13.95 12.159 150 95.838 107.996 35.999 21 22 Limestone (IGM) 0.60 13.85 13.514 150 99.730 113.244 37.748 22 23 LS/ sand 0.30 13.75 14.217 28 18.958 33.175 11.058 23 24 LS/ sand 0.30 13.65 14.938 28 19.284 34.222 11.407 24 25 LS/ sand 0.30 13.55 15.676 28 19.594 35.270 11.757 25 26 LS/ sand 0.30 13.45 16.430 28 19.889 36.319 12.106 26 27 LS/ sand 0.30 13.35 17.202 28 20.169 37.371 12.457 27 28 LS/ sand 0.30 13.25 17.990 28 20.433 38.423 12.808 28 29 Dense sand 0.50 13.15 19.335 55 40.885 60.219 20.073 29 30 Dense sand 0.50 0.50 0.50 13.05 20.714 55 41.596 62.310 20.770 30 31 Dense sand 12.95 22.127 55 42.272 64.399 21.466 31 32 Dense sand 12.85 23.573 55 42.912 66.485 22.162 32 33 Dense sand Dense sand Dense sand 0.50 12.75 25.053 55 43.516 68.569 22.856 33 34 0.50 12.65 26.564 55 44.086 70.650 23.550 34 35 0.50 12.55 28.106 55 44.622 72.728 24.243 35 36 Dense sand Dense sand Dense sand Dense sand 0.50 12.45 29.679 55 45.124 74.803 24.934 36 37 0.50 12.35 31.282 55 45.593 76.874 25.625 37 38 0.50 12.25 32.914 55 46.028 78.942 26.314 38 39 0.50 12.15 34.574 55 46.432 81.006 27.002 39 40 Dense sand 0.50 12.05 36.262 55 46.804 83.066 27.689 40 41 Dense sand 0.50 11.95 37.978 55 47.144 85.122 28.374 41 42 Dense sand 0.50 11.85 39.720 55 47.454 87.174 29.058 42 43 Limestone IG 0.60 11.75 41.848 150 131.020 172.868 57.623 43 44 Limestone IG 0.60 11.65 44.020 150 132.511 176.531 58.844 44 45 Limestone IG 0.60 11.55 46.234 150 133.894 180.128 60.043 45 46 Limestone IG 0.60 11.45 48.490 150 135.169 183.659 61.220 46 47 Limestone IG 0.60 11.35 50.787 150 136.339 187.126 62.375 47 48 Limestone IG 0.60 11.25 53.123 150 137.405 190.528 63.509 48 49 Limestone IG 0.60 11.15 55.498 150 138.369 193.867 64.622 49 50 Limestone (IGM) 0.60 11.05 57.910 150 139.234 197.143 65.714 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.13: Capacity calculation for 18" circular, tapered pile for B-1 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Dia. of tapering pile Total ultimate Skin friction N,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) 13 d (inch) (ton) q, * A, (ton) (ton) (ton) 0 1 Silt 0.00 17.95 0.000 0 0.000 1.711 0.000 0.000 1 2 Loose sand 0.30 17.85 0.041 25 1.752 0.584 2 3 Loose sand 0.30 17.75 0.111 25 2.580 2.691 0.897 3 4 Loose sand 0.30 17.65 0.209 25 3.430 3.638 1.213 4 5 Very loose sand 0.23 17.55 0.305 20 3.374 3.679 1.226 5 6 Very loose sand 0.23 17.45 0.422 20 3.990 4.411 1.470 6 7 Very loose sand 0.23 17.35 0.558 20 4.590 5.148 1.716 7 8 Very loose sand 0.23 17.25 0.714 20 5.176 5.891 1.964 8 9 Very loose sand 0.23 17.15 0.890 20 5.748 6.638 2.213 9 10 Very loose sand 0.23 17.05 1.085 20 6.305 7.390 2.463 10 11 Very loose sand 0.23 16.95 1.300 20 6.848 8.148 2.716 11 12 Very loose sand 0.23 16.85 1.533 20 7.377 8.909 2.970 12 13 Very loose sand 0.23 16.75 1.784 20 7.892 9.676 3.225 13 14 Very loose sand 0.23 16.65 2.054 20 8.392 10.447 3.482 14 15 Very loose sand 0.23 16.55 2.342 20 8.880 11.222 3.741 15 16 Very loose sand 0.23 16.45 2.648 20 9.353 12.002 4.001 16 17 Very loose sand 0.23 16.35 2.972 20 9.813 12.785 4.262 17 18 LS/ Gray. Sand 0.55 16.25 3.798 60 31.554 35.352 11.784 18 19 LS/ Gray. Sand 0.55 16.15 4.686 60 33.608 38.294 12.765 19 20 LS/ Gray. Sand 0.55 16.05 5.635 60 35.605 41.240 13.747 20 21 LS/ Gray. Sand 0.55 15.95 6.644 60 37.544 44.188 14.729 21 22 LS/ Gray. Sand 0.55 15.85 7.712 60 39.426 47.138 15.713 22 23 LS/ Gray. Sand 0.45 15.75 8.630 50 34.040 42.670 14.223 23 24 LS/ Gray. Sand 0.45 15.65 9.586 50 35.187 44.773 14.924 24 25 LS/ Gray. Sand 0.45 15.55 10.579 50 36.297 46.876 15.625 25 26 LS/ Sand 0.45 15.45 11.609 50 37.369 48.978 16.326 26 27 LS/ Sand 0.30 15.35 12.318 28 21.417 33.736 11.245 27 28 LS/ Sand 0.30 15.25 13.048 28 21.890 34.938 11.646 28 29 LS/ Sand 0.30 15.15 13.799 28 22.345 36.144 12.048 29 30 LS/ Sand 0.30 15.05 14.570 28 22.781 37.352 12.451 30 31 LS/ Sand 0.30 14.95 15.361 28 23.201 38.562 12.854 31 32 LS/ Sand 0.30 14.85 16.172 28 23.603 39.775 13.258 32 33 Dense Sand 0.55 14.75 17.701 60 51.933 69.634 23.211 33 34 Dense Sand 0.55 14.65 19.281 60 53.238 72.519 24.173 34 35 Dense Sand 0.55 14.55 20.910 60 54.493 75.403 25.134 35 36 Dense Sand 0.55 14.45 22.588 60 55.698 78.286 26.095 36 37 Dense Sand 0.55 14.35 24.313 60 56.855 81.168 27.056 37 38 Dense Sand 0.55 14.25 26.086 60 57.963 84.049 28.016 38 39 Dense Sand 0.55 14.15 27.905 60 59.023 86.928 28.976 39 40 Dense Sand 0.55 14.05 29.770 60 60.036 89.805 29.935 40 41 Dense Sand 0.55 13.95 31.679 60 61.002 92.681 30.894 41 42 Dense Sand 0.55 13.85 33.631 60 61.922 95.554 31.851 42 43 Dense Sand 0.55 13.75 35.627 60 62.797 98.424 32.808 43 44 Dense Sand 0.55 13.65 37.665 60 63.627 101.292 33.764 44 45 Dense Sand 0.55 13.55 39.744 60 64.412 104.156 34.719 45 46 Dense Sand 0.55 13.45 41.863 60 65.154 107.018 35.673 46 47 Limestone (IGvt) 0.60 13.35 44.224 150 165.355 209.579 69.860 47 48 Limestone (IGF 0.60 13.25 46.637 150 167.696 214.333 71.444 48 49 Limestone (IGvt) 0.60 13.15 49.102 150 169.910 219.012 73.004 49 50 Limestone (IGvt) 0.60 13.05 51.618 150 171.999 223.617 74.539 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.14: Capacity calculation for 18" circular, tapered pile for B-2 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Da. of tapering pile Total ultimate Skin friction N,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) 13 d (inch) (ton) q, * A, (ton) (ton) (ton) 0 1 silt 0.00 17.95 0.000 0 0.000 0.000 0.000 1 2 LS/ Loose Sand 0.28 17.85 0.039 25 1.732 1.771 0.590 2 3 LS/ Loose Sand 0.28 17.75 0.105 25 2.623 2.727 0.909 3 4 LS/ Loose Sand 0.28 17.65 0.198 25 3.493 3.691 1.230 4 5 Loose sand 0.30 17.55 0.326 25 4.322 4.648 1.549 5 6 Loose sand 0.30 17.45 0.482 25 5.131 5.614 1.871 6 7 Loose sand 0.30 17.35 0.666 25 5.921 6.587 2.196 7 8 Loose sand 0.30 17.25 0.876 25 6.692 7.569 2.523 8 9 Loose sand 0.30 17.15 1.114 25 7.444 8.558 2.853 9 10 Loose sand 0.30 17.05 1.378 25 8.177 9.555 3.185 10 11 Loose sand 0.30 16.95 1.668 25 8.891 10.559 3.520 11 12 Loose sand 0.30 16.85 1.984 25 9.586 11.570 3.857 12 13 LS/Med d. sand 0.30 16.75 2.326 25 10.283 12.608 4.203 13 14 LS/Med d. sand 0.30 16.65 2.693 28 12.275 14.969 4.990 14 15 LS/Med d. sand 0.30 16.55 3.086 28 13.014 16.100 5.367 15 16 LS/Med d. sand 0.30 16.45 3.504 28 13.731 17.235 5.745 16 17 LS/Med d. sand 0.30 16.35 3.947 28 14.429 18.376 6.125 17 18 LS/Med d. sand 0.30 16.25 4.415 28 15.106 19.520 6.507 18 19 LS/Med d. sand 0.30 16.15 4.906 28 15.763 20.669 6.890 19 20 LS/Med d. sand 0.30 16.05 5.422 28 16.401 21.822 7.274 20 21 LS/Med d. sand 0.30 15.95 5.960 28 17.018 22.979 7.660 21 22 LS/Med d. sand 0.30 15.85 6.522 28 17.617 24.140 8.047 22 23 LS/Med d. sand 0.30 15.75 7.107 28 18.197 25.304 8.435 23 24 LS/Med d. sand 0.30 15.65 7.714 28 18.757 26.472 8.824 24 25 LS/Med d. sand 0.30 15.55 8.344 28 19.299 27.643 9.214 25 26 LS/Med d. sand 0.30 15.45 8.995 28 19.822 28.817 9.606 26 27 LS/Med d. sand 0.30 15.35 9.668 28 20.327 29.995 9.998 27 28 LS/Med d. sand 0.30 15.25 10.361 28 20.814 31.175 10.392 28 29 LS/Med d. sand 0.30 15.15 11.076 28 21.283 32.359 10.786 29 30 LS/Med d. sand 0.30 15.05 11.811 28 21.733 33.545 11.182 30 31 LS/Med d. sand 0.30 14.95 12.566 28 22.167 34.733 11.578 31 32 LS/Med d. sand 0.30 14.85 13.341 28 22.583 35.924 11.975 32 33 Very dense sand 0.55 14.75 14.808 65 54.116 68.924 22.975 33 34 Very dense sand 0.55 14.65 16.331 65 55.748 72.079 24.026 34 35 Very dense sand 0.55 14.55 17.910 65 57.320 75.229 25.076 35 36 Very dense sand 0.55 14.45 19.542 65 58.833 78.375 26.125 36 37 Very dense sand 0.55 14.35 21.228 65 60.288 81.516 27.172 37 38 Very dense sand 0.55 14.25 22.967 65 61.685 84.651 28.217 38 39 Very dense sand 0.55 14.15 24.757 65 63.025 87.782 29.261 39 40 Very dense sand 0.55 14.05 26.597 65 64.309 90.907 30.302 40 41 Very dense sand 0.55 13.95 28.488 65 65.538 94.026 31.342 41 42 Very dense sand 0.55 13.85 30.427 65 66.711 97.138 32.379 42 43 Limestone (IGM) 0.60 13.75 32.598 150 156.916 189.514 63.171 43 44 Limestone (IGM) 0.60 13.65 34.825 150 159.749 194.574 64.858 44 45 Limestone (IGM) 0.60 13.55 37.108 150 162.448 199.556 66.519 45 46 Limestone (IGM) 0.60 13.45 39.446 150 165.015 204.461 68.154 46 47 Limestone (IGM) 0.60 13.35 41.837 150 167.453 209.290 69.763 47 48 Limestone (IGM) 0.60 13.25 44.280 150 169.763 214.043 71.348 48 49 Limestone (IGM) 0.60 13.15 46.775 150 171.946 218.720 72.907 49 50 Limestone (IGM) 0.60 13.05 49.320 150 174.004 223.324 74.441 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.15: Capacity calculation for 18" circular, tapered pile for B-3 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Da. of tapering pile Total ultimate Skin friction N,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) /3 d (inch) (ton) qt * A, (ton) (ton) (ton) 0 1 silt 0.00 17.95 0.000 0 0.000 0.000 - 0.000 1 2 Loose sand 0.30 17.85 0.041 25 1.711 1.752 0.584 2 3 Loose sand 0.30 17.75 0.111 25 2.580 2.691 0.897 3 4 Loose sand 0.30 17.65 0.209 25 3.430 3.638 1.213 4 5 Loose sand 0.30 17.55 0.335 25 4.259 4.594 1.531 5 6 Loose sand 0.30 17.45 0.489 25 5.069 5.559 1.853 6 7 Loose sand 0.30 17.35 0.671 25 5.860 6.531 2.177 7 8 Loose sand 0.30 17.25 0.879 25 6.632 7.511 2.504 8 9 Loose sand Med. dense sand Med. dense sand 0.30 17.15 1.115 25 7.384 8.499 2.833 9 10 0.40 17.05 1.468 45 14.931 16.399 5.466 10 11 0.40 16.95 1.864 45 16.529 18.393 6.131 11 12 Med. dense sand 0.40 16.85 2.302 45 18.087 20.389 6.796 12 13 Med. dense sand Med. dense sand 0.40 16.75 2.783 45 19.604 22.387 7.462 13 14 0.40 16.65 3.304 45 21.081 24.385 8.128 14 15 Med. dense sand 0.40 16.55 3.866 45 22.518 26.385 8.795 15 16 Med. dense sand 0.40 16.45 4.468 45 23.916 28.385 9.462 16 17 Med. dense sand Med. dense sand 0.40 16.35 5.110 45 25.275 30.386 10.129 17 18 0.40 16.25 5.792 45 26.596 32.387 10.796 18 19 Med. dense sand 0.40 16.15 6.511 45 27.878 34.389 11.463 19 20 Med. dense sand 0.40 16.05 7.269 45 29.123 36.392 12.131 20 21 Med. dense sand LS/Grav sand 0.40 15.95 8.064 45 30.330 38.394 12.798 21 22 0.60 15.85 9.311 50 34.897 44.208 14.736 22 23 LS/Grav sand 0.60 15.75 10.609 50 36.057 46.665 15.555 23 24 LS/Grav sand 0.60 15.65 11.956 50 37.178 49.135 16.378 24 25 LS/Grav sand 0.60 15.55 13.354 50 38.263 51.616 17.205 25 26 LS/Grav sand 0.60 15.45 14.800 50 39.310 54.110 18.037 26 27 LS/Grav sand 0.60 15.35 16.294 50 40.320 56.614 18.871 27 28 LS/Grav sand 0.60 15.25 17.836 50 41.294 59.130 19.710 28 29 LS/Grav sand 0.60 15.15 19.424 50 42.233 61.656 20.552 29 30 LS/Grav sand 0.60 15.05 21.058 50 43.136 44.003 44.836 64.193 21.398 30 31 LS/Grav sand 0.60 14.95 22.736 50 66.740 22.247 31 32 LS/Grav sand 0.60 14.85 24.459 50 69.296 23.099 32 33 Very dense sand 0.55 14.75 26.087 65 59.900 85.987 28.662 33 34 Very dense sand 0.55 14.65 27.769 65 61.453 89.222 29.741 34 35 Very dense sand 0.55 14.55 29.506 65 62.947 92.453 30.818 35 36 Very dense sand 0.55 14.45 31.295 65 64.383 95.678 31.893 36 37 Very dense sand Very dense sand 0.55 14.35 33.137 65 65.761 98.898 32.966 37 38 0.55 14.25 35.031 65 67.082 102.113 34.038 38 39 Very dense sand 0.55 14.15 36.975 65 68.347 105.321 35.107 39 40 Very dense sand 0.55 14.05 38.968 65 69.555 108.523 36.174 40 41 Very dense sand 0.55 13.95 41.010 65 70.709 111.719 37.240 41 42 Very dense sand 0.55 13.85 43.100 65 71.809 114.909 38.303 42 43 Limestone (IGM) 0.60 13.75 45.434 150 168.510 213.943 71.314 43 44 Limestone (IGM) 0.60 13.65 47.823 150 171.173 218.996 72.999 44 45 Limestone (IGM) 0.60 13.55 50.267 150 173.705 223.971 74.657 45 46 Limestone (IGM) 0.60 13.45 52.764 150 176.106 228.870 76.290 46 47 Limestone (IGM) 0.60 13.35 55.313 150 178.379 233.692 77.897 47 48 Limestone (IGM) 0.60 13.25 57.913 150 180.525 238.438 79.479 48 49 Limestone (IGM) 0.60 13.15 60.564 150 182.546 243.110 81.037 49 50 Limestone (IGM) 0.60 13.05 63.264 150 184.443 247.707 82.569 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Table E-1.16: Capacity calculation for 18" circular, tapered pile for B-4 profile (Refer Table-1 for stratification and material properties) Layer depth Soil type Coefficient of friction Av. Dia. of tapering pile Total ultimate Skin friction N,,Toe resistance Coefficient Ultimate toe resistance Ultimate pile capacity Safe pile load for FS=3 From To (ft) (ft) g d (inch) (ton) q, * A, (ton) (ton) (ton) 0 1 silt LS/sand LS/sand LS/sand 0.00 0.30 0.30 0.30 0.30 0.30 0.28 0.28 0.60 0.60 0.60 0.60 0.60 0.60 0.60 0.60 0.60 0.60 0.60 0.60 0.60 0.60 0.30 0.30 0.30 0.30 0.30 0.30 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.50 0.60 0.60 0.60 0.60 0.60 0.60 0.60 0.60 17.95 0.000 0 0.000 0.000 0.000 1 2 17.85 0.041 28 1.940 1.982 0.661 2 3 17.75 0.112 28 2.938 3.050 1.017 3 4 17.65 0.212 28 3.912 4.124 1.375 4 5 LS/sand 17.55 0.341 28 4.864 5.205 1.735 5 6 LS/sand 17.45 0.498 28 5.793 6.291 2.097 6 7 Loose Sand 17.35 0.670 25 5.962 6.633 2.211 7 8 Loose Sand 17.25 0.868 25 6.733 7.601 2.534 8 9 Limestone (IGM) 17.15 1.363 150 48.013 49.376 16.459 9 10 Limestone (IGM) 17.05 1.946 150 55.445 62.692 69.757 57.391 19.130 10 11 Limestone (IGM) 16.95 2.615 150 65.308 21.769 11 12 Limestone (IGM) 16.85 3.370 150 73.127 24.376 12 13 Limestone (IGM) 16.75 4.210 150 76.641 80.851 26.950 13 14 Limestone (IGM) 16.65 5.132 150 83.346 88.478 29.493 14 15 Limestone (IGM) 16.55 6.137 150 89.873 96.011 32.004 15 16 Limestone (IGM) 16.45 7.224 150 96.225 103.448 34.483 16 17 Limestone (IGM) 16.35 8.390 150 102.402 110.792 36.931 17 18 Limestone (IGM) 16.25 9.636 150 108.406 118.042 39.347 18 19 Limestone (IGM) 16.15 10.960 150 114.240 125.199 41.733 19 20 Limestone (IGM) 16.05 12.360 150 119.904 132.264 44.088 20 21 Limestone (IGM) 15.95 13.837 150 125.401 139.238 46.413 21 22 Limestone (IGM) 15.85 15.389 150 130.732 146.120 48.707 22 23 LS/ sand 15.75 16.194 28 24.897 41.091 13.697 23 24 LS/ sand 15.65 17.020 28 25.373 42.392 14.131 24 25 LS/ sand 15.55 17.866 28 25.830 43.696 14.565 25 26 LS/ sand 15.45 18.734 28 26.269 45.003 15.001 26 27 LS/ sand 15.35 19.621 28 26.690 46.311 15.437 27 28 LS/ sand 15.25 20.528 28 27.094 54.322 55.380 47.622 15.874 28 29 Dense sand 15.15 22.077 55 76.398 25.466 29 30 Dense sand 15.05 23.667 55 79.047 26.349 30 31 Dense sand 14.95 25.299 55 56.395 81.694 27.231 31 32 Dense sand 14.85 26.970 55 57.369 84.339 28.113 32 33 Dense sand 14.75 28.681 55 58.301 86.983 28.994 33 34 Dense sand 14.65 30.431 55 59.192 89.624 29.875 34 35 Dense sand 14.55 32.220 55 60.043 92.263 30.754 35 36 Dense sand 14.45 34.045 55 60.854 94.899 31.633 36 37 Dense sand 14.35 35.907 55 61.625 97.532 32.511 37 38 Dense sand 14.25 37.806 55 62.357 100.163 33.388 38 39 Dense sand 14.15 39.740 55 63.050 102.790 34.263 39 40 Dense sand 14.05 41.708 55 63.705 105.413 35.138 40 41 Dense sand 13.95 43.711 55 64.323 108.033 36.011 41 42 Dense sand 13.85 45.747 55 64.903 110.650 36.883 42 43 Limestone (IGM) 13.75 48.237 150 179.642 227.879 75.960 43 44 Limestone (IGM) 13.65 50.782 150 182.144 232.926 77.642 44 45 Limestone (IGM) 13.55 53.380 150 184.515 237.894 79.298 45 46 Limestone (IGM) 13.45 56.030 150 186.757 242.786 80.929 46 47 Limestone (IGM) 13.35 58.731 150 188.871 247.602 82.534 47 48 Limestone (IGM) 13.25 61.483 150 190.860 252.342 84.114 48 49 Limestone (IGM) 13.15 64.283 150 192.724 257.008 85.669 49 50 Limestone (IGM) 13.05 67.132 150 194.467 261.598 87.199 0• cII Geotechnical services for the Dinner Key Marina improvements: final report City of Miami RFP 15-16-011, Miscellaneous Marine & Coastal Engineering Services HPCI Project No.: GE-M&N-CityMia-18-01 Appendix E-2: Concrete piles- FB-Deep program output 0• cII Plot Window A Job Name: Dinner Key Marina improvements State Job (Project) #: GE -MN -CityMia-18-01 12- Sq conc. driven-pile-Bi 1.0 -6.0 -11.0 16,0 E. -21,0 c -26.o 2 -31.0 -36.0 -41.0 -46.0 -51.0 -56.0 0 0 50.0 199.0 150.0 200A 250.0 300.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-1 File: inner- key- bldriven-sq Ground Surface Elevation 0,00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 12.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File' button saves the currently selected Curves to a text file. Analysis Type: SP T r Plot Options Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key Marina improvements State Job (Project) #: GE -MN -CityMia-1t3-01 14' Sq conc driven pile-B1 1.0 9 Mt 9 -6.0 . -11.0 ■ —.AM -16.0 • ■ ■ ■ ■ ■ -21.0 c-26,0 ■ ■■ ■ 2 ,■• • ■ ■r • -31.0 ALA: 1 •• ■■ • -36.0 Ai'IFT ■ • -41.0 ■ -46.0 CFI I -51.0 -56.0 0 0 TOA 140.0 210.0 200.0 350.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-1 File: inner- key- bldriven-sq Ground Surface Elevation 0.00 Date: Jan 21, 2019 Y r Mobilized End bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 14.00 (in) 4 r Estimated Davisson Capacity • P Allowable Pile Capacity Analysis Data *The 'Save to File' button saves the currently selected Curves to a text file. Analysis Type: SP T r Plot Options Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key Marina improvements State Job (Project) #: GE -MN -CityMia-18-01 16' 5q conc driven pile B-1 1.0 -6.0L -11.0 91 ■ -16,0■ ■ ■ -21.0 ■ ■ -26.0 2 ■ . • . • ■ • ■ — ■ -31.0 • • ■ ■ ■ -36.0 • ■ -41.0 y * -46.0 Ail � i 1 -51.0 -56.0 0 0 90.0 189.0 270.0 369.0 450.0 Capacity (tons) - Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-1 File: inner- key- bldriven-sq Ground Surface Elevation 0.00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 16.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File button saves the currently selected Curves to a text file. [AnIYe s Type: SP T Options rPlot Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key Marina improvements State Job (Project) #: GE -MN -CityMia-18-01 18" Sq conc. driven pile-B-1 1.0 -6.0 -11.0 -16,0 E. ■ ■ -21.0 ■ ■■■ ■ ■ -26.0 ■ ■ ■ -31.0 T. I ■ -36.0 ■ ■ ■ -41.0 ■ ■ -46.0 • I- I -51.0 -56.0 0 0 110.0 220.0 330D 440.0 550.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-1 File: inner- key- bldriven-sq Ground Surface Elevation 0.00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 18.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File button saves the currently selected Curves to a text file. Analysis Type: SP T r Plot Options Customize I Update Plot I Print Plot I Print Window I Save To file Close Florida Bridge Software Institute Date: January 21, 2019 Shaft and Pile Analysis (FB-Deep v.2.05) Time: 09:52:54 Job name: Dinner Engineer: AK Units: English General Information: Input file: n\driven-square\dinner-driven-sq-bl\dinner-key-bldriven-sq.spc Project number: GE-M&N-CityMia-18-01 Key Marina improvements Analysis Information: Analysis Type: SPT Soil Information: Boring date: 11/26/2018, Boring Number: B-1 Station number: Offset: Ground Elevation: 0.000(ft) Hammer type: Automatic Hammer, Correction factor = 1.24 ID Depth (ft) No. of Blows (Blows/ft) Soil Type Layer Num. 1 0.00 2.00 2- Clay and silty sand 2 1.00 2.00 2- Clay and silty sand 3 1.00 7.00 3- Clean sand 4 4.00 7.00 3- Clean sand 5 4.00 2.00 3- Clean sand 6 17.00 2.00 3- Clean sand 7 17.00 25.00 4- Lime Stone/Very shelly 8 22.00 25.00 4- Lime Stone/Very shelly 9 22.00 17.00 4- Lime Stone/Very shelly 10 26.00 17.00 4- Lime Stone/Very shelly 11 26.00 8.00 4- Lime Stone/Very shelly 12 32.00 8.00 4- Lime Stone/Very shelly 13 32.00 33.00 3- Clean sand 14 46.00 33.00 3- Clean sand 15 46.00 49.00 4- Lime Stone/Very shelly 16 50.00 49.00 4- Lime Stone/Very shelly 17 60.00 49.00 4- Lime Stone/Very shelly Starting Elevation (ft) Blowcount Average Per Soil Layer Bottom Thickness Elevation (ft) (ft) 1 0.00 2 -1.00 3 -17.00 4 -32.00 5 -46.00 -1.00 - 17.00 - 32.00 - 46.00 - 60.00 Average Blowcount (Blows/ft) sand sand sand sand sand sand sand sand sand Soil Type 1.00 2.00 2-Clay and Silty Sand 16.00 2.94 3-Clean Sand 15.00 16.07 4-Limestone, Very Shelly Sand 14.00 33.00 3-Clean Sand 14.00 49.00 4-Limestone, Very Shelly Sand Driven Pile Data: Pile unit weight = 145.00(pcf), Section Type: Square Pile Geometry: Width Length Tip Elev. (in) (ft) (ft) 12.00 1.00 -1.00 12.00 2.00 -2.00 12.00 3.00 -3.00 12.00 4.00 -4.00 12.00 5.00 -5.00 12.00 6.00 -6.00 12.00 7.00 -7.00 12.00 8.00 -8.00 12.00 9.00 -9.00 12.00 10.00 -10.00 12.00 11.00 -11.00 12.00 12.00 -12.00 12.00 13.00 -13.00 12.00 14.00 -14.00 12.00 15.00 -15.00 12.00 16.00 -16.00 12.00 17.00 -17.00 12.00 18.00 -18.00 12.00 19.00 -19.00 12.00 20.00 -20.00 12.00 21.00 -21.00 12.00 22.00 -22.00 12.00 23.00 -23.00 12.00 24.00 -24.00 12.00 25.00 -25.00 12.00 26.00 -26.00 12.00 27.00 -27.00 12.00 28.00 -28.00 12.00 29.00 -29.00 12.00 30.00 -30.00 12.00 31.00 -31.00 12.00 32.00 -32.00 12.00 33.00 -33.00 12.00 34.00 -34.00 12.00 35.00 -35.00 12.00 36.00 -36.00 12.00 37.00 -37.00 12.00 38.00 -38.00 12.00 39.00 -39.00 12.00 40.00 -40.00 12.00 41.00 -41.00 12.00 42.00 -42.00 12.00 43.00 -43.00 12.00 44.00 -44.00 12.00 45.00 -45.00 12.00 46.00 -46.00 12.00 47.00 -47.00 12.00 48.00 -48.00 12.00 49.00 -49.00 12.00 50.00 -50.00 14.00 1.00 -1.00 14.00 2.00 -2.00 14.00 3.00 -3.00 14.00 4.00 -4.00 14.00 5.00 -5.00 14.00 6.00 -6.00 14.00 7.00 -7.00 14.00 8.00 -8.00 14.00 9.00 -9.00 14.00 10.00 -10.00 14.00 11.00 -11.00 14.00 12.00 -12.00 14.00 13.00 -13.00 14.00 14.00 -14.00 14.00 15.00 -15.00 14.00 16.00 -16.00 14.00 17.00 -17.00 14.00 18.00 -18.00 14.00 19.00 -19.00 14.00 20.00 -20.00 14.00 21.00 -21.00 14.00 22.00 -22.00 14.00 23.00 -23.00 14.00 24.00 -24.00 14.00 25.00 -25.00 14.00 26.00 -26.00 14.00 27.00 -27.00 14.00 28.00 -28.00 14.00 29.00 -29.00 14.00 30.00 -30.00 14.00 31.00 -31.00 14.00 32.00 -32.00 14.00 33.00 -33.00 14.00 34.00 -34.00 14.00 35.00 -35.00 14.00 36.00 -36.00 14.00 37.00 -37.00 14.00 38.00 -38.00 14.00 39.00 -39.00 14.00 40.00 -40.00 14.00 41.00 -41.00 14.00 42.00 -42.00 14.00 43.00 -43.00 14.00 44.00 -44.00 14.00 45.00 -45.00 14.00 46.00 -46.00 14.00 47.00 -47.00 14.00 48.00 -48.00 14.00 49.00 -49.00 14.00 50.00 -50.00 16.00 1.00 -1.00 16.00 2.00 -2.00 16.00 3.00 -3.00 16.00 4.00 -4.00 16.00 5.00 -5.00 16.00 6.00 -6.00 16.00 7.00 -7.00 16.00 8.00 -8.00 16.00 9.00 -9.00 16.00 10.00 -10.00 16.00 11.00 -11.00 16.00 12.00 -12.00 16.00 13.00 -13.00 16.00 14.00 -14.00 16.00 15.00 -15.00 16.00 16.00 -16.00 16.00 17.00 -17.00 16.00 18.00 -18.00 16.00 19.00 -19.00 16.00 20.00 -20.00 16.00 21.00 -21.00 16.00 22.00 -22.00 16.00 23.00 -23.00 16.00 24.00 -24.00 16.00 25.00 -25.00 16.00 26.00 -26.00 16.00 27.00 -27.00 16.00 28.00 -28.00 16.00 29.00 -29.00 16.00 30.00 -30.00 16.00 31.00 -31.00 16.00 32.00 -32.00 16.00 33.00 -33.00 16.00 34.00 -34.00 16.00 35.00 -35.00 16.00 36.00 -36.00 16.00 37.00 -37.00 16.00 38.00 -38.00 16.00 39.00 -39.00 16.00 40.00 -40.00 16.00 41.00 -41.00 16.00 42.00 -42.00 16.00 43.00 -43.00 16.00 44.00 -44.00 16.00 45.00 -45.00 16.00 46.00 -46.00 16.00 47.00 -47.00 16.00 48.00 -48.00 16.00 49.00 -49.00 16.00 50.00 -50.00 18.00 1.00 -1.00 18.00 2.00 -2.00 18.00 3.00 -3.00 18.00 4.00 -4.00 18.00 5.00 -5.00 18.00 6.00 -6.00 18.00 7.00 -7.00 18.00 8.00 -8.00 18.00 9.00 -9.00 18.00 10.00 -10.00 18.00 11.00 -11.00 18.00 12.00 -12.00 18.00 13.00 -13.00 18.00 14.00 -14.00 18.00 15.00 -15.00 18.00 16.00 -16.00 18.00 17.00 -17.00 18.00 18.00 -18.00 18.00 19.00 -19.00 18.00 20.00 -20.00 18.00 21.00 -21.00 18.00 22.00 -22.00 18.00 23.00 -23.00 18.00 24.00 -24.00 18.00 25.00 -25.00 18.00 26.00 -26.00 18.00 27.00 -27.00 18.00 28.00 -28.00 18.00 29.00 -29.00 18.00 30.00 -30.00 18.00 31.00 -31.00 18.00 32.00 -32.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 33.00 34.00 35.00 36.00 37.00 38.00 39.00 40.00 41.00 42.00 43.00 44.00 45.00 46.00 47.00 48.00 49.00 50.00 Driven Pile Capacity: - 33.00 - 34.00 - 35.00 - 36.00 - 37.00 - 38.00 - 39.00 - 40.00 - 41.00 - 42.00 - 43.00 - 44.00 - 45.00 - 46.00 - 47.00 - 48.00 - 49.00 - 50.00 Section Type: Square Pile Width: 12.00 (in) Test Pile Ultimate Mobilized Estimated Allowable Ultimate Pile Width Side End Davisson Pile Pile Length Friction Bearing Capacity Capacity Capacity (ft) (in) (tons) (tons) (tons) (tons) (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 0.00 0.54 1.21 1.98 1.98 1.98 1.98 1.98 1.98 1.98 1.98 1.98 1.98 1.98 1.98 1.98 1.98 3.22 4.46 5.70 6.94 8.18 9.02 9.87 10.71 11.55 11.95 12.35 3.97 4.13 4.11 3.47 2.78 2.31 1.98 1.74 1.74 1.16 0.58 0.00 0.00 1.94 5.83 9.72 27.20 27.20 24.86 22.52 20.18 17.85 15.40 12.96 10.52 8.08 8.08 8.08 3.97 4.67 5.32 5.45 4.76 4.29 3.96 3.72 3.72 3.14 2.56 1.98 1.98 3.92 7.81 11.69 29.18 30.42 29.32 28.22 27.12 26.02 24.43 22.83 21.23 19.63 20.02 20.42 1.98 2.34 2.66 2.73 2.38 2.15 1.98 1.86 1.86 1.57 1.28 0.99 0.99 1.96 3.90 5.85 14.59 15.21 14.66 14.11 13.56 13.01 12.21 11.41 10.61 9.81 10.01 10.21 11.90 12.94 13.55 12.40 10.31 8.92 7.93 7.19 7.19 5.45 3.72 1.98 1.98 7.81 19.47 31.12 83.59 84.83 79.05 73.27 67.49 61.71 55.23 48.75 42.26 35.78 36.18 36.57 29.00 12.0 30.00 12.0 31.00 12.0 32.00 12.0 33.00 12.0 34.00 12.0 35.00 12.0 36.00 12.0 37.00 12.0 38.00 12.0 39.00 12.0 40.00 12.0 41.00 12.0 42.00 12.0 43.00 12.0 44.00 12.0 45.00 12.0 46.00 12.0 47.00 12.0 48.00 12.0 49.00 12.0 50.00 12.0 12.74 13.14 13.54 13.93 16.88 19.55 21.90 24.08 26.19 28.27 30.36 32.52 35.28 38.15 40.82 43.33 46.44 57.47 59.90 62.33 64.76 67.19 16.97 25.86 34.75 27.08 27.22 27.62 28.45 29.64 31.21 33.14 35.45 38.13 39.51 40.89 43.32 47.08 49.37 59.68 59.68 59.68 59.68 59.68 29.71 39.00 48.29 41.02 44.09 47.17 50.34 53.72 57.39 61.41 65.81 70.64 74.79 79.03 84.13 90.41 95.81 117.15 119.58 122.01 124.44 126.87 Section Type: Square Pile Width: 14.00 (in) 14.86 19.50 24.15 20.51 22.05 23.58 25.17 26.86 28.70 30.70 32.91 35.32 37.39 39.52 42.07 45.20 47.90 58.57 59.79 61.01 62.22 63.44 63.65 90.72 117.80 95.18 98.53 102.41 107.23 113.00 119.81 127.69 136.71 146.90 153.80 160.81 170.77 184.57 194.55 236.51 238.94 241.37 243.80 246.23 Test Pile Ultimate Mobilized Estimated Allowable Ultimate Pile Width Side End Davisson Pile Pile Length Friction Bearing Capacity Capacity Capacity (ft) (in) (tons) (tons) (tons) (tons) (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 0.00 0.59 1.28 2.27 2.31 2.31 2.31 2.31 2.31 2.31 2.31 2.31 2.31 2.31 2.31 2.31 2.31 3.76 5.20 6.65 8.10 9.54 10.53 11.51 12.49 13.48 13.94 14.40 14.87 15.33 4.63 4.86 4.95 4.67 3.78 3.15 2.70 2.36 2.10 2.03 1.58 0.90 0.60 4.91 9.45 13.98 37.03 35.21 32.48 29.75 27.02 22.39 19.54 16.69 13.84 10.99 10.99 17.91 28.28 38.66 4.63 5.44 6.23 6.94 6.09 5.46 5.01 4.67 4.41 4.33 3.88 3.21 2.91 7.22 11.75 16.29 39.33 38.96 37.68 36.40 35.11 31.93 30.07 28.20 26.33 24.47 24.93 32.31 43.15 53.99 2.31 2.72 3.12 3.47 3.04 2.73 2.50 2.34 2.20 2.17 1.94 1.60 1.46 3.61 5.88 8.14 19.67 19.48 18.84 18.20 17.56 15.97 15.03 14.10 13.17 12.23 12.47 16.16 21.57 26.99 13.89 15.16 16.13 16.28 13.65 11.76 10.41 9.40 8.61 8.38 7.03 5.01 4.12 17.04 30.65 44.25 113.39 109.38 102.63 95.89 89.15 76.71 69.15 61.58 54.02 46.45 46.92 68.13 99.72 131.31 31.00 14.0 32.00 14.0 33.00 14.0 34.00 14.0 35.00 14.0 36.00 14.0 37.00 14.0 38.00 14.0 39.00 14.0 40.00 14.0 41.00 14.0 42.00 14.0 43.00 14.0 44.00 14.0 45.00 14.0 46.00 14.0 47.00 14.0 48.00 14.0 49.00 14.0 50.00 14.0 Test Pile Pile Width Length (ft) (in) 15.79 16.25 19.72 22.90 25.87 28.58 31.12 33.58 36.02 38.47 40.97 43.91 46.55 49.30 52.19 67.05 69.89 72.72 75.56 78.39 49.03 37.58 37.71 38.11 38.78 39.86 41.36 43.23 45.47 48.08 51.06 53.33 57.01 61.06 65.50 81.23 81.23 81.23 81.23 81.23 64.83 53.83 57.43 61.01 64.66 68.45 72.48 76.81 81.48 86.55 92.03 97.24 103.55 110.36 117.69 148.28 151.11 153.95 156.79 159.62 Section Type: Square Pile Width: 16.00 (in) Ultimate Side Friction (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) 32.41 26.92 28.71 30.51 32.33 34.22 36.24 38.40 40.74 43.27 46.01 48.62 51.78 55.18 58.84 74.14 75.56 76.97 78.39 79.81 Allowable Pile Capacity (tons) 162.90 128.98 132.85 137.24 142.22 148.17 155.20 163.26 172.42 182.70 194.14 203.90 217.56 232.49 248.69 310.74 313.57 316.41 319.24 322.08 Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 0.00 0.63 1.34 2.33 2.64 2.64 2.64 2.64 2.64 2.64 2.64 2.64 2.64 2.64 2.64 2.64 2.64 4.29 5.95 7.60 9.25 10.91 12.03 13.15 14.28 15.40 15.93 16.46 16.99 17.52 18.05 18.58 5.29 5.58 5.78 5.62 4.94 4.11 3.53 3.09 2.74 2.47 2.31 2.06 4.74 9.15 13.82 19.00 47.32 44.20 41.08 37.96 33.76 27.38 24.13 20.87 17.61 14.36 18.31 30.17 42.02 53.88 65.74 50.30 5.29 6.21 7.12 7.95 7.58 6.75 6.17 5.72 5.38 5.11 4.95 4.70 7.38 11.79 16.46 21.64 49.96 48.49 47.03 45.56 43.01 38.29 36.16 34.02 31.89 29.76 34.24 46.63 59.01 71.40 83.79 68.87 2.65 3.11 3.56 3.98 3.79 3.38 3.08 2.86 2.69 2.55 2.48 2.35 3.69 5.89 8.23 10.82 24.98 24.25 23.51 22.78 21.51 19.14 18.08 17.01 15.95 14.88 17.12 23.31 29.51 35.70 41.89 34.44 15.87 17.38 18.68 19.20 17.45 14.98 13.22 11.90 10.87 10.05 9.58 8.81 16.86 30.09 44.09 59.64 144.60 136.90 129.19 121.49 110.53 93.05 84.41 75.76 67.12 58.47 70.86 106.96 143.06 179.16 215.26 169.46 33.00 16.0 34.00 16.0 35.00 16.0 36.00 16.0 37.00 16.0 38.00 16.0 39.00 16.0 40.00 16.0 41.00 16.0 42.00 16.0 43.00 16.0 44.00 16.0 45.00 16.0 46.00 16.0 47.00 16.0 48.00 16.0 49.00 16.0 50.00 16.0 Test Pile Pile Width Length (ft) (in) 22.60 26.33 29.83 33.15 36.29 39.19 42.02 44.83 47.64 50.00 52.46 55.48 58.61 76.63 79.87 83.11 86.35 89.59 50.40 72.99 50.77 77.09 51.41 81.24 52.32 85.47 53.58 89.87 55.35 94.53 57.48 99.50 59.99 104.82 62.87 110.51 67.40 117.39 72.56 125.03 76.88 132.36 81.57 140.18 106.09 182.72 106.09 185.96 106.09 189.20 106.09 192.44 106.09 195.69 Section Type: Square Pile Width: 18.00 (in) Ultimate Side Friction (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) 36.50 38.55 40.62 42.74 44.93 47.27 49.75 52.41 55.26 58.70 62.51 66.18 70.09 91.36 92.98 94.60 96.22 97.84 Allowable Pile Capacity (tons) 173.79 178.63 184.05 190.10 197.02 205.22 214.47 224.81 236.26 252.19 270.15 286.11 303.33 394.91 398.15 401.39 404.63 407.87 Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 33.00 34.00 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 0.00 0.66 1.39 2.38 2.86 2.97 2.97 2.97 2.97 2.97 2.97 2.97 2.97 2.97 2.97 2.97 2.97 4.83 6.69 8.55 10.41 12.27 13.53 14.80 16.06 17.33 17.92 18.52 19.11 19.71 20.30 20.90 25.46 29.83 5.95 6.31 6.61 6.57 6.08 5.21 4.46 3.91 3.47 3.12 2.84 4.06 9.89 14.85 19.81 24.77 57.70 54.19 50.68 47.17 40.00 32.82 29.16 25.50 21.83 18.17 31.51 44.85 58.19 71.53 84.87 65.44 65.52 65.78 5.95 6.97 8.01 8.95 8.94 8.18 7.43 6.87 6.44 6.09 5.81 7.03 12.86 17.82 22.78 27.74 60.67 59.02 57.37 55.72 50.41 45.09 42.69 40.30 37.90 35.50 49.43 63.37 77.30 91.24 105.17 86.34 90.98 95.61 2.98 3.49 4.00 4.48 4.47 4.09 3.72 3.44 3.22 3.05 2.90 3.51 6.43 8.91 11.39 13.87 30.33 29.51 28.68 27.86 25.20 22.55 21.35 20.15 18.95 17.75 24.72 31.68 38.65 45.62 52.59 43.17 45.49 47.81 17.86 19.59 21.23 22.10 21.11 18.59 16.36 14.69 13.38 12.34 11.49 15.15 32.64 47.52 62.41 77.29 176.06 167.39 158.73 150.06 130.40 110.74 101.02 91.29 81.56 71.84 112.45 153.07 193.68 234.29 274.91 217.22 222.03 227.18 35.00 18.0 33.90 66.36 100.25 50.13 232.97 36.00 18.0 37.77 67.20 104.97 52.48 239.37 37.00 18.0 41.48 68.31 109.79 54.90 246.42 38.00 18.0 45.08 69.69 114.77 57.39 254.16 39.00 18.0 48.36 71.70 120.06 60.03 263.45 40.00 18.0 51.57 74.07 125.65 62.82 273.80 41.00 18.0 54.53 77.25 131.78 65.89 286.28 42.00 18.0 56.86 82.32 139.19 69.59 303.83 43.00 18.0 59.31 88.15 147.46 73.73 323.75 44.00 18.0 61.89 94.73 156.61 78.31 346.07 45.00 18.0 65.27 99.65 164.92 82.46 364.22 46.00 18.0 86.21 134.28 220.48 110.24 489.03 47.00 18.0 89.85 134.28 224.13 112.06 492.68 48.00 18.0 93.50 134.28 227.77 113.89 496.33 49.00 18.0 97.14 134.28 231.42 115.71 499.97 50.00 18.0 100.79 134.28 235.07 117.53 503.62 NOTES 1. MOBILIZED END BEARING IS 1/3 OF THE ORIGINAL RB-121 VALUES. 2. DAVISSON PILE CAPACITY IS AN ESTIMATE BASED ON FAILURE CRITERIA, AND EQUALS ULTIMATE SIDE FRICTION PLUS MOBILIZED END BEARING. 3. ALLOWABLE PILE CAPACITY IS 1/2 THE DAVISSON PILE CAPACITY. 4. ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 3 x THE MOBILIZED END BEARING. EXCEPTION: FOR H-PILES TIPPED IN SAND OR LIMESTONE, THE ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 2 x THE MOBILIZED END BEARING. Plot Window A Job Name: Dinner Key Marina Improvements State Job (Project) #: GE -MN -CityMia-1t3-01 12" Sq conc. driven pile-B-2 1.0 -6.0tit ■ -11.0 got -16.0 E. it i -21.o c tit IA s -26.0 ■ +i ■ ` ■ 2 -31.0 rz Ali • ■ -36.0 ■ ■ -41.0 -46.0 -51.0 -56.0 0 0 70.0 140.0 210.0 200.0 350.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-2 File: finer-key-b2-driven-sq Ground Surface Elevation 0.00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 12.00 (in) • r Estimated Davisson Capacity • P Allowable Pile Capacity Analysis Data *The 'Save to File' button saves the currently selected Curves to a text file. Analysis Type: SP T r Plot Options Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key Marina Improvements State Job (Project) #: GE -MN -CityMia-18-01 14" Sq conc. driven pile-B-2 1.0 -6.0 -11.0 -16,0 E. -21.0 c -26.0 2 -31.0 F -36.0 -41.0 -46.0 ��l -51.0 -56.0 0 0 90.0 180.0 270.0 360.0 450.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-2 File: finer-key-b2-driven-sq Ground Surface Elevation 0.00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 14.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File' button saves the currently selected Curves to a text file. Analysis Type: SP T Plot Options r Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key Marina Improvements State Job (Project) #: GE -MN -CityMia-18-01 16" Sq. conc. driven pile-B-2 1.0 ■ -6.0 firk r� Ark. -16.0 E. 2 Z -21.0 c 2 IP- ■ ■ ■— -31.0 a • 4.a• ■■ ■ ••�• ■ ■ ■ ■ -41.0 •l - 46.0 -51.0 -56.0 0 0 110.0 220.0 330.0 440.0 550.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-2 File: finer-key-b2-driven-sq Ground Surface Elevation 0,00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 16.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File' button saves the currently selected Curves to a text file. Analysis Type: SP T r Plot Options Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key Marina Improvements State Job (Project) #: GE -MN -CityMia-18-01 18" Sq. conc. driven pile-B-2 1.0 P -6.0 it r■ -11.0 410. s -16.0 It _ -21,0 -26,0 li ■ ■ ■— -31.0 ■ ■■ ■ -36.0 •• • ■ ■ ■ ■ -41.0 r -46.0 • •■ rr -51.0 -56.0 0 0 350.0 700.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-2 File: finer-key-b2-driven-sq Ground Surface Elevation 0,00 Date: Jan 21, 2019 Y r Mobilized End bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 18.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File button saves the currently selected Curves to a text file. Analysis Type: SP T Options rPlot Customize I Update Plot I Print Plot I Print Window I Save To file Close Florida Bridge Software Institute Date: January 21, 2019 Shaft and Pile Analysis (FB-Deep v.2.05) Time: 10:39:22 General Information: Input file: \driven-square\dinner-driven-sq-b2\dinner-key-b2-driven-sq.spc Project number: GE-M&N-CityMia-18-01 Job name: Dinner Engineer: AK Units: English Key Marina Improvements Analysis Information: Analysis Type: SPT Soil Information: Boring date: 11/26/2018, Boring Number: B-2 Station number: Offset: Ground Elevation: 0.000(ft) Hammer type: Automatic Hammer, Correction factor = 1.24 ID Depth (ft) No. of Blows (Blows/ft) Soil Type 1 2 3 4 5 6 7 8 9 10 11 12 13 Layer Num. 0.00 1.00 1.00 4.00 4.00 12.00 12.00 32.00 32.00 42.00 42.00 50.00 60.00 Starting Elevation (ft) 2.00 2- 2.00 2- 4.00 4- 4.00 4- 5.00 3- 5.00 3- 8.00 4- 8.00 4- 40.00 3- 40.00 3- 58.00 4- 58.00 4- 58.00 4- Clay and silty sand Clay and silty sand Lime Stone/Very shelly Lime Stone/Very shelly Clean sand Clean sand Lime Stone/Very shelly Lime Stone/Very shelly Clean sand Clean sand Lime Stone/Very shelly Lime Stone/Very shelly Lime Stone/Very shelly Blowcount Average Per Soil Layer Bottom Thickness Elevation (ft) (ft) 1 0.00 2 -1.00 3 -4.00 4 -12.00 5 -32.00 6 -42.00 - 1.00 - 4.00 - 12.00 - 32.00 - 42.00 - 60.00 1.00 3.00 8.00 20.00 10.00 18.00 Average Blowcount (Blows/ft) sand sand sand sand sand sand sand Soil Type 2.00 4.00 5.00 8.00 40.00 58.00 2-Clay and Silty Sand 4-Limestone, 3-Clean Sand 4-Limestone, 3-Clean Sand 4-Limestone, Very Shelly Sand Very Shelly Sand Very Shelly Sand Driven Pile Data: Pile unit weight = 145.00(pcf), Section Type: Square Pile Geometry: Width Length Tip Elev. (in) (ft) (ft) 12.00 1.00 -1.00 12.00 2.00 -2.00 12.00 3.00 -3.00 12.00 4.00 -4.00 12.00 5.00 -5.00 12.00 6.00 -6.00 12.00 7.00 -7.00 12.00 8.00 -8.00 12.00 9.00 -9.00 12.00 10.00 -10.00 12.00 11.00 -11.00 12.00 12.00 -12.00 12.00 13.00 -13.00 12.00 14.00 -14.00 12.00 15.00 -15.00 12.00 16.00 -16.00 12.00 17.00 -17.00 12.00 18.00 -18.00 12.00 19.00 -19.00 12.00 20.00 -20.00 12.00 21.00 -21.00 12.00 22.00 -22.00 12.00 23.00 -23.00 12.00 24.00 -24.00 12.00 25.00 -25.00 12.00 26.00 -26.00 12.00 27.00 -27.00 12.00 28.00 -28.00 12.00 29.00 -29.00 12.00 30.00 -30.00 12.00 31.00 -31.00 12.00 32.00 -32.00 12.00 33.00 -33.00 12.00 34.00 -34.00 12.00 35.00 -35.00 12.00 36.00 -36.00 12.00 37.00 -37.00 12.00 38.00 -38.00 12.00 39.00 -39.00 12.00 40.00 -40.00 12.00 41.00 -41.00 12.00 42.00 -42.00 12.00 43.00 -43.00 12.00 44.00 -44.00 12.00 45.00 -45.00 12.00 46.00 -46.00 12.00 47.00 -47.00 12.00 48.00 -48.00 12.00 49.00 -49.00 12.00 50.00 -50.00 14.00 1.00 -1.00 14.00 2.00 -2.00 14.00 3.00 -3.00 14.00 4.00 -4.00 14.00 5.00 -5.00 14.00 6.00 -6.00 14.00 7.00 -7.00 14.00 8.00 -8.00 14.00 9.00 -9.00 14.00 10.00 -10.00 14.00 11.00 -11.00 14.00 12.00 -12.00 14.00 13.00 -13.00 14.00 14.00 -14.00 14.00 15.00 -15.00 14.00 16.00 -16.00 14.00 17.00 -17.00 14.00 18.00 -18.00 14.00 19.00 -19.00 14.00 20.00 -20.00 14.00 21.00 -21.00 14.00 22.00 -22.00 14.00 23.00 -23.00 14.00 24.00 -24.00 14.00 25.00 -25.00 14.00 26.00 -26.00 14.00 27.00 -27.00 14.00 28.00 -28.00 14.00 29.00 -29.00 14.00 30.00 -30.00 14.00 31.00 -31.00 14.00 32.00 -32.00 14.00 33.00 -33.00 14.00 34.00 -34.00 14.00 35.00 -35.00 14.00 36.00 -36.00 14.00 37.00 -37.00 14.00 38.00 -38.00 14.00 39.00 -39.00 14.00 40.00 -40.00 14.00 41.00 -41.00 14.00 42.00 -42.00 14.00 43.00 -43.00 14.00 44.00 -44.00 14.00 45.00 -45.00 14.00 46.00 -46.00 14.00 47.00 -47.00 14.00 48.00 -48.00 14.00 49.00 -49.00 14.00 50.00 -50.00 16.00 1.00 -1.00 16.00 2.00 -2.00 16.00 3.00 -3.00 16.00 4.00 -4.00 16.00 5.00 -5.00 16.00 6.00 -6.00 16.00 7.00 -7.00 16.00 8.00 -8.00 16.00 9.00 -9.00 16.00 10.00 -10.00 16.00 11.00 -11.00 16.00 12.00 -12.00 16.00 13.00 -13.00 16.00 14.00 -14.00 16.00 15.00 -15.00 16.00 16.00 -16.00 16.00 17.00 -17.00 16.00 18.00 -18.00 16.00 19.00 -19.00 16.00 20.00 -20.00 16.00 21.00 -21.00 16.00 22.00 -22.00 16.00 23.00 -23.00 16.00 24.00 -24.00 16.00 25.00 -25.00 16.00 26.00 -26.00 16.00 27.00 -27.00 16.00 28.00 -28.00 16.00 29.00 -29.00 16.00 30.00 -30.00 16.00 31.00 -31.00 16.00 32.00 -32.00 16.00 33.00 -33.00 16.00 34.00 -34.00 16.00 35.00 -35.00 16.00 36.00 -36.00 16.00 37.00 -37.00 16.00 38.00 -38.00 16.00 39.00 -39.00 16.00 40.00 -40.00 16.00 41.00 -41.00 16.00 42.00 -42.00 16.00 43.00 -43.00 16.00 44.00 -44.00 16.00 45.00 -45.00 16.00 46.00 -46.00 16.00 47.00 -47.00 16.00 48.00 -48.00 16.00 49.00 -49.00 16.00 50.00 -50.00 18.00 1.00 -1.00 18.00 2.00 -2.00 18.00 3.00 -3.00 18.00 4.00 -4.00 18.00 5.00 -5.00 18.00 6.00 -6.00 18.00 7.00 -7.00 18.00 8.00 -8.00 18.00 9.00 -9.00 18.00 10.00 -10.00 18.00 11.00 -11.00 18.00 12.00 -12.00 18.00 13.00 -13.00 18.00 14.00 -14.00 18.00 15.00 -15.00 18.00 16.00 -16.00 18.00 17.00 -17.00 18.00 18.00 -18.00 18.00 19.00 -19.00 18.00 20.00 -20.00 18.00 21.00 -21.00 18.00 22.00 -22.00 18.00 23.00 -23.00 18.00 24.00 -24.00 18.00 25.00 -25.00 18.00 26.00 -26.00 18.00 27.00 -27.00 18.00 28.00 -28.00 18.00 29.00 -29.00 18.00 30.00 -30.00 18.00 31.00 -31.00 18.00 32.00 -32.00 18.00 33.00 -33.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 34.00 35.00 36.00 37.00 38.00 39.00 40.00 41.00 42.00 43.00 44.00 45.00 46.00 47.00 48.00 49.00 50.00 Driven Pile Capacity: - 34.00 - 35.00 - 36.00 - 37.00 - 38.00 - 39.00 - 40.00 - 41.00 - 42.00 - 43.00 - 44.00 - 45.00 - 46.00 - 47.00 - 48.00 - 49.00 - 50.00 Section Type: Square Pile Width: 12.00 (in) Test Pile Ultimate Mobilized Estimated Allowable Ultimate Pile Width Side End Davisson Pile Pile Length Friction Bearing Capacity Capacity Capacity (ft) (in) (tons) (tons) (tons) (tons) (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 12.0 0.00 0.20 0.40 0.60 1.04 1.45 1.86 2.28 2.64 3.04 3.51 4.36 4.76 5.16 5.56 5.95 6.35 6.75 7.14 7.54 7.94 8.33 8.73 9.13 9.52 9. 92 10.32 10.71 11.11 4.63 5.29 5.95 4.80 4.86 5.00 5.19 5.40 5.98 6.60 6.97 8.08 8.08 8.08 8.08 8.08 8.08 8.08 8.08 8.08 8.08 8.08 8.08 8.08 8.08 8.08 8.08 8.08 19.28 4.63 5.49 6.35 5.39 5.89 6.45 7.05 7.68 8.62 9.63 10.48 12.44 12.84 13.23 13.63 14.03 14.42 14.82 15.22 15.61 16.01 16.41 16.81 17.20 17.60 18.00 18.39 18.79 30.39 2.32 2.75 3.17 2.70 2.95 3.22 3.52 3.84 4.31 4.82 5.24 6.22 6.42 6.62 6.82 7.01 7.21 7.41 7.61 7.81 8.01 8.20 8.40 8.60 8.80 9.00 9.20 9.39 15.20 13.89 16.07 18.25 14.98 15.60 16.44 17.42 18.48 20.59 22.83 24.42 28.59 28.99 29.39 29.78 30.18 30.58 30.97 31.37 31.77 32.16 32.56 32.96 33.35 33.75 34.15 34.54 34.94 68.96 30.00 12.0 31.00 12.0 32.00 12.0 33.00 12.0 34.00 12.0 35.00 12.0 36.00 12.0 37.00 12.0 38.00 12.0 39.00 12.0 40.00 12.0 41.00 12.0 42.00 12.0 43.00 12.0 44.00 12.0 45.00 12.0 46.00 12.0 47.00 12.0 48.00 12.0 49.00 12.0 50.00 12.0 Test Pile Pile Width Length (ft) (in) 11.51 11.90 12.30 15.77 18.77 21.47 24.00 26.45 28.89 31.04 33.04 35.73 50.00 52.87 55.75 58.63 61.50 64.38 67.26 70.13 73.01 30.49 41.70 30.49 30.72 31.43 32.59 34.23 36.33 38.90 42.80 48.42 52.90 73.79 73.79 73.79 73.79 73.79 73.79 73.79 73.79 73.79 42.00 53.60 42.79 46.49 50.19 54.06 58.23 62.78 67.79 73.85 81.45 88.63 123.79 126.66 129.54 132.42 135.30 138.17 141.05 143.93 146.80 Section Type: Square Pile Width: 14.00 (in) Ultimate Side Friction (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) 21.00 26.80 21.40 23.25 25.10 27.03 29.11 31.39 33.89 36.92 40.73 44.32 61.89 63.33 64.77 66.21 67.65 69.09 70.52 71.96 73.40 Allowable Pile Capacity (tons) 102.98 137.00 103.77 107.94 113.04 119.25 126.68 135.44 145.58 159.45 178.29 194.42 271.37 274.25 277.12 280.00 282.88 285.75 288.63 291.51 294.38 Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 0.00 0.23 0.46 0.69 1.21 1.69 2.16 2.64 3.09 3.51 3.97 5.09 5.56 6.02 6.48 6.94 7.41 7.87 8.33 8.80 9.26 9.72 10.18 10.65 11.11 11.57 12.04 12.50 12.96 13.43 13.89 6.69 7.46 8.23 6.53 6.60 6.76 6.98 7.25 7.70 8.45 9.30 10.99 10.99 10.99 10.99 10.99 10.99 10.99 10.99 10.99 10.99 10.99 10.99 10.99 10.99 10.99 10.99 19.71 32.78 45.86 58.94 6.69 7.69 8.69 7.22 7.81 8.45 9.14 9.89 10.79 11.96 13.27 16.08 16.55 17.01 17.47 17.94 18.40 18.86 19.32 19.79 20.25 20.71 21.18 21.64 22.10 22.57 23.03 32.21 45.75 59.29 72.82 3.34 3.85 4.35 3.61 3.90 4.23 4.57 4.94 5.39 5.98 6.64 8.04 8.27 8.50 8.74 8.97 9.20 9.43 9.66 9.89 10.13 10.36 10.59 10.82 11.05 11.28 11.51 16.10 22.87 29.64 36.41 20.07 22.61 25.15 20.28 21.00 21.98 23.11 24.38 26.18 28.86 31.88 38.07 38.53 38.99 39.46 39.92 40.38 40.85 41.31 41.77 42.23 42.70 43.16 43.62 44.09 44.55 45.01 71.63 111.32 151.01 190.70 32.00 14.0 33.00 14.0 34.00 14.0 35.00 14.0 36.00 14.0 37.00 14.0 38.00 14.0 39.00 14.0 40.00 14.0 41.00 14.0 42.00 14.0 43.00 14.0 44.00 14.0 45.00 14.0 46.00 14.0 47.00 14.0 48.00 14.0 49.00 14.0 50.00 14.0 Test Pile Pile Width Length (ft) (in) 14.35 18.44 22.04 25.29 28.33 31.24 34.02 36.11 38.33 40.72 58.33 61.69 65.04 68.40 71.75 75.11 78.47 81.82 85.18 41.50 41.74 42.44 43.60 45.24 47.34 50.03 54.83 60.59 67.31 100.44 100.44 100.44 100.44 100.44 100.44 100.44 100.44 100.44 55.85 60.17 64.47 68.90 73.57 78.58 84.05 90.94 98.92 108.04 158.77 162.12 165.48 168.84 172.19 175.55 178.91 182.26 185.62 Section Type: Square Pile Width: 16.00 (in) Ultimate Side Friction (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) 27.93 30.09 32.24 34.45 36.78 39.29 42.02 45.47 49.46 54.02 79.38 81.06 82.74 84.42 86.10 87.77 89.45 91.13 92.81 Allowable Pile Capacity (tons) 138.86 143.65 149.34 156.10 164.04 173.25 184.11 200.59 220.09 242.67 359.64 363.00 366.36 369.71 373.07 376.42 379.78 383.14 386.49 Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 33.00 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 0.00 0.26 0.53 0.79 1.38 1.93 2.46 2.98 3.48 4.00 4.51 5.82 6.35 6.88 7.41 7.94 8.47 8.99 9.52 10.05 10.58 11.11 11.64 12.17 12.70 13.23 13.76 14.28 14.81 15.34 15.87 16.40 21.11 9.11 9.99 10.88 8.53 8.61 8.79 9.04 9.43 9.94 10.54 11.35 14.36 14.36 14.36 14.36 14.36 14.36 14.36 14.36 14.36 14.36 14.36 14.36 14.36 14.36 14.36 19.34 34.28 49.23 64.17 79.11 54.21 54.44 9.11 10.26 11.41 9.32 9.99 10.72 11.51 12.40 13.42 14.54 15.86 20.18 20.71 21.23 21.76 22.29 22.82 23.35 23.88 24.41 24.94 25.47 26.00 26.53 27.05 27.58 33.09 48.57 64.04 79.51 94.98 70.61 75.55 4.56 5.13 5.70 4.66 4.99 5.36 5.75 6.20 6.71 7.27 7.93 10.09 10.35 10.62 10.88 11.15 11.41 11.68 11.94 12.20 12.47 12.73 13.00 13.26 13.53 13.79 16.55 24.28 32.02 39.76 47.49 35.30 37.78 27.34 30.25 33.16 26.37 27.20 28.31 29.60 31.26 33.30 35.61 38.55 48.89 49.42 49.95 50.48 51.01 51.54 52.06 52.59 53.12 53.65 54.18 54.71 55.24 55.77 56.30 71.77 117.13 162.49 207.85 253.21 179.02 184.43 34.00 16.0 35.00 16.0 36.00 16.0 37.00 16.0 38.00 16.0 39.00 16.0 40.00 16.0 41.00 16.0 42.00 16.0 43.00 16.0 44.00 16.0 45.00 16.0 46.00 16.0 47.00 16.0 48.00 16.0 49.00 16.0 50.00 16.0 Test Pile Pile Width Length (ft) (in) 25.31 55.14 80.45 40.23 190.73 29.14 56.31 85.45 42.72 198.06 32.70 57.94 90.65 45.32 206.53 36.10 60.04 96.14 48.07 216.23 38.81 63.61 102.42 51.21 229.63 41.23 68.55 109.77 54.89 246.87 43.71 74.45 118.17 59.08 267.08 46.33 81.32 127.66 63.83 290.30 66.66 131.18 197.85 98.92 460.22 70.50 131.18 201.68 100.84 464.05 74.33 131.18 205.52 102.76 467.89 78.17 131.18 209.35 104.68 471.72 82.01 131.18 213.19 106.59 475.56 85.84 131.18 217.03 108.51 479.39 89.68 131.18 220.86 110.43 483.23 93.51 131.18 224.70 112.35 487.07 97.35 131.18 228.53 114.27 490.90 Section Type: Square Pile Width: 18.00 (in) Ultimate Side Friction (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) Allowable Pile Capacity (tons) Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 33.00 34.00 35.00 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 0.00 0.30 0.60 0.89 1.55 2.17 2.76 3.31 3.87 4.45 5.03 6.55 7.14 7.74 8.33 8.93 9.52 10.12 10.71 11.31 11.90 12.50 13.09 13.69 14.28 14.88 15.48 16.07 16.67 17.26 17.86 18.45 23.79 28.59 33.00 11.91 12.90 13.89 10.79 10.88 11.09 11.40 11.87 12.44 13.10 13.85 18.17 18.17 18.17 18.17 18.17 18.17 18.17 18.17 18.17 18.17 18.17 18.17 18.17 18.17 18.17 34.98 51.79 68.61 85.42 102.23 68.61 68.84 69.54 70.71 11.91 13.20 14.48 11.68 12.43 13.26 14.16 15.19 16.32 17.55 18.88 24.72 25.31 25.91 26.50 27.10 27.69 28.29 28.88 29.48 30.07 30.67 31.26 31.86 32.45 33.05 50.46 67.86 85.27 102.68 120.08 87.06 92.63 98.13 103.71 5.95 6.60 7.24 5.84 6.22 6.63 7.08 7.59 8.16 8.78 9.44 12.36 12.66 12.95 13.25 13.55 13.85 14.14 14.44 14.74 15.04 15.33 15.63 15.93 16.23 16.53 25.23 33.93 42.64 51.34 60.04 43.53 46.31 49.07 51.85 35.72 38.99 42.26 33.26 34.19 35.44 36.96 38.93 41.21 43.76 46.58 61.06 61.65 62.25 62.84 63.44 64.03 64.63 65.22 65.82 66.41 67.01 67.60 68.20 68.80 69.39 120.42 171.45 222.48 273.51 324.54 224.27 230.30 237.21 245.12 36.00 18.0 37.11 72.34 109.45 54.73 254.13 37.00 18.0 40.78 74.75 115.54 57.77 265.04 38.00 18.0 43.62 78.88 122.49 61.25 280.24 39.00 18.0 46.38 83.96 130.35 65.17 298.27 40.00 18.0 49.17 90.01 139.19 69.59 319.21 41.00 18.0 52.05 97.03 149.07 74.54 343.13 42.00 18.0 75.00 166.03 241.03 120.51 573.09 43.00 18.0 79.31 166.03 245.34 122.67 577.40 44.00 18.0 83.63 166.03 249.66 124.83 581.72 45.00 18.0 87.94 166.03 253.97 126.99 586.03 46.00 18.0 92.26 166.03 258.29 129.14 590.35 47.00 18.0 96.57 166.03 262.60 131.30 594.66 48.00 18.0 100.89 166.03 266.92 133.46 598.98 49.00 18.0 105.20 166.03 271.23 135.62 603.29 50.00 18.0 109.52 166.03 275.55 137.77 607.61 NOTES 1. MOBILIZED END BEARING IS 1/3 OF THE ORIGINAL RB-121 VALUES. 2. DAVISSON PILE CAPACITY IS AN ESTIMATE BASED ON FAILURE CRITERIA, AND EQUALS ULTIMATE SIDE FRICTION PLUS MOBILIZED END BEARING. 3. ALLOWABLE PILE CAPACITY IS 1/2 THE DAVISSON PILE CAPACITY. 4. ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 3 x THE MOBILIZED END BEARING. EXCEPTION: FOR H-PILES TIPPED IN SAND OR LIMESTONE, THE ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 2 x THE MOBILIZED END BEARING. Plot Window A Job Name: Dinner Key Marina Improvements State Job (Project) #: GE -MN -CityMia-18-01 12" 5q Cont. driven pile-B-3 1.0 -6.0 -11.0 -16.0 E. r • -21,o r rr -26.0 2 ■ ■ ■� ■ -31.0 • ■ ■ -36.0 Ibli■■ ■ 41.0 rr -46.0 -51.0 -56.0 0 0 50.0 100,0 150.0 299.0 250.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-3 File: finer-key-b3-driven-sq Ground Surface Elevation 0,00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 12.00 (in) • r Estimated Davisson Capacity • P Allowable Pile Capacity Analysis Data *The 'Save to File' button saves the currently selected Curves to a text file. Analysis Type: SP T r Plot Options Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key Marina Improvements State Job (Project) #: GE -MN -CityMia-18-01 14" Sq conc. driven pile-B-3 1.0 rr ■ -6.0 11.0 ■ ■ ■ ■ ■ -16.0 E. 4. r, • -21,0 Y r r'• -26.0 2 C ■ ■ • ■ -31.0 Nt ■■ ■ -36.0 ■ ■ -41.0 • •i • -46.0 ��I -51.0 -56.0 0 0 70.0 140.0 210.0 289.0 350.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-3 File: finer-key-b3-driven-sq Ground Surface Elevation 0.00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 14.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File' button saves the currently selected Curves to a text file. Analysis Type: SP T r Plot Options Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key Marina Improvements .N.State Job (Project) #: GE -MN -CityMia-18-01 15' Sq conc. driven pile-B-3 1.0 -6.0 -11.0 -16.0 E.-21,0 IF r -26.0 2 • ■ ■ ■— ■ -31.0 ■■ ■ -36.0 ■ ■ -41.0 ■ -46.0 � -51.0 -56.0 0 0 100.0 200.0 300,0 400.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-3 File: finer-key-b3-driven-sq Ground Surface Elevation 0,00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 16.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File button saves the currently selected Curves to a text file. Analysis Type: SP T Plot Options r Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key Marina Improvements i State Job (Project) #: GE -MN -CityMia-18-01 18" Sq conc. driven pile-B-3 1.o ■ -6.0 ■ ■ ■ -11.0 ■ ■ ■rr -16.0 E. • r� -21,0 i -26.0 2 ■ ■ ■— ■ -31.0 ■■ • -36.0 • ■ ■ -41.0 -1-61-lial_ -46.0 -51.0_ifialliik) -56.0 0 0 100.0 290.0 300.0 409.0 500,0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-3 File: finer-key-b3-driven-sq Ground Surface Elevation 0.00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 18.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File' button saves the currently selected Curves to a text file. Analysis Type: SP T r Plot Options Customize I Update Plot I Print Plot I Print Window I Save To file Close Florida Bridge Software Institute Date: January 21, 2019 Shaft and Pile Analysis (FB-Deep v.2.05) Time: 10:51:31 General Information: Input file: \driven-square\dinner-driven-sq-b3\dinner-key-b3-driven-sq.spc Project number: GE-M&N-CityMia-18-01 Job name: Dinner Engineer: AK Units: English Key Marina Improvements Analysis Information: Analysis Type: SPT Soil Information: Boring date: 11/26/2018, Boring Number: B-3 Station number: Offset: Ground Elevation: 0.000(ft) Hammer type: Automatic Hammer, Correction factor = 1.24 ID Depth (ft) No. of Blows (Blows/ft) Soil Type 1 2 3 4 5 6 7 8 9 10 11 12 13 Layer Num. 0.00 1.00 1.00 9.00 9.00 21.00 21.00 32.00 32.00 42.00 42.00 50.00 60.00 Starting Elevation (ft) 2.00 2- 2.00 2- 8.00 3- 8.00 3- 21.00 3- 21.00 3- 20.00 4- 20.00 4- 42.00 3- 42.00 3- 38.00 4- 38.00 4- 38.00 4- Clay and silty sand Clay and silty sand Clean sand Clean sand Clean sand Clean sand Lime Stone/Very shelly Lime Stone/Very shelly Clean sand Clean sand Lime Stone/Very shelly Lime Stone/Very shelly Lime Stone/Very shelly Blowcount Average Per Soil Layer Bottom Thickness Elevation (ft) (ft) 1 0.00 2 -1.00 3 -21.00 4 -32.00 5 -42.00 -1.00 - 21.00 - 32.00 - 42.00 - 60.00 Average Blowcount (Blows/ft) sand sand sand sand sand Soil Type 1.00 2.00 2-Clay and Silty Sand 20.00 15.80 3-Clean Sand 11.00 20.00 4-Limestone, Very Shelly Sand 10.00 42.00 3-Clean Sand 18.00 38.00 4-Limestone, Very Shelly Sand Driven Pile Data: Pile unit weight = 145.00(pcf), Section Type: Square Pile Geometry: Width Length Tip Elev. (in) (ft) (ft) 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 12.00 14.00 14.00 14.00 14.00 14.00 14.00 14.00 14.00 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 33.00 34.00 35.00 36.00 37.00 38.00 39.00 40.00 41.00 42.00 43.00 44.00 45.00 46.00 47.00 48.00 49.00 50.00 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 - 1.00 - 2.00 - 3.00 - 4.00 - 5.00 - 6.00 - 7.00 - 8.00 - 9.00 - 10.00 - 11.00 - 12.00 - 13.00 - 14.00 - 15.00 - 16.00 - 17.00 - 18.00 - 19.00 - 20.00 - 21.00 - 22.00 - 23.00 - 24.00 - 25.00 - 26.00 - 27.00 - 28.00 - 29.00 - 30.00 - 31.00 - 32.00 - 33.00 - 34.00 - 35.00 - 36.00 - 37.00 - 38.00 - 39.00 - 40.00 - 41.00 - 42.00 - 43.00 - 44.00 - 45.00 - 46.00 - 47.00 - 48.00 - 49.00 - 50.00 - 1.00 - 2.00 - 3.00 - 4.00 - 5.00 - 6.00 - 7.00 - 8.00 14.00 9.00 -9.00 14.00 10.00 -10.00 14.00 11.00 -11.00 14.00 12.00 -12.00 14.00 13.00 -13.00 14.00 14.00 -14.00 14.00 15.00 -15.00 14.00 16.00 -16.00 14.00 17.00 -17.00 14.00 18.00 -18.00 14.00 19.00 -19.00 14.00 20.00 -20.00 14.00 21.00 -21.00 14.00 22.00 -22.00 14.00 23.00 -23.00 14.00 24.00 -24.00 14.00 25.00 -25.00 14.00 26.00 -26.00 14.00 27.00 -27.00 14.00 28.00 -28.00 14.00 29.00 -29.00 14.00 30.00 -30.00 14.00 31.00 -31.00 14.00 32.00 -32.00 14.00 33.00 -33.00 14.00 34.00 -34.00 14.00 35.00 -35.00 14.00 36.00 -36.00 14.00 37.00 -37.00 14.00 38.00 -38.00 14.00 39.00 -39.00 14.00 40.00 -40.00 14.00 41.00 -41.00 14.00 42.00 -42.00 14.00 43.00 -43.00 14.00 44.00 -44.00 14.00 45.00 -45.00 14.00 46.00 -46.00 14.00 47.00 -47.00 14.00 48.00 -48.00 14.00 49.00 -49.00 14.00 50.00 -50.00 16.00 1.00 -1.00 16.00 2.00 -2.00 16.00 3.00 -3.00 16.00 4.00 -4.00 16.00 5.00 -5.00 16.00 6.00 -6.00 16.00 7.00 -7.00 16.00 8.00 -8.00 16.00 9.00 -9.00 16.00 10.00 -10.00 16.00 11.00 -11.00 16.00 12.00 -12.00 16.00 13.00 -13.00 16.00 14.00 -14.00 16.00 15.00 -15.00 16.00 16.00 -16.00 16.00 17.00 -17.00 16.00 18.00 -18.00 16.00 19.00 -19.00 16.00 20.00 -20.00 16.00 21.00 -21.00 16.00 22.00 -22.00 16.00 23.00 -23.00 16.00 24.00 -24.00 16.00 25.00 -25.00 16.00 26.00 -26.00 16.00 27.00 -27.00 16.00 28.00 -28.00 16.00 29.00 -29.00 16.00 30.00 -30.00 16.00 31.00 -31.00 16.00 32.00 -32.00 16.00 33.00 -33.00 16.00 34.00 -34.00 16.00 35.00 -35.00 16.00 36.00 -36.00 16.00 37.00 -37.00 16.00 38.00 -38.00 16.00 39.00 -39.00 16.00 40.00 -40.00 16.00 41.00 -41.00 16.00 42.00 -42.00 16.00 43.00 -43.00 16.00 44.00 -44.00 16.00 45.00 -45.00 16.00 46.00 -46.00 16.00 47.00 -47.00 16.00 48.00 -48.00 16.00 49.00 -49.00 16.00 50.00 -50.00 18.00 1.00 -1.00 18.00 2.00 -2.00 18.00 3.00 -3.00 18.00 4.00 -4.00 18.00 5.00 -5.00 18.00 6.00 -6.00 18.00 7.00 -7.00 18.00 8.00 -8.00 18.00 9.00 -9.00 18.00 10.00 -10.00 18.00 11.00 -11.00 18.00 12.00 -12.00 18.00 13.00 -13.00 18.00 14.00 -14.00 18.00 15.00 -15.00 18.00 16.00 -16.00 18.00 17.00 -17.00 18.00 18.00 -18.00 18.00 19.00 -19.00 18.00 20.00 -20.00 18.00 21.00 -21.00 18.00 22.00 -22.00 18.00 23.00 -23.00 18.00 24.00 -24.00 18.00 25.00 -25.00 18.00 26.00 -26.00 18.00 27.00 -27.00 18.00 28.00 -28.00 18.00 29.00 -29.00 18.00 30.00 -30.00 18.00 31.00 -31.00 18.00 32.00 -32.00 18.00 33.00 -33.00 18.00 34.00 -34.00 18.00 35.00 -35.00 18.00 36.00 -36.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 37.00 38.00 39.00 40.00 41.00 42.00 43.00 44.00 45.00 46.00 47.00 48.00 49.00 50.00 Driven Pile Capacity: Test Pile Pile Width Length (ft) - 37.00 - 38.00 - 39.00 - 40.00 - 41.00 - 42.00 - 43.00 - 44.00 - 45.00 - 46.00 - 47.00 - 48.00 - 49.00 - 50.00 Section Type: Square Pile Width: 12.00 (in) Ultimate Side Friction (in) (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) Allowable Pile Capacity (tons) Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 0.00 0.52 0.97 1.45 1.97 2.37 2.69 3.11 3.60 5.05 6.67 8.35 10.08 11.85 13.65 15.48 17.32 19.18 21.05 22.94 29.78 30.77 31.76 32.76 33.75 34.74 35.73 36.72 37.72 38.71 39.70 40.69 5.29 5.58 6.07 6.61 7.17 8.42 10.77 13.67 17.64 20.25 21.33 22.40 23.48 24.55 25.63 26.70 27.78 27.31 26.38 25.45 21.28 21.28 21.28 21.28 21.28 21.28 21.28 21.28 29.85 38.41 46.98 38.41 5.29 6.10 7.05 8.07 9.15 10.79 13.46 16.78 21.24 25.30 28.00 30.75 33.56 36.41 39.28 42.18 45.10 46.49 47.44 48.39 51.06 52.05 53.04 54.03 55.02 56.02 57.01 58.00 67.56 77.12 86.68 79.11 2.65 3.05 3.52 4.03 4.57 5.39 6.73 8.39 10.62 12.65 14.00 15.38 16.78 18.20 19.64 21.09 22.55 23.25 23.72 24.20 25.53 26.02 26.52 27.02 27.51 28.01 28.50 29.00 33.78 38.56 43.34 39.55 15.87 17.27 19.20 21.29 23.49 27.63 35.00 44.12 56.51 65.81 70.65 75.56 80.52 85.51 90.53 95.58 100.65 101.12 100.20 99.30 93.61 94.60 95.59 96.59 97.58 98.57 99.56 100.55 127.25 153.95 180.65 155.93 33.00 12.0 34.00 12.0 35.00 12.0 36.00 12.0 37.00 12.0 38.00 12.0 39.00 12.0 40.00 12.0 41.00 12.0 42.00 12.0 43.00 12.0 44.00 12.0 45.00 12.0 46.00 12.0 47.00 12.0 48.00 12.0 49.00 12.0 50.00 12.0 Test Pile Pile Width Length (ft) (in) 44.45 47.88 51.08 54.12 57.07 59.97 63.11 66.53 70.69 80.27 82.16 84.04 85.93 87.81 89.70 91.58 93.47 95.35 38.59 39.13 40.02 41.27 42.88 44.84 46.68 48.18 48.15 43.92 43.92 43.92 43.92 43.92 43.92 43.92 43.92 43.92 83.04 87.01 91.10 95.39 99.94 104.82 109.79 114.71 118.84 124.19 126.07 127.96 129.84 131.73 133.61 135.50 137.38 139.27 Section Type: Square Pile Width: 14.00 (in) Ultimate Side Friction (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) 41.52 43.50 45.55 47.69 49.97 52.41 54.89 57.35 59.42 62.09 63.04 63.98 64.92 65.86 66.81 67.75 68.69 69.63 Allowable Pile Capacity (tons) 160.23 165.27 171.14 177.93 185.70 194.50 203.14 211.06 215.14 212.02 213.91 215.79 217.68 219.56 221.45 223.33 225.22 227.10 Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 33.00 34.00 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 14.0 0.00 0.60 1.12 1.67 2.22 2.53 2.91 3.38 3.92 5.42 7.09 8.94 10.91 12.93 14.99 17.08 19.20 21.34 23.50 25.68 34.74 35.90 37.06 38.22 39.37 40.53 41.69 42.84 44.00 45.16 46.32 47.47 51.89 55.96 7.20 7.54 8.12 8.74 9.49 11.54 14.14 17.29 20.99 24.26 27.59 29.87 31.12 32.37 33.63 34.88 36.04 36.21 35.55 34.47 28.96 28.96 28.96 28.96 28.96 28.96 28.96 35.62 45.62 55.62 65.62 52.29 52.46 53.00 7.20 8.14 9.24 10.41 11.71 14.06 17.05 20.67 24.91 29.68 34.68 38.81 42.03 45.30 48.61 51.96 55.24 57.56 59.05 60.15 63.70 64.86 66.02 67.18 68.33 69.49 70.65 78.47 89.62 100.78 111.93 99.76 104.35 108.96 3.60 4.07 4.62 5.21 5.86 7.03 8.53 10.33 12.46 14.84 17.34 19.40 21.01 22.65 24.31 25.98 27.62 28.78 29.53 30.07 31.85 32.43 33.01 33.59 34.17 34.74 35.32 39.23 44.81 50.39 55.97 49.88 52.18 54.48 21.60 23.23 25.47 27.90 30.68 37.14 45.33 55.25 66.90 78.20 89.86 98.54 104.26 110.04 115.87 121.72 127.33 129.99 130.15 129.08 121.62 122.78 123.94 125.09 126.25 127.41 128.57 149.72 180.87 212.01 243.16 204.33 209.28 214.96 35.00 14.0 36.00 14.0 37.00 14.0 38.00 14.0 39.00 14.0 40.00 14.0 41.00 14.0 42.00 14.0 43.00 14.0 44.00 14.0 45.00 14.0 46.00 14.0 47.00 14.0 48.00 14.0 49.00 14.0 50.00 14.0 Test Pile Pile Width Length (ft) (in) 59.78 63.40 66.90 70.37 74.28 78.25 82.26 93.65 95.85 98.05 100.25 102.45 104.65 106.85 109.04 111.24 53.89 55.14 56.75 58.64 59.98 61.40 62.90 59.78 59.78 59.78 59.78 59.78 59.78 59.78 59.78 59.78 113.67 118.55 123.65 129.01 134.27 139.65 145.17 153.43 155.63 157.82 160.02 162.22 164.42 166.62 168.82 171.02 Section Type: Square Pile Width: 16.00 (in) Ultimate Side Friction (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) 56.83 59.27 61.83 64.51 67.13 69.82 72.58 76.71 77.81 78.91 80.01 81.11 82.21 83.31 84.41 85.51 Allowable Pile Capacity (tons) 221.45 228.83 237.15 246.30 254.23 262.45 270.97 272.98 275.18 277.38 279.57 281.77 283.97 286.17 288.37 290.57 Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 33.00 34.00 35.00 36.00 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 0.00 0.68 1.27 1.88 2.32 2.70 3.13 3.63 4.21 5.82 7.56 9.43 11.49 13.75 16.06 18.41 20.80 23.22 25.66 28.13 39.71 41.03 42.35 43.67 45.00 46.32 47.64 48.97 50.29 51.61 52.93 54.26 59.33 64.05 68.49 72.72 9.41 9.80 10.45 11.17 12.64 14.95 17.80 21.21 25.17 28.36 31.88 35.98 39.83 41.26 42.69 44.13 44.73 44.93 45.12 44.84 37.83 37.83 37.83 37.83 37.83 37.83 41.63 53.06 64.48 75.91 87.33 68.29 68.47 69.01 69.90 71.15 9.41 10.48 11.72 13.05 14.96 17.64 20.94 24.85 29.38 34.18 39.44 45.41 51.32 55.01 58.75 62.54 65.53 68.15 70.79 72.97 77.53 78.85 80.18 81.50 82.82 84.14 89.28 102.02 114.77 127.52 140.27 122.55 127.80 133.05 138.39 143.87 4.70 5.24 5.86 6.53 7.48 8.82 10.47 12.42 14.69 17.09 19.72 22.70 25.66 27.50 29.38 31.27 32.77 34.07 35.39 36.48 38.77 39.43 40.09 40.75 41.41 42.07 44.64 51.01 57.39 63.76 70.13 61.27 63.90 66.53 69.19 71.93 28.22 30.08 32.63 35.39 40.24 47.53 56.54 67.27 79.71 90.91 103.19 117.37 130.98 137.53 144.14 150.79 155.00 158.00 161.03 162.65 153.18 154.50 155.83 157.15 158.47 159.80 172.54 208.14 243.74 279.34 314.94 259.13 264.74 271.07 278.18 286.16 37.00 16.0 38.00 16.0 39.00 16.0 40.00 16.0 41.00 16.0 42.00 16.0 43.00 16.0 44.00 16.0 45.00 16.0 46.00 16.0 47.00 16.0 48.00 16.0 49.00 16.0 50.00 16.0 Test Pile Pile Width Length (ft) (in) 76.79 72.76 149.55 81.12 74.16 155.29 85.64 75.42 161.06 90.18 76.76 166.94 94.76 78.18 172.94 107.03 78.07 185.10 109.54 78.07 187.62 112.06 78.07 190.13 114.57 78.07 192.64 117.08 78.07 195.16 119.60 78.07 197.67 122.11 78.07 200.18 124.62 78.07 202.70 127.13 78.07 205.21 Section Type: Square Pile Width: 18.00 (in) Ultimate Side Friction (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) 74.77 77.64 80.53 83.47 86.47 92.55 93.81 95.07 96.32 97.58 98.83 100.09 101.35 102.60 Allowable Pile Capacity (tons) 295.06 303.62 311.91 320.47 329.31 341.25 343.76 346.28 348.79 351.30 353.82 356.33 358.84 361.36 Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 33.00 34.00 35.00 36.00 37.00 38.00 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 18.0 0.00 0.77 1.42 2.03 2.43 2.87 3.35 3.89 4.49 6.18 8.01 10.01 12.09 14.38 16.87 19.48 22.13 24.81 27.53 30.28 44.67 46.16 47.65 49.13 50.62 52.11 53.60 55.09 56.57 58.06 59.55 61.04 66.81 72.21 77.31 82.18 87.00 92.16 11.90 12.34 13.08 14.09 16.09 18.65 21.76 25.42 29.64 33.23 36.85 40.50 45.41 49.76 52.82 54.09 54.31 54.53 54.75 54.96 47.87 47.87 47.87 47.87 47.87 47.87 60.73 73.58 86.43 99.29 112.14 87.04 87.19 87.69 88.55 89.76 91.16 92.23 11.90 13.11 14.50 16.12 18.52 21.52 25.11 29.31 34.13 39.41 44.87 50.51 57.50 64.14 69.70 73.56 76.43 79.34 82.28 85.24 92.54 94.03 95.52 97.01 98.49 99.98 114.32 128.66 143.01 157.35 171.69 148.08 153.99 159.90 165.86 171.95 178.16 184.39 5.95 6.56 7.25 8.06 9.26 10.76 12.56 14.66 17.06 19.70 22.43 25.25 28.75 32.07 34.85 36.78 38.22 39.67 41.14 42.62 46.27 47.02 47.76 48.50 49.25 49.99 57.16 64.33 71.50 78.67 85.84 74.04 77.00 79.95 82.93 85.97 89.08 92.19 35.71 37.80 40.66 44.31 50.70 58.81 68.63 80.16 93.40 105.87 118.58 131.50 148.32 163.65 175.34 181.74 185.05 188.39 191.77 195.17 188.29 189.78 191.26 192.75 194.24 195.73 235.78 275.82 315.87 355.92 395.97 322.16 328.37 335.27 342.95 351.47 360.49 368.84 39.00 18.0 97.32 40.00 18.0 102.50 41.00 18.0 107.70 42.00 18.0 120.41 43.00 18.0 123.24 44.00 18.0 126.06 45.00 18.0 128.89 46.00 18.0 131.72 47.00 18.0 134.54 48.00 18.0 137.37 49.00 18.0 140.20 50.00 18.0 143.03 NOTES 93.37 190.69 95.35 377.44 94.59 197.09 98.55 386.28 95.90 203.59 101.80 395.39 98.81 219.22 109.61 416.85 98.81 222.05 111.02 419.67 98.81 224.88 112.44 422.50 98.81 227.70 113.85 425.33 98.81 230.53 115.26 428.15 98.81 233.36 116.68 430.98 98.81 236.18 118.09 433.81 98.81 239.01 119.51 436.64 98.81 241.84 120.92 439.46 1. MOBILIZED END BEARING IS 1/3 OF THE ORIGINAL RB-121 VALUES. 2. DAVISSON PILE CAPACITY IS AN ESTIMATE BASED ON FAILURE CRITERIA, AND EQUALS ULTIMATE SIDE FRICTION PLUS MOBILIZED END BEARING. 3. ALLOWABLE PILE CAPACITY IS 1/2 THE DAVISSON PILE CAPACITY. 4. ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 3 x THE MOBILIZED END BEARING. EXCEPTION: FOR H-PILES TIPPED IN SAND OR LIMESTONE, THE ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 2 x THE MOBILIZED END BEARING. Plot Window A Job Name: Dinner Key marina Improvement State Job (Project) #: GE -MN -CityMia-18-01 12' Sq conc driven pile-B4 1.0 6.0 -11.0• -16.0 • E. -21.0 c -26.0 2 -31.0 -36.0 41.0 i t -46.0 -51.0 -56.0 0 0 50.0 100,0 150.0 200.0 250.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-4 File: finer-key-b4-driven-sq Ground Surface Elevation 0,00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 12.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File' button saves the currently selected Curves to a text file. Analysis Type: SP T Plot Options r Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key marina Improvement State Job (Project) #: GE -MN -CityMia-18-01 — 14" Sq conc. driven pile-B-4 1.0 6.0 -11.0• -16.0 • E. -21.0 c -26.0 2 -31.0 -36.0 41.0 i t -46.0 -51.0 -56.0 0 0 50.0 100,0 150.0 200.0 250.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-4 File: finer-key-b4-driven-sq Ground Surface Elevation 0,00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 12.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File' button saves the currently selected Curves to a text file. Analysis Type: SP T Plot Options r Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key marina Improvement .N.State Job (Project) #: GE -MN -CityMia-18-01 16" Sq conc. driven pile-B-4 1.0 -* ■ ■• �■ -6.0 11.0 �: AAAA "ii AL -16.0 ; ■ ■ _.. -21,0 ■ ■ ■ • ■-31.0-36.041.0• -26.0 S 46.0 j AA ■ I -51.0 -56.0 0 0 100.0 200.0 300.0 400.0 Capacity (tons) — Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-4 File: finer-key-b4-driven-sq Ground Surface Elevation 0.00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 16.00 (in) • r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File button saves the currently selected Curves to a text file. [AnIYe s Type: SP T r Plot Options Customize I Update Plot I Print Plot I Print Window I Save To file Close Plot Window A Job Name: Dinner Key marina Improvement .N.State Job (Project) #: GE -MN -CityMia-18-01 1B- Sq conc driven pile-B-4 1.o •� ■ ■ r■ ■ 6.0 .i 11.0 1/2Arrr AA.■ rr■ -16.0 •■ ■ . c -21.0 . . ■ *.- _. • • -26.0 * ■ • t' -31.0 • -36.0 • ■ ■ -41.0 • — -46.0 f �I -51.0 -56.0 0 0 100.0 290.0 300.0 409.0 500.9 Capacity (tons) - Driven Pile Data Project Data A r Ultimate Side Friction Boring Number: B-4 File: finer-key-b4-driven-sq Ground Surface Elevation 0.00 Date: Jan 21, 2019 Y r Mobilized End Bearing (ft) Section: Square Engineer: AK • 17 Ultimate Pile Capacity Width 1$.00 (in) 4 r Estimated Davisson Capacity • I Allowable Pile Capacity Analysis Data *The 'Save to File' button saves the currently selected Curves to a text file. [AnIYe s Type: SP T r Plot Options Customize I Update Plot I Print Plot I Print Window I Save To file Close Florida Bridge Software Institute Date: January 21, 2019 Shaft and Pile Analysis (FB-Deep v.2.05) Time: 10:59:29 General Information: Input file: n\driven-square\dinner-drivensq-b4\dinner-key-b4-driven-sq.spc Project number: GE-M&N-CityMia-18-01 Job name: Dinner Engineer: AK Units: English Key marina Improvement Analysis Information: Analysis Type: SPT Soil Information: Boring date: 11/27/2018, Boring Number: B-4 Station number: Offset: Ground Elevation: 0.000(ft) Hammer type: Automatic Hammer, Correction factor = 1.24 ID Depth (ft) No. of Blows (Blows/ft) Soil Type Layer Num. 1 0.00 2.00 2- Clay and silty sand 2 1.00 2.00 2- Clay and silty sand 3 1.00 7.00 4- Lime Stone/Very shelly sand 4 6.00 7.00 4- Lime Stone/Very shelly sand 5 6.00 6.00 3- Clean sand 6 8.00 6.00 3- Clean sand 7 8.00 48.00 4- Lime Stone/Very shelly sand 8 22.00 48.00 4- Lime Stone/Very shelly sand 9 22.00 7.00 4- Lime Stone/Very shelly sand 10 28.00 7.00 4- Lime Stone/Very shelly sand 11 28.00 26.00 3- Clean sand 12 42.00 26.00 3- Clean sand 13 42.00 41.00 4- Lime Stone/Very shelly sand 14 50.00 41.00 4- Lime Stone/Very shelly sand 15 60.00 41.00 4- Lime Stone/Very shelly sand Starting Elevation (ft) Blowcount Average Per Soil Layer Bottom Thickness Elevation (ft) Average Blowcount (ft) (Blows/ft) 1 0.00 2 -1.00 3 -6.00 4 -8.00 5 -28.00 6 -42.00 - 1.00 - 6.00 - 8.00 - 28.00 - 42.00 - 60.00 1.00 5.00 2.00 20.00 14.00 18.00 Soil Type 2.00 7.00 6.00 35.70 26.00 41.00 2-Clay and Silty Sand 4-Limestone, 3-Clean Sand 4-Limestone, 3-Clean Sand 4-Limestone, Very Shelly Sand Very Shelly Sand Very Shelly Sand Driven Pile Data: Pile unit weight = 145.00(pcf), Section Type: Square Pile Geometry: Width Length Tip Elev. (in) (ft) (ft) 12.00 1.00 -1.00 12.00 2.00 -2.00 12.00 3.00 -3.00 12.00 4.00 -4.00 12.00 5.00 -5.00 12.00 6.00 -6.00 12.00 7.00 -7.00 12.00 8.00 -8.00 12.00 9.00 -9.00 12.00 10.00 -10.00 12.00 11.00 -11.00 12.00 12.00 -12.00 12.00 13.00 -13.00 12.00 14.00 -14.00 12.00 15.00 -15.00 12.00 16.00 -16.00 12.00 17.00 -17.00 12.00 18.00 -18.00 12.00 19.00 -19.00 12.00 20.00 -20.00 12.00 21.00 -21.00 12.00 22.00 -22.00 12.00 23.00 -23.00 12.00 24.00 -24.00 12.00 25.00 -25.00 12.00 26.00 -26.00 12.00 27.00 -27.00 12.00 28.00 -28.00 12.00 29.00 -29.00 12.00 30.00 -30.00 12.00 31.00 -31.00 12.00 32.00 -32.00 12.00 33.00 -33.00 12.00 34.00 -34.00 12.00 35.00 -35.00 12.00 36.00 -36.00 12.00 37.00 -37.00 12.00 38.00 -38.00 12.00 39.00 -39.00 12.00 40.00 -40.00 12.00 41.00 -41.00 12.00 42.00 -42.00 12.00 43.00 -43.00 12.00 44.00 -44.00 12.00 45.00 -45.00 12.00 46.00 -46.00 12.00 47.00 -47.00 12.00 48.00 -48.00 12.00 49.00 -49.00 12.00 50.00 -50.00 14.00 1.00 -1.00 14.00 2.00 -2.00 14.00 3.00 -3.00 14.00 4.00 -4.00 14.00 5.00 -5.00 14.00 6.00 -6.00 14.00 7.00 -7.00 14.00 8.00 -8.00 14.00 9.00 -9.00 14.00 10.00 -10.00 14.00 11.00 -11.00 14.00 12.00 -12.00 14.00 13.00 -13.00 14.00 14.00 -14.00 14.00 15.00 -15.00 14.00 16.00 -16.00 14.00 17.00 -17.00 14.00 18.00 -18.00 14.00 19.00 -19.00 14.00 20.00 -20.00 14.00 21.00 -21.00 14.00 22.00 -22.00 14.00 23.00 -23.00 14.00 24.00 -24.00 14.00 25.00 -25.00 14.00 26.00 -26.00 14.00 27.00 -27.00 14.00 28.00 -28.00 14.00 29.00 -29.00 14.00 30.00 -30.00 14.00 31.00 -31.00 14.00 32.00 -32.00 14.00 33.00 -33.00 14.00 34.00 -34.00 14.00 35.00 -35.00 14.00 36.00 -36.00 14.00 37.00 -37.00 14.00 38.00 -38.00 14.00 39.00 -39.00 14.00 40.00 -40.00 14.00 41.00 -41.00 14.00 42.00 -42.00 14.00 43.00 -43.00 14.00 44.00 -44.00 14.00 45.00 -45.00 14.00 46.00 -46.00 14.00 47.00 -47.00 14.00 48.00 -48.00 14.00 49.00 -49.00 14.00 50.00 -50.00 16.00 1.00 -1.00 16.00 2.00 -2.00 16.00 3.00 -3.00 16.00 4.00 -4.00 16.00 5.00 -5.00 16.00 6.00 -6.00 16.00 7.00 -7.00 16.00 8.00 -8.00 16.00 9.00 -9.00 16.00 10.00 -10.00 16.00 11.00 -11.00 16.00 12.00 -12.00 16.00 13.00 -13.00 16.00 14.00 -14.00 16.00 15.00 -15.00 16.00 16.00 -16.00 16.00 17.00 -17.00 16.00 18.00 -18.00 16.00 19.00 -19.00 16.00 20.00 -20.00 16.00 21.00 -21.00 16.00 22.00 -22.00 16.00 23.00 -23.00 16.00 24.00 -24.00 16.00 25.00 -25.00 16.00 26.00 -26.00 16.00 27.00 -27.00 16.00 28.00 -28.00 16.00 29.00 -29.00 16.00 30.00 -30.00 16.00 31.00 -31.00 16.00 32.00 -32.00 16.00 33.00 -33.00 16.00 34.00 -34.00 16.00 35.00 -35.00 16.00 36.00 -36.00 16.00 37.00 -37.00 16.00 38.00 -38.00 16.00 39.00 -39.00 16.00 40.00 -40.00 16.00 41.00 -41.00 16.00 42.00 -42.00 16.00 43.00 -43.00 16.00 44.00 -44.00 16.00 45.00 -45.00 16.00 46.00 -46.00 16.00 47.00 -47.00 16.00 48.00 -48.00 16.00 49.00 -49.00 16.00 50.00 -50.00 18.00 1.00 -1.00 18.00 2.00 -2.00 18.00 3.00 -3.00 18.00 4.00 -4.00 18.00 5.00 -5.00 18.00 6.00 -6.00 18.00 7.00 -7.00 18.00 8.00 -8.00 18.00 9.00 -9.00 18.00 10.00 -10.00 18.00 11.00 -11.00 18.00 12.00 -12.00 18.00 13.00 -13.00 18.00 14.00 -14.00 18.00 15.00 -15.00 18.00 16.00 -16.00 18.00 17.00 -17.00 18.00 18.00 -18.00 18.00 19.00 -19.00 18.00 20.00 -20.00 18.00 21.00 -21.00 18.00 22.00 -22.00 18.00 23.00 -23.00 18.00 24.00 -24.00 18.00 25.00 -25.00 18.00 26.00 -26.00 18.00 27.00 -27.00 18.00 28.00 -28.00 18.00 29.00 -29.00 18.00 30.00 -30.00 18.00 31.00 -31.00 18.00 32.00 -32.00 18.00 33.00 -33.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 18.00 34.00 35.00 36.00 37.00 38.00 39.00 40.00 41.00 42.00 43.00 44.00 45.00 46.00 47.00 48.00 49.00 50.00 Driven Pile Capacity: Test Pile Pile Width Length (ft) - 34.00 - 35.00 - 36.00 - 37.00 - 38.00 - 39.00 - 40.00 - 41.00 - 42.00 - 43.00 - 44.00 - 45.00 - 46.00 - 47.00 - 48.00 - 49.00 - 50.00 Section Type: Square Pile Width: 12.00 (in) Ultimate Side Friction (in) (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) Allowable Pile Capacity (tons) Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 12 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 0.00 0.35 0.69 1.04 1.39 1.74 2.15 2.87 5.25 7.63 10.01 12.39 14.77 17.15 19.53 21.91 24.29 26.67 29.06 31.44 33.82 36.20 36.55 36.89 37.24 37.59 37.93 38.28 40.73 7.04 7.04 7.26 7.49 20.27 17.67 18.89 58.18 58.18 58.18 58.18 58.18 58.18 58.18 58.18 58.18 58.18 58.18 45.39 32.61 19.82 7.04 7.04 7.04 13.87 20.71 27.55 34.39 34.39 7.04 7.38 7.96 8.53 21.66 19.40 21.04 61.05 63.43 65.81 68.19 70.57 72.95 75.33 77.71 80.09 82.47 84.85 74.45 64.04 53.64 43.23 43.58 43.93 51.11 58.30 65.49 72.67 75.12 3.52 3.69 3.98 4.26 10.83 9.70 10.52 30.52 31.71 32.90 34.09 35.28 36.48 37.67 38.86 40.05 41.24 42.43 37.22 32.02 26.82 21.62 21.79 21.96 25.56 29.15 32.74 36.34 37.56 21.11 21.46 22.48 23.50 62.20 54.73 58.81 177.41 179.79 182.17 184.55 186.93 189.31 191.69 194.07 196.45 198.83 201.21 165.24 129.26 93.28 57.31 57.65 58.00 78.86 99.73 120.59 141.45 143.90 30.00 12.0 31.00 12.0 32.00 12.0 33.00 12.0 34.00 12.0 35.00 12.0 36.00 12.0 37.00 12.0 38.00 12.0 39.00 12.0 40.00 12.0 41.00 12.0 42.00 12.0 43.00 12.0 44.00 12.0 45.00 12.0 46.00 12.0 47.00 12.0 48.00 12.0 49.00 12.0 50.00 12.0 Test Pile Pile Width Length (ft) (in) 43.18 45.63 48.08 50.53 52.98 55.43 57.88 60.33 62.78 64.83 66.53 68.98 72.58 74.62 76.65 78.69 80.72 82.75 84.79 86.82 88.85 34.39 34.39 34.39 34.39 34.39 34.39 34.39 34.39 34.39 35.28 37.32 39.27 48.06 48.06 48.06 48.06 48.06 48.06 48.06 48.06 48.06 77.57 80.02 82.47 84.92 87.37 89.82 92.27 94.72 97.17 100.12 103.85 108.25 120.65 122.68 124.71 126.75 128.78 130.81 132.85 134.88 136.91 Section Type: Square Pile Width: 14.00 (in) Ultimate Side Friction (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) 38.79 40.01 41.24 42.46 43.69 44.91 46.14 47.36 48.59 50.06 51.92 54.13 60.32 61.34 62.36 63.37 64.39 65.41 66.42 67.44 68.46 Allowable Pile Capacity (tons) 146.35 148.80 151.25 153.70 156.15 158.60 161.05 163.50 165.95 170.68 178.49 186.80 216.77 218.80 220.83 222.87 224.90 226.93 228.97 231.00 233.04 Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 14 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 0.00 0.41 0.81 1.22 1.62 2.03 2.54 3.34 6.12 8.90 11.68 14.46 17.23 20.01 22.79 25.57 28.34 31.12 33.90 36.68 39.45 42.23 42.64 43.04 43.45 43.85 44.26 44.66 47.52 50.38 53.24 9.58 9.75 10.01 20.05 34.96 26.84 28.06 79.19 79.19 79.19 79.19 79.19 79.19 79.19 79.19 79.19 79.19 69.24 54.33 39.41 24.49 9.58 9.58 14.90 22.87 30.85 38.83 46.81 46.81 46.81 46.81 9.58 10.16 10.82 21.26 36.58 28.86 30.60 82.53 85.31 88.09 90.87 93.64 96.42 99.20 101.98 104.75 107.53 100.36 88.23 76.09 63.95 51.81 52.21 57.94 66.32 74.70 83.09 91.47 94.33 97.19 100.05 4.79 5.08 5.41 10.63 18.29 14.43 15.30 41.27 42.66 44.04 45.43 46.82 48.21 49.60 50.99 52.38 53.77 50.18 44.11 38.04 31.97 25.90 26.11 28.97 33.16 37.35 41.54 45.73 47.16 48.59 50.02 28.73 29.66 30.85 61.35 106.51 82.54 86.72 240.91 243.69 246.47 249.24 252.02 254.80 257.58 260.35 263.13 265.91 238.85 196.88 154.91 112.94 70.96 71.37 87.73 112.07 136.41 160.75 185.08 187.94 190.80 193.66 32.00 14.0 33.00 14.0 34.00 14.0 35.00 14.0 36.00 14.0 37.00 14.0 38.00 14.0 39.00 14.0 40.00 14.0 41.00 14.0 42.00 14.0 43.00 14.0 44.00 14.0 45.00 14.0 46.00 14.0 47.00 14.0 48.00 14.0 49.00 14.0 50.00 14.0 Test Pile Pile Width Length (ft) (in) 56.10 46.81 102.90 58.95 46.81 105.76 61.81 46.81 108.62 64.67 46.81 111.48 67.53 46.81 114.34 70.39 46.81 117.20 73.17 46.94 120.12 75.15 48.75 123.90 77.16 50.88 128.04 79.23 53.33 132.56 84.68 65.42 150.10 87.05 65.42 152.47 89.43 65.42 154.84 91.80 65.42 157.22 94.17 65.42 159.59 96.54 65.42 161.96 98.92 65.42 164.33 101.29 65.42 166.71 103.66 65.42 169.08 Section Type: Square Pile Width: 16.00 (in) Ultimate Side Friction (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) 51.45 52.88 54.31 55.74 57.17 58.60 60.06 61.95 64.02 66.28 75.05 76.24 77.42 78.61 79.79 80.98 82.17 83.35 84.54 Allowable Pile Capacity (tons) 196.52 199.38 202.24 205.09 207.95 210.81 214.00 221.39 229.79 239.22 280.93 283.30 285.67 288.05 290.42 292.79 295.16 297.54 299.91 Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 33.00 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 16.0 0.00 0.46 0.93 1.39 1.85 2.31 2.92 3.82 7.00 10.17 13.35 16.52 19.69 22.87 26.04 29.22 32.39 35.57 38.74 41.92 45.09 48.26 48.73 49.19 49.65 50.12 50.58 51.04 54.31 57.58 60.84 64.11 67.38 12.61 12.91 18.79 35.84 52.89 37.79 39.02 103.43 103.43 103.43 103.43 103.43 103.43 103.43 103.43 103.43 97.75 80.70 63.65 46.60 29.56 12.51 15.55 24.67 33.78 42.90 52.02 61.14 61.14 61.14 61.14 61.14 61.14 12.61 13.37 19.72 37.23 54.74 40.10 41.94 107.25 110.43 113.60 116.78 119.95 123.12 126.30 129.47 132.65 130.14 116.27 102.39 88.52 74.65 60.77 64.28 73.86 83.44 93.02 102.60 112.18 115.45 118.71 121.98 125.25 128.51 6.30 6.69 9.86 18.61 27.37 20.05 20.97 53.63 55.21 56.80 58.39 59.98 61.56 63.15 64.74 66.32 65.07 58.13 51.20 44.26 37.32 30.39 32.14 36.93 41.72 46.51 51.30 56.09 57.72 59.36 60.99 62.62 64.26 37.83 39.19 57.30 108.91 160.51 115.67 119.97 314.11 317.29 320.46 323.64 326.81 329.99 333.16 336.33 339.51 325.64 277.67 229.70 181.73 133.76 85.79 95.37 123.19 151.00 178.82 206.64 234.45 237.72 240.99 244.25 247.52 250.79 34.00 16.0 35.00 16.0 36.00 16.0 37.00 16.0 38.00 16.0 39.00 16.0 40.00 16.0 41.00 16.0 42.00 16.0 43.00 16.0 44.00 16.0 45.00 16.0 46.00 16.0 47.00 16.0 48.00 16.0 49.00 16.0 50.00 16.0 Test Pile Pile Width Length (ft) (in) 70.64 61.14 131.78 73.91 61.14 135.05 77.18 61.14 138.31 80.44 61.14 141.58 83.09 62.22 145.31 85.42 64.12 149.54 87.75 66.34 154.09 90.11 68.89 159.00 96.78 85.44 182.22 99.49 85.44 184.93 102.20 85.44 187.64 104.91 85.44 190.36 107.63 85.44 193.07 110.34 85.44 195.78 113.05 85.44 198.49 115.76 85.44 201.20 118.47 85.44 203.91 Section Type: Square Pile Width: 18.00 (in) Ultimate Side Friction (tons) Mobilized End Bearing (tons) Estimated Davisson Capacity (tons) 65.89 67.52 69.16 70.79 72.66 74.77 77.05 79.50 91.11 92.47 93.82 95.18 96.53 97.89 99.24 100.60 101.96 Allowable Pile Capacity (tons) 254.05 257.32 260.59 263.85 269.76 277.78 286.78 296.79 353.10 355.81 358.53 361.24 363.95 366.66 369.37 372.08 374.79 Ultimate Pile Capacity (tons) 1.00 2.00 3.00 4.00 5.00 6.00 7.00 8.00 9.00 10.00 11.00 12.00 13.00 14.00 15.00 16.00 17.00 18.00 19.00 20.00 21.00 22.00 23.00 24.00 25.00 26.00 27.00 28.00 29.00 30.00 31.00 32.00 33.00 34.00 35.00 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 18 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 .0 0.00 0.52 1.04 1.56 2.08 2.60 3.31 4.30 7.87 11.44 15.01 18.59 22.16 25.73 29.30 32.87 36.44 40.01 43.58 47.15 50.73 54.30 54.82 55.34 55.86 56.38 56.90 57.42 61.10 64.77 68.45 72.12 75.80 79.47 83.15 16.17 16.51 35.69 54.86 74.04 50.52 51.75 130.90 130.90 130.90 130.90 130.90 130.90 130.90 130.90 130.90 111.73 92.55 73.37 54.19 35.01 15.83 26.09 36.35 46.60 56.86 67.12 77.38 77.38 77.38 77.38 77.38 77.38 77.38 77.38 16.17 17.03 36.73 56.43 76.13 53.12 55.06 135.20 138.78 142.35 145.92 149.49 153.06 156.63 160.20 163.77 148.17 132.56 116.95 101.34 85.74 70.13 80.91 91.69 102.46 113.24 124.02 134.80 138.47 142.15 145.82 149.50 153.17 156.85 160.53 8.08 8.51 18.36 28.21 38.06 26.56 27.53 67.60 69.39 71.17 72.96 74.74 76.53 78.32 80.10 81.89 74.08 66.28 58.48 50.67 42.87 35.06 40.45 45.84 51.23 56.62 62.01 67.40 69.24 71.07 72.91 74.75 76.59 78.43 80.26 48.51 50.04 108.10 166.15 224.21 154.15 158.55 397.01 400.58 404.15 407.73 411.30 414.87 418.44 422.01 425.58 371.62 317.65 263.69 209.72 155.76 101.79 133.08 164.38 195.67 226.96 258.26 289.55 293.23 296.90 300.58 304.25 307.93 311.60 315.28 36.00 18.0 86.82 77.38 164.20 82.10 318.95 37.00 18.0 90.27 77.74 168.01 84.00 323.49 38.00 18.0 92.98 79.41 172.39 86.19 331.21 39.00 18.0 95.65 81.40 177.05 88.53 339.86 40.00 18.0 98.30 83.72 182.03 91.01 349.47 41.00 18.0 100.97 86.37 187.34 93.67 360.07 42.00 18.0 108.88 108.14 217.01 108.51 433.29 43.00 18.0 111.93 108.14 220.06 110.03 436.34 44.00 18.0 114.98 108.14 223.11 111.56 439.39 45.00 18.0 118.03 108.14 226.16 113.08 442.44 46.00 18.0 121.08 108.14 229.21 114.61 445.49 47.00 18.0 124.13 108.14 232.27 116.13 448.54 48.00 18.0 127.18 108.14 235.32 117.66 451.59 49.00 18.0 130.23 108.14 238.37 119.18 454.64 50.00 18.0 133.28 108.14 241.42 120.71 457.69 NOTES 1. MOBILIZED END BEARING IS 1/3 OF THE ORIGINAL RB-121 VALUES. 2. DAVISSON PILE CAPACITY IS AN ESTIMATE BASED ON FAILURE CRITERIA, AND EQUALS ULTIMATE SIDE FRICTION PLUS MOBILIZED END BEARING. 3. ALLOWABLE PILE CAPACITY IS 1/2 THE DAVISSON PILE CAPACITY. 4. ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 3 x THE MOBILIZED END BEARING. EXCEPTION: FOR H-PILES TIPPED IN SAND OR LIMESTONE, THE ULTIMATE PILE CAPACITY IS ULTIMATE SIDE FRICTION PLUS 2 x THE MOBILIZED END BEARING. Ti#u of 4IF1iarni ADDENDUM No. 7 March 1, 2019 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. MODIFICATIONS: 1. The Design Criteria Package originally advertised, dated November 30, 2018, is to be deleted and replaced by a revised version dated February 28, 2019, attached herein. 2. The Bid Proposal Form originally advertised, is to be deleted and replaced by a revised version dated February 28, 2019, attached herein. Attachments • Dinner Key Marina Repairs Design Criteria Package, prepared by Moffatt and Nichol, dated February 28, 2019, 46 pages. • Bid Proposal Form, prepared by Moffatt and Nichol, dated February 28, 2019, 11 pages. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie-F , CPPO, Director Department of Procurement, City of Miami RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Schedule Revision February 28, 2019 City of Miami 1 Bid Form — Dinner Key Marina DCP The following bid tabulation is based on the bid package and description of work included with the DCP. Section 1.1, 1.2 and 1.3 includes all work associated with the Base Bid. Sections 1.4, 1.5, and 1.6 include additive alternatives. Additive alternatives are described in detail in Section 1.5 of the DCP Program Requirements and within the DCP Drawings. The undersigned, having read and understood the Bidding Documents and examined the Project site and adjoining areas, and being familiar with the obstacles and conditions that will affect proposed Work, hereby offers and agrees to furnish all labor, products, and services needed to provide Work in accordance with the Bidding Documents as follows: 1.1 Base Bid — General Costs Provide a lump sum price for the General Costs related to the marina repair project. Pay Item Qty Unit Price Total Price Design, Engineering and Permitting 1 LS General Conditions 1 LS Mobilization 1 LS Final Survey 1 LS Performance and Payment Bond 1 LS Design Builders's Fee 1 LS Owner Permit Allowance 1 LS $ 20,000 Base Bid Subtotal — General Costs $ 1 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Schedule Revision February 28, 2019 City of Miami 1.2 Base Bid — Structural Pay Item Qty Unit Price Total Price Submerged Debris Removal 200 CY Concrete Walkway Span Replacement 13 EA Timber Finger Pier Replacement (6 pile pier) 87 EA (including pile replacement) Timber Finger Pier Replacement (8 pile pier) 12 EA (including pile replacement) Timber Finger Pier Repair - Type 1 (6 pile pier) 80 EA (existing piles, stringers and deck remain) Timber Finger Pier Repair - Type 1 (8 pile pier) 8 EA (existing piles, stringers and deck remain) Timber Finger Pier Repair - Type 2 (6 pile pier) 30 EA (existing piles remain) Timber Finger Pier Repair - Type 2 (8 pile pier) 5 EA (existing piles remain) Timber Mooring Pile Replacement 40 EA Replace all Fiberglass Reinforced Plastic (FRP) 1 LS Grating Marina Appurtenances 1 LS Concrete Pile Repair Jackets 9 EA Base Bid Subtotal — Structural $ 2 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Schedule Revision February 28, 2019 City of Miami 1.3 Base Bid - Electrical Provide a lump sum price to replace electrical utilities as indicated in the DCP Drawings. Pay Item Electrical System Fire Alarm System Qtv 1 LS 1 LS Low Voltage Infrastructure 1 LS (work coordinated with City's Vendor) Unit price Total Price Base Bid Subtotal — Electrical $ 1.4 Base Bid — Plumbing Provide a lump sum price to repair and/or replace plumbing utilities as indicated in the DCP Drawings. Pay Item Fire Suppression System Potable Water System Sewage Pumpout System Qtv 1 LS 1 LS 1 LS Unit Price Total Price Base Bid Subtotal — Plumbing $ 3 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Schedule Revision February 28, 2019 City of Miami 2 Unit Price Items Provide unit price repair costs (unit prices must be for materials in -place, installed, all inclusive). The unit prices will be used as a basis for negotiating the cost of quantity changes during construction. Structural Items Pay Item Qty Unit Price Concrete Deck Span Replacement 1 LF Concrete Pile Cap Replacement 1 EA Timber Pile Replacement 1 EA FRP Grating Replacement 1 SF Timber Decking Replacement 1 SF Timber X-Bracing Replacement 1 LF Timber Pile Cap Replacement 1 EA Marina Appurtenances Pay Item Qtv Dock Boxes 1 EA Trash and Recycling Receptacles 1 EA Cleats 1 EA Line Holders 1 EA Pile Hats 1 EA Aluminum Ladders 1 EA Electrical System Pay Item Qtv Lighted Bollards 1 EA Solar Navigation Lights 1 EA Unit Price Unit Price 4 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration (Unit Price Items Continued) Electrical System Bid Schedule Revision February 28, 2019 City of Miami Pay Item Qty Unit Price Total Price Pedestal Type Al (Single Slip, 30A Recpt) 1 EA Pedestal Type A2 (Dual Slip, 30A Recpt) 1 EA Pedestal Type B1 (Single Slip, 50A & 30A Recpt) 1 EA Pedestal Type B2 (Dual Slip, 50A & 30A Recpt) 1 EA Pedestal Type Cl (Single Slip, 2-50A Recpt) 1 EA Pedestal Type C2 (Dual Slip, 4-50A Recpt) 1 EA Pedestal Type D1 (Single Slip, 2-50A & 1-100A Recpt) 1 EA Pedestal Type D2 (Dual Slip, 4-50A & 2-100A Recpt) 1 EA Pedestal Type El (Single Slip, 4-50A Recpt) 1 EA Pedestal Type E2 (Dual Slip, 4-50A & 2-100A Recpt) 1 EA Pedestal Type F2 (4-100A, 3 Phase, 480V) 1 EA 5 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Schedule Revision February 28, 2019 City of Miami 3 Additive Alternatives 3.1 Additive Alternative #1— Repair of Non -Storm Related Damage The following items include the repair of marina structural damage that is not attributed to Hurricane Irma in September 2017. Pay Item Qty Unit Price Total Price Concrete Walkway Span Replacement 2,800 LF Concrete Walkway Span Repairs 600 CF Concrete Pile Cap Spall Repairs 500 CF Concrete Pile Cap Crack Repairs 200 LF Timber Mooring Pile Replacement 76 EA Subtotal — Additive Alternative #1 $ 3.2 Additive Alternative #2 — Finger Pier Upgrade Provide the additional cost (net add) to upgrade Finger Piers indicated as "replacement" in the DCP Drawings to be replaced using prestressed concrete piles, aluminum or FRP composite framing, with FRP grating. Pay Item Upgraded Finger Piers (6 pile pier) Upgraded Finger Piers (8 pile pier) Subtotal — Additive Alternative #2 Qty 87 EA 12 EA Unit Price Total Price $ 6 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Schedule Revision February 28, 2019 City of Miami 3.3 Additive Alternative #3 — Remote Electronic Monitoring Pedestals Provide a lump sum price to upgrade all utility pedestals to include an electronic package to remotely monitor Ground Fault levels and Energy Consumption in KWH. Coordinate requirements with Wi-Fi communication system. Pay Item Qty Unit Price Total Price Additive Alternative #3 for Pedestal Al 7 EA Additive Alternative #3 for Pedestal A2 72 EA Additive Alternative #3 for Pedestal B1 7 EA Additive Alternative #3 for Pedestal B2 187 EA Additive Alternative #3 for Pedestal Cl 3 EA Additive Alternative #3 for Pedestal C2 10 EA Additive Alternative #3 for Pedestal D2 1 EA Additive Alternative #3 for Pedestal El 7 EA Additive Alternative #3 for Pedestal E2 3 EA Additive Alternative #3 for Pedestal F2 1 EA Subtotal — Additive Alternative #3 $ 3.4 Additive Alternative #4 — Greenheart Mooring Piles Provide a lump sum price for the additional cost to install greenheart mooring piles per the City of Miami's standard mooring pile specification in -lieu of piles as indicated in the DCP. Pay Item Qty Unit Price Total Price Greenheart Timber Mooring Piles (Base Bid) 40 EA Greenheart Timber Mooring Piles (Alt 1) 76 EA Subtotal — Additive Alternative #4 $ 7 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Schedule Revision February 28, 2019 City of Miami 3.5 Additive Alternative #5 — Increase Pile Cut-off Elevation Provide a lump sum price for the additional cost to increase the cut-off elevation of all timber piles by 5- ft above the top of pile elevation indicated in the DCP. The price shall include additional embedment depth and diameter as determined by the D/B Team. Pay Item Qtv Unit Price Total Price Increase pile cutoff elevations by 5-ft 658 EA (Includes all replacement piles) Subtotal — Additive Alternative #5 $ 3.6 Additive Alternative #6 — Stainless Steel Twisted Plate Tie -Downs Provide a lump sum price for the additional cost to provide stainless steel Twisted Plate Tie -Down straps and connection hardware in -lieu of hot dipped galvanized. Pay Item Provide stainless steel tie -down straps Subtotal — Additive Alternative #6 Qtv Unit Price Total Price 1 LS $ 3.7 Additive Alternative #7 — Concrete Pile Cap Replacement Provide a lump sum price for the additional cost to replace concrete pile caps between two adjacent walkway spans in -lieu of repairing the concrete pile caps. Pay Item Qty Unit Price Total Price Replace Concrete Pile Caps 1 EA Subtotal — Additive Alternative #7 $ 8 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Schedule Revision February 28, 2019 City of Miami 3.8 Additive Alternative #8 — HDG Steel Cleats Provide a price to replace the remaining aluminum cleats at the Marina with HDG steel cleats. Pay Item Qtv Unit Price Total Price Replace Remaining Cleats 1078 Subtotal — Additive Alternative #8 $ 9 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration 4 Bid Summary Sheet Base Bid Summary Bid Schedule Revision February 28, 2019 City of Miami 1.1 General Costs 1.2 Structural 1.3 Electrical 1.4 Plumbing Base Bid — Total Additive Alternatives $ $ Bid Alternative #1— Repair of Non -Storm Related Damage $ Bid Alternative #2 — Finger Pier Upgrade $ Bid Alternative #3 — Remote Electronic Monitoring Pedestals Bid Alternative #4 — Greenheart Mooring Piles $ $ Bid Alternative #5 — Increase Pile Cut-off Elevation $ Bid Alternative #6 — Stainless Steel Twisted Plate Tie -Downs Bid Alternative #7 — Concrete Pile Cap Replacement $ $ Bid Alternative #8 — HDG Steel Cleats $ Additive Alternatives — Total $ 10 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration 5 Authorization Bid Schedule Revision February 28, 2019 City of Miami (Name of Bidder) (P. O. Box) (Street Address) (City, State/Country, Zip) (City, State/Country, Zip) (Name of Authorized Person) (Title of Authorized Person) (Signature of Authorized Person) (Date) CORPORATE SEAL 11 Wig moffatt & nichol Dinner Key Marina Repairs Design Criteria Package Program Requirements 9450-08 Location: 3400 Pan American Dr. Miami, FL 33133 Client Name: City of Miami Contract No.: Submittal Stage 100% Design Criteria Package, Rev1 Issue Date: February 28, 2019 Whg Design Criteria Engineer (DCE) Moffatt & Nichol 2937 SW 27th Avenue Suite 101 a Miami, FL 33133 (305) 230-1924 Sub -Consultants Olin Hydrographic Solutions, Inc. 2900 Calusa Street Coconut Grove, FL 33133 (305) 619-2800 HP Consultants, Inc. 10220 SW 107 Street Miami, FL 33176 (305) 596-2857 Table of Contents 1. Project Overview 1 1.1. Existing Conditions 2 1.1.1. Concrete Walkways 2 1.1.2. Finger Piers 3 1.1.3. Utility Services 3 1.2. Marina Structural Work 3 1.2.1. Structural Demolition 3 1.2.2. Structural Repairs 4 1.2.3. Structural Replacement 5 1.3. Marina Utility Work 6 1.3.1. Utility Demolition 6 1.4. Marina Appurtenances 8 1.5. Additive Bid Alternatives 8 2. Marina Design Requirements 10 2.1. Calculations 10 2.1.1 Structural Design 10 2.1.1. Structural Bid Alternate 10 2.1.2. Electrical Design 11 2.2. Construction Drawings 12 2.3. Design -Builder Submittals 13 2.4. Design Review Meetings 13 2.5. Project Schedule 13 2.6. Permitting and Approvals 13 3. Technical and Performance Requirements 15 3.1. Marine Structures 15 3.1.1. Load Requirements 15 3.1.2. Environmental Design Criteria 15 3.1.3. Concrete Walkways 16 3.1.4. Timber Finger Piers 18 3.1.5. Subsurface Soils Information and Geotechnical Report 19 3.2. Utilities 19 Dinner Key Marina Repairs Design Criteria Package 19450-08 I Page iii 3.2.1. Electrical 19 3.2.2. Lighting Requirements: 30 3.2.3. Low Voltage/Security System Requirements: 31 3.2.4. Potable Water 31 3.2.5. Fire Water 33 3.2.6. Sanitary Sewer 35 4. DIB Team Submittals 36 4.1. Structural Submittals 36 4.2. Electrical Submittals 36 4.2.1. Electrical System Equipment Shop Drawings and Submittal Items 36 4.2.2. Electrical Test Reports 37 4.3. Potable Water Submittals 37 4.4. Fire Water Submittals 38 4.5. Sanitary Sewer Submittals 39 4.6. Marina Appurtenances 39 Appendix A: DCP Drawings 40 Appendix B: List of DCP Reference Documents 41 Dinner Key Marina Repairs Design Criteria Package 9450-08 Page iv Whg 1 Project Overview The City of Miami (Owner) has retained Moffatt and Nichol (M&N) as the Design Criteria Engineer (DCE) to provide the drawings and design criteria to be used by Design -Build (D/B) firms to bid on the Dinner Key Marina Project (Project) which includes the repair and/or replacement of the marina docks and associated utilities. The Project includes the design and construction of waterside structures and utilities that were damaged during Hurricane Irma in September 2017. D/B firms shall provide, at a minimum, the services of a general D/B Team, as well as the services of engineering professionals as necessary to provide the Owner with a submittal as part of the procurement process that includes the design and installation of the following components in compliance with the criteria presented herein: • Repair and replacement of damaged timber finger piers. • Repair of concrete walkway decks, pile caps, and piles. • Replacement of FRP grating on concrete walkway decks. • Replacement of damaged timber mooring and fender piles. • Replacement of potable water and fire protection system. • Replacement of trash receptacles and dock boxes throughout the marina. • Repair of sewage pump -out system. • Replacement of electrical system including: shore power pedestals, lighted bollards, associated electrical infrastructure, four upland service entrance locations and associated distribution systems. • Installation of installation of empty conduits with pull strings, and pull boxes, as necessary for the wiring and installation of equipment "by others" for Wi-Fi communication, Security/Access control, and CCTV system. The construction shall be phased to allow the marina to remain partially operational during construction. The construction phasing shall be scheduled to complete up to two piers at a time. In addition to the Base Bid components listed above, there are three additive alternatives under consideration. The additive alternatives are included on sheets S-121 through S-129 of the DCP Drawings: • Additive Alternative 1 — includes the repair and replacement of marina components that have sustained non -storm related damage. • Additive Alternative 2 — includes Finger Piers indicated as "replacement" in the DCP Drawings to be replaced using prestressed concrete piles, aluminum or fiberglass reinforced polymer (FRP) composite framing, with FRP grating. Diagonal bracing Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 1 Whg shall be provided, if needed, to provide sufficient lateral load capacity for the design loads indicated. • Additive Alternative 3 — includes the upgrade of all utility pedestals to include an electronic package to remotely monitor Ground Fault levels and Energy Consumption. • Additive Alternative 4 — includes replacement of timber mooring and fender piles with Greenheart piles per the City of Miami standard pile specification. • Additive Alternative 5 — includes the increase of the top of pile cut-off elevation of all timber piles by 5 feet; which will include the additional embedment depth and diameter as determined by the D/B Team. • Additive Alternative 6 — includes the furnish and installation of stainless steel hurricane straps in lieu of the specified galvanized hardware. • Additive Alternative 7 — includes the replacement of concrete bent caps between two adjacent walkway spans in lieu of the proposed repair. • Additive Alternative 8 — includes the price to replace the remaining aluminum cleats with HDG steel cleats. 1.1. Existing Conditions Dinner Key Marina was constructed in 1986 and has been repaired over the past 30+ years. See Appendix B for a list of available record drawings and reference documents for the project. The marina is currently in a state of disrepair from damage sustained during Hurricane Irma in September 2017. 1.1.1. Concrete Walkways Piers 1 through 7 consist of prestressed, flanged concrete U-beams that span between concrete pile caps with prestressed concrete piles. The U-beams have openings to allow light and water to pass through the walkways. The top of the U-beams are covered with sections of FRP bar grating that are in various states of disrepair or missing. During Hurricane Irma, many sections of grating became disconnected from the concrete. Some of the grating was lost and the grating that was recovered was reinstalled on the concrete. However, some of the connections are not sound and the grating tends to shift on the concrete bearing lip. Additionally, some of the flanges of the U-beams sustained impact damage resulting in section loss. The chase beneath the grating of the concrete walkways is used to run utilities along the length of the pier. The U-beam walls and flanges have penetrations at each utility pedestal for conduits and water line connections. The concrete flanges of the U-beams are used to support utility pedestals, electrical transformers, firewater stations, cleats, dock boxes, and life rings. Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 2 Whg The general condition of the concrete structures is typical of approximately 30+ year old docks that are exposed to the marine environment. For example, corrosion cracks, open and closed corrosion spalls are noted throughout the pile caps, U-beams and piles. Piers 8 and 9 are located along the concrete bulkheads. Pier 8 has timber finger piers extending from the bulkhead. Many of the boat slips at Pier 9 have mooring piles only, and no finger piers. 1.1.2. Finger Piers Timber finger piers jut out from the concrete walkways and are supported by three or four rows of 2-pile bents depending on the size of the slip. The finger piers consist of a ramped section and a leveled section. The finger piers are typically 4-ft wide and are constructed of timber piles, pile caps, stringers and deck. 1.1.3. Utility Services Electrical power service, potable water, and central sanitary sewer are existing at the marina and shall be repaired/replaced as noted on sheets P-101, P-102, E-001, E-010, E-011 and E- 101 through E-111 of the DCP Drawings. Single line diagrams, E-601 through E-604 depict the general pier electrical design. D/B Team will be responsible for final design, drawings, and calculations. Existing telephone system including hardware and panels will be removed from service. Existing landside electrical conduits will be reused from landside service entrance locations out to electrical handholes which feeds each pier its electrical service. 1.2. Marina Structural Work The marina work includes demolition of existing waterfront structures, repair of damaged waterfront structures, and the design and construction of new infrastructure as indicated on the DCP Drawings. A Damage Assessment Report issued by Marine Specialties Limited dated June 2018 combined with a field assessment of the marina conducted by M&N and their subconsultants in June 2018 was used to identify which waterfront structures must be replaced entirely, and which can be repaired. These structures are labeled on the DCP Drawings as needing to be Replaced, Type 1 Repair, or Type 2 Repair. Detailed descriptions of these categories are found in section 1.2.2. 1.2.1. Structural Demolition • Demolish and dispose of damaged timber mooring piles identified on DCP Drawings to be replaced. • Demolish and dispose of damaged timber finger pier piles for finger piers slated for replacement. Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 3 Whg • Demolish and dispose of timber finger pier framing components (stringers, pile caps, decking, and bracing) as necessary to facilitate Replacement, Type 1 and Type 2 repairs as indicated on DCP Drawings. In addition to the preceding list, the D/B team shall conduct an underwater survey identifying submerged debris throughout the marina, including in the fairways, slips and underneath the docks. The Owner has removed some of the debris after the hurricane, however some submerged debris remains within the Project area. Submerged debris shall be removed and disposed of prior to commencement of new construction, and this requirement will likely be included in the environmental permit conditions. The D/B Team is responsible for disposal of all demolished materials and debris. A unit cost for this line item is included in the bid form with an estimated quantity. The D/B Team will be responsible for compiling a pre/post debris removal survey report along with documentation of the dumpsters with removal measured by the cubic yard. 1.2.2. Structural Repairs 1.2.2.1 Finger Pier Repairs Timber finger piers that sustained moderate or localized damage during Hurricane Irma shall be repaired by reconstructing only the damaged components. Based on field observations, finger piers in need of repair come in two categories: Type 1 and Type 2. Type 1 Repairs: include the replacement of the timber pile caps, cross bracing, and any other components required to meet the loading criteria provided in Part 3 of this document. For finger piers flagged for type 1 repairs, the timber piles were determined to be structurally sound and the stringers and decking were recently replaced. Type 2 Repairs: include the replacement of all components except for the timber piles. Finger piers flagged for Type 2 Repairs have structurally sound piles, but the pile caps, cross bracing, stringers and decking have sustained significant enough damage as to require replacement. 1.2.2.2 Concrete Walkway Repairs The prestressed concrete U-beams that comprise the walkways have localized damage from vessel impacts, as well as spalling and cracking typical of 30+ year old waterfront structures. Areas of repair are indicated on sheets S-101 through S-109 with alternative repairs on sheets S-121 through S-129. D/B Team shall provide a design -level inspection to catalog the defects and the locations, dimensions, and quantities of required repairs. 1.2,2.3 Pile Cap Repairs Some of the pile caps have spalling that requires repair. Pile caps slated for repairs are indicated on sheets S-121 through S-129. Repairs are indicated as Type A (open corrosion spall) and Type B (closed corrosion spall). Details regarding the approximate size of the spall are located on sheet S-502. Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 4 Whg 1.2.2.4 Pile Repairs Some of the concrete piles on Piers 3 and 5 have cracks and spalls that require repair. A concrete pile jacket shall be installed around the defect to restore structural capacity and prevent further deterioration of the piles. The location of damaged piles are provided in the table below, reference 2018 Hurricane Irma Assessment Report by M&N: Concrete Pile Defect Locations Table Pier Pile Cap Pile Location 3 22 West Crack below water 3 23 West Spall above water 5 9 West Spall above water 5 10 East Spall above water 5 10 West Spall above water 5 18 West Spall above water 5 20 East Crack above water 5 22 East Crack above water 5 26 South Spall above water 1.2.3. Structural Replacement 1.2.3.1 Finger Pier Replacement Timber finger piers that were irreparably damaged during Hurricane Irma shall be replaced in the existing footprint. The materials to be replaced include timber piles, pile caps, cross bracing, stringers, and decking. Overall dimensions and elevations of the piers shall match the existing piers, and where practical, timber piles shall be driven in the same location as extracted piles. Timber piles and diagonal bracing shall be wrapped as indicated in the DCP Drawings. The elevation of the top of the timber piles shall be +10 feet above mean high water level (NAVD). 1.2.3.1.1. ADA Compliance The repairs to Dinner Key Marina shall comply with the Americans with Disabilities Act (ADA) Standard 1003 and the Florida Accessibility Code for Building Construction, section 235. These guides provide the accessibility requirements for recreational facilities. Based on the total number of boat slips in the marina a minimum number of accessible slips must be provided, and those slips must be dispersed throughout the various types of slips the marina provides. These standards require a Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 5 Whg minimum of 8 ADA accessible slips for a total number of slips at the marina in the range of 501-600. 1.2.3.2 Concrete Walkway Replacement Spans of the concrete walkways that sustained damage too significant to repair shall be replaced. The spans slated for replacement are indicated on sheets S-101 through S-109 with the alternative spans on sheets S-121 through S-129 on the DCP Drawings. The concrete beams being replaced may be cast in place, or hybrid beams (a combination of prestressed and cast in place concrete). Typical section views of these beam replacement options are provided on sheet S-410 of the DCP Drawings, however the D/B Team may design other "in kind" replacement solutions that meet building code requirements. 1.3. Marina Utility Work 1.3.1. Utility Demolition 1.3.1.1 Electrical • Demolish and dispose of existing conduit and conductors to each dockside transformer -and pedestal. Reuse conduit and bulkhead sleeves from landside utility to walkway/pier. Capture and extend existing conduit to new distribution equipment as required. • Demolish and dispose of all light bollards and associated existing conduit and conductors on each pier. • Demolish and dispose of all telephone wiring, and enclosures, from each service entrance to all piers, and pedestals. Remove all telephone conductors back to telephone service, cap and label empty conduits as spare. • Demolish and dispose of electrical disconnect(s) for each individual pier feed and disconnects for vacuum/sewage system. Maintain conduit from power source to sewage pump. Coordinate electrical changeover to new service with marina owner to minimize disruption of sanitary service. • Demolish and dispose of electrical service for sewer pump -out station. Underground conduit to remain and be reused. 1.3.1.2 Potable Water • Demolish and dispose of existing potable water piping, valves, and pipe supports from the bulkhead to each dockside potable water service connection. Components landside of the bulkhead to remain. Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 6 Whg 1.3.1.3 Fire Water • Demolish and dispose of existing fire water piping, valves, standpipes, hose stations, and pipe supports from the bulkhead to each dockside firewater standpipe. Components landside of the bulkhead to remain. 1.3.1.4 Sanitary Sewer • Existing sanitary sewer mains and laterals to remain unless otherwise noted on attached drawings. • Demolish and dispose of identified damaged or broken vacuum sewer pump out hydrants, as indicated on drawings. • Remove broken pipe connection as indicated on drawings. Piping that will remain will require temporary support until permanent pipe supports have been installed. 1.3.1.5 Utility Replacement Electrical power service, potable water, and central sanitary sewer are existing at the marina and shall be replaced as noted on the drawings. Wi-Fi access, CCTV and Security/Access control will be added to upgrade the services at the marina. The Owner has retained a vendor, Quality Wiring, to supply and install the "low voltage" programming as coordinated with marina management. The D/B Team will be responsible for coordinating the utilities design with vendor (and Owner) and for furnishing/installing empty conduits with pull strings, and pull boxes, as necessary for the wiring and installation of equipment by the vendor. The electrical design will need to account for the power requirements for this low voltage programming. There are no provisions for adding a fuel service. 1.3,1,6 Electrical Pier and walkway lighting shall be evaluated to produce a lighting plan with photometric calculations to confirm adequate lighting levels. Lighting criteria based on OSHA requirements and Illuminating Engineering Society of North America (IESNA) recommendations for pier and walkway usage. Refer to drawings for specific criteria. Note, as Wi-Fi & CCTV functions are new to the marina, additional components and equipment may be required (CCTV and W- Fi access point poles). D/B Team will be responsible for furnishing a complete, and functional system. 1.3.1.7 Potable Water All existing marina potable water systems will be replaced entirely; a new potable water system consisting of potable water mains, isolation valves, supporting members, and service at each connection shall be provided. The sizing of the potable water system shall comply with the 2017 Florida Building Code occupant load and fixture requirements; materials, installation, Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 7 Whg sterilization, and commissioning shall be per the Miami Dade County standards and requirements. 1.3.1.8 Fire Water All existing marina fire water systems will be replaced by a new, NFPA 303 compliant wet class III standpipe and hose station system, hydraulically designed to provided 250 gallons per minute at 100 pounds per square inch (psig) to the two most hydraulically remote hose stations. The D/B team will be responsible for meeting with the City Fire Department to confirm standards and requirements for the alarm system and other related appurtenances. 1.3.1.9 Sanitary Sewer The marina currently has one vacuum sewer pumpout station that serves all marina finger piers. Three new vacuum sewer pump stations shall be introduced to the marina, with one sewer pump station dedicated for every two marina finger piers. The existing sewer lift station onshore shall be bypassed with a new force main with connection to the existing sanitary sewer manhole on the Project site. The D/B Team will be responsible for removing and disposing of the existing sewage pump out equipment and capping/abandoning existing underground piping and services appropriately. Demolition of the existing building is not required, as the Owner anticipates re -purposing the building. The demolition will require minor repairs to the concrete floor and walls to leave smooth and level finishes. 1.4. Marina Appurtenances • Dock Boxes — Coordinate with Owner to furnish and install one Dock Box per boat slip throughout the marina. • Trash & Recycling Receptacle — Furnish and install one receptacle at each main pier entrance along the bulkhead. Coordinate with Owner and marina management for style and exact location. • Cleats — Cleats for replaced and repaired concrete walkways shall be 15-inch aluminum Almag-S cleats or approved equivalent. • Line -Holders — Furnish and install two line -holders on either side of new mooring piles as indicated on S-501. • Pile Hats — Furnish and install new pile hats on each new timber pile. • Aluminum Ladder — Furnish and install new 6-rung, aluminum ladder as indicated on DCP Drawings. 1.5. Additive Bid Alternatives In addition to the repairs of components damaged by Hurricane Irma, the Owner has requested three alternative bids to consider: Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 8 Whg • Additive Alternative 1 — includes a cost to include the repair and replacement of marina components that have sustained non -storm related damage. • Additive Alternative 2 — includes a cost to upgrade Finger Piers indicated as "replacement" in the DCP Drawings to be replaced using prestressed concrete piles, aluminum or FRP composite framing, with FRP grating. Diagonal bracing shall be provided, if needed, to provide sufficient lateral load capacity for the design loads indicated. • Additive Alternative 3 — includes the added cost to upgrade all utility pedestals to include an electronic remote monitoring system for each pedestal. Package shall include all components necessary to furnish a complete system to monitor individual pedestal energy usage (kWH), and pedestal ground fault level status. This package shall allow Dinner Key Marina to monitor pedestal status remotely via Wi-Fi communication protocols. Power monitoring accuracy shall be marked and tested to conform to Standard ANSI-C12.1, and NTEP standards with +/- 1% accuracy. Coordinate Wi-Fi inter -connectivity with Wi-Fi system as provided in DCP and drawings. • Additive Alternative 4 — Provide a lump sum price for the additional cost to install green heart mooring piles per the City of Miami's standard mooring pile specification in -lieu of piles as indicated in the DCP. • Additive Alternative 5 — Provide a lump sum price for the additional cost to increase the cut-off elevation of all timber piles by 5-ft above the top of pile elevation indicated in the DCP. The price shall include additional embedment depth and diameter as determined by the D/B Team. • Additive Alternative 6 — Provide a lump sum price for the additional cost to provide stainless steel hurricane straps and connection hardware in -lieu of hot clipped galvanized. • Additive Alternative 7 — Provide a lump sum price for the additional cost to replace concrete bent caps between two adjacent walkway spans in -lieu of repair. • Additive Alternative 8 — Provide a price to replace the remaining aluminum cleats at the Marina with HDG steel cleats. Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 9 Whg 2. Marina Design Requirements The calculations, construction drawings, specifications and shop drawings are outlined in this section. The marina repairs and upgrades shall be designed to meet the Technical and Performance Requirements provided in Chapter 3 of this document and on the DCP Drawings. 2.1. Calculations Calculations shall be prepared for all repairs and upgrades to the Marina. A basis of design with supporting calculations shall be signed and sealed by a Professional Engineer licensed in the State of Florida. A group of engineers may be required to seal the document based on their respective trade(s), such as, but not limited to, structural, electrical, mechanical and plumbing, as applicable. The basis of design shall be submitted to the Owner and the DCE for review and approval. The basis of design shall include, at a minimum, the following design criteria, assumptions, and calculations for the following project elements: 2.1.1 Structural Design Provide structural design calculations for the project items, including, but not limited to: • Timber finger piers o Deck o Stringers o Pile Caps o Bracing o Piles • Mooring piles • Fender piles • Concrete Walkways o Prestressed and/or reinforced concrete design of replacement deck spans o FRP or carbon reinforced concrete repairs, as applicable • FRP Bar Grating • Concrete pile cap repairs • Concrete pile jackets 2.1.1. Structural Bid Alternate Provide structural design calculations for the project items, including, but not limited to: • Finger pier replacement using prestressed concrete piles, aluminum or fiberglass reinforced polymer (FRP) composite framing, with FRP grating Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 10 Whg 2.1.2. Electrical Design Provide coordinated electrical design to feed shore power to pedestals as identified on the electrical layout drawings. An electrical layout depicting pedestal location with power configurations are included for each pier. Additionally, refer to electrical drawings to design specific requirements for each pier service and the required utility feed for additional and associated electrical equipment. D/B Team shall consider construction phasing for this project. As the current plan is to replace and rebuild two piers at a time, any diversity calculation for pier loading may need to be reconsidered in order for the marina to enable full usage at each pier. Coordinate with marina owner for expected pier demands to allow for nuisance -free power supply to boats for the duration of the construction period. Wireless Access Points, Security/Access Control, and lighting will be included in the electrical load for each pier, with loads coordinated with the vendor retained by the Owner. Calculations and/or drawings are required for all provided equipment and services as follows: • Electrical service size calculations for Electrical Utility coordination. • Ground Fault monitoring and protection settings as required per NEC Article 555 and required in RFP documents • Connected and Demand Load calculations per dock • Disconnect, panelboard, and transformer sizing calculations • Short circuit calculations at distribution equipment and pedestals • Wire sizes and voltage drop calculations • Photometric calculations, including luminaire quantities and sizes • Site plans, single line diagrams, equipment details, panel schedules, cables schedules. • Low voltage/security infrastructure site plan, including locations, sizes of equipment, and installation details which will allow the vendor selected by the Owner for Low Voltage/Security System (LVSS) the ability to furnish and install the LVSS system. Requirements for this plan to be coordinated with Owner -selected LVSS/electronics provider. 2.1.2.1 Electronic Low Voltage/Security System Infrastructure • Design of a wiring backbone/conduit system including all conduit, pull strings, pull boxes, fittings, all required appurtenances, and plans to provide a pathway for the Low Voltage/Security System (LVSS) provider (Quality Wiring, as selected by Owner) to supply, install, test and commission the marina with Gate Security, Closed Circuit TV coverage, WiFi access throughout the marina and connect to the required user interfaces and controls to be located inside the Marina Office 3' floor server room. • The design of this system must be coordinated with the Owner -selected LVSS provider to ensure the infrastructure system designed will allow the LVSS provider, "installation only" of the required LVSS/electronic equipment. • The D/B Team design of this system must also be coordinated with their responsibilities for electrical power infrastructure and Structural/Mechanical work being done at the marina. Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 11 Whg 2.1.2.2 Plumbing Design Provide coordinated utility design and installation for potable water, vacuum sewer system pump stations and discharge force main, and firewater systems for each finger pier. Coordinate installation with other trades. Specific utility design requirements include: • Potable water o Provide water main, pipe branches, and hose bibb risers for each utility pedestal requiring water service, considering system demand using fixture unit counts for each water fixture per the FBC. o Select pipe size and complete hydraulic calculations considering minimum fixture delivery pressures at the hydraulically most remote fixture. Calculations to consider existing system pressure at tie in at the bulkhead and the pressure loss through piping infrastructure, inclusive of backflow preventers. o Design shall incorporate expansion/contraction requirements for the piping over the length of the distribution lines, and the required appurtenances shall be evaluated. • Sewage Pump out system o Select peristaltic vacuum sewer pump out system with appurtenances to include a hose cart for each dock. Three (3) new stations are envisioned. o Hydraulic calculations shall account for existing piping, including repaired sections from hurricane damage. The design plans are included in the appendices of this DCP. o Size force main per industry practices from each pump station to empty into the existing sanitary sewer manhole at the Project site. • Fire Protection System o Perform hydraulic calculations for standpipe system per NFPA 303 and NFPA 14 requirements o Size piping, valves, and standpipe systems — to account for City of Miami standards o Develop system design, inclusive of detailed piping layouts and material specifications o Design fire alarm system in accordance with NFPA and City of Miami requirements 2.2. Construction Drawings Marina repair drawings shall be submitted to the Owner and DCE for review prior to construction. Drawing submittals are required at 50% and 100% levels of completion. The marina repair drawings may include a combination construction drawings and shop drawings, as applicable. Allow 14 calendar days for Owner and DCE to review and comment. Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 12 Whg 2.3. Design -Builder Submittals D/B Team submittals are required for all materials and equipment to be installed at the Marina. The submittals shall include product information and installation procedures for all items of work. Allow 10 calendar days for Owner review of submittals. 2.4. Design Review Meetings A review meeting with the Owner and D/B Team, including Engineer of Record, is required to discuss review comments and responses after each design submittal. The design review meeting will include a round table discussion and a site visit to observed items discussed during the design review meeting. 2.5. Project Schedule The D/B Team shall maintain a project schedule throughout the duration of the design and construction phases of the project. The schedule shall include an updated design and construction progress schedule. The schedule shall be provided in Microsoft Project ".mpp" format. Key Milestones to be included on the D/B Team schedule: Environmental Permitting — Estimated 9 to 12 months • Application Submittal — November 2018 • Application Processing — January 2019 — September 2019 Design Phase • D/B Team prepares 100% Design Drawings and Specifications • City Review • Building Department Review for Construction Permit Construction Phase The construction phase shall be phased to maintain operations during construction. 2.6. Permitting and Approvals M&N will apply for environmental permits as required with the Division of Environmental Resources Management (DERM) Class I, the Florida Department of Environmental Protection (FDEP), and the U.S. Army Corps of Engineers (USACE). The D/B Team is responsible for obtaining all local and trade permits. The D/B team will be provided the environmental permit sketches utilized for the Class 1 permit process, and the D/B team will be responsible for obtaining preliminary approvals stamps from DERM. These plans will then Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 13 Whg be processed by the D/B Team through the City of Miami building department to obtain the required approvals, and then the D/B Team will be responsible for obtaining the final DERM Class I permit. The D/B Team will also be responsible for processing the plans through the "DERM CORE" review process through Miami -Dade County, if required. The D/B Team is responsible for any required modifications to the permits that result from the D/B Team's design. The Owner is responsible for all permitting fees. The D/B Team is responsible for coordinating approval of the Authority Having Jurisdiction (AHJ). D/B Team is responsible for any variance applications resulting from code requirement deviations such as ASCE 24 Design Flood Elevations (DFE) and NEC Electrical Datum Plane requirements. Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 14 Whg 3. Technical and Performance Requirements The service life of new structural components shall be a minimum of 25 years. The D/B Team shall not commence work on in -water and over -water marine structures or utilities until permits from the required state and local permitting agencies are obtained. Any work done below Mean Higher High Water (MHHW) is considered in -water work. 3.1. Marine Structures The Waterfront Structure System consists of all finger piers, concrete walkways, and appurtenances at the Dinner Key Marina project site that are necessary and required for safe access to and mooring of the design vessels. Provide a Waterfront Structure System complete in place, as specified throughout this DCP, as needed for a complete, usable, and proper installation. All material and equipment shall be installed per the Manufacturer's recommendations and the criteria set in this DCP and by the D/B Team and Engineer of Record. 3.1.1. Load Requirements Design loads shall be in accordance with ASCE Manual No. 50, Planning and Design Guidelines for Small Craft Harbors. Live load combinations shall be in accordance with the Florida Building Code. Dead Loads shall include the weight of the permanent structural, mechanical, and electrical components. Dock dead loads shall consist of the weight of the timber structure, miscellaneous connection devices, and all other permanently attached accessories such as cleats and pedestals. D/B shall exercise care to be sure that all dead loads are accurately determined and accounted for. Live Loads shall include uniform and point loads as follows: • 100 psf uniform live load for concrete walkways and finger piers. • 1,0001b golf cart live load for concrete walkways. • 4001b point load at any point on the concrete walkways, grating, and finger piers. 3.1.2. Environmental Design Criteria Wind Exposure The docks and walkways at Dinner Key Marina are considered Risk Category 1 structures per Florida Building Code Table 1604.5. The design wind speed for the project site is based on the ASCE 7-16 Load Requirements for Building and Other Structures. The wind speeds listed below are based interpolation of the wind speed contours (source: http://hazards.atcouncil.org ) • MRI 10-Year 90 mph Dinner Key Marina Repairs Design Criteria Package 1 9450-08 1 Page 15 Whg • MRI 25-Year 114 mph • MRI 50-Year 129 mph • MRI 100-Year 140 mph • Risk Category 1 Wind Speed 157 mph The hurricane damage to the docks and walkways was due to a combination of high water levels, vessel impacts, and vessel mooring line loads on the structures. The intent of the structural repairs for the Project is to replace the docks and walkways within the same layout as the existing structures. The intent of the building code is to design the docks for the Risk Category 1 wind speed. However, when Hurricane force winds occur, it is likely the docks and walkways will be submerged, i.e. wind load on the docks equals zero. However, the docks shall be designed for the wind loads on the vessels which are tied to the mooring piles. The top of timber pile cutoff elevation will be increased to +10 feet NAVD for the project to provide additional protection from boats during high water events and allow boats to stay moored during high water events. Therefore, the docks and lateral bracing shall be designed to maximize the lateral capacity of the docks to withstand a combination of storm surge and wind loads on the vessels. Storm Surge The waterfront structures shall be designed to survive a storm surge water level (including astronomical tidal component) of the FEMA 100-year flood elevation of +16 ft NGVD, see FIRMette map in the Attachments. Berthing/Mooring The finger piers and concrete walkways shall be designed for the mooring and berthing loads of the design vessels: • Berthing load (impact load) — Vessel speed of 3 knots impacting the dock at 10 degrees from the centerline of the finger piers. For side tie conditions, the impact shall be considered at 30 degrees. • Mooring load — Line pull acting in any direction at a 45-degree angle from the horizontal. The mooring loads shall be calculated based on the maximum operational wind and wave conditions. Shielded vessels shall take 20% of load experienced by the windward vessel. 3.1.3. Concrete Walkways Spans of the concrete walkways that are indicated to be replaced or repaired are indicated on sheets S-101 through S-129 of the DCP Drawings. The concrete beams being replaced may be cast in place, or hybrid beams (a combination of prestressed and cast in place concrete). Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 16 Whg Damage to concrete walkways eligible for repair include impact damage and corrosion damage. The D/B Team shall provide a design -level inspection to catalog the defects and the locations, dimensions, and quantities of repairs required. Repair to prestressed concrete deck spans and piles require externally bonded reinforcement (such as FRP or carbon mesh) to restore capacity from loss of prestress. Minor cracks and spalls that do not result in the loss of prestress may be repaired by saw -cutting, chipping -out, cleaning and casting the defect with mortar. Concrete walkways slated for repair may be replaced in lieu of repair if the replacement cost is comparable. All concrete construction shall be in accordance with FDOT Standard Specifications. Concrete construction shall provide 3-inch clear cover over reinforcing steel and be designed for a maximum flexural crack width of 0.007 inches. All concrete mixes shall be designed for an extremely aggressive environment, including: • A corrosion inhibitor chemical admixture (ASTM C494) • Type II cement (ASTM C150) • Fly ash mineral admixture (ASTM C618) • Water to cement ratio of 0.40 maximum The mix design shall be submitted to the Owner for review. Prestressed elements shall meet the following compressive strength requirements: • 28-day Concrete strength - 8,000 psi • Net compressive stress greater than zero in the bottom of the beam for dead load only • Reinforcement layout shall be designed to allow space for pipe and conduit penetrations for utility risers and pedestals, and anchorage for cleats and other appurtenances. FRP grating shall bear on a recessed ledge cast into the concrete beams and the top of the grating shall be flush with the concrete walkway. FRP grating shall be designed to meet the project requirements: • FRP grating shall include a UV inhibitor and be designed for exposure to the marine environment. • Bearing ledge shall be provided to support FRP grating. • FRP grating shall have a 2-inch nominal height to fit the existing concrete walkways. • FRP grating shall be anchored to the concrete to resist uplift forces when the walkways are submerged. Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 17 Whg 3.1.4. Timber Finger Piers The timber finger piers shall be designed in accordance with the Florida Building Code, and the Southern Forest Products Association Marine Construction Guide, Best Management Practices, and Treated Wood in Aquatic Environments for the design loads indicated. Timber Piles (Finger Piers and Mooring Piles) • Timber piles shall conform to ASTM D25-99. • Timber piles shall be a minimum of 12 inches in diameter, and of adequate length. Piles shall be one piece; splices are not permitted. • Pile length shall be as determined by the D/B Team and Engineer of Record. • Top of pile elevation shall be +10 feet NAVD. • Piles shall be southern yellow pine treated with CCA in accordance with AWPA 5C for timbers subject to immersion in salt water. Preservative treatment for these members shall be 2.50 pounds per cubic foot (pcf). D/B Team to provide material certification prior to construction. • Piles shall be wrapped as indicated in the DCP Drawings. • Upon reaching full embedment, piles should be cut to final top elevation, and capped with a pile hat to protect the end grain. • Pile hats shall be provided for all piles. • Pile driving shall be performed in accordance with Section 455 of the FDOT Standard Specifications for Road and Bridge Design. Framing (Pile Caps, Cross -Bracing, Decking and Stringers) • All pile caps, stringers and decking shall be CCA-treated southern pine, Grade No. 1 or better. Members are to be treated in accordance with AWPA 5C for timbers subject to immersion in salt water. Preservative treatment shall be 0.60 pcf, unless otherwise noted. D/B to provide material certification prior to construction. • Diagonal bracing shall be preservative treated to 2.5 pcf and wrapped for protection from marine borer damage. • Field treat with preservative all cuts, abrasions, bolt holes, and other surface damage in treated timbers in accordance with AWPA M4. • Stringer splices shall be located above pile caps, and shall be lapped a minimum of 12 inches. • Stringers, pile caps, and bracing shall have a minimum nominal thickness of 3-inches. Transitions Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 18 Whg • D/B Team shall provide appropriate elevation transitions between the concrete walkway and finger pier elevation as indicated on DCP Drawings. Connections and Fasteners • Bolts in timber shall be hot dip galvanized steel with a minimum diameter of 0.75 inches, and in accordance with (ASTM A 307, Grade A, 60 ksi). Nuts and washers shall be hot dip galvanized steel (ASTM F 594). • Hot dip galvanized steel washers shall be used under all bolt heads and nuts which would otherwise come in contact with timber. Check all bolts by burring the threads after the nuts have been fully tightened., • Do not undercut wood. Connections shall pull and hold members being joined into close contact. 3.1.5. Subsurface Soils Information and Geotechnical Report HP Consultants, Inc. shall provide geotechnical boring logs and report which may be used by D/B Team to determine the required tip elevations for dock and mooring piles. The Pier3 Repair Drawings, 2008, provided the following information regarding installation and capacity of timber and concrete replacement piles at Pier 3 Repairs. The following information regarding pile installation criteria is provided for reference only. It is not known if this criterion was modified during the pile indicator program or during construction. Pier 3 Repair Drawings, Pile Installation Criteria • 14-inch prestressed concrete piles shall be driven a minimum of 5 ft into the limestone layer. Pre punch or pre -drill holes as necessary to install piling into limestone. • 14-inch pile bid length was 35 ft. • Timber mooringpiles shall be driven to achieve a minimum bearing capacity of 10 kips with the following penetration criteria: o Soft soil: 15 feet minimum embedment o Lime rock: 5 feet minimum embedment 3.2. Utilities 3.2.1. Electrical • The D/B Team shall submit a Bid to the Owner to replace/modify the existing electrical distribution for boat slips at Dinner Key Marina damaged during recent Hurricane Irma per RFP drawings and documents. This Bid shall also include the provision of infrastructure coordination and installation of empty conduit for a new Low Voltage/Security System installation to be provided by the Owner's vendor, Quality Wiring. Dinner Key Marina consists of nine separate piers, with each slip provided a marine utility pedestal connection point for electric, water and sewer services. Dinner Key Marina Repairs Design Criteria Package 1 9450-08 1 Page 19 Whg • The electrical distribution system shall be designed in accordance with NFPA 70, 2014 including NEC Article 555. Electrical utility power is provided by Florida Power & Light (FPL). D/B Team shall coordinate existing locations, connection and required load with FPL. Prior to bid, D/B Team will be responsible for site survey and inspection of existing locations in order to confirm that new electric equipment will have adequate room and clearances. Inspect Dinner Key Marina building, specifically the server room, for the capability to connect (utilizing existing conduit or provide new conduit as required) and integrate new communication systems equipment into the existing building and out to each pier. Drawings within this package will determine the extent of project scope. D/B Team to identify any questions or exceptions prior to issuing Bid. Design tasks and deliverables are as listed: o Electrical Area A: Provide electrical disconnects to replace existing disconnects located at the NE corner of City Hall. Disconnects shall be provided in NEMA 6P enclosures. Provide new conductors to feed electrical equipment as identified in drawings. Transition from landside to waterside with a flexible connection. Electrical Area "A" feeds electricity to Pier 1 & Pier 2. o Electrical Area B: Provide electrical disconnects to replace existing disconnects located at the SE corner of City Hall. Disconnects shall be provided in NEMA 6P enclosures. Provide new conductors to feed electrical equipment as identified in drawings. Transition from landside to waterside with a flexible connection. Electrical Area `B" feeds electricity to Pier 3, Pier 4 & Pier 8, slips #1 through #9. o Electrical Area C: Provide electrical disconnects to replace existing disconnects located at the SE corner of City Hall. Disconnects shall be provided in NEMA 6P enclosures. Provide new conductors to feed electrical equipment as identified in drawings. Transition from landside to waterside with a flexible connection. Electrical Area "C" feeds electricity to Pier 5 & Pier 8, slips #10 through #25. o Electrical Area D: Provide electrical disconnects to replace existing disconnects located at the SE corner of City Hall. Disconnects shall be provided in NEMA 6P enclosures. Provide new conductors to feed electrical equipment as identified in drawings. Transition from landside to waterside with a flexible connection. Electrical Area "D" feeds electricity to Pier 6, Pier 7, Pier 9 & Pier 8, slips #26 through #41. o Provide service entrance rated enclosed circuit breakers. Provide a 480V, 3 phase panel board located on each pier, as shown on drawings, to distribute single phase power to three NEMA 3R substations per pier, also located on each pier. Each substation shall serve one third of the pier, the load demand determining which substation will supply each pedestal. The D/B Team will design the size, quantity and location of distribution equipment to efficiently provide power to each Marine Power Pedestal. Demand factors (and resulting equipment sizing, etc.) will be determined Per NEC, Table 555.12 unless Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 20 Whg otherwise noted in the RFP documents and drawings. Note, demand load for pedestals with arrangements of two of the same receptacle types shall be summed and counted as one shore power receptacle for the demand calculation described in NEC Article 555.12. ■ Example: Pedestal with (2) 50A, 120/240V receptacles shall be calculated as: 2 X 50A X 240V = 24 kVA and shall count as one shore power receptacle for NEC 555.12 Table Demand Calculation o Provide and install Marina Power Pedestals to replace existing damaged pedestals. Refer to drawing E-501 for pedestal requirements and configurations. Refer to electrical layout drawings for locations. Refer to Pedestal Lists below to match pedestal type to pedestal location. Pedestals shall be furnished with power receptacles as shown in Pedestal Configurations Table. o Furnish Ground Fault Monitoring (GFM) at the following locations: Service Entrance rated circuit breaker (shunt trip), each 480V, 3 phase panelboard MCB (shunt -trip) on each pier. Panelboard to be provided with shunt -trip main circuit breaker. GFM set to trip shunt trip circuit breakers at 100mA ground fault current (maximum). Provide ground fault controller Bender Marine Guard or equal. o Each of three substations per pier shall be protected by a ground fault monitoring system, set to shunt trip the substation main breaker at 100mA ground fault current. o All pedestals shall be supplied with ground fault circuit breakers set to 30mA for shore power receptacles. o All pedestals shall be provided with an LED laminated top hat with integral photocell for automated On/Off control. The LED illuminance shall be included in the photometric study. Refer to City purchasing documents for approval of offered equipment. Pedestal Configurations Table Item # "Boat Length (Ft) # Of Slips Receptacle Configuration Al 30' (OR UNDER) 1 1-30 AMP @ 120VAC, 1 Phase A2 30 (OR UNDER) 2 2-30 AMP B1 31' - 50' 1 1-30 AMP & 1-50 AMP B2 31' - 50' 2 2-30 AMP & 2-50 AMP Cl 51' - 60' 1 2-50 AMP C2 51' - 60' 2 4-50 AMP D1 61' - Over 80' 1 2-50 AMP & 1-100 AMP Dinner Key Marina Repairs Design Criteria Package 1 9450-08 1 Page 21 Whg D2 61' - Over 80' 2 4-50 AMP & 2-100 AMP El 61' Over 80' 1 2-50 AMP & 1-100 AMP, 3 PHASE, 480V E2 61' Over 80' 2 4-50 AMP (1P) & 2-100 AMP, 3 PHASE, 480V F2 61' - Over 80' 2 4-100 AMP, 3 PHASE, 480V Marina Pier #1 Pedestal List. Refer to Electrical Plan Layout Sheet E-101 for location of power pedestals on Pier #1: + Slip # i Pedestal Mr Boat Length (Ft) 1/2 A2 30 3/4 A2 30 5/6 A2 30 7/8 A2 30 9/10 A2 30 11 / 12 A2 30 13/14 A2 30 15/16 A2 30 17/18 A2 30 19/20 A2 30 21 E2 70 22 El 70 23 B1 50 25/24 B2 50 27/26 B2 50 29/28 B2 50 31/30 B2 50 33/32 B2 50 35/34 B2 50 36 B 1 40 37/38 B2 40 39/40 B2 40 41/42 B2 40 43/44 B2 40 45/46 B2 40 Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 22 Whg Marina Pier #2 Pedestal List. Refer to Electrical Plan Layout Sheet E-102 for location of power pedestals on Pier #2: Slip # - • - . Ate Boat Length (Ft) 1 B1 35 2/3 B2 35 4/5 B2 35 6/7 B2 35 8/9 B2 35 10/11 B2 35 12/13 B2 35 14/15 B2 35 16/17 B2 35 18/19 B2 35 20/21 B2 35 22/23 B2 35 24/25 B2 35 26/27 B1/E1 35/60 28 El 112 29 Cl 60 30/31 B2 35 32/33 B2 35 34/35 B2 35 36/37 B2 35 38/39 B2 35 40/41 B2 35 42/43 B2 35 44/45 B2 35 46/47 B2 35 48/49 B2 35 50/51 B2 35 52/53 B2 35 54 B1 35 Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 23 Whg Marina Pier #3 Pedestal List. Refer to Electrical Plan Layout Sheet E-103 for location of power pedestals on Pier #3: Slip # Pedestal Type Boat Length (Ft) 1/2 B2 35 3/4 B2 35 5/6 B2 35 7/8 B2 35 9/10 B2 35 11/12 B2 35 13/14 B2 35 15/16 B2 35 17/18 B2 35 19/20 B2 35 21/22 B2 35 23/24 B2 35 25/26 B2 35 27/28 B2 45 29/30 B2 45 31/32 B2 45 33/34 B2 45 35/36 B2 45 37/38 B2 45 39/40 B2 45 41 B1 50 42 El 127 44/43 C1/E1 55 46/45 C2 55 48/47 C2 55 50/49 C2 55 52/51 C2 55 54/53 C2 55 56/55 B2 35/50 58/57 B2 35 60/59 B2 35 62/61 B2 35 64/63 B2 35 66/65 B2 35 68/67 B2 35 70/69 B2 35 72/71 B2 35 74/73 B2 35 76/75 B2 35 78/77 B2 35 80/79 B2 35 82/81 B2 35 Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 24 Whg Marina Pier #4 Pedestal List. Refer to Electrical Plan Layout Sheet E-104 for location of power pedestals on Pier #4: Slip # Pedestal Type Boat Length (Ft) 1 /2 A2 30 3/4 A2 30 5/6 A2 30 7/8 A2 30 9/10 A2 30 11 / 12 A2 30 13/14 A2 30 15/16 A2 30 17/18 A2 30 19/20 A2 30 21/22 A2 30 23/24 A2 30 25/26 A2 30 27/28 A2 30 29/30 A2 30 31/32 A2 30 33/34 B2 30/40 35/36 B2 40 37/38 B2 40 39/40 B2 45 41/42 B2 45 43A/43B E2 60/60 45/44 B2 45 47/46 B2 45 49/48 B2 45 51/50 B2 40 53/52 B2 40 55/54 A2 30 57/56 A2 30 59/58 A2 30 61/60 A2 30 63/62 A2 30 65/64 A2 30 67/66 A2 30 69/68 A2 30 73/72 A2 30 75/74 A2 30 77/76 A2 30 79/78 A2 30 81 / 80 A2 30 83/82 A2 30 84 Al 30 Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 25 Whg Marina Pier #5 Pedestal List. Refer to Electrical Plan Layout Sheet E-105 for location of power pedestals on Pier #5: Slip # P e Boat Length (Ft) 1/2 A2 30 3/4 A2 30 5 Al 30 6/7 B2 35 8/9 B2 35 10/11 B2 35 12/13 B2 35/45 14/15 B2 45 16/17 B2 45 18/19 B2 45 20/21 B2 45 22/23 B2 45 24/25 B2 45 26/27 B2 45 28/29 B2 45 30/31 B2 45 32/33 B2 45 34/35 B2 45 36/37 B2 45 38/39 B2 45 40/41 B2 45 42/43 B2 45 44/45 E2 115 47/46 B2 45 49/48 B2 45 51/50 B2 45 53/52 B2 45 55/54 B2 45 57/56 B2 45 59/58 B2 45 61/60 B2 45 63/62 B2 45 65/64 B2 45 67/66 B2 45 69/68 B2 45 71/70 B2 45 73/72 B2 45 75/74 B2 45 77/76 B2 35/45 79/78 B2 35 81/80 B2 35 83/82 B2 35 84 Al 30 85/86 A2 30 87/88 A2 30 Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 26 Whg Marina Pier #6 Pedestal List. Refer to Electrical Plan Layout Sheet E-106 for location of power pedestals on Pier #6: Boat Length Ft 1/2 A2 30 3 Al 30 4/5 B2 40 6/7 B2 40 8/9 B2 40 10/11 B2 40 12/13 B2 40 14/15 B2 40 16/17 B2 40 18/19 B2 40 20/21 B2 40 22/23 B2 40 24/25 B2 40 26/27 B2 40 28/29 B2 40 30/31 B2 40 32/33 B2 40 34/35 C2 60 36 Cl 55 37 F2 112 39/38 B2 40 41/40 B2 40 43/42 B2 40 45/44 B2 40 47/46 B2 40 49/48 B2 40 51/50 B2 40 53/52 B2 40 55/54 B2 40 57/56 B2 40 59/58 B2 40 61/60 B2 40 63/62 B2 40 65/64 B2 40 67/66 B2 40 69/68 B2 40 71/70 B2 40 72 Al 30 73/74 A2 30 75/76 A2 30 Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 27 Whg Marina Pier #7 Pedestal List Refer to Electrical Plan Layout Sheet E-107 for location of power pedestals on Pier #7: Slip # 757d.Boat Length (Ft) 1 B1 50 2/3 B2 50 4/5 B2 50 6/7 B2 40 8/9 B2 40 10/11 B2 40 12/13 B2 40 14/15 B2 40 16/17 B2 40 18/19 B2 40 20/21 B2 50/40 22/23 C2 50/60 24/25/ C2 60 26/27 C2 60 28/29 C2 60 30 El 60 31 El 112 33/32 B2 50 35/34 B2 50 73/36 B2 50 39/38 B2 50 41/40 B2 50 43/42 B2 50/40 45/44 B2 40 47/46 B2 40 49/48 B2 40 51/50 B2 40 53/52 B2 40 55/54 B2 40 57/56 B2 40 58 Al 30 59/60 A2 30 61/62 A2 30 Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 28 Whg Marina Pier #8 Pedestal List Refer to Electrical Plan Layout Sheet E-108 for location of power pedestals on Pier #8: Slip # ype Boat Length (Ft) 1/2 A2 30 3/4 A2 30 5/6 A2 30 7/8 A2 30 9 Al 30 10/11 A2 30 12/13 A2 30 14/15 A2 30 16/17 A2 30 18/19 A2 30 20/21 A2 30 22/23 A2 30 24/25 A2 30 26/27 A2 30 28/29 A2 30 31/32 A2 30 32/33 A2 30 34/35 A2 30 36/37 A2 30 38/39 A2 30 40/41 A2 30 42/43 A2 30 44/45 A2 30 46/47 A2 30 Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 29 Whg Marina Pier #9 Pedestal List. Refer to Electrical Plan Layout Sheet E-109 for location of power pedestals on Pier #9: Slip # ype Boat Length (Ft) 1/2 B2 40 3/4 B2 40 5/6 B2 40 7/8 B2 40 9/10 B2 40 11/12 B2 40 13/14 B2 40 15/16 B2 40 17/18 B2 40 19/20 B2 40 21/22 B2 40 23/24 B2 40 25/26 B2 40 27/28 B2 40 Marina Pier #10 Pedestal List. Refer to Electrical Plan Layout Sheet E-110 for location of power pedestals on Pier #10: Slip # Pedestal Type Boat Length (Ft) 1 D2 61' - Over 80' 2 B2 40 3.2.2. Lighting Requirements: • Per 2002 Edition of NFPA 101, also known as Life Safety Code, Section 5.8.1.3 requires: the lighting level within an exit and within the portions of the exit access and exit discharge designated in 5.8.1.1 shall be illuminated to values not less than 10 lux (1 ft-candle) measured at the floor. (at locked gates for each pier entrance) • Per 2002 Edition of NFPA 101, also known as Life Safety Code, Section 5.8.1.4: Required illumination shall be arranged so that the failure of any single lighting unit will not result in an illumination level in any designated area of less than 2 lux (0.2 ft- candle). • Provide additional light bollards as necessary to produce the required lighting levels on the pier. Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 30 Whg 3.2.3. Low Voltage/Security System Requirements: • The LVSS will be designed by a vendor selected by the Owner, Quality Wiring, who will be responsible for the design, configuration, supply of hardware and associated interface for an integrated three part electronic package. The package shall include Wi-Fi access throughout the site, CCTV camera and security supervisor interface, and Gate Security Access for each pier entrance of the Dinner Key Marina. Each of these systems will be coordinated with an overall interface and control system that will be located on the 3' floor server room of the Dinner Key Marina building. • Design and provide an electrical infrastructure system of conduits and raceways allowing the City of Miami selected LVSS supplier/installer to install a Low Voltage/Security System (LVSS) at the Dinner Key Marina. This design shall be coordinated with the city selected LVSS provider to ensure adequate infrastructure to easily install the LVSS system. • As a minimum, the electrical infrastructure system will provide all necessary connection paths and empty conduits, pull strings, pull boxes, conduit labeling/identification, and appurtenances required to install the LVSS by others. • Provide mounting poles where necessary to meet Wi-Fi coverage requirements. • Poles shall be rated to withstand Risk Category I design wind speed of 157 MPH winds. • Coordinate with WiFi access point, Security/Gate Access control and CCTV design with LVSS provider for potential dual use of mounting poles. • Coordinate Additive Alternative 4 pedestal remote monitoring system requirements with Wi-Fi system provider if Alternative 4 is chosen by marina and provided by BD Team. • Coordinate with marina operator to confirm security functions and areas of concern prior to system design. 3.2.4. Potable Water Potable Water Piping: The pipe material for installation is noted on Drawings. Fittings, flanges, and appurtenances shall be compatible with the pipe. • Copper Tubing: o ASTM B88, Type K with ASME B16.18 or ASME B16.22 solder joint fittings. Provide ASTM B42 copper pipe nipples with threaded end connections. Provide approved lead-free solder. o Ball Valves shall be copper alloy with threaded ends. Ball Valves shall be full port have quarter turn lever handles and be rated for 600 psi. Ball valves shall Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 31 Whg comply with MSS SP-110, while check valves shall comply with MSS SP-80 and be rated for 300 psi. • Stainless Steel (SS) Piping: o SS piping shall be Schedule 40, Type 316 Stainless Steel. • Polyvinyl Chloride (PVC) Piping: o PVC piping shall be Schedule 80 Plain end, ASTM D1784 and ASTM D1785 pipe and ASTM D2467 Schedule 80 fittings with solvent weld joints. Solvent shall conform to ASTM D2564. Where threaded joints are noted, Schedule 80 pipe and fittings shall be used in conformance with ASTM D 2467. o Shut off valves in dock potable water system shall be copper alloy ball valves as noted above in the "Potable Water Piping" Article above. o Plastic pipe and fittings shall bear the seal of the National Sanitation Foundation for potable water service. • High Density Polyethylene (HDPE) Piping: o HDPE piping shall be SDR-11, per ASTM D3035 and ASTM F714. o Joints shall be butt fuse welded. • Flexible Hose: o Flexible Hose and fitting materials shall be compatible with potable water and suitable for 24-hour contact with chlorine sterilization solution in the hose interior, and with seawater and sunlight on the hose exterior. o Factory assembled lengths with 200 psi working pressure and marine stainless - steel couplings each end. • Hose Bibbs: o Dock hose bibb stations shall be 3/4-inch Arrowhead "Arrow -Breaker" with integral vacuum breaker or approved equal. • Provide piping following the general arrangement shown on the attached drawings. • Provide provisions for expansion and contraction of pipe lines where necessary. Piping shall be run essentially as indicated on Drawings, care being taken to avoid interference with other piping, conduit, or equipment. The location of piping to be run on gangways and docks shall be carefully coordinated with electrical conduits specified, other utility piping and equipment location. • The Contractor shall ensure sufficient pipe flexibility and anchorage is provided for all lines for thermal expansion and contraction, pressure and dock flexing. The dock structure and components shall accommodate the piping layout requirements such that the pipe shall not become overstressed. The piping shall be properly supported and anchored. Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 32 Whg • Provide pipe supports per the applicable plumbing code. Pipe supports shall be in compliance with MSS SP-58 and MSS SP-69. Manufacturer's listed maximum load ratings shall not be exceeded. Pipe shall not exceed spacing noted on Drawings or manufacturer's recommendation whichever is smaller. • Potable water mains on docks shall be installed a minimum of 6-inches above the water line. • Provide disconnect provisions for all utility services at the landside connection and at the head of each dock to accommodate maintenance. • Before jointing and erection of piping, thoroughly clean interiors of pipe, and components. Before making final equipment connections, blow out each system with compressed air at 100 psig or more. • The potable water system shall be subjected to hydrostatic test. Prior to application of the test pressure, install a calibrated test pressure gage in each system to indicate any loss in pressure occurring during the test. Apply and maintain the test pressure as noted below and in conformance with the agencies having jurisdiction, during which time there shall be no evidence of leakage as detected by a reduction in test pressure. Should a reduction occur, leaks shall be located, repaired, and the test repeated. Test pressure shall be as stated on Drawings. All equipment and apparatus required for the tests shall be furnished by the Contractor. Apply and maintain a test pressure of 150 psi for 4 hours. • A solution of chlorine and water, containing not less than 50 parts per million of free chlorine, shall be injected into the potable water system in such a manner as to ensure that the entire system is completely filled with the solution. Disinfection shall be in conformance with AWWA C651. After injection, the system shall be isolated, and the solution held in retention for a minimum period of 24 hours. After satisfactory sterilization has been affected, the system shall be flushed with fresh water until the chlorine level is within acceptable limits as determined by the Health Department. The Contractor shall arrange for sampling and testing water for sterilization/chlorination and system flush with the Health Department. It shall be the Contractor's responsibility to ensure that the water in the system is not used for human consumption during the sterilization process and that sterilization solution is disposed of in accordance with local requirements. • Chlorine solution shall not be injected into the fire water system. 3.2.5. Fire Water Firewater Piping: The pipe material for installation on the docks is noted on Drawings. Fitting, flanges, and appurtenances shall be compatible with the pipe. • Steel Piping: o ASTM A53, Grade B Steel, galvanized Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 33 Whg o SS piping shall be Schedule 40, Type 316 Stainless Steel. • The fire water system material, equipment and installation shall comply with NFPA 14 and NFPA 303. Signage for the fire department connections shall be as indicated on the DCP Drawings and as approved by a registered fire protection Engineer or fire protection professional and the local Fire Marshal or Fire Chief. • Hose cabinets with 1.5-inch fire hose are not required. Standpipes on docks shall be in an appropriate marine fire cabinet, and the standpipes shall include the City of Miami standard 2.5-inch connection. • Provide appropriate fire extinguisher in each standpipe cabinet at the appropriate spacing per NFPA 303 requirements. • Provide provisions for expansion and contraction of pipe lines where necessary. Piping shall be run essentially as indicated on DCP Drawings, care being taken to avoid interference with other piping, conduit, or equipment. The location of piping to be run on gangways and docks shall be carefully coordinated with electrical conduits specified, other utility piping and equipment location. • The Contractor shall ensure sufficient pipe flexibility and anchorage is provided for all lines for thermal expansion and contraction, pressure and dock flexing. The dock structure and components shall accommodate the piping layout requirements such that the pipe shall not become overstressed. The piping shall be properly supported and anchored. • Provide pipe supports per the applicable plumbing code. Pipe supports shall be in compliance with MSS SP-58 and MSS SP-69. Hangers, straps, brackets, fasteners, and appurtenances shall be 316 stainless steel or galvanized steel as indicated on the Drawings. Manufacturer's listed maximum load ratings shall not be exceeded. Pipe shall not exceed spacing noted on Drawings or manufacturer's recommendation whichever is smaller. • Coat all galvanized fire piping, valves, appurtenances, connections and mounts with two coats of commercial grade latex paint. Color shall be red. • The firewater systems shall be subjected to hydrostatic test. Each system may be tested as a unit or in sections, subject to approval by the Engineer. Prior to application of the test pressure, install a calibrated test pressure gage in each system to indicate any loss in pressure occurring during the test. Apply and maintain the test pressure as noted below and in conformance with the agencies having jurisdiction, during which time there shall be no evidence of leakage as detected by a reduction in test pressure. Should a reduction occur, leaks shall be located, repaired, and the test repeated. Test pressure shall be as stated on Drawings. All equipment and apparatus required for the tests shall be furnished by the Contractor. All newly installed fire service lines shall pass hydrostatic and hydrodynamic testing requirements as performed by the local fire marshal. Apply and maintain a test pressure of 200 psi for two hours. Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 34 Whg Provide marina fire alarm system consisting of pull stations along the docks that have strobe lights and horns, similar in nature to the existing alarm system on the docks that has limited function. The pull stations shall be connected to a new fire alarm panel that shall be installed on the wall (hallway area, between enclosed areas), above the FEMA 100-Year flood elevation, in the dockmaster building. The alarm panel shall have an independent connection to a telephone line for notification to the Fire Dept, or the D/B Team may be able to integrate the alarm system with the existing alarm system within the building. Each gate to the piers shall have a remote indicator, connected to the master alarm system, for the responding Fire Department to confirm which pier has the alarm with the emergency. The D/B Team shall also design and install appropriate fire lane striping, approximately 40 feet long, at each dock along the existing curb and paved access road. 3.2.6. Sanitary Sewer Sewer Systems Pump -out Units: • Dock sanitary sewer system shall include a central vacuum pump such as the model 1000 remote unit as manufactured by KFCO, telephone number (800) 900-7867, or the Masterline CV5400 unit as manufactured by EMP industries, telephone number (800) 355-7867, or approved equal. All units shall have a minimum 5 horsepower motor, 60-gallon per minute capacity, and 29 inches of mercury vacuum. • Each unit shall be capable of evacuating sewage from boats holding tanks and delivering to an atmospheric sewer system as noted on Drawings. The design drawings for the existing sewage pump out piping on the docks is included in the appendices of this DCP. The systems shall also be provided with a 1-1/2-inch hose connections. The pump -out unit manufacturer shall provide the hoses, with associated carts and controls. Hose shall be 1-1/2-inch size, flexible polypropylene, vacuum rated, UV resistant with quick -release fittings at each end. Controls for unit shall be mounted on or immediately adjacent to unit and also be mounted on the hose reel cart. Unit shall be base mounted, provided with a marine grade aluminum or stainless -steel enclosure, with powder coating finish. Final finish coat shall be white. Each unit shall be provided with the recommended spare parts for commissioning and two years of operation, including all required special tools. • Manufacturer's warranty for pump out unit shall be a minimum of 3 years after installation. • Provide piping repairs to existing piping following the general arrangement shown on the DCP Drawings. Design drawings for the existing piping are included in the appendices. • Provide provisions for expansion and contraction of pipe lines where necessary. • The Contractor shall ensure sufficient pipe flexibility and anchorage is provided for all lines for thermal expansion and contraction, pressure and dock flexing. The dock structure and components shall accommodate the piping layout requirements such Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 35 Whg that the pipe shall not become overstressed. The piping shall be properly supported and anchored. • Provide pipe supports per the applicable plumbing code. Pipe supports shall be in compliance with MSS SP-58 and MSS SP-69. Hangers, straps, brackets, fasteners, and appurtenances shall be 316 stainless steel or galvanized steel. Manufacturer's listed maximum load ratings shall not be exceeded. Pipe shall not exceed spacing noted on Drawings or manufacturer's recommendation whichever is smaller. • Sanitary sewer systems shall be tested as a water line, using a test pressure of 125 pstg. 4. D/B Team Submittals 4.1. Structural Submittals a) Concrete mix design. A mix design for all concrete placed on the project concrete shall be submitted to the Owner for review. b) Concrete test results. All concrete shall be sampled and tested for quality control. Testing shall be performed by a DOT approved testing lab, and the results shall be provided to the Owner. c) Concrete repair data tables and quantities d) Shop drawings for prestressed concrete components e) Timber material certifications for all components f) Timber pile and bracing wraps g) Pile driving logs, embedment length and tip elevation h) Connection hardware i) FRP Grating cut sheets and shop drawings j) Bid Alternate components — piles, framing, connection hardware 4.2. Electrical Submittals 4.2.1. Electrical System Equipment Shop Drawings and Submittal Items a) Panelboards b) Substations c) Wires and Cables a. Splice and termination components (including electrical enclosures). b. Electrical Enclosures, junction boxes, pull boxes, cabinets. c. Conduit, fittings, mounting straps, supports. d) Grounding and bonding equipment. e) Receptacles f) Circuit Breakers Dinner Key Marina Repairs Design Criteria Package 9450-08 Page 36 Whg g) Disconnect Switches h) Service Entrance Equipment i) Motor starters j) Surge protective devices k) Ground fault monitoring system 1) Power Pedestals m) Luminaire fixtures, driver/ballast data n) Lighting contactors/lighting control relay panel o) Photocell p) Aluminum Light & Camera poles q) Marine Navigation Light r) Electrical system schematics, single line diagrams, equipment layouts, electrical details sheets forming a complete construction package. 4.2.2. Electrical Test Reports a) 600 volt wiring test b) Grounding system test c) Ground -fault monitoring test 4.3. Potable Water Submittals a) Pipe operating and design pressure calculations b) Piping layout drawings c) Hydraulic calculations supporting the pipe layout and sizing d) Material submittals and specifications, including. a. Pipe b. Valves c. Fittings d. Tees e. Flanges f. Hose Connections e) Pipe welding, fusing, or joining methodology and qualifications or certifications f) Pipe thermal expansion / contraction calculations Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 37 Whg g) Pipe support details h) Hydrostatic test report 4.4. Fire Water Submittals a) Pipe operating and design pressure calculations b) Piping layout drawings c) Hydraulic calculations supporting the pipe layout and sizing d) Material submittals and specifications, including: a. Pipe b. Valves c. Fittings d. Tees e. Flanges f. Hose Connections e) Material Fire Marshall or UL Listing f) Pipe welding, fusing, or joining methodology and qualifications or certifications g) Pipe thermal expansion / contraction calculations h) Pipe support details i) Coating for galvanized piping j) Fire Extinguisher k) Standpipe Cabinet — for marina applications, including mounting details 1) City of Miami — standard 2.5-inch connection for standpipes m) Hydrostatic test report n) Fire Alarm Master Panel — manufacturer information and technical details. Including wiring diagram for connection to power from building, and communications connections. Include mounting bracket details for mounting and connections. o) Fire Alarm Remote Panel — (for each dock) including wiring diagram for connection to power and connection to master alarm panel. Include mounting bracket and installation. p) Fire Alarm — pole, pull box, strobes and horns — assembly for marinas; catalog cuts, etc. q) Fire Lane Striping Plan — including specifications for pavement striping in accordance with City of Miami Public Works Standards. Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 38 Whg 4.5. Sanitary Sewer Submittals a) Pipe operating and design pressure calculations (force main) b) Pump station specifications c) Piping layout drawings d) Hydraulic calculations supporting the pipe layout and sizing e) Material submittals and specifications, including: a. Pipe b. Valves c. Fittings d. Tees e. Flanges f. Hose Connections f) Pipe welding, fusing, or joining methodology and qualifications or certifications g) Pipe thermal expansion / contraction calculations h) Pipe support details i) Hydrostatic test report 4.6. Marina Appurtenances Submit product cut sheets for the following marina appurtenances: a) Dock boxes b) Trash/Recycling Receptacle c) Cleats d) Line holders e) Pile hats f) Aluminum Ladders Dinner Key Marina Repairs Design Criteria Package 1 9450-08 1 Page 39 Whg Appendix A: DCP Drawings Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 40 Whg Appendix B: List of DCP Reference Documents 1. 2018 Topographic Survey 2. 1946 Underground Record Survey 3. 1950 Underground Survey 4. 1995 Peter De La Rosa Survey 5. Geotechnical Report (pending completion by HP Consultants, Inc. 6. 2018 Hurricane Irma Assessment Report by M&N The following as -built drawings are referenced for this DCP and will be available for download from the City of Miami: • 1986 Marina Construction Drawings • 2008 Pier 3 Repairs Drawings • 2010 Maintenance Dredging Permit Drawings • 2015 Sewage Pump Out System Drawings Dinner Key Marina Repairs Design Criteria Package i 9450-08 i Page 41 moffatt & nichol Tt#U of 4aThimi ADDENDUM No. 8 March 8, 2019 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. MODIFICATIONS: 1. A limited number of drawings, 21 of the original 68 advertised on November 7, 2018, have been revised by Moffatt & Nichol, the Design Criteria Professional (DCP) for this project. All revised drawings are hereby attached for the Proposer's review. REQUESTS FOR INFORMATION (RFIs): RFI No. 3, submitted by Kearns Construction Co. on February 4, 2019 Q10. For Bid Additive Alternate #2, can KCC build the entire finger pier at a constant slope (1/24 or 1/36)? A10. No. It is not acceptable to provide a constant slope. Q13. Please provide the City's desired quantity of the required trash and recycling receptacles. A13. The City has indicated a quantity of 48 receptacles; each receptacle will have two 55- gallon capacity containers with lids that secure. The receptacles should be suitable for marina (salt -water) applications. Q17. The M&N Hurricane Irma Assessment Report (Exhibit 17A, attached) schedules only 630 LF of grating to be replaced. The RFP's Amendment No. 3 and the bid form (Exhibit 17B, attached) require all grating to be replaced. ■ The bid form lists "53,500 SF" of grating to be replaced. Amendment No 3 also states that all grating is 7' wide. ■ The grating at Pier No. 8 and Pier No. 9 are not 7' wide. ■ The grating at Pier 8 is 3'-6" wide. ■ The grating at Pier 9 is only 4' wide. Consequently, the actual grating is about 10% less than what is listed on the Step 2 bid form. Should the D/B Team's Step 2 proposal include the 53,500 SF of grating listed on the bid form or include the SF of grating required to complete the project? The additional grating represents about $100,000 in added costs. A17. The grating quantity in the Bid Schedule was revised to indicate 1 LS. A unit price ($/SF) for Fiberglass Reinforced Plastic (FRP) Grating Replacement was added to the Bid Schedule. Q23. What are the requirements to repair the guard gate gazebos that the entrance for Piers 1- 77? Do the awnings need to be replaced? Do the existing gates need to be replaced? Can the aluminum gates be repainted? Does the existing concrete require need painting? A23. The City has provided guidance to remove and re -coat the existing aluminum gates with an appropriate coating. The awnings need to be repaired, and if repair is not practical then they need to be replaced to restore to in -kind conditions. Q27. Does the schedule duration include the time required to complete the permitting process? A prior response to this question is incomplete. A27. The Design -Build team shall provide the construction duration. The Contract duration will be extended to allow adequate time for permitting. Q29. The City provided a land -locked staging area in the RFP's Amendment No.3 (Exhibit 29A, attached). A land locked staging area is not suitable for the reconstruction of the Dinner Key Marina. The project documents (Exhibit 29B, attached) state, "Access to the project work area will be generally along the waterfront of the marina as construction progresses." We propose one waterfront staging area for each phase of construction (Exhibit 29C & 29D, attached). A29. Moffatt & Nichol recommends allowing the Design -Build team to utilize their proposed waterfront staging areas to benefit the City in regards to total construction cost and construction duration. The City will make the final decision at the appropriate time. Q45. On DCP Sheet S-001, Hardware Note #1 states, "All bolts and hardware shall be HDG steel." Whereas note #4 states, "Misc. metals, bolts, straps, structural shapes and other connection hardware shall be 316 stainless steel." In addition, Timber Construction Note 6E states connection bolts and nuts shall be 316 stainless steel. Please clarify if the base bid shall include HOG or 316 stainless steel. Please clarify what type of steel should be used for each specific item. A45. The note in Design Criteria drawings indicating to provide stainless steel has been removed. The intent is to provide Hot Dip Galvanized hardware for timber hardware. The Design -Build team may provide stainless steel hardware in -lieu of galvanized hardware to meet the required 25-year design service life. Q47. Will the City of Miami waive the City building permit fee? A47. A $20,000 Owner Permit Allowance was added to the Bid Schedule. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 2 Addendum No. 8 RFP No. 18-19-005 Q48. Will the City of Miami pay/reimburse subcontractor permit fees? A48. Please refer to response to Q47, above. Q49. Will the City of Miami pay/reimburse for City -required trash dumpster permit fees? A49. Please refer to response to Q47, above. RFI No. 4, submitted by Kearns Construction Co. on February 8, 2019 Q6. The DCP Plan P-001 requires that the existing vacuum station be abandoned and a minimum of three (3) new pumps installed. Please respond to the following questions for this work: a) What are the requirements for the abandonment of the existing sewer vacuum pump? b) Where are the desired locations of the three new sewer vacuum stations? c) Will the existing vacuum piping on the piers also be abandoned? d) Can the existing upland vacuum piping be reused? e) Should the DB Team include upland demolition, excavation, plumbing, backfill and patching for the new sewer pumps and piping? f) Are the new sewer pumps required to be installed at new flood elevation? A6. Please see responses a) through f), below: a) Remove the equipment and piping to the ground floor and walls, and dispose appropriately. Cap and abandon existing force main lines appropriately, requiring flushing of lines with a vactor, or similar equipment. Pump slurry mix to fill and abandon lines. Clean all construction debris and leave existing building broom swept as approved by the City. b) The DCP has completed a preliminary design of a replacement sewage pump -out system for the purposes of the hurricane damage assessment and for estimating budgets. New stations were located near City Hall, in the center of the marina, and near docks 8 and 9. The intent was for these stations to restore "in -slip" sewage pump out as was previously provided, and to add services for the remaining docks. The design plans were included in the DCP for the latest sewage pump -out improvements. These vacuum stations would then pump the collected sewage to the existing sanitary sewer manhole near the existing pump house. Based on the selected pump system, the Design -Build team can review this approach or suggest other alternate systems to provide the in -slip collection and distribution to the existing manhole. c) The intent of the DCP is to repair the observed damage, as the entire system was replaced recently based on the design plans provided. However, the Design -Build team is responsible for verifying the pump hydraulics based on the selected pump system(s) and configuration. Larger pipe sizes and appurtenances may be required. d) Based on information provided by the City, the upland piping is original, dating back to late 1980's. The repair plans included upland piping that was reused; the work was limited from the bulkhead water ward. The City has indicated the existing vacuum system was functioning adequately before the hurricane. The preliminary Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 3 Addendum No. 8 RFP No. 18-19-005 layouts required new vacuum and force main piping for the anticipated three stations. The Design -Build team can evaluate replacement of the single vacuum system, which would facilitate reuse of the pump room. However, the DCP has not evaluated building code upgrades to the building that may be required as part of the restoration. e) Yes, the Design -Build team shall include this work as required. f) Some of the pump systems evaluated can be submerged for short periods of time. The Design -Build team will need to evaluate and specify an appropriate system. Q7. Please review and respond to the questions listed in SERLL Electric letter dated February 01, 2019 (Exhibit 1, attached) and request time extensions for the Step 2 proposal (Exhibit 2 & Exhibit 3, attached). a) Aluminum Pedestals b) Communications c) Electrical Design/Bid Details d) Vacuum Sewer pumps A7. Please see responses a) through d), below: a) Please provide pricing as specified in the RFP documents. At the Design -Build team's discretion, a value -engineered (VE) alternative may be submitted as an alternate item to the RFP specified equipment. b) The City has designated a communications provider to supply this equipment; however, the Design -Build team must coordinate both location, size and requirements the infrastructure (conduit, etc.) required to bring this equipment to operation. In addition, the Design -Build team will be responsible for providing electrical service as required to components as described in Single Line Diagrams for 120VAC circuits. c) Please provide pricing as specified in the RFP documents. At the Design -Build team's discretion, an alternate electrical distribution system can be proposed as line item option to the RFP. Additionally, the option must meet the following electrical requirements: ■ Design voltages at pedestals — 120/240V, 1 P, 3W. (208v/127V, 3 Phase distribution not acceptable. ■ Demand Loads as required by NEC Article #555. ■ Ground fault protection as specified in RFP documents. ■ Contractor responsible for balancing of phases on distribution system. d) It was assumed that this site would maintain the current locations; however, final site, location, and HP must be confirmed with the City. Please, refer to responses to Question 6. RFI No. 6, submitted by Kearns Construction Co. on February 15, 2019 Q1. Will the RF (radio frequency) controls for "Hose Reel Cart" be provided for the hose carts? Al. The City has indicated the previous system functioned when the valve connection to the in -slip sewage pump out system was opened, the pressure differential was sensed by the Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 4 Addendum No. 8 RFP No. 18-19-005 system, and the vacuum pump operated. The City does not require a RF system; the valves should be sufficient. Q2. Will on one RF control module be provided for each of 7 piers? If not how many? A2. Not applicable; a RF control module is not required. Q3. Alternate offers design -build a new Vortex hose reel carts with active reeling mechanism, patented vacuum mode, and each RF controls. How many will be required? A3. The City has indicated the previous hose carts functioned adequately. The Design -Build team should provide a minimum of three carts per dock, as part of the system supplied and installed by the Design -Build team. RFI No. 7, submitted by Kearns Construction Co. on February 19, 2019 Q1. During the Dinner Key Marina (DKM} industry day meeting, the City stated that that fire pipe would be replaced in -kind. The existing fire pipe is scheduled 40 galvanized. The specifications for the Dinner Key Marina require stainless steel fire pipe. Using the stainless- steel pipe will add approximately $250,000 to the cost to the project. Will the City accept schedule 40 galvanized fire pipe for the Dinner Key Marina project? A1. The DCP has been revised and distributed by the City. The galvanized fire line, must meet Florida Building Code (FBC), National Fire Protection Association (NFPA), and City requirements to be acceptable. Q2. Please provide the specifications for the fire cabinets. We are unable to find the fire cabinet specifications. A2. The City requires a cabinet for the standpipe with the required fire extinguisher. The hose cabinets that are currently installed are not required. FC-1 Fire Pedestal, as manufactured by Marina Power Company (or equivalent), is acceptable. The installation needs to be acceptable to the Fire Marshall. Q3. Can the electrical cabinets be fabricated from aluminum? Currently, the existing electrical cabinets are aluminum. The project specifications require stainless steel electrical cabinets. This upgrade will add approximately $200,000 of cost to the project. A3. The City will accept coated aluminum pedestals, and it will also accept the same type of materials and coating for the electrical cabinets. Q4. Specs call for stainless steel pipe and galvanized fittings and fasteners. The current installation is SCH 40 galvanized pipe with a marine coating that has survived remarkably well with no failure in this corrosive environment. We believe this to be a superior and cost effective alternative as stainless steel coatings cannot be repaired when damaged in the fabrication process. City of Miami Fire also requested SCH 40 galvanized pipe be used. Please inquire if this alternative is acceptable. A4. The updated DCP addresses this question. The galvanized pipe shall be coated with two coats of commercial latex paint. Q5. No cabinet specs were issued. We currently have marine grade fiberglass cabinets for a single Fire Hose Valve included. Please inquire as to cabinet requirements should they differ from the above. A5. See response to Item 2. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 5 Addendum No. 8 RFP No, 18-19-005 Attachment ■ Design Criteria Drawings for the Dinner Key Marina Improvements, Revision 1 dated March 1, 2019, 21 pages. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Department of Procurement, City of Miami Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 6 Addendum No. 8 RFP No. 18-19-005 1 2 3 4 5 1 1:1) NN R 10( )( AR NA Mark Description Date Appr. R 13 DRA NGS C TY 0 A S C CI 9 0 NS 5 S 9 RANG 41 , T; {: r�,,���wt'�i. iior- . R. _ * N PROJECT ADDRESS: — cn < z �� C NI, 4iLin 51 IL. . El 3VI' .4ftd1+- .13ad} ~T ,k.. � r 7 ;. . _. 1 la ''.'+ * . �' ` ,r _ 'J _ irL 1IIP' DINNER KEY MARINA 3400 PAN AMERICAN DRIVE C >- >' w a < cn cc W Village ! :.:. �_ I MIAMI, FL, 33133 7Oth i •. F +�1: a� l,, �'>a raw r,t . , , • 1+ , ' '`�x _ CC 0 V/00n V O ��,yLy rl�ley 4_ 4T�'}' 1 4 �33� -a 2 W 11 ... IF *�..C. V I R i_ i i F 3 7 •- -- z 0 Z CI V GULF OFtah N N,�, ; p};.. ,I, _ I L - —.. k 411tP. 0.......„r� MEXICO444. FLORIDA _ �' _ `' h',1d1111 ,.L .._: J.R}II r:l rI-I-I• G NA, �ti�7 r}� Z. 3 T 4�n n� ��n L �I: .,�,-r: =• - # `'r # N . ' th SI 1 ; 112 r } } J• �: ' i [ 1,-. •,_ "; 4 T., - 9 z 1�,1 am1• - :; ,''''' I I. PROJECT /� .• - "�"'._• ' 3 � _ r '•• ] NCORP Q �4TED 00 LOCATION r,w 71II si _P I r , r �'•• • d)81 t:' �1 nlyd 51 nr ' 1;rtu7—ice ¶js; ',,I est _ 7:.� sw 'r#�� i s rra� 1a�1 ' UE. iI t, 5 L .0. '' -� • *� • '11:..„ 18 9 6 ,. : :11k...444t-Nt . 4rdl LL #+ AL' • 7% a _ VICINITY MAP n• ,,,,�,,. t Designed by: DSGN Dwn by: Ckd by: DRFT CHKR Reviewed by: REVR Submitted by: TIM BLANKENSHIP MOFFATT & NICHOL 'in CI DCP \ 945008 G-001; Plotted.- .3/4/2019 12:.39 PM by AUC0/N, SCALE: NTS Y .A� ,_iti - Fair #s; •= J Q • -. CITY COMMISSION 4111144. Bor:;.-.!I • 00 ' F,u- Rd L 5 i •KEON .• vi.'5t"51 *V . HARDEMON, CHAIR KEN RUSSELL, VICE CHAIR B _;i __., , , .,,, __. s �• n. ,.. P.� 1 Miami ,bW R�,h� IX kY}. 14e.p {cayne - - yam' - IA WILFREDO (WILLY) GORT, COMMISSIONER, DISTRICT ONE JOE CAROLLO, COMMISSIONER, DISTRICT THREE MANOLO REYES, COMMISSIONER, DISTRICT FOUR FRANCIS SUAREZ, MAYOR EMILIO T. GONZALEZ, CITY MANAGER hdhk, 227thAVE.,3E 101A COCONUT UT GROVE, FL 13 305-230-1924 moffatt & nichol (FL EB 4877) LOCATION MAP PROJECT LOCATION LOCATION MAP VICTORIA MENDEZ, CITY ATTORNEY TODD B. HANNON, CITY CLERK SCALE: NTS SCALE: NTS A RFI REVISION #01 2019-03-01 Sheet DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION Reference No. G-001 Q INDEX: 1 OF 8 a3 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 GENERAL NOTES SURVEY NOTES SHEET INDEX SHEET REF # INDEX # SHEET TITLE 1 Y ‘11,1 41, 14 91, D C B A 1. GENERAL NOTES ARE NOT INTENDED TO REPLACE THE CONTRACT DOCUMENTS. SEE CONTRACT DOCUMENTS FOR REQUIREMENTS IN ADDITION TO THESE GENERAL NOTES. THE CONTRACT DOCUMENTS SHALL INCLUDE BUT ARE NOT LIMITED TO THE WORKING DRAWINGS GENERAL PROVISIONS, SPECIAL PROVISIONS AND ANY RELEVANT ADDENDA ITEMS. ALL WORK SHALL CONFORM TO THE REQUIREMENTS OF THE CONTRACT DOCUMENTS AND THE FDOT STANDARD SPECIFICATIONS FOR ROADWAY AND BRIDGE CONSTRUCTION (2016 EDITION). 2. THE WORKING DRAWINGS ARE NOT NECESSARILY COMPLETE IN EVERY DETAIL. THE D/B TEAM SHALL PROVIDE ALL EQUIPMENT, MATERIAL, SERVICES, LABOR, ETC. FOR A COMPLETE INSTALLATION INCLUDING WORK REASONABLY INFERRED FROM THE DESIGN CRITERIA DRAWINGS AS BEING NECESSARY TO PRODUCE THE INTENDED RESULTS, WHETHER SHOWN OR NOT ON THE DRAWINGS. 3. THE D/B TEAM SHALL VERIFY ALL DIMENSIONS AND EXISTING CONDITIONS BEFORE STARTING WORK. DO NOT SCALE DCP DRAWINGS. REPORT ANY DISCREPANCIES IN THE DESIGN CRITERIA DRAWINGS TO THE DESIGN CRITERIA ENGINEER FOR CLARIFICATIONS OR ADJUSTMENTS PRIOR TO COMMENCING WORK. THE D/B TEAM SHALL NOT BEGIN DEMOLITION/CONSTRUCTION IN ANY SUCH AFFECTED AREA UNTIL THE DISCREPANCY HAS BEEN RESOLVED. 4. SHOULD THERE BE A CONFLICT BETWEEN THESE GENERAL NOTES AND THE D/B TEAM DESIGN CRITERIA DRAWINGS THE MOST RESTRICTIVE INTERPRETATION SHALL PREVAIL. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING FROM THE DESIGN CRITERIA ENGINEER ANY CLARIFICATION OR INTERPRETATION OF THE GENERAL NOTES AND/OR DESIGN CRITERIA DRAWINGS IN WRITING AND IN ADVANCE OF THE BEGINNING OF DEMOLITION/CONSTRUCTION. NUMERICAL DIMENSIONS AND ELEVATIONS SHOWN SHALL SUPERCEDE ANY DISCREPANCY IN THE SCALING ON THE DRAWINGS. 5. ALL FEDERAL, STATE, AND LOCAL SAFETY REGULATIONS ARE TO BE STRICTLY FOLLOWED. METHODS OF DEMOLITION/CONSTRUCTION AND INSTALLATION OF MATERIAL IS THE D/B TEAM'S RESPONSIBILITY. 6. THE D/B TEAM SHALL KEEP ACCURATE RECORDS OF ANY CHANGES MADE TO THE CONSTRUCTION DRAWINGS ON A SEPARATE SET OF PLANS PROVIDED BY THE D/B TEAM. UPON COMPLETION OF THE PROJECT, THE CONTRACTOR SHALL PROVIDE AS -BUILT SURVEY OF THE COMPLETED WORK TO THE ENGINEER PRIOR TO APPROVAL OF THE FINAL PAYMENT APPLICATION. 7. UNLESS OTHERWISE NOTED, THE D/B TEAM SHALL, ON A DAILY BASIS, REMOVE FROM THE SITE ANY DEBRIS RESULTING FROM DEMOLITION/CONSTRUCTION. DISPOSAL OF MATERIALS IS THE RESPONSIBILITY OF THE D/B TEAM. ALL MATERIALS TO BE REMOVED SHALL BECOME THE PROPERTY OF THE D/B TEAM UNLESS OTHERWISE NOTED, AND SHALL BE DISPOSED OF AS SPECIFIED. ALL DEBRIS SHALL BE PROPERLY DISPOSED OF IN A PERMITTED LANDFILL. THE D/B TEAM SHALL KEEP RECORDS OF ALL MATERIALS REMOVED FROM THE SITE, INCLUDING DESCRIPTION, QUANTITIES, AND DISPOSAL LOCATION. 8. EXISTING CONSTRUCTION, INCLUDING UTILITIES AND OTHER MISCELLANEOUS ITEMS WHICH ARE TO REMAIN, SHALL REMAIN UNDISTURBED AND BE PROTECTED, UNLESS NOTED OTHERWISE. 9. THE D/B TEAM IS RESPONSIBLE FOR REPAIRING, AT HIS OWN EXPENSE, ANY AND ALL DAMAGES THAT MAY OCCUR OUTSIDE AND WITHIN THE LIMITS OF THIS PROJECT AS A RESULT OF DEMOLITION/CONSTRUCTION. 10. ALL AREAS DISTURBED DURING CONSTRUCTION SHALL BE REPAIRED BY THE CONTRACTOR TO THEIR ORIGINAL CONDITION, AT NO EXPENSE TO THE CITY, UNLESS OTHERWISE NOTED. 11. THE PROJECT SITE IS ALONG AN ACTIVE NAVIGATION CHANNEL. THE D/B TEAM SHALL CONSIDER AND PLAN FOR THE EFFECTS OF PASSING VESSELS. THE CHANNEL SHALL REMAIN OPEN AND ACCESSIBLE DURING CONSTRUCTION. 12. THE D/B TEAM SHALL PLACE CONSTRUCTION DEBRIS CONTROL DEVICES, TURBIDITY CURTAINS, BOOMS, TARPAULINS, FLOATS, STAGING, AND OTHER DEVICES AS NECESSARY TO PREVENT CONSTRUCTION DEBRIS FROM ENTERING THE WATER AND AIRBORNE MATERIALS FROM LEAVING THE IMMEDIATE VICINITY OF THE SITE. THE D/B TEAM SHALL BE RESPONSIBLE FOR CLEANUP OF ANY MATERIALS DEPOSITED OUTSIDE THE WORK AREA. 13. THE CITY SHALL HAVE THE SOLE AUTHORITY TO DESIGNATE AND/OR LIMIT AREAS OF CONSTRUCTION, STAGING, ACCESS, AND STORAGE. 14. THE D/B TEAM SHALL STAKEOUT ALL BASELINES OF CONSTRUCTION, THE LOCATION OF ALL NEW CONSTRUCTION, AND VERIFY ALL SETBACKS, OFFSETS, AND CLEARANCES PRIOR TO THE START OF WORK. 15. THE CITY MAKES NO REPRESENTATIONS ABOUT SUBSURFACE CONDITIONS THAT MAY BE ENCOUNTERED WITHIN THE LIMITS OF THE PROJECT. 16. IF OTHER CONSTRUCTION PROJECTS EXIST IN THE IMMEDIATE VICINITY OF THE PROJECT SITE, D/B TEAM SHALL COORDINATE WORK AS NECESSARY AT THE PROJECT SITE TO MINIMIZE IMPACTS TO OTHER D/B TEAM MEMBERS. D/B TEAM SHALL PROVIDE REASONABLE ACCESS THROUGH THE PROJECT SITE AT ALL TIMES. 17. SUBAQUEOUS UTILITIES MAY BE PRESENT AT THE PROJECT SITE. THE D/B TEAM SHALL CONTACT SUNSHINE 811, 72 HOURS PRIOR TO THE START OF CONSTRUCTION TO VERIFY LOCATIONS OF SUBAQUEOUS UTILITIES PRIOR TO CONSTRUCTION. D/B TEAM IS RESPONSIBLE FOR VERIFYING THE LOCATION OF ALL UTILITIES AND DEBRIS. 18. D/B TEAM SHALL SUBMIT LOCAL NOTICE TO MARINERS PRIOR TO CONSTRUCTION. 1. HYDROGRAPHIC AND RESOURCE DATA DEPICTED ON THESE DESIGN CRITERIA DRAWINGS ARE BASED ON SURVEYS PERFORMED BY OLIN HYDROGRAPHIC SOLUTIONS COMPLETED JULY 20, 2017 AND ARE ONLY INDICATIVE OF THE CONDITIONS EXISTING AT THAT TIME. 2. HORIZONTAL COORDINATES ARE IN FEET AND REFERENCED TO THE 1983 NORTH AMERICAN DATUM, FLORIDA STATE PLANE (NAD 83 EAST). 3. ALL ELEVATIONS PROVIDED ON THE DRAWINGS ARE REFERENCED IN FEET TO NAVD88. 4. THE FOLLOWING DATA IS PROVIDED REGARDING TIDAL INFORMATION. TIDAL INFORMATION WAS OBTAINED FROM THE NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA), NATIONAL OCEAN SERVICE (NOS) STATION 8723214 (VIRGINIA KEY, FL). ELEVATIONS ARE GIVEN IN FEET AND REFERENCED ON THE 1983-2001 EPOCH. BFE MHHW MHW NAVD88 MSL MLW MLLW (BASE FLOOD ELEVATION) (MEAN HIGHER HIGH WATER) (MEAN HIGH WATER) (NORTH AMERICAN VERTICAL DATUM OF 1988) (MEAN SEA LEVEL) (MEAN LOW WATER) (MEAN LOWER LOW WATER) +14.5' +0.21' +0.15' 0.0' - 0.90' - 1.88' - 2.01' 5. TIDAL DATA IS PER NOAA AVERAGES BASED ON 1983-2001 TIDAL EPOCH AND NOT GUARANTEED TO REPRESENT CONDITIONS WHICH MAY OCCUR DURING CONSTRUCTION. ACTUAL WATER LEVELS MAY VARY FROM LEVELS INDICATED. THE D/B TEAM IS RESPONSIBLE FOR MAKING HIS OWN ESTIMATES OF WATER LEVELS WHICH MAY OCCUR DURING CONSTRUCTION. VARIATION OF TIDAL LEVELS FROM THOSE INDICATED OR CONTRACTOR'S ESTIMATION OF TIDAL LEVELS SHALL NOT BE CONSIDERED AS A CLAIM FOR ADDITIONAL COMPENSATION OR DELAY OF WORK. 6. SUBAQUEOUS UTILITIES WERE NOT LOCATED AS PART OF THIS INVESTIGATION. 7. AERIAL PHOTOGRAPHY OBTAINED FROM NEARMAP DATED JUNE 2018. ENVIRONMENTAL NOTES 1. THE D/B TEAM SHALL ABIDE BY ENVIRONMENTAL PERMITS AND CONDITIONS FROM THE FOLLOWING AGENCIES: • U.S. ARMY CORPS OF ENGINEERS • FLORIDA DEPARTMENT OF ENVIRONMNETAL PROTECTION • MIAMI-DADE COUNTY DERM • U.S. COAST GUARD • FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION (FWC) 2. THE D/B TEAM SHALL ABIDE BY ALL APPLICABLE FEDERAL, STATE, AND LOCAL ENVIRONMENTAL PROTECTION STANDARDS, LAWS, AND REGULATIONS. DEBRIS REMOVAL 1. THE D/B TEAM SHALL SWEEP SEABED AND INVESTIGATE DEBRIS SIGNATURES WITHIN THE MARINA AREA PRIOR TO CONSTRUCTION. 2. ALL DEBRIS SHALL BE RECOVERED AND DISPOSED OF AT AN APPROVED UPLAND DISPOSAL SITE PRIOR TO COMMENCEMENT OF REPAIRS. 3. THE D/B TEAM SHALL SATISFY ALL DEBRIS REMOVAL REQUIREMENTS OUTLINED IN THE ENVIRONMENTAL PERMIT CONDITIONS. 4. SUBMIT DEBRIS REMOVAL REPORT WITH LOAD TICKETS AND REPRESENTATIVE PHOTOGRAPHS OF DEBRIS REMOVED. PROVIDE COORDINATES OF MAJOR DEBRIS ITEMS RECOVERED AND REMOVED. 5. SUBMIT SIDE SCAN SONAR BATHYMETRIC SURVEY INDICATING NO DEBRIS REMAINS. VESSEL RELOCATION 1. THE D/B TEAM WILL COORDINATE WITH THE DINNER KEY MARINA MANAGEMENT TO IDENTIFY/NOTIFY VESSELS ANCHORED IN THE AREA OF THE MOORING FIELD THAT WILL INTERFERE WITH THE DEBRIS REMOVAL AND/OR REPAIRS PRIOR TO CONSTRUCTION. 2. IF THE FWC AND/OR MANAGEMENT ARE NOT ABLE TO HAVE THE VESSELS RELOCATED, THE D/B TEAM WILL TEMPORARILY RELOCATE THE VESSELS AS REQUIRED DURING CONSTRUCTION TO FACILITATE REPAIRS. RFI REVISION #01 2019-03-01 DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION G- 001 1 COVER SHEET G-002 2 GENERAL NOTES (1 OF 2) G-003 3 GENERAL NOTES (2 OF 2) V-100 4 EXISTING CONDITIONS PLAN V-101 5 EXISTING SLIP MIX (1 OF 2) V-102 6 EXISTING SLIP MIX (2 OF 2) V-401 7 EXISTING FINGER PIER FRAMING ELEVATIONS AND SECTIONS V-402 8 EXISTING CONCRETE WALKWAY DECK SPAN PLAN AND SECTIONS S-001 9 STRUCTURAL NOTES S-100 10 STRUCTURAL SITE PLAN S-101 11 HURRICANE RELATED PIER 1 REPAIR PLAN S-102 12 HURRICANE RELATED PIER 2 REPAIR PLAN S-103 13 HURRICANE RELATED PIER 3 REPAIR PLAN S-104 14 HURRICANE RELATED PIER 4 REPAIR PLAN S-105 15 HURRICANE RELATED PIER 5 REPAIR PLAN S-106 16 HURRICANE RELATED PIER 6 REPAIR PLAN S-107 17 HURRICANE RELATED PIER 7 REPAIR PLAN S-108 18 HURRICANE RELATED PIER 8 REPAIR PLAN S-109 19 HURRICANE RELATED PIER 9 REPAIR PLAN S-121 20 ALTERNATIVE BID PIER 1 REPAIR PLAN S-122 21 ALTERNATIVE BID PIER 2 REPAIR PLAN S-123 22 ALTERNATIVE BID PIER 3 REPAIR PLAN S-124 23 ALTERNATIVE BID PIER 4 REPAIR PLAN S-125 24 ALTERNATIVE BID PIER 5 REPAIR PLAN S-126 25 ALTERNATIVE BID PIER 6 REPAIR PLAN S-127 26 ALTERNATIVE BID PIER 7 REPAIR PLAN S-128 27 ALTERNATIVE BID PIER 8 REPAIR PLAN S-129 28 ALTERNATIVE BID PIER 9 REPAIR PLAN S-401 29 FINGER PIER SLIP LAYOUT S-402 30 FINGER PIER REPLACEMENT ELEVATIONS AND SECTIONS S-403 31 FINGER PIER REPAIR SECTIONS S-410 32 CONCRETE WALKWAY DECK SPAN REPLACEMENT S-411 33 CONCRETE WALKWAY REPAIRS S-501 34 TIMBER DOCK DETAILS S-502 35 CONCRETE REPAIR DETAILS P-001 39 PLUMBING NOTES P-101 40 PIER 1 PLUMBING PLAN P-102 41 PIER 2 PLUMBING PLAN P-103 42 PIER 3 PLUMBING PLAN P-104 43 PIER 4 PLUMBING PLAN P-105 44 PIER 5 PLUMBING PLAN P-106 45 PIER 6 PLUMBING PLAN P-107 46 PIER 7 PLUMBING PLAN P-108 47 PIER 8 PLUMBING PLAN P-109 48 PIER 9 PLUMBING PLAN P-110 49 UPLAND PLUMBING PLAN P-401 50 ENLARGED PLUMBING PLAN P-501 51 PLUMBING DETAILS E-001 52 ELECTRICAL NOTES, ABBREVIATIONS AND LEGEND E-010 53 LANDSIDE ELECTRICAL PLAN (1 OF 2) E-011 54 LANDSIDE ELECTRICAL PLAN (2 OF 2) E-101 55 PIER 1 ELECTRICAL PLAN E-102 56 PIER 2 ELECTRICAL PLAN E-103 57 PIER 3 ELECTRICAL PLAN E-104 58 PIER 4 ELECTRICAL PLAN E-105 59 PIER 5 ELECTRICAL PLAN E-106 60 PIER 6 ELECTRICAL PLAN E-107 61 PIER 7 ELECTRICAL PLAN E-108 62 PIER 8 ELECTRICAL PLAN -1•9 1 3 I► • I P LC E-601 66 AREA A SINGLE LINE DIAGRAM E-602 67 AREA B SINGLE LINE DIAGRAM E-603 68 AREA C SINGLE LINE DIAGRAM E-604 69 AREA D SINGLE LINE DIAGRAM D * IMCORP_CRATED I9s96 sit O ItIkANZ J 0 0 0 0 0 N 0 0 0 0) w C N u_ 0 mr. GENERAL NOTES 1 B w 1- 0 0 0 M&N Project No. co 0 Lo Drawing code: Drawing Scale N 0 Plot scale Designed by: Z 0 0 0 T 0 0 T 1- Li cr 0 Reviewed by: cr cr TIM BLANKENSHIP MOFFATT & NICHOL A CO CO J 0 0 c } } 0 0 E 1 J SEAL Sheet Reference No. G-002 Q E 0500 CAD 1 2 3 4 5 INDEX: 2 OF 69 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING D 1 2 3 4 5 o), 7 1 `` e %i/I�`1rt y lw * I'IN, GI�Y .IM60RP_CRATED f-sr ° q� _�= 4 * i if CONCRETE AND REINFORCING STEEL°° TIMBER CONSTRUCTION: AMERICAN TEAM DRAWINGS A CAPACITY AT TOTAL WEIGHT OF WITH THE IN SALTWATER RETENTION OF 2.50 U1 FOR TIMBER WITH NOTED: USE DOCK TIGHTENED. PAINT. THE SHANK OF A MINIMUM 6 MINIMUM OF 2 -SHANK ROOFING APPLICATIONS 6 STEPS. OF�?`IE+4r ;, is19s 0 RMED IN ACCORDANCE 1 STR CALL OTURAL CONNCRETE OCRE ERK H",�UNLLL BESS OTHE OERWISE NOTED ON THE CONCRETE MATERIALS SHALL BE PROPORTIONED, FABRICATED, ACCORDANCE WITH ACI 318 "BUILDING CODE REQUIREMENTS 2. ALL DETAILING, FABRICATION, AND ERECTION OF REINFORCING LATEST EDITION OF THE "ACI MANUAL OF CONCRETE PRACTICE" ACI 301 "SPECIFICATIONS FOR STRUCTURAL CONCRETE" AND 3. ALL REINFORCING BAR SPLICES SHALL BE CLASS "B" TENSION ACI 318, CHAPTER 12, UNLESS OTHERWISE NOTED. 4. ALL CAST -IN -PLACE CONCRETE SHALL BE NORMAL WEIGHT 5. MINIMUM CONCRETE COVER FOR STEEL REINFORCEMENT SHALL ON THE DRAWINGS. 6. PROVIDE 3/4", 45° CHAMFER ON ALL EXPOSED EXTERNAL OTHERWISE NOTED ON THE DRAWINGS. 7. ALL JOINTS BETWEEN CAST -IN -PLACE CONCRETE AND HARDENED WITH A ROUGHENED SURFACE OF 1/4" AMPLITUDE AND COATED ACCORDANCE WITH MANUFACTURER'S RECOMMENDATIONS, 8. CONCRETE MATERIALS SHALL CONFORM TO THE FOLLOWING, A. CAST -IN -PLACE CONCRETE 5500 B. PRESTRESSED CONCRETE PILES 6000 4000 C. PRESTRESSED CONCRETE BEAMS 8000 9. REINFORCING STEEL SHALL BE IN ACCORDANCE WITH ASTM MATERIALS SHALL CONFORM TO THE FOLLOWING, UNLESS A. REINFORCEMENT FOR CONCRETE ASTM B. PRESTRESSING STEEL ASTM (LOW 10. CURE CONCRETE USING CONTINUOUS MOISTURE AND/OR MEMBRANE ACCORDANCE WITH FDOT SPECIFICATION 400-16.1 AND 400-16.2 REPAIR NOTES "SPECIFICATIONS WITH ACI ALLRE NFORCEDFOR 1. ALL TIMBER CONSTRUCTION SHALL CONFORM TO THE RECOMMENDATIONS OF THE DRAW NGS DELIVERED, AND PLACED IN INSTITUTE OF TIMBER CONSTRUCTION. FOR STRUCTURAL CONCRETE". 2. TIMBER PILES SHALL BE DRIVEN TO THE TIP ELEVATION INDICATED ON THE D/B STEEL SHALL CONFORM TO THE AND GEOTECHNICAL CRITERIA, USING A HAMMER OF AN APPROVED TYPE, WITH INCLUDING BUT NOT LIMITED TO: LEAST EQUAL TO THE HAMMER MANUFACTURER'S RECOMMENDATION FOR THE ACI SP-66 "ACI DETAILING MANUAL". PILE AND CHARACTER OF THE SUBSURFACE MATERIAL TO BE ENCOUNTERED. LAP SPLICES IN ACCORDANCE WITH 3. SPUDDING AND/OR JETTING OF TIMBER PILES SHALL BE PERFORMED IN ACCORDANCE SPECIFICATIONS. CONCRETE (145± PCF). 4. TIMBER PILES SHALL BE TREATED IN ACCORDANCE WITH AWPA MP-1 FOR TIMBER IMMERSION. PRESERVATIVE RETENTION SHALL BE 2.5 PCF. CCA PRESERVATIVE BE 3", UNLESS OTHERWISE NOTED PCF IS ALLOWED ONLY IN MEMBERS SUBJECT TO SALT WATER IMMERSION. 5. ALL OTHER TIMBER MATERIALS SHALL BE TREATED IN ACCORDANCE WITH AWPA CORNERS OF CONCRETE, UNLESS EXPOSED TO THE MARINE ENVIRONMENT. THE FOLLOWING ITEMS SHALL BE PROVIDED TREATMENT AS INDICATED: CONCRETE SHALL BE CLEANED A. DECKING MCQ TREATMENT © 0.60 PCF A EPDXY BONDING COMPOUND IN B. TIMBER BENT CAPS CCA 0.6 PCF UNLESS OTHERWISE NOTED. D. TIMBER STRINGERS CCA 0.6 PCF D. CROSS -BRACING CCA 2.5 PCF UNLESS OTHERWISE NOTED: 6. TIMBER RELATED MATERIALS SHALL CONFORM TO THE FOLLOWING, UNLESS OTHERWISE PSI © 28 DAYS (MIN FDOT CLASS IV) A. TIMBER PILES ASTM D 25-99 PSI @ 28 DAYS B. TIMBER BENT CAPS SP NO. 1 DENSE (S4S) PSI © RELEASE C. TIMBER STRINGERS SP NO. 1 DENSE (S4S) PSI © 28 DAYS D. MISC TIMBER SP NO. 1 DENSE (S4S) A 615. CONCRETE REINFORCING E. CONNECTING BOLTS & NUTS ASTM 316, STAINLESS STEEL, UON OTHERWISE NOTED: 7. WASHERS SHALL BE CIRCULAR FLAT SMOOTH AND SHALL CONFORM TO ANSI B18.22.1. A 615, GR 60 WASHERS OR OGEE WASHERS WHERE INDICATED OR REQUIRED. A 416, GRADE 270 8. CHECK ALL BOLTS BY BURRING THE THREADS AFTER THE NUTS HAVE BEEN FINALLY RELAXATION STRANDS) RECOAT EXPOSED PORTION OF BOLT WITH TWO COATS OF HIGH ZINC DUST OXIDE CURING COMPOUND IN 9. BORE HOLES FOR THRU BOLTS WITH A BIT 1/16 INCH LARGER IN DIAMETER THAN THE BOLT. 10. TIMBER PILES SHALL BE WRAPPED WITH HDPE OR PVC BLACK PILE WRAP WITH WITH A MINIMUM OF 3 INCHES CONCRETE INCHES OVERLAP. PILE WRAP SHALL EXTEND FROM BOTTOM OF PILE CAP TO A FEET BELOW THE MUDLINE. INSTALL USING 1-1/2 INCH STAINLESS STEEL SPIRAL NAILS SPACED AT 2 INCHES ON CENTER ALONG SEAM. PARTIAL DEPTH REPLACEMENT OF IS MADE BETWEEN SPALLS AND HARDWARE NOTES: 01 REVISION 1 03.01.19 IWC L Mark Description Date Appr. C 1. REINFORCING IN THE REPAIR AREAS SHALL BE PROVIDED COVER TO MATCH EXISTING UNLESS OTHERWISE NOTED. 2. CONCRETE REPAIRS CONSIST OF SMALL PATCH REPAIRS AND DECK, PILE CAPS, AND PILE ENCASEMENTS. NO DISTINCTION DELAMINATIONS SINCE REPAIRS ARE THE SAME. 3. REMOVE DELAMINATED OR DETERIORATED CONCRETE UNTIL CHIPPED OUT AREA SHALL EXTEND AN ADDITIONAL 2" ALL 4. CHECK SURFACES TO ENSURE THEY ARE FREE FROM LOOSE DELAMINATIONS. 5. CHIPPED OUT AREA SHALL BE NOT LESS THAN 1" CLEAR AROUND BARS. 6. EDGES OF THE CHIPPED OUT AREA SHALL BE SAWCUT PERPENDICULAR SURFACE FOR A MINIMUM DEPTH OF 1". DO NOT SAWCUT SAWCUT SHALL NOT EXTEND BEYOND CHIPPED OUT AREA. 7. EXPOSED REINFORCING BARS SHALL BE CLEANED OF SCALE, DELETERIOUS MATERIALS. 8. REINFORCING STEEL SHALL CONFORM TO ASTM A615 GRADE 9. WELDING OF REINFORCING BARS SHALL CONFORM TO AWS MATERIAL SHALL CONFORM TO AWS D1.6. E70XX LOW -HYDROGEN WELDING GRADE A-706 BARS. 10. SPLICES SHALL BE STAGGERED BY LENGTH OF SPLICE OR OF THE BARS BEING SPLICED AT ANY ONE LOCATION. 11. IN DECK AND PILE CAP REPAIRS, DISCRETE GALVANIC ANODES OF REPAIR AREA. 12. DISCRETE GALVANIC ANODES TO BE DIRECTLY CONNECTED REINFORCEMENT PER ACI RAP-8. 13. FORMS SHALL BE WATER TIGHT. 14. DO NOT FEATHER EDGES OF REPAIR. 15. AT INTERFACES BETWEEN EXISTING AND NEW CONCRETE, ROUGHEN AMPLITUDE MINIMUM. 16. DEDICATED STAINLESS STEEL TOOLS SHALL BE USED FOR CONTAMINATION OF DISSIMILAR MATERIAL. B SOUND CONCRETE IS ENCOUNTERED. 1. ALL BOLTS AND HARDWARE SHALL BE HDG STEEL PER ASTM A153 FOR MARINE AROUND. UON. AGGREGATE OR ADDITIONAL 2. ALUMINUM LADDERS SHALL BE INTERNATIONAL DOCK PRODUCTS OR EQUIVALENT, 3. ALL CLEATS SHALL BE ALUMINUM ALMAG "S" OR EQUIVALENT, SIZE 15-INCH. ALL EXPOSED REINFORCING TO THE CONCRETE THROUGH EXISTING REINFORCING BARS. RUST, DIRT, OIL, AND OTHER 60 UNLESS NOTED OTHERWISE. D1.4. WELDING OF STAINLESS STEEL ELECTRODES SHALL BE USED IN 6" MINIMUM, WITH NO MORE THAN 50% TO BE PLACED NEAR PERIMETER TO TOP OR BOTTOM LAYERS OF EXISTING SURFACE TO 1/4" STAINLESS STEEL MATERIAL TO AVOID Designed by: DSGN Dwn by: Ckd by: DRFT CHKR Reviewed by: REVR A Sheet Reference No. S-001 INDEX: 9 OF 69 RFI REVISION #01 2019-03-01 DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 %9 POWER SYSTEM BID REQUIREMENT 4 /, 6. SUBMITTALS THAT DO NOT BEAR THE GENERAL DB'S STAMP OF APPROVAL THEREON WILL BE 4. CONDUIT REQUIREMENTS: REJECTED WITHOUT REVIEW. 1. THESE PLANS INDICATE THE GENERAL LOCATIONS OF POWER PEDESTALS, LIGHTING FIXTURES, AND MECHANICAL EQUIPMENT. THE DESIGN —BUILD TEAM (DB) SHALL BE REQUIRED TO PROVIDE A. ALL CONDUIT SHALL FOLLOW THE GENERAL ARRANGEMENT SHOWN. CONDUIT SHALL BE RUN ALL ITEMS SHOWN AND ALL ITEMS NECESSARY TO SERVE THE VARIOUS ITEMS INCLUDING 2. GENERAL MATERIAL REQUIREMENTS: ESSENTIALLY AS INDICATED, CARE BEING TAKEN TO AVOID INTERFERENCE WITH OTHER ELECTRICAL POWER CONDUIT & WIRING AND COMMUNICATIONS CONDUIT TO THE VARIOUS PIPING, CONDUIT OR EQUIPMENT. BEFORE JOINTING AND INSTALLATION OF CONDUIT,+ %� / * '�,�' 4 =,„ ; INCONP ORATE° * 10 i6 Tr O _9= ++.�...,��..-- THOROUGHLY CLEAN INTERIORS OF CONDUIT, AND COMPONENTS. MAINTAIN CLEANLINESS PEDESTALS AND OTHER ITEMS SHOWN ON THE DRAWINGS AND RFP DOCUMENTS. POWER SHALL A. EQUIPMENT AND PRODUCTS TO BE USED SHALL BE REVIEWED AND APPROVED BY OWNER BE DISTRIBUTED TO THE POWER PEDESTALS VIA PANELBOARDS SUPPORTED ON THE PIERS. ALL PRIOR TO PLACING ORDER OR PURCHASE. BY CLOSURE OF CONDUIT OPENINGS WITH CAPS OR PLUGS. PANELBOARDS SHALL BE HOUSED IN NEMA STAINLESS STEEL ENCLOSURES. ENCLOSURES B. THE DB SHALL ENSURE SUFFICIENT CONDUIT FLEXIBILITY AND ANCHORAGE IS PROVIDED 01 REVISION 1 03.01.19 IWC Mark Description Date Appr. D 3R B. ALL MATERIALS AND EQUIPMENT SHALL BE NEW AND SHALL BEAR THE LABEL OF A MOUNTED ON THE PIERS CANNOT EXCEED 24 INCHES IN DEPTH. NATIONALLY RECOGNIZED TESTING AGENCY AND SHALL BE INSTALLED IN THE MANNER FOR FOR ALL LINES FOR THERMAL EXPANSION AND CONTRACTION, PRESSURE AND FLEXING. WHICH IT IS DESIGNED AND APPROVED. THE STRUCTURE AND COMPONENTS SHALL ACCOMMODATE THE CONDUIT LAYOUT 2. PRIOR TO COMMENCING CONSTRUCTION, THE DB SHALL PROVIDE A COMPLETE SHOP DRAWING C. ALL MATERIAL INCLUDING CONDUIT BODIES FITTINGS AND MOUNTING HARDWARE REQUIREMENTS SUCH THAT THE CONDUIT SHALL NOT BECOME OVERSTRESSED. THE SET DEPICTING THE PROPOSED POWER SINGLE LINE DIAGRAM(S). THE SINGLE LINE DIAGRAMS) INSTALLED OUTSIDE SHALL BE APPROVED WEATHERTIGHT CORROSION RESISTANT CONDUIT SHALL BE PROPERLY SUPPORTED AND ANCHORED. SHALL INCLUDE PANELBOARD RATINGS AND MAIN FEEDER SIZES. ALL CONDUCTORS AND THEIR (STAINLESS STEEL), UNLESS NOTED OTHERWISE. C. CONDUIT AND FITTINGS SHALL CONFORM TO THE FOLLOWING: RESPECTIVE CONDUITS SHALL BE SIZED FOR ALL CIRCUIT RUNS AND THE RESULTS SHALL BE LISTED IN A TABLE OR DEPICTED ON A PLAN VIEW OF THE MARINA. CALCULATED VOLTAGE D. DB SHALL INSPECT MATERIALS DELIVERED TO SITE FOR DAMAGE. UNLOAD AND STORE WITH DROPS FOR ALL CIRCUITS SHALL BE INDICATED ALONG WITH THE CONDUCTOR AND CONDUIT MINIMUM HANDLING. STORE MATERIALS ON SITE IN ENCLOSURES OR UNDER PROTECTIVE (1) RIGID STEEL — ANSI C80 (HOT DIPPED GALVANIZED). INFORMATION. THE VOLTAGE DROP OF ANY CIRCUIT SHALL NOT EXCEED 5% OF THE CIRCUIT COVERING. STORE PLASTIC PIPING UNDER COVER OUT OF DIRECT SUNLIGHT. DO NOT STORE (2) PLASTIC CONDUIT (PVC) — NEMA TC-2 AND TC-3. VOLTAGE. A PLAN VIEW OF THE MARINA SHALL BE PROVIDED INDICATING THE LOCATION OF ALL MATERIALS DIRECTLY ON THE GROUND. KEEP INSIDE OF CONDUITS, FITTINGS AND (3) LIQUID —TIGHT FLEXIBLE METAL CONDUIT — UL-360. PANELBOARDS, POWER PEDESTALS AND ROUTING OF CONDUITS. SHOW MOUNTING DETAILS OF EQUIPMENT FREE OF DIRT AND DEBRIS. HANDLE CONDUIT, FITTINGS, AND OTHER SUBSTATIONS, PANELBOARDS AND PEDESTALS ON THE SHOP DRAWINGS. THE DB'S PROPOSAL ACCESSORIES IN SUCH MANNER AS TO ENSURE DELIVERY TO THE INSTALLATION LOCATION D. CONDUIT SHALL BE RUN CONCEALED, EXCEPT CONDUIT MAY BE EXPOSED AS APPROVED IN A SOUND UNDAMAGED CONDITION. SHALL BE REVIEWED BY THE OWNER REPRESENTATIVE. NO ELECTRICAL EQUIPMENT SHALL BE BY THE ENGINEER. WHERE FLEXIBILITY IS REQUIRED, PROVIDE LIQUID TIGHT FLEXIBLE METAL INSTALLED PRIOR TO PROPOSAL APPROVAL BY THE OWNER REPRESENTATIVE. E. STARTERS, CONTROLLERS, INDICATING LIGHTS, ETC.; AND CONTROL WIRING AND WIRING CONDUIT EXCEPT AS INDICATED OTHERWISE. CONDUITS RUN EXPOSED SHALL BE FOR REMOTE STATIONS REGARDLESS OF VOLTAGE SHALL BE PROVIDED UNDER THE GALVANIZED RIGID STEEL. DIVISION PROVIDING THE RESPECTIVE MOTOR AND/OR EQUIPMENT UNLESS OTHERWISE E. MINIMUM SIZE CONDUIT SHALL BE THREE—QUARTER INCH WITH LARGER SIZES AS REQUIRED ELECTRICAL GENERAL NOTES INDICATED. BY THE NATIONAL ELECTRICAL CODE FOR NUMBER OF WIRES CONTAINED THEREIN. i 1 DINNER KEY MARINA DCP DRAWINGS ELECTRICAL NOTES, ABBREVIATIONS AND LEGEND /2019 11:34 a.m. by JDURAN C F. SUPPORTS AND HARDWARE SHALL BE TYPE 316 STAINLESS STEEL. SUBMIT SHOP CONDUITS FOR COMMUNICATIONS CIRCUITS SHALL BE THREE QUARTER INCH DIAMETER 1. GENERAL CONDITIONS: DRAWINGS OR CATALOG DATA FOR REVIEW AND APPROVAL. A DIELECTRIC ISOLATION MINIMUM FOR A SINGLE CABLE, ONE INCH DIAMETER MINIMUM FOR MORE THAN ONE CABLE SHEET SHALL BE PLACED WHERE DISSIMILAR METALS CONTACT ON THE SUPPORT. AND LARGER CONDUIT DIAMETERS AS DIRECTED BY TIA AND BICSI RECOMMENDATIONS. G. PANELBOARDS, ENCLOSED CIRCUIT BREAKERS AND SAFETY SWITCHES, WHEN APPLICABLE, F. RIGID CONDUIT FITTINGS SHALL BE THREADED. A. UNDER THIS SECTION THE DB SHALL PROVIDE ALL LABOR, MATERIAL, EQUIPMENT, SHALL BE MANUFACTURED BY THE SAME MANUFACTURER. WIRING DEVICES SHALL BE APPURTENANCES, SERVICES AND SUPERVISION FOR A COMPLETE ELECTRICAL SYSTEM AS MANUFACTURED BY ONE MANUFACTURER. G. FLEXIBLE CONDUIT SHALL HAVE A PLASTIC COVERING IN ACCORDANCE WITH NEC. FITTINGS SHOWN ON THE DRAWING. ALL MATERIAL AND EQUIPMENT SHALL BE WORKED INTO A SHALL BE STANDARD UL APPROVED WITH GROUND CONNECTOR. WATERTIGHT CONNECTORS COMPLETE, CONVENIENT, AND ECONOMICAL SYSTEM OR SYSTEMS. ALL APPARATUS, PARTS, H. SUBSTITUTION OF MATERIAL AND EQUIPMENT: THE NAME OF A CERTAIN BRAND, MAKE, SHALL BE USED WITH FLEXIBLE CONDUIT, MINIMUM 18 INCHES IN LENGTH, SHALL BE USED MATERIAL, AND ACCESSORIES WHICH ARE NECESSARY TO ACCOMPLISH THIS RESULT SHALL MANUFACTURER OR DEFINITE SPECIFICATION IS TO DENOTE THE QUALITY STANDARD OF FOR CONNECTIONS TO MOTORS, DRY TYPE SUBSTATIONS AND OTHER EQUIPMENT SUBJECT BE PROVIDED. MANUFACTURER'S INSTRUCTIONS, WRITTEN OR OTHERWISE, SHALL BE ARTICLE DESIRED. SUBSTITUTION OF ANY OTHER BRAND, MAKE, OR MANUFACTURER, WHICH TO VIBRATION. FOLLOWED BY UNLESS SUPERSEDED HERE IN. ALL ITEMS SHOWN ARE NEW AND SHALL BE IN THE OPINION OF THE ENGINEER IS RECOGNIZED THE EQUAL OF THAT SPECIFIED MAY BE H. EXPOSED CONDUITS SHALL BE RUN PARALLEL AND PERPENDICULAR TO STRUCTURES AND PROVIDED FOR THE DB UNLESS SPECIFICALLY INDICATED OTHERWISE. ACCEPTED. SHALL BE SUPPORTED AS SPECIFIED AND IN ACCORDANCE WITH NEC. B. PROVIDE IS DEFINED TO MEAN THAT THE DB SHALL FURNISH, INSTALL, ADJUST, TEST AND I. PROVIDE ENGRAVED PLASTIC NAMEPLATES ON ALL DISTRIBUTION EQUIPMENT AND PANELS, I. CONDUIT SUPPORTS SHALL BE APPROVED WALL BRACKETS, TO METAL SURFACES WITH INTEGRATE INTO A COMPLETE SYSTEM THE ITEM INDICATED. INCLUDING ALL HARDWARE SECURED BY MEANS OF STAINLESS STEEL RIVETS. TAPES AND ADHESIVES ARE NOT MACHINE SCREWS; AND TO WOOD WITH WOOD SCREWS. ANY FORM OF TIE WIRE IS WIRING, AND MISCELLANEOUS ITEMS AS NECESSARY FOR A COMPLETE AND OPERATIONAL ACCEPTABLE. UNACCEPTABLE. SYSTEM. J. UNLESS NOTED OTHERWISE, ALL PANEL BUSES, FEEDER CONDUCTORS AND BRANCH J. PROVIDE EXPANSION FITTINGS WHERE CONDUITS CROSS EXPANSION JOINTS. PROVIDE SLIP C. DB SHALL GIVE REQUIRED NOTICES, OBTAIN ALL NECESSARY PERMITS, AND PAY PERMIT CIRCUIT WIRING SHALL BE COPPER. ALL WIRE SHALL BE UL LISTED, RATED FOR 600 VOLTS, JOINTS AS NECESSARY FOR THERMAL EXPANSION AND CONTRACTION. FEES. NO. 12 MINIMUM SIZE, UNLESS NOTED OTHERWISE. K. CONDUIT TERMINATIONS AND CONDUIT STUBS SHALL HAVE INSULATING BUSHINGS. K. ALL CIRCUIT BREAKERS, FUSES AND ELECTRICAL EQUIPMENT SHALL HAVE AN D. THE DRAWINGS INDICATE DIAGRAMMATICALLY THE EXTENT OF THE WORK. MINOR INTERRUPTING RATING NOT LESS THAN THE MAXIMUM SHORT CIRCUIT CURRENT TO WHICH L. CONDUITS PASSING THROUGH BULKHEADS, CONCRETE WALLS, FLOORS OR FOOTINGS AND VARIATIONS IN LOCATION OF EQUIPMENT SHALL BE MADE UPON WRITTEN APPROVAL OF SLAB ON GRADE SHALL BE MADE WATERTIGHT. PROVIDE PIPE SLEEVES WITH ONE—HALF C THEY MAY BE SUBJECTED. THE OWNER REPRESENTATIVE AT NO ADDITIONAL CHARGE. INCH MINIMUM CLEARANCE AROUND THE CONDUIT AND CAULK WITH ASKUM AND SEALANT. E. ALL DIMENSIONS AND ELEVATIONS NOTED ARE ENGLISH UNITS UNLESS OTHERWISE NOTED. 3. GENERAL INSTALLATION REQUIREMENTS: M. PROVIDE 12" MINIMUM SEPARATION BETWEEN ELECTRICAL DUCT AND OTHER UTILITIES. F. COOPERATE AND COORDINATE THE WORK OF THIS DIVISION WITH OTHER TRADES. G. THE LATEST EFFECTIVE PUBLICATIONS OF THE FOLLOWING STANDARDS, CODES, ETC. FORM A. INSTALL MATERIALS AND EQUIPMENT IN FIRST CLASS AND WORKMANLIKE MANNER AND RUN 5. WIRING REQUIREMENTS: A PART OF THESE SPECIFICATIONS: CONCEALED, EXCEPT AS INDICATED. B. POWER WIRING AND POWER CONNECTIONS TO EQUIPMENT SHALL BE PROVIDED UNDER A. THE ENTIRE WIRING SYSTEM SHALL BE TESTED FOR SHORT CIRCUITS, GROUNDS AND (1) ALL STATE AND LOCAL BUILDING CODES. "ELECTRICAL" UNLESS OTHERWISE INDICATED ON THE ELECTRICAL DRAWINGS. WHEN INSULATION RESISTANCE BETWEEN CONDUCTORS AND TO GROUND PRIOR TO COMPLETION (2) SERVICE RULES AND REGULATIONS OF THE LOCAL ELECTRIC UTILITY COMPANY. SUBSTITUTED MOTORS AND/OR EQUIPMENT REQUIRES ELECTRICAL MODIFICATIONS, THE OF PROJECT. (3) AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI). COST OF THE ELECTRICAL MODIFICATIONS AND COORDINATION SHALL BE INCLUDED UNDER B. WIRE AND CABLE SHALL BE INSTALLED IN CONDUIT EXCEPT AS SPECIFICALLY INDICATED (4) ASTM INTERNATIONAL (ASTM). THE DIVISION PROVIDING THE MOTOR AND/OR EQUIPMENT. OTHERWISE B C. THE ELECTRICAL DB SHALL NOT BORE NOTCH OR IN ANY WAY CUT INTO ANY STRUCTURAL C. WIRE AND CABLE SHALL BE COPPER, 600 VOLT INSULATION, MINIMUM SIZE NO. 12, TYPE (5) BUILDING INDUSTRY CONSULTING SERVICE INTERNATIONAL (BICSI). MEMBER, WITHOUT APPROVAL FROM THE ENGINEER. THE ELECTRICAL DB SHALL PROVIDE "THWN" OR "XHHW" AS APPLICABLE, UNLESS OTHERWISE INDICATED ON DRAWINGS. (6) INTERNATIONAL BUILDING CODE (IBC). SUPPORT FOR ALL ELECTRICAL EQUIPMENT TO COMPLY WITH THE REQUIREMENTS OF THE D. WIRES NO. 10 AND 12 AWG SHALL BE CONNECTED WITH COIL SPRING INSERT "WIRE —NUT" (7) INTERNATIONAL FIRE CODES (IFC). LATEST ADOPTED BUILDING CODE AND ALL LOCAL ORDINANCES. OR "WING —NUT" CONNECTORS MANUFACTURED BY IDEAL INDUSTRIES OR APPROVED EQUAL. (8) INSTITUTE OF ELECTRICAL AND ELECTRONIC ENGINEERS (IEEE). D. SCHEDULING, LINE SHUTDOWN, DRAINAGE, TIE—IN, CONDUIT SUPPORTS, INSTALLATION OF CONNECTORS SHALL BE RATED 600 VOLTS. (9) NATIONAL ELECTRICAL MANUFACTURER'S ASSOCIATION (NEMA). NEW LINE, WALL PENETRATIONS, AND EQUIPMENT PLACEMENTS, TESTING, WARNING TAPE, E. WIRE SHALL BE COLOR CODED AS FOLLOWS: (10) NATIONAL FIRE PROTECTION ASSOCIATION (NFPA). BACKFILL, SURFACING, LANDSCAPING, ACTIVATION OF SERVICE, ETC., SHALL COMPLY WITH (11) NATIONAL ELECTRICAL CODE (NEC). THE LOCAL BUILDING CODE STANDARDS AND REGULATIONS AND SHALL BE COORDINATED 480Y/277V SYSTEM 120/240V 1 PH SYSTEM (12) TELECOMMUNICATIONS INDUSTRY ASSOCIATION (TIA). WITH THE LOCAL CODE OFFICIAL AND THE FIRE DEPARTMENTS. PRIOR APPROVAL OF AND PH A — BRN PH A — BLK NOTICE TO PROCEED WITH CONCEALING ELECTRICAL WIRING AND FINAL CONNECTIONS ARE — ORN PH B — RED (13) UNDERWRITERS LABORATORIES (UL). REQUIRED BY THE LOCAL AUTHORITY HAVING JURISDICTION. PH PH B B — YEN NEUT — WHT W/GRY STRIPE (14) ILLUMINATING ENGINEERING SOCIETIES (IES) E. THE OWNER'S AUTHORIZED REPRESENTATIVE SHALL WITNESS TESTING. NEUT — GRY (15) WI—FI ALLIANCE (WI—FI) F. DB SHALL VERIFY ALL EXISTING UTILITY LOCATIONS IN THE FIELD BEFORE STARTING WORK. GND — GRN W/YEL STRIPE GND — GRN GND — GRN W/WHT STRIPE PROPERTY OWNERS SHALL BE NOTIFIED 48 HOURS PRIOR TO THE START OF SHUTDOWN. THE DB SHALL FIELD VERIFY THE POINTS OF CONNECTIONS AND PHASED CONSTRUCTION hdh4 2937 SW 27th AVE. STE 101 A COCONUT GROVE, FL 33133 305-230-1924 moffatt & nichol (FL EB 4877) L 2. SUBSTANTIAL COMPLETION: UPON COMPLETION OF THE ENTIRE WORK, THE DB SHALL PERFORM SUCH TESTS AS REQUIRED BY THE OWNER. THE OWNER SHALL BE GIVEN 48 HOURS NOTICE TIE—INS. LOCATIONS OF PIPING AND APPURTENANT FITTINGS SHOWN ON THE DRAWINGS LEGEND (REFER TO RFP DOCUMENTS) NOTE: BEFORE TESTS ARE MADE. THE DB SHALL FURNISH THE ENGINEER A CERTIFICATE OF APPROVAL ARE APPROXIMATE. IT IS INTENDED THAT SUCH ITEMS BE LOCATED BASED ON EXACT �� (Al) 1-30 AMP SINGLE SLIP PEDESTAL PROVIDE 30mA CIRCUIT FROM THE LOCAL INSPECTION AUTHORITY HAVING JURISDICTION. LOCATIONS DETERMINED IN THE FIELD AND THE SUPPLIED MATERIALS. BREAKERS IN PEDESTAL FOR G. DB SHALL PROVIDE ALL NECESSARY PROTECTIVE MEASURES TO SAFEGUARD EXISTING 11 (A2) 2-30 AMP DUAL SLIP PEDESTAL ALL 30 AMP AND 50 AMP 3. WARRANTY: DB SHALL FURNISH WRITTEN WARRANTY, COUNTERSIGNED, AND GUARANTEED BY UTILITIES TO REMAIN FROM DAMAGE DURING CONSTRUCTION OF THIS PROJECT. SHOULD I. (B1) 1-30 AMP 8c 1-50 AMP SINGLE SLIP PEDESTAL SHORE POWER RECEPTACLES. THE DB, STATING THAT THE WORK EXECUTED UNDER THIS DIVISION OF THE SPECIFICATIONS SPECIAL EQUIPMENT BE REQUIRED TO WORK OVER AND AROUND THE UTILITIES, DB SHALL '■ (B2) 1-30 AMP 8c 2-50 AMP DUAL SLIP PEDESTAL BE REQUIRED TO FURNISH SUCH EQUIPMENT. THE COST OF PROTECTING UTILITIES FROM SHALL BE FREE FROM DEFECTS OF MATERIALS AND WORKMANSHIP FOR A PERIOD OF 12 [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL A MONTHS FROM DATE OF FINAL ACCEPTANCE. DEFECTS DEVELOPING DURING THAT PERIOD SHALL DAMAGE AND FOR FURNISHING SPECIAL EQUIPMENT SHALL BE INCLUDED IN THE PRICE BID (C2) 4-50 AMP DUAL SLIP PEDESTAL BE CORRECTED WITHOUT COST TO THE OWNER. FOR OTHER ITEMS OF CONSTRUCTION. • 1 —5i P 8c — 00 A H. DIELECTRIC COUPLINGS/FLANGES SHALL BE USED AT DISSIMILAR METAL PIPING 4. IT IS THE RESPONSIBILITY OF THE OWNER TO MAINTAIN THE INTEGRITY OF THE SYSTEMS. DB CONNECTIONS. A (D2) 4-50 AMP 8c 2-100 AMP SHALL PROVIDE OWNER WITH COMPLETE OPERATION AND MAINTENANCE INFORMATION FROM I. THE ELECTRICAL DB SHALL INSTALL ALL CONDUITS AND WIRES WITH A MINIMUM NUMBER •(El) 2-50 AMP & 1-100 AMP, 3 PHASE, 480V EQUIPMENT MANUFACTURERS. OF BENDS AND IN SUCH A MANNER AS TO CONFORM TO THE STRUCTURE. AVOID • (E2) 4-50 AMP 8c 2-100 AMP, 3 PHASE, 480V OBSTRUCTIONS, AND MEET ALL STRUCTURAL CODE REQUIREMENTS. THESE DRAWINGS ARE _ (F2) 4-100 AMP, 3 PHASE, 480V 5. SIX COMPLETE SCHEDULES OF MATERIALS AND EQUIPMENT PROPOSED FOR INSTALLATION SHALL PRIMARILY DIAGRAMMATIC, AND DO NOT SHOW ALL SUCH REQUIRED BENDS, OFFSETS, PANELBOARD A 1I °' `' 7I 0 v o o FITTING, BOXES,ETC.. BE SUBMITTED TO THE ENGINEER WITHIN 30 DAYS AFTER AWARD OF THE CONTRACT. THEMARINE J. THE ENTIRE ELECTRICAL INSTALLATION SHALL BE GROUNDED AS REQUIRED BY NATIONAL SUBSTATION SEAL °0 SCHEDULES SHALL INCLUDE CATALOG CUTS, DIAGRAMS AND SUCH OTHER DESCRIPTIVE DATA I � � ELECTRICAL CODE. POWER CONDUITS SHALL HAVE AN INSULATED COPPER, CODE SIZED -®- LIGHT BOLLARD o AND/OR SAMPLES AS MAY BE REQUIRED BY THE ENGINEER. LIGHTING FIXTURE SUBMITTALS SHALL INCLUDE PHOTOMETRIC REPORTS BY INDEPENDENT TESTING LABORATORIES FOR EACH GROUND WIRE INSTALLED. RFI REVISION #01 2019-03-01 Sheet rn FIXTURE INDICATED BASED ON IES PUBLISHED PROCEDURES. K. VEHICULAR ACCESS MUST BE PROVIDED AND MAINTAINED SERVICEABLE THROUGHOUT CONSTRUCTION. T ` ' � TRANSFORMER SOLAR NAVIGATION LIGHT (CARMANA STYLE OR EQUAL) DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION Reference No. E_001 Q INDEX: 52 OF 69 `` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 e, Y OF•F GI . ® REPLACE EXISTING ELECTRICAL CONDUCTORS. * . !MCORPCRATED * ROUTE NEW CONDUCTORS THROUGH EXISTING • CONDUITS TO 480V PANELBOARD ON PIER 2.,..__--oil EXISTING IR_RB o O ' \ - CONDUIT SIZES `J Lill • (�)2„ ♦ 1 (4) 2 1 /2" a ._ Q •• • • • • • • • • • • • cr) D EXISTING ELECTRICAL VAULTS D _0 =0 • • — • — • — • — • — • — • — • . NOTES o _ - ., ., • f 1. LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, . PIER 2 - Do ND; ® LUMEN OUTPUT AND LOCATION SHALL BE BASED ON PHOTOMETRIC .. V ,, V 2 % 11� I ® / STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA o EXISTING UNDERGROUND ELECTRICAL CONDUITS — 1 S `� RECOMMENDATIONS: ' TO EXISTING ELECTRICAL VAULTS, ROUTE TO 480V ,�� � O •_ •_ _ •_ •_ •— LIGHTING CRITERIA w '�� o 1.Ofc AVERAGE PANELBOARD LOCATED ON PIER 1 MINIMUM o. EXISTING to0.2fc CONDUIT SIZES o EXISTING ELECTRICAL VAULTS J / ❑ 2. WI—FI ACCESS POINT LOCATIONS, QUANTITIES AND SYSTEM (2) 2 1/2" ( )„ —� o ° CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) ARE e 1 n o NOT SHOWN. DESIGN AND PROVIDE WI—FI CONNECTIVITY CAPABILITY TO ALL BOATS IN MARINA. 3. SECURITY/GATE ACCESS CONTROL COMPONENTS, INCLUDING CCTV NER KEY MARINA ICP DRAWINGS DE ELECTRICAL PLAN (1 OF 2) NVH1201' X AREA A, UTILITY FURNISHED TRANSFORMER, 04) J4/ % ❑ PROVIDE NEW CONDUCTORS THROUGH EXISTING SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR PROVIDE ELECTRICAL DISTRIBUTION EQUIPMENT TO REPLACE EXISTING DISCONNECTS. REUSE EXISTING / / CONDUITS TO 480VT PANELBOARD ON PIER 3 EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE UNDERGROUND CONDUIT. ROUTE TO 480V PANELBOARDS, ❑ EXISTING PER RFP REQUIREMENTS. :� o ° o CONDUIT SIZES C LOCATED ON PIER 1 AND PIER 2. ° 4. EXISTING TELEPHONE AND COMMUNICATION UNDERGROUND C PROVIDE ELECTRICAL DISTRIBUTION EQUIPMENT REPLACE SEWER PUMP OUT SYSTEM. REUSE EXISTING UNDERGROUND CONDUIT. TO x x. e„- — x ❑ (11) (3) ' 2" 2 1/2" CONDUITS ARE NOT SHOWN, UPON COMPLETION OF TELEPHONE SYSTEM DEMOLITION, THESE CONDUITS MAY BE AVAILABLE FOR COORDINATE PUMP OUT ELECTRICAL REQUIREMENTS I ALTERNATE FUTURE USAGE. ANY UNUSED CONDUITS AFTER ALTERNATE/FUTURE Z o = INSTALLATION OF PIER ELECTRICAL SUPPLY ARE TO BE LABELED p MECHANICAL/UTILITY DESIGN.° �` p VIM ❑ II\ x _I., ° • •_ • _• - (BOTH SIDES), CAPPED AND SEALED. Z in Ili Jin LEGEND (REFER TO RFP DOCUMENTS) — 1 PIER 3 ci ►1 (Al) 1-30 AMP SINGLE SLIP PEDESTAL �° ,, ss,P. M&N Project No. 9450-08 Drawing code: Drawing Scale: Plot scale: 1:1 (D SHEET) /ILLERMO; Saved: 3, 7 11 (A2) 2-30 AMP DUAL SLIP PEDESTAL J ❑ 1. (B1) 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL a, ' '- 'D ��/ ❑ _ '■ (B2) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL 1 (C2) 4-50 AMP DUAL SLIP PEDESTAL co o I� 2' 2, ••••D1 2-50 AMP & 1-100 AMP -- i o x x ❑ AREA ®ago PROVIDE B, UTILITY ELECTRICAL FURNISHED DISTRIBUTION TRANSFORMER, EQUIPMENT .4 (D2) 4-50 AMP (Sc 2-100 AMP • (El) 2-50 AMP & 1-100 AMP, 3 PHASE, 480V !SHIP NICHOL cp o © I ° TO ❑ REUSE REPLACE EXISTING EXISTING 4X NEMA UNDERGROUND DISCONNECTS. CONDUIT. • (E2) 4-50 AMP & 2-100 AMP, 3 PHASE, 480V o '� PROVIDE NEW CONDUCTORS THROUGH EXISTING I ROUTE CIRCUIT TO 480V PANELBOARDS = (F2) 4-100 AMP, 3 PHASE, 480V Y CONDUITS TO 480V PANELBOARD ON PIER 8 o LOCATED ON PIER 3, PIER 4, AND PIER 8 REFER PANELBOARD < `� m� • L TO SINGLE LINE DIAGRAM.' coB 0 5 E B EXISITNG o MARINE SUBSTATION o o 5 Q CONDUIT SIZES • /2079 5:27 (2) 2 1/2" \ o PROVIDE CONDUITS NEW CONDUCTORS TO 480V PANELBOARD THROUGH EXISTING ON PIER 4 —®— T LIGHT BOLLARD TRANSFORMER Q o n rn 0 EXISTING ` ' SOLAR NAVIGATION LIGHT 1 N �� 0 CONDUIT SIZES (CARMANA STYLE OR EQUAL) 0 0 :;:..•.::..::; >o a o r I (5) 2 1/2" I m / r 11 293 CO tt & nichol 945008 E-07c ' * Ng —'' • — . • — • — • — • — • — • \ +E'•'.'.'.tl . `II'I I al nmi xz O ® C6 ® .5.,.{:i:Cf.l:f:}:�.1.1.ti.V PIER 4 BISCANE BAY o KEY PLAN ., . . . . . . . . . . . . . . . r � )=. r l J X--, . y� EXISTING ELECTRICAL w VAULTS 30' 0' 30' 60' • SCALE: 1 "=30' RFI REVISION #01 2019-03-01 Sheet oo) ry z,° • NOT TO DCP 24 BE OCTOBER USED DRAWINGS FOR CONSTRUCTION 2018 Reference No. E-010 INDEX: 53 OF 69 .'IS `` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 e, / �/ // " ,, �' �` ,. ' ' i' �� , ,At.. 7- MATCHLINE THIS SHEET �' 9 O I I 11 ' `.\ ,/ > \ ���\\ `�\ ,/ . , ,, ,/ // `., ,,;' \\ / ' �' '' ' �` ' /%' \ // /, / " =% 3 REPLACE EXISTING 480V, 30 CONDUCTORS g \�� TO PIER 6 PANELBOARD, INCLUDES CONNECTIONS TO PIER 8 • • I II I I I * IM66RP_CRATED 19 9 6 . -'` q 7- ' 1) /// % > � ; � ��. �� „� \` PEDESTALS, REFER TO SINGLE LINE DIAGRAMS FOR DETAIL P IER 6 ,� ,, ,, ,, , . \ ' ' �� '� '\` �'•...._., . �'�/' �'`."� , '' .�----i, ",,;=,_ EXISTING \` , „ = CONDUIT SIZES: / a \ �PUMP _:_._:... ` 'D `., % �' . SEWER OUT LIFT STATION.��;, //,/ COORDINATE PUMP(S) ELECTRICAL ,,,\\y� -;;_-==�' =�%- - i I 2 3" I o , y / REQUIREMENTS WITH UTILITY ,y / / \\ </%-p '`, MECHANICAL DESIGN \�-,; ;�� r O UE� ❑ / ., ,; / ; �/ ,, ,�, /,/ / /\ / `. ,; y . ,/ / / \� \�� �� AREA D UTILITY FURNISHED TRANSFORMER. '" ' '' ' / `. // / ,� (,' / , `; ' _ 0/' PROVIDE ELECTRICAL DISTRIBUTION EQUIPMENT TO REPLACE EXISTING NEMA 4X DISCONNECTS. s / �// „ �� , <`� ,\\ /�� - ,\ `,� // // -- - /-. .� , /, �, ,/ �, ��; I- REUSE EXISTING UNDERGROUND CONDUIT. ROUTE NEW CIRCUIT TO NEW 480V PANELBOARD `� `., AREA "C", UTILITY FURNISHED TRANSFORMER, ' LOCATED ON PIER PROVIDE 480V, — — G w ., PROVIDE ELECTRICAL DISTRIBUTION EQUIPMENT TO �`., 30 CONDUCTORS w ��; REPLACE EXISTING NEMA 4X DISCONNECTS TO PIER 5 PANELBOARD o �`-,\ %; _, ❑ OS REUSE EXISTING UNDERGROUND NOTE: INCLUDES CONNECTION ------ I �----- `., ,, CONDUIT ROUTE CIRCUITS TO 480V \ -,;';' PANELBOARDS LOCATED AS NOTED IN DRAWINGS f ` TO PIER 8 PEDESTALS, REFER I \ < /,',/ D ,� ,; ; / // ��� ,' ,' y c, , I I 1 TO SINGLE LINE EXISTING CONDUIT DIAGRAMS SIZES: GF Li // - ' �I . ;/''/ <�' .`�, �// ( ) = fl (2) 2 1/2" SPAREj ./ -„� -,, I \ Q a / // N 0 N C ,� �\ i� IT /i i� /, /, . `yc. i/ // // \\ , / I , c w Y CC U �L .- ♦ ' �' �' r I CCC _\\\\\ a LLI tzi RPROVIDE CONDUCTORS Cn _ .��F f " " �\ y \ PI ER I TO PIER 7 PANELBOARD, 5 \G IN � � i _---'""iI-I1II ,�� EXISTING CONDUITZ. INCLUDES //' ,___--"'_""-" J� _-"_--"'"" ` ----"" _,� ",."_ ,, % 1 • I CONNECTIONS \ PEDESTALS, PROVIDE NEW CONDUCTORS I REFER LINE DIAGRAMS - TO FOR PIER 8 TO SINGLE DETAIL °j N \ �THROUGH EXISTING CONDUITS '� EXISTING "-__--- TO 480V PANELBOAR P9-1 CONDUIT SIZES: �g AT BULKHEAD (6) 2" EXISITNG(1) w N - 3g (3)3" "" CONDUIT SIZES: Km 0 I �; �' o o o M&N Prl 94 Drawing `. Plot scal( '\ �� h ❑ ❑ j ❑ • signed by: DLA Ckd by: DCM viewed by: DJS omitted by: vi BLANKENSHIP IFFATT & NICHOL ._--'""""" „_ �\ " " DINNER KEY MARINA BUILDING. 04, \ P IER 7 o `, `, 1 \� , COORDINATE COMMUNICATION, \ ` \ \ a\ \\` `, „ , , , ` ` `\ ` �- ,\\ SECURITY REQUIREMENTS, AND ` ` ` , �\`\ \`, '� `-'-L;-' PROVIDE 480V, __� LOCATIONS WITH BUILDING ` ` �\ �� 30 CONDUCTORS �� `� `, `, �� �� PERSONNEL. SURVEY AND ;� �,,,�i;�--=''""" �, TO PIER 7 PANELBOARD B k, �� `, `, "'� IDENTIFY AVAILABLE CONDUITS `�' � B °' 3 °' _ /2019 5: 22 p. " \�\� `, , �,,����; ;1,==�"" FROM BUILDING OUT TO a I, ` "'_ PIER SERVICES �\\ \\'-_)V. -==' �""" NOTES LEGEND (REFER TO RFP DOCUMENTS) o ��"" ��` `� ���, " y�_ 1. LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, 1-30 AMP SINGLE SLIP PEDESTAL rn w ro , ��\ __ ;� `1y� `� ��--------- I ii %i ►/ (A1) LUMEN OUTPUT AND LOCATION SHALL BE BASED ON PHOTOMETRIC STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA ►� (A2) 2-30 AMP DUAL SLIP PEDESTAL N w °' 01 �- --- -- 1 ,, '/ "u / / / :. B1 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL RECOMMENDATIONS: ( ) 'N-� Q o N will , \\��\� II -_,-``\ �\ '■ (B2) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL % �� i� ;��...............� CV o �� LIGHTING CRITERIA [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL 0fc AVERAGE - - - - - - 1I .�:�:�:�.;tibf �,Z 'o 'L --_„• / (C2) 4-50 AMP DUAL SLIP PEDESTAL • 0.2fc MINIMUM ■ 1 2-5 A P 1-1 0 AMP �; ►1 L- �' .:::: 111.1 293 CC t & nlchol \945008 E- 01 1i'� /� ���;;;%=� ,\ `�\ 2. WI-FI ACCESS POINT LOCATIONS, QUANTITIES AND SYSTEM I (D2) 4-50 AMP & 2-100 AMP `;, `� CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) ARE • (E1) 2-50 AMP Sc 1-100 AMP, 3 PHASE, 480V�����}:'u� ' ,�-�' NOT SHOWN. DESIGN AND PROVIDE WI-FI CONNECTIVITY CAPABILITY • (E2) 4-50 AMP & 2-100 AMP,3 PHASE, 480V i �� �' {{����}}���' „��____ TO ALL BOATS IN MARINA. _ _ _ (F2) 4 100 AMP, 3 PHASE, 480V o ,� Q � �� """ ■ 3. SECURITY/GATE ACCESS CONTROL COMPONENTS, INCLUDING CCTV - PANELBOARD 0 �\ �`, SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR MARINE SUBSTATION KEY PLAN �� \ \\\ EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER -6- KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE PER RFP REQUIREMENTS. T LIGHT BOLLARD TRANSFORMER Q AQ \ \►- -- -- \ \- �- -- -- -- -- -- -- -- -- -- -- MATCHLINE -- -- -- -- -- -- -- -- -- -- THIS SHEET - - -- -- - 4. EXISTING TELEPHONE AND COMMUNICATION UNDERGROUND ` ' SOLAR NAVIGATION LIGHT CONDUITS ARE NOT SHOWN, UPON COMPLETION OF TELEPHONE / (CARMANA STYLE OR EQUAL) SYSTEM DEMOLITION, THESE CONDUITS MAY BE AVAILABLE FOR ALTERNATE/FUTURE USAGE. ANY UNUSED CONDUITS AFTER INSTALLATION OF PIER ELECTRICAL SUPPLY ARE TO BE LABELED 20' 0'-0" 20' 40' A = of oo o (BOTH SIDES), CAPPED AND SEALED. 1 SEAL 0 `1 SCALE: 1 "=20' o RFI REVISION #01 2019-03-01 Sheet oo,, NOT TO DCP 24 BE OCTOBER USED DRAWINGS FOR CONSTRUCTION 2018 Reference No. E-011 INDEX: 54 OF 47 a3 `` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 41 "Iti : . * c 'fir INCORP ORATEO * ; Ar \ r MARINE SUBSTATION MARINE SUBSTATION �� �� P1-36 P1SB-1 3R, SS "P1SB-2", Q ,NEMA • - P1 SB-2 NEMA 3R, SS 03.01.19 , MARINE SUBSTATION D P1-35/34 P1-33/32 P1-31/30 P1-29/28 P1-27/26 P1-25/24 • "P1SB-3", NEMA 3R, SS D . A • • • P1-23 P1-22 Description . P1-37/38 SOLAR . . 0 . • '. ' ' '. ■. _ : _ • m NAVIGATION Z o LIGHT, TYP _ii, 0 P1-21 CD 1, r CAL PLAN I P1-39/40 — — - , • P1-3/4 P1-19/20 . • P1-1/2 P1-5/6 P1-7/8 P1-9/10 P1-11/12 P1-13/14 P1-15/16 P1-17/18 UTILITY PEDESTAL, "P1-1" Z (13 - SEE LEGEND FOR PANELBOARD E NEMA 3R, SS, REFER a z RECEPTACLE —® C P1-41/42 . TO SINGLE LINE DIAGRAMS • CONFIGURATION (TYP) C DINNER KEY DCP DRAVII PIER 1 ELECTRI /2019 11: 31 a.m. by JDURAN LIGHT BOLLARD (TYP) 1 • P 1- 43/44 1 _ \I PIER 1 N') M&N Project No. 9450-08 Drawing code: Drawing Scale: Plot scale: 1:1 (D SHEE ? 5.• 22 p.m. by ESP/NO, GUILLERMO; Saved: � >o c, _� • ci E 0 P1-45/46 II • Designed by: DLA Dwn by: Ckd by: JMJ DCM Reviewed by: DJS Submitted by: TIM BLANKENSHIP MOFFATT & NICHOL of '-I II • B ; I B ,` o o u J = I I Q • p Q •• j A EXISTING ELECTRICAL VAULTS, YP o w c `; iro��o e� v.00�,O�VI//1 Q>o 0 rN m s CC CV W 1 ' , 2937 SW2 COCONUT 305- ffatt & nlchol (FL EXISTING BULKHEAD I _:...��....................I1,u.....................H +NOTES \1\ LEGEND (REFER TO RFP DOCUMENTS)1. H+i+ .1 I II LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, (Al)1-30 AMP SINGLE SLIP PEDESTAL \ LUMEN OUTPUT AND LOCATION SHALL BE BASED ON PHOTOMETRIC ►1( I STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA 11 (A2) 2-30 AMP DUAL SLIP PEDESTAL I. 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL -� {{{���}�.�.1.ti.! BISCANE BAY Q RECOMMENDATIONS: (B1) B2) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL '. (B2) KEY PLAN i LIGHTING CRITERIA • 1.0fc AVERAGE [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL • 0.2fc MINIMUM 1 (C2) 4-50 AMP DUAL SLIP PEDESTAL ■ D1 2-50 AMP & 1-100 AMP 2. WI-FI ACCESS POINT LOCATIONS, QUANTITIES AND SYSTEM I (D2) 4-50 AMP & 2-100 AMP CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) ARE • (El) 2-50 AMP & 1-100 AMP, 3 PHASE, 480V J A NOT SHOWN. DESIGN AND PROVIDE WI-FI CONNECTIVITY CAPABILITY • (E2) 4-50 AMP & 2-100 AMP, 3 PHASE, 480V TO ALL BOATS IN MARINA. (F2) 4-100 AMP, 3 PHASE, 480V 3. SECURITY/GATE ACCESS CONTROL COMPONENTS, INCLUDING CCTV - PANELBOARD 20' 0'-0" 20' 40' ' — — ( SEAL SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR MARINE SUBSTATION JP,' EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER SCALE: 1"=20' o -6- LIGHT BOLLARD KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE RFI REVISION #01 2019-03-01 Sheet o, PER RFP REQUIREMENTS. �I , TRANSFORMER _ SOLAR NAVIGATION LIGHT (CARMANA STYLE OR EQUAL) DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION Reference No. E-101 Q INDEX: 55 OF 69 '1 `` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 * fir !MCORP ORATE° * '1r ,t.'cl • U L a Q D - MARINE SUBSTATION MARINE SUBSTATION '� '� 480V PANELBOARD "P2SB-1", 3R P2SB-2 NEMA 3R "P2-1" —MARINE SUBSTATION D 0) o o 0 , • NEMA 3R ENCLOSURE "P2SB-3", NEMA 3R • 01 REVISION 1 P2-54 P2-53/52 P2-51/50 P2-47/46 P2-45/44 P2-43/42 P2-39/38 P2-37/36 P2-35/34 P2-29 . . P2-49/48 P2-41 /40 — P2-33/32 — • P2-31 /30�®_ _' • LIGHT BOLLARD (TYP) SOLAR NAVIGATION LIGHT, TYP • • • '. .■ ■■ .. ■■ .■ .■ ■ . .■ ..1 _ _ ■ ■ imr;y01 e, • . INNER KEY MARINA DCP DRAWINGS 2 ELECTRICAL PLAN 0 O P2-2/3 P2-4/5 P2-6/7 P2-8/9 P2-10/11 P2-12/13 P2-14/15 P2-16/17 P2-18/19 P2-20/21 P2-22/23 P2-24/25 ■. • ' P2-28 C C 0 • P2-1 P2-26/27 i • Q QC UTILITY PEDESTAL, -Q 0 SEE LEGEND FOR 0 RECEPTACLE CONFIGURATION (TYP) PIER 2 Designed by: Date: Rev. DLA 10.17.18 01 Dwn by: Ckd by: M&N Project No. JMJ DCM 9450-08 Reviewed by: Drawing code: DJS Submitted by: Drawing Scale: TIM BLANKENSHIP MOFFATT & NICHOL Plot scale: 1:1 (D SHEET).) B N JN �-. r 00 <>JIO .i.�. , O M m I\ s ; ,05,; vvvvoot! Ah111,i 2927R COCONUT37SW GR 305-2 ffatt & nichol (FL E dcp \ 945008 E-102; Plotte NOTES LEGEND (REFER TO RFP DOCUMENTS) e 1 1. LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, ►/ (Al) 1-30 AMP SINGLE SLIP PEDESTAL co ti..{:i:{mq:1.ti.V: LUMEN OUTPUT AND LOCATION SHALL BE BASED ON PHOTOMETRIC STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA 11 (A2) 2-30 AMP DUAL SLIP PEDESTAL BISCANE BAY RECOMMENDATIONS: 1. (61) 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL ■. (62) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL KEY PLAN LIGHTING CRITERIA [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL A • 1.0fc AVERAGE • 0.2fc MINIMUM 2. WI—FI ACCESS POINT LOCATIONS, QUANTITIES AND SYSTEM CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) NOT SHOWN. DESIGN AND PROVIDE WI—FI CONNECTIVITY CAPABILITY TO ALL BOATS IN MARINA. 3. SECURITY/GATE ACCESS CONTROL COMPONENTS, INCLUDING ARE CCTV 1 (C2) 4-50 AMP DUAL SLIP PEDESTAL ■ D1 2-50 AMP & 1-100 AMP I (D2) 4-50 AMP & 2-100 AMP • (E1) 2-50 AMP & 1-100 AMP, 3 PHASE, 480V • (E2) 4-50 AMP & 2-100 AMP, 3 PHASE, 480V (F2) 4-100 AMP, 3 PHASE, 480V PANELBOARD 20' 0'-0" 20' 40' n D 28 \ 0500 CAD \_Active \, ' SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR MARINE SUBSTATION \ ) O "=20' o EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER SCALE: 1 KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE -6- LIGHT BOLLARD RFI REVISION #01 2019-03-01 Sheet \i- PER RFP REQUIREMENTS. T 0 TRANSFORMER SOLAR NAVIGATION LIGHT _ (CARMANA STYLE OR EQUAL) DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION Reference No. E-102 Q IjI INDEX: 56 OF 69 .'13 `` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 u 1 . h / * ', �, 3, INCORP OSATER * 0 : Ui 0 � 1 01 REVISION 1 03.01.19 IWC Mark Description Date Appr. D ❑ I 0 ❑ 0 • MARINE SUBSTATION "P3SB-1", NEMA 3R, REFER TO SINGLE LINE DIAGRAMS (TYP) P3-82/81 P3-80/79 P3-78/77 P3-76/75 P3-74/73 P3-72/71 P3-70/69 P3-68/67 • MARINE SUBSTATION "P3SB-2', NEMA 3R P3-66/65 P3-64/63 P3-62/61 P3-58/57 0 . — — . — . — — — — P3-60/59 — Ii- Iw ❑ l(T) Iu) I c o ■ • • • w• ZJ_ • • '■ ■ . ■ • ■ C tNtil 1 ❑ ❑ _ o■I� o• 0 • P3-1/2 UTILITY SEE RECEPTACLE CONFIGURATION LEGEND P3-3/4 PEDESTAL, FOR (TYP) P3-5/6 P3-7/8 P3-9/10 P3-11/12 P3-13/14 P3-15/16 P3-17/18 P3-19/20 P3-21/22 480V, 30 NEMA 3R TO SINGLE PANELBOARD, ENCLOSURE, P3-1 REFER LINE DIAGRAMS (TYP) P3-25/26 P3-23/24 — LEGEND I I (REFER TO RFP DOCUMENTS) C DINNER KEY MARINA DCP DRAWINGS PIER 3 ELECTRICAL PLAN 1/4079 77: 35 a.m. by JDURAN 1/ (Al) 1-30 AMP SINGLE SLIP PEDESTAL 1/ (A2) 2-30 AMP DUAL SLIP PEDESTAL PIER 3 I. (B1) 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL '. y: Date: Rev. 10.17.18 01 Ckd by: M&N Project No. DCM 9450-08 y: Drawing code: by: Drawing Scale: <ENSHIP & NICHOL Plot scale: 1:1 (D SHEET).) (B2) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL SOLAR LIGHT BOLLARD (TYP) NAVIGATION [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL LIGHT, TYP 1 (C2) 4-50 AMP DUAL SLIP PEDESTAL ■ D1 —50 MP Sc 1— 00 A P .4 (D2) 4-50 AMP Sc 2-100 AMP 2-50 AMP 1-100 AMP, PHASE, 480V MARINE SUBSTATION ' • (E1) & 3 • (E2) 4-50 AMP & 2-100 AMP, 3 PHASE, 480V — _ _ (F2) 4-100 AMP, 3 PHASE, 480V P3SB-3, NEMA 3R • • PANELBOARD MARINE SUBSTATION • P3-56/55 P3-54/53 P3-52/51 P3-50/49 �� P3-42 I Q o P co o /2079 5: 23 p.m. B I P3-46/45 A - - ® LIGHT BOLLARD B o o i �, V i P3-48/47 P3-44/43 ■ ' A T 0_ 1 ‘ TRANSFORMER SOLAR NAVIGATION LIGHT (CARMANA STYLE OR EQUAL Q r' oro ro 1 �\ _1 N r 1• W d- w I -' it I'. ! ............. : CC N W CD Q) 0 I � m0 a II 2! ffatt & nichol /'cp \ 945008 E-1 • I :..............:----; w • - • N ..... • •""• . , tn .............. mi NOTES ....:.....: BImim BAY P3-41 1. LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, LUMEN OUTPUT AND LOCATION SHALL BE BASED ON PHOTOMETRIC KEY PLAN o E • STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA • P3-27 28 P3-29 30 P3-31 32 P3-33 34 — _ _ / / / / P3 35/36 P3 37/38 P3 39/40 I�� _ SOLAR RECOMMENDATIONS: e NAVIGATION ail LIGHTING CRITERIA :, 0 LIGHT, TYP Q A • • 1.0fc AVERAGE • 0.2fc MINIMUM 2. WI—FI ACCESS POINT LOCATIONS, QUANTITIES AND SYSTEM CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) ARE NOT SHOWN. DESIGN AND PROVIDE WI—FI CONNECTIVITY CAPABILITY 20' 0'—O" 20' 40' A o v of o o , co TO ALL BOATS IN MARINA. `SEAL J SCALE: 1"=20' o 3. SECURITY GATE ACCESS CONTROL COMPONENTS, INCLUDING CCTV / RFI REVISION #01 2019-03-01 Sheet c) SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE PER RFP REQUIREMENTS. DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION Reference No. E-103 INDEX: 57 OF 69 a `` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 r--1 _�,,,— o ° MARINE SUBSTATION "P4SB-2", NEMA 3R EJ P4-84 P4-83/82 P4-81/80 P4-79/78 P4-77/76 P4-75/74 P4-73/72 P4-71/70 P4-69/68 P4-67/66 P4-65/64 P4-63/62 P4-61/60 1 03.01.19 IWC cription Date Appr. D � I 0 O ° P4-59/58 Iw IW In m ►/ ►/ 11 11 ►/ 14 ►/ ►/ ►/ // // 11 1= o 11 ►/ 11 11 11 11 11 ►/ ►/ 11 U /1 /1 IF IWz Z ►� I3 I= U IQ Im . C P4-1/2 UTILITY SEE LEGEND RECEPTACLE CONFIGURATION P4-3/4 PEDESTAL, FOR (TYP) P4-11/12 P4-19/20 P4-5/6 P4-7/8 P4-9/10 P4-13/14 P4-15/16 P4-17/18 P4-21/22 MARINE SUBSTATION "P4SB-1" 80 3 4 V 0 NEMA 3R. P4SB-1 INCLUDES "P4-1" NEMA PEDESTALS LOCATED ON PIER 4. REFER TO REFER TO SINGLE LINE DIAGRAM DIAGRAMS E-604, PIER 8 LAYOUT DRAWING E-108 (TYP) PIER 4 PANELBOARD, P4-23/24 0 3R ENCLOSURE, SINGLE LINE (TYP) P4-27/28 P4-25/26 DINNER KEY MARINA DCP DRAWINGS PIER 4 ELECTRICAL PLAN LIGHT BOLLARD (TYP) P4-57/56 P4-55/54 P4-53/52 P4-51/50 P4-49/48 P4-47/46•• o ' N P4-45/44 _ 1 _ o N cb — • �° ° Z co - o OL in 0 U o 0 - (n N o a) c O c I —I LillI o N o Z '- o N 0 o o J c=nI P4-43 A&B 0 o 14 14 ■■ ■■ ■■ ■■ ■■ Il• o Z s U N U Lu >. T .. L.','Z E 4j I■ 2I • A Designed b' DLA Dwn by: JMJ Reviewed b DJS Submitted I TIM BLANk MOFFATT B 1 B a1 0 r • 1 Q PO Li- O (NI P 4— 3536 / P4-41 /42 _44_ P4-29/30 P4-31/32 P4-33/34 SOLAR I. • 1- N N Fted. J/1, P4-37/38 P4-39/40 ' IATYPN :: :.•Q o o m N.0 LIGHT, i� Is �'�. e 0 o MARINE SUBSTATION _ I' Nn� -_------ --- 11- ;:rt:�: ;:c:�a:�: ,4:�:�:�:�.,tib� "P4SB-3" 1 ' h 2937 COO( 4110 ffatt & nichol NEMA 3R ►� �_ + _,1>;r.7..4e, o \ IF W .............. "1 i .............I, I 1 col NOTES LEGEND (REFER TO RFP DOCUMENTS) :l:t:n :s:,*. I o 1. LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, 1� (Al) 1-30 AMP SINGLE SLIP PEDESTAL LUMEN OUTPUT AND LOCATION SHALL BE BASED ON PHOTOMETRIC ..: .. BISCANE BAY STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA �� (A2) 2-30 AMP DUAL SLIP PEDESTAL RECOMMENDATIONS: 1. (B1) 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL KEY PLAN E ` '. EI (B2) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL LIGHTING CRITERIA [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL r 1 A • 1.0fc AVERAGE 1 (C2) 4-50 AMP DUAL SLIP PEDESTAL • 0.2fc MINIMUM • '1 —5A P&1— 00 A ' 2. WI—FI ACCESS POINT LOCATIONS, QUANTITIES AND SYSTEM .4 (D2) 4-50 AMP & 2-100 AMP CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) ARE • (El) 2-50 AMP & 1-100 AMP, 3 PHASE, 480V NOT SHOWN. DESIGN AND PROVIDE WI—FI CONNECTIVITY CAPABILITY • (E2) 4-50 AMP & 2-100 AMP, 3 PHASE, 480V TO ALL BOATS IN MARINA. — (F2) 4-100 AMP 3 PHASE, 480V 20' 0'-0" 20' 40' A cu c) QI o vI o o SEAL 0 3. SECURITY/GATE ACCESS CONTROL COMPONENTS, INCLUDING CCTV PANELBOARD J SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR MARINE SUBSTATION SCALE: 1"=20' EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER -®- LIGHT BOLLARD RFI REVISION #01 2019-03-01 Sheet N- KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE PER RFP REQUIREMENTS. 1 T TRANSFORMER SOLAR NAVIGATION LIGHT DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION Reference No. E-104 Q INDEX: 58 OF 69 .'I3 4CARM*NA STYLE OR EQU-At- 1 2 3 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 ► e * ligh IN ORP W TER :• IB_96 ; '.= ,o , 4. P5-84 c r a a a 7 • • 0, •D 4 a' D o 0 0 41 P5-86/85 . • . 11 • cription • . P5-77/76 P5-75/74 P5-73/721//_P5_71/70///_P5_69/68 P5-67/66 02 P5-88/87 P5-83/82 • P5-81/80 P5-79/78 • P5-65/64 REVISION 1 ►� 11 I CD° • L M J Iw • G • • I1 c - - ,I -(or- -14- E lel . . ■ . •. •. •■ •■ I (/ -A- ■ ■ ■ ■ ■ ■ ■ I I I— _ (EY MARINA RAWINGS 3TRICAL PLAN N d� • • • E w I i41 P5-1 /2 LIGHT BOLLARD •• 11 • L_22/23 z J 1 12 Q C (TYP) • P5-8/9 P5-10/11 P5-12/13 P5-14/15 P5-16/17 P5-18/19 P5-20/21 i M P5-24/25 1 C • "P5SB-1", 1 s — CC a �- LL! �I P5-3/4 • MARINE SUBSTATION NEMA 3R ENCLOSURE, REFER TO SINGLE LINE DIAGRAMS (TYP) 1 1 w z 0 Z 0 PIER 5 EL )19 11: 42 a.m. by JL P5-6/7 o ►a • 11 UTILITY PEDESTAL, • SEE LEGEND FOR RECEPTACLE CONFIGURATION (TYP) 480V, 30 PANELBOARD "P5-1", LEGEND (REFER TO RFP DOCUMENTS) NEMA 3R ENCLOSURE — ►� • sue /1 ( Al) 1-30 AMP SINGLE SLIP PEDESTAL N • PIERS "P5SB-2', i /1 (A2) 2-30 AMP DUAL SLIP PEDESTAL MARINE SUBSTATION , 1. (B1) 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL 240/120V, NEMA 3R ENCLOSURE e gN rn P5-5 ■. (B2) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL 0 0 ,4i [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL 00 o Z °°- 0 ° — - co o 1 (C2) 4-50 AMP DUAL SLIP PEDESTAL ■ Di 2-50 AMP & 1-100 AMP !,-......... \ i< a; — M&N Proji 945( Drawing co Drawing Sc Plot scale: (D2) 4-50 AMP & 2-100 AMP ilk 2 . }}.{{�y}:.. Ckd by: DCM )y: :ENSHIP k NICHOL • (E1) 2-50 AMP & 1-100 AMP, 3 PHASE, 480V tl *� t� a.�.�;�;. C,'(F2) • (E2) 4-50 AMP & 2-100 AMP, 3 PHASE, 480V ----------- 1 I ttl—,'.,..:i:}:};:�:i:,:}::{:c:�:�::�:t:t:t:� ;s:�.�.};.�:�.�.}:}; 4-100 AMP, 3 PHASE, 480V co tl PANELBOARD '� Y A MARINE SUBSTATION W I Q 3 i e4_ m Lit B -®- LIGHT BOLLARD !!: :t:t:ta:t:t:�:�: ; A:ii ! B o o ei ' N , s Q I J: 6.4 N- T TRANSFORMER BISCANE BAY Q SOLAR NAVIGATION LIGHT � (CARMANA STYLE OR EQUAL) • ® KEY PLAN (n J N �. w ..7 °° N N'-) ' NOTES r hAIN 2 COCONUT 305 GROVE230— moffatt & nichol (FL EB 4 P5-63/62 P5-61/60 P5-55/54 P5-47/46 • 1. LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, LUMEN OUTPUT AND LOCATION SHALL BE BASED ON PHOTOMETRIC • STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA RECOMMENDATIONS: LIGHTING CRITERIA /P5_59/58 /P5_57/56 /P5_/52 /Ps_5/5o /Ps_49/48 • • • 1.0fc AVERAGE 0.2fc MINIMUM 1—I • cnI -Q® 2. WI—FI ACCESS POINT LOCATIONS, QUANTITIES AND SYSTEM -P5-44/45 CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) ARE ■. ■. NOT SHOWN. DESIGN AND PROVIDE WI—FI CONNECTIVITY CAPABILITY ID ■. ■■ ■■ ■. .. ■. TO ALL BOATS IN MARINA. w I JI •■■ ■. ■■ PI ■■ ■� .� e , E 1 ? 1 A 3. SECURITY/GATE ACCESS CONTROL COMPONENTS, INCLUDING CCTV 1 1 SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE 71 o A P5-38/39 A P5-36/37 "P5SB-3", PER RFP REQUIREMENTS. 20' o'-0" 20' 40' v 1 o o MARINE SUBSTATION 1P5-42/43 SEAL O Jo P5-26/27 P5-28/29 P5-30/31 P5-32/33 P5-34/35 NEMA 3R ENCLOSURE, REFER TO P5-40/41 SCALE: 1"=20' • SINGLE LINE DIAGRAMS (TYP) RFI REVISION #01 2019-03-01 Sheet 0) • Reference No. 4_ DCP DRAWINGS Q ® 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION E-105 INDEX: 59 OF 69 a `` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 Y OF4E41 __ i / * ili Gl INCORP ORATEO 19_96 * .11 q0 R 1 \ ,._ U p_a Q D • • P6-72—\ D -. �� 0 . /1 P6-74/73 • • • • LIGHT BOLLARD (TYP) MARINE SUBSTATION "P6SB-2" NEMA 3R ENCLOSURE Description E z E P6-71/70 P6-69/68 P6-67/66 P6-65/64 P6-63/62 P6-61 /60 P6-59/58 P6-57/56 o� P6-76/75 • - - - • - m /1 • II— `�' Iw I= ) �' • • • ' • I� • 1 • • ■ -- -i:+- • Z . Iw z _1■. a Z = cn = )INNER KEY MAR DCP DRAWING R 6 ELECTRICAL C ►1 • P6-1 /2 • • • P6-6/7 P6-8/9 P6-10/11 P6-12/13 P6-14/15 P6-16/17 Ll8/lg IU II— I I C Q CC oo •• I u w o 11 • P6-3 P6-4/5 • UTILITY PEDESTAL, SEE LEGEND FOR MARINE SUBSTATION "P6SB-1 ", NEMA 3R ENCLOSURE. P6SB-1 INCLUDES ON NOTES a V2079 71: 44 PEDESTALS LOCATED PIER 8. REFER TO RECEPTACLE CONFIGURATION (TYP) SINGLE LINE DIAGRAM E-604, PIER 8 LAYOUT 1. LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, N DRAWING E-108, TYP LUMEN OUTPUT AND LOCATION SHALL BE BASED ON PHOTOMETRIC o N cb STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA • (3M o PIER 6 RECOMMENDATIONS: co M&N Project 9450—OF Drawing code: Drawing Scale: Plot scale: 1:1 '9 5: 24 p.m. by ESP/NO, GUILLERMO; LIGHTING CRITERIA o 11 • • 1.Ofc AVERAGE 0.2fc MINIMUM o 0 • 2. WI—FI ACCESS POINT LOCATIONS, QUANTITIES AND SYSTEM CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) ARE Designed by: DLA Dwn by: Ckd by: JMJ DCM Reviewed by: DJS Submitted by: TIM BLANKENSHIP MOFFATT & NICHOL B NOT SHOWN. DESIGN AND PROVIDE WI—FI CONNECTIVITY CAPABILITY TO ALL BOATS IN MARINA. 3. SECURITY/GATE ACCESS CONTROL COMPONENTS, INCLUDING CCTV B 480V, 30 PANELBOARD, "P6-1" NEMA 3R ENCLOSURE, REFER SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR • �, EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER aM KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE TO SINGLE LINE DIAGRAMS (TYP) 1 PER RFP REQUIREMENTS. oM P6-53/52 P6-51/50 P6-49/48 P6-47/46 P6-45/44 • - P6-43/42 P6-41/40 :4- P6-37 NON a' V) m P6-55/54 'N-- i :,i ........, -_,5Ct N w m Z 2937 SW 2 COCONUT 305- ChoI (FL cL- 1\ L- w,1/,.. o W I , II :i ...'HA,H �W LQ co Cn I',�.��. �./!r�A r c o `n I LEGEND TO RFP DOCUMENTS) (REFER as i-I• R 0) • • ►1 (A1) 1-30 AMP SINGLE SLIP PEDESTAL W 1 BISCANE BAY 0 - 11 (A2) 2-30 AMP DUAL SLIP PEDESTAL o E v I 1. (Bi) 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL KEY PLAN ., _,,,�� A Q I m I I \P620/21\_P6_22/23\_P6_24/25 P6-26/27 P6-30/31 P6-28/29 P6-32/33 • P6-34/35 �' ■. (B2) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL SOLAR [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL NAVIGATION LIGHT, TYP I (C2) 4-50 AMP DUAL SLIP PEDESTAL D1 2-50 AMP & 1-100 AMP P6-36 A (D2) 4-50 AMP & 2-100 AMP • (E1) 2-50 AMP & 1-100 AMP, 3 PHASE, 480V • (E2) 4-50 AMP & 2-100 AMP, 3 PHASE, 480V A r cbi 'I 0 vl o a (F2) 4-100 AMP, 3 PHASE, 480V 20' o'-o" 20' 40' t� SEAL o MARINE SUBSTATION "P6SB-3", PANELBOARD , • SCALE: 1 "=20' o NEMA 3R ENCLOSURE MARINE SUBSTATION I RFI REVISION #01 2019-03-01 Sheet 0) -6- T ` ' LIGHT BOLLARD TRANSFORMER SOLAR NAVIGATION LIGHT DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION Reference No. E-106 INDEX: 60 OF 69 4 (CARMANA STYLE OR EQUAL) 1 2 3 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 y OFS "Itir __ _MATCH INE -- E-108 _ __ __ __ _ w * G� Y IM60RP_RRATER I R_R6 y li� e _• ` 1 O x t � I P7-58 1 Q a D I i D o ° 0 - • 1 I 0ZI I1 P7-60/59 „____' ►1 • 1 Description 1 L`'1 P7-57/56 P7-55/54 P7-53/52 480V, 30 PANELBOARD "P7-1" P7-45/44 1 z1 _ NEMA 3R ENCLOSURE, REFER o 1 P7-49/48 TO SINGLE LINE DIAGRAMS (TYP) 1 1-(1P7-62/61 •' �i 1 o0 i P7-51/50 P7-47/46 II_ ` ►' .i I ILL' Iu 1 Icn • i• • I PIER 7 '- ■• I w Z • 1= z a 12 E I< C3 a a DINNER KEY M. DCP DRAW!! PIER 7 ELECTRIC 2079 77:47 a.m. by JDURAN C 1 C / P7-1 P7-2/3 • P7-4/5 UTILITY SEE LEGEND RECEPTACLE CONFIGURATION P7-6/7 PEDESTAL, FOR (TYP) P7-8/9 P7-10/11 P7-12/13 P7-14/15 P7-16/17 P7-18/19 MARINE SUBSTATION "P7SB-1" MARINE SUBSTATION "P7SB-2" NEMA 3R ENCLOSURE. P7SB-1 INCLUDES NEMA 3R ENCLOSURE PEDESTALS LOCATED ON PIER 8. REFER TO SINGLE LINE DIAGRAM E-604, PIER 8 LAYOUT i\ PIER 7 DRAWING E-108, TYP 1 N- L 5 o NOTES T ° a o o a ° - N • +J �Z� o Lu CC Lu 1. LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, .,J o ° o 0 o a • LUMEN OUTPUT AND LOCATION SHALL BE BASED ON PHOTOMETRIC STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA ® RECOMMENDATIONS: o _ 0 Z Designed by: DLA Dwn by: Ck JMJ Reviewed by: DJS Submitted by: TIM BLANKENSI MOFFATT & NI /2019 5: 24 p.m. by 1 LIGHT BOLLARD (TYP) -I:+ LIGHTING CRITERIA B 1 P7-43/42 P7-41/40 P7-39/38 P7-37/36 P7-35/34 •• •• 1.0fc AVERAGE • 0.2fc MINIMUM B P7-33/32 •— . 2. WI—FI ACCESS POINT LOCATIONS, QUANTITIES AND SYSTEM -P7-31 CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) ARE NOT SHOWN. DESIGN AND PROVIDE WI—FI CONNECTIVITY CAPABILITY 0 Ld �' L I w TO ALL BOATS IN MARINA. A3. ~ ,_ v)J N '� oo Q u O 0 'tea: `teJA SECURITY/GATE ACCESS CONTROL COMPONENTS, INCLUDING CCTV + _IP o m 1 SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR jl �I CC CV w N (n I :;; _5 EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER I 1-0 LL "' ~ 1 ■ KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE I _—_—_— — — IL {:�:{.�:�;�1 o 1.-+- PER RFP REQUIREMENTS. 1::........::::.::::.:::..... .0 o z IIL N 5 W \ " +E=F.:::: Vo col SOLAR LEGEND (REFER TO RFP DOCUMENTS){���}}}}}�{.�a:�a NAVIGATION I ' ';%/�,///�,s/si!/,'%, et o LIGHT, TYP 11 (Al) 1-30 AMP SINGLE SLIP PEDESTAL r�,-0J, 1= P7-26/27 11 (A2) 2-30 AMP DUAL SLIP PEDESTAL BISCjict04AArE dP - v Q LIII 1. (B1) 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL KEY PLAN 0 E ■■ (B2) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL �I P7-20/21 P7-22/23 P7-24/25 P7-28/29 -30 [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL e 1 1 (C2) 4-50 AMP DUAL SLIP PEDESTAL QI A ®• D1 2-50 AMP & 1-100 AMP MARINE SUBSTATION "P7SB-3" ' • I NEMA 3R ENCLOSURE I (D2) 4-50 AMP & 2-100 AMP • (E1) 2-50 AMP & 1-100 AMP, 3 • (E2) 4-50 AMP & 2-100 AMP, (F2) 4-100 AMP, 3 PHASE, 480V PHASE, 480V 3 PHASE, 480V 20' 0'-0" 20' 40' A v 0 o PANELBOARDA i SEAL CO J 0 MARINE SUBSTATION SCALE: 1"=20' o -6- LIGHT BOLLARD RFI REVISION #01 2019-03-01 Sheet o�, T ` ' TRANSFORMER SOLAR NAVIGATION LIGHT DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION Reference No. E-107 Q (CARM-,DNA STYLE OR EQUAL) INDEX: 61 OF 69 `` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 e- „ _,,,, MATCHLINE THIS SEET . 1 .w_ y iii -- — r ® * � 0 � P8-31/30 // * ++ �0- lMCOR:»�sATER * ►V P8-11/101 r 1 01 REVISION 1 03.01.19 IWC P8-33/32 1 P8-9 • P8-5/6 P8-7/8 P8-3/4 P8-1 /2 . ►1 1 ____I--- =(® P8-13/12 T PT/G 2 1 ►1 PEDESTALCONNECP8-9EDESTOALS P4SB-1P8-1 SUBSTATIOTHROUH N. SEE I—E-604 SINGLE LINE P8-35/34 �zJ •14- P8-15/14 PIER 6 114 z ►1 Q z o ❑ =a P8-37/36 z �Q DINNER KEY MARIN/ DCP DRAWINGS PIER 8 ELECTRICAL PL ►/ ?� 1 Du) C / °�° 21 (� P8-39/38 r m = cn C P8-17/16 F- 1 m cn ❑ 11 m cn ,' // P8-19/18 i ' ----- ---F- � c� 0_I-w 6 ,' 12w z // z_ J '1- J J -A--- �� = e 1— N =!® ❑ P8-41 /40 J(0 (n 0 °' 0 N f' c0 (n O o0 U) cLujO 14 J J O O w P8-21 /20 16 iq C° co N °� 0 0 zww NOTES �w zwW �w M&N Project N 9450-08 Drawing code: Drawing Scale: Plot scale: 1:1 ([ 1 o w 1. LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, o w ° o �� v LUMEN OUTPUT AND LOCATION SHALL BE BASED ON PHOTOMETRIC STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA o RECOMMENDATIONS: i • 1 • 1 • Designed by: DLA Dwn by: Ckd by: JMJ DCM Reviewed by: DJS Submitted by: TIM BLANKENSHIP MOFFATT & NICHOL /2019 5:25 p. m. by ESPINO, -(4)- :4-PIER51 LIGHTING CRITERIA 1 I 1.Ofc AVERAGE 1 • P8-43/42 I I -(=4- _� ; •• 0.2fc MINIMUM 1 • P8-23/22 2. WI—FI ACCESS POINT AND SYSTEM B �% LOCATIONS, QUANTITIES CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) ARE P8-45/44 B / /1 NOT SHOWN. DESIGN AND PROVIDE WI—FI CONNECTIVITY CAPABILITY �//® -+-_____ TO ALL BOATS IN MARINA. 3. SECURITY/GATE ACCESS CONTROL COMPONENTS, INCLUDING CCTV I ►1 Q� o ro 1 'lotted.• 3/1 SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR I in _IN _ w '' EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER O\:ti:Q>o P8-25/24 O KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE — 1 1 1 � ►; y o� m N w PER RFP REQUIREMENTS. jJ 1 P8-47/46 *�I; Zr' w I -----1 I - 3:�.i:�:�,i� �' V o � L 1I.—Tl / = i� ':,,,;T L �I/1 LEGEND (REFER TO RFP DOCUMENTS) 00 Al 1-30 AMP SINGLE SLIP PEDESTAL • • • 11:1 '::::::::::::::: e v. P8-27/26/1 (A2) 2-30 AMP DUAL SLIP PEDESTAL PIER 7 (: ' / ; oli :. (B1) 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL •• ;■ ■■ BISCANE :�:t:�:cr�:�.�.�.1.ti.y� BAY _: z1 ►/ ■■ (B2) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL [ (C1) 20 AMP SINGLE SLIP PEDESTAL KEY PLAN 0 E o I i (C2) 4-5-50 AMP DUAL SLIP PEDESTAL ■ D1 2-50 AMP & 1-100 AMP )500 CAD \_Active \, 1 (D2) 4-50 AMP & 2-100 AMP A P8-29/28 14 • (El) 2-50 AMP & 1-100 AMP, 3 PHASE, 480V • (E2) 450 AMP , & 2-100 AMP, 3 PHASE, 480V 1 (F2) 4--100 AMP3 PHASE, 480V PANELBOARD _ A MARINE SUBSTATION 1 20' 20' o'-o" 20' 40' = 1 SEAL CO 1 / ' s J -6- LIGHT BOLLARD • SCALE: 1"=20' 1 RFI REVISION #01 2019-03-01 Sheet --- _— T TRANSFORMER 1 c —L --` MATCHLINE — -- -- -- -- -- THIS SHEET -- -- -- —_ _'N _ SOLAR NAVIGATION LIGHT (CARMANA STYLE OR EQUAL) DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION Reference No. E-108 Q a INDEX: 62 OF 69 a `` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 i / * I1 INCOBP GRATED 1B_O O R S i U a Qp_ L) __ �- 7,4. ., I o ____yi Description / . / \ if / \ '� .' / MARINE "P9SB-3," ENCLOSURE, TO SUBSTATION MARINE SUBSTATION ______________________ NEMA 3R 480V, 3� PANELBOARD "P9-1" "P9SB-2" NEMA 3R REFER NEMA 3R ENCLOSURE, REFER TO ENCLOSURE, REFER MARINE SUBSTATION SINGLE LINE DIAGRAM-604 SINGLE LINE TO SINGLE LINE "P9SB-1" NEMA - ------- - mu 1- ,,,, s __II --- IrII w / DIAGRAM(S), (TYP) - - DIAGRAM(S), (TYP) 3R ENCLOSURE m J O` I ©4 •• ■ I ■ PI PI 69 PI PI al PI •■ PI PI PI w I w Iz / = a P9-2/1 I 1- I Q (INNER KEY MARIN DCP DRAWINGS MARGINAL DOCK ELECTRICAL PLAN C P9-26/25 P9-24/23 P9-22/21 P9-20/19 P9-18/17 P9-16/15 P9-14/13 P9-12 11 P9-10 9 P9-8/7 P9-6/5 P9-4/3 • 28 2 V 26 25 24 23 22 21 20 19 18 17 16 15 14 13 12 11 10 9 8 7 6 5 4 3 - 2 P9-28/27 • 1• C 7 UTILITY PEDESTAL, 1 o IN SEE LEGEND FOR RECEPTACLE CONFIGURATION (TYP) V2019 11: 5; Designed by: Date: Rev. DLA 10.17.18 01 Dwn by: Ckd by: M&N Project No. JMJ DCM 9450-08 Reviewed by: Drawing code: DJS Submitted by: Drawing Scale: TIM BLANKENSHIP MOFFATT & NICHOL Plot scale: 1:1 (D SHEET) MARGINAL DOCK B N J N (-_-•.. >w I � ii, a0� 1N�_ I m CV II d , N 2937 SW 2 COCONUT 305- tt 8C nIchol (FL 945008 E-109,- Plot —IL_ '1;:.'. . . ::iii .. NOTES LEGEND TO RFP DOCUMENTS) i;�F1++I+f+++F+:H+4 (REFER 1. LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, /1 (Al) 1-30 AMP SINGLE SLIP PEDESTAL 0 STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA (A2) w - 4ti, :{:i:Raaul:1a:�.ti•..R ( ) RECOMMENDATIONS: :B1 . 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL BISCANE v a .■ (B2) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL LIGHTING CRITERIA [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL o E • 1.0fc AVERAGE KEY PLAN A 1 (C2) 4-50 AMP DUAL SLIP PEDESTAL • 0.2fc MINIMUM • Di -50 A MP & 1- 00 A P 2. WI-FI ACCESS POINT LOCATIONS, QUANTITIES AND SYSTEM I (D2) 4-50 AMP & 2-100 AMP CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) ARE • (El) 2-50 AMP & 1-100 AMP, 3 PHASE, 480V NOT SHOWN. DESIGN AND PROVIDE WI-FI CONNECTIVITY CAPABILITY • (E2) 4-50 AMP & 2-100 AMP, 3 PHASE, 480V TO ALL BOATS IN MARINA. (F2) 4-100 AMP, 3 PHASE, 480V 3. SECURITY/GATE ACCESS CONTROL COMPONENTS, INCLUDING CCTV - PANELBOARD . A r E 1 o c) Q1 o v1 0 oo SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR M MARINE SUBSTATION 20' 0'-0" 20' 40' o ' 1 O EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER `SEAL , KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE -®- LIGHT BOLLARD SCALE: 1"=20' o PER RFP REQUIREMENTS. T TRANSFORMER RFI REVISION #01 2019-03-01 Sheet 0) ' SOLAR NAVIGATION LIGHT ` (CARMANA STYLE OR EQUAL) DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION Reference No. E-109 Q INDEX: 63 OF 69 '13 `` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 e- w * 9 .,INCORP CRATED 19:99 4c)7, U � � a Q (.2C) 2 p P10-2 P10-1 � Description J 10 II Iw I REVISION 1 n n n n ft X X I I= - - U ❑ OD / % ! m 1 �n i I ` J i wv Z-- C----------------------------n--D----D / • I C fll G NORTH BULKHEAD Designed by: Date: Rev. DLA DATE 01 Dwn by: Ckd by: M&N Project No. HJP DCM 9450-08 Reviewed by: Drawing code: DJS Submitted by: Drawing Scale: TIM BLANKENSHIP MOFFATT & NICHOL Plot scale: 1:1 (D SHEET) B NEW SHEET A :, 2937 SW 27th AVE. ST . ■ ■ COCONUT GROVE, FL 305-230-1924 ffatt & nichol (FL EB 4877) a'cp \945008 E—>70; Plotted.. 3/7/ ,:� , vr .-61„,, -I _, I\\I L - PSA, ...................... I LH+ NOTES LEGEND (REFER TO RFP DOCUMENTS) H:I:I:I: FH: 1 VI1. LIGHT BOLLARDS SHOWN FOR INFORMATION ONLY. QUANTITY, Al 1-30 AMP SINGLE SLIP PEDESTAL LUMEN OUTPUT AND LOCATION SHALL BE BASED ON PHOTOMETRIC ( ) :;:�:�:�:�:�:}.}:; ►/ A2 2-30 AMP DUAL SLIP PEDESTAL STUDY BY DB AND CONFIGURED TO MEET LIGHTING CRITERIA IESNA ( ) RECOMMENDATIONS: 1. (B1) 1-30 AMP & 1-50 AMP SINGLE SLIP PEDESTAL \.' :�:�:�aa:i:�:�:1:1ti•. BISCANE BAY ■■ (B2) 1-30 AMP & 2-50 AMP DUAL SLIP PEDESTAL KEY PLAN ml o E LIGHTING CRITERIA [ (C1) 2-50 AMP SINGLE SLIP PEDESTAL A • 1.0fc AVERAGE • 0.2fc MINIMUM 1 (C2) 4-50 AMP DUAL SLIP PEDESTAL • (D1) 2-50 AMP & 1-100 AMP 2. WI—FI ACCESS POINT LOCATIONS, QUANTITIES AND SYSTEM .4 (D2) 4-50 AMP & 2-100 AMP CONTROLLER (LOCATED IN DINNER KEY MARINA SERVER ROOM) ARE • (El) 2-50 AMP & 1-100 AMP, 3 PHASE, 480V NOT SHOWN. DESIGN AND PROVIDE WI—FI CONNECTIVITY CAPABILITY • (E2) 4-50 AMP & 2-100 AMP, 3 PHASE, 480V TO ALL BOATS IN MARINA. — (F2) 4-100 AMP, 3 PHASE, 480V 3. SECURITY/GATE ACCESS CONTROL COMPONENTS, INCLUDING CCTV - PANELBOARD 20' 0'-0" 20' 40' A cb , QI ❑ v o ❑ SYSTEM ARE NOT SHOWN. PROVIDE SECURITY/GATE ACCESS FOR MARINE SUBSTATION 1 CO `SEAL , EACH PIER, COORDINATE SECURITY REQUIREMENTS WITH DINNER SCALE: 1"=20' o -6- LIGHT BOLLARD KEY MARINA OPERATIONS PERSONNEL. PROVIDE CCTV COVERAGE PER RFP REQUIREMENTS. RFI REVISION #01 2019-03-01 Sheet 0) T 0 TRANSFORMER SOLAR NAVIGATION LIGHT (CARMANA STYLE OR EQUAL) DCP DRAWINGS 24 OCTOBER 2018 NOT TO BE USED FOR CONSTRUCTION Reference No. E-110 Q INDEX: 64 OF 69 .13 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 e 1� 30A AND 50A, SINGLE PHASE SHORE POWER TWO 50A, SINGLE PHASE SHORE POWER 30A AND 50A, SINGLE PHASE SHORE POWER RECEPTACLES AND RESPECTIVE CIRCUIT RECEPTACLES AND RESPECTIVE CIRCUIT RECEPTACLES AND RESPECTIVE CIRCUIT BREAKERS UNDER IN -USE RECEPTACLE BREAKERS UNDER IN -USE RECEPTACLE BREAKERS UNDER IN -USE RECEPTACLE COVER, TYP. REFER TO LAYOUT DRAWINGS COVER, TYP. REFER TO LAYOUT DRAWINGS r O 7C illi 111 III COVER, TYP. REFER TO LAYOUT DRAWINGS AND CONFIGURATION SHEETS FOR AND CONFIGURATION SHEETS FOR LED AND CONFIGURATION SHEETS FOR INDIVIDUAL SLIP AMPERAGE RANGE, DO NOT INDIVIDUAL SLIP AMPERAGE RANGE, DO NOT LIGHTING, PHOTOCELL, INDIVIDUAL SLIP AMPERAGE RANGE, DO NOT MOUNT RECEPTACLE CIRCUIT BREAKERS MOUNT RECEPTACLE CIRCUIT BREAKERS D TYP- TYP MOUNT RECEPTACLE CIRCUIT BREAKERS DIRECTLY BELOW THE RECEPTACLE. PROVIDE DIRECTLY BELOW THE RECEPTACLE. PROVIDE DIRECTLY BELOW THE RECEPTACLE 20A GFI CONVENIENCE RECEPTACLE UNDER 20A GFI CONVENIENCE RECEPTACLE UNDER LED LIGHTING, TYP IN -USE WEATHER COVER IN -USE WEATHER COVER LED LIGHTING, HOSE - IN -USE WEATHERPROOF TYP p o o ` BRACKET ;� COVER FOR 30A & 50A ; ; ; HOSE . . • HOSE . u u RECEPTACLES, AND . BRACKET RESPECTIVE CIRCUIT BRACKET IN -USE WEATHERPROOF , .2o \,__ A COVER FORRECEPTACLESTW, OAND 50A Descril 4 — BRREAKERS (30Ma GFI) - n n n n RESPECTIVE CIRCUIT W 100A,2P,240V r BRREAKERS (30Ma GFI) n_�_ CIRCUIT BREAKER, _ o o o in II e: CIRCUIT II TYP �� ,,,- 3 U. BREAKER 0 100A, 3P, CIRCUIT ° . ° t BREAKER ° 100A, 240V 240V CIRCUIT o 0 h� 20A GFI CONVENIENCE RECEPTACLE, TYP 1 OR 2 100A, / j �� j '% BREAKER, TYP ` J RECEPTACLE, AND V ` - VI 1 / HOSE 480V, 3P 41 e 1 HOSE r �,o RESPECTIVE CIRCUIT ° ° � RECEPTACLES, � ° ° HOSE BIBB, TYP- HOSE BIBB, TYP • • o,� o BREAKER, TYP. NOTE: IF BUSS BAR PEDESTAL CONFIGURATION ACCESS PANEL GFI RECEPTACLE ALLOWS, SEE BUSS BAR CAN BE MOUNTED UNDER ( IN -USE RECEPTACLE DETAIL) COVER ° °BASED ° BIBB,TYP ° ° ON PEDESTAL TYPE HOSE BIBB, TYP BUSS BAR ACCESS PANEL (SEE BUSS BAR DETAIL) ° BIBB, TYP HOSE BIBB, TYP ° 100A, 480V, 3P RECEPTACLE, TYP. ONE OR TWO RECEPTACLES BASED ON PEDESTAL CONFIGURATION a -Z cn u) ° DINNER KEY MAR DCP DRAWING; PEDESTAL CONFIGURATIOI C SIDE FRONT SIDE FRONT SIDE FRONT 0 C TYPES A, B, C TYPES D TYPES E, F L1 N L2 L3 G Q O Q NOTES: / WATER p 'kJ p o 0 o ACCESS 0 1. PROVIDE ALL PEDESTALS AS POWDER COATED ALUMINUM, TYP. 0 O O o 0 0 ,O ��"�� �� �� COMPRESSION OR UL o o 2. PROVIDE ALL PEDESTALS WITH SINGLE SLIP METERING OF TOTAL ELECTRICAL USAGE. INCLUDE OPTION FOR REMOTE (WI-FI) METERING 120/ 120/ i1 �� % 0 APPROVED SCREW CLAMP e 'N w \F CAPABILITIES. 240V ACCESS 240V ACCESS 0 0 TERMINALS, SEE NOTE 6, 9, TYP — o N �' 0 0 3. PROVIDE ALL PEDESTALS WITH LED LIGHTING, INCLUDING INTEGRAL o o W U . .. N i•-•, Q ° �' PHOTOCELL DAY/NIGHT OPERATION CONTROLS. O 0 ^ W ^� W 0 o C C V C n• CS4. PROVIDE ALL PEDESTALS WITH POTABLE WATER SERVICE FOR EACH SLIP / IN O a Q (HOSE BIBB & HOSE BRACKET). BUSS BAR 5. DUAL SLIP PEDESTALS SHOWN. ACTUAL PEDESTAL CONFIGURATION COMMUNICATION ACCESS (NOT B (SINGLE / DUAL SLIP) BASED ON MARINA/SLIP LAYOUT AND AMERAGE REQUIREMENTS. REQUIRED) 6. PEDESTALS SHALL PROVIDE UL LISTED SERVICE BUSS ARRANGEMENT. BASE FOOTPRINT hdhk, 2937 SW 27th 101A COCONUT GROVE, FL 33133 305-230-1924 m o ffa tt & n i c h o l (FL EB 4877) 7. INCLUDE PEDESTAL LIGHTING IN PIER PHOTOMETRIC CALCULATIONS. 8. INTEGRAL COMMUNICATION CONNECTIONS ARE NOT REQUIRED FOR DINNER KEY MARINA. 9. CONTRACTOR SHALL PROVIDE A CRIMP TERMINAL LUG OR FERRULE FOR ALL LINE WIRES. 10. REFER TO MANUFACTURER INSTRUCTIONS AND DETAILS TO ORGANIZE PEDESTAL CONNECTION CONFIGURATIONS. "BASE FOOTPRINT" SHOWN FOR INFORMATIONAL PURPOSES ONLY. 11. PROVIDE ADDITIVE ALTERNATE 3 OPTIONAL BID ITEM FOR SEPERABLE PEDESTAL BASE AND "PEDESTAL HEAD". 12. PROVIDE ADDITIVE ALTERNATE 4 OPTIONAL BID ITEM FOR PEDESTAL GROUND FAULT LEVEL ANDKWH CONSUMPTION VIA WI-FI FOR REMOTE MONITORING. COORDINATE WI-FI MONITORING WITH WI-FI SYSTEM A PROVIDER TO FURNISH A COMPLETE AND INTEGRATED SOLUTION. A SEAL /1/ 1 GA /72 3 17/1 0 r7o 005'01 80 O RFI REVISION #01 2019-03-01 Sheet 0) NOT TO DCP 24 BE OCTOBER USED DRAWINGS FOR CONSTRUCTION 2018 Reference No. E-501 Q a INDEX: 65 OF 69 .'13 iLZ 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 r m 1, �,„.v. NOTES: UTILITY ELECTRICAL 1.CRITERIASINGLE INE REQUIREMENTAGRAM IS FOR PURPOSES ORMATIONAL AND ONLY, FINAL DESIGN 4i`� * it,�Z INCORP0RFTED 1R ' 0� FEED WILL BE BASED ON DB TEAM CALCULATIONS AND WILL ��`'�►►►►k� - • DESIGN. "A" EXISTING UNDERGROUND AREA UTILITY PAD MOUNT TRANSFORMER 2. ALL CONDUCTORS SHALL BE COPPER. ALUMINUM EXISTING UNDERGROUND c 1 a Q D CONDUITS, REFER TO E-010 FOR LOCATIONS (BY UTILITY), 480V, 30 CONDUCTORS ARE NOT ACCEPTABLLE. SECONDARY, REFER TO E-010 CONDUITS, REFER TO E-010 FOR LOCATIONS D M o AND SIZES, SEE NOTE 6 I I TT - FOR LOCATION 3. PROVIDE TERMINATION LUGS FOR ALL ELECTRICAL AND SIZES, SEE NOTE 6 EQUIPMENT AS SHOWN IN THESE PLANS. UTILITY METER, COORDINATE METERING Description r _IL 1 - 4. PROVIDE PHENOLIC LABELS (WHITE WITH BLACK WITH FPL AND OWNER LETTERS) ON ALL ELECTRICAL GEAR COMPONENTS t SHOWN. COORDINATE WITH OWNER FOR EXACT NAMING I CONVENTION. I b Q PIER 1 SERVICE ENCLOSED LSG CIRCUIT BREAKER, SE RATED, 480V, 30, NEMA 6P, b ) Q PIER 2 SERVICE 5. PROVIDE NEMA 6P, SS DISCONNECTS FOR EACH PIER ENCLOSED LSG CIRCUIT) FEED, SIZE BASED ON LOAD CALCULATIONS. REUSE BREAKER, SE RATED, EXISTING CONDUITS FROM EXISTING DISCONNECT 480V, 30, NEMA 6P, REVISION 1 LOCATION TO EACH PIER. SEAL CONDUITS WATER TIGHT I SEE NOTE 5 I SEE NOTE 5 INTO 6P ENCLOSURE. o 0 i EXISTING ELECTRICAL VAULTS, EXISTING ELECTRICAL VAULTS, CAPTURE EXISTING POWER FEED CONDUIT, EXTEND NEW CONDUIT AS REQUIRED AT PIER ENTRANCE REFER TO E-010 FOR LOCATION CAPTURE EXISTING POWER FEED CONDUIT, EXTEND NEW CONDUIT AS PROVIDE GROUND FAULT REQUIRED AT PIER ENTRANCE _ REFER TO E-010 FOR LOCATION 6. EXISTING UNDERGROUND CONDUIT BETWEEN PIER SERVICE DISCONNECT AND PIER IS TO BE REUSED. REMOVE EXISTING FEED CONDUCTORS, CLEAN CONDUIT AND REPAIR AS NECESSARY. CONDUCTOR SIZE AND PROVIDE GROUND FAULT COUNT BASED ON DB TEAM ELECTRICAL DESIGN e N MONITORING SYSTEM, SEE MONITORING SYSTEM, SEE CALCULATIONS. GFM NOTE 14 I GFM NOTE 14 Q Z W Z P1-1 PANELBOARD P2-1 PANELBOARD 7. PROVIDE 480V, 30 NEMA 3R, SS PANELBOARDS AT m C PROVIDE SHUNT -TRIP [80V, 03, NEMA 3R, • 1 7 SS, SEE NOTES 6,7,8,9)__i I SHUNT -TRIP CIRCUIT BREAKER I I I [80V, 03, NEMA 3R, • 1 7 SS, SEE NOTES 6,7,8,9 J 1 SHUNT -TRIP CIRCUIT BREAKER I EACH PIER FOR ELECTRICAL DISTRIBUTION OF 480V, 10 POWER TO EACH MARINE SUBSTATION. REFER TO I ELECTRICAL LAYOUT SHEETS E-101 TO E-109 FOR LOCATIONS OF PANELBOARDS. BALANCE SINGLE PHASE I C DINNER KEY MAR DCP DRAWING: AREA A SINGLE L DIAGRAM Z CIRCUITI BREA E1RS TO SUBSTATIONS {o A,B 2P {o I B,C 2P {o A,C 2P ('3P CB ('3P 30A CB Q 3P CBI I gROA D RS ECIFRCUIT MISC PIER ELECTRICAL LOADS AS NEEDED, PROVIDE 2 CB OF i IPRV L I - �o A,B 2P �o B,C 2P Xo A,C 2P C o3P CB C 30A o3P CB Q 3P CBI LOADS. PROVIDE PANELBOARD WITH SHUNT -TRIP MAIN I CIRCUIT BREAKER, AND PROVIDE SHUNT -TRIP CIRCUITcp BREAKERS FOR SUBSTATION FEEDER CIRCUITS. FACTORY INSTALL AND PREWIRE AS INTEGRAL PART OF PANELBOARD. I SPD EACH SIZE AS SPARE SPD 1 _1 I i PROVIDE 8. PROVIDE (3) MARINE SUBSTATIONS WITH INTEGRAL CIRCUIT PRIMARY CIRCUIT BREAKER, TRANSFORMER, AND MCB 0) PROVIDE GROUND BREAKERS FOR MISC PIER PANELBOARD. BALANCE LOADS IN PANELBOARD FOR N PROVIDE GROUND ELECTRICAL LOADS AS SUBSTATION LOADING. FAULT MONITORING GFM GFM FAULT MONITORING NEEDED, PROVIDE 2 CB OF e 1N SYSTEM, SEE NOTE 10 3 SYSTEM, SEE NOTE 10 3 EACH SIZE AS SPARE 9. BALANCE LOADS OF EACH PIER INTO 3 SUBSTATIONS w 3 3 o EQUALLY. INCLUDE MISCELLANEOUS LOADS ON PIER oject No. 50-08 N PROVIDE CONDUIT AND CONDUCTORS TO • PROVIDE CONDUIT AND CONDUCTORS TO INTO SUBSTATIONS INCLUDING: SINGLE PHASE LOADS FOR LIGHT BOLLARDS, ACCESS POINT POWER, AND o - ° (° C,'AND SUBSTATIONS, SIZE COUNT PROVIDED BY DB TEAM o 0 (0 SUBSTATIONS, SIZE AND COUNT PROVIDED BY DB TEAM o (0 (0 0 GATE SECURITY AS REQUIRED. 0l 10. PROVIDE GROUND FAULT PROTECTION MONITORING AS o 2 M&N Pr 94 Drawing Plot soak by ESPINO, GUILLERti PROVIDE PRIMARY CIRCUIT BREAKER, TYP C •� •� PROVIDE PRIMARY CIRCUIT BREAKER, TYP 480V, 10- 120/240V, 10 • • SHOWN ON SINGLE LINE,SIMILAR TO BENDER GROUND FAULT MONITOR SYSTEM , ORIN EQUALNEMA. 3RMOUNT ,SS AT PANELBOARD LOCATIONSENCLOSURE. Ckd by: CH KR tted by: 3LANKENSHIP -ATT & NICHOL 480V, 10- 120/240V, 10 (YYYI (YYYI TRANSFORMER, TYP- mrY) ry-YY� CONTROL OUTPUT OF GFM TO SHUNT -TRIP CIRCUIT TRANSFORMER, TYP _�YYYI ,rYYYI B AKERS AS SHOWN. SET TRIP RATING FOR GFM AT-2 z _a u_ 3 30mA MAXIMUM. PROVIDE DEDICATED GFM OF 100A c , w .� W u B PROVIDE GROUND FAULT 3 PTACLES, AS THESE CIRCUIT BREAKERS CANNOT B o o� 2 Q. GFM 3 MONITORING SYSTEM, GFM 3 3 � BE PROVIDED WITH THE REQUIRED 30mA GFI OPTION. N SEE NOTE 10, 15- PROVIDE GROUND FAULT L o 0 �o o �o I L 0 �o o PROVIDE SHUNT -TRIP CIRCUIT BREAKERS IN PANELBOARDS FOR 100A, 240V RECEPTACLES. Q o MONITORING SYSTEM, SEE NOTE 10, 15 o o o M LI M N 11. SEAL ALL CONDUITS ENTERING/EXITING FEED v) PANELBOARD MAIN CIRCUIT BREAKER (SHUNT -TRIP), TYP P1-21 P1-22 PEDESTAL PEDESTAL PANELBOARD MAIN 2x100A, 2x100A, CIRCUIT BREAKER REFER TO REFER TO (SHUNT -TRIP), TYP SUBSTATIONS SUBSTATIONS FOR SINGLE FOR SINGLE PHASE, TYP PHASE, TYP P2-27 P2-28 DISCONNECTS, PANELBOARDS, SUBSTATIONS AND PEDESTAL PEDESTAL PEDESTALS. 1x100A, 1x100A, REFER TO REFER TO 12. PRE -WIRE PANELBOARD SHUNT -TRIP CIRCUIT SUBSTATIONS SUBSTATIONS BREAKERS IN FACTORY TO TERMINAL BLOCKS. FOR SINGLE FOR SINGLE PHASE, TYP PHASE, TYP I 2937 SW 27th AVE. COCONUT GROVE, FI 305-230-19: moffatt & nichol (FL EB 4877 13. 208Y/120V, 30 (OR 220Y/127V, 30) DISTRIBUTION IS TO PEDESTALS AND PIER 1 LOADS, TYP TO PEDESTALS AND PIER 2 LOADS, TYP NOT ACCEPTABLE IN LIEU OF 120/240V, 10, 3 WIRE DISTRIBUTION. MARINE SUBSTATIONS, NEMA 3R SS, MARINE SUBSTATIONS, NEMA 3R SS, • 480V-240/120V, 10, 3W. PROVIDE POWER TO 480V-240/120V, 10, 3W. PROVIDE POWER TO I 14. PROVIDE 100 mA GFM WITH SHUNT -TRIP CIRCUIT PEDESTALS, LIGHTED BOLLARDS AND PEDESTALS, LIGHTED BOLLARDS AND BREAKERS. COMMUNICATION/SECURITY EQUIPMENT. BALANCE COMMUNICATION/SECURITY EQUIPMENT. BALANCE PIER LOAD BETWEEN 3 SUBSTATIONS LOCATED ON PIER LOAD BETWEEN 3 SUBSTATIONS LOCATED ON 15. ADDITIONAL GROUND FAULT PROTECTION NOT REQUIRED EACH PIER, REFER TO PIER 1 LAYOUT DRAWING A EACH PIER, REFER TO PIER 2 LAYOUT DRAWING FOR CIRCUITS BREAKERS FED FROM GFI (50 AND E-101 FOR LOCATIONS. SEE NOTE 8,9,11,13 E-102 FOR LOCATIONS. SEE NOTE 8,9,11,13 BELOW). 1 rn D J RFI REVISION #01 2019-03-01 Sheet o NOT TO DCP 24 BE OCTOBER USED DRAWINGS FOR CONSTRUCTION 2018 Reference No. E-601 7 INDEX: 66 OF 69 .J9j 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 r m 1, �,„.v. NOTES: UTILITY ELECTRICAL 1.CRITERIASINGLE INE REQUIREMENTAGRAM IS FOR PURPOSES ORMATIONAL AND ONLY, FINAL DESIGN 4 * � it, INCORP0RFTED ' •) 1R FEED WILL BE BASED ON DB TEAM CALCULATIONS AND ��`'�i►►,�� K,1__--- • DESIGN. "B" EXISTING UNDERGROUND AREA UTILITY PAD MOUNT TRANSFORMER 2. ALL CONDUCTORS SHALL BE COPPER. ALUMINUM EXISTING UNDERGROUND c 1 a Q D CONDUITS, REFER TO E-010 FOR LOCATIONS (BY UTILITY), 480V, 30 CONDUCTORS ARE NOT ACCEPTABLLE. SECONDARY. REFER TO E-010 CONDUITS, REFER TO E-010 FOR LOCATIONS D M o AND SIZES, SEE NOTE 6 I I I I 1 - FOR LOCATION 3. PROVIDE TERMINATION LUGS FOR ALL ELECTRICAL AND SIZES, SEE NOTE 6 EQUIPMENT AS SHOWN IN THESE PLANS. UTILITY METER, COORDINATE METERING Description I-J I I I L - 4. PROVIDE PHENOLIC LABELS (WHITE WITH BLACK WITH FPL AND OWNER LETTERS) ON ALL ELECTRICAL GEAR COMPONENTS T SHOWN. COORDINATE WITH OWNER FOR EXACT NAMING I CONVENTION. I b Q PIER 3 SERVICE ENCLOSED LSG CIRCUIT BREAKER, SE RATED, 480V, 30, NEMA 6P, bl / Q PIER 4 AND PIER 8 PARTIAL SERVICE 5. PROVIDE NEMA 6P, SS DISCONNECTS FOR EACH PIER ENCLOSED LSG CIRCUIT BREAKER, SE FEED, SIZE BASED ON LOAD CALCULATIONS. REUSE RATED, 480V, 30, NEMA 6P, SEE EXISTING CONDUITS FROM EXISTING DISCONNECT REVISION 1 NOTE 5 LOCATION TO EACH PIER. SEAL CONDUITS WATER TIGHT I SEE NOTE 5 I INTO 6P ENCLOSURE. . 0 1 EXISTING ELECTRICAL VAULTS, EXISTING ELECTRICAL VAULTS, CAPTURE EXISTING POWER FEED CONDUIT, EXTEND NEW CONDUIT AS REQUIRED AT PIER ENTRANCE REFER TO E-010 FOR LOCATION CAPTURE EXISTING POWER FEED CONDUIT, EXTEND NEW CONDUIT AS PROVIDE GROUND FAULT REQUIRED AT PIER ENTRANCE _ REFER TO E-010 FOR LOCATION 6. EXISTING UNDERGROUND CONDUIT BETWEEN PIER SERVICE DISCONNECT AND PIER IS TO BE REUSED. REMOVE EXISTING FEED CONDUCTORS, CLEAN CONDUIT AND REPAIR AS NECESSARY. CONDUCTOR SIZE AND PROVIDE GROUND FAULT COUNT BASED ON DB TEAM ELECTRICAL DESIGN e N MONITORING SYSTEM, SEE MONITORING SYSTEM, SEE CALCULATIONS. P3-1 PANELBOARD GFM I NOTE 14 GFM NOTE 14 Q W P4-1 PANELBOARD 7. PROVIDE 480V, 30 NEMA 3R, SS PANELBOARDS AT Z m Z C PROVIDE SHUNT -TRIP [80V, 03, NEMA 3R, • I -I SS, SEE NOTES 6,7,8,9 J I SHUNT -TRIP CIRCUIT BREAKER I I I [80V, 03, NEMA 3R, • I -I SS, SEE NOTES 6,7,8,9 J I SHUNT -TRIP CIRCUIT BREAKER I EACH PIER FOR ELECTRICAL DISTRIBUTION OF 480V, 10 POWER TO EACH MARINE SUBSTATION. REFER TO I ELECTRICAL LAYOUT SHEETS E-101 TO E-109 FOR LOCATIONS OF PANELBOARDS. BALANCE SINGLE PHASE I C DINNER KEY MAR DCP DRAWING: AREA B SINGLE L DIAGRAM 9. m. by GESPINO BREAKERS TO SUBSTATIONS IFORCIRCUIT L _ I �o A,B 2P �o I B,C 2P �o I A,C 2P (3Po CB C 30A 3P CB \Q 3P CBI I BROPRA D E RSIRCUIT MISC PIER ELECTRICAL LOADS AS _ NEEDED, PROVIDE 2 CB OF I I L - I � A,B o 2P �o B,C 2P X0 A,C 2P Co3P CB ('3P ( 30A CB \Q 3P CBI LOADS. PROVIDE PANELBOARD WITH SHUNT -TRIP MAIN I CIRCUIT BREAKER, AND PROVIDE SHUNT -TRIP CIRCUIT BREAKERS FOR SUBSTATION FEEDER CIRCUITS. FACTORY INSTALL AND PREWIRE AS INTEGRAL PART OF PANELBOARD.co I SPD EACH SIZE AS SPARE L SPD I _1 I PROVIDE CIRCUIT 8. PROVIDE (3) MARINE SUBSTATIONS WITH INTEGRAL PRIMARY CIRCUIT BREAKER, TRANSFORMER, AND MCB BREAKERS FOR MISC PROVIDE GROUND PIER ELECTRICAL LOADS PANELBOARD. BALANCE LOADS IN PANELBOARD FOR PROVIDE GROUND �� SUBSTATION LOADING. ` J GFM GFM AS NEEDED, PROVIDE 2 N FAULT MONITORING FAULT MONITORING CB OF EACH SIZE AS SYSTEM, SEE NOTE 10 3 SYSTEM, SEE NOTE 10 3 9. BALANCE LOADS OF EACH PIER INTO 3 SUBSTATIONS w 3 3 o EQUALLY. INCLUDE MISCELLANEOUS LOADS ON PIER -oject No. 50-08 N V0; Sao PROVIDE CONDUIT AND CONDUCTORS TO PROVIDE CONDUIT AND CONDUCTORS TO SUBSTATIONS,SIZE AND INTO SUBSTATIONS INCLUDING: SINGLE PHASE LOADS FOR LIGHT BOLLARDS, ACCESS POINT POWER, AND W 1- o o (1)�; SUBSTATIONS, SIZE AND COUNT PROVIDED BY DB TEAM 0 (0 0l COUNT PROVIDED BY DB of TEAM o (0 (0 0l GATE SECURITY AS REQUIRED. 0l 10. PROVIDE GROUND FAULT PROTECTION MONITORING AS z Drawing Drawing Plot scal n. by ESP/NO, GUILLEP PROVIDE PRIMARY CIRCUIT BREAKER, TYP C �/ • �/ PROVIDE CIRCUIT BREAKER, TYP 480V, 10- 120/240V, 10 •PRIMARY �/ �/ SHOWN ON SINGLE LINE, SIMILAR TO BENDER GROUND FAULT MONITOR SYSTEM OR EQUAL. MOUNT AT PANELBOARD LOCATIONS, IN NEMA 3R, SS ENCLOSURE. ned by: SGN Ckd by: CH KR wed by: :VR fitted by: BLANKENSHIP FATT & NICHOL 480V, 10-120/240V, 10 TRANSFORMER, TYP- ('YYY1 CONTROL OUTPUT OF GFM TO SHUNT -TRIP CIRCUIT TRANSFORMER, TYP -ill ,mild B AKERS AS SHOWN. SET TRIP RATING FOR GFM AT AXIMU 30mA MAXIMUM. PROVIDE DEDICATED GFM OF 100A c PROVIDE GROUND FAULT '_, o 1 B PROVIDE GROUND 3 3 PT AS THESE CIRCUIT BREAKERS CANNOT B o o m FAULT MONITORING GFM 3 MONITORING SYSTEM, GFM 3 BE PROVIDED WITH THE REQUIRED 30mA GFI OPTION. Q0 N SYSTEM, SEE NOTE 3 SEE NOTE 10,15 3 I PROVIDE SHUNT -TRIP CIRCUIT BREAKERS IN 10, 15. 0 0 0 0 0 0 o 0 0 0 0 0 PANELBOARDS FOR 100A, 240V RECEPTACLES. Q o M LL I M 1 N o N 11. SEAL ALL CONDUITS ENTERING/EXITING FEED J PANELBOARD MAIN CIRCUIT BREAKER (SHUNT TYPE), TYP P3-42 P3-43 PEDESTAL PEDESTAL PANELBOARD MAIN 1x100A, 1x100A, CIRCUIT BREAKER REFER TO REFER TO (SHUNT TYPE), TYP SUBSTATIONS SUBSTATIONS FOR SINGLE FOR SINGLE PHASE, TYP PHASE, TYP _ P3-43A P3-43B DISCONNECTS, PANELBOARDS, SUBSTATIONS AND PEDESTAL PEDESTAL PEDESTALS. 1x100A, 1x100A, REFER TO REFER TO 12. PRE -WIRE PANELBOARD SHUNT -TRIP CIRCUIT SUBSTATIONS SUBSTATIONS BREAKERS IN FACTORY TO TERMINAL BLOCKS. FOR SINGLE FOR SINGLE PHASE, TYP PHASE, TYP I 2937 SW 27th AVE. COCONUT GROVE, F 305-230-19 m o ffa tt & n i c h o l (FL EB 487 TO PEDESTALS AND PIER 3 LOADS, TY' PEDESTALS AND LOADS ON PIER 4, TYP 13. 208Y/120V, 30 (OR 220Y/127V, 30) DISTRIBUTION IS PEDESTALS AND LOADS ON PIER 8 NOT ACCEPTABLE IN LIEU OF 120/240V, 10, 3 WIRE MARINE SUBSTATIONS, NEMA 3R SS, (SLIPS #1 THROUGH SLIP #9),TYP • DISTRIBUTION. 480V-240/120V, 10, 3W. PROVIDE POWER TO I 14. PROVIDE 100 mA GFM WITH SHUNT -TRIP CIRCUIT PEDESTALS, LIGHTED BOLLARDS AND MARINE SUBSTATIONS, NEMA 3R SS, BREAKERS. COMMUNICATION/SECURITY EQUIPMENT. BALANCE 480V-240/120V, 10, 3W. PROVIDE POWER TO PIER LOAD BETWEEN 3 SUBSTATIONS LOCATED ON PEDESTALS, LIGHTED BOLLARDS AND 15. ADDITIONAL GROUND FAULT PROTECTION NOT REQUIRED A EACH PIER, REFER TO PIER 3 LAYOUT DRAWING COMMUNICATION/SECURITY EQUIPMENT. BALANCE FOR CIRCUITS BREAKERS FED FROM GFI (50 AND E-103 FOR LOCATIONS. SEE NOTE 8,9,11,13,15 PIER LOAD BETWEEN 3 SUBSTATIONS LOCATED ON BELOW). EACH PIER, REFER TO PIER 4 LAYOUT DRAWING E-104 & E-108 LAYOUT DRAWING FOR LOCATIONS. SEE NOTE 8,9,11,13,15 1 rn D J RFI REVISION #01 2019-03-01 Sheet o NOT TO DCP 24 BE OCTOBER USED DRAWINGS FOR CONSTRUCTION 2018 Reference No. E-602 7 INDEX: 67 OF 69 .'t3 `` 1 2 3 r 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 r 1, �,,,w.k\\\\y,` NOTES: UTILITY ELECTRICAL 1.CRITERIASINGLE INE REQUIREMENTAGRAM IS FOR PURPOSES ORMATIONAL AND ONLY, FINAL DESIGN 4i`� * it,�Z INCORP0RFTED 1R ' 0� FEED WILL BE BASED ON DB TEAM CALCULATIONS AND ��`'�►►►,�� K,1__--- DESIGN. "C" EXISTING UNDERGROUND AREA UTILITY PAD MOUNT TRANSFORMER 2. ALL CONDUCTORS SHALL BE COPPER. ALUMINUM 1 aQ D CONDUITS, REFER TO E-011 FOR LOCATIONS I (BY UTILITY), KVA, CONDUCTORS ARE NOT ACCEPTABLLE. REFER TO E-011 FOR D 00 . AND SIZES, SEE NOTE 6 I LOCATION 3. PROVIDE TERMINATION LUGS FOR ALL ELECTRICAL UTILITY METER, EQUIPMENT AS SHOWN IN THESE PLANS. COORDINATE METERING Description r I J 4. PROVIDE PHENOLIC LABELS (WHITE WITH BLACK WITH FPL AND OWNER LETTERS) ON ALL ELECTRICAL GEAR COMPONENTS SHOWN. COORDINATE WITH OWNER FOR EXACT NAMING CONVENTION. b Q PIER 5 AND PIER 8 PARTIAL SERVICE ENCLOSED LSG) CIRCUIT BREAKER, SE RATED, 480V, 30, NEMA 6P, 5. PROVIDE NEMA 6P, SS DISCONNECTS FOR EACH PIER FEED, SIZE BASED ON LOAD CALCULATIONS. REUSE EXISTING CONDUITS FROM EXISTING DISCONNECT REVISION 1 LOCATION TO EACH PIER. SEAL CONDUITS WATER TIGHT I SEE NOTE 5 INTO 6P ENCLOSURE. o i EXISTING ELECTRICAL VAULTS, CAPTURE EXISTING POWER FEED CONDUIT, EXTEND NEW CONDUIT AS REQUIRED AT PIER ENTRANCE REFER TO E-011 FOR LOCATION PROVIDE GROUND FAULT 6. EXISTING UNDERGROUND CONDUIT BETWEEN PIER SERVICE DISCONNECT AND PIER IS TO BE REUSED. REMOVE EXISTING FEED CONDUCTORS, CLEAN CONDUIT AND REPAIR AS NECESSARY. CONDUCTOR SIZE AND COUNT BASED ON DB TEAM ELECTRICAL DESIGN e N MONITORING SYSTEM, SEE CALCULATIONS. P5-1 PANELBOARD GFM NOTE 14 44 W 7. PROVIDE 480V, 30 NEMA 3R, SS PANELBOARDS AT DINNER KEY MARI! DCP DRAWINGS AREA C SINGLE LII DIAGRAM 9. m. by GESPINO C PROVIDE SHUNT —TRIP I-8480V, 03, NEMA 3R, SS, SEE NOTES 6,7,8,9 I I • I J o SHUNT —TRIP CIRCUIT BREAKER 7 EACH PIER FOR ELECTRICAL DISTRIBUTION OF 480V, 10 I POWER TO EACH MARINE SUBSTATION. REFER TO ELECTRICAL LAYOUT SHEETS E-101 TO E-109 FOR I LOCATIONS OF PANELBOARDS. BALANCE SINGLE PHASE C CIRCUIT BREAKERS TO SUBSTATIONS I L �o A,B 2P �o B,C 2P \o A,C 2P Co3P CB Co3P ( 30A CB \ 3P CBI PROVIDE CIRCUIT LOADS. PROVIDE PANELBOARD WITH SHUNT —TRIP MAIN I BREAKERS FOR MISC PIER CIRCUIT BREAKER, AND PROVIDE SHUNT —TRIP CIRCUIT ELECTRICAL LOADS AS BREAKERS FOR SUBSTATION FEEDER CIRCUITS. NEEDED, PROVIDE 2 CB OF FACTORY INSTALL AND PREWIRE AS INTEGRAL PART OF PANELBOARD. SPD EACH SIZE AS SPARE co 8. PROVIDE (3) MARINE SUBSTATIONS WITH INTEGRAL PRIMARY CIRCUIT BREAKER, TRANSFORMER, AND MCB 0) o PROVIDE GROUND PANELBOARD. BALANCE LOADS IN PANELBOARD FOR 3 SUBSTATION LOADING. •. J GFM FAULT MONITORING 1 � SYSTEM, SEE NOTE 10 3 9. BALANCE LOADS OF EACH PIER INTO 3 SUBSTATIONS w o �` EQUALLY. INCLUDE MISCELLANEOUS LOADS ON PIER oject No. -50-08 N V0; Sao PROVIDE CONDUIT AND CONDUCTORS TO INTO SUBSTATIONS INCLUDING: SINGLE PHASE LOADS FOR LIGHT BOLLARDS, ACCESS POINT POWER, AND H 8 (n N SUBSTATIONS, SIZE AND COUNT PROVIDED BY DB TEAM o 0 GATE SECURITY AS REQUIRED. o\ 10. PROVIDE GROUND FAULT PROTECTION MONITORING AS o a a) Z Drawing Drawing Plot scal m. by ESPINO, GUILLEP PROVIDE PRIMARY CIRCUIT BREAKER, TYP Co Co ••/) •SHOWN ) ON SINGLE LINE, SIMILAR TO BENDER GROUND FAULT MONITOR SYSTEM OR EQUAL. MOUNT AT PANELBOARD LOCATIONS, IN NEMA 3R, SS ENCLOSURE. ned by: iGN Ckd by: CH KR fitted by: BLANKENSHIP FATT & NICHOL 480V, 10-120/240V, 10 TRANSFORMER, TYP —111 CONTROL OUTPUT OF GFM TO SHUNT —TRIP CIRCUIT B AKERS AS SHOWN. SET TRIP RATING FOR GFM AT T 30mA MAXIMUM. PROVIDE DEDICATED GFM OF 100A `` 3 26 p. B PROVIDE GROUND 3 3 PTACLES, AS THESE CIRCUIT BREAKERS CANNOT B o o, m FAULTMONITORING SYSTEM, SEE NOTE GFM 3 BE PROVIDED WITH THE REQUIRED 30mA GFI OPTION. I PROVIDE SHUNT —TRIP CIRCUIT BREAKERS IN 10,15 _ o 0 0 0 0 0 PANELBOARDS FOR 100A, 240V RECEPTACLES. Q o M WM 1 11. SEAL ALL CONDUITS ENTERING/EXITING FEED J N PANELBOARD MAIN CIRCUIT BREAKER (SHUNT —TRIP), TYP ~ ~ ~ P5-44 P5-46 DISCONNECTS, PANELBOARDS, SUBSTATIONS AND PEDESTAL PEDESTAL PEDESTALS. 2x100A, 2x100A, REFER TO REFER TO 12. PRE —WIRE PANELBOARD SHUNT —TRIP CIRCUIT SUBSTATIONS SUBSTATIONS BREAKERS IN FACTORY TO TERMINAL BLOCKS. FOR SINGLE FOR SINGLE PHASE, TYP PHASE, TYP I 2937 SW 27th AVE. COCONUT GROVE, F 305-230-19 m o ffa tt & n i c h o l (FL EB 487 PEDESTALS AND LOADS ON PIER 5, TYP 13. 208Y/120V, 30 (OR 220Y/127V, 30) DISTRIBUTION IS PEDESTALS AND LOADS ON PIER 8 NOT ACCEPTABLE IN LIEU OF 120/240V, 10, 3 WIRE (SLIPS #10 THROUGH #25) DISTRIBUTION. 14. PROVIDE 100 mA GFM WITH SHUNT —TRIP CIRCUIT MARINE SUBSTATIONS, NEMA 3R SS, BREAKERS. 480V-240/120V, 10, 3W. PROVIDE POWER TO PEDESTALS, LIGHTED BOLLARDS AND 15. ADDITIONAL GROUND FAULT PROTECTION NOT REQUIRED A COMMUNICATION/SECURITY EQUIPMENT. BALANCE FOR CIRCUITS BREAKERS FED FROM GFI (50 AND PIER LOAD BETWEEN 3 SUBSTATIONS LOCATED ON BELOW). EACH PIER, REFER TO PIER 5 LAYOUT DRAWING E-105, AND PIER 8 LAYOUT DRAWING E-108 FOR LOCATIONS. SEE NOTE 8,9,11,13,15 1 rn D J RFI REVISION #01 2019-03-01 Sheet o NOT TO DCP 24 BE OCTOBER USED DRAWINGS FOR CONSTRUCTION 2018 Reference No. E-603 7 INDEX: 68 OF 69 .'t3 `` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING 1 2 3 4 5 r _ 1 NOTES: 1. SINGLE LINE DIAGRAM IS FOR INFORMATIONAL AND CRITERIA REQUIREMENT PURPOSES 7. PROVIDE 480V, 30 NEMA 3R, SS PANELBOARDS AT EACH PIER FOR ELECTRICAL LOCATIONS, IN NEMA 3R, SS ENCLOSURE. CONTROL OUTPUT OF FM TO SHUNT -TRIP ONLY, FINAL DESIGN WILL BE BASED ON DB TEAM CALCULATIONS AND DESIGN. DISTRIBUTION OF 480V, 10 POWER TO EACH MARINE SUBSTATION. REFER TO ELECTRICAL CIRCUIT BREAKERS AS SHOWN. SET TRIP RATING FOR GFM AT OmA MAXIMUM. PROVIDE LAYOUT SHEETS E-101 TO E-109 FOR LOCATIONS OF PANELBOARDS. BALANCE SINGLE DEDICATED GFM OF 100A RECEPTACLES, AS THESE CIRCUIT B A RS CANNOT BE 2. ALL CONDUCTORS SHALL BE COPPER. ALUMINUM CONDUCTORS ARE NOT ACCEPTABLLE. PHASE LOADS. PROVIDE PANELBOARD WITH SHUNT -TRIP MAIN CIRCUIT BREAKER, AND PROVIDED WITH THE REQUIRED 30mA GFI OPTION. PROVIDE SHUNT -TRIP CIRCUIT PROVIDE SHUNT -TRIP CIRCUIT BREAKERS FOR SUBSTATION FEEDER CIRCUITS. FACTORY BREAKERS IN PANELBOARDS FOR 100A, 240V RECEPTACLES. 3. PROVIDE TERMINATION LUGS FOR ALL ELECTRICAL EQUIPMENT AS SHOWN IN THESE PLANS. INSTALL AND PREWIRE AS INTEGRAL PART OF PANELBOARD. 11. SEAL ALL CONDUITS ENTERING/EXITING FEED DISCONNECTS, PANELBOARDS, SUBSTATIONS 01 REVISION 1 03.01.19 IWC Mark Description Date Appr. j D 4. PROVIDE PHENOLIC LABELS (WHITE WITH BLACK LETTERS) ON ALL ELECTRICAL GEAR 8. PROVIDE (3) MARINE SUBSTATIONS WITH INTEGRAL PRIMARY CIRCUIT BREAKER, AND PEDESTALS. COMPONENTS SHOWN. COORDINATE WITH OWNER FOR EXACT NAMING CONVENTION. TRANSFORMER, AND MCB PANELBOARD. BALANCE LOADS IN PANELBOARD FOR SUBSTATION LOADING. 12. PRE -WIRE PANELBOARD SHUNT -TRIP CIRCUIT BREAKERS IN FACTORY TO TERMINAL 5. PROVIDE NEMA 6P, SS DISCONNECTS FOR EACH PIER FEED, SIZE BASED ON LOAD BLOCKS. CALCULATIONS. REUSE EXISTING CONDUITS FROM EXISTING DISCONNECT LOCATION TO 9. BALANCE LOADS OF EACH PIER INTO 3 SUBSTATIONS EQUALLY. INCLUDE MISCELLANEOUS EACH PIER. SEAL CONDUITS WATER TIGHT INTO 6P ENCLOSURE. LOADS ON PIER INTO SUBSTATIONS INCLUDING: SINGLE PHASE LOADS FOR LIGHT 13. 208Y/120V, 30 (OR 220Y/127V, 30) DISTRIBUTION IS NOT ACCEPTABLE IN LIEU OF BOLLARDS, ACCESS POINT POWER, AND GATE SECURITY AS REQUIRED. 120 240V, 10, 3 WIRE DISTRIBUTION. 6. EXISTING UNDERGROUND CONDUIT BETWEEN PIER SERVICE DISCONNECT AND PIER IS TO BE REUSED. REMOVE EXISTING FEED CONDUCTORS, CLEAN CONDUIT AND REPAIR AS 10. PROVIDE GROUND FAULT PROTECTION MONITORING AS SHOWN ON SINGLE LINE, SIMILAR TO 14. PROVIDE 100 mA GFM WITH SHUNT -TRIP CIRCUIT BREAKERS. NECESSARY. CONDUCTOR SIZE AND COUNT BASED ON DB TEAM ELECTRICAL DESIGN BENDER GROUND FAULT MONITOR SYSTEM OR EQUAL. MOUNT AT PANELBOARD CALCULATIONS. 15. ADDITIONAL GROUND FAULT PROTECTION NOT REQUIRED FOR CIRCUITS BREAKERS FED UTILITY ELECTRICAL FEED FROM GFI (50 AND BELOW). AREA "D" UTILITY PAD MOUNT TRANSFORMER EXISTING UNDERGROUND (BY UTILITY), KVA, EXISTING UNDERGROUND e N CONDUITS, REFER TO E-011 FOR LOCATIONS ( REFER TO E-011 FOR CONDUITS, REFER TO 1 E-011 FOR LOCATIONS AND SIZES, SEE NOTE 6 1 1 LOCATION AND SIZES, SEE NOTE 6 -- UTILITY METER, MARINA ZINGS ILE LINE COORDINATE METERING I 1 I WITH FPL AND OWNER L _ 1 I I C b QCC PIER 6 SERVICE EXISTING UNDERGROUND ENCLOSED LSG CIRCUIT CONDUITS, REFER TO BREAKER, SE RATED, E 011 FOR LOCATIONS 480V, 30, NEMA 6P, AND SIZES, SEE NOTE 6 (5 ) Q PIER 7 AND PIER 8 PARTIAL SERVICE ENCLOSED LSG CIRCUIT BREAKER, SE RATED, 480V, 30, NEMA 6P, SEE b ) Q PIER 9 SERVICE ENCLOSED LSG CIRCUIT BREAKER, SE RATED, 480V, 30, NEMA 6P, C Y 44 CC p w a 0 'L z CC Q Q a o Z SEE NOTE 5 I NOTE 5 I I SEE NOTE 5 z V w EXISTING ELECTRICAL VAULTS, REFER TO E-011 FOR LOCATION EXISTING ELECTRICAL VAULTS, REFER TO E-011 FOR LOCATION EXISTING ELECTRICAL VAULTS, REFER TO E-011 FOR LOCATION 0 a Q CAPTURE EXISTING POWER FEED CONDUIT, EXTEND NEW CONDUIT AS REQUIRED AT PIER ENTRANCE CAPTURE EXISTING POWER FEED CONDUIT, EXTEND NEW CONDUIT AS REQUIRED AT PIER ENTRANCE CAPTURE EXISTING POWER FEED CONDUIT, EXTEND NEW CONDUIT AS REQUIRED AT PIER ENTRANCE co L 0> PROVIDE GROUND FAULT MONITORING SYSTEM, SEE PROVIDE GROUND FAULT MONITORING SYSTEM, SEE PROVIDE GROUND FAULT MONITORING SYSTEM, SEE I GFM GFM I GFM NOTE 14 P7-1 PANELBOARD NOTE 14 NOTE 14 P6-1 PANELBOARD P9-1 PANELBOARD L a [80V, 03, NEMA 3R, • I PROVIDE CIRCUIT BREAKERS I480V, 03, NEMA 3R, • I PROVIDE CIRCUIT BREAKERS 7 I480V, 03, NEMA 3R, . I 7 o M&N Project No. 9450-08 Drawing code: Drawing Scale: Plot scale: 1:1 (D SHE iP/NO, GUILLERMO; Save( PROVIDE SHUNT -TRIP SS, SEE NOTES 6,7,8,9 }HUNT -TRIP CIRCUIT FOR MISC PIER ELECTRICAL I LOADS AS NEEDED, PROVIDE 21 BREAKER CB OF EACH SIZE AS SPARE I SS, SEE NOTES 6,7,8,9 SHUNT -TRIP CIRCUIT FOR MISC PIER ELECTRICAL 1 LOADS AS NEEDED, PROVIDE 2I BREAKER CB OF EACH SIZE AS SPARE I 1 SS, SEE NOTES 6,7,8,9 }SHUNT 1 I -TRIP CIRCUIT BREAKER I Lu o CIRCUIT A,j2P(I ,C A,C A,B B,C A,C A,B B,C A,C BREAKERS TO SUBSTATIONS I _E 2PCB 30A ( 3P CB \p 3P CB O O O I - I -2P 2P 2P ( 30A 3P CB 3P CB \p CB {CCII2P I I 2P 2P O O (o\ \0 O 30A �L SPD �L SPD SPD -0 ZZ W _ 1 J �Y� I IL 1 GROUND 1 -2PROVIDE g, o o > w• o>, T cr B FAULT MONITORING B 0 PROVIDE GROUND GFM N N 3 PROVIDE GROUND GFM SYSTEM, SEE NOTE 10 GFM BREAKERSPROVIDE FOR MISC PIER N FAULT MONITORING FAULT MONITORING ELECTRICAL LOADS AS SYSTEM, SEE NOTE 10 3 SYSTEM, SEE NOTE 10 3 3 PROVIDE CONDUIT AND NEEDED, PROVIDE 2 CB OF o M °j 3 PROVIDE CONDUIT AND PROVIDE CONDUIT AND CONDUCTORS TO SUBSTATIONS, SIZE AND EACH SIZE AS SPARE 0 r, CONDUCTORS TO CONDUCTORS TO SUBSTATIONS, SIZE AND COUNT PROVIDED BY DB MARINE SUBSTATIONS, NEMA 3R SS, N .. w�- c W ! �, . SUBSTATIONS, SIZE AND COUNT PROVIDED BY DB TEAM PROVIDE PRIMARY CIRCUIT BREAKER, TYP o 0 0 0 l �/ COUNT PROVIDED BY DB o TEAM l � / PROVIDE PRIMARY CIRCUIT BREAKER, TYP o C 0 ( 0 0 •/ TEAM 0 ) PROVIDE PRIMARY CIRCUIT BREAKER, TYP • 480V,10- 120/240V, 10 TRANSFORMER, TYP, TYP o ( \ 0 ( \ 0 480V-240/120V, 10, 3W. PROVIDE POWER TO PEDESTALS, LIGHTED BOLLARDS AND COMMUNICATION/SECURITY 2937 SW 27th COCONUT GRO\ 305-23C C it O I (FL EB 5 E-604; Plotted 480V, 1-120/240V, 10 480V, 10-120/240V, 10 E �l EQUIPMENT. BALANCE . TRANSFORMER, TYP, TYP rYl PROVIDE GROUND FAULT 3 PIER LOAD BETWEEN 3 o0 TRANSFORMER, TYP - 1 (Y _Y MrY1 1 �1r' 2 MONITORING SYSTEM, SEE GFM 3 SUBSTATIONS LOCATED AM oS "ROVIDE GROUND FAULT 3 3 NOTE 10, 15 3 ON EACH PIER, REFER TO _ 3 GFM 3 M sNITORING SYSTEM, SEE GFM I L_ 0 0 0 PIER 9 LAYOUT DRAWING v 3 NOTE 10, 15 3 - - I- E-109. SEE NOTE o PROVIDE GROUND FAULT L_ 0 0 o L-_ o 0 0 o 0 o 8,9,11,13,15 ` E J .� MONITORING SYSTEM, SEE - - NOTE 10, 15 0 0 0 0 0 o e 1 I I PANELBOARD MAIN A PANELBOARD MAIN CIRCUIT BREAKER (SHUNT -TRIP), TYP TO PEDESTALS AND PIER 6 LOADS, TY" P6-37 P6-38 PEDESTAL PEDESTAL PANELBOARD MAIN 4x100A, 4x100A, CIRCUIT BREAKER REFER TO REFER TO (SHUNT -TRIP), TYP SUBSTATIONS SUBSTATIONS FOR SINGLE FOR SINGLE PHASE, TYP PHASE, TYP PEDESTALS PEDESTALS AND LOADS AND LOADS ON PIER 7, TYP ON PIER 8 P7-31 P7-30 CIRCUIT BREAKER PEDESTAL PEDESTAL (SHUNT -TRIP), TYP 1 x100A, 1x100A, REFER TO REFER TO SUBSTATIONS SUBSTATIONS �--, FOR SINGLE FOR SINGLE PEDESTALS PHASE, TYP PHASE, TYP �-, AND LOADS �-, ON PIER 9, TYP A \ SEAL cu -').- o v of 03 o MARINE SUBSTATIONS, NEMA 3R SS, 480V-240/120V, 10, 3W. ' (SLIPS #26 THROUGH SLIP #47),TYP 1 o , N- PROVIDE POWER TO PEDESTALS, LIGHTED BOLLARDS AND MARINE SUBSTATIONS, NEMA 3R SS, 480V-240/120V, 10, 3W. PROVIDE POWER RFI REVISION #01 2019-03-01 Sheet o, COMMUNICATION SECURITY EQUIPMENT. BALANCE PIER LOAD BETWEEN 3 SUBSTATIONS LOCATED ON EACH PIER, REFER TO TO PEDESTALS, LIGHTED BOLLARDS AND COMMUNICATION/SECURITY EQUIPMENT. PIER 6 LAYOUT DRAWING E-106 FOR LOCATIONS. SEE NOTE BALANCE PIER LOAD BETWEEN 3 SUBSTATIONS LOCATED ON EACH PIER, REFER 8,9,11,13,15 TO PIER 7 LAYOUT DRAWING E-107 & PIER 8 DRAWING E-108 FOR LOCATIONS. NOT TO DCP 24 BE OCTOBER USED DRAWINGS FOR CONSTRUCTION 2018 Reference No. E_604 7 SEE NOTE 8,9,11,13,15 INDEX: 69 OF 69 .'t3 !`` 1 2 3 4 5 DRAWING SCALES SHOWN BASED ON 22"x34" DRAWING Cnitg of 4Elliiami ADDENDUM No. 9 March 13, 2019 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. REQUESTS FOR INFORMATION (RFIs): RFI No. 3, submitted by Kearns Construction Co. on February 4, 2019 Q11. The Dinner Key Marine Repairs Design Criteria Package (Exhibit 11, attached) state, "Coordinate with the Owner to furnish and install one Dock Box per boat slip throughout the marina." Please provide specifications for the required dox boxes. A11. Provide Fiberglass Dock Box 50"L x 22"D x 24"H from C& M Marine, or approved equal. Q12. The Dinner Key Marine Repairs Design Criteria Package state, "Trash and Recycling Receptacle - Furnish and install once receptacle at each main pier entrance along the bulkhead. Coordinate with the Owner and marina management for style and exact location." Please provide sections for the trash and recycling receptacle. Al2. Provide two (2) side -by -side trash stations that measure 35"H x 21"W x 21"D from C& M Marine, or approved equal. Q14. Miami Dade County's Division of Environmental Resource Management {DERM) generally requires new marina signage. Who will secure and pay for the marina signage if required by DERM? A14. The City will provide signage. Q15. DERM generally requires an oil -spill response kit for new marinas. Who will secure and pay for the oil -response recovery kit? A15. The Design -Build team is responsible for providing an oil -spill response recovery kit. Q22. Is the repair of damaged handrail (Exhibit 22, attached) included in this RFP? A22. The handrail between both sections is included; the concrete bollard, however, is not. Q26. What is the contract duration for this project and when does the contract term commence? A prior response to this question is incomplete. A26. The contract commences when the Design -Build team receives the initial Work Authorization from the City. The Design -Build team shall submit a proposed contract duration and schedule with a total duration not to exceed 550 days, including design and construction. Q50. The City should soon start the repair process for the Seminole Boat Ramp (2700 South Bayshore Drive, Miami). This work will also require engineering and permits. The existing Pier 9 dingy dock will be out of service during Pier 9 repairs. The mooring field boaters may be unable to access their vessels without a dingy dock. Fixing the Seminole dingy dock will provide an alternative solution for the mooring filed boaters. A50. Correct, an alternative dingy dock will be required during construction. Temporary structures floating docks or access to the Marina will be provided by the City for the mooring field boaters. RFI No. 8, submitted by Kearns Construction Co. on March 5, 2019 Q1. Addendum No. 7 references new plans in Appendix A, Drawings. We are unable to locate any new electrical plans. Please provide any new electrical plans (see attached). Al . Revised electrical drawings with clouds were provided as part of Addendum No. 8, issued on March 8, 2019. Q2. The pedestal configuration Table adds 3 new pedestals types (El, E2, and F2). Each has a 3-phase outlet, but they are specified as 480-volts outlets. Is it possible that the intent was that they have 100 amp, 3-phase, 120 / 208-volt outlets rather than the 480-volt outlet described? A2. Previously, Piers 6 and 7 had 480V service. Per the revised drawings, 480V service has been included at all piers to accommodate larger, more updated vessels. See revised drawings for pedestal configurations. Q3. At our February 22, 2019 coordination meeting, the City stated that restored/ repaired gates should be included in the contractor's base bid proposal. These restored/repaired gates were damaged by Hurricane Irma. These gates were not included in the scope of work or in any prior amendments. Are the repairs and restoration of gates for Piers 1-7 included in the base bid work? A3. Reconditioning of the gates should be included as a Bid Alternate. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Department of Procurement, City of Miami Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 2 Addendum No. 9 RFP No. 18-19-005 Tag of Atiattri ADDENDUM No. 10 March 14, 2019 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. CLARIFICATIONS: 1. The Dinner Key Marina Bid Proposal Form is hereby deleted in its entirety and replaced with the attached Dinner Key Marina Bid Proposal Form (Revised 3/14/19) to reflect a revision in Additive Alternative #7, "Concrete Pile Cap Replacement." Please refer to the revised document attached as part of this Addendum. Attachment • Dinner Key Marina Bid Proposal Form, prepared by Moffatt & Nichol, dated March 14, 2019, 11 pages. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO,Director ----- Department of Procurement, City of Miami RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Proposal Form Revised, March 14, 2019 City of Miami 1 Bid Proposal Form — Dinner Key Marina Design Criteria Package (DCP) The following bid tabulation is based on the bid package and description of work included with the DCP. Section 1.1, 1.2 and 1.3 includes all work associated with the Base Bid. Sections 1.4, 1.5, and 1.6 include additive alternatives. Additive alternatives are described in detail in Section 1.5 of the DCP Program Requirements and within the DCP Drawings. The undersigned, having read and understood the Bidding Documents and examined the Project site and adjoining areas, and being familiar with the obstacles and conditions that will affect proposed Work, hereby offers and agrees to furnish all labor, products, and services needed to provide Work in accordance with the Bidding Documents as follows: 1.1 Base Bid — General Costs Provide a lump sum price for the General Costs related to the marina repair project. Pay Item Qty Unit Price Total Price Design, Engineering and Permitting 1 LS General Conditions 1 LS Mobilization 1 LS Final Survey 1 LS Performance and Payment Bond 1 LS Design Builders's Fee 1 LS Owner Permit Allowance 1 LS $ 20,000 Base Bid Subtotal — General Costs $ 1 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Proposal Form Revised, March 14, 2019 City of Miami 1.2 Base Bid — Structural Pay Item Qty Unit Price Total Price Submerged Debris Removal 200 CY Concrete Walkway Span Replacement 13 EA Timber Finger Pier Replacement (6 pile pier) 87 EA (including pile replacement) Timber Finger Pier Replacement (8 pile pier) 12 EA (including pile replacement) Timber Finger Pier Repair - Type 1 (6 pile pier) 80 EA (existing piles, stringers and deck remain) Timber Finger Pier Repair - Type 1 (8 pile pier) 8 EA (existing piles, stringers and deck remain) Timber Finger Pier Repair - Type 2 (6 pile pier) 30 EA (existing piles remain) Timber Finger Pier Repair - Type 2 (8 pile pier) 5 EA (existing piles remain) Timber Mooring Pile Replacement 40 EA Replace all Fiberglass Reinforced Plastic (FRP) 1 LS Grating Marina Appurtenances 1 LS Concrete Pile Repair Jackets 9 EA Base Bid Subtotal — Structural $ 2 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Proposal Form Revised, March 14, 2019 City of Miami 1.3 Base Bid - Electrical Provide a lump sum price to replace electrical utilities as indicated in the DCP Drawings. Pay Item Electrical System Fire Alarm System Qtv 1 LS 1 LS Low Voltage Infrastructure 1 LS (work coordinated with City's Vendor) Unit price Total Price Base Bid Subtotal — Electrical $ 1.4 Base Bid — Plumbing Provide a lump sum price to repair and/or replace plumbing utilities as indicated in the DCP Drawings. Pay Item Fire Suppression System Potable Water System Sewage Pumpout System Qtv 1 LS 1 LS 1 LS Unit Price Total Price Base Bid Subtotal — Plumbing $ 3 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Proposal Form Revised, March 14, 2019 City of Miami 2 Unit Price Items Provide unit price repair costs (unit prices must be for materials in -place, installed, all inclusive). The unit prices will be used as a basis for negotiating the cost of quantity changes during construction. Structural Items Pay Item Qtv Unit Price Concrete Deck Span Replacement 1 LF Concrete Pile Cap Replacement 1 EA Timber Pile Replacement 1 EA FRP Grating Replacement 1 SF Timber Decking Replacement 1 SF Timber X-Bracing Replacement 1 LF Timber Pile Cap Replacement 1 EA Marina Appurtenances Pay Item Qtv Dock Boxes 1 EA Trash and Recycling Receptacles 1 EA Cleats 1 EA Line Holders 1 EA Pile Hats 1 EA Aluminum Ladders 1 EA Electrical System Pay Item Qtv Lighted Bollards 1 EA Solar Navigation Lights 1 EA Unit Price Unit Price 4 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration (Unit Price Items Continued) Electrical System Bid Proposal Form Revised, March 14, 2019 City of Miami Pay Item Qty Unit Price Total Price Pedestal Type Al (Single Slip, 30A Recpt) 1 EA Pedestal Type A2 (Dual Slip, 30A Recpt) 1 EA Pedestal Type B1 (Single Slip, 50A & 30A Recpt) 1 EA Pedestal Type B2 (Dual Slip, 50A & 30A Recpt) 1 EA Pedestal Type Cl (Single Slip, 2-50A Recpt) 1 EA Pedestal Type C2 (Dual Slip, 4-50A Recpt) 1 EA Pedestal Type D1 (Single Slip, 2-50A & 1-100A Recpt) 1 EA Pedestal Type D2 (Dual Slip, 4-50A & 2-100A Recpt) 1 EA Pedestal Type El (Single Slip, 4-50A Recpt) 1 EA Pedestal Type E2 (Dual Slip, 4-50A & 2-100A Recpt) 1 EA Pedestal Type F2 (4-100A, 3 Phase, 480V) 1 EA 5 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Proposal Form Revised, March 14, 2019 City of Miami 3 Additive Alternatives 3.1 Additive Alternative #1— Repair of Non -Storm Related Damage The following items include the repair of marina structural damage that is not attributed to Hurricane Irma in September 2017. Pay Item Qty Unit Price Total Price Concrete Walkway Span Replacement 2,800 LF Concrete Walkway Span Repairs 600 CF Concrete Pile Cap Spall Repairs 500 CF Concrete Pile Cap Crack Repairs 200 LF Timber Mooring Pile Replacement 76 EA Subtotal — Additive Alternative #1 $ 3.2 Additive Alternative #2 — Finger Pier Upgrade Provide the additional cost (net add) to upgrade Finger Piers indicated as "replacement" in the DCP Drawings to be replaced using prestressed concrete piles, aluminum or FRP composite framing, with FRP grating. Pay Item Upgraded Finger Piers (6 pile pier) Upgraded Finger Piers (8 pile pier) Subtotal — Additive Alternative #2 Qty 87 EA 12 EA Unit Price Total Price $ 6 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Proposal Form Revised, March 14, 2019 City of Miami 3.3 Additive Alternative #3 — Remote Electronic Monitoring Pedestals Provide a lump sum price to upgrade all utility pedestals to include an electronic package to remotely monitor Ground Fault levels and Energy Consumption in KWH. Coordinate requirements with Wi-Fi communication system. Pay Item Qty Unit Price Total Price Additive Alternative #3 for Pedestal Al 7 EA Additive Alternative #3 for Pedestal A2 72 EA Additive Alternative #3 for Pedestal B1 7 EA Additive Alternative #3 for Pedestal B2 187 EA Additive Alternative #3 for Pedestal Cl 3 EA Additive Alternative #3 for Pedestal C2 10 EA Additive Alternative #3 for Pedestal D2 1 EA Additive Alternative #3 for Pedestal El 7 EA Additive Alternative #3 for Pedestal E2 3 EA Additive Alternative #3 for Pedestal F2 1 EA Subtotal — Additive Alternative #3 $ 3.4 Additive Alternative #4 — Greenheart Mooring Piles Provide a lump sum price for the additional cost to install greenheart mooring piles per the City of Miami's standard mooring pile specification in -lieu of piles as indicated in the DCP. Pay Item Qty Unit Price Total Price Greenheart Timber Mooring Piles (Base Bid) 40 EA Greenheart Timber Mooring Piles (Alt 1) 76 EA Subtotal — Additive Alternative #4 $ 7 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Proposal Form Revised, March 14, 2019 City of Miami 3.5 Additive Alternative #5 — Increase Pile Cut-off Elevation Provide a lump sum price for the additional cost to increase the cut-off elevation of all timber piles by 5-ft above the top of pile elevation indicated in the DCP. The price shall include additional embedment depth and diameter as determined by the D/B Team. Pay Item Qtv Unit Price Total Price Increase pile cutoff elevations by 5-ft 658 EA (Includes all replacement piles) Subtotal — Additive Alternative #5 $ 3.6 Additive Alternative #6 — Stainless Steel Twisted Plate Tie -Downs Provide a lump sum price for the additional cost to provide stainless steel Twisted Plate Tie -Down straps and connection hardware in -lieu of hot dipped galvanized. Pay Item Qtv Unit Price Total Price Provide stainless steel tie -down straps Subtotal — Additive Alternative #6 1 LS $ 3.7 Additive Alternative #7 — Concrete Pile Cap Replacement Provide a price for the additional cost to replace concrete pile caps between two adjacent walkway spans in -lieu of repairing the concrete pile caps. Pay Item Qty Unit Price Total Price Replace Concrete Pile Caps 30 EA Subtotal — Additive Alternative #7 $ 8 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration Bid Proposal Form Revised, March 14, 2019 City of Miami 3.8 Additive Alternative #8 — HDG Steel Cleats Provide a price to replace the remaining aluminum cleats at the Marina with HDG steel cleats. Pay Item Qtv Unit Price Total Price Replace Remaining Cleats 1078 Subtotal — Additive Alternative #8 $ 9 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration 4 Bid Summary Sheet Base Bid Summary Bid Proposal Form Revised, March 14, 2019 City of Miami 1.1 General Costs 1.2 Structural 1.3 Electrical 1.4 Plumbing Base Bid — Total Additive Alternatives $ $ Bid Alternative #1— Repair of Non -Storm Related Damage $ Bid Alternative #2 — Finger Pier Upgrade $ Bid Alternative #3 — Remote Electronic Monitoring Pedestals Bid Alternative #4 — Greenheart Mooring Piles $ $ Bid Alternative #5 — Increase Pile Cut-off Elevation $ Bid Alternative #6 — Stainless Steel Twisted Plate Tie -Downs Bid Alternative #7 — Concrete Pile Cap Replacement $ $ Bid Alternative #8 — HDG Steel Cleats $ Additive Alternatives — Total $ 10 RFP No. 18-19-005 Design -Build Services for Dinner Key Marina Repairs and Restoration 5 Authorization Bid Proposal Form Revised, March 14, 2019 City of Miami (Name of Bidder) (P. O. Box) (Street Address) (City, State/Country, Zip) (City, State/Country, Zip) (Name of Authorized Person) (Title of Authorized Person) (Signature of Authorized Person) (Date) CORPORATE SEAL 11