Loading...
HomeMy WebLinkAboutBack-Up DocumentsCITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Emilio T. Gonzalez, Ph.D. DATE: July 18, 2019 FILE: City Manager FROM: Annie Perez, CPPO, Director A Department of Procurement SUBJECT: Recommendation for Award of Bayside Wharf Miamarina — Pier 5 (North Section) REFERENCES: Invitation to Bid ("ITB") No. 18- 19-007-R ENCLOSURES: Bid Security List, Contractor's Price Proposal, Contractor's Best and Final Offer RECOMMENDATION: Based on the findings below, the Department of Procurement ("Procurement") hereby recommends that the referenced ITB be awarded to Kearns Construction Company ("Kearns"), which has been determined to be the sole lowest responsive and responsible Bidder, for ITB No. 18-19-007-R, Bayside Wharf Miamarina — Pier 5 (North Section) — Project No. B-70045 ("Project"). BACKGROUND: On May 20, 2019, Procurement issued a solicitation under full and open competition to obtain bids from qualified firms. On July 2, 2019, Procurement received one (1) Bid in response to the solicitation (see attached Bid Security List). Pursuant to the solicitation, the Bidder was required to have: i) a current certified General Contractor License issued by the State of Florida, or be a marine contractor with a CGC license. In addition, the Bidder was required to demonstrate that they have full-time key personnel with the necessary experience to perform the Project's Scope of Work by submitting details of at least three (3) projects completed within the past five (5) years whose scope of work included the construction of marine and/or overwater marina utility projects, similar to the Project's Scope of Work. The submitted reference projects must have demonstrated that the Bidder: i) was the Prime Contractor for the project; and ii) self -performed at least thirty percent (30%) of the Physical Labor Construction Work for the project. The Selected Bidder will be required to self -perform at least thirty percent (30%) of the Physical Labor Construction Work for the Project. FINDINGS: Procurement has completed the review of the Bid following the guidelines published in the solicitation. As reflected on the attached Bid Security List, Kearns was the sole Bidder with a Bid amount of $2,303,483.00, On July 10, 2019, pursuant to Section 18-85 of the City Code, Procurement requested Kearns to submit its best and final offer. On July 12, 2019, Kearns submitted its best and final offer in the amount of $2,285,296.00, extending $18,187.00 of savings to the City. After determining that Kearns was a responsive and responsible Bidder, who met the minimum requirements specified in the solicitation, the Department of Real Estate and Asset Management ("DREAM") reviewed Kearns's best and final offer and compared it to the design consultant's construction cost estimate, and determined that Kearns's best and final offer was acceptable. Based on the above findings, Procurement hereby recommends that the Project be awarded to Kearns. PR19208 Page 2 — Recommendation of Award of Bayside Wharf Miamarina — Pier 5 (North Section), ITB No. 18-19-007-R Project No. B-70045 Emilio T. Gonzalez, Ph.D., City Manager CONTRACT EXECUTION: Accordingly, Procurement hereby requests authorization to prepare for the execution of a contract with Kearns. The total Bid amount is $2,285,296.00 for the Scope of Work, plus an Owner's Contingency Allowance in the amount of $228,529.60, for a total contract amount not -to -exceed award value of $2,513,825.60. At its sole discretion, the City may substitute the use of Chromated Copper Arsenate piles for Greenheart piles for the mooring piles at any point during the construction of this Project at the additional cost of $800.00 per pile. Your signature below indicates your approval of Procurement's recommendation. Approved: milio 7 Gonzalez, Ph.D., City Manager Date: 7/22L c: Joseph F. Napoli, Deputy City Manager Fernando Casamayor, Assistant City Manager Sandra Bridgeman, Assistant City Manager/Chief Financial Officer Rafael Suarez -Rivas, Chief Assistant City Attorney Daniel Rotenberg, Director, DREAM Andrew Schimmel, Senior Project Representative, DREAM Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement PR1 9208 CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: Baysidc Wharf Miamarina —Pier 5 (North Section) BID NUMBER: ITB 18-19-007-R DATE BID OPENED: July 2, 2019 TIME: 3:00 p.m. BIDDER BID TOTAL BID BOND (ERZ AMOUNT CASHIER'S CHECK KEARNS Construction, CO $2,303,483.00 5% fro se S `�/. $y Y C., D 4 \# . � • . . 'Y f •e V• ♦/ �., k ` / :: ti..,%',ram4 , , On: Received (1) bid(s) on PREPARED BY: Deputy City Cleric KEARN s CONSTRUCTION CO • CGC 060194 July 12, 2019 Christine Tibbs Sr. Procurement Contracting Officer City of Miami Miami Riverside Center, Sixth Floor 444 SW 2nd Avenue Miami, Florida 33130 Subject: Best and Final Offer (BAFO) Bayside Wharf Miami Marina — Pier 5 (North Section) ITB: B-70045 Ms. Tibbs: As per your request (see attached), Kearns Construction Company's Best and Final Offer (BAFO) is Two - Millions Two Hundred Eighty -Five Thousand Two Hundred Ninety -Six Dollars and Zero Cents ($2,285,296.00). If the City can provide parking (7 parking spaces), please subtract $12,000 from our BAFO. As requested in Amendment No. 2, please ADD $800 per pile to change the CCA / PT mooring piles to greenheart mooring piles. Thank you for your help and consideration. Should you require any additional information, please contact this office. Very truly yours, John Kearns Chief Financial Officer cc. James Brock Sullivan — Kearns Construction Company Charles 5. Kearns — Kearns Construction Company 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com LUMP SUM TOTAL BAFO BID CONSTRUCTION COST FOR ITB NO. 18-19-007-R (City of Miami Project No. B-70045) 2285296.00 WRITTEN LUMP SUM TOTAL BAFO BID CONSTRUCTION COST (GUARANTEED MAXIMUM PRICE/COST): $ TWO MILLION TWO HUNDRED EIGHTY-FIVE THOUSAND TWO HUNDRED NINETY-SIX AND ZERO CENTS (Total BAFO Bid) Please sign and date below to certify your response above:.; John W. Kearns III Print Name CFO Signature 07/12/2019 Title Date Annie Perez, Director Procurement Department AP:ct 2 7/9/2019 Detail by Entity Name DIVISION Of CORPORATIONS 0g*0r tin official Imte of Florida ,v'brbe. Department of State / Disision of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation KEARNS CONSTRUCTION COMPANY Filing Information Document Number P01000015810 FEI/EIN Number 77-0615005 Date Filed 02/12/2001 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 10/11/2018 Principal Address 2550 SOUTH BAYSHORE DR, SUITE 206B MIAMI, FL 33133 Changed: 12/18/2018 Mailing Address 2550 SOUTH BAYSHORE DR, SUITE 206E MIAMI, FL 33133 Changed: 12/18/2018 Registered Agent Name & Address KUVIN, LOWELL J 17 EAST FLAGLER STE 223 MIAMI, FL 33131 Name Changed: 10/10/2016 Address Changed: 05/23/2011 Officer/Director Detail Name & Address Title CEO KEARNS, CHARLES S search sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq uirytype=EntityName&directionType=Initial&searchNameOrder=KEARNSC ONSTRUCT... 1/3 7/9/2019 , 4101 BRAGANZAAVENUE COCONUT GROVE, FL 33133 Title CFO KEARNS, JOHN WIII 4101 BRAGANZA AVENUE COCONUT GROVE, FL 33133 Title COO SULLIVAN, JAMES BJR 22550 SW 147 AVE M IAM I, FL 33170 Annual Reports Report Year Filed Date 2017 02/24/2017 2018 10/11/2018 2019 04/23/2019 Document Images 04/23/2019 — ANNUAL REPORT 10/11/2018 — REINSTATEMENT 02/24/2017 -- ANNUAL REPORT 10/10/2016 — REINSTATEMENT 01/09/2015 — ANNUAL REPORT 03/24/2014 — ANNUAL REPORT 01/15/2013 — ANNUAL REPORT 02/14/2012 — ANNUAL REPORT 05/23/2011 — ANNUAL REPORT 04/26/2011 -- ANNUAL REPORT 09/30/2010 — REINSTATEMENT 03/23/2009 -- ANNUAL REPORT 07/09/2008 — ANNUAL REPORT 05/01/2007 — ANNUAL REPORT 04/27/2006 — ANNUAL REPORT 04/29/2005 -- ANNUAL REPORT 07/20/2004 — ANNUAL REPORT 02/02/2004 — ANNUAL REPORT 10/20/2003 — REINSTATEMENT 02/27/2002 — ANNUAL REPORT 12/17/2001 — Reg. Agent Change 02/12/2001 -- Domestic Profit View image In PDF format View image in PDF format View image In PDF format View Image in PDF format View image in PDF format View image in PDF format View Image in PDF format View Image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image In PDF format View image In PDF format View image in PDF format View image In PDF format View image in PDF format View image In PDF format View image in PDF format View image In PDF format View image In PDF format Detail by Entity Name Honda DeDartment of State, Dyson ofC orpuratoas search.sunbiz.org/Inq ui r y/C orporati onSearch/SearchR es ul tD etail?inq uirytype= EntityN ame&di r ecti onType= Ini ti al &s earchN ameOrder= KEAR NSCONSTRUCT... 2/3 7/9/2019 Detail by Entity Name search.sunbiz.org/Inquiry/CorporationSearch/SearchResul tDetai l?inq ui rytype=EntityName&directionType=Initial&searchNameOrder= KEARN SC ON STRUCT... 3/3 SECTION 4 BID FORMS Submitted: JULY 2, 2019 Date City of Miami, Florida Office of the City Clerk City Hall, 1st Floor 3500 Pan American Drive Miami, Florida 33133-5504 The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to Contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 18-19-007-R Title: BAYSIDE WHARF MIAMARINA — PIER 5 (NORTH SECTION), CITY COMMISSION DISTRICT 2 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the Bid Guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract and fails to furnish the required Performance Bond and Payment Bond as well as the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors that may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there is a discrepancy between the numerical and written bid amount, the written bid amount will prevail. Form SU must be submitted with Bidder's Bid. The SU Form can be found posted on the webpage with the bid documents. Bayside Wharf Miamarina — Pier 5 68 ITB No. 18-19-007-R B-70045 SCOPE OF WORK: The Work consists of furnishing all materials, labor, and equipment necessary for the reconstruction of and improvements to existing Miamarina Bayside Wharf Pier 5 (North Section). The full Scope of Work is detailed in the Contract Documents. ITB No.: 18-19-007-R - BAYSIDE WHARF MIAMARINA - PIER 5 (NORTH SECTION) (The following MUST be filled in.) LUMP SUM TOTAL BID CONSTRUCTION COST $ �/ r WRITTEN LUMP SUM TOTAL E lD CONSTRUCTION COST (GUARANTEED MAXIMUM PRICE/COST):$ e'r j 1 a' 1 C' r (Total Bid) F3z�c � ThemsPc-e rlcuF_�heet-w+h iifiit Pfiii@$ fSrrQQ 411-1 Ca Yw4ihin�rcr~cvi 11416. lattp# lard 4,,e- a +r4wcafril 4ia€ i-Ca alJ#eyrB+dsarad-reposalsx#trn4: Failu-re-t-e-s-u-bmit-t-h-e-ap-r-ea4s#eet-may-res-4t-i+14he-bid-being-clotefrnifteel-to4ae-noff-respe NOT APPLICABLE Line No. Pay item No. Pay Item Description Unit Quantity Unit Cost Cost 1 1 2 2 3 3 4 4 I\ OT APPLICA LE 5 5 6 6 7 7 l 8 8 TOTAL Bayside Wharf Miarnarina — Pier 5 69 B-70045 ITB No. 18-19-007-R DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (If applicable) Part I: Listed below are the dates of issue for each Addendum received in connection with this bid: Addendum No. 1, Dated 06/18/2019 Addendum No. 2, Dated( - Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated Part II: No Addendum was received in connection with this bid. Part III: Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1. Small Business Enterprise ("SBE") Requirements (NOT APPLICABLE) Bidder certifies that it has read and understood the provisions of City of Miami Ordinance 13331, codified in the award of a Contract. 2. Non -Collusion Bidder certifies that the only persons interested in this bid are named herein; that no other person has any interest in this bid or in the Contract to which this bid pertains; that this bid is made without connection or arrangement with any other person. Bidder certifies that the selected independent third -party verifier will verify and certify compliance data and reports honestly and accurately. 3. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition. (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1). (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction. Bayside Wharf Miamarina — Pier 5 70 ITB No. 18-19-007-R B-70045 (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee. (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or focal health, law enforcement, or other appropriate agency. (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). 4. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal Contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal Contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal Contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and Contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000) and not more than one hundred thousand dollars ($100,000) for each such failure. * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered Contract/grant transactions over one hundred thousand dollars ($100,000) (per OMB). 5. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three (3) year period preceding this bid been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or Contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; Bayside Wharf Miamarina — Pier 5 71 ITB No. 18-19-007-R B-70045 (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and (d) Have not, within a three (3) year period preceding this application, had one (1) or more public transactions (Federal, State, or local) terminated for cause or default. (e) In addition, factors to be considered in determining responsibility of prospective contractual parties shall include but not be limited to: (1) Bidder does have availability of appropriate financial, material, equipment, facility, and personnel resources, and expertise, or the ability to obtain them, to meet all contractual requirements; (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to Contract with the City; and (5) Bidder will comply in supplying all requested information connected with the inquiry concerning responsibility. (f) Bidder has not had a termination, suspension, or cancellation of a City Contract, in whole or in part, for cause, due to a default by the Bidder or Offeror, within the past five (5) years, which has not been reversed on appeal by a court of competent jurisdiction; or (g) Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due the City. (h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court," as amended, or other applicable Federal, State or Local Rules of Court, and are subject to distribution to the City or withdrawal by the City by order of the court. (i) The Bidder shall provide any information requested by the Chief Procurement Officer or Procurement Officer concerning responsibility. If such contractual party fails to provide the requested information, the determination of responsibility may be made upon available information or the prospective contractual party may be found non -responsible. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) Bidder will, upon request, furbish evidence that the contractual party possesses such necessary resources; (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement with, satisfactory sources to provide such necessary resources. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami in writing. 6. Local Workforce Participation Requirements (NOT APPLICABLE) The Bidder certifies to the best of its -knowledge and beNef, that it and its principals: quarterly basis; (b) Have identified in City Form Subcontractor Utilization ("SU") a third party independent who verifies and is properly licensed under the provisions of F.S. 15,1,171,173, or 481 and who io not -with the Contractor; and Bayside Wharf Miamarina — Pier 5 72 ITB No. 18-19-007-R B-70045 (c) The selected third party, who independently verifies comp) Section 18 89 of the City Codo. Part IV: Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and Subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the bid and in the total bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. The Bidder further identifies the costs and methods summarized below: Description Unit Price Quantity Extended Method Price L F 100 I i Io ram- Total $ 10 0 Attached is a Bid Bond [A, Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of for the sum of Dollars {$ ). The Bidder hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto including without limitations Part I through IV have been, read, understood, and agree to by signing and completing the spaces provided below. Bidder Name: Kearns Consruction Company Signature: J <1_ Printed Name/Title: John Kearns, CFO City/State/Zip: Miami, FL 33133 Email: jkearns@kearnsconstruction.com Telephone No.: 305.461.0310 Fax No.: 305.461.1892 Social Security No. or Federal I.D. No. 77-0615005 Dun & Bradstreet No. 096018044 (If applicable) Bayside Wharf Miamarina — Pier 5 73 ITB No. 18-19-007-R B-70045 If a partnership, names and addresses of partners: N/A CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of KEARNS CONSTRUCTION COMPANY , a corporation organized and existing under the laws of the State of PI ORIDA , held on the2ndday of Jill , 2019, a resolution was duly passed and adopted authorizing (Name) JOHN KEARNS as (Title) CFO of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEE�EOF, 1 have hereunto set my hand this 2ND, day of JULY 20 19 Secretary: Print: CERTIFICATE OF AUTHORITY N/A (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) N/A Joint ventures must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). Bayside Wharf Miamarina — Pier 5 74 ITB No. 18-19-007-R 8-70045 CERTIFICATE OF AUTHORITY ' A (IF INDIVIDUAL) 1 HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. Signed: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 NOTARIZATION STATE OF COUNTY OF i lco"; .( e ) The foregoing instrument was acknowledged before me this Z- day of `‘l , 20 19, by Sot". K GLrn$ me or who has produced URE 0 ST/E OF FLORb 4 as identi ic- '• - • w o •id / did not) take an oath. LII— JMES B. SULLIVAN Notary public • State of Florida .i.i. Commission # GG 008091 , f My Comm. Expires Oct 19, 2020 t ''.4,°,,,gl. Bonded through National Notary Assn. • demermelemllemelmee PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Bayside Wharf Miamarina — Pier 5 75 ITB No. 18-19-007-R B-70045 BID BOND FORM (Page 1 of 3) State of Florida County of Miami -Dade City of Miami } } } Kearns Construction Company KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal, Hartford Fire Insurance Company as Surety, are held and firmly bound unto the City of Miami, in the Five Percent of Amount Bid penal sum of dollars ($ _50�0 lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated June 20 20 19 for: ITB No.: 18-19-007-R — BAYSIDE WHARF MIAMARINA — PIER 5 (NORTH SECTION) NOW THEREFORE: (a) If the Principal shall not withdraw said bid within one hundred eighty (180) calendar days after date of opening the same, and shall within ten (10) calendar days after the prescribed forms are presented to him for signature, enter into a written Contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such Contract; or (b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the City the difference between the amount specified in said bid and the amount for which the City may procure the required Work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. Bayside Wharf Miamarina — Pier 5 76 ITB No. 18-19-007-R B-70045 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound seals, this 20th day of June being hereto affixed, and these presents authority of its governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporation, Secretary only will attest and affix seal) v C� (Signature of authorized officer) parties have executed this instrument under their several , 20 19 , the name and corporate seal of each party duly signed by its undersigned representative, pursuant to PRINCIPAL: Kearns Construction Company (Name of Firm) Affix �4z s Seal (Title) 2550 South Bayshore Drive, Suite 206B (Business Address) Miami, Florida 33133 (City/State/Zip Code) SURETY: Hartford Fire Insurance Company (Corporate Surety) Affix Seal (Signature of Authorized Officer) Charles J. Nielson, Attorney -in -fact (Title) One Hartford Plaza (Business Address) Hartford, CT 06155 Bayside Wharf Miamarina — Pier 5 77 B-70045 (City/State/Zip Code) ITB No. 18-19-007-R BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL I, Ca SO I r'V , certify that I am the Secretary of the Corporation named as Principal in the within bond; that ���-�`+� of said corporation; that I know his signature, and the signature hereto is genuine; and that said b was du ,1 signed, sealed and attested for and in behalf of said corporation by auth of its governi + . ady. STATE OF Florida COUNTY OF Miami -Dade CITY OF Miami ) } orporat • Seal) Before me, a Notary Public duly commissioned, and qualified, personally appeared Charles J. Nielson to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the Hartford Fire Insurance Company and that he/she has been authorized by Hartford Fire Insurance Company to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this 20th ay of June 2019 Notary Pubif State of Florida at Large My Commission Expires: January 4, 2021 Bayside Wharf Miarnarina — Pier 5 78 ITB No. 18-19-007-R B-70045 r r — POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS THAT: Direct Inquiries/Claims to: THE HARTFORD BOND, T-12 One Hartford Plaza Hartford, Connecticut 06155 Bond.Claims(a)thehartford.com call: 888-266-3488 or fax: 860-7575835 Agency Name: NIELSON HOOVER & COMPANY INC Agency Code: 21-229752 x Hartford Fire insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the Laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited D. A. Belis, Tracey C. Brown -Boone, Natalie C. Demers, David R. Hoover, Stephanie McCarthy, Laura D. Mosholder, John R. Neu, Charles D. Nielson, Charles J. Nielson, Joseph Penichet Nielson, Daniel Frank Oaks, Brett Rosenhaus, Kevin Wojtowicz of MIAMI LAKES, Florida their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. / 47i John Gray, Assistant Secretary COUNTY OF HARTFORD On this 5th day of January, 2018, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. SS. Hartford M. Ross Fisher, Senior Vice President STATE OF CONNECTICUT I Kathleen T. Maynard Notary Public CERTIFICATE My Commission Expires July 31, 2021 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of June 2 0 , 2 019 Signed and sealed at the City of Hartford. Pl)P.2016 Kevin Heckman, Assistant Vice President r- ` QUESTIONNAIRE This completed form must be submitted with the bid. The City may, at its sole discretion, require that the Bidder submit additional information not included in the submitted form. Such information must be submitted within seven (7) calendar days of the City's request. Failure to submit the form, or additional information upon request by the City, shall result in the rejection of the bid as non- responsive. Additional pages may be used following the same format and numbering. By submitting its bid, the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1. a. How many years has Bidder been in business under its current name and ownership? 18 Professional Licenses/Certifications (include name and number)* Issuance Date State of FL Dept of Business & Professional CGC0601 94 Regulation Industry Licensing Board (`include active certifications of small business enterprise and name of certifying entity) b. Date Bidder licensed by Dept. of Professional Regulation: 08/31/2020 c. Qualified Business License: Yes ® No ❑ If Yes, Date Issued d. What is Bidder's business? Marine Construction (This answer should be specific. For example: paving, drainage, schools, interior renovations, etc.) e. Name of Qualifier, license number, and relationship to Bidder: Kearns Construction Company, CGC060194, CFO f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder. N/A 2. Name and Licenses of any prior companies: Name of Company License No. N/A Issuance Date N/A 3. Type of Business Entity: ❑ Corporation ® "S" Corporation 0 LLC 0 Sole Proprietorship ❑ Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract) 4. Business Entity Ownership: a. Identify all owners of the Business Entity. Bayside Wharf Miamarina — Pier 5 79 ITB No. 18-19-007-R B-70045 Name Title % of ownership Charles Kearns CEO 80% John Kearns CFO 10% James "Brock" Sullivan COO 10% b. Is any owner identified above an owner in another company? F-I Yes ❑X No If yes, identify the name of the owner, other company names, and % ownership N/A c. Identify all individuals authorized to sign for the Business Entity, indicating the level of their authority (check applicable boxes and for other provide specific levels of authority) Name Title Signatory Authority All Cost No -Cost Other Charles Kearns CEO 0 ❑ ❑ ❑ John Kearns CFO ❑ ® ❑ ❑ Brock Sullivan COO ❑ ❑ ® ❑ ❑ ❑ ❑ ❑ Explanation for Other: (Note: 'All" refers to any type of document including but not limited to Contracts, amendment, change proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. "Cost" refers to CPRs, COs. No -cost refers to RFIs, Notices, and other similar documents) 5. Employee Information: Total No. of Employees: 30 Number of Managerial/Admin. Employees: 5 Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) %% ,[,� I C. , it (t,vt < �� > e'. t (� S (� 4? / 0 C.e.A 5 Ad (..4.-A vt ;"--S 4-rce---fuf S How many employees are working under H2B visas? N/A 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: N/A 7 Insurance and Bond Information: a. Insurance Carrier name and address: Trinity Insurance 4000 Hollywood Blvd, Suite 555-S, Hollywood, FL 33021 b. Insurance Contact Name, telephone, and e-mail: Gloria Bravo, 305.874.6489 Email: bgloria@trinityinv.net c. Insurance Experience Modification Rating (EMR): 0.75 (for 2019)(EMR Letter Attached) Bayside Wharf Miamarina — Pier 5 80 ITB No. 18-19-007-R B-70045 (If no EMR rating please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: Please refer to attached litigtion/claims letter. e. Bond Carrier name and address: Nielson Hoover & Company, Inc. 8000 Governors Square Blvd, Suite 101, Miami Lakes, FL 33016 f. Bond Carrier Contact Name, telephone, and e-mail; Gicelle Pajon, 305.722.2663 Email: gpajon@nielsonbonds.com g. Number of Bond Claims paid out in last five (5) years and their corresponding value: N/A 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim or judgment, and settlement; unless the value of the settlement is covered by a written confidentiality agreement. Please refer to attached litigation/claims letter. 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: N/A 10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past five (5) years? Yes ❑ No ® If yes, provide an attachment that provides an explanation of the Project. 11. Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation. 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000) or greater, owned by the Bidder. B. Project Management and Subcontract Details 1. Bidder's Proigc1_11llanager for is Project: a. Name: b. Years employed by Bidder: 1 c. Licenses/Certifications(' L t`'` 27C' d. Last three (3) Projects with the company including role, Scope of Work, and value: # A C7",\‘',1 3 (-,- --f---e,V f' i rp-A-- iz.--7.--- I-1 4-4,-,-,..r 6,7i St-Q az tul t„..,--4N\ ,,,, ip a, 91,-4..,S 4?_v., � r tfri�0�.. �c �v��c7� tu,. ���ri 2, /0';ft`-'' 2. Subcontractors: Name Trade % of Work License No. Certification* c ec1li E(ecf r-'c 10 lo Ce_000N S Bayside Wharf Miamarina — Pier 5 81 ITB No. 18-19-007-R B-70045 LJ4Q 4C�'" C)S �C: c /ctZ 7 f `/ '('active certifications of small business enterprise and name of certifying entity) 3. Scope of Physical Labor Construction Work to be performed by Bidder and the corresponding percentage of the Work: (This does not include such items as Insurance " bonds, dumpsters, trailers, and other similar non - construction Work items) l � Y -- S �1 �} 1� �� B WWWWWW i� are acilac e, e- (?—[-- ) LO Q` `� �.� �,�� �� �-�-�z.� �►� � JCS le Ds- Bayside Wharf Miamarina — Pier 5 82 ITB No. 18-19-007-R B-70045 =-,€ Project No. B- 18-19-007-R CITY OF MIAMI CAPITAL IMPROVEMENTS PROGRAM SUBCONTRACTOR UTILIZATION FORM Project Title: Bayside Wharf Miamarina- Pier 5 (North Section) Sheet No. 1 of 1 This Form should be submitted with a bidder's bid form submittal. Failure to submit this Form with the bid may result in the bid being rejected as non -responsive. The City in its reasonable discretion may allow, in the interest of the competition, the Bidder to submit the Form after bids are due (as supplemental information). Provide the following information for each subcontractor regardless of tier.* Attach additional sheets if necessary. Name of Business Portion of Work Dollar Amount Percent 1 Address/City/State/Zip License Information*"` Miami-DadeCertification* CBE CSBE Q''- N/A D Type Number S.- sr L. 01 r <_ ��ec.1 f , 2Sc / ,C, /2 S•J 3 /2. 1--1 L1k- -1.,_ [.=c EJ lf-1.,?;zi. r3 !ry/&• LJ I 1 _ •1 L' .;mac; `14_"2CeL-f, P 4, 1r1:� J j % (W .0 -7 F-1-_--)-0 f.0 '!"-‘ /12,e p i..._ L a tom(! Q { -7 ' 1, _,.)- ,,-j . `rz ' ,'sc'%cz .re„ ".e � % c)<!la R 73`) 7L /'4 i.: cr : 114c, a�-...' j- - .-t c L.- `' C t 5 -'; LJ - LJ • - - * Must be certified by Miami -Dade County. All tiers must be shown, including multiple sub -tiers, if permitted by the Contract Documents. **List only those relevant to this Project. ***Check N/A if the listed SU does not have a CBE/CSBE certification (e.g., independent third party verifier) Form SU Form ITB-PCR To Whom ft May Concern Subject: Reference Letter ecbQ Ci Name of Bidder: Kearns Construction Company The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: 0140t Scope of Referenced Work: pe , 0f -f,z;r, ce itdeIL/ site Did the Scope involve marine and/or overwater marina utility construction? [✓/ Yes ❑ No Value of Project: $ 8_1 Cc©0 0 Date Completed: / / /Z o t f Percentage of physical construction Work self -performed by Bidder: /0 0 % Was Project completed on time and within budget E 'Yes E No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: Name of Project Owner: n�4t�1P � 4-te o Date: 6, f /g 12o+ Signature of Project Owner's Representative: Title: ?cc w,z. Telephone: '•Dc— `i6 Lam- CO2 Z E-mail: •r‘nuwtG,+'1�c,..[ awl Bayside Wharf Miamarina — Pier 5 83 ITB No. 18-19-007-R B-70045 Iitu taunt FORM ITB-GCR To Whom It May Concern Subject: Reference Letter oinort•tc a10Latib r the- eat roil andor Name of General Contractor: Kearns Construction Company The above referenced General Contractor ("GC") is responding to a bid that has been issued by the City of Miami. The City requires that the GC provide written references with their bid submission. By providing you with this document, the GC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pJnent: E Name of Referenced Project: ``ty-A../rfri 5 ��o�l�ng SeGt��i project Pwn Scope of Referenced Work: j)0,,,,0\,ks„, Gnc� k_ ceo lt,I of LiL skvl 114c-1 nc Did the Scope involve marine and/or overwater marina utility construction? 0' Yes ❑ No Value of Project: $ s`cce c'cc., Date Completed: +12c t s' Percentage of physical construction Work self -performed by GC: /co Was Project completed on time and within budget: Yes ❑ No If no, was the GC at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: Name of Project Owner: 'Frvi l.V4 WJ i +-e Signature of Project Owner's Representative: --� Title: Pr;Yin c P\cY',kt� Telephone: - ‘Akc0-0o.2.2._ E-mail: Date: col ifizoict Bayside Wharf Miamarina — Pier 5 84 ITB No. 18-19-007-R B-70045 Form ITB-PCR To Whom It May Concern Subject: Reference Letter Powicig§ettiontq0e pmpile Name of Bidder: Kearns Construction Company The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information yyo feel is I CI(' Name of Referenced Project: pertinent: Scope of Referenced Work: Did the Scope involve marine and/or overwater marina utility construction? Date Completed: 0 1 t Value of Project: $ rG''r�.'( Percentage of physical construction Work self -performed by Bidder: Was Project completed on time and within budget: I Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Yes LI No Comments: Name of Project Owner: �si ��f (I') at Date: ,Olg Signature of Project Owner's Representative: Title: Telephone: q61/ 3O ?) E-mail: Bayside Wharf Miamarina — Pier 5 83 ITB No. 18-19-007-R B-70045 -.� . TitTitu of .1i I' -mmi FORM ITB-GCR To Whom It May Concem Subject: Reference Letter The Following Section: to be Completed by the General Contractor. Name of General Contractor: Kearns Construction Company The above referenced General Contractor ("GC") is responding to a bid that has been issued by the City of Miami. The City requires that the GC provide written references with their bid submission. By providing you with this document, the GC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any Name of Referenced Project: \ cr other information you feel is perti nt: ��/? f j� �' {7 J — '� fi C 'l_� The Following Section to be Completed by the Project Owner, Scope of Referenced Work: He Oa: 16 Did the Scope involve marine and/or overwater marina utility construction? ,X Yes ❑ No Value of Project: $ t�� , th.)0 Date Completed: b 1a Percentage of physical construction Work self -performed by GC: -G % Was Project completed on time and within budget: Yes ❑ No If no, was the GC at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No If yes, please provide details: Comments: Name of Project Owner Signature of ProjectojOwner's Representative: / ilff Title: [nap ! I Yip rrr Of Yet K.... Telephone: 61 Fe - L3735 E-mail: 'L Lit E 0 1 Bayside Wharf Miamarina -- Pier 5 84 ITB No. 18-19-007-R B-70045 ��. Title: _RYy� Titt f Form ITB-PCR To Whom It May Concem Subject: Reference Letter Fiptfd aeetio . Name of Bidder: Kearns Construction Company The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Kc-5e<L; Q 1*-'1 2-4- lticc `. y0rQi0:i P. ox Cor tc ei ect bsrthe: ct sari - Scope of Referenced Work: r-LeptetCe ! 1 7 stP 144,4-144. a, et-0 G 5 Did the Scope involve marine and/or overwater marina utility construction? Yes ❑ No Value of Project: $ %, d4G obd. or Date Completed: (0 t201 S Percentage of physical construction Work self -performed by Bidder: t/Ca Was Project completed on time and within budget: [ Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? ❑ Yes No If yes, please provide details: Comments: Name of Project Owner: !-kr1; 0 fil1t5,V 0 Da : co 1 6 (Zd t A Signature of Project Owner's Representativ Co,7h-o//er' Telephone: �4 �� E-mail: ri art./4 47e1Tei co Bayside Wharf Miamarina - Pier 5 83 ITB No. 18-19-007-R B-70045 o'J FORM ITB-GCR To Whom It May Concern Subject: Reference Letter *400,0 beccimPle,teti by the GPOPrar, Para_ Name of General Contractor: Keams Construction Company The above referenced General Contractor ("GC') is responding to a bid that has been issued by the City of Miami. The City requires that the GC provide written references with their bid submission. By providing you with this document, the GC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is perti Name of Referenced Project: es-ei^ve. Hapf(A4 wei/k)5 Scope of Referenced Work: Y2 Q p c-e (S Did the Scope involve marine and/or overwater marina utility construction? Eg. Yes ❑ No Value of Project: $ j/ ��I eG Date Completed: (D "2-0/S Percentage of physical construction Work self -performed by GC: ( 0 Was Project completed on time and within budget: ayes ❑ No If no, was the GC at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ ikk If yes, please provide details: Comments: Name of Project Owner: rif}PA/ este : /!s (l r Signature of Project Owner's Representative: Title: Co i~fivlre� Telephone: q 6`1 - wa — 3 S'b -0 E-mail: ,*iprY Bayside Wharf Miamarina — Pier 5 84 ITB No. 18-19-007-R B-70045 KEARNS • CONSTRUCTION CO • CGC 060 194 Completed Projects: Kearns Construction Company / CGC 060194 July 02, 2019 Subject: Completed Projects Description Contract Amount Completion Date % Completed by Kearns Monty's in the Grove $6,500,000 January 2019 100% by Kearns Dock Replacement Project Included over water utilities Owner: Jose Hevia / Prime Marina Engineer: Kirk Lofgren / Ocean Consulting Cell: 305 457 5573 John Kearns — Project Manager for Kearns Construction Co. Brock Sullivan — Project Superintendent for Kearns Construction Co. Charles Kearns — Project Coordinator for Kearns Construction Co. Marina Palms New Marina $7,200,000 November 2015 90% by Kearns 116 Sip Marina, Sheet Pile Seawall with floating dock and fixed docks Project included over water utilities Commercial Dive and Demo exiting steel 200-ton boat lift Ed Bec: Project Rep 305 454 3214 Engineer: Coastal Systems International (Tim Blankenship) Telephone: 305 6613655 (Tim B.: 305 525 6472) John Kearns —Project Manager for Kearns Construction Company Brock Sullivan — Project Superintendent for Kearns Construction Co. Charles Kearns — Project Coordinator for Kearns Construction Co. Key Biscayne Yacht Club $2,100,000 Spring 2017 Remove Replace North Dock, Sheet Pile Seawall, Dredge, Floating Docks Project included overwater utilities Christine Stewart— Marina Manager/ KBYC 0ffice: 305 3618229 Cell: 954 562 7288 John Kearns — Project Manager for Kearns Construction Company Brock Sullivan — Project Superintendent for Kearns Construction Co. Charles Kearns — Project Coordinator for Kearns Construction Co. 80% by Kearns 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com KEARNS CONSTRUCTION CO • CGC 060194 1. Charles S. Kearns, G.C. — Project Coordinator - President, Owner and CEO for the Kearns Construction 4101 Braganza Ave, Miami, Florida 33133 Office: 305 461 0310, Cell: 786 295 1717 Company. Mr. Kearns is license holder (CGC 060194) and qualifier for the Kerns Construction Company. If awarded this project, Mr. Kearns will be assigned to this project. Mr. Kearns marine projects include the following: A. Marine Project Superintendent for the installation of Bellingham Marine Concrete docks for the 2017 Miami International Boat Show. Marine demolition, pipe pile driving and assembly of the concrete floating docks. B. Marine Project Superintendent for the Ocean Reef Bellingham Marine concrete floating docks (Phase I, 80 concrete floating dock slips). Existing concrete dock demolition. Pipe pile driving and the assembly of Bellingham Marine concrete floating docks. C. Marine Project Superintendent for the Ocean Reef Bellingham Marine concrete floating docks (Phase II, 110 concrete floating dock slips). Existing concrete dock demolition. Pipe pile driving and the assembly of the Bellingham Marine concrete floating docks D. Marine Project Superintendent for Stock Island Marina Village in Key West, Florida (120 concrete floating dock slips). Installed Bellingham Marine concrete floating docks, marine demolition, steel pipe pile driving, wooden dock construction and marine dredging. E. Marine Project Superintendent for the demolition and installation for Bellingham Marine concrete floating dingy docks at the Coral Reef Yacht Club, Miami, Florida. F. Marine Project Superintendent for the demolition and installation of Bellingham Marine aluminum framed / plastic float docks. This project was for the City of Miami at Kennedy Park. G. Marine Project Superintendent for the restoration of Bellingham Marine concrete floating docks. Beach sand had shifted and undermined the existing concrete floating docks. The project required that the existing floating dock be relocated and restored. The project also required significant dredging. This project was completed for the City of Miami at the Dinner Key Marina. H. Marine Project Superintendent for the City of Miami's floating dock at the Dinner Key Marina, Spoil Island E. I. Marine Project Superintendent at The Port of Miami Tunnel's marine excavation, underwater concrete placement and pipe pile installation. This was a $5,000,000 project which includes marine excavation (100,000 CY of dredging), tremie concrete placement and steel pile installation. The underwater concrete work is the largest tremie slabs in North America 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com K 1K FiARNS • s CONSTRUCTION CO • CGC 060144 2. James "Brock" Sullivan — Superintendent - Partner, COO. 4101 Braganza Ave, Miami, Florida 33133 Office: 305 461 0310, Cell: 305 986 2924 Mr. Sullivan is an Owner of the Kearns Construction Company and will assist Charles Kearns with the site management of the No Name Harbor Project. Brock has been with the Company since 1997 and supervised many significant projects. Mr. Sullivan marine and building projects include the following: A. Marina Palms (new 116 slip marina with fixed and floating docks) B. National Parks Service / Elliot Key — Remove and replace 40 slip Marina fixed and concrete floating docks C. National Parks Service / Elliot Key — New 200' concrete service bridge D. Key Biscayne Yacht Club (Mediterranean docks and Boat Ramp Docks) E. Key Biscayne Yacht Club (north dock — 35 slips, floating docks, dredge and breakwater) F. Remove and Replace seawalls for the City of Miami Beach (Lincoln Road and Sunset Island) G. Molasses Reef Marina, Key Largo Florida (Remove and replace existing 70 slip marina) H. Artificial Reef for Port Miami Deep Dredge (1,873 reef balls) I. Artificial Reef for Flagstones Deep Water Mega Yacht Marina (2,400 reef balls) J. Coral Reef Yacht Club — Dredge K. Coral Reef Yacht Club — Finger Piers L. Rickenbacker Marina (800 LF sheet pile wall. Bridge for boat launch. New docks @ 200 slip marina. M. City of Miami Mooring Pile Replacement (2005 — 2016 = 1,500 mooring piles) N. Miami Dade County Mooring Pile Replacement (2005 — 2016 = 500 mooring piles) O. South Miami Junior High — Second story bridge and elevators P. Miami Coral Park— new cafeteria Q. North West High school — new cafeteria R. Five (5) Don Pan Restaurants S. Monty's at Bayshore Landing — 50,000 SF office renovation T. Moir Residence — 3885 South Moorings Way, Miami (10,000 SF single family home) U. Reid Residence —4330 Douglas Road (9,000 5F addition Phase I, II, and II) V. Carlson Project (4,000 SF historic house renovation Phase I, it and III). W. Martha Ware Residence 6875 Granada Blvd, Coral Gables (8,000 SF home renovation) X. Maratha Ware Residence 6870 Granada Blvd, Coral Gables (8,500 SF home renovation) Y. Mark Ware Residence 6858 Granada Blvd, Coral Gables (5,000 SF home renovation) 2550 S. BAYSHORE DRIVE, suite 206E • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.Icearnsconstruction.com KEARNS s a CONSTRUCTION CO • CGC 060194 3. John W. Kearns Ill - Owner, Project Manager & CFO. Born: December 17, 1965 Office: 305 4610310 Email: JKearns@KearnsConstruciton.com Mr. Kearns prepares proposals and performs administrative work for the Kearns Construction Company. Mr. Kearns has been with the Kearns Construction Company since 2001. Kearns Construction Company is Florida's leading marina builder. Prior to Kearns Construction Company, John worked for Impregilo (Europe's 3"d largest contractor, 20 billion per year) for ten years. In Italy, John was the Contract Manager on a $900,000,000 U.S. Navy project. In Miami, Mr. Kearns was the Project Manager for the People Mover (Brickell Extension) and Senior Project Engineer on the $100,000,000 Federal Prison. Mr. Kearns was also the project manager on a 6 story; $12,000,000 dollar Arquitoncia designed office building on Miami Beach. John Kearns has also qualified / license holder (State of Florida, General Contractor) for a $100,000,000 metro rail project. Mr. Kearns was technically responsible for the new concrete beams connecting Miami International Airport and Jackson Hospital. He was also technically responsible for the $200,000,000 concrete beam project that connected Dolphin / Palmetto highways. The concrete beam work was for Rizzani De Eccher, USA. Mr. Kearns graduated from the University of Florida, School of Building Construction with honors. Mr. Kearns is also a state certified licensed general contractor. John Kearns is married with two children. 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www,kearnsconstruction.com PURCHASE DATE YEAR MAKE DIMENSIONS NAME SERIAL NUMBER VALUE BARGES 9/13/2018 2019 139 X 45 6-11 JENNIE K ABS BARGE PENDING $ 899,000.00 2/20/2017 2017 55 X 22 X 5 RB SECTIONAL SPUD BARGE N/A $ 25,623.62 3/26/2015 1985 STEEL 120 X 45 X 7 DAVIS 1259918 $ 330,000.00 10/9/2014 2014 33 X 22 X 3 SECTIONAL SPUD BARGE "SELF PROPELLED" N/A $ 30,813.00 10/5/2010 2010 STEEL 90 X 35 RIO SOCCO II $ 58,000.00 8/30/2006 2006 STEEL 100 X 36 X 8 HAIL MARY N/A $ 125,000.00 PUSHBOATS 1/2/2016 2016 STEEL 16 X 14 X 6 KAREN 1267798 $ 270,000,00 2/20/2012 2012 STEEL 25.5 X 14 X 6 ELLY 1243114 $ 220,000.00 2/20/2008 2008 STEEL 25.5 X 14 X 6 FAT JACK 1210609 $ 160,000.00 3/16/2006 1979 ALUMINUM 24'-8" MISS BLUE EYES MAK352930479 $ 28,000.00 2004 STEEL 42 X 16 X7 PEGGY ANN 1158586 CREW BOATS 2002 FIBERGLASS 18'-2" BOSTON WHALER BWCE3101E202 8/20/2014 1990 FIBERGLASS 19' BOSTON WHALER W/ 150 YAMAHA BWC7218EA090 $ 12,136.00 1/25/2014 2000 FIBERGLASS 22'-3" BOSTON WHALER W/ 225 HP YAMAHA BWCJL247F000 $ 16,658.00 5/31/2012 1995 18' BOSTON WHALER W/ 115 HP YAMAHA UNKNOWN $ 20,000.00 10/27/2017 2002 FIBERGLASS 39.3 X 13.1 X 6.3 BENETEAU "CATHERINE" SAILBOAT 1133756 $ 125,000.00 12/1/2015 2016 FIBERGLASS 34'-8" ISLAND RUNNER "OFFICIAL BUSINESS II" INT350320516 $ 248,000.00 2007 ALUMINUM 21'-0" PONTOON PARTY BOAT MAU30599A707 $ 7,000.00 1980 FIBERGLASS 25'-0" "OFFICIAL BUSINESS I" SXJ00098M80A PURCHASE DATE YEAR MAKE MODEL TONNAGE SERIAL NUMBER VALUE CRANES 7/31/2018 1984 AMERICAN 5300 CRAWLER CRANE 70 N/A $ 133,750.00 4/20/2018 1991 AMERICAN 5300 CRAWLER CRANE 70 9104AC3538 $ 79,500.00 9/19/2017 1966 AMERICAN 9299 CRAWLER CRANE 165 GS15966 $240,000.00 3/17/2017 2004 GROVE RT875E CRANE 75 223982 $ 220,000.00 12/5/2014 1979 AMERICAN 9260 CRAWLER CRANE 125 GS19876 $ 109,930.00 7/31/2014 1982 AMERICAN 5299A CRALWER CRANE 60 8202 AO 2980 $ 67,041.00 12/9/2011 1987 AMERICAN 7225 CRAWLER CRANE 85 8712AC3420 $ 143,150.00 1/27/2006 1992 AMERICAN 5299 CRAWLER CRANE 50 GS19213 $ 76,850.00 PURCHASE DATE YEAR MAKE MODEL SERIAL NUMBER VALUE SKID LOADER 2/18/2017 2005 CATERPILLAR 272D CAT0272DEGSL00567 $ 30,000.00 2/18/2013 2005 CATERPILLAR 262B CAT0262BHPDT02394 $ 18,000.00 1/31/2004 2001 CATERPILLAR 232B CAT00232JCAB01096 $ 15,000.00 EXCAVATOR 2/20/2017 2008 CATERPILLAR 314CLCR CAT0314CVSNY00213 $ 68,906.50 WELDER 2/19/2018 1998 MILLER 801D KJ103239 $ 8,005.00 2/19/2018 N/A MILLER 4D "BIG BLUE" N/A $ 9,065.00 VANTAGE400 K2410-2 U108010720 $ 4,000.00 DEUTZ D2011 L 03 10668915 $ 4,000.00 BUCKETS 9/11/2018 N/A OWEN 2118 48" CLAMSHELL 4640 $ 259.55 9/11/2018 N/A UNKNOWN 36" CLAMSHELL N/A $ 324.43 6/11/2018 N/A UNKNOWN CONCRETE BUCKET N/A $ 1,492.00 2/19/2018 N/A GAR -PRO CONCRETE BUCKET 07621D $ 5,002.00 2/19/2018 N/A GAR -PRO CONCRETE BUCKET 08253D $ 3,237.00 12/13/2017 N/A HARNISCHFERGER GP-100-H CLAMSHELL GP-535 $ 800.00 3/22/2016 N/A WILLIAMS 81MRZ 69" CLAMSHELL 16049 $ 1,210.00 8/18/2015 N/A UNKNOWN CLAMSHELL 14986 $ 247.17 7/16/2015 N/A HAWCO 6 CY CLAMSHELL N/A $ 12,000.00 7/10/2015 N/A ESCO 58" CLAMSHELL IP #US95612 $ 588.50 9/18/2013 N/A MCCAFFERY CLAMSHELL N/A $ 412.00 HAMMERS 6/15/2018 HMC 51-335 VIBRATORY HAMMER W/ POWER PACK $ 43,300 3/9/2018 2017 ATLAS SB702 CHIPPING HAMMER N/A $ 28,670 2/7/2018 2017 ATLAS SB702 CHIPPING HAMMER N/A $ 18,890 12/19/2017 2001 H&M H-2700 VIBRATORY HAMMER W/ POWER PACK Serial # 21008 PP Serial #21008-CTA Model #3306TA DE $ 100,000 MKT V5E VIBRATORY HAMMER W/ POWER PACK #110701E Model #HP10ST3 Serial #120201P John Deere #6068HF285 $ 44,383 K 1ARNS CONSTRUCTION CO • CGC 060194 June 20, 2019 Subject: Kearns Construction Company's Litigation / Past Five Years Currently, Kearns Construction Company is the defendant in two pending cases. 1. A boat Owner at Crandon Marina sued Kearns Construction Company and the Marina for allegedly sinking his 32' boat. The boat sank one week after Kearns Construction Company changed the pile at Crandon Marina. The boat Owner admitted (owner signed incident report) that the boat leaked (stuffing box) long before Kearns Construction Company started work at Crandon Marina. The Owner has settled for $18,000. 2. Kearns Construction Company performed seawall work for the City of Miami Beach (Summer 2011). The residential neighbor to the site sued the City of Miami Beach, Envirowaste (prime contractor) and Kearns Construction Company. The Plaintiff alleged movement to his existing seawall that caused $28,000 in damages. However, the Plaintiff has settled for $22,000. Both cases are covered by Kearns Construction Company's general liability insurance. These cases will not affect the financial viability of Kearns Construction Company. Kearns Construction Company has never been sued by a client, subcontractor, vendor or supplier. We have never had a vendor, supplier or subcontractor file a lien on any of its jobs. Kearns Construction Company has never been late on any contract and has never paid liquidated damages. 2550 S. BAYSHORE DRIVE, suite 206E • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnscanstruction.com Trinity Inv. Inc. d/b/a Trinity Insurance 4000 Hollywood Blvd., Suite #555-S, Hollywood, FL 33021 Miami Office Lines: 305-Trinity (87.4-6189) & (954) 613-3601, Fax Numbers: (954) 206-5978 or (954) 212-2255 Thursday, May 30th, 2019 RE: Kearns Construction Company — Experience Modification Factors To Whom it May Concern: This is to certify that our company insures the above referenced contractor and their Experience Modification Rate (EMR) for the most recent five (5) years is as follows: • 2015:.72 • 2016:.88 • 2017:.77 • 2018:.88 • 2019: .75 Please feel free to call us if we can be of further assistance on this or any other matter, for it will be our pleasure to do so. Sincerely, G4dria J. Bravo Commercial Lines, Construction & Marine Division Manager Direct Line: (954) 983-4252 or Cell (954) 649-9444 Email: bgloria@trinitvinv.net INSURANCE "We work for our clients, not ourselves, to improve coverage, service and provide ease of doing business while improving our clients' bottom line." A, RICK SCOTr, GOVERNOR JONATHAN ZACFIEM, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE GENERAL CONTRACTO HEREIN IS CERTIFIED UNDER THE PROVIS(ON►OF CHAPTER 4489 FCORIDA STATUTES KEARNS, CHARLES SWANSON KEARNg CbNSTR ICTION COMPANY 4101 BRAGANZAAVE MIAM1 fL 3313T EXPIRATION DATE:" AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. AC., (.,'I C L., V L. L% I I I IV tt'1 I L_ 1J 1 IL_ Itt1 La I L .1 1 1 II TI %7 V 1 Sin. I V V L. `r..-..----. DATE (MMIDOfYVYY) 06/17/2019 PRODUCER Trinity Inv. Inc b/d/a Trinity Insurance 4000 Hollywood Blvd Ste 555-S Hollywood, FL 33021 Phone' 305-TRINITY (874-6489), 954-829-5978, 954-613-3601 Fax: 954 206-5978, Email: bgloria oQttinityinv.net THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Keams Construction Company, Inc. 2550 South Bayshare Drive, Suite 206-B Coconut Grove, FL 33133 FLORIDA DBPR LICENSE #CGC060194 1 INSURER A: Continental Insurance Cornpany 35289 INSURER 8: Amencan Won ,e Mutual Assr(ALMA)US1riOteat.Ameac:n Ins Co;FL State Act) INSURER C: National Fre Insurance Co of Hanford 20478 INSURER D: Atlantic Specialty Insurance Co("Lead50%') 27154 INSURER E: Liberty International Uid ('Following 50%") 23043 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR AUU L INUU TYPE OF INSURANCE POLICY NUMBER POtTE (MM/ODIIYYYJE DA 1 p tt P84IE {M DD N LIMITS A Y GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY • CLAIMS MADE Q OCCUR ] Blanket Additional Insureds ML 9780064 .Blanket Additional Insured, Waiver of Subrogation,Primary Non -Contributory, Per Project Aggregate "When required by written contract" , 03/29/2019 03/29/2020 EACH OCCURRENCE $ 1,000,000 PRc.NSE5T0(Eaoecuence) $ 250,000 MED EXP (Any one person) 5 10,000 PERSONAL&ADVINJURY $ 1,000,000 J Includes XCU GENERALAGGREGATE $ 2,000,000 GEM_ AGGREGATE LIMIT APPLIES PER: POLICY PROJECT n LOC PRODUCTS - COMP/OP AGG $ 1,000,000 Deductible BIPD ea claim $2,500 C rry .y AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS J FIRED AUTOS NON -OWNED AUTOS .:d 'Blkt Addl Insured, Waiver of Subrogation BUA6023678054 *Blanket Additional Insured, Waiver of Subrogation, g , Primary Non -Contributory "When required by written contract 03/29/2019 03/29/2020 COMBINED SINGLE UMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) 5 (Per BODILY 5 PROPERTY DAMAGE (Per accident) $ ✓ Primary Non -Contributory GARAGE LIABIU1Y ANY AUTO 7 , AUTO ONLY - EAACCIDENT 5 EA ACC OTHER THAN S AUTO ONLY: AGO $ D & E EXCESS/UMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE 71 RETENTION $ 25,000 g5JH26243 Lead & ATAA1SP8003 Following 50% Quota Share Each (Lead & Following) 03/29/2019 03/29/2020 EACH OCCURRENCE $ 10,000,000 $ 1 0,000 000 AGGREGATE Follow FomJOrop Down $ INCL 'Scheduled Vessels" $ ONLY $ B Irk WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PA.RTNER/EXECUTVE OFFICER/MEMBER EXCLUDED? Np If yes, describe under SPECIAL PROVISIONS below FL: Great American Ins Co #WC308605100 AND USLBH: ALMA IIALMA02175 01 "Blanket Waiver of Subrogation "when required by written contract" 03/29/2019 03/29/2020 S J ERH • t TORY L MITI ° USL&H E.L EACH ACCIDENT 5 1,000,000 EL DISEASE- EAEMFtOYEE S 1,000,000 E.L DISEASE - POLICY LIMIT 5 1,000,000 A OTHER Protection 8 Indemnity Vessel Liability (P&I) FOR SCHEDULED VESSELS ONLY ofSSubrrogatlon.PrimarydNon Contributoryaiwr when required bywrtdencontract 03/29/2019 03/29/2020 P81$1,000,000eachOccurrenceinclRoving Crew (5 Crew) for Scheduled Vessels ONLY DESCRIP IIUN OF OPERA I IONS f LUCA] IUNe 1 VEHICLES 1 kXLLUSTUNS AUUEU BY ENUURS_MkN I 1 SPEUAL PRUSI1SIONS RE: Bayside Wharf Miamarina- Pier 5 *City of Miami is included as indicated above PLEASE REFER TO SAMPLE MANUSCRIPT ENDORSEMENTS (NON -ISO) ATTACHED, WHICH APPLY WHEN REQUIRED BY WRITTEN CONTRACT SUBJECT TO COVERAGE FORM & EXCLUSIONARY UNDER AFOREMENTIONED POLICY(IES). `*30 Days Advance Notice of Cancellation EXCEPT for Non -Payment of Premium 10 Days CERTIFICATE HOLDER CANCELLATION City of Miami - Risk Management Dept 444 SW 2nd Avenue - 8th Floor Miami, FL 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Gloria J. Bravo, CIC <fr ACORD 25 (2001/08) ©ACORD CORPORATION 1988 giz ENDORSEMENT NO. 12 Date of Issuance 04/02/2019 THIS ENDORSEMENT, EFFECTIVE 03/29/2019 FORMS A PART OF POLICY NO. ML 9780064 OF THE Continental Insurance Company ISSUED TO Kearns Construction Company, Inc. Additional Insured - State or Government Agency or Subdivision or Political Subdivision — Permits or Authorizations This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE City of Miami - Building Department 444 SW 2nd Avenue - 4th Floor Miami, FL 33130 Section II — Who is an insured is amended to include as an insured any state or governmental agency or subdivision or political subdivision shown in the schedule, subject to the following provisions: 1. This insurance applies only with respects to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. 2. This insurance does not apply to: a. Bodily injury, property damage, or personal and advertising injury arising out of operations performed for the federal government, state or municipality or b. Bodily injury or property damage included within the products -completed operations hazard. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED AGENT OR BROKER NAME AND ADDRESS International Special Risks, Inc. 7130 Glen Forest Drive Richmond, VA 23226 E6C REV 5174 745 Printed in U.S.A. ENDORSEMENT NO. 8 Date of Issuance 04/02/2019 THIS ENDORSEMENT, EFFECTIVE 03/29/2019 FORMS A PART OF POLICY NO. H 0877068 OF THE Continental Insurance Company ISSUED TO Kearns Construction Company, Inc. ADDITIONAL INSURED(S) & WAIVER OF SUBROGATION - P&I SPECIFIC (BLANKET BASIS) In consideration of an Additional Premium of $250.00 it is understood and agreed that this Policy will include, as an Additional Insured, any person or organization, but only to the extent that you are obligated by a "written contract" to include them as Additional Insured(s) and only with respect to work and/or operations performed by you or on your behalf. The inclusion of an Additional Insured does not in any way extend the type of coverage afforded by the Policy, nor does it increase the Limit of liability under the policy. It is further agreed that we waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" arising out of "your work" with that person or organization, but only to the extent that you are obligated by "written contract" to provide such waiver of rights of recovery and only with respect to "your work" or to your premises or the premises you use. "Written Contract" is defined as a contract that is a legally binding agreement between two or more parties which contain the elements of a valid legal agreement, and is enforceable by law or by binding arbitration. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED AGENT OR BROKER NAME AND ADDRESS International Special Risks, Inc. 7130 Glen Forest Drive, Suite 405 Richmond, VA. 23226 E6C REV 5/74 745 Printed In U.S.A. ENDORSEMENT NO. 8 Date of Issuance 04/02/2019 THIS ENDORSEMENT, EFFECTIVE 03/29/2019 FORMS A PART OF POLICY NO. ML 9780064 OF THE Continental Insurance Company ISSUED TO Kearns Construction Company, Inc. Blanket Additional Insured and Waiver of Subrogation Endorsement In consideration of an Additional Premium of $250.00, it is hereby understood and agreed that this policy shall include as Additional Insureds any person or organization to whom the Named Insured has agreed by written contract to provide coverage, but only with respect to operations performed by or on behalf of the Named Insured and only with respect to an "occurrence". The inclusion of Additional Insureds shall in no way increase the Limit of Liability provided under this policy. In the event of cancellation or change in policy coverage, unless specifically endorsed in writing herein, we have no obligation to send notice of cancellation or change of coverage to the Additional Insured. Additionally, we shall not be required to notify the Additional Insured of any cancellation request from the Named Insured. It is further understood and agreed to waive any rights of subrogation to which we may be entitled if prior to an "occurrence" the Named Insured has agreed to such waiver in writing, but only to the extent required by said written agreement. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED AGENT OR BROKER NAME AND ADDRESS International Special Risks, Inc. 7130 Glen Forest Drive Richmond, VA 23226 E6C REV 5/74 745 Printed in U.S.A. ENDORSEMENT NO. 9 Date of Issuance 04/02/2019 THIS ENDORSEMENT, EFFECTIVE 03/29/2019 FORMS A PART OF POLICY NO. ML 9780064 OF THE Continental Insurance Company ISSUED TO Kearns Construction Company, Inc. Primary Insurance In consideration of an Additional Premium of $500.00, it is understood and agreed that this insurance is primary for the organization shown in the schedule, but only with respect to liability arising out of your work for that organization by or for you. Other insurance afforded to that organization will apply as excess and not contribute as primary to the insurance afforded by this endorsement. We agree to provide the organization listed below with at least thirty (30) days notice (10) days notice for non-payment of premium of cancellation and (45) days non -renewal notice. All other endorsements, provisions, conditions and exclusions of this insurance shall remain unchanged and apply to the organization described below. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED AGENT OR BROKER NAME AND ADDRESS International Special Risks, Inc. 7130 Glen Forest Drive Richmond, VA 23226 ESC REV 5/74 745 Printed in U.S.A. ENDORSEMENT NO. 10 Date of Issuance 04/02/2019 THIS ENDORSEMENT, EFFECTIVE 03/29/2019 FORMS A PART OF POLICY NO. ML 9780064 OF THE Continental Insurance Company ISSUED TO Kearns Construction Company, Inc. Per Project Aggregate Limits of Insurance In consideration of an Additional Premium of $500.00, it is understood and agreed that the General Aggregate Limit under Section A. Limits of Insurance shall be reinstated for each project where required: 1. With respects to "your work" which is away from premises owned by or rented to you; 2. If the policy General Aggregate has been exhausted; 3. If there is no other coverage or limits available to you under any other insurance carried by you or for your account that would apply if the General Aggregate Limit of Insurance of this policy was not reinstated. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED AGENT OR BROKER NAME AND ADDRESS International Special Risks, Inc. 7130 Glen Forest Drive Richmond, VA 23226 E6C REV 5/74 745 Printed in U.S.A. 10020005460236780542680 EEE CNA CNA71527XX (Ed. 10/12) ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT TO NAME AS AN ADDITIONAL INSURED 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident' for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Insured Name: KEARNS CONSTRUCTION COMPANY, INC Copyright CNA All Rights Reserved. Policy No: Endorsement No: Effective Date: 03 /29/2 018 10020005480236780542663 POLICY NUMBER: COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the 'accident" or the "loss" under a contract with that person or organization. CA 04 44 0310 Copyright, Insurance Services Office, Inc., 2009 Page 1 of 1 CERTIFICATE OF LIABILITY INSURANCE ACOR®® `,..-..-- DATE (MMIDDIYYYY) 06/17/2019 PRODUCER Trinity Inv. Inc b/d/a Trinity Insurance 4000 Hollywood Blvd Ste 555-S Hollywood, FL 33021 Phone: 305-TRINITY (874-6489), 954-829-5978, 954-613-3601 Fax 954-206-5978, Email: bglorlagtrinityinv.net THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Keams Construction Company, Inc. 2550 South Bayshore Drive, Suite 206-8 Coconut Grove, FL 33133 FLORIDA DBPR LICENSE #CGC060194 I INSURER A: Underwriters at Lloyds, London INSURER 8. INSURER C. INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR aoul INSRD TYPE OF INSURANCE POLICY NUMBER PUL CY EFF r E DATE (MM/ �rY PULICY LXYIFtAn N DATE (MMIDD/YY) LIMITS GENERAL G EN'L LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR EACH OCCURRENCE $ DAMAGE TO RNN 1 ED PREMISES (Ea occurencel $ MED EXP (Any one person) $ PERSONAL&ADVINJURY $ GENERAL AGGREGATE $ AGGREGATE LIMIT APPLIES PER: POLICY PROJECT fl LOC PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accdent) $ BODILY INJURY (Per person) S BODILY INJURY (Per accident; $ PROPERTY DAMAGE (Per accident) $ GARAGE LABIUM' ANY AUTO 7 AUTO ONLY - EAACCIDENT S OTHER THAN EAACC S AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below TWRLAI BUS n -a- El. EACH ACCIDENT $ E.L. DISEASE- EA EMPLOYEE $ EL DISEASE - POLICY LIMIT $ A Maritime Employers Liability SHALLOW DIVING ML90021OLJ 11/13/2018 11/13/2019 Combined Single Limit for all expenses&indemnity, any 1 accident or illness: $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAPROVISIONS Waiver of Subrogation applies when required by written contract. "*30 Day Advance Notice of Cancellation EXCEPT 10 Days for Non -Payment of Premium CERTIFICATE HOLDER CANCELLATION City of Miami - Risk Management Dept 444 SW 2nd Avenue - 8th Floor Miami, FL 33130 ACORD 25 (2001/08) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL "' DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIV Gloria J. Bravo, CIC CPPINS.4 ®AGGRO CORPORATION 1988 UMR: B0702 ML900210L EXCLUSION G REPLACEMENT LSW 675a Any obligation for which You or any carrier as your insurer may be liable under the workers or workman's compensation law, occupational disease law. LONGSHORE AND HARBOUR WORKERS' COMPENSATION ACT, THE NON -APPROPRIATED FUND INSTRUMENTALITIES ACT, THE OUTER CONTINENTAL SHELF LANDS ACT. THE DEFENSE BASE ACT, THE FEDERAL COAL MINE HEALTH AND SAFETY ACT OF 1969, any other workers or workmen's compensation, unemployment compensation, disability benefits law of any state, nation or territory, or any similar law or any amendments to these laws. WAIVER OF SUBROGATION Underwriters hereon waive their rights of subrogation against any person or organisation to whom the Named Assured Is obligated by written contract to provide such waiver, but only to the extent of such obligation and only in respect of operations by or on behalf of the Named Assured or the facility of or used by the Named Assured. ALTERNATE EMPLOYER ENDORSEMENT This endorsement applies only with respect to bodily Injury to your employees while in the course of special or temporary employment by the alternate employer as required by written contract. The insurance afforded by this policy will apply as though the alternate employer is Insured. The insurance afforded by this endorsement is not intended to satisfy the alternate employer's duty to secure Its obligations under the Workers' Compensation Law. Underwriters will not file evidence of this insurance on behalf of the alternate employer with any government agency. Underwriters will not ask any other Insurer of this alternate employer to share or participate In a loss covered by this endorsement. The policy may be cancelled according to its terms without sending notice to the alternate employer. The Insuring Agreements, Exclusions and Conditions of the policy shall apply to the alternate employer, except condition 13, 'Cancellation" (LSW 675) and condition 12 "Cancellation" (LSW 676) which shall not apply to the alternate employer. TERRORISM & MALICIOUS ACTS EXCLUSION CLAUSE In no case shall this insurance cover any loss damage liability or expense caused by or relating to:- 1. The attempt to or actual detonation of any explosive or the operation of any munition or other similar harmful device, including but not limited to biological and/or chemical device. 2. The act or attempted acts of any terrorist or group of terrorists, irrespective of their motives be they political, religious or other, or any person or group acting with a malicious intent. Doc wenl1D: EDBROKBQG122086772. L Y` Slip Lea r Page 12 of 21 CERTIFICATE OF LIABILITY INSURANCE ACORa L..----- DATE (MMIDD/YYYY) 06/17/2019 PRODUCER Trinity Inv. Inc b/d/a Trinity Insurance 4000 Hollywood Blvd Ste 555-S Hollywood, FL 33021 Phone: 305-TRINITY (874-6489), 954-829-5978, 954-613-3601 Fax: 954-206-5978, Email: bgloria@trinityinv.net THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Kearns Construction Company, Inc. 2550 South Bayshore Drive, Suite 205-B Coconut Grove, FL 33133 FLORIDA DBPR LICENSE #CGC060194 I INSURER A: U-Ws@Stale National Ins Co (57.143%) 12831 INSURER 8: Star Indemnity & Liability Company (25.714%) 38318 INSURER C: U-Ws@BerkshireHathaway SP Ins Co (17,143%) INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN S SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR AUU L INSRD TYPE OF INSURANCE POLICY NUMBER �F C f POL CWA DAilE IM�ATOrb YUC Y EXPI qII N DAI(MMfD0/YY) LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LABILITY ��jj❑CLAIMS MADE OCCUR EACH OCCURRENCE $ DAMAGE TO1RENrcD PREMISES (Ea occurerce) $ MED EXP (Any one Berson) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: 7 POLICY ❑ PROJECT I l LOC PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident] $ PROPERTY DAMAGE (Per accident) S GARAGE LIABILITY ANY AUTO AUTO ONLY • EA ACCIDENT S OTHER THAN EA ACC $ AUTO ONLY: AGG S EXCESS/UMBRELLA UABIUTY OCCUR ❑ CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If es, describe under SPECIAL PROVISIONS below vvt. S IAI U- (� O, H- TCRY LIMITS I IcR EL. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L DISEASE - POLICY LIMIT $ A B C OTHER Vessel Pollution Liability for iy Scheduled Vessels ONLY V-14994-18 09/20/2018 09/20/2019 Pollution Limit: $5,000,000 per Occurrence & Policy Maximum Limit DESCr�IPi10N OF OPERA I IONS r LUCA I IONS 1 VtHK,LES I tXCLUSIUNS AUUEU BY ENUURSe MEN I / SPtCIAL PRLSVISIUNS Annual Aggregates (a) US Criminal Defense (Section 8 of Chapter 2) $100,000 per Occurrence/$100,000 Annual Aggregate (b) Fines & Penalties (Section 4 of Chapter2) $1,000,000 per Occurrence/51,000,000 Annual Aggregate BLANKET ADDITIONAL INSURED ENDORSEMENT & SCHEDULE OF COVERED VESSELS ARE ATTACHED, "430 Day Advance Notice of Cancellation EXCEPT 10 Days for Non -Payment of Premium CERTIFICATE HOLDER CANCELLATION City of Miami - Risk Management Dept 444 SW 2nd Avenue - 8th Floor Miami, FL 33130 ACORD 25 (2901/08) SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL `" DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO S0 SHALL IMPOSE NO OBLIGATION OR LIABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTNORIZEDREPRE5ENTATIV rdas.0,‘ Gloria J. Bravo, CIC ©ACORD CORPORATION 1988 KEARNS CONSTRUCTION COMPANY 19-20 SCHEDULE OF COVERED VESSELS Edition Date 03/29/2019 Item Description Hull insured Value 1. 2019 Jennie K ABS Barge $899,000 2. 2017 RN Sectional Spud Barge $ 25,624 3. 1985 Davis $330,000 4. 2014 Sectional Spud Barge $ 30,813 5. 2010 "RIO SOCO 1l" 35x90' Section Steel Barge $ 58,000 6. 2006 Hail Mary $125,000 7. 2016 Karen $270,000 8. 2012 Elly $220,000 9 2008 'Fat Jack' 26' Twin Screw, 460HP Progressive Push Boat $160, 000 10. 2002 Boston Whaler $ 20,000 11. 1990 19'Boston Whaler Outrage Center Consol Fisherman Crew Boat $12,136 12. 2000 22'3" Boston Whaler — 150HP Yamaha $ 16,658 13. 1995 Boston Whaler — 115HP Yamaha $ 20,000 14. 2002 39' Beneteau "Catherine" $125,000 15. 2016 Island Runner "Official Business 11" $248,000 16. 2007 Pontoon Party Boat $ 7,000 "Additional Named Insured/Owners amended to include Charles Swanson Kearns, John W Keams III & James Brock Sullivan Jr. with respect to the 2016 vessel Island Runner: 2 ACCARD CERTIFICATE OF LIABILITY INSURANCE PRODUCER Trinity Inv. Inc b/d/a Trinity Insurance 4000 Hollywood Blvd Ste 555-S Hollywood, FL 33021 Phone: 305-TRINITY (874-6489), 954-829-5978, 954-613-3601 Fax: 954-206-5978, Email: bgloriagitrinityinv.net INSURED Kearns Construction Company, Inc. 2550 South Bayshore Drive, Suite 206-B Coconut Grove, FL 33133 FLORIDA DBPR LICENSE #CGC060194 DATE (MM!DD/TYYT) 06/17/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: NAUTILUS INS COMPANY INSURER B: INSURER C: INSURER D' NAIC # INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.LL ILTR INSR NSRD TYPE OF INSURANCE POLICY NUMBER ���� DATE�MM/DiR p DATE (MMIOO YYl N LIMITS GENERAL UABIUTY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR EACH OCCURRENCE $ DAMAGE TU REN FED PREMISES (Ea ocwrenne) $ MED EXP (Any one person) $ PERSONAL BADV INJURY $ �( �1 GENERALAGGREGATE $ GEN'L AGGREGATE LIMIT APPLES PER: 7 POLICY n PROJECT El LOC PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Peracc;dent) $ PROPERTY DAMAGE (Par accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE -J RETENTION $ _ EACH OCCURRENCE $ AGGREGATE $ $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (gfpy�e sr:.'d�eLscribe under SJ?E dA PROVISSONS below WC STAI U- UI H- TORY LIMITS n ER E.L. EACH ACCIDENT $ EL. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POUCY LIMIT $ A CONTRACTORS POLLUTION LIABILITY $5,000 RETENTION CPL2026683-10 07/10/2018 07/10/2019 Pollution Limit: 2,000,000 per Occurrence 2,000,000 Aggregate DESCRIPTION OF OPERATIONS ! LOCATIONS! VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS *City of Miami is included as Additional Insured & Waiver of Subrogation as indicated on the attached endorsements "WHEN REQUIRED BY WRITTEN CONTRACT." SAMPLE COPIES OF ENDORSEMENTS ARE ATTACHED "'30 Day Advance Notice of Cancellation EXCEPT 10 Days for Non -Payment of Premium CERTIFICATE HOLDER CANCELLATION City of Miami - Risk Management Dept 444 SW 2nd Avenue - 8th Floor Miami, FL 33130 ACORD 25 (2001108) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL **` DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Gloria J. Bravo, CIC rl"VC ©ACORD CORPORATION 1988 ENDORSEMENT This endorsement forms a part of the policy to which it is attached. Please read it carefully. WAIVER OF SUBROGATION It is agreed that the Company, in the event of any payment under this policy, waives its right of recovery against any Principal, but only at the specific written request of the Named Insured either before or after Toss, wherein such waiver has been included before loss as part of a contractual undertaking by the Named Insured. This waiver shall apply only with respect to losses occurring due to operations undertaken as per the specific contract existing between the Named Insured and such Principal and shall not be construed to be a waiver with respect to other operations of such Principal in which the Named Insured has no contractual interest. No waiver of subrogation shall directly or indirectly apply to any employee, employees or agents of either the Named Insured or of the Principal, and the Company reserves its right or lien to be reimbursed from any recovery funds obtained by any injured employee. This waiver does not apply in any jurisdiction or situation where such waiver is held to be illegal or against public policy or in any situation wherein the Principal against whom subrogation is to be waived is found to be solely negligent. ® 2006 by Berkley Specialty Underwriting Managers LLC. an affiliate of Nautilus Insurance Company and Great Divide Insurance Company. All rights reserved. 0 1985-2006 by Insurance Services Office, Inc., material used by permission. ENV 2004 09 06 Page 1 of 1 ENDORSEMENT This endorsement forms a part of the policy to which it is attached. Please read it carefully. ADDITIONAL INSURED - BLANKET This endorsement modifies insurance provided under the following: CONTRACTORS POLLUTION LIABILITY VI. DEFINITIONS, 5. Insured is amended to include as an insured any person(s) or organization(s) when you and such person(s) or organization(s) have agreed in a written contract or written agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such written contract or written agreement must be in effect prior to the performance of your work which is the subject of such written contract or written agreement, but only with respect to liability for bodily injury or property damage caused, in whole or in part, by your work for that additional insured. With respect to damages caused by your work, as described above, the coverage provided hereunder shall be primary and not contributing with any other insurance available to those person(s) or organization(s) with which you have so agreed in a written contract or written agreement. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. CPLO 4038 03 18 Page 1 of 1 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) A� H CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 5/8/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Frank H. Furman, Inc. 1314 East Atlantic Blvd. P. O. Box 1927 Pompano Beach FL 33061 CONTACT Caroline Abel NAME: IA/C NNo ) (954)943-5050 FaC No(954)942-6310 E-MAIL carolineafurman+nsurance.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC 8 INSURERA:Ironshore Specialty Insurance 25445 INSURED Firepak Inc 8573 NW 72 Street Miami FL 33166 NSURERB:MAPFRE Ins Co FL 34932 INSURER C : North River Insurance Company (us) 21105 INsuRERo:Bridgefield Employers Ins Co 10701 INSURER E: Lloyds of London INSURER F: COVERAGES CERTIFICATE NUMBER:2018 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN fSSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I.VSR LTR TYPE Of INSURANCE ADDL INS() SUBR NND POLICY NUMBER POLICY EFF IMM/DD/YYYYI POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY RCS0052802 11/21/2018 11/21/2019 EACH OCCURRENCE $ 1,000,000 DAMAGE RENTE PREMISESO(Ea occurrence) 100, 000 CLAMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 PERSONAL 8 ADV INJURY $ 1,000 ,000 GENERALAGGREGATE $ 2,000,000 GEN'LAGGREGATE UMITAPPLIES PER: LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X X LIABIUTY ANY AUTO ALL OWNED AUTOS HIRED ALTOS X SCHEDU_ED AUTOS 5204070001433 11/21/2018 11/21/2019 COMBINED SINGLE LIMIT (Ea accident) S 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accider4) $ PROPERTY DAMAGE (Per accident) S FL Basic PIP $ 10,000 C X UMBRELLALIAB EXCESS LIAR — OCCUR CLAIMS -MADE 5821113097 11/21/2018 11/21/2019 EACH OCCURRENCE S 3,000,000 AGGREGATE S 3,000,000 $ DED X RETENTICN S 0 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes. describe under DESCRIPTION OF OPERATIONS below Y 1 N N N1A 83035378 11/21/2018 11/21/2019 X PER OTH- STATUTE ER E.L EACH ACCIDENT $ 500,000 EL DISEASE . EA EMPLOYEE $ 500,000 EL DISEASE - POUCY LIMIT $ 500,000 E DESIGN BUILD CONTRACTORS PROFESSIONAL LIABILITY H0621PFIRE002618 11/21/2018 11/21/2019 Each Claim 2,000,000 Aggregate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) • CERTIFICATE HOLDER CANCELLATION (305)365-5556 VILLAGE OF KEY BISCAYNE ATTN:BUILDING DEPARTMENT 88 WEST MCINTYRE ST STE 250 KEY BISCAYNE, FL 33149 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Dirk DeJong/CBA 41/- ACORD 25 (2014/01) INS025 (201401) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY Fk rida STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN I5 AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES FIREPAK, INC. 8573 NW 72 ST. MIAMI FL 33166 LICENSE NUMBER: CA2435 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document_ RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY d STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES DE LATORR1'ENTE, JORGE 941 ALGARINGO AVE CORAL GABLES FL 331346419 LICENSE NUMBER: PE18690 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Jimmy Patronis CHIEF FINANCIAL OFFICER Julius Halas DIVISION DIRECTOR Casia Sinco BUREAU CHIEF Keith McCarthy SAFETY' PROGRAM MANAGER FLORIDA DEPARTMENT OF FIINANCIAL SERVICES DIVISION OF STATE FIRE MARSHAL 200 East Gaines Street - Tallahassce, Florida 32399-0342 Tel. 850-413-1644 Far.850-410-2467 CERTIFICATE OF COMPETENCY OFFICIAL COPY TI IIS CERTIFIES THAT: Jorge de la Torriente 8573 NW 72 Street Miami FL 33166 BUSINESS ORGANIZATION: FIREPAK Inc. Contractor I includes the execution of contracts requiring the ability, experience, knowledge, science, and skill to intelligently layout, fabricate, install, inspect, alter, repair, or service all types of Fire Protection Systems, excluding Pre -Engineered Systems. Issue Date: 07/01/2018 Type: 07 Class: 10 ::,i" --Y .. County: Dade r,.., .•,�Lwt'�� License/Permit#: 00082 I -0001-1978 S.:. y+ . Expiration Date: 06/30/2020 Chief Financial Officer Jimmy Patronis CHIEF FINANCIAL OFFICER Julius Hales DIVISION DIRECTOR Casia Sinco BUREAU CHIEF Keith McCarthy SAFETY PROGRAM MANAGER FLORIDA DEPARTMENT OF FLNANCIAL SERVICES DIVISION OF STATE FIRE MARSHAL 200 East Gaines Street a Tallahassee, Florida 32399-0342 Tel. 850-413-3644 Fax. 850-410-2467 CERTIFICATE OF COMPETENCY OFFICIAL COPY THIS CERTIFIES THAT: Luis E Carreras 8573 NW 72 Street Miami FL 33166 BUSINESS ORGANIZATION: Firepak, Inc Contractor II is limited to the execution of contracts requiring the ability to layout, fabricate, install, inspect, alter, repair, and service water sprinkler systems, water spray systems, foam -water sprinkler systems, foam -water spray systems, standpipes, combination standpipes and sprinkler risers, all piping that is an integral part of the system beginning at the point of service, sprinkler tank heaters, air lines, thermal systems used in connection with sprinklers, and tanks and pumps connected thereto, excluding pre-engineered systems. Issue Date: 07/01/2018 Type: 07 Class: 12 County: Dade License/Permit #: FPC15-000043 Expiration Date: 06/30/2020 Chief Financial Officer 360 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 652686 BUSINESS NAMEALOCATION RECEIPT NO. FIREPAK INC RENEWAL 8573 NW 72ND ST 652686 MIAMI FL 33166 VMIt"R FIREPAK INC Employee(s) 10 EXPIRES SEPTEMBER 30, 2019 Must be displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 SEC.TYPE OF BUSINESS 206 MFG/RECYCLING/PROCESSING PAYMENT RECEIVED BY TAX COLLECTOR $75.00 10/01/2018 ECHECK-19-001297 This Local Business Tax Receipt only confirms payment of the Local Business Tex. The Receipt Is not a license, permit. or a certification of the holder's qualifications. to do business. Holder mull comply with any governmental or nongovernmental regutelory laws end requirements which apply to the business. The RECEIPT NO, above must be displayed on all commerciat vehicles - Miami -Dade Cada Sac fie-276. Far more information, visit www.miamidade.aavhaxcofeotar Se Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - D0 NOT PAY 648932 BUSINESS NAME/LOCATION FIREPAK [NC 8573 NW 72ND ST MIAMI FL 33166 OWNER FIREPAK INC Worker(s) 20 RECEIPT NO. RENEWAL 648932 EXPIRES SEPTEMBER 30,2019 Must be displayed at place of business Pursuant to County Code Chapter BA - Art. 9 & 10 SEC.TYPE OF BUSINESS 196 SPEC MECHANICAL CONTRACTOR 008210178 PAYMENT RECEIVED BY TAX COLLECTOR $125.00 10/01/2018 ECHECK-19-001297 Thls Local Business Tex Receipt only cantirms payment of the Local Business Tax. The Receipt is net a license, permit, or a certification of tha holder's qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must he displayed on all cammerciel vehicles - Miaml-Dade Cade Sac BB-276. For mote information, visit www.mlemidade.gov/texeollector RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY dba STATE OF FLORIDA DEPARTMENT OF BUSINESSAND-PROFESSIONAL REGULATION k i CONSTRUCTION"INDUSTR)- LICENSING BOARD ✓ THE GENERAL CONTRACTOR HEREIN -IS CERTIFIEDX,UNDER THE PROVISIONS OF-CI-tAPTER' 489FLORIDASTATUTES i AINS, C IARLES SWANSOt1 KEARNS,CONSTRUCTION COMPANY ;; 4101 BRAGANZA AVE: FL 33 LICENSE NUMBER: CGCG60194 EXPIRATION.DATE::JAUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. • This is your license. It is unlawful for anyone other than the licensee to use this document. 000123 Local Business Tax Receipt Miami —Dade County, State of Florida —THIS IS NOT A BILL — D0 NOT PAY 5342050 BUSINESS NAME/LOCATION KEARNS CONSTRUCTION COMPANY 2550 SOUTH BAYSHORE DR STE 206 B MIAMI FL 33133 DWNER KEARNS CONSTRUCTION COMPANY C/0JOHN KERNS of Alizurci RECEIPT NO. RENEWAL 4363131 LBT EXPIRES • SEPTEMBER 30, 2019 Must be displayed at place of business Pursuant to County Code Chapter 8A — Art. 9 & 10 SEC. TYPE OF BUSINESS PAYMENT RECEIVED 196 GENERAL BUILDING CONTRACTOR BYTAX COLLECTOR . -- CGC060194 ..,,. ,,,,,_,,,,,,,, POST THIS DOCUMENT IN A CONSPICUOUS PLACE. THIS IS NOT A BILL NOT TRANSFERRABLE OR VALID AT ANOTHER ADDRESS UNLESS APPROVED BY THE FINANCE DEPARTMENT, DO NOT PAY CITY OF MIAMI 444 S_W.2 AVE BTM FLOOR, MIAMI, FL 33130, PHONE (306)416-1918. Effective Year Oct. 1 2018 Thru Sep. 30 2019 RECEIPT FOR KEARNS CONSTRUCTION COMPANY ISSUED Dec 01, 2018 TOTAL FEE PAID 131.00 ACCOUNT NUMBER 161203 RECEIPT NUMBER 185372 NAME OF BUSINESS KEARNS CONSTRUCTION COMPANY DBA LOCATION 2550 S BAYSHORE DR 206B IS HEREBY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: ADMINISTRATIVE OFFICE (fr#u- of itxmt CERTIFICATE OF USE FIRE SAFETY PERMIT BUSINESS NAME : DBA: DATE ISSUED: VALID FROM: ACCOUNT NUMBER: SERVICE ADDRESS: APPROVED USE: COMMENTS: RESTRICTIONS: Erica T. Paschal Finance Director tiIS IS NOT A BILL KEARNS CONSTRUCTION COMPANY 11/30/18 10/01/18 TO 09/30/19 161203 2550 S BAYSHORE DR 206E CUO6 -General Commercial - Office General business office This Issuance of a business tax receipt noes not permit the folder to violate any zoning Imes of the City nor does it exempt the holder from any license or permits that may be required by lard. This document does not oonettUe a certification thet the Folder Is (pealed to engage in the business. profession or own sprained herein. The document nd[r.tes payment of the business tax receipt only. 2019 NOTICE: This certificate is Non -Transferable. If you relocate, sell the business, or change the type of business a new certificate must be obtained from Building and Zoning at 444 S.W. 2,d Avenue, 4th Floor, Phone: (305)416-1199. Restrictions on this CU are informational only. For all restrictions, please contact the Office of Zoning CORPORATE RESOLUTION f WHEREAS, , desires to enter into a Contract with the City of Miami for the purpose of performing the Work described in the Contract to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -Laws of the corporation; Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the F o (Type title of officer) L. 7 , is hereby authorized (Type name of officer) and instructed to enter into a Contract, in the name and on behalf of this corporation, with the City of Miami upon the terms contained in the proposed Contract to which this resolution is attached and to execute the corresponding performance bond. DATED this Corporate Sdcie ary (Corporate Seal) v5 1 ,20 / !. Bayside Wharf Miamarina — Pler 5 92 ITB No. 18-19-007-R B-70045 SECTION 5 CONTRACT EXECUTION FORMS written. Contract Execution Form IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above r t WITNESS/ATTEST a Florida corporation Signature 'Fp. Cc) //,l,' n ce r Signature 0 L. Print Name, Title Print Name, Title of Authorized Officer or Official ATTEST: (CORPORATE SEAL) CONTRACTOR Secretary (Affirm Contractor Seal, if available) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager Bayside Wharf Miamarina — Pier 5 91 ITB No. 18-19-007-R B-70045 lit f m a t INVITATION TO BID BAYSIDE WHARF MIAMARINA — PIER 5 (NORTH SECTION) B- 70045 CITY COMMISSION DISTRICT 2 INVITATION TO BID ("ITB") No. 18-19-007-R ISSUE DATE MAY 20, 2019 VOLUNTARY PRE -BID CONFERENCE MAY 28, 2019 2:00 P.M. ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE JUNE 7, 2019 5:00 P.M. BID SUBMISSION DUE DATE JUNE 20, 2019 3:00 P.M. CONTACT Christine Tibbs Sr. Procurement Contracting Officer Department of Procurement City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Phone: 305-416-1903 Fax: 305-400-5237 E-mail: chwa@miamigov.com • ���� of t� * i,cnijuiui r. uat, 0 R Titu of gaiatiti TABLE OF CONTENTS Public Notice Pg. 2 Definitions Pg. 4 SECTION 1 Introduction to Invitation to Bid ("ITB") Pg. 7 SECTION 2 ITB General Terms and Conditions Pg. 15 SECTION 3 ITB Supplemental Terms and Conditions Pg. 61 SECTION 4 Bid Forms Pg. 68 SECTION 5 Contract Execution Forms Pg. 91 ,itg of 4Thami NOTICE TO CONTRACTORS Sealed Bids will be received by the City of Miami, Office of the City Clerk, City Hall, 1st Floor, 3500 Pan American Drive, Miami, Florida 33133-5504 for: BAYSIDE WHARF MIAMARINA - PIER 5 (NORTH SECTION) B-70045 CITY COMMISSION DISTRICT 2 Issue Date: May 20, 2019 Bid Due Date: June 20, 2019 at 3:00 p.m. (Local Time) Scope of Work: The Work consists of furnishing all materials, labor, services, supplies, goods, and equipment necessary for the reconstruction of and improvements to existing Miamarina Bayside Wharf Pier 5 (North Section). The full Scope of Work is detailed in the Contract Documents. Minimum Requirements: Prospective Bidders shall, as of the Bid Due Date: A. Have a current Certified General Contractor (CGC) license from the State of Florida, or be a marine contractor with a CGC license, and must have a minimum of five (5) years' experience under its current business name. B. The General Contractor shall have experience as the Prime Contractor for at least three (3) completed projects of similar size, scope, and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), within the last five (5) 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. Submitted reference projects, utilizing Form ITB-GCR, must demonstrate that the General Contractor: i) was the Prime Contractor for the project; and ii) self -performed at least thirty percent (30%) of the physical labor construction work for the project. C. Bidder must demonstrate that it has full-time key personnel with the necessary experience to perform the Project's Scope of Work. This experience shall include work in successfully completed projects performed by the identified key personnel whose bulk of work (at a minimum 51 %) was/is performed on projects similar to the Project's Scope of Work described in this Solicitation. Bidder shall demonstrate the required experience by providing a detailed description of at least three (3) projects whose scope included a marine and/or overwater marina utility construction, of similar size and complexity to the Project's Scope of Work, and in which the Bidder's identified key personnel Bayside Wharf Miamarina — Pier 5 2 ITB No. 18-19-007-R B-70045 is currently actively engaged, or has completed the work to the satisfaction of the Owner, within the past five (5) years. List and describe the aforementioned projects and indicate whether the Work was performed for the City, and/or other government agencies as clients, or private entities. Agency and/or entity and project names/numbers shall be included. The description must identify and describe for each project: a) The identified key personnel and their assigned roles and responsibilities for the listed project, key personnel include, without limitation, the Contractor's Project Manager and the Construction Manager or Construction Supervisor. Please note that Key Personnel may not be changed or modified between the time of the ITB Submission and Contract Award/Execution; b) The client's name and address including a contact person, email address, and phone number for reference verification; c) Description of Work; d) Total dollar value of the Contract; e) Contract duration; f) Statement or notation of whether Bidder's identified key personnel is/was employed by the Prime Contractor or Subcontractor; and For completed projects, provide letters of certification of final acceptance or similar project closure documentation issued by the client and include available Contractor's performance evaluations. g) Submitted reference projects, utilizing Form ITB-PCR, must demonstrate that the Bidder: i) was the Prime Contractor for the project; and ii) self -performed at least thirty percent (30%) of the physical labor construction work for the project. The Selected Bidder, hereinafter referred to as "Contractor," must self -perform at least thirty percent (30%) of the physical labor construction work for the Project. The City reserves the right to request additional/supplemental information and/or contact listed persons pertaining to Bidder's experience/minimum requirements. The Department of Procurement ("Procurement") has scheduled a Voluntary Pre -Bid Conference to be held on the following date, time, and location: Location: Miami Riverside Center 444 SW 2 Avenue, Third Floor Conference Room 301 Miami, Florida 33130 Date/Time: May 28, 2019 at 2:00 p.m. (Local Time) The bid documents, including plans, may be obtained by visiting the Office of Capital Improvements ("OCI") webpage http://archive.miamigov.com/MiamiCapital/NewBidsandProposals.html. It is recommended that firms periodically check OCI's webpaqe for updates and the issuance of addenda. It is the sole responsibility of each prospective Bidder to ensure the receipt and understanding of all addenda. All bids shall be submitted in accordance with the Instructions to Bidders identified in Section 1, Instructions for Submission. Bidders must be submit one (1) original, unbound bid package, and one (1) electronic bid package on a CD or USB Drive in BOOKMARKED AND SEARCHABLE .pdf format, at the time, date, and location indicated where bids will be publicly opened. Failure to submit one (1) original full set may result in the bid being deemed non -responsive. Any bids received after the time and date specified will be rejected and will not be considered. The responsibility for submitting a bid before the indicated time and date is solely and strictly that of the Bidder. The City is not responsible for any delay regardless of the cause. Bidder assumes all risk for any delay or mistake. BIDDER IS HEREBY ADVISED THAT THIS INVITATION TO BID IS SUBJECT TO THE "CONE OF SILENCE," IN ACCORDANCE WITH ORDINANCE NO. 12271, codified as Section 18-74, CITY OF MIAMI CODE, as amended. Bayside Wharf Miamarina — Pier 5 3 ITB No. 18-19-007-R B-70045 Definitions Architect of Record (AOR) means a designation reserved, usually by law, for a person or organization professionally qualified and licensed in the State of Florida to perform architectural services. Basis of Design means a specific manufacturer's product that is named; including the make or model number or other designation, establishing the significant qualities related to type, function, dimension, in- service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of other manufacturers. Bid means the response submitted by a Bidder to this solicitation, which includes the price, authorized signature and all other information or documentation required by the Contract Documents at the time of submittal. Bidder means any individual, firm, incorporated, or unincorporated business entity, limited liability company, or corporation tendering a Submittal, acting directly or through a duly authorized representative. Change Order means a written document ordering a change in the Contract Price or Contract Time or a material change in the Work. A change order must comply with the Contract Documents. City means the City of Miami, Florida, a Florida municipal corporation. In all respects hereunder, City's performance is pursuant to the City's capacity as Owner. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Contract. For the purposes of this Contract, "City" without modification shall mean the City Manager or Director, as applicable. City Commission means the legislative body of the City of Miami. City Manager means the duly appointed chief administrative officer of the City of Miami. Construction Change Directive means a written directive to effect changes to the Work, issued by the Consultant or the Director that may affect the ITB Contract price or time. Construction Engineering Inspection (CEI) means an individual or an organization (assigned by the Director of OCI) responsible in assisting the City's Project and Construction Managers in Contract administration, site inspections, material sampling and Project close-out. Construction Manager (CM) means the individual or organization assigned by the Director of OCI whose duties include reviewing Project documents during the design phase and managing the construction phase that include, but not limited to, directing and coordinating construction activities associated with the Project. Construction Schedule means a critical path schedule or other construction schedule, as defined and required by the Contract Documents. Consultant means a firm that has entered into a separate agreement with the City for the provision of design/engineering services for the Project; and if applicable, means the Architect or Engineer of Record contracted by the City to prepare the plans and specifications for the Project. Consultant may also be referred to as Architect or Engineer of Record. Contract means the Invitation to Bid (ITB) solicitation and the bid documents that have been executed by the Bidder and the City subsequent to approval of award by the City. Contract Documents mean the Contract as may be amended from time to time, the plans and drawing, all addenda, clarifications, directives, change orders, payments and other such documents issued under or relating to the Project. Contractor means the person, firm, or corporation with whom the City has contracted, and who will be responsible for the acceptable performance of any Work and for the payment of all legal debts pertaining to any Work issued under this Contract through the award of an ITB. Cure means the action taken by the Contractor promptly after receipt of written notice from the City of a breach of the Contract Documents which shall be performed at no cost to the City, to repair, replace, correct, or remedy all material, equipment, or other elements of the Work or the Contract Documents Bayside Wharf Miamarina — Pier 5 4 ITB No. 18-19-007-R B-70045 affected by such breach, or to otherwise make good and eliminate such breach, including, without limitation, repairing, replacing or correcting any portion of the Work or the Project site(s) disturbed in performing such cure. Cure Period means the period of time in which the Contractor is required to remedy deficiencies in the Work or compliance with the Contract Documents after receipt of written Notice to Cure from the City identifying the deficiencies and the time to Cure. Department means or refers to the City of Miami's Office of Capital Improvements NCI") formerly known as Capital Improvements and Transportation Program ("CITP"). Design Documents means the construction plans and specifications included as part of a bid prepared by the Consultant for this Project under a separate Agreement with the City. Director means the Director of the Office of Capital Improvements or designee, who has the authority and responsibility for managing the Project under this Agreement. Drawings means the graphic and pictorial portions of the Work, which serve to show the design, location and dimensions of the Work to be performed, including, without limitation, all notes, schedules and legends on such Drawings. Engineer of Record (EOR) also referred to as Consultant, a designation reserved, by law, for a person or qualified engineering firm or organization qualified and licensed in the State of Florida to conduct professional engineering services. Field Directive means a written approval for the Contractor to proceed with Work requested by the City or the Consultant, which is minor in nature and should not involve additional cost. Final Completion means the date subsequent to the date of Substantial Completion at which time the Construction Manager has completed all the Work in accordance with the Agreement as certified by the Architect or Engineer of Record or the City and submitted all documentation required by the Contract Documents. Guaranteed Maximum Cost, a/k/a Guaranteed Maximum Price means the sum established by these Contract Documents as the maximum cost to the City of performing the specified Work on the basis of the cost of labor and materials plus overhead expenses, reimbursable expenses, and profit. Inspector means an authorized representative of the City assigned to make necessary inspections of materials furnished, and of the Work performed, by Contractor. Local Workforce Participation Requirements mean the requirements set forth in § 18-89 of the City Code that (unless determined inapplicable or exempted by the City Manager pursuant to this Code Section) which Contractor must employ on -site labor from persons who reside within the City of Miami municipal boundaries (e.g., city limits). Materials mean goods or equipment incorporated in a Project, or used or consumed in the performance of the Work. Notice of Award means the letter written to the Contractor by the City, notifying the Contractor that they have been awarded the Contract. Notice to Proceed means a written letter or directive issued by the Director acknowledging that all conditions precedent have been met and directing that the Contractor may begin Work on the Project. Physical Construction Labor Work means the completed construction services required by the Contract Documents, completed through the use of the Contractor's own employees and excluding all materials, supplies, and equipment incorporated or to be incorporated in such construction. Plans and/or Drawings means the official graphic representations of a Project. Project or Work as used herein refers to all reasonably necessary and inferable construction and services required by the Contract Documents whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by the Contractor to fulfill the(its) obligations, including completion of the construction in accordance with the Drawings and Specifications. The Work may constitute the whole or a part of the Project. Project Manager (PM) means the City employee (assigned by the Director) to manage the Project that may include, but is not limited to coordination of design, procurement and construction activities; assigning Bayside Wharf Miamarina — Pier 5 5 ITB No. 18-19-007-R B-70045 management tasks to EOR, CM or CEI (hereby known as designee), establish lines of communication and responsibilities to ensure that the Project is completed in a timely manner. Qualifier means a person whose license is attached to the Contractor's company so that the Contractor is currently able to legally do Work in the State of Florida. The Qualifier is fully responsible for the quality of the Work that is performed by the Contractor. Request for Information (RFI) means a request from the Bidder seeking an interpretation or clarification relative to the ITB. The RFI, which shall be clearly marked RFI, shall clearly and concisely set forth the issue(s) or item(s) requiring clarification or interpretation and why the response is needed. The RFI must set forth the Bidder interpretation or understanding of the document(s) in question, along with the reason for such understanding. Risk Administrator means the City's Risk Management Administrator also known as the Director of the Department of Risk Management, or designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. Small Business Enterprise (SBE) means a construction related enterprise, including a design -build firm, and any firm providing trades and/or services for the completion of a construction Project, as defined in Section 10-33.02 of the Code of Miami -Dade County. SBE is additionally referenced in Section 18-89 of the City Code and in these Contract Documents. SBE is also known and formally known as a Community Small Business Enterprise (CSBE). Specifications mean all of the definitions, instructions, descriptions, directions, requirements, provisions and standards (and all written supplements thereto) pertaining to the methods, (or manner) of performing and actual performance of the Work, or quantities and quality of accepted materials to be furnished under the Contract Documents. Subcontractor means a person, firm or corporation having a direct Contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents but does not include one who merely furnishes Materials not so worked. Submittal means documents prepared and submitted by the Bidder. Substantial Completion means that point at which the Work is at a level of completion in substantial compliance with the Agreement such that the City can use, occupy, and/or operate the facility in all respects to its intended purpose. Substantial Completion shall not be deemed to have occurred until any and all governmental entities, which regulate or have jurisdiction over the Work, have inspected, and approved the Work. Beneficial use or occupancy shall not be the sole determining factor in determining whether Substantial Completion has been achieved, unless a temporary certificate of occupancy has been issued. Bayside Wharf Miamarina — Pier 5 6 ITB No. 18-19-007-R B-70045 SECTION 1 INSTRUCTIONS FOR SUBMISSION 1. Intention of City It is the intention of the City to describe in this Invitation to Bid ("ITB") the Project to be completed in accordance with all codes and regulations governing all the Work to be performed under this Project. Any Work, materials or equipment that may reasonably be inferred from the Contract as being required to produce the intended result, shall be supplied by Contractor whether or not specifically called for. Where words have a well-known technical or trade meaning are used to describe Work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 2. Scope of Work The Work consists of furnishing all materials, labor, and equipment necessary for the reconstruction of and improvements to the existing Miamarina Bayside Wharf Pier 5 (North Section). The full Scope of Work is detailed in the Contract Documents. 3. Location of the Project Miamarina, Bayside Wharf, Pier 5 (North Section), City Commission District 2, 401 Biscayne Boulevard, Miami, Florida 33132 4. Performance of the Work Contractor shall self -perform (complete) at least thirty percent (30%) of all Physical Construction Labor Work for the negotiated construction cost of the entire Project utilizing its own employees. If the Work is Phased, Segmented, or done in increments, the thirty percent (30%) self -performance requirement shall apply to each phase, segment, or increment of the Work jointly and severally. For the avoidance of doubt, the self -performance requirement shall apply to each phase of the Work. The City reserves its right to require documentary confirmation of this requirement. By submitting a bid, the Bidder certifies that it shall utilize its own employees to meet this requirement. As part of the bid, the Bidder must include, fill out, and submit the form titled/named "Questionnaire." Failure to complete and submit this form, or to meet this requirement, shall result in the bid being deemed non -responsive. Where the City determines that Contractor is deemed as not meeting this requirement during the performance of the Work, then the Contractor shall be in default of the Contract. For the avoidance of doubt, the self -performance requirement shall apply to each phase of the Work. 5. Examination of Contract Documents and Site It is the responsibility of each Bidder, before submitting a bid to this Invitation to Bid (ITB), to: a. Carefully review the ITB, including any addenda and notify the City of all conflicts, errors or discrepancies, b. Visit the site(s) or structure(s) to become familiar with conditions that may affect costs, progress, performance, and furnishing of the Work, c. Take into account federal, state and local (City and Miami -Dade County including, without limitation the City Charter and Code, City Procurement and Zoning Ordinances, and Florida Building Code) and any other applicable codes, laws, regulations, ordinances, and rules that may affect a Bidder's ability to perform the Work, d. Study and carefully correlate Bidder's observations with the requirements of the ITB, and e. Sign and return all required ITB forms as applicable. Bayside Wharf Miamarina — Pier 5 7 ITB No. 18-19-007-R B-70045 The submission of a bid to this solicitation shall constitute an incontrovertible representation by Bidder that it shall comply with the requirements of the Contract Documents and that without exception, the response is premised upon performing and furnishing Work required under the Contract Documents and that the Contract Documents are sufficient in detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 6. Addenda Only questions answered via written addenda issued by the City will be binding. Oral and other interpretations or clarifications will be without legal binding effect and should not be relied upon in preparation of a bid response. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Department of Procurement (Procurement) in writing, to the attention of Christine Tibbs, Sr. Procurement Contracting Officer at chwa(a�miamigov.com, with a copy to the Office of the City Clerk at clerks(miamigov.com. Interpretations or clarifications considered necessary by Procurement in response to such questions will be issued by the City by means of an Addendum. All Addenda will be posted on the OCI webpage. Written questions must be received by the City, no later than June 7, 2019 at 5:00 p.m. Late questions will not be considered. 7. Bid Submission All bids must be received by the City of Miami, Office of the City Clerk, located at City Hall, First Floor, 3500 Pan American Drive, Miami, FL. 33133, before the time and date specified for bid opening, enclosed in a sealed envelope and legibly marked on the outside: BID No.: 18-19-007-R PROJECT NAME: BAYSIDE WHARF MIAMARINA — PIER 5 (NORTH SECTION) Bidders must submit one (1) original, unbound bid package, and one (1) electronic bid package on a CD or USB Drive in SEARCHABLE .pdf format. Failure to submit one (1) full set original may result in the bid being deemed non -responsive. 8. Bid Guaranty All bids shall be accompanied by either an original Bid Bond executed by a surety transacting business in Florida meeting the requirements of the City, or by cash, money order, certified check, cashier's check, Unconditional/Irrevocable Letter of Credit by a bank transacting banking business in Florida, Bid Bond Voucher (for Projects totaling less than two hundred thousand dollars ($200,000) inclusive of all fees, costs, and expenses) issued to City of Miami by certified check, treasurer's check, or bank draft of any national or state bank (United States) (excluding personal checks), in the amount of five percent (5%) of the total bid amount (payable to City), and conditioned upon Contractor executing the Contract and providing the required Performance and Payment Bond and evidence of required insurance within fifteen (15) calendar days after notification of award of the Contract. Please no personal checks. The time for execution of the Contract and provision of the Performance and Payment Bond and Certificate(s) of Insurance may be extended for a duration not exceeding thirty (30) calendar days by OCI at its sole and absolute discretion. Bid Securities of the unsuccessful Bidders will be returned after award of Contract. Security of the Contractor shall be forfeited to the City as liquidated damages and not as a penalty, for the cost and expense incurred should said Contractor fail to execute the Contract and provide the required Performance Bond and Payment Bond. Any form of Bid Guaranty shall be in a form acceptable to the City's Risk Management Administrator and the City Attorney, as to legal form. 9. Preparation of Bid All bids shall be made upon the blank City forms provided herein and herewith. The bid must be signed and acknowledged by the Bidder, in accordance with the directions on the ITB. Failure to utilize the City's forms, or fully complete said forms, may result in the bid being deemed non -responsive. • The Bidder shall be considered non -responsive if its bid is conditioned on modifications, changes, or revisions to the terms and conditions of the ITB. ■ The bid is to include the furnishing of all labor, materials, overhead expense and profit, equipment including, but not limited to, tools, services, permit fees, applicable taxes, overhead, Bayside Wharf Miamarina — Pier 5 8 ITB No. 18-19-007-R B-70045 and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. ■ Joint venture firms must complete and submit with the bid, the form titled "Information for Determining Joint Venture Eligibility" (Form A) and submit a 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 submit Form A, along with an attached written copy of the joint venture agreement may result in disqualification of the bid. All joint venture firms must meet the requirements stipulated in the Florida Statutes. 10. Pre -Bid Conference A Voluntary Pre -Bid Conference will be held on May 28, 2019 at 2:00 p.m. (Local Time) at the Miami Riverside Center, 444 SW 2 Avenue, Third Floor Conference Room 301, Miami, FL 33130, to discuss this ITB. Since space is limited, it is recommended that one representative of each firm attend in order to become familiar with the ITB. Attendees are requested to bring this ITB Package to the conference. 11. Postponement of Bid Opening Date The City reserves the right to postpone the date for receipt and opening of bid submissions and will make a reasonable effort to give at least three (3) calendar days' notice, whenever practicable, of any such postponement to prospective Bidders. 12. Acceptance or Rejection of Bids; Waiver of Technicalities, etc. The City reserves the right to reject any or all bids prior to award, to re -advertise for bids, and to not award any Contract, in the reasonable discretion of the City. The City reserves the right to waive any minor or non -material technicality, informality, variance, deviation, mistake, omission, or the like up to or prior to award of the Contract. Reasonable efforts will be made to either award the Contract or reject all bids within ninety (90) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the price before the expiration of one hundred eighty (180) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred eighty (180) calendar days from the date of bid opening by delivering written notice of withdrawal to the Department of Procurement prior to award of the Contract by the City Commission. 13. Environmental Regulations The City reserves the right to consider a Bidder's history of citations and/or violations of environmental or similar laws, codes, and regulations (Regulations) in determining a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its bid, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed an affirmation by the Bidder that there are no citations or violations. Bidders shall notify the City immediately of notice of any citation or violation, which Bidder may receive after the submittal opening date and during performance of the Work under this Contract. 14. Bid Award The City will issue the award of the Contract to the lowest responsive and responsible Bidder. In the event of a tie, a Best and Final Offer (BAFO) process shall be conducted among the tied Bidders. The City may require demonstration of competency and, at its sole and absolute discretion, may conduct site visits, and require the Bidder to furnish documentation and/or require the Bidder to attend a meeting to determine the Bidder's qualifications and ability to meet the terms and conditions of this Contract. The City shall consider, but not be limited to, such factors as financial capability, labor force, equipment, knowledge, and experience of the trade Work to be performed, the quantity of Work being performed, and past performance on City Projects by the Bidder. The Bidder must be able to demonstrate a good record of performance and have sufficient financial resources to ensure that it can satisfactorily provide the goods and/or services required herein. Bayside Wharf Miamarina — Pier 5 9 ITB No. 18-19-007-R B-70045 The City, at its sole discretion, may determine a Bidder to be non -responsible where the Bidder has failed to perform in accordance with other Contracts with the City, or any City agency or instrumentality. Any Bidder who, at the time of submission is involved in an ongoing bankruptcy as a debtor, or in a reorganization, liquidation, or dissolution proceeding, or if a trustee or receiver has been appointed over all or a substantial portion of the property of the Bidder under federal bankruptcy law or any state insolvency, or who is indebted to the City, any City agency or instrumentality, may be declared non- responsive. Any Bidder who may have filed a lawsuit against the City, or where the City has filed a lawsuit related to the Bidder and any City contract or won a court judgment against the Bidder, or if the Bidder is indebted to the City, or if the Bidder fails to fully and completely disclose all material facts OR TRUTHFULLY ANSWER QUESTIONS OR REQUESTS FOR INFORMATION, may be declared non -responsive. City for these purposes shall include any City agency or instrumentality. 15. Bid Protest 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, in accordance with the procedures contained in Section 18-104, City Code "Resolution of Protested Solicitations and Awards," as amended, of the City Code, Ordinance No. 12271 (the City of Miami Procurement Ordinance codified in Chapter 18, Article III, Section 18-104, City Code) describing the protest procedures. Protests failing to meet all the requirements for filing shall NOT be accepted. Failure of a party to timely file shall constitute a forfeiture of such party's right to file a protest. NO EXCEPTIONS WILL BE MADE TO THIS REQUIREMENT. 16. Small Business Enterprise (SBE) Participation (NOT APPLICABLE) Thc Contractor must comply with the following SBE participation requirements. All instructions, required forms, and other information necessary for complying with thc SBE participation requirements arc available on the OCI webpage. a. Thc Contractor must align a minimum of fifteen percent (15%) of the Contract value to a a Small Busincc Enterprise (SBE) as set forth in Section 10 33.01 and Section 10 33.02 of the Miami Dade County Code; b. Five percent (5%) of the bid amount shall be retained by the City for the SBE requirements until pursuant to Section 18 89 of the City Code. Failure to comply with the SBE requirements within normally withheld by the City; c. The Contractor shall retain the services of an independent third party to verify and certify compliance with these requirements on a quarterly basis in accordance with Section 18 89 of thc City Code. Said third party shall be unaffiliated with the respondent and be properly licensed under the provisions of Sections-4-541171-473, or 481 of the Florida Stat c. The person performing the verification shall have a minim -um of twe (m „oars of prior professional included in the related Contract costs. of certified SBE Contractors by trade: http:44.6m+ii.miamidade.ciov/smallbusine"'s/certification lists.asp. Bayside Wharf Miamarina — Pier 5 10 ITB No. 18-19-007-R B-70045 17. Local Workforce Participation (NOT APPLICABLE) within Miami Dade County), for the duration of the Project: 1. Construction Contracts with a construction cost of up to two hundred fifty thousand a minimum Local Workforce Participation requirement of ten percent 1 3. Construction Contracts with a construction cost of five hundred thousand dollar: ($500,000) or more, but less than seven hundred fifty thousand dollars ($750,000) shall have a minimum Local Workforce Participation requirement of fifteen percent (15%). 4. Construction Contracts with a construction cost of seven hundred fifty thousand dollars ($750,000) or more, but le- than four million dollars ($1,000,000) shall have a minimum Local Workforcc Participation requirement of twenty percent (2Q% 5. Construction Contracts with a construction cost of four million dollars ($'l,000,000) or (40%). All Local Workforce Participation percentage requirements listed above shall be applied on the construction Project's on site labor force. The County residency of the oncitc labor component shall be subject to verification by the OCI. b. The Contractor shall strive to employ a minimum of fifty percent (50%) of the aforementioned commission district where the Project is located. c. Five percent (5%) of the bid amount shall be retained by the City for the local requirements until being fulfilled within three (3) months of Contract complction. Failurc to satisfactorily meet tho d. The Contractor shall coordinate job fairs and hiring initiatives with the South Florida Workforcc Manager. the local community. 2. For Contracts with a bid amount greater than two million dollars ($2,000,000), tho Contractor shall be required to hold two job fairs within the local community. c. Bid and response documcnts to which a Local Workforcc Participation requirement goal has calendar days of notification of award of the construct required by this section. The Contractor shall provide to the City, proof of adherence to the City's Local Workforce Participation requirements within the past three (3) Years, and the Contractor's past compliance with these requirements. The Contractor's fesponse must include: 1. Contract number, name, and a brief description of Work; Bayside Wharf Miamarina — Pier 5 11 ITB No. 18-19-007-R B-70045 2. Total dollar value of the Contract; 3. Dates covering the term of the Contract; 5. Breakdown of local workforce used to meet requirements (number of persons broken down by trade and category); 6. If the Contractor was unable to meet the Local Workforce Participation requirements, explain thc rgason why, and what efforts, if any, wcrc utilized by thc Contractor to attempt to meet these requirements; 7. If the Project was over one million dollars ($1,000,000) did the Contractor hold a job fair, if yes, provide the date and location of the job fair(s), number of attendees; 8. Was a third party hired to verify and certify compliance with thc Local Workforce Participation requirements, if yes, were all-req-u-ircimeint 9. Was the five percent (5%) retainage fee released to the Contractor by the City upon Project completion• and 10. If the Contractor did not meet the goal, did Contractor seek a waiver of the program requirements from any City official, and provide a detailed explanation. The plan shall identify by name, addrec , and trade category of all persons proposed to perform Work the City may require the Contractor to immediately identify the replacement. f. The Contractor shall have a third party independently verify and certify compliance with these experience in Contracts compliance, auditing, personnel administration, or field experience in payroll, enforcement, or investigative environment. The cost for this verification and certification shall be included in thc related Contract costs. All references to statutes, codes, ordinances, and regulations herein will be to thcm as amended from timc to time. These Local Workforce Farticipation reg ,irements shallapply to any competitively procured Contract under this section unless: 1. The City Manager er designee Director deems the requirements unfeasible prior to luance of thc ITB document; 2. It is disallowed by federal or state law or grant requirements; 3. Funding sources require alternate, contradictory or specifically exclude or disallow Local of the ITB dons iment i pon written recommendation of the City Manager or designee Please review City of Miami Ordinance No. 12271, § 2, 8 22 02; Ord. No. 1265/1, § 2, 2 10 05; Ord. No. 12780, § 2, 3 9 06; Ord. No. 13275, § 2, 7 11 11; Ord. No. 13331, § 2, 7 26 12; Ord. No. 13332, § 2, 7 26 12; Ord. No. 13/93, § 2, 1 22 15 for a complete and thorough description of the Local Workforce 5360, to obtain a copy of the same. Bayside Wharf Miamarina — Pier 5 12 ITB No. 18-19-007-R B-70045 18. Responsible Wages and Benefits (NOT APPLICABLE) Construction Contracts," the Contract to be executed for completion of this Project shall require the Primo Contractor and all of the Subcontractors to pay Miami Dade County Responsible Wagcs and Benefit required Responsible Wages and Benefits for 2019 Heavy Construction,, which will be made public via addendum i&sued by the City. 19. Cone of Silence Pursuant to Section 18-74 of the City of Miami Procurement Code, a codification of Miami Ordinance No. 12271, a "Cone of Silence" is imposed upon this ITB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence prohibits any verbal communications regarding this ITB. Any communication concerning this ITB must be submitted in writing to Procurement at chwamiamigov.com. Written communications may be in the form of e-mail or other written communication, with a copy delivered to the Office of the City Clerk at clerks(c�miamigov.com. The delivery to the City Clerk of a copy is required to avoid any violation of the "Cone of Silence." This language is only an overview of the requirements of the Cone of Silence. Please review Section 18- 74 of the City's Procurement Code fora complete and thorough description of the Cone of Silence. Bidders may also contact the Office of the City Clerk at (305) 250-5360, to obtain a copy. 20. Public Entity Crime A person or affiliate who has been placed on the convicted Bidder list following a conviction for a public entity crime may not submit a bid on a Contract to provide any goods or services to a public entity, may not submit a Response on a Contract with a public entity for the construction or repair of a public building or Public Works project, may not submit a Response on a lease of real property to a public entity, may not be awarded or perform Work as a Contractor, supplier, Subcontractor, or Consultant under a Contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of Florida Statutes for Category Two for a period of thirty-six (36) months from the date of being placed on the convicted Bidder List. 21. Fraud and Misrepresentation Any individual, corporation, or other entity that attempts to meet its contractual obligations with the City through fraud, misrepresentation, or material misstatement, or omission of any material fact, may be debarred for up to five (5) years in accordance with the applicable provisions of the City Code. The City as a further sanction may terminate or cancel any other Contracts with such individual, corporation, or entity. Such individual or entity shall be responsible for all direct or indirect costs associated with termination or cancellation. 22. Collusion Where two (2) or more related parties, as defined herein, each submit a bid to an ITB, such submissions shall be presumed to be collusive. The foregoing presumption may be rebutted by the presentation of evidence as to the extent of ownership, control, and management of such related parties in preparation and submission under such ITB. Related parties shall mean employees, officers or the principals thereof which have a direct or indirect ownership interest in another firm or in which a parent company or the principals thereof of one Bidder have a direct or indirect ownership interest in another Bidder, for the same Project. Bids found to be collusive or related as provided above shall be rejected. 23. Contractor in Arrears or Default The Bidder represents and warrants that the Bidder is not in arrears to the City, City agency or instrumentality, and is not a default as a Contractor, Vendor, Provider or whose default has not been fully cured by the Bidder's surety or otherwise upon any obligation to the City. In addition, the Bidder warrants Bayside Wharf Miamarina — Pier 5 13 ITB No. 18-19-007-R B-70045 that the Bidder has not been declared "not responsible" or "disqualified" by, suspended, or debarred from doing business with any state or local government entity in the State of Florida, the Federal Government or any other State/local governmental entity in the United States of America, nor is there any proceeding pending pertaining to the Bidder's responsibility or qualifications to receive public agreements. The Bidder considers this warrant as stated in this Article to be a continual obligation and shall inform the City of any change during the term of the Contract. The City shall not consider and shall deem as non -responsible, bids submitted by Bidders where the City has determined that the Bidder is in monetary arrears, or otherwise in debt or in default to the City, at the time and date bids are due. 24. Cancellation of ITB The City reserves the right to cancel, in whole or in part, any ITB when it is in the best interest of the City. This determination will be at the discretion of the City and there will be no recourse from such cancellation. Bayside Wharf Miamarina — Pier 5 14 ITB No. 18-19-007-R B-70045 SECTION 2 ITB GENERAL TERMS AND CONDITIONS 1. Time is of the Essence Contractor will promptly perform its duties under the Contract and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with the Contract Documents. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in the Contract Documents. Time is of the essence in performance of the Work. All dates and periods of time set forth in the Contract Documents, including those for the commencement, prosecution, interim milestones, milestones, and completion of the Work, and for the delivery and installation of materials and equipment, were included because of their importance to the City. Contractor acknowledges and recognizes that the City is entitled to full and beneficial occupancy and use of the completed Work following expiration of the Contract Time. In agreeing to bear the risk of delays for completion of the Work except for extensions approved in accordance with Article 71, "Excusable Delay, Non-Compensable," the Contractor understands that, except and only to the extent provided otherwise in the Contract Documents, the occurrence of events of delay within the Contractor's control, the Work shall not excuse the Contractor from its obligation to achieve full completion of the Work within the Contract Documents Time, and shall not entitle the Contractor to an adjustment. All parties under the control or Contract with the Contractor shall include but are not limited to material persons and laborers. The Contractor acknowledges that the City is purchasing the right to have the Contractor continuously working at the Project site(s) for the full duration of the Project to ensure the timely completion of the Work. 2. Contract Term; Guaranteed Maximum Cost The Contract shall commence upon issuance of the Notice of Proceed ("NTP"), which shall be issued subsequent to the execution of the Contract by the City. The Contract shall terminate upon notice by the City that the Contract has been closed -out after final completion or otherwise terminated by the City pursuant to the terms and conditions herein set forth. The total bid amount shall be the Guaranteed Maximum Cost ("GMC") of the Project, which means the maximum cost of the Work including labor, materials, equipment, supplies, overhead expenses, and profit. The City will not be liable for payment of any amount in excess of the GMC unless, the City Commission has approved a Project contingency or has approved a prior amendment to the Contract) setting forth an additional amount due to Owner requested changes or its equivalent. If the term Guaranteed Maximum Price ("GMP") is used in this Agreement, it shall have the same definition as GMC, defined above. 3. Contract Price and Guaranteed Maximum Cost/Guaranteed Maximum Price Contractor represents, warrants and guarantees to the City that Contractor shall completely, timely, and properly perform the Work and all of its obligations under the Contract, in accordance therewith, for the Contract Price to be agreed upon by the parties. This Contract Price shall constitute Guaranteed Maximum Cost/Guaranteed Maximum Price to the Owner for performing the Work inclusive of labor, materials, equipment, supplies, and any allowable overhead and profit. The Owner shall (absent a prior Amendment with compelling cause approved as an Amendment to this Agreement) have no liability or obligation to pay any amount in excess of the stated Contract Price and Contractor shall have no recourse in that respect except to seek an Amendment to the Agreement. All costs in excess of the Contract Price shall be paid solely by Contractor without reimbursement or additional compensation from Owner. 4. Notices Whenever either party desires to give written notice unto the other relating to the Contract, such must be addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this Article. Notice shall be deemed given on the date received or within three (3) calendar days of mailing, Bayside Wharf Miamarina — Pier 5 15 ITB No. 18-19-007-R B-70045 if mailed through the United States Postal Service. Notice shall be deemed given on the date sent via e- mail or facsimile. Notice shall be deemed given via courier/delivery service upon the initial delivery date by the courier/delivery service. For the present, the parties designate the following as the respective places for giving of notice: For City of Miami: Emilio T. Gonzalez, Ph.D. City Manager City of Miami 444 S.W. 2nd Avenue - 10thFloor Miami, Florida 33130 ETGonzalez(a miamigov.com Annie Perez, CPPO Director Department of Procurement City of Miami 444 S.W. 2nd Avenue - 6th Floor Miami, Florida 33130 AnniePerez(a�miamigov.com Victoria Mendez City Attorney City Attorney's Office City of Miami 444 S.W. 2nd Avenue - 9th Floor Miami, Florida 33130 VMendezmiamigov.com Daniel Rotenberg Director Department of Real Estate and Asset Management City of Miami 444. S.W. 2nd Avenue — 3rd Floor Miami, Florida 33130 DRotenberq at miamigov.com For Contractor: Full Name of Authorized Representative Title of Authorized Representative Company Name Mailing Address City, State, Zip Code Email Address During the Work, the Contractor shall maintain continuing communications with Consultant and the Project Manager. The Contractor shall keep the City fully informed as to the progress of the Project at all times through ongoing communications with the Project Manager. The Contractor shall notify the Miami Police Department and Fire Department about the construction schedule(s). The Contractor is required to obtain a current list of contact persons and phone numbers from Andrew Schimmel, the City of Miami's Project Manager for this Project, at (305) 416-1457, or via email at aschimmel(a�miamigov.com. Bayside Wharf Miamarina — Pier 5 16 ITB No. 18-19-007-R B-70045 The Contractor must notify residents living within five hundred feet (500') of the Project in writing as least one (1) week in advance prior to commencing Work in the general area. A copy of such notices will be provided to the Project Manager. 5. Priority of Provisions All Work shall be constructed in accordance with the latest edition of the City of Miami's Contract Documents and Specifications, the City of Miami's Standards for design and construction, the Miami Dade County's Standards Details, and the 2016 Edition of the Florida Department of Transportation Specifications Road and Bridge Construction, as applicable. If there is a conflict or inconsistency between any term, statement requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into the Contract Documents by reference and a term, statement, requirement, the specifications and plans prepared by the Consultant, or provision of the Contract Documents the following order of precedence shall apply: In the event of conflicts in the Contract Documents, the priorities stated below shall govern: • Revisions to the Contract shall govern over the Contract; • The Contract Documents shall govern over the Contract; and • Addenda to an ITB shall govern over the ITB. In the event of conflicts within the Contract Documents, the priorities stated below shall govern: • Scope of Work and Specifications shall govern over plans and drawings; ■ Schedules, when identified as such shall govern over all other portions of the plans; • Specific notes shall govern over all other notes, and all other portions of the plans, unless specifically stated otherwise; ■ Larger scale drawings shall govern over smaller scale drawings; ■ Figured or numerical dimensions shall govern over dimensions obtained by scaling; and • Where provisions of codes, manufacturer's specifications or industry standards are in conflict, the more restrictive or higher quality shall govern. 6. Indemnification Contractor shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, and any involved city agencies and instrumentalities, from all liabilities, damages, losses, judgements, expenses, fees, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of or breach of this Contract by Contractor and persons employed or utilized by Contractor in the performance of this Contract. Contractor shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil actions, statutory actions, administrative or regulatory proceedings, or similar claims, liabilities, injuries or damages (including court costs and reasonable attorney's fees) arising or resulting from the permitted Work and/or failure to comply with applicable contractual duties of the Contractor or codes, laws, rules, licenses, permits, and regulations in performance of the 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 action, claim, or demand, the Contractor shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, agencies, and instrumentalities as herein provided. The indemnification provided above shall obligate the Contractor to indemnify, hold harmless and a duty to defend, at its own expense, to and through trial, administrative, regulatory, appellate, supplemental, mediation, arbitration, 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 Contractor, or persons employed, supervised, or utilized by Contractor. Bayside Wharf Miamarina — Pier 5 17 ITB No. 18-19-007-R B-70045 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. Contractor shall require all sub -Contractor agreements to include a provision that each sub -Contractor will indemnify, hold harmless and defend the City in substantially the same language as this Section. The Contractor 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 Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City, in no way, assumes, or shares any responsibility or liability of the Contractor or 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 Contractor. 7. Insurance Without limiting any of the other obligations or liabilities of Contractor, Contractor shall provide, pay for, and maintain in force until all of its Work to be performed under this Contract has been completed and accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverage's set forth herein. Commercial Marine Liability (Primary and Non Contributory) A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Products/Completed Operations Personal and Advertising Injury B. Endorsements Required City of Miami listed as additional insured Contingent Liability & Contractual Premises/Operations Liability Primary Insurance Clause Endorsement Explosion, Collapse and Underground Hazards II. Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto, Owned, or Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident B. Endorsements Required City of Miami listed as an additional insured III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation USL&H Endorsement $1,000,000 $2,000,000 $1,000,000 $1,000,000 $1,000,000 Employer's Liability A. Limits of Liability $1,000,000 for bodily injury caused by an accident, each accident Bayside Wharf Miamarina — Pier 5 18 ITB No. 18-19-007-R B-70045 $1,000,000 for bodily injury caused by disease, each employee $1,000,000 for bodily injury caused by disease, policy limit IV. Vessel/Protection and Indemnity Liability (if applicable) A. Limits of Liability Each Occurrence/Aggregate Limit $1,000,000 Jones Act Included City of Miami listed as additional insured V. Umbrella Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $3,000,000 Aggregate $3,000,000 City of Miami listed as additional insured Excess Follow form over all liability policies contained herein VI. Builder's Risk/Installation Floater Causes of Loss: All Risk of direct physical loss or damage Valuation: Replacement Cost Coverage extensions included as provided by carrier City of Miami listed as additional insured/loss payee VII. Payment and Performance Bond Full value of the project. City of Miami listed as obligee. VIII. Contractor's Professional Liability (if applicable) Each Claim Policy Aggregate Retro Date Included $1,000,000 $1,000,000 The above policies shall provide the City of Miami with written notice of cancellation in accordance with policy provisions. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above: The Company must be rated no less than "A-" as to management, and no less than "Class V" 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. The City reserves the right to request copies of all insurance policies associated with this agreement, including any, and all applicable policy endorsements. The above policies shall provide the City with written notice of cancellation or material change from the insurer not less than thirty (30) calendar days prior to any such cancellation or material change. If the initial insurance expires prior to the completion of the Work, renewal copies of policies shall be furnished at least thirty (30) calendar days prior to the date of their expiration. Contractor shall furnish to Procurement the Certificates of Insurance or endorsements evidencing the insurance coverage specified above within fifteen (15) calendar days after notification of award of the Contract. The required Certificates of Insurance shall name the types of policies provided, refer specifically to this Contract, and state that such insurance is as required by this Contract. The official title of the Owner is the City of Miami, Florida. This official title shall be used in all insurance documentation. The City shall be listed as an additional insured where applicable. Companies authorized to do business in the State of Florida, with the following qualifications, shall issue all insurance policies required above to the Contractor: Bayside Wharf Miamarina — Pier 5 19 ITB No. 18-19-007-R B-70045 The Risk Administrator or their authorized designee reserves the right to require modifications, increases, or changes in the required insurance requirements, coverage, deductibles or other insurance obligations by providing a thirty (30) calendar day written notice to the Contractor in accordance with Section 2, General Terms and Conditions, Article 4, "Notices." Contractor shall comply with such requests unless the insurance coverage is not then readily available in the national market. An additive or deductive change order will be issued to adjust the Contract value as necessary. For insurance bonding issues and decisions, the City shall act through its Risk Administrator (unless otherwise stated). 8. Performance and Payment Bond Where required by the Contract Documents or by Florida Statutes, the Contractor shall within fifteen (15) calendar days of being notified of award, furnish a Performance/Payment Bond ("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 Subcontractors employed pursuant to this Project. 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 Contractor will, upon notification by the City, correct any defective or faulty Work or materials which appear within one year after Final Completion of the Project. The City must be listed as an Obligee. Pursuant to the requirements of Section 255.05(1), Florida Statutes, as amended from time to time, Contractor shall ensure that the Bond(s) referenced above shall be recorded in the public records and provide the City with evidence of such recording. Each bond shall substantially conform to the requirements of Section 255.05, Florida Statutes, and will be in a form acceptable to the Risk Management Administrator. Alternate Form of Security: In lieu of a Performance/Payment Bond, Contractor may furnish alternate forms of security, which may be in the form of cash, money order, certified check, cashier's check, or unconditional letter of credit in the form attached. Such alternate forms of security shall be subject to the prior approval of the City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by the City for one year after completion and acceptance of the Work. 9. Qualification of Surety Bid Bonds, Performance/Payment Bonds over Two Hundred Thousand Dollars ($200,000): Each Bond must be executed by a surety company with a rating of (A-) and based on the Financial Size Category of (VII). The surety company must be of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. Payment/Performance Bonds shall be in the amount of one hundred and ten percent (110%) of the Work and shall be in substantially the form provided by Section 255.05 of Florida State Statutes. The Surety shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the Surety shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 CFR Section 223.10, Section 223.111). Further, the Surety shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. 10. General Requirements The employee(s) of the Contractor shall be considered to be at all times its employee(s), and not an employee(s) or agent(s) of the City or any of its departments. Bayside Wharf Miamarina — Pier 5 20 ITB No. 18-19-007-R B-70045 The Contractor shall, at all times, employ, maintain and assign to the performance of a Project a sufficient number of competent and qualified professionals and other personnel to meet the requirements of the Work to be performed. The Contractor shall adjust staffing levels or to replace any staff if so requested by the Project Manager, should the Project Manager make a determination that said staffing is unacceptable or that any individual is not performing in a manner consistent with the requirements for such a position. The Contractor represents that its staff has the proper skills, training, background, knowledge, experience, rights, authorizations, integrity, character, and licenses as necessary to perform the Work, in a competent and professional manner. The Contractor shall provide temporary facilities and controls necessary to perform the Work and to ensure safe and proper access and use of the site by the City. Any such specific requirements will be included in the Technical Specification portion of the ITB. The Contractor shall, at all times, cooperate with the City and coordinate its respective Work efforts to most effectively and efficiently progress the performance of the Work. The City shall have full access to the Project site(s) at all times. The Contractor shall be responsible for the good condition of the Work or materials until formal release from his obligations under the terms of the Contract Documents. Contractor shall bear all losses resulting to it on account of the amount or character of the Work, or the character of the ground, being different from what he anticipated. The Contractor shall at all times conduct the Work in such manner and in such sequence as will ensure the least practicable local interference. Contractor shall not open up Work to the prejudice of Work already started, and the City may require the Contractor to finish a section on which Work is in progress before Work is started on any additional section. Contractor is to take necessary precautions and use caution when working in or around overhead transmission lines and underground utilities. The apparent silence of the Contract Documents as to any detail, or the apparent omission from them of a detailed description concerning any Work to be done and materials to be furnished, shall be regarded as meaning that only best practices are to prevail, and only materials and workmanship of the best quality are to be used in the performance of the Work. 11. Method of Performing the Work If the City reasonably determines the rate of progress of the Work is not such as to ensure its completion within the designated completion time, or if, in the opinion of the City, the Contractor is not proceeding with the Work diligently or expeditiously or is not performing all or any part of the Work according to the Project schedule accepted by or determined by the City, the City shall have the right to order the Contractor to do either or both of the following: (1) improve its work force; and/or (2) improve its performance in accordance with the schedule to ensure completion of the Project within the specified time. The Contractor shall immediately comply with such orders at no additional cost to the City. The City at its sole option may also have Work performed by a third -party Contractor and deduct such cost from any monies due the Contractor. Where materials are transported in the performance of the Work, vehicles shall not be loaded beyond the capacity recommended by the vehicle manufacturer or permitted by Federal, State or local law(s). When it is necessary to cross curbing or sidewalks, protection against damage shall be provided by the Contractor and any damaged curbing, grass areas, sidewalks or other areas shall be repaired at the expense of the Contractor to the satisfaction of the City. Contractor is responsible for controlling dust and preventing it from becoming a public nuisance or causing off -site damage. Contractor shall take all necessary and prudent measures to control dust. The Contractor shall furnish to the City a complete listing of twenty-four (24) hour telephone numbers at which responsible representatives of the Contractor and all of the Contractor's Subcontractors can be reached should the need arise at any time. 12. Work Staging and Phasing The Work to be performed shall be done in such a manner so as not to interfere with the normal City operations of the Project site or facility. The manner in which the Work is performed shall be subject to the approval of the City, who, if necessary, shall have the authority to require changes in the manner in Bayside Wharf Miamarina — Pier 5 21 ITB No. 18-19-007-R B-70045 which the Work is performed. There shall be no obstruction of City services without the prior written approval of the City. All requests for such interruption or obstruction must be given in writing to the City at least twenty-four (24) hours in advance of the interruption of City operations. The Contractor shall familiarize itself with normal City operations where the Work is to be performed so that it can conduct the Work in the best possible manner to the complete satisfaction of the City. A staging plan must be submitted to and approved by the City prior to the start of construction and issuance of the Notice to Proceed. Such staging plan shall be revised and resubmitted as necessary during construction. As noted above self -performance, local workforce participation, and all other similar requirements will apply jointly and severally to each phase, stage, or incremental portion of the work. 13. Site Investigation and Representation The Contractor acknowledges that it has satisfied itself as to the nature and location(s) of the Work under the Contract Documents, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, and roads, the conformation and conditions at the ground based on City provided reports, the type of equipment and facilities needed preliminary to and during the performance of the Work and all other matters which can in any way affect the Work or the cost thereof under the Contract Documents. The Contractor further acknowledges that it has satisfied itself based on any geotechnical reports the City may provide and inspection of the Project site(s) as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site and from evaluating information derived from exploratory Work that may have been done by the City or included in this Contract Documents. Contractor should examine the soil conditions at the Project site to determine if any special shoring, sheeting, or other procedures are necessary to protect adjacent property during excavation of subsoil materials or during filling of any area(s), or for any operation during the performance of the Work. Any failure by the Contractor to acquaint itself with all the provided information and information obtained by visiting the Project site(s) will not relieve Contractor from responsibility for properly estimating the difficulty or cost thereof under the Contract Documents. In the event that the actual subsurface conditions vary from the actual City provided reports the Contractor shall notify the City and this Contract Documents amount may be adjusted up or down depending on the conditions. 14. Contractor to Check Plans, Specifications, and Data Contractor shall verify all dimensions, quantities and details shown on the plans, specifications, or other data received from the City as part of the Contract Documents, and shall notify the City of all errors, omissions, and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by the City. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omissions, or discrepancy and knowingly failed to report it to the City. 15. Contractor's Responsibili� for Damages and Accidents Contractor shall accept full responsibility for Work against all losses or damages of whatever nature sustained until Final Acceptance by City, and shall promptly repair or replace, at no additional cost to the City, and to the satisfaction of the Project Manager, any Work, materials, equipment, or supplies damaged, lost, stolen, or destroyed from any cause whatsoever. Lawn Areas: All lawn areas disturbed by construction shall be replaced with like kind to a condition similar or equal to that existing before construction. Where sod is to be removed, it shall be carefully removed, and the same re -sodded, or the area where sod has been removed shall be restored with new sod in the manner described in the applicable section. Any fence, or part thereof, that is damaged or removed during the course of the Work shall be replaced or repaired by the Contractor, and shall be left in as good of a condition as before the starting of the Work. Where fencing, walls, shrubbery, grass strips, or area must be removed or destroyed incident to the construction operation, the Contractor shall, after completion of the Work, replace or restore to the original condition all such destroyed or damaged landscaping and improvements. Bayside Wharf Miamarina — Pier 5 22 ITB No. 18-19-007-R B-70045 16. Accidents The Contractor shall provide such equipment and facilities as are necessary or required, in the case of accidents, for first aid service to person who may be injured during the Project duration. The Contractor shall also comply with the Occupational Safety Health Act ("OSHA") requirements as defined in the United States Labor Code 29 Code of Federal Regulations ("CFR") 1926.50. In addition, the Contractor must report immediately to the City every accident to persons or damage to property, and shall furnish in writing full information, including testimony of witnesses regarding any and all accidents. 17. Safety Precautions Contractor shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: • All employees on the Project site(s) and other persons who may be affected thereby; • All the Work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site(s); and • Other property at the Project site(s) or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. Contractor shall designate a responsible member of its organization at the Project site(s) whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to the City. Contractor shall comply with all applicable laws, ordinances, rules, regulations, and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the Work may affect them. All damage, injury, or loss to any property caused directly or indirectly, in whole or in part, by Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and the City has issued the Contractor a notice of Final Acceptance. Contractor must adhere to the applicable environmental protection guidelines for the duration of a Project. If hazardous waste materials are used, detected, or generated at any time, the Project Manager must be immediately notified of each and every occurrence. The Contractor shall comply with all codes, ordinances, rules, orders and other legal requirements of public authorities (including Occupational Health and Safety Administration ("OSHA"), Environmental Protection Agency ("EPA"), Department of Environmental Resources Management ("DERM"), the City, Miami -Dade County, State of Florida, and Florida Building Code), which bear on the performance of the Work. The Contractor shall take the responsibility to ensure that all Work is performed using adequate safeguards, including but not limited to: proper safe rigging, safety nets, fencing, scaffolding, barricades, chain link fencing, railings, barricades, steel plates, safety lights, and ladders that are necessary for the protection of its employees, as well as the public and City employees. All riggings and scaffolding shall be constructed with good sound materials, of adequate dimensions for their intended use, and substantially braced, tied or secured to ensure absolute safety for those required to use it, as well as those in the vicinity. All riggings, scaffolding, platforms, equipment guards, trenching, shoring, ladders and similar actions or equipment shall be OSHA approved, as applicable, and in accordance with all federal state and local regulations. All open trenches or holes shall be properly marked and barricaded to assure the safety of both vehicular and pedestrian traffic. No open trenches or holes are to be left open during nighttime or non -working hours without the prior written approval of the Project Manager. If an emergency condition should develop during a Project, the Contractor must immediately notify the Project Manager of each and every occurrence. The Contractor should also recommend any appropriate course(s) of action to the Project Manager. Bayside Wharf Miamarina — Pier 5 23 ITB No. 18-19-007-R B-70045 18. Occupational Health and Safety In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code ("FAC") delivered as a result of a Project must be accompanied by a Material Safety Data Sheet (MSDS), which may be obtained from the manufacturer. The MSDS must include the following information: • The chemical name and the common name of the substance. • The hazards or other risks in the use of the substance, including: �o The potential for fire, explosion, corrosion, and reaction; • The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the substance; and s• The primary routes of entry and symptoms of overexposure. • The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the substances, including appropriate emergency treatment in case of overexposure. • The emergency procedure for spills, fire, disposal, and first aid. • A description in lay terms of the known specific potential health risks posed by the substance intended to alert any person reading this information. • The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 19. Labor and Materials Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, tools, equipment, supplies, light, power, internal communications, transportation, and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Contractor shall at all times enforce strict discipline and good order among its employees and Subcontractors at the Project site(s) and shall not employ on the Project any unfit person or anyone not skilled in the Work to which they are assigned. 20. Rules, Regulations, Laws, and Licenses The Contractor shall comply with all laws, rules, regulations, permits, codes, public agency or similar required consents and approvals relative to the provision of services, equipment, supplies and/or materials specified in the Contract Documents, including without limitation those imposed by the federal, state, county or city agencies having jurisdiction over the matter. The Contractor, its agents, Subcontractors, and representatives shall be familiar with and comply with all federal, state, and local laws, rules, regulations, and approvals that may affect the Work, goods, and/or services offered. 21. Consultant Services The City, at its sole discretion, may hire a Consultant who shall serve as the City's Representative for the Project to be performed under the Contract Documents. The Contract Documents will state that a City's representative has been contracted with, for the management of the Work under the Contract Documents and who will be the lead point of contact, the Consultant or the Project Manager. Where a Consultant has been identified, the Consultant and the Project Manager will have authority to act on behalf of the City to the extent provided in the Contract Documents and as outlined in Article 24, "Authority of the Project Manager." On the basis of the on -site observations, the Consultant will keep the Project Manager informed of the progress of the Work. In the capacity of interpreter, the Consultant will exercise the best efforts to ensure faithful performance by both the Project Manager and the Contractor and will not show partiality to either. The Project Manager will assist the Consultant in conducting inspections to determine the date or dates of Substantial Completion and Final Acceptance and will receive and review written warranties and related documents required by the Contract and the Contract Documents. The Consultant will be responsible for receiving all documentation for review and acceptance. Upon acceptance, such documentation will be Bayside Wharf Miamarina — Pier 5 24 ITB No. 18-19-007-R B-70045 forwarded to the Project Manager. The Project Manager in conjunction with the Consultant will approve Schedules of Values, Project Schedules, Subcontractors, and invoices. The City may contract for additional Consultant services, including but not limited to construction examination and observation services. Such services are intended to be additional services and shall not be construed to supplant or alter the role and responsibilities of the Consultant. In case of the termination of employment of the Consultant, the City may, at its sole discretion, appoint another Consultant, whose status under the Contract shall be as that of the terminated Consultant. 22. Project Management Where a Contractor is awarded Work, the Contractor shall be responsible for all Project management, including any and all subcontracts necessary to ensure that the Work is performed in accordance with the Contract Documents. Project Management shall include, but is not limited to: obtaining bids from Subcontractors and suppliers; coordinating the securing of all permits; obtaining licenses and inspections; ensuring that Subcontractors comply with all City requirements; performing the Work in accordance with the Contract Documents to the satisfaction of the Project Manager; paying all Subcontractors; obtaining release of liens/claims fees; and obtaining temporary and final Certificates of Occupancy or Completion. 23. Superintendence and Supervision The orders of the City are given through the Consultant or the Project Manager, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project during its progress, a full-time, competent, English speaking superintendent, and any necessary assistants, all satisfactory to the Project Manager. The superintendent shall not be replaced except with the written consent of the Project Manager, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in Contractor's employ. The superintendent shall represent Contractor, and all directions given to the superintendent shall be as binding as if given to Contractor, and will be confirmed in writing by the Project Manager upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using Contractor's best skills and attention. The Project Manager shall be provided telephone number(s) for the superintendent, where the superintendent can be contacted during normal working hours as well as after hours for emergencies. On Projects in excess of thirty (30) calendar days, the Contractor's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather conditions affected progress of the Work; time of commencement of Work for the day; the Work being performed; materials, labor, personnel, equipment and Subcontractors at the Project site(s); visitors to the Project site, including regulatory representatives the City; any special or unusual conditions or occurrences encountered; and the time of termination of Work for the day. All information shall be recorded in the daily log in indelible ink. The daily log shall be kept on the Project site(s) and shall be available at all times for inspection and copying by Project Manager and Consultant. The Project Manager, Contractor, Construction Manager, CEI, and Consultant shall meet at least every two (2) weeks or as otherwise determined by the Project Manager, during the course of the Work to review and agree upon the Work performed and outstanding issues. The Contractor shall publish, keep, and distribute minutes and any comments thereto of each such meeting. If Contractor, in the course of performing the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Plans, it shall be the Contractor's duty to immediately inform the City, in writing, and the City will promptly review the same. Any Work done after such discovery, until authorized, will be done at Contractor's sole risk. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Bayside Wharf Miamarina — Pier 5 25 ITB No. 18-19-007-R B-70045 All Work, including trade Work shall be performed and supervised by persons properly licensed for the Work being performed. 24. Authority of the Project Manager The Director hereby authorizes the Project Manager designated in the Contract Documents to determine, all questions of any nature whatsoever arising out of, under or in connection with, or in any way relating to or on account of the Work, and questions as to the interpretation of the Work to be performed under this Contract Documents. The Contractor shall be bound by all determinations or orders of the Project Manager and shall promptly respond to requests of the Project Manager, including the withdrawal or modification of any previous order, and regardless of whether the Contractor agrees with the Project Manager's determination or requests. Where requests are made orally, the Project Manager will follow up in writing, as soon thereafter as is practicable. The Project Manager shall have authority to act on behalf of the City to the extent provided by the Contract, unless otherwise modified in writing by the City. All instructions to the Contractor shall be issued in writing, and shall be issued. All instructions to the Contractor shall be issued through the Director or Project Manager. The Project Manager shall have access to the Project site(s) at all times. The Contractor shall provide safe facilities for such access, so the Project Manager and Consultant may perform their functions under the Contract. The Project Manager will make periodic visits to the Work site to become generally familiar with the progress and quality of the Work, and to determine if the Work is proceeding in accordance with the Contract Documents. The Project Manager will not be responsible for construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work and will not be responsible for the Contractor's failure to carry out the Work in accordance with the Contract Documents. The Project Manager will have authority to reject Work that does not conform to the Contract Documents. Whenever, in his or her opinion, it is considered necessary or advisable to ensure the proper completion of the Contract Documents the Project Manager and Consultant will have authority to require special inspections or testing of the Work, whether or not such Work is fabricated, installed, or completed. Neither the Project Manager's nor Consultant's authority to act under this paragraph, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Project Manager or Consultant to the Contractor, any Subcontractor, supplier or any of their agents, employees, or any other person performing any of the Work. All interpretations and recommendations of the Project Manager and Consultant shall be consistent with the intent of the Contract Documents. The Project Manager and Consultant will not be responsible for the acts or omissions of the Contractor, any Subcontractor, or any of their agents or employees, or any other persons performing any of the Work. 25. Inspection of Work The Project Manager, Consultant, Construction Engineering Inspector (CEI), and other City representatives shall at all times have access to the Work during normal work hours, and Contractor shall provide proper facilities for such access and for inspecting, measuring, and testing. Should the Contract Documents, Consultant, CEI, Project Manager's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give the Project Manager timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than City, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of the Project Manager, it must, if required by the Project Manager, be uncovered for examination and properly restored at Contractor's expense. Unless otherwise provided, the Contractor shall arrange for such tests, inspections, and approvals with the City's testing laboratory or entity. The Contractor shall give the City and the Project Manager timely Bayside Wharf Miamarina — Pier 5 26 ITB No. 18-19-007-R B-70045 notice of when and where tests and inspections are to be made so that the City or Project Manager may be present for such procedures. Re-examination of any of the Work may be ordered by the City, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. The Contractor shall bear the cost of correcting destroyed or damaged construction, whether completed or partially completed, of the City or separate Contractors caused by the Contractor's correction or removal of Work that is not in accordance with the requirements of the Contract Documents. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of the Contract Documents, or to delay the Work by failure to inspect the materials and Work with reasonable promptness, without the written permission or instruction of the Project Manager. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by the Contractor to any Inspector, directly or indirectly, is strictly prohibited, and any such act on the part of the Contractor will constitute a breach of this Contract. 26. Taxes Contractor shall pay all applicable sales, consumer, use and any other taxes, levies, assessments, and all other impositions required by law, rule, or regulation. Contractor is responsible for reviewing the pertinent state statutes and local laws involving state taxes/impositions and complying with all requirements. 27. Separate Contracts Prior to the commencement of the Work, the City will notify the Contractor of all ongoing Projects or Projects scheduled to commence during the Work that may require coordination. The Contractor shall be responsible for coordinating the Work with any other Project to minimize any potential adverse impact. Contractor shall not be entitled to any days of delay for failure to properly coordinate the Work. The Project Manager will assist the Contractor in coordinating the Work; however, the sole responsibility for coordination rests with the Contractor. If any part of Contractor's Work depends for proper execution or results upon the Work of any other persons, Contractor shall inspect and promptly report to the City any defects in such Work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's Work as fit and proper for the reception of Contractor's Work, except as to defects that may develop in other Contractor's Work after the execution of Contractor's Work. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other Contractor on the site. Should such interference or impact occur, Contractor shall be liable to the affected Contractor for the cost of such interference or impact. To ensure the proper execution of subsequent Work, Contractor shall inspect the Work already in place and shall at once report to the Project Manager any discrepancy between the executed Work and the requirements of the Contract Documents. 28. Lands of Work City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights -of -way, and easements for access thereto and such other lands as are designated by City for the use of Contractor. Contractor shall provide, at Contractor's own expense and without liability to City, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. Bayside Wharf Miamarina — Pier 5 27 ITB No. 18-19-007-R B-70045 29. Coordination of Work The Project site(s) may be occupied and may operate as specified in Section 3, Supplemental Terms and Conditions, Article 1, "Contract Time and Hours." Contractor shall ensure that the performance of the Work does not impact any ongoing operations at Project site(s), which also includes the delivery of any materials and equipment. Access to and egress from the Project site(s) shall be coordinated with the Project Manager and the Consultant to minimize interference to regular and emergency operations of the facility. Contractor may be required to coordinate the Work with other Contractors performing Work at the Project site. 30. Differing Site Conditions In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project site(s) which differ materially from those shown in the Contract Documents and from those ordinarily encountered and generally recognized as inherent in Work of the character called for in the Contract Documents; or unknown physical conditions of the Project site(s), of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in Work of the character called for in the Contract Documents, Contractor, without disturbing the conditions and before performing any Work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify the City in writing of the existence of the aforesaid conditions. The City shall, within two (2) business days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of the City, the conditions do materially so differ and cause an increase or decrease in Contractor's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, the City shall recommend an equitable adjustment to the Contract Documents Price or Contract Documents Time, or both. If the City and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to the Director for determination. Should the Director determine that the conditions of the Project site(s) are not so materially different to justify a change in the terms of the Contract Documents, the Director shall so notify the Project Manager, Consultant, and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract Documents under this provision shall be allowed unless Contractor has given written notice and otherwise fully documented altering site conditions in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract price or Contract time for differing site conditions shall be allowed if made after the date certified by the City as the date of substantial completion. 31. Existing Utilities Known utilities and structures adjacent to or encountered in the Work will be shown on the Drawings. The locations shown are taken from existing records and the best information available from existing plans and utility investigations; however, it is expected that there may be some discrepancies and omissions in the locations and quantities of utilities and structures shown. Those shown are for the convenience of the Contractor only, and no responsibility is assumed by the City for their accuracy or completeness. No request for additional compensation or Contract time resulting from encountering utilities not shown will be considered. The Contractor shall explore sufficiently ahead of the Work to allow time for any necessary adjustments. The Contractor must coordinate all underground utility locations through "Sunshine State One Call of Florida, Inc.," who shall be contacted a minimum of forty-eight (48) hours before the Contractor commences any digging. The Contractor is responsible for removing all utility markings once the Work is completed. Final payment to the Contractor may be withheld until the utility marks are removed. 32. Contractor's Responsibility for Utility Properties and Service Where the Contractor's operations could cause damage or inconvenience to railway, telephone, fiber optic, television, electrical power, oil, gas, water, sewer, or irrigation systems, the Contractor shall make all arrangements necessary for the protection of these utilities and services or any other known utilities. Notify all utility companies that are affected by the construction operation at least forty-eight (48) hours in advance. Under no circumstance expose any utility without first obtaining permission from the appropriate Bayside Wharf Miamarina — Pier 5 28 ITB No. 18-19-007-R B-70045 agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities and utility poles where necessary. The Contractor and their Subcontractors shall be solely and directly responsible to the owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage that may result from the construction operations under the Contract Documents. Neither the City nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the Work. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any utility service be allowed unless granted by the owner of the utility. In the event water service lines that interfere with trenching are encountered, the Contractor may, by obtaining prior approval of the water utility, cut the service, dig through, and restore the service with similar and equal materials at the Contractor's expense and as approved by the City. Replace, with material approved by the City, at Contractor's expense, any and all other laterals, existing utilities or structures removed or damaged during construction, unless otherwise provided for in the Contract Documents and as approved by the City. Replace, with material approved by the City, at Contractor's expense, any existing utilities damaged during the Work. 33. Interfering Structures An attempt has been made to show major structures on the furnished Drawings. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and is presented as a guide. The Contractor shall field verify all locations. Contractor shall coordinate with any affected companies, including utility companies and take necessary precautions to prevent damage to existing structures whether on the surface, above ground, or underground, including have the owner of the interfering structures place temporary supports. 34. Field Relocation During the process of the Work, it is expected that minor relocations of the Work may be necessary. Such relocations shall be made only by the direction of the Project Manager at the Contractor's expense. If existing structures are encountered that will prevent construction as shown, the Contractor shall notify the Project Manager before continuing with the Work in order that the City may make such field revisions as necessary to avoid conflict with the existing structures. Where the Contractor fails to notify the Project Manager when an existing structure is encountered, and proceeds with the Work despite this interference, the Contractor does so at their own risk. 35. Contractor's Use of Project Site(s) Limitations may be placed on the Contractor's use of the Project site(s) and such limitations will be identified by the Project Manager. In addition to such limitations, the Project Manager may make storage available to the Contractor, at his sole discretion, based on availability of space. The Contractor shall also coordinate and schedule deliveries so as to minimize disruptions to City day-to-day operations. The Contractor shall limit its use of the Project site(s), so as to allow for the City's continuous operation. This is necessary, as the Project site(s) may remain in operation during the Work. ■ The Contractor shall: :• Confine operations at the Project site(s) to the areas permitted by the Project Manager; not disturb portions of the Project site(s) beyond the specified areas; conform to Project site(s) rules and regulations affecting the Work. Keep existing driveways and entrances serving surrounding facilities clear and available to the City, its employees and the public at all times; not use areas for parking and/or storage of materials except as authorized by the Project Manager. Bayside Wharf Miamarina — Pier 5 29 ITB No. 18-19-007-R B-70045 Assume all responsibility for its tools, equipment and materials, including any materials purchased for the Work and not accepted by the City, and its vehicles while performing Work for the City and/or while parked or stored at a City facility. The City assumes no liability for damage or loss to the items specified in this paragraph. Access to parking and egress from the Project site(s) shall be subject to the approval of the Project Manager. 36. Warranty of Materials and Equipment Contractor warrants to City that all materials and equipment furnished under the Contract Documents will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents and Contract/Documents. All Work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by the City, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by any other provisions within the Contract Documents. 37. Material and Equipment Shipment, Handling, Storage and Protection Preparation for Shipment: When practical, equipment shall be factory assembled. The equipment parts and assemblies that are shipped unassembled shall be furnished with assembly plan and instructions. The separate parts and assemblies shall be factory match -marked or tagged in a manner to facilitate assembly. All assemblies are to be made by the Contractor at no additional cost to the City. Generally, machined and unpainted parts subject to damage by the elements shall be protected with an application of a strippable protective coating, or other approved protective method. Equipment shall be packaged or crated in a manner that will provide protection from damage during shipping, handling, and storage. The outside of the package or crate shall be adequately marked or tagged to indicate its contents by name and equipment number, if applicable; approximate weight; state any special precautions for handling; and indicate the recommended requirements for storage prior to installation. Packaging and Delivery of Spare Parts and Special Tools: Properly mark to identify the associated equipment by name, equipment, and part number. Parts shall be packaged in a manner for protection against damage from the elements during shipping, handling, and storage. Ship in boxes that are marked to indicate the contents. Delivery of spare parts and special tools shall be made prior to the time associated equipment is scheduled for the initial test run. Shipment: All equipment and material shall be shipped with freight and shipping paid freight on board (FOB) job site. The Contractor shall request a seven (7)-calendar day advance notice of shipment from manufacturers, and, upon receipt of such notice, provide the Engineer of Record with a copy of the current delivery information concerning equipment items and material items of critical importance to the Project schedule. Receiving: The Contractor shall unload and record the receipt of all equipment and materials at the jobsite. All costs for receiving, inspection, handling, storage, insurance, inventory control, and equipment maintenance for the Contractor -Supplied and City -Supplied materials and equipment shall be included in the prices bid and no extra compensation will be allowed. Inspection: Immediately upon receipt of equipment and materials at the jobsite, the Contractor shall inspect for completeness and any evidence of damage during shipment. City supplied equipment and material shall be inspected and inventoried together with City's Inspector. Should there appear to be any shortage or damage, the City shall be immediately notified; and the Contractor shall be fully responsible for informing the manufacturers and the transportation company of the extent of the shortage or damage. If the item or items require replacing or supplying missing parts, the Contractor shall take the necessary measures to expedite the replacement or supply the missing parts. Handling: Equipment and materials received for installation on the Project shall be handled in accordance with the manufacturer's recommendations, and in a manner that will prevent damage. Bayside Wharf Miamarina — Pier 5 30 ITB No. 18-19-007-R B-70045 Storage: Equipment and materials shall be stored prior to installation as recommended by the manufacturer. Generally, materials such as pipe shall be stored off the ground in approved storage yards. Items subject to damage by the elements, vandalism, or theft shall be stored in secure buildings. Items requiring environmental control for protection shall be provided with the necessary environmentally controlled storage facilities at no cost to the City. Insurance: The Contractor's insurance shall adequately cover the value of materials delivered but not yet incorporated into the Work. Inventory Control: Equipment and materials shall be stored in a manner to provide easy access for inspection and inventory control. The Contractor shall keep a running account of all materials in storage to facilitate inspection and to estimate progress payments for materials delivered but not installed in the Work. Equipment's Maintenance Prior to Acceptance by the City: Provide the required or manufacturer's recommended maintenance during storage, during the installation, and until such time as the City accepts the equipment for full-time operation. Salvage Equipment: Any salvageable pipe, fittings, or other miscellaneous material or equipment removed during construction and not reused in the Work shall be cleaned, hauled, and stored by the Contractor at his own expense, where directed by the City, and shall remain the property of the City. All other material shall be disposed of by the Contractor at his own expense. 38. Manufacturer's Instructions The Contractor shall: Comply with manufacturer's requirements for the handling, delivery, and storage of all materials. Where required by the Contract Documents, Contractor shall submit manufacturer's printed instructions for delivery, storage, assembly, and installation. Comply with the manufacturer's applicable instructions and recommendations for the performance of the Work, to the extent that these instructions and recommendations are more explicit or more stringent than requirements indicated in the Contract Documents including the Contract Documents. Inspect each item of material or equipment immediately prior to installation and reject damaged and defective items. Provide attachment and connection devices and methods for securing the Work; secure Work true to line plumb and level, and within recognized industry standards; allow for expansion and building movement; provide uniform joint width in exposed Work; arrange joints in exposed Work to obtain the best visual effect and refer questionable visual effect choices to the Consultant for final decision when applicable to the Work. Recheck measurements and dimensions of the Work, as an integral step in starting each portion of the Work. Install each unit or section of Work during favorable weather conditions, which shall ensure the best possible results in coordination with the entire Project and isolate each unit of Work from incompatible Work as necessary to prevent potential interference among each section and/or deterioration of equipment. Coordinate enclosure of the Work, which requires inspections and tests so as to minimize the necessity of uncovering Work for that purpose. When required by the Contract Documents or the manufacturer, a qualified representative shall be present to observe field conditions, conditions of surface and installation, quality of workmanship, and applications. Manufacturer's representative shall provide the Contractor and the City a written report of field observations. 39. Manufacturer's Warranty Contractor shall provide all manufacturers' warranties. All warranties, expressed and/or implied, shall be made available to the City for material and equipment covered by this Contract Documents. All material Bayside Wharf Miamarina — Pier 5 31 ITB No. 18-19-007-R B-70045 and equipment furnished shall be fully guaranteed by the Contractor against factory defects and workmanship. At no expense to the City, the Contractor shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty. The Contract Documents may supersede the manufacturer's standard warranty. Manufacturer's warranties will become effective upon Final Acceptance of the Project. 40. Reference Standards Reference to the standards of any technical society, organization, or body shall be construed to mean the latest standard adopted and published at the date of request for qualifications, even though reference may have been made to an earlier standard. Such reference is hereby made a part of the Contract Documents the same as if herein repeated in full and in the event of any conflict between any of these standards and those specified, the most stringent shall govern unless otherwise stated. 41. Submittals Contractor shall check and approve all shop drawing, samples, product data, schedule of values, and any and all other submittals to make sure they comply with the Contract Documents prior to submission to the City. Contractor by approving and submitting any submittals, represents that they have verified the accuracy of the submittals, and they have verified all of the submittal information and documentation with the requirements of the Contract Documents. At time of submission, the Contractor shall advise the City in writing of any deviations from the Contract Documents. Failure of the Contractor to advise the City of any deviations shall make the Contractor solely responsible for any costs incurred to correct, add, or modify any portion of the Work to comply with the Contract Documents. Each shop drawing submittal shall contain a title block containing the following information: ■ Number and title of drawing, including Contract title and Number • Date of drawing and revisions • Name of Contractor and Subcontractor (if any) submitting drawings • Name of Project, Building or Facility • Specification Section title and number ■ Contractor's Stamp of approval, signed by the Contractor or his checker • Space above the title block for Project Manager's or Consultant's action stamp • Submittal or re -submittal number (whether first, second, third, etc.) • Date of submittal Contractor shall sign, in the proper block, each sheet of shop drawing and data and each sample label to certify compliance with the requirements of the Contract Documents. Shop drawings submitted without the stamp, signature shall be rejected, and it will be considered that the Contractor has not complied with the requirements of the Contract Documents. Contractor shall bear the risk of any delays that may occur because of such rejection. City shall not be liable for any materials, fabrication of products or Work commenced that requires submittals until the City has returned approved submittals to the Contractor. The City shall make every effort to review submittals within fourteen (14) calendar days from the date of receipt by the City. The City's review shall only be for conformance with design concepts and the information provided in the Contract Documents. The approval of a separate item shall not constitute approval of an assembly in which the item functions. The City shall return the shop drawings to the Contractor for their use and distribution. Acceptance of any submittal shall not relieve the Contractor of any responsibility for any deviations from the requirements of the Contract Documents unless the Contractor has given written notice to the City of the specific deviations and the Consultant have issued written approval of such deviations. By approving and submitting shop drawings, Product Data and Samples, the Contractor represents that all materials, field measurements and field construction criteria related thereto have been verified, checked and coordinated with the requirements of the Work and have been verified, checked and coordinated with this Contract Documents. Bayside Wharf Miamarina — Pier 5 32 ITB No. 18-19-007-R B-70045 Contractor shall be responsible for the distribution of all shop drawings, copies of product data and samples, which bear the EOR's stamp of approval. Distribution shall include, but not be limited to; job site file, record documents file, Subcontractor, suppliers, and other affected parties or entities that require the information. The Contractor shall also provide copies of all plans approved and permitted by the required governing authorities. The Contractor shall not be relieved of responsibility for errors or omissions in any and all submittals by the City's acceptance thereof. The Contractor warrants the adequacy for the purpose intended of any shop drawings or portion of a shop drawing that alters, modifies, or adds to the requirements of the Contract Documents. Nothing in the City's review of shop drawings, Submittals and Samples shall be construed as authorizing additional Work or increased cost to the City. Where a conflict exists between the submittal requirements of the General Terms and Conditions and the Technical Specifications, the Technical Specifications shall prevail. 42. Shop Drawings Contractor shall submit shop drawings as required by the Contract Documents. The purpose of the shop drawings is to show, in detail, the suitability, efficiency, technique of manufacture, installation requirements, details of the item, and evidence of its compliance or noncompliance with this Contract Documents. Within five (5) calendar days after City's award of the Contract, Contractor shall submit to the City a complete list and submittal log of items for which shop drawings are to be submitted and shall identify the critical items and all submittal dates. Approval of this list by the City shall in no way relieve the Contractor from submitting complete shop drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of shop drawings. After the approval of the list of items required in above, Contractor shall promptly request shop drawings from the various manufacturers, fabricators, and suppliers. Contractor shall thoroughly review and check the shop drawings and each and every copy shall show its approval thereon. Some shop drawings, as denoted either in the Contract Documents or by the Florida Building Code (Code) or Florida Statute such as structural drawings, require that they be prepared by a licensed engineer. It is the sole responsibility of the Contractor to ensure that the shop drawings meet all Code requirements. In addition to all shop drawings required by the Contract Documents the Contractor must provide shop drawings for; all drainage structures including catch basins, drainage pipe, ballast rock, and exfiltration trench filter fabric. If the shop drawings show or indicate departures from the Contract Documents, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract and Documents. The City shall review and accept or reject with comments, shop drawings within fourteen (14) calendar days from the date received. The City's approval of shop drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such shop drawings, nor for the proper fitting and construction of the Work, nor for the furnishing of materials or Work required by the Contract Documents and not indicated on the shop drawings. No Work called for by shop drawings shall be performed until said shop drawings have been approved by EOR. Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the shop drawings. No approval will be given to partial submittals of shop drawings for items, which interconnect and/or are interdependent where necessary to evaluate the design properly. It is Contractor's responsibility to assemble the shop drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to the City along with its comments as to compliance, noncompliance, or features requiring special attention. If catalog sheets or prints of manufacturers' standard drawings are submitted as shop drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. The minimum size for shop drawings shall be 11" X 17". Each shop drawing shall be clear, thoroughly detailed and shall have listed on it all Contract Documents references, drawing number(s), specification Bayside Wharf Miamarina — Pier 5 33 ITB No. 18-19-007-R B-70045 section number(s) and the shop drawing numbers of related Work. Shop drawings must be complete in every detail, including location of the Work. Materials, gauges, methods of fastening and spacing of fastenings, connections with other Work, cutting, fitting, drilling, and any and all other necessary information per standard trade practices or as required for any specific purpose shall be shown. Where professional calculations and/or certification of performance criteria of materials, systems, and or equipment are required, FOR is entitled to rely upon the accuracy and completeness of such calculations and certifications submitted by the Contractor. Calculations, when required, shall be submitted in a neat clear and easy format to follow. Contractor shall keep one (1) set of shop drawings marked with EOR's approval at the job site at all times. 43. Product Data Contractor shall submit four (4) copies of product data, warranty information, and operating and maintenance manuals. Each copy must be marked to identify applicable products, models, options and other data. Contractor shall supplement manufacturer's standard data to provide information unique to the Work. Contractor shall only submit pages that are pertinent. Submittals shall be marked to identify pertinent products, with references to the specifications and the Contract Documents. Identify reference standards, performance characteristics and capacities, wiring and piping diagrams and controls, component parts, finishes, dimensions and required clearances. Contractor shall submit a draft of all product data, warranty information, and operating and maintenance manuals at fifty percent (50%) completion of construction. 44. Samples Contractor shall submit samples to illustrate the functional characteristics of the product(s). Submittals shall be coordinated for different categories of interfacing Work. Contractor shall include identification on each sample and provide full information. 45. Record Set Contractor shall maintain in a safe place at the Project site(s) one (1) record copy and one (1) permit set of the Contract Documents, including, but not limited to, all Drawings, Specifications, shop drawings, amendments, Change Orders, RFIs, and Field Directives, as well as all written interpretations and clarifications issued by the City, in good order and annotated to show all changes made during construction. The record documents shall be continuously updated by Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Construction Change Directives, and Field Directives as well as all written interpretations and clarifications, and all concealed and buried installations of piping, conduit and utility services. Contractor shall certify the accuracy of the updated record documents. As a condition precedent to City's obligation to pay Contractor, the Contractor shall provide evidence, satisfactory to the City, that Contractor is fulfilling its obligation to update the record documents continuously. All buried items, outside the Project site(s), shall be accurately located on the record documents as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The record documents shall be clean, and all changes, corrections, and dimensions shall be given in a neat and legible manner in red. The record documents shall be available to the City and the Consultant for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, the record documents shall be delivered to the City by the Contractor. The Record Set of drawing shall be submitted in both hard copy and as electronic plot files. 46. Supplemental Drawings and Instructions The City shall have the right to approve and issue supplemental instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Documents Price or this Contract Documents Time. Bayside Wharf Miamarina — Pier 5 34 ITB No. 18-19-007-R B-70045 The City shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings, or additional information as the Work proceeds, all of which shall be considered as part of the Contract Documents. In case of disagreement between the written and graphic portions of the Contract Documents, the written portion shall govern. 47. Contractor Furnished Drawings A Contract Documents may require the Contractor to furnish design, shop, and/or as -built drawings depending on the nature and scope of the Work to be performed. The following applies to the different types of drawings. The City shall, after review of the drawings, initial and mark the drawings in one of the following manners: 1. ACCEPTED - No correction required. 2. PROCEED AS CORRECTED - Minor changes or corrections identified. Work can proceed subject to re -submittal and acceptance of the drawings. 3. REVISE AND RESUBMIT - Significant changes or corrections are recommended. Submittal must be revised and resubmitted for acceptance prior to Work proceeding. 4. REJECTED - Not in accordance with the Contract and/or Contract Documents due to excessive changes or corrections or other justifiable reason. Drawings must be corrected and resubmitted prior to any Work being performed. Revisions required by the permitting jurisdiction must also be reviewed and accepted by the City prior to resubmission to the permitting agency. Acceptance by the City shall not relieve the Contractor from responsibility for errors and omissions in the drawings. 48. Substitutions Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function, and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Consultant sufficient information is submitted by Contractor to allow City and Consultant to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by the City from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the City for acceptance thereof, certifying that the proposed substitute shall perform adequately the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of Substantial Completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other Contractors affected by the resulting change, all of which shall be considered by the Consultant in evaluating the proposed substitute. The City may require the Contractor to furnish at Contractor's expense additional data about the proposed substitute. If a specific means, method, technique, sequence or procedure of construction is indicated in or required by Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to the Consultant, if the Contractor submits sufficient information to allow the FOR to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Consultant shall be the same as those provided herein for substitute materials and equipment. Bayside Wharf Miamarina — Pier 5 35 ITB No. 18-19-007-R B-70045 The Consultant shall be allowed a reasonable time within which to evaluate each proposed substitute. The City shall be the sole judges of the acceptability of any substitute. No substitute shall be ordered, installed or utilized without the City's and the Consultant's prior written acceptance which shall be evidenced by either a Change Order or an approved submittal. The City may require the Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. If the Consultant rejects the proposed substitute, at their discretion, the City may require the Contractor to reimburse the City for the charges of the Consultant for evaluating the proposed substitute. Contractor shall maintain sole liability and responsibility for ensuring that all substitutions and any required design of such are in full compliance with and meet all the requirements of the Contract Documents. 49. City Furnished Drawings The City, at its sole discretion, may furnish design drawings. It shall be the sole responsibility of the Contractor to bring to the immediate attention of the City any discrepancies between the drawings and existing conditions, excluding hidden or unforeseen conditions, discovered prior to commencing and during the Work. The Contractor shall be solely responsible for verifying the accuracy of the drawings prior to commencing the Work, and shall be responsible for any errors or revisions of the Work, which might have been avoided by notifying the City prior to commencement. This shall also apply to any revisions or omissions identified by the Contractor. The Contractor shall submit all requests for information entitled Request for Information (RFI). The City shall respond to all RFI's in writing. The Contractor shall have no basis for any claim for additional costs resulting from their failure to identify any required revisions, omissions, and/or errors, not identified in writing to the City prior to commencing the Work. The drawings are to be addressed as a complete set and should not be used in parts. Contractor is responsible to coordinate the set of drawings with all trades to ensure that the Work will be performed correctly and coordinated among the trades. Contractor shall not scale the drawings. 50. Interpretation of Drawings and Documents Drawings and specifications are intended to be consistent, be mutually explanatory, and should be used together and not separately. During the performance of the Project, should any errors, omissions, conflicts, ambiguities or discrepancies be found in the drawings and/or specifications, the City will clarify in writing the intent of the drawings and/or specifications and the Contractor agrees to abide by the City's interpretation and perform the Work in accordance with the decision of the City. In such event, the Contractor will be held to have included in its Contract Price the best materials suitable for the purpose and/or methods of construction. 51. Product and Material Testing All tests shall be performed by the Contractor, except where otherwise specifically stated in the Contract Documents. All costs for testing performed by the Contractor shall be at the Contractor's expense. 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 Contractor 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 Contractor. 52. Field Directives The City may at times issue field directives to the Contractor based on visits to the Project site(s). Such Field Directives shall be issued in writing and the Contractor shall be required to comply with the directive. Where the Contractor believes that the directive is outside the scope of the Work, the Contractor shall, within forty-eight (48) hours, notify the City that the Work is outside the scope of the Work. At that time, the Field Directive may be rescinded, or the Contractor may be required to submit a request for a change to the Contract. Where the Contractor is notified of the City's position that the Work is within the scope and the Contractor disagrees, the Contractor shall notify the City that the Contractor reserves the right to make a claim for the time and monies based on the Field Directive. At no time shall the Contractor refuse to comply with the directive. Failure to comply with the directive may result in a determination that the Contractor is in default of the Contract. Bayside Wharf Miamarina — Pier 5 36 ITB No. 18-19-007-R B-70045 53. Changes in the Work or Contract Documents Without invalidating the Contract Documents and without notice to any Surety, City reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work under the Contract Documents as may be considered necessary or desirable to complete fully and acceptably the proposed construction of a Project in a satisfactory manner. Any extra or additional Work within the scope of the Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto. This section shall not prohibit the issuance of Change Orders executed only by City. 54. Continuing the Work Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract price or Contract time for completion. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 55. Change Orders Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed Work; or submit the matter in dispute to the Director as set forth in Article 90, "Resolution of Disputes." During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the City and Director in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. On approval of any Contract change increasing the Contract Price, Contractor shall ensure that the performance bond and payment bond (if applicable) are increased so that each reflects the total Contract Price as increased. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. The City reserves the right to order changes which may result in additions to or reductions from the amount, type, or value of the Work shown in the Contract and which are within the general scope of the Contract Documents. Any such changes will be known as "Extra Work." No Extra Work shall be performed except pursuant to written orders of the City expressly and unmistakably indicating his/her intention to treat the Work described therein as Extra Work. In the absence of such an order, the City may direct, order or require the Contractor to perform any Work including that which the Contractor deems to be Extra Work. The Contractor shall nevertheless comply and shall promptly and in no event after, begin the performance thereof or incur cost attributable thereto and give written notice to the City stating why the Contractor deems such Work (hereinafter "Disputed Work") to be Extra Work. Said notice is for the purposes of (1) affording an opportunity to the Project Manager to cancel such order, direction or requirements promptly; (2) affording an opportunity to the City to keep an accurate record of materials, labor and other items involved; and (3) affording an opportunity to the City to take such action as it may deem advisable in light of such disputed Work. 56. Change Order Procedure Extra Work shall result in an equitable adjustment (increase or decrease) to the Contract representing the reasonable cost or the reasonable financial savings related to the change in Work. Extra Work may also Bayside Wharf Miamarina — Pier 5 37 ITB No. 18-19-007-R B-70045 result in an equitable adjustment in the Contract schedule, for performance of both the Extra Work and any other Work affected by the Extra Work. The City shall initiate the Extra Work procedure by a notice to Contractor outlining the proposed Extra Work. Upon receipt of the notice to proceed with the Extra Work, the Contractor is required to start the Extra Work immediately. The Contractor is required to obtain permission for an extension to start the Extra Work if it is beyond the Contractor's ability to start within the allotted timeframe. The Contractor is required to provide the Project Manager with a detailed Change Proposal Request, which shall include requested revisions to the Contract, including but not limited to adjustments in this Contract Price and Contract Time. The Contractor is required to provide sufficient data in support of the cost proposal demonstrating its reasonableness. In furtherance of this obligation, the City may require that the Contractor submit any or all of the following: a cost breakdown of material costs, labor costs, labor rates by trade, and Work classification, and overhead rates in support of Contractor's Change Proposal Request. The Contractor's Change Proposal Request must include any schedule revisions and an explanation of the cost and schedule impact of the Extra Work on the Project. If the Contractor fails to notify the City of the schedule changes associated with the Extra Work, it will be deemed an acknowledgment by Contractor that the proposed Extra Work will not have any scheduling consequences. The Contractor agrees the Change Proposal Request will in no event include a combined profit and overhead rate in excess of ten percent (10%) of the direct labor and material costs, unless the City determines that the complexity and risk of the Extra Work is such that an additional factor is appropriate. The Change Proposal Request may be accepted or modified by negotiations between the Contractor and the City. If an agreement on the Extra Work is reached, both parties shall execute the Extra Work order in writing via a Change Order. The execution by the Contractor of the Change Order shall serve as a release of the City from all claims and liability to the Contractor relating to, or in connection with, the Extra Work, including any impact, and any prior acts, neglect or default of the City relating to the Extra Work. Upon execution of a change order that affects the Contract Time, the Contractor shall, within five (5) business days, submit a revised Project schedule reflecting the changes against the baseline schedule. 57. No Oral Changes Except to the extent expressly set forth in the Contract, no change in or modification, termination or discharge of the Contract or, in any form whatsoever, shall be valid or enforceable unless it is in writing and signed by the parties charged, therewith or their duly authorized representative. 58. Value of Change Order Work The value of any Work covered by a Change Proposal Request or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: • Where the Work involved is covered by unit prices contained in the Contract, by application of unit prices to the quantities of items involved. • By mutual acceptance of a Contract unit price, which Contractor and Project Manager acknowledge, contains a component for overhead and profit. • On the basis of the "Cost of Work," determined as provided in this, plus a Contractor's fee for overhead and profit, which is determined as provided in this Article. • The term "Cost of Work" means the sum of all direct costs necessarily incurred and paid by Contractor in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by the City, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in herein. Payroll costs for employees in the direct employ of Contractor in the performance of the Work described in the Change Proposal Request under schedules of job classifications agreed upon by the City. Payroll costs for employees not employed full time on the Work covered by the Change Proposal Request shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement Bayside Wharf Miamarina — Pier 5 38 ITB No. 18-19-007-R B-70045 benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the Work after regular working hours, on Sunday or legal holidays shall be included in the above to the extent authorized by City. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. If required by the City, Contractor shall obtain competitive bids for the Change Order Work. Contractor and shall deliver such competitive bids to the City who will determine which bids will be accepted. If the Subcontractor is to be paid on the basis of cost of the Work plus a fee, the Subcontractor's cost of the Work shall be determined in the same manner as Contractor's cost of the Work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. The term "Cost of the Work" shall include any of the following: • Cost of special Consultants, including, but not limited to, Consultants, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the Work described in the Change Order. • Supplemental costs including the following: • The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work except for local travel to and from the site of the Work. • Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the Work, and less market value of such items used but not consumed which remains the property of Contractor. Sales, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by any governmental authority. Deposits lost for causes other than Contractor's negligence, royalty payments, and fees for permits and licenses. The cost of utilities, fuel, and sanitary facilities at the site. Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage, and similar petty cash items in connection with the Work. • Cost of premiums for additional bonds and insurance required because of changes in the Work. The term "Cost of Work" shall not include any of the following: Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), general managers, consultants, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor whether at the site or in its principal or a branch office, for general administration of the Work and not specifically included in the agreed - upon schedule of job classifications, all of which are to be considered administrative costs covered by Contractor's fee. • Expenses of Contractor's principal and branch offices other than Contractor's office at the site. • Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. Bayside Wharf Miamarina — Pier 5 39 ITB No. 18-19-007-R B-70045 ■ Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the Work. • Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied and making good any damage to property, or soft costs such as consultant costs, or any costs not directly attributable to the work. • Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in this Article. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: • A mutually acceptable fixed fee or if none can be agreed upon; • A fee based on the following percentages of the various portions of the cost of the Work; ■ Where the Contractor self -performs the Work, Contractor's fee shall not exceed ten percent (10%); • Where a Subcontractor performs the Work, Contractor's fee shall not exceed seven and one- half percent (7.5%); and if a subcontract is on the basis of cost of the Work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent (10%); and • No fee shall be payable for special Consultants or supplemental costs. • No other markup or change shall be allowed except as expressly provided above. The amount of credit to be allowed by Contractor to City for any such change, which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed. Whenever the cost of any Work is to be determined pursuant to this Article, Contractor will submit in a form acceptable to the City an itemized cost breakdown together with the supporting data. Whenever a change in the Work is based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change -in -cost, Contractor shall submit an initial cost estimate acceptable to the City. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. Whenever a change involves Contractor and one (1) or more Subcontractors, and the change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. ■ Each Change Order must state within the body of the Change Proposal Request whether it is based upon unit price, negotiated lump sum, or "Cost of Work." 59. Extra Work Directive If the parties fail to reach agreement with respect to the proposed Extra Work, or in case or extenuating circumstances, the City may nevertheless issue a directive to the Contractor to do the proposed Extra Work. Immediately upon receipt of the Extra Work Directive, the Contractor shall be obligated to proceed with the Work set forth in that directive. Except as provided below, the Contractor shall be entitled to initiate a dispute pursuant to the Article 90, "Resolution of Disputes," by furnishing a written statement to the Construction Manager within five (5) calendar days of the Extra Work Directive, based upon any aspect, of such Extra Work which the Contractor disputes. Such dispute must relate to specific matters raised or specific matters reserved by the Contractor in its bid and have not been resolved prior to the issuance of the Extra Work Directive. The written statement must set forth all details of the Contractor's claim including the manner that the disputed item was specified in the Contractor's bid. During the pendency of any dispute hereunder, the Contractor must proceed with Work as set forth in the Extra Work Directive unless otherwise advised by the Project Bayside Wharf Miamarina — Pier 5 40 ITB No. 18-19-007-R B-70045 Manager's written instructions. In the event there is a dispute as to price, the Contractor will be paid in accordance with the following paragraph. This payment(s) will be in full satisfaction of the Contractor's claim for an adjustment to the value of the Contract. Compensation for Extra Work in the event of the parties' inability to agree upon a mutually satisfactory price shall be as follows: ■ No payment will be made to the Contractor for Extra Work in excess of "Actual and Necessary Cost" which is to say time and materials plus a mark-up not to exceed ten percent (10%). This will not vary, whether the Extra Work is performed by the Contractor or his Subcontractor. The Project Manager must approve any exceptions. "Actual and Necessary Net Cost" shall be deemed to include the actual and necessary cost of the Extra Work for (i) labor, which includes wages, payroll deductions, if any, made by the Contractor as employer pursuant to bona fide collective bargaining labor agreements applicable to the Work; (ii) contributions to the State Unemployment Insurance Law, (iii) excise taxes pursuant to Federal Social Security Act; (iv) any increases in public liability and property damage insurance or performance and payment bonds occasioned solely by the Extra Work, (v) the actual and necessary operating expenses (except the expense of supplies and small tools not operated by mechanical or electrical power), power for such plant and a reasonable rental for the same (including small power tools), as determined by the Construction Manager; and (vi) any additional materials necessary for the performance of the Extra Work. In case any Work or materials shall be required to be done or furnished under the provisions of this Article, the Contractor shall at the end of each day furnish to the City such documentation as the City may require supporting all the costs of the Extra Work. If payments on account are desired as the Extra Work progresses, the Contractor shall render an itemized statement showing the total amount expended for each class of labor and for each kind of material on account of each item of Work as a condition precedent to the inclusion of such payment in a partial estimate. Upon the request of the City, the Contractor shall produce for audit by the City, books, vouchers, collective bargaining labor agreements, records or other documents showing the actual cost for labor and materials. Such documents shall not be binding on the City. The Project Manager shall determine any questions or dispute as to the correct cost of such labor, materials, or plant. In case the Contractor is ordered to perform Work under this Article, which in the opinion of the Project Manager, it is impracticable to have performed by the Contractor's own employees, the Contractor will, subject to the approval of the Project Manager, be paid the actual cost to Contractor of such Work, and in addition thereto five percent (5%) to cover the Contractor's superintendence, administration and other overhead expenses. Payment of any amount under this Article shall be subject to subsequent audit and approval, disapproval, modification or revision by representatives of the City. 60. As -Built Drawings During the Work, Contractor shall maintain records of all deviations from the Drawings and Specifications as approved by the Project Manager and prepare two copies of As -Built Record Drawings showing correctly and accurately all changes and deviations made during construction to reflect the Work as it was actually constructed. It is the responsibility of the Contractor to check the As -Built Drawings for errors and omissions prior to submittal to the City and certify in writing that the As -Built Drawings are correct and accurate, including the actual location of all internal piping, electrical/signal conduits in or below the concrete floor. Indicate the size, depth, and voltage in each conduit. Legibly mark to record actual construction: On -site structures and site Work as follows: • Depths of various elements of foundation in relation to finish first floor datum. ■ All underground piping and ductwork with elevations and dimensions and locations of valves, pull boxes, etc. • Changes in location: Horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Actual installed pipe material, class, etc. Bayside Wharf Miamarina — Pier 5 41 ITB No. 18-19-007-R B-70045 • Location of internal utilities and appurtenances concealed in the construction, referenced to visible and accessible features of the structure. Air conditioning ducts with locations of dampers, access doors, fans and other items needing periodic maintenance. • Field changes in dimensions and details. • Changes made by Project Manager's or Consultant's written instructions or by Change Order. • Details not on original Contract Drawings. • Equipment, conduit, and/or electrical panel locations. • Project Manager's or Consultant's schedule changes according to Contractor's records and shop drawings. Specifications and Addenda, Legibly mark each section to record: • Manufacturer, trade name, catalog number, and Supplier of each product and item of equipment actually installed. • Changes made by Project Manager's or Consultant's written instructions or by Change Order. Approved Shop Drawings: Provide record copies for each process equipment, piping, electrical system and instrumentation system. As -built documents shall be updated monthly as a condition precedent to payment. For construction of new building, or building additions, field improvements, and or roadway improvements as -built drawings signed and sealed by a Florida licensed Registered Land Surveyor. In addition, for Projects that involve roadwork and drainage, Contractor shall provide complete as -built information relative to location, size, and depth of new pipes, manholes, inlets, etc. Identify grading; include locations of fittings, valves, fire hydrants, changing in pipe materials, water sampling points, thrust blocks, benchmarks, etc. The information shall be accurately recorded by the Contractor and submitted (signed and sealed by a Florida Certified P.L.S.) to the City of Miami prior final acceptance of the Work. All recorded information on existing utility crossing encountered during construction, included but not limited to pipes, inlets, manholes, etc., shall be recorded by a Florida Registered Surveyor and shown on the record drawings. The Project's as -built set of drawings shall Include GPS coordinates (X, Y, and Z) for all new and/or existing vacuum cleaned drainage system openings (i.e., catch basins, inlets, manholes, etc.) 61. Worker's Identification The Contractor's employees, who include any Subcontractor, shall wear an identification card provided by the Contractor. The identification card shall bear the employee's picture, name, title, and name of the employer. Failure by a Contractor's employee to wear such identification may result in his removal from the Work until such time as the identification card is obtained and worn. Such removal shall not act as a basis for the Contractor to submit a claim for an extension of time. 62. Removal of Unsatisfactory Personnel The City may make written request to the Contractor for the prompt removal and replacement of any personnel employed or retained by the Contractor, or any or Subcontractor engaged by the Contractor to provide and perform services or Work pursuant to the requirements of the Contract Documents. The Contractor shall respond to the City within seven (7) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. The City shall make the final determination as to the removal of unsatisfactory personnel from Work assigned by City. The Contractor agrees that the removal of any of its employees does not require the termination or demotion of employee(s). 63. Substantial Completion, Punch List, and Final Completion The Work shall be substantially complete when the City, in the reasonable exercise of their discretion determines that the Work is complete, there are no material and/or substantial variations from the Contract Documents, and the Work is fit for its intended purpose. Upon Substantial Completion, the City and the Contractor shall sign the Substantial Completion Inspection Form. The signing of this form shall not relieve the Contractor from its obligation to complete the Project. Bayside Wharf Miamarina — Pier 5 42 ITB No. 18-19-007-R B-70045 When the Contractor believes that the Work is substantially complete, the Contractor shall request in writing that the City inspect the Work to determine if Substantial Completion has been achieved. No request for Substantial Completion inspection is to be submitted until the Contractor has obtained a Certificate(s) of Occupancy, Certificate of Completion or Completion or a Temporary Certificate of Occupancy or any other approvals from agencies having jurisdiction over the Work. The City shall schedule the date, time for any inspection, and notify the Contractor and any other parties deemed necessary. During this inspection, the Project Substantial Completion Inspection Form will be completed as necessary. Any remaining Construction Work shall be identified on this form and shall be known as Punch List Work. The Punch List shall be signed by the City and the Contractor, confirming that the Punch List contains the item(s) necessary to complete the Work. The failure or refusal of the Contractor to sign the Project Substantial Completion Inspection Form or Punch List shall not relieve the Contractor from complying with the findings of the Project Substantial Completion Inspection and completing the Project to the satisfaction of the City. Where the Punch List is limited to minor omissions and defects, the City shall indicate that the Work is substantially complete subject to completion of the Punch List. Where the City determines, on the appropriate form that the Work is not substantially complete, the City shall provide a list of all open items necessary to achieve Substantial Completion. Upon completion of such Work, the Contractor shall request another Substantial Completion inspection. The City and the Contractor shall agree on the time reasonably required to complete all remaining Work included in the Punch List. Upon the receipt of all documentation, resolution of any outstanding issues and issuance of final payment, the City shall notify the Contractor in writing of the closeout of the Project. The City will prepare a Certificate of Substantial Completion in the form that shall establish the Date of Substantial Completion. Once substantial completion is achieved, the City shall be responsible for security, maintenance, heat, utilities, damage to the Project site, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective Work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Final Acceptance completion of the Work or designated portion thereof unless otherwise provided in the Contract Documents. 64. Acceptance and Final Payment Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, the City shall, within ten (10) calendar days, make an inspection thereof. If the City finds the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate for Payment shall be issued by the City. Said Certificate shall state that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. Before issuance of the Final Certificate for Payment, Contractor shall deliver to the City a final release of all liens arising out of the Contract Documents, receipts in full in lieu thereof; an affidavit certifying that all suppliers and Subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as -built drawings; operations and maintenance data, and the final bill of materials, if required, and payment application. Contractor shall deliver the written Contractor's and all Manufacturer's warranties prior to issuance of the Final Certificate for Payment. If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor, and the Project Manager so certifies, City shall, upon such certification of Consultant, and without terminating the Contract Documents, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the Contract and identified by Contractor as unsettled at the time of the application for final payment. Bayside Wharf Miamarina — Pier 5 43 ITB No. 18-19-007-R B-70045 65. NPDES Requirements Contractor shall comply with the State of Florida rules and regulations for the National Pollutant Discharge Elimination System (NPDES) including but not limited to all permitting, Notices of Intent, and the Storm Water Pollution Prevention Plan (SWPPP). All costs for NPDES and SWPPP shall be included in the bid prices. For further information on compliance requirements for NPDES and SWPPP contact the City of Miami Public Works Department at (305) 416-1200 or visit the State of Florida website at http://www.dep.state.fl.us/water/stormwater/npdes/. Contractor is responsible for obtaining, completing, and paying for any required NPDES application or permits that may be required. 66. Force Majeure Should any failure to perform on the part of Contractor be due to a condition of force majeure as that term is interpreted under Florida law, and then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. If the Contractor is delayed in performing any obligation under the Contract Documents due to a force majeure condition, the Contractor shall request a time extension from the City within two (2) business days of said force majeure occurrence. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Contractor for extra compensation unless additional services are required. Does Not Include inclement weather, except as permitted by Florida law, and may not include the acts or omissions of Subcontractors. 67. Extension of Time Any reference in this section to the Contractor shall be deemed to include suppliers, and permitted Subcontractors, whether or not in privity of Contract with the Contractor for the purpose of this Article. If the Contractor is delayed at any time during the progress of the Work beyond the Contract Time and/or Notice to Proceed (NTP) by the neglect or failure of the City or by a Force Majeure, then the Contract Time set forth in the Contract shall be extended by the City subject to the following conditions: The cause of the delay arises after issuance of the NTP and could not have been anticipated by the Contractor by reasonable investigation before proceeding with the Work; • The Contractor demonstrates that the completion of the Work will be actually and necessarily delayed; and • The effect of such cause cannot be avoided or mitigated by the exercise of all reasonable precautions, efforts and measures whether before or after the occurrence of the cause of delay. Note: A delay meeting all the conditions of the above, shall be deemed an Excusable Delay. The City reserves the right to rescind or shorten any extension previously granted if subsequently, the City determines that any information provided by the Contractor in support of a request for an extension of time was erroneous; provided however, that such information or facts, if known, would have resulted in a denial of the request for an Excusable Delay. Notwithstanding the above, the City will not rescind or shorten any extension previously granted if the Contractor acted in reliance upon the granting of such extension and such extension was based on information which, although later found to have been erroneous, was submitted in good faith by the Contractor. The request for an Excusable Delay shall be made within ten (10) calendar days, except for Force Majeure which must be requested within two (2) business days, after the time when the Contractor knows or should have known of any cause for which it may claim an extension of time and shall provide any actual or potential basis for an extension of time, identifying such causes and describing, as fully as practicable at that time, the nature and expected duration of the delay and its effect on the completion of that part of the Work identified in the request. The City may require the Contractor to furnish such additional information or documentation, as the Project Manager shall reasonably deem necessary or helpful in considering the requested extension. The Contractor shall not be entitled to an extension of time unless the Contractor affirmatively demonstrates that it is entitled to such extension. Bayside Wharf Miamarina — Pier 5 44 ITB No. 18-19-007-R B-70045 The Project Manager shall endeavor to review and respond to the Contractor's request for Excusable Delays in a reasonable period of time; however, the Contractor shall be obligated to continue to perform the Work required regardless of whether the Project Manager has issued a decision or whether the Contractor agrees or disagrees with that decision. With regard to an injunction, strike, or interference of public origin, which may delay the Project, the Contractor shall promptly give the City a copy of the injunction or other orders and copies of the papers upon which the same shall have been granted. The City shall be afforded the right to intervene and become a party to any suit or proceeding in which any such injunction shall be obtained and move to dissolve the same or otherwise, as the City may deem proper. The permitting of the Contractor to proceed with the Work subsequent to the date specified in the Contract (as such date may have been extended by a change order), the making of any payment to the Contractor, the issuance of any Change Order, shall not waiver the City's rights under the Contract, including but not limited to the assessment of liquidated damages or declaring Contractor in default. 68. Notification of Claim Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the City within ten (10) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless the City allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by the City in accordance with Article 70, "No Damages for Delay," if City and Contractor cannot otherwise agree. It is expressly and specifically agreed that any and all claims for changes to the Contract time or Contract price shall be waived if not submitted in strict accordance with the requirements of this Article. The Contract time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as provided in this Article. Such delays shall include, but not be limited to, acts or neglect by any separate Contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions, or acts of God. 69. Extension of Time not Cumulative In case the Contractor shall be delayed for any period of time by two or more of the causes mentioned in Article 71, "Excusable Delay, Non-Compensable," the Contractor shall not be entitled to a separate extension for each one of the causes; only one (1) period of extension shall be granted for the delay. 70. No Damages for Delay No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City. Otherwise, Contractor shall be entitled only to extensions of the Contract Time for completion of the Work as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. THERE WILL BE NO EXCEPTIONS. Except as may be otherwise specifically provided for in the Contract Documents, the Contractor agrees to make no claim for damages for delay of any kind in the performance of the Contract Documents whether occasioned by any act or omission of the City or any of its representatives (whether it is an Excusable Delay or otherwise) and the Contractor agrees that any such claim shall be compensated solely by an Bayside Wharf Miamarina — Pier 5 45 ITB No. 18-19-007-R B-70045 extension of time to complete performance of the Work. In this regard, the Contractor alone hereby specifically assumes the risk of such delays, including without limitation: delays in processing or approving shop drawings, samples or other submittals or the failure to render determinations, approvals, replies, inspections or tests of the Work, in a timely manner. Contractor shall not receive monetary compensation for City delay. Time extensions may be authorized, in writing, by the City in certain situations. 71. Excusable Delay, Non-Compensable Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its Subcontractors, suppliers and vendors, agents, and representatives and is also caused by circumstances beyond the control of the City or Consultant, or (ii) is caused jointly or concurrently by Contractor or its Subcontractors, suppliers or vendors, agents, or representatives and by the City or Consultant. Then Contractor shall be entitled only to a time extension and no compensation for the delay. Contractor is entitled to a time extension of the Contract time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 68, "Notification of Claim," hereof. Failure of Contractor to comply with Article 68, "Notification of Claim" hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment, or relinquishment of any and all claims resulting from that particular event of delay. 72. Lines and Grades The Contractor shall, at its own expense, establish all working and construction lines and grades as required from the Project control points set by the City, and shall be solely responsible for the accuracy thereof. All Work along the entire Project shall be located and constructed using the roadway base/center line as reference. All elevations shown therein are in feet. 73. Defective Work Project Manager shall have the authority to reject or disapprove Work that Project Manager finds to be defective. If required by the City, Contractor shall promptly either correct all defective Work or remove such defective Work and replace it with Work in conformity with the Contract Documents. Contractor shall bear all direct, indirect, and consequential costs of such removal or corrections including cost of testing laboratories and personnel. Should Contractor fail or refuse to remove or correct any defective Work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by the City, City shall have the authority to cause the defective Work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor, or may be charged against the Performance Bond. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. If, within one (1) year after the date of Substantial Completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor, after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation that Contractor might have under the Contract Documents including but not limited to any claim regarding latent defects. Failure to reject any defective Work or material shall not in any way prevent later rejection when such defect is discovered, or obligate City to final acceptance. 74. Acceptance of Defective or Non-Conforminq Work The City, in its sole discretion, may elect in writing to accept defective or non -conforming Work instead of requiring its removal and correction. In such instances, a Change Order will be issued to reflect an Bayside Wharf Miamarina — Pier 5 46 ITB No. 18-19-007-R B-70045 appropriate reduction in the Contract sum, or, if the amount is determined after final payment, any difference in the amount shall be paid to the City by the Contractor. 75. Uncovering Finished Work The Project Manager's, Inspector's, and/or Consultant's right to make inspections shall include the right to order the Contractor to uncover or take down portions of finished Work. The City shall notify the Contractor in writing concerning all uncovered finished Work. Should the Work prove to be in accordance with the Contract Documents, the uncovering, taking down, replacement, and/or restoration of the parts removed will be treated as Extra Work for the purpose of computing additional compensation and an extension of time. Should the Work examined prove unsatisfactory, such uncovering, taking down, replacing and restoration shall be at the expense of the Contractor. Such expenses shall also include repayment to the City for any and all expenses or costs incurred by it, including employee salaries or related cost, in connection with such uncovering, taking down, replacing, and restoration at the Project site. 76. Correction of Work The Contractor shall promptly correct all Work rejected by the Project Manager as defective or as failing to conform to the Contract Documents, whether observed before or after Substantial Completion and whether or not fabricated, installed or completed. The Contractor shall bear all cost of correcting such rejected Work, including the cost of the City's additional services thereby made necessary. The Contractor further agrees that after being notified in writing by the Project Manager of any Work not in accordance with the requirements of the Contract Documents or any defects in the Work, the Contractor will commence and prosecute with due diligence all Work necessary to fulfill the terms of the Contract and to complete the Work within a reasonable period of time, as determined by the City, and in the event of failure to so comply, the Contractor does hereby authorize the City to proceed to have such Work done at the Contractor's expense and that the Contractor will pay the cost thereof upon demand. The City shall be entitled to all costs, including reasonable attorneys' fees, necessarily incurred upon the Contractor's refusal to pay the above costs. Notwithstanding the foregoing paragraph, in the event of an emergency constituting an immediate hazard to the health or safety of personnel, property, or licensees, the City may undertake, at the Contractor's expense, without prior notice, all Work necessary to correct such hazardous condition when it was caused by Work of the Contractor not being in accordance with the requirements of the Contract. If, within one (1) year after the date of final completion of the Project or within such longer period(s) of time as may be prescribed by law, by the Contract Documents, or by the terms of any applicable special warranty required by the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, the Contractor shall correct it promptly after receipt of a written notice from the City to do so. The City shall give such notice promptly after discovery of the condition. All such defective or non -conforming Work shall be removed from the site if necessary and the Work shall be corrected to comply with the Contract Documents without cost to the City. 77. Maintenance of Traffic and Public Streets Scope of Work The Contractor shall be responsible for the maintenance of public streets and traffic control necessary to perform the Work under the Contract Documents. The cost of traffic control shall be included in the Contractor's bid. Regulations As used herein, any reference to Miami -Dade County, its departments, or its published regulations, permits and data, shall be synonymous and interchangeable with other recognized governing bodies over particular areas or streets, or their departments, published regulations (i.e., Manual of Uniform Traffic Control Devices (MUTCD), Federal Department of Transportation (FDOT), Roadway and Bridge Standard Index Drawing Book, permits or data. The Contractor shall abide by all applicable laws, regulations, and codes thereof pertaining to Maintenance of Traffic (MOT) on public streets, detour of traffic, traffic control and other provisions as may be required for this Project. Bayside Wharf Miamarina — Pier 5 47 ITB No. 18-19-007-R B-70045 Maintenance of Traffic (MOT) The Contractor shall be fully responsible for the MOT on public streets, detour of traffic (including furnishing and maintaining regulatory and informative signs along the detour route), traffic control, and other provisions, throughout the Project, as required by the Manual of Uniform Traffic Control Devices (MUTCD), and FDOT Roadway and Bridge Standard Index drawing Book. Traffic shall be maintained according to corresponding typical traffic control details as outlined in the previous noted standards. No Street shall be completely blocked, nor blocked more than one-half at any time, keeping the other one-half open for traffic, without specific approval. If required by the Project Manager, Traffic Division, or FDOT or as otherwise authorized by the City, the Contractor shall make arrangements for the employment of uniformed off -duty police officers to maintain and regulate the flow of traffic through the Work area. The number of men required and the number of hours on duty necessary for the maintenance and regulation of traffic flow shall be provided by the City of Miami Police Department. The Contractor shall provide all barricades with warning lights, necessary arrow boards, and signs, to warn motorists of the Work throughout the Project. Adequate approved devices shall be erected and maintained by the Contractor to detour traffic. Excavated or other material stored adjacent to or partially upon a roadway pavement shall be adequately marked for traffic safety at all times. The Contractor shall provide necessary access to all adjacent property during construction. The Contractor shall be responsible for the provision, installation, and maintenance of all MOT and safety devices, in accordance with the Manual of Uniform Traffic Control Devices (MUTCD) and FDOT Roadway and Bridge Standards index -drawing book. In addition, the Contractor shall be responsible for providing the City with MOT plans for lane closures and/or detours for approval. These plans (sketches) shall be produced, signed and sealed by a professional engineer registered in the State of Florida, employed by the Contractor and certified under FDOT Procedure NPIL No. 625-010-010. Where excavations are to be made in the vicinity of signalized intersections, attention is directed to the fact that vehicle loop detectors may have been embedded in the pavement. Verify these locations by inspecting the site of the Work and by contacting the Sunshine State One -Call Center (1-800-432-4770), forty-eight (48) hours prior to any excavation. Any loop detector that is damaged, whether shown on the Plans or not, shall be repaired or replaced to the satisfaction of the Miami Dade County Signs and Signal Division (305) 592-3470. Where applicable, the Contractor shall notify the Traffic Division twenty-four (24) hours in advance of the construction date or forty-eight (48) hours in advance of construction within any signalized intersection. Temporary pavement will be required over all cuts in pavement areas, and also where traffic is to be routed over swale or median areas. When the temporary pavement for routing traffic is no longer necessary, it shall be removed, and the swale or median areas restored to their previous condition. Pavement markings damaged during construction shall be remarked, as required by the Traffic Division. Maintenance of Traffic for Bypass Pumping The Contractor shall take appropriate steps to ensure that all temporary pumps, piping and hoses are protected from vehicular traffic and pedestrian traffic. Lane Closures Where construction of the Project shall involve lane closures public streets, the following shall apply: Lane closures require a Lane Closure Permit, obtained two (2) weeks prior to planned construction, with a minimum forty-eight (48) hour prior notice to local police and emergency departments (some police jurisdictions may require considerably more notice). Lane closures of a one day or less duration will generally not be approved for major collector streets or for arterial streets during the hours of 7:00 A.M. to 9:00 A.M. and 4:00 P.M. to 6:00 P.M. weekdays. Bayside Wharf Miamarina — Pier 5 48 ITB No. 18-19-007-R B-70045 78. Location and Damage to Existing Facilities, Equipment, or Utilities As far as possible, all existing utility lines in the Project area(s) will be shown on the plans. However, City does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the Contractor's responsibility to field verify all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. The Contractor shall notify each utility company involved at least fourteen (14) calendar days prior to the start of construction to arrange for positive underground location, relocation, or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. The Contractor shall schedule the Work in such a manner that the Work is not delayed by the utility providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all public and private utility providers occupying the right-of-way. No compensation will be paid to the Contractor for any loss of time or delay. All overhead, surface, or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling 79. Stop Work Order The City may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the Work for a period of up to ninety (90) calendar days (or any lesser period), commencing no sooner than the date the order is delivered to the Contractor, or the Stop Work Order may commence on a later date as the parties may agree. Any such order shall be specifically identified as a "Stop Work Order" issued pursuant to this paragraph. Within the period of ninety (90) calendar days (or the lesser period specified) after a Stop Work Order is delivered to the Contractor, or within any extension to which the parties have agreed, the City shall either: • Cancel the Stop Work Order; or • Terminate the Work covered by such order as provided in Article 89, "Termination for Convenience." If a Stop Work Order issued under this Article is canceled or the period of the order or any extension thereof expires, the Contractor shall resume the Work without compensation to the Contractor for such suspension other than extending the time for Substantial Completion to the extent that, in the opinion of the City, the Contractor may have been delayed by such suspension. In the event the City determines that the suspension of Work was necessary due to Contractor's defective or incorrect Work, unsafe Work conditions caused by the Contractor or any other reason caused by Contractor's fault or omission, the Contractor shall not be entitled to an extension of time as a result of the issuance of a Stop Work Order. 80. Hurricane Preparedness During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning, the Contractor, at no cost to the City, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the City has given notice of same. Compliance with any specific hurricane warning or alert precautions will not constitute additional Work. Bayside Wharf Miamarina — Pier 5 49 ITB No. 18-19-007-R B-70045 Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract time as non-compensable, excusable delay, and shall not give rise to a claim for compensable delay. 81. Use of Completed Portions City shall have the right, at its sole option, to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance or beneficial use or occupancy of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to reasonable extra compensation, or reasonable extension of time or both, as determined by the City. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: ■ City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's intended occupancy of a designated area. ■ Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion from the City. • Upon the City's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage, and start of warranty for the occupied area. • Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by the City on the Certificate of Substantial Completion, as specified in the Punch List and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, City shall issue a Certificate of Final Payment relative to the occupied area. • If City finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by City and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such partial occupancy or use. Consent of Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. 82. Cleaning Up; City's Right to Clean Up Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. No fill or clearing stockpiles to remain on site for more than twenty-four (24) hours. At the completion of a Project, Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so, and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as the City shall determine to be just. All combustible waste materials shall be removed from the Project at the end of each day. Cleaning operations should be controlled to limit dust and other particles adhering to existing surfaces. 83. Removal of Equipment In case of termination of this Contract before completion for any cause whatsoever, Contractor, if notified to do so by the City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City. If the Contractor does not comply with City's order, the City shall have the right to remove such equipment and supplies at the expense of Contractor. 84. Set -offs, Withholdings, and Deductions The City may set-off, deduct, or withhold from any payment due the Contractor, such sums as may be specifically allowed in the Contract or by applicable law including, without limitation, the following: Bayside Wharf Miamarina — Pier 5 50 ITB No. 18-19-007-R B-70045 • Any amount of any claim by a third party; • Any Liquidated Damages; and/or • Any unpaid legally enforceable debt owed by the Contractor to the City. The City shall notify the Contractor in writing of any such withholdings. Any withholding, which is ultimately held to have been wrongful, shall be paid to the Contractor in accordance with the Local Government Prompt Payment Act. 85. Event of Default An event of default shall mean a breach of the Contractor by the Contractor. Without limiting the generality of the foregoing and in addition to those instances referred to herein as a breach, an Event of Default, shall include but not limited to, any one (1) or more of the following: • The Contractor has not performed the Work in a timely manner; ■ The Contractor has refused or failed, except in case for which an extension of time is provided, to supply properly skilled staff or provided sufficient quantities of staff to perform the Work; • The Contractor has failed to make prompt payment to Subcontractors or suppliers for any services or materials they have provided; ■ The Contractor has become insolvent or has assigned the proceeds received for the benefit of the Contractor's creditors, or the Contractor has taken advantage of any insolvency statute or debtor/creditor law or if the Contractor's affairs have been put in the hands of a receiver; • The Contractor has failed to obtain the approval of the City where required by the Contract; • The Contractor has failed in the representation of any warranties stated herein; • The Contractor has been debarred in the State of Florida or has been places on the convicted vendors list under Section 287.133 of the Florida Statutes; The Contractor has breached a material term or provision of the Contractor Documents and has not timely cured the breach; • When, in the opinion of the City, reasonable grounds for uncertainty exist with respect to the Contractor's ability to perform the Work, the City shall notify the Contractor in writing that it must, within the time frame set forth in the City's request, provide adequate assurances and a plan of action to the City, in writing, of the Contractor's ability to perform in accordance with the terms of the Contract Documents. In the event that the Contractor fails to provide to the City the requested assurances within the prescribed time frame, the City may: • Treat such failure as a repudiation of the Contract and/or; • Resort to any remedy for breach provided herein or by law, including but not limited to, taking over the performance of the Work or any part thereof either by itself or through others. • In the event the City may, at its sole discretion, terminate the Contract for default, the City or its designated representatives may immediately take possession of all applicable documentation and data. • Where the City erroneously terminates the Contract or for default, the terminations shall be converted to a Termination for Convenience, and the Contractor shall have no further recourse of any nature for wrongful termination. 86. Notice of Default -Opportunity to Cure In the event that the City determines that the Contractor is in default of their obligations under the Contract, the City may at its sole discretion notify the Contractor in writing, specifying the basis for such default, and advising the Contractor that such default must be cured within a specified time frame or the Contract with the City may be terminated. The City should issue such Notification; however, the City is under no obligation to issue such notification in the event the City Tacks actual knowledge of the default. The City may grant an extension to the cure period if the City deems it appropriate and in the best interest of the City, without waiver of any of the City's rights hereunder. The City, at its sole discretion, may have Bayside Wharf Miamarina — Pier 5 51 ITB No. 18-19-007-R B-70045 a default corrected by its own forces or another Contractor and any such costs incurred will be deducted from any sums due the Contractor under any Contract with the City. 87. Termination for Default If Contractor fails to comply with any term or condition of the Contract Documents, or fails to perform any of its obligations hereunder, then Contractor shall be in default. Upon the occurrence of a default hereunder which is not cured within the time specified to cure the default if one has been granted by the City, the Director in addition to all remedies available to it by law, may immediately, upon written notice to Contractor, terminate this Contract whereupon any advances for which Work has not been performed, paid by the City to Contractor while Contractor was in default shall be immediately returned to the City. The Director may also suspend any payment or part thereof or order a Work stoppage until such time as the issues concerning compliance are resolved. Contractor understands and agrees that termination of this Contract under this Article shall not release Contractor from any obligation accruing prior to the effective date of termination. A finding of default and subsequent termination for cause may include, without limitation, any of the following: • Contractor fails to obtain the insurance or bonding herein required by the Contract. • Contractor fails to comply with any of its duties under the Contract Documents, with any terms or conditions set forth in these Contract Documents, beyond any specified period allowed to cure such default. • Contractor fails to commence the Work within the timeframes provided or contemplated herein, or fails to complete the Work in a timely manner as required by the Contract. If this Contract is terminated for default and the City has satisfied its obligations under the Contract Documents the City is granted by the Contractor full use of the Work and any Work Product in connection with the City's completion and occupancy of the Project. Where it has been determined that the Contractor has been erroneously terminated under this Article, such termination shall be deemed to have been under Article 89, "Termination for Convenience." The City in its sole discretion may terminate the Contract without providing the Contractor a written Notice to Cure. 88. Remedies in the Event of Termination for Default If a Termination for Default occurs, the Contractor and the bond provider, if applicable, shall be notified of the effective date of the termination and shall be liable for all damages resulting from the default, including but not limited to re -procurement costs and other direct damages The Contractor shall stop Work as of the date of notification of the termination and immediately remove all labor, equipment, and materials (not owned or paid for by the City) from the Work site. The City assumes no liability for the Contractor's failure to remove such items from the Project site(s) as required. The Contractor shall also remain liable for any liabilities and claims related to the Contractor's default. As an alternative to termination, the City may bring suit or proceedings for specific performance or for an injunction 89. Termination for Convenience In addition to cancellation or termination as otherwise provided for in the Contract, the City may at any time, in its sole discretion, with or without cause, terminate the Contract by written notice to the Contractor. Such Written Notice shall state the date upon which Contractor shall cease all Work under the Contract and vacate the Project site(s). The Contractor shall, upon receipt of such notice, unless otherwise directed by the City: • Stop all Work on the Project 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; Bayside Wharf Miamarina — Pier 5 52 ITB No. 18-19-007-R B-70045 • 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 Contractor until all documentation is delivered to the City. In the event that the City exercises its right to terminate the Contract pursuant to the Contract Documents, the City will pay the Contractor: • For the actual cost or the fair and reasonable value, whichever is less, of (1) the portion of the Project 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. 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 Contractor. • All payments pursuant to this Article shall be accepted by the Contractor in full satisfaction of all claims against the City arising out of the termination. Further, the City may deduct or set off against any sums due and payable under this Article any claims it may have against the Contractor. ■ Contractor 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 Contractor under this Article the Contractor grants the City full use of the Work and any Work Product to complete the Project and subsequently occupy the Project. 90. Resolution of Disputes Contractor understands and agrees that all disputes between the Contractor and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Contractor to notify the Project Manager in writing of the claim or dispute and submit a copy to the City of Miami personnel identified in Section 2, Article 4, "Notices." Should the Contractor and the Project Manager fail to resolve the dispute, the Contractor shall submit their dispute in writing, with all supporting documentation, to the Assistant Director of OCI, as identified in Section 2, Article 4, "Notices." Upon receipt of said notification, the Assistant Director of OCI shall review the issues relative to the claim or dispute and issue a written finding. Should the Contractor and the Assistant Director of OCI fail to resolve the dispute, the Contractor shall submit their dispute in writing within five (5) calendar days to the Director of OCI. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Contractor. Upon receipt of said notification, the Director of OCI shall review the issues relative to the claim or dispute and issue a written finding. Contractor must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Contractor. Appeal to the City Manager for the resolution, is required prior to Contractor being entitled to Bayside Wharf Miamarina — Pier 5 53 ITB No. 18-19-007-R B-70045 seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed one hundred thousand dollars ($100,000), the City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial relief unless: (i) It has first received City Manager's written decision, approved by the City Commission if applicable; or (ii) A period of sixty (60) calendar days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of ninety (90) calendar days has expired where City Manager's decision is subject to City Commission for approval; or (iii) City has waived compliance with the procedure set forth in this Article by written instrument(s) signed by the City Manager. In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within fourteen (14) calendar days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract price or Contract time adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) calendar days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. If a party fails to timely take the written objection, as provided, in fourteen (14) calendar days, then such party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements of this Article. 91. Mediation -Waiver of Jury Trial In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the construction of a Project, and/or following the completion of the Project, the parties to this Contract agree all unresolved disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will share the costs of a certified Mediator on a 50/50 basis. The Contractor agrees to include such similar Contract provisions with all Sub -Contractors retained for the Work, thereby providing for non- binding mediation as the primary mechanism for dispute resolution. In an effort to expedite the conclusion of any litigation, the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Contract. In any mediation or litigation between the Parties, each Party shall bear their own attorney's fees except that Contractor shall pay all attorney's fees of all attorneys it has engaged to defend the City pursuant to the Contractor's duty to indemnify, hold harmless, and defend the City pursuant to Section 1, Article 6, "Indemnification." 92. City May Avail Itself of All Remedies The City may avail itself of each and every remedy herein specifically given to it now or existing at law or in equity, and each and every such remedy shall be in addition to every other remedy so specifically given or otherwise so existing and may be exercised from time to time and as often and in such order as may be deemed expedient by the City. The exercise or the beginning of the exercise, of one remedy shall not be deemed a waiver of the right to exercise, at the same time or thereafter, of any other remedy. The City's rights and remedies as set forth in the Contract Documents are not exclusive and are in addition to any other rights and remedies in law or in equity. 93. Permits, Licenses, and Impact Fees All applicable permit fees, including those assessed by the City, are the responsibility of the Contractor. That includes also any other permit fees not directly related to the actual construction of the Project, Bayside Wharf Miamarina — Pier 5 54 ITB No. 18-19-007-R B-70045 including but not limited to, licenses, permits and fees, such as Permits for dumpsters, job trailers, etc., which may be required by Miami -Dade County, the State of Florida, or other governmental entities. Except as otherwise provided within the Contract Documents, all permits, and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to the Contract Documents shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. Contractor shall pay impact or similar fees levied by the City and/or Miami -Dade County. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the public entity as evidenced by an invoice or other acceptable documentation issued by the public entity. Fees for Permits REQUIRED BY THE CITY AND PAYABLE TO THE CITY (e.g., Building Department's Fees such as, Master Permit, Major Trades, Mechanical, Electrical, and Plumbing Fees; Public Works Fees, such as Line and Grade, Excavation, Dewatering and NPDES Fees, and Zoning Department's Fees) by virtue of this construction as part of the Contract shall be reimbursed to the Contractor by the City through an Allowance Account set for herein, evidenced by an invoice or other acceptable documentation issued by the public entity. Permit Fees reimbursement to Contractor shall be for the actual amount and in no event shall include profit or overhead of Contractor. Permit fees related the Contractor's operations (e.g., permits for dumpsters, job trailers, canteens, portable commodes, etc., et.al.) are not reimbursable. 94. Compliance with Applicable Laws All Work shall be constructed in accordance with the latest edition of the City of Miami's Contract documents and specifications, the City of Miami's Standards for Design and Construction as well as the Miami -Dade County's Standard Details, and the 2007 Edition of the Florida Department of Transportation Specifications Road and Bridge Construction. The Contractor shall comply with the most recent editions and requirements of all applicable laws, rules, regulations, and building and construction codes of the Federal government, the State of Florida, the County, and the City. The attention of the Contractor is directed to the requirements of the Florida Building Code and the Codes of Miami -Dade County and the City of Miami, Florida, governing the qualifications for Contractor and Subcontractor doing business anywhere in the City. 95. Independent Contractor The Contractor is engaged as an independent business and agrees to perform Work as an Independent Contractor. In accordance with the status of an Independent Contractor, the Contractor covenants and agrees that the Contractor will conduct business in a manner consistent with that status, that the Contractor will not claim to be an officer or employee of the City for any right or privilege applicable to an officer or employee of the City, including, but not limited to: worker's compensation coverage; unemployment insurance benefits; social security coverage; retirement membership, or credit. The Contractor's staff shall not be employees of the City, and the Contractor alone shall be responsible for their Work, the direction thereof, and their compensation and benefits of any kind. Nothing in the Contract shall impose any liability or duty on the City on account of the Contractor's acts, omissions, liabilities or obligations of those of any person, firm, company, agency association, corporation, or organization engaged by the Contractor as a Subcontractor, expert, consultant, Independent Contractors, specialist, trainee, employee, servant or agent or for taxes of any nature, including, but not limited to: unemployment insurance; worker's compensation and anti -discrimination, or workplace legislation of any kind. The Contractor hereby agrees to defend, indemnify, hold and save harmless the City against any such liabilities, even if they arise from actions directed or taken by the City. 96. Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third -party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties Bayside Wharf Miamarina — Pier 5 55 ITB No. 18-19-007-R B-70045 expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract 97. Successors and Assigns Subject to Section 2, Article 111, "Consent of City Required for Subletting or Assignment," the performance of this Contract shall not be transferred pledged, sold, delegated, or assigned, in whole or in part, by the Contractor without the written consent of the City. It is understood that a sale of the majority of the stock or partnership shares of the Contractor, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. Any transference without City approval shall be cause for the City to terminate this Contract. Any assignment without the City's consent shall be null and void. The Contractor shall have no recourse from such cancellation. The City may require bonding, other security, certified financial statements, and tax returns from any proposed assignee and the execution of an assignment/ assumption agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Contractor and the City each binds one another, their partners, successors, legal representatives and authorized assigns to the other party of this Contract and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. 98. Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in this Contract Documents is substantial and important to the formation of the Contract Documents and, therefore, is a material term hereof. City's failure to enforce any provision of the Contract Documents shall not be deemed a waiver of such provision or modification of the Contract Documents. A waiver of any breach of a provision of the Contract Documents shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of the Contract Documents. 99. Severability In the event any provision of the Contract Documents, or any Section or Article or provision in these Contract Documents, is determined by a Court of competent jurisdiction to be illegal or unenforceable, then such unenforceable or unlawful provision shall be excised from this Contract, and the remainder of the Contract Documents shall continue in full force and effect. Notwithstanding the foregoing, if the result of the deletion of such provision will materially and adversely affect the rights of either party, such party may elect, at its option, to terminate the Contract in its entirety. An election to terminate the Contract based upon this provision shall be made within seven (7) calendar days after the finding by the court becomes final. 100. Applicable Law and Venue of Litigation; Attorney's Fees This Contract will be interpreted under the laws of the State of Florida, which will apply regardless of choice of law principles. This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action, or other proceeding or claim, 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. The parties waive any objections to venue. All parties shall bear their own attorney's fees. 101. Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City Manager, Director, or designee. 102. Entire Agreement The Contract Documents, as they may be amended from time to time, represent the entire and integrated Contract between the City and the Contractor and supersede all prior negotiations, representations, or agreements, written or oral. This Contract may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the Bayside Wharf Miamarina — Pier 5 56 ITB No. 18-19-007-R B-70045 same formality and equal dignity herewith. Waiver by either party of a breach of any provision of the Contract Documents shall not be deemed to be a waiver of any other breach of any provision of the Contract Documents. 103. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. Contractor's decisions regarding the delivery of services under the Contract Documents shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. 104. Evaluation Contractor acknowledges that upon completion of the Work under the Contract Documents and/or at any other time deemed appropriate by the City, a performance evaluation report will be completed by the City. A copy of each performance evaluation shall also be forwarded to the Contractor. The performance evaluations will be kept in City files for evaluation on future solicitations. 105. Commodities Manufactured, Grown or Produced in the City of Miami, Miami -Dade County and the State of Florida Whenever two or more competitive sealed bids are received, one or more of which relates to commodities manufactured, grown, or produced within the City of Miami, Miami -Dade County and the State of Florida, and whenever all things stated in such received bids are equal with respect to price, quality, and service, the commodities manufactured, grown, or produced within the City of Miami, Miami -Dade County and the State of Florida shall be given preference. 106. Royalties and Patents All fees, royalties, and claims for any invention, or pretended inventions, or patent of any Article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in the Contract for said Work. 107. Continuation of the Work Any Work that commences prior to and will extend beyond the expiration date of the current Contract period shall, unless terminated by mutual written agreement between the City and the involved Contractor, continue until completion at the same prices, terms and conditions. 108. Review of Records City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project, and to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to a Project and to any claim for additional compensation made by Contractor including but not limited to all payroll records, invoices for materials, and books of accounts. Such records shall conform to Generally Accepted Accounting Principles requirements (GAAP), and shall only address those transactions related to the Contract. Records subject to the provisions of Public Record Law, Florida Statutes Chapter 119, shall be kept in accordance with such statute. Otherwise Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of five (5) years following Final Completion of the Project. Bayside Wharf Miamarina — Pier 5 57 ITB No. 18-19-007-R B-70045 Contractor shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) Keep and maintain public records required by the City to perform the service; (2) upon request from the City's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if the Contractor does not transfer the records to the City; (4) upon completion of the Contract, transfer, at no cost, to the City all public records in possession of the Contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. The Contractor agrees to maintain an accounting system that provides for accounting records that are supported with adequate documentation and adequate procedures for determining allowable costs. Contractors shall develop the proper forms and reports acceptable to the City for the administration and management of the Contract Documents. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS(a,MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE CONTRACTOR MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT THAT IS ADMINISTERING THIS CONTRACT. 109. No Interest Any monies not paid by City when claimed to be due to Contractor under the Contract Documents, including, but not limited to, any and all claims for damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of Section 218.74(4), Florida Statutes as such relates to the payment of interest, shall apply to valid and proper invoices. 110. Payments Related to Guaranteed Obligations The City may withhold from any payments to be made such sums as may reasonably be necessary to ensure completion of the Project with respect to defective Work, equipment, or materials that may be identified by the Project Manager. The City may deduct from any payment due the Contractor an amount equal to its cost incurred on account of the Contractor's failure to fully perform its obligations under the Contract. The Project Manager, prior to withholding or deducting any monies hereunder, shall give the Contractor notice of the defective Work, equipment or material and the basis for the withholding or deduction. Upon the Project Manager's determination that the Contractor has fulfilled its obligations, the City will pay the Contractor any monies owed, subject to Contractor's submission of, or compliance with, any remaining documentation or obligation, as the case may be, in accordance with the Contract Documents 111. Consent of City Required for Subletting or Assiqnment If the Contractor assigns, transfers, sublets, conveys, or otherwise disposes of the Contract or its right, title or interest in or to the same, in whole or any part thereof without the previous consent in writing of the Bayside Wharf Miamarina — Pier 5 58 ITB No. 18-19-007-R B-70045 City, such action shall be an Event of Default. Nothing herein shall either restrict the right of the Contractor to assign monies due to, or to become due or be construed to hinder, prevent, or affect any assignment by the Contractor for the benefit of its creditors, made pursuant to and in compliance with applicable general laws of the State of Florida. 112. Agreement Limiting Time in Which to Bring Action against the City In the event the Contractor may be deemed to have a cause of action against the City, no action shall lie or be maintained by the Contractor against the City upon any claim arising out of or based upon the Contract Documents by reason of any act or omission or requirement of the City or its agents, unless such action shall be commenced within six (6) months after the date of issuance of a final payment under the Contract, or if final payment has not been issued within six (6) months of substantial completion of the Work or upon any claim relating to monies required to be retained for any period after the issuance of the said certificate, unless such action is commenced within six (6) months after such monies become due and payable under the terms of the Contract Documents, or if the Contract is terminated or declared abandoned under the provisions of the Contract unless such action is commenced within six (6) months after the date of such termination or declaration of abandonment by the City. In the event this Article is found to be unenforceable, the shortest limitations period applicable to the action under Chapter 95, Florida Statutes shall apply. 113. Defense of Claims Should any claim be made, or any legal action brought in any way relating hereto or to the Work hereunder, except as is covered by the provisions of the General Terms and Conditions, Section 2, Article 6, "Indemnification," the Contractor shall diligently render to the City, after additional compensation is mutually agreed upon, any and all assistance which the City may require of the Contractor. Additional compensation will only be furnished relative to the costs of any corrective Work as defined in Section 2, Article 6, "Indemnification," which is not the fault of the Contractor; the Contractor will be responsible for payment of attorney's fees and costs incurred in defense of the Contractor and of the City. This Section shall survive the cancellation or expiration of this Contract. 114. Contingency Clause Funding for this Contract is contingent on the availability of funds and continued authorization for program activities and the Contract is subject to amendment or termination due to lack of funds, reduction of funds and/or change in programs or regulations, upon thirty (30) calendar days' notice. 115. Mutual Obligations This document, change order, field directive, and written clarifications issued under the Contract, and the Contractor's submittals, shall constitute the Contract Documents between the parties with respect hereto and supersedes all previous communications and representations or agreements, whether written or oral, with respect to the subject matter hereto unless acknowledged in writing by their duly authorized representatives. Nothing in the Contract shall be construed for the benefit, intended or otherwise, of any third party that is not a parent or subsidiary of a party or otherwise related (by virtue of ownership control or statutory control) to a party. In those situations where the Contract Documents imposes an indemnity obligation on the Contractor, the City may, at its expense, elect to participate in the defense of the claim if the City should so choose. Furthermore, the City may, at its own expense, defend or settle any such claim if the Contractor fails to diligently defend such claim, and thereafter seek indemnity for such cost from the Contractor. 116. Contract Extension The City reserves the right to exercise its option to extend the Contract for up to ninety (90) calendar days beyond the original Contract period. In such event, the City will notify the Contractors in writing of such extensions. Bayside Wharf Miamarina — Pier 5 59 ITB No. 18-19-007-R B-70045 117. Non -Exclusivity It is the intent of the City to enter into a Contract with all successful Bidders that will satisfy its needs as described herein. However, the City reserves the right, as deemed in its best interest, to perform, or cause to be performed, the Work and services, or any portion thereof, herein described in any manner it sees fit, including but not limited to: award of other Contracts, use of any Contractor, or perform the Work with its own employees. 118. Nature of the Agreement The Contractor shall provide the services set forth in the Contract Documents. The Contractor shall provide full and prompt cooperation with the City in all aspects of the Work to be performed. The Contractor acknowledges that the Contract Documents require the performance of all things necessary for or incidental to the effective management and performance of a Project. All things not expressly mentioned in the Contract Documents, but necessary to carrying out its intent are required by the Contract Documents, and the Contractor shall perform the same as though they were specifically mentioned, described, and delineated. The Contractor shall furnish all labor, materials, tools, supplies, and other items required for the completion of the Contract. All Work shall be accomplished at the direction of and to the satisfaction of the Project Manager. 119. Contract Documents Contain All Terms The Contract Documents and all documents incorporated herein by reference contain all the terms and conditions agreed upon by the parties hereto, and no other agreement, oral or otherwise, regarding the subject matter of the Contract Documents shall be deemed to exist or to bind any of the parties hereto, or to vary any of the terms contained herein. 120. Survival The parties acknowledge that any of the obligations in the Contract Documents will survive the term, termination and cancellation hereof. Accordingly, the respective obligations of the Contractor and the City under the Contract, which by nature would continue beyond the termination, cancellation or expiration thereof, should survive termination, cancellation or expiration thereof. Provisions of this Contract that shall survive termination, cancellation, or expiration thereof, include without limitation: Section 2, Article 6, "Indemnification," Section 2, Article 89, "Termination for Convenience," Section 2, Article 3, "Contract Price & Guaranteed Maximum Cost." 121. Disclosure of State Funding, if applicable. If State funds are being used by the City to pay for this work, the City document whether payment will come from funds appropriated by the state and, if known, the amount of such funds or the percentage of such funds as compared to the anticipated total cost of the personal property or construction services. Bayside Wharf Miamarina — Pier 5 60 ITB No. 18-19-007-R B-70045 SECTION 3 ITB SUPPLEMENTAL TERMS AND CONDITIONS 1. Contract Time and Hours The Contractor shall furnish all labor, materials, equipment, tools, services, and incidentals to complete all Work at a rate of progress that will ensure completion of the Work within the Contract Time. Contractor shall have three hundred sixty-five (365) calendar days to achieve Final Completion of the Contract. The Contractor shall maintain strict adherence to the mandated Contract time and schedule due to the time sensitive nature of the Project's funding sources. Work shall be performed Monday through Friday from 8:00 a.m. to 6:00 p.m. Any Work to be performed outside of these times must be requested in writing to the Project Manager forty-eight (48) hours prior to the requested change. The Project Manager will notify the Contractor in writing of any changes in approved Work hours. 2. Progress Payments Mobilization Partial Payments: When the bid includes a separate pay item for Mobilization and the Notice to Proceed has been issued, partial payments will be made in accordance with the following: For Contracts of one hundred twenty (120) calendar days duration or less, partial payment will be made at fifty percent (50%) of the bid price per month for the first two (2) months. For Contracts in excess of one hundred -twenty (120) calendar day's duration, partial payment will be made at twenty-five percent (25%) of the bid price per month for the first four (4) months. In no event shall more than fifty percent (50%) of the bid price be paid prior to commencing construction on the Project site. Total partial payments for Mobilization on any Project, including when more than one Project or job is included in the Contract, will be limited to ten percent (10%) of the original Contract amount for that Project. Any remaining amount will be paid upon completion of all Work on the Contract. Retainage will be applied to all partial payments. Partial payments made on Mobilization will in no way act to preclude or limit any of the provisions for partial payments otherwise provided for by the Contract. Contractor may make application for payment for Work completed during the Project at intervals of not more than once a month or upon completion and Final Acceptance of the Work. Contractor will be paid based on the line item breakdown, contained in the Bid Form, with payments based on actual Work performed. All applications shall be submitted in triplicate and the Contractor shall only use the City's Contractor Payment Application Form. Where the time frame for completion of the Work is less than or equal to one month or a Schedule of Values is not required, the Contractor shall submit the appropriate documentation as defined below. Supporting evidence to be included with any application for payment shall include, but is not limited to, an updated progress schedule as required by Section 3, Article 6, "Release of Liens/Subcontractor's Statement of Satisfaction," and a partial or final release of liens or consent of Surety relative to the Work, which is the subject of the application for payment and any other information required by the City. Each application for payment shall be submitted in triplicate for approval. City shall make payment to Contractor within thirty (30) calendar days after approval of Contractor's application for payment. Ten percent (10%) of all monies earned by Contractor shall be retained by City until Final Acceptance by the City. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a separate stand-alone document. City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: Bayside Wharf Miamarina — Pier 5 61 ITB No. 18-19-007-R B-70045 • Defective Work not remedied. • Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. • Failure of Contractor to make payments properly to Subcontractors or for material or labor. ■ Damage to another Contractor not remedied. ■ Liquidated damages and costs incurred by City and/or Consultant for extended construction administration. • Failure of Contractor to provide any and all documents required by the Contract Documents and/or Federal Requirements relating to the CDBG funding. In instances where multiple Projects are awarded, the Contractor shall submit separate applications for Payment for each Project. When the above grounds are removed or resolved satisfactorily to the Project Manager, payment shall be made in whole or in part. The City will pay, and the Contractor shall accept as full compensation for the Work, the sums specified in the Contractor's submittal to the Contract Documents, as accepted by the City. Contractor may be paid for materials or equipment purchased and stored at the Project site(s) or another location. Where a payment request is made for materials or equipment not incorporated in the Project, but delivered and suitably stored at the site or at some other location agreed upon in writing, the written documentation must be submitted at the time of request for payment. Payment shall be conditioned upon submission by the Contractor of paid invoices and an executed Material Purchased/Stored On -Premises form to establish the City's title to such materials or equipment, or otherwise protect the City's interest, including applicable insurance in the name of City and transportation to the site. Contractor retains sole liability to replace such stored materials or equipment as a result of damage or loss for any reason. 3. Liquidated Damages The Contractor is obligated and guarantees to complete the Project in the time set forth in the Contract Documents or any approved extension of time the Contractor shall pay to the City liquidated damages as follows. In the event of a delay in completion beyond the timeframe set forth in the Contract Documents for Substantial Completion, the Contractor shall pay to the City for each and every calendar day of unexcused delay, the sum of one thousand six hundred sixty-five dollars ($1,665) per calendar day, which is hereby agreed upon not as a penalty but as liquidated damages. In the event of a delay in completion beyond the timeframe set forth in the Contract Documents for Final Completion the Contractor shall pay to the City for each and every calendar day of unexcused delay, the additional sum of eight hundred thirty-two dollars ($832) per calendar day, which is hereby agreed upon not as a penalty but as liquidated damages. The Contractor will be notified of any approved exceptions or extensions. The total amount of liquidated damages shall not exceed the value of the applicable Contract Documents. The City shall have the right to deduct liquidated damages assessments from any payment due or which may thereafter become due to the Contractor under any Contract the Contractor has with the City. In case the amount, which may become due hereunder, shall be less than the amount of liquidated damages due the City, the Contractor shall pay the difference upon demand by the City. Should the Contractor fail to compensate the City for any liquidated damages, the City shall consider this as a form of indebtedness and may deny any future Work under the Contract or any other City Contract until such indebtedness is paid in full to the City. The City shall notify the Contractor in writing that it is incurring liquidated damages. 4. Schedule of Values The Contractor must submit three copies of a Schedule of Values, which must be submitted within ten (10) calendar days of the issuance of the Notice to Proceed. The Schedule of Values shall indicate a complete breakdown of labor and material of all categories of Work on the Project. Contractor's overhead and profit Bayside Wharf Miamarina — Pier 5 62 ITB No. 18-19-007-R B-70045 should be as separate line items. Each line item shall be identified with the number and title of the major specification section or major components of the items. The City may require further breakdown after review of the Contractor's submittal. The City reserves the right to require such information from the Contractor as may be necessary to determine the accuracy of the Schedule of Values. The combined total value for mobilization under the Schedules of Values shall not exceed five percent (5%) of the value of the Contract. The approved schedule of values shall be updated through the submittal of the City's Contractor Payment Application Form. 5. Project Schedules Contractor shall submit a proposed Project schedule as follows: • Schedule identifying all tasks within the critical path. The proposed Project schedule shall be submitted within ten (10) calendar days of the Notice of Award and such submittal shall be subject to the City's review. Subsequent to such review of said schedule, the Contractor shall establish said schedule as the baseline schedule. ■ All updates of schedules shall be tracked against the baseline schedule and shall be at a minimum submitted with each pay application. An updated schedule against the baseline shall also be submitted upon execution of each change order that impacts the Contract Documents Time for completion. Failure to submit such schedules shall result in the rejection of any submitted payment application. ■ All Project Schedules shall be prepared in Microsoft Project 2003 or later unless otherwise approved by the Project Manager. At the time of submission of schedules, Contractor shall submit a hard copy as well as an electronic version. Such electronic version shall not be submitted in a .pdf format and shall be capable of being incorporated in to the City's baseline schedules. Subsequent to review of the initial schedule submission, the Contractor shall establish the reviewed schedule as the "baseline schedule." Contractor shall then prepare and submit all updates to the schedules utilizing the tracking mode within Microsoft Project. 6. Release of Liens/Subcontractor's Statement of Satisfaction The Contractor warrants and guarantees that title to all Work, materials and equipment covered by an application for payment, whether incorporated in the Project or not, will pass to the City upon the receipt of such payment by the Contractor, free and clear of all liens, claims, security interests or encumbrances and that no Work, materials or equipment will have been acquired by the Contractor or by any other person performing Work at the site or furnishing materials and equipment for the Project, subject to an agreement under which an interest therein or an encumbrance thereon is retained by the seller or otherwise imposed by the Contractor or such other person. The Contractor shall, beginning with the second request for payment, attach a Partial Release of Lien/Subcontractor's Statement of Satisfaction for each application for payment. Failure to submit such documentation may delay payments. The City may, in its sole discretion withhold payments for Work performed by Subcontractor where no release of lien has been submitted. The Contractor shall submit with the final payment request, for any Project where Subcontractors have performed Work, a Final Release of Lien/Subcontractor's Statement of Satisfaction for each Subcontractor marked as a final. Failure to submit such documentation will result in delay in payment or the City withholding from the final payment such funds as necessary to satisfy any Subcontractor claims. Where the Contractor has submitted a Performance/Payment Bond the Contractor may, in lieu of the Release of Lien/Subcontractor's Statement of Satisfaction, submit Consent of Surety to Requisition Payment. Contractor must use City Release of Lien, Affidavit and Consent of Surety forms or the Application for Payment will be rejected. Bayside Wharf Miamarina — Pier 5 63 ITB No. 18-19-007-R B-70045 7. Progress Meetings The City shall conduct a pre -construction conference prior to the commencement of the Work. Contractor shall hold progress and coordination meetings as required by the City, to provide for the timely completion of the Work. Contractor shall arrange and conduct regular bi-weekly job site Project status meetings with the City. Contractor shall use the job site meetings as a tool for the pre -planning of Work and enforcing schedules, and for establishing procedures, responsibilities, and identification of authority for all parties to clearly understand. During these meetings, Contractor shall identify the party or parties responsible for following up on any problems, delay items, or questions, and Contractor shall note the action to be taken by such party or parties. Contractor shall revisit each pending item at each subsequent meeting until resolution is achieved. Contractor shall attempt to obtain from all present any potential problem or delaying event known to them for appropriate attention and resolution. Contractor shall be responsible for keeping minutes of the meeting and distribution of the minutes to all parties in attendance. The Contractor shall arrange for the participation of its Subcontractors and/or vendors when the Project Manager requires their presence. The Contractor shall maintain minutes of the meeting and distribute copies of the minutes to all parties in attendance. The Contractor shall prepare and distribute to the City an updated two -week look -ahead schedule of construction activities and submittals. 8. Request for Information The Contractor shall submit a Request for Information (RFI) where the Contractor believes that the Contract Document's specifications or drawings are unclear or conflict. All requests must be submitted in a manner that clearly identifies the drawing and/or specification section where clarification or interpretation is being requested. As part of the RFI, Contractor shall include its recommendation for resolution. The City shall respond in writing. 9. Project Site Facilities The Contractor shall arrange for all Project site facilities as maybe necessary to enable the Project Manager or Consultant to perform their respective duties and to accommodate any representatives of the City which the City may choose to have present at the Project. Contractor's, Subcontractor's, supplier's, material persons personnel shall not use the City restrooms that may be available at the Project site without the prior consent of the manager of the facility or the Project Manager, where there is no manager of a facility. The Contractor shall provide and maintain at his own expense, in a sanitary condition, such accommodations for the use of his employees as is necessary to comply with the requirements including Chapter 46 of the Building Code and regulations of the State of Florida Department of Health and Rehabilitative Services or Dade County Health Department. The Contractor, his employees or his Subcontractors shall commit no public nuisance or use any facilities that have not been specifically provided for use by the Contractor. The Contractor shall furnish an adequate supply of drinking water for its and its Subcontractors' employees. There shall be adequate provisions made by the Contractor to ensure all disposable materials are properly disposed of and do not create a nuisance to the City or the public. The location of the temporary facilities shall be subject to the approval of the City. Contractor is required to provide any necessary temporary utilities to the site, such as electric, water, and sanitary services to the site for new construction or additions to a facility. The City may authorize the use of existing utilities. Such decision will be made at the sole discretion of the City. The Contractor shall be required to obtain all necessary permits required for any Project site facilities. Contractor shall also be responsible to maintain such facilities in a safe and working condition. All such facilities remain the property of the Contractor and the Contractor shall be responsible for removal and disposal of such facilities prior to Final Acceptance. 10. Inspection of Work — Intentionally Omitted Bayside Wharf Miamarina — Pier 5 64 ITB No. 18-19-007-R B-70045 11. Security The site where the Work is to be performed may not be a secure site and the public may have access to the site. The Contractor shall have sole responsibility for the security of all Work materials, tools, equipment, and Work at the Project site. The City shall not be liable for any damage or loss to such materials, tools, equipment and Work and the Contractor shall be responsible for the repair or replacement of all Work such materials, tools, and equipment. 12. Construction Signage Where required by the Contract Documents the Contractor shall provide construction signage. The City shall provide the Contractor the wording and layout for the signs at the pre -construction conference. The Contractor shall furnish the two City signs at the Project site(s) as follows: • The first sign shall be 4 feet wide and 8 feet high and constructed of pressure sensitive 2-mil cast vinyl over mounted with 3-mil Mylar and mounted to 1 MDO with painted back. The sign shall be mounted on 4-inch square wood or perforated "U" channel metal posts painted white, and be readable at eye level. The colors to be used on the sign are as follows: the background shall be white with blue lettering; the seal shall be white and gold with blue lettering form. • The second sign shall reflect other funding sources for the Project and shall reflect the Project information. The sign shall be 4 feet wide by 8 feet high by 3/4-inch (thick) exterior plywood, suitably mounted and readable at eye level. The colors shall be blue and white. The background shall be white, and all lettering shall be blue Helvetica. All paint shall be rated outdoor enamel. The City will provide the City Seal in decal form. • The Contractor shall also post appropriate construction site warning signs at the Work site. Such signs shall be posted to warn pedestrian and vehicle traffic. Signage shall also be placed waterside to alert boater to the construction zone, requiring idle speed and a minimum clearance distance. Contractor shall provide drawings for the signage, which shall be subject to approval by the Consultant. • The Project Manager and the City shall approve the locations for all signage. • Signage must be permitted and approved as required by City and County Sign Codes. 13. Construction Photographs Contractor shall submit with each application for payment photographs that accurately reflect the progress of the Work. Contractor shall submit once copy of each photograph in print and digitally. The photographs shall be printed on 8" X 10" high -resolution glossy single weight color print paper. Each photograph will also reflect the date and time the picture was taken. Aerial photographs will be taken on a bi-monthly basis. 14. City Furnished Property Contractor shall preserve all street signs, parking meters, benches, traffic control signs, etc., when directed to by the City and shall reinstall or provide to the City as directed. 15. Geotechnical Testing — Intentionally Omitted 16. Field Layout of the Work and Record Drawings for Drainage Projects The Contractor, through the services of a State of Florida Registered Professional Surveyor and Mapper (P.S.M.), shall establish the line and benchmarks and other reference points for the installation of the pipeline or structure. For pipelines, this will consist of establishing all points of bend (but not necessarily bevel pipe unless in close proximity to other facilities), valves, tees, crosses and other stations not more than one hundred feet (100') apart along the proposed centerline of the pipe, or along a stationed offset line as shown on the Plans, marked by a nail in a metal cap if in pavement, with the station painted nearby or by a nail in the top of a wooden stake driven flush with the ground with the station marked on a flag stake nearby, if not in pavement. Bayside Wharf Miamarina — Pier 5 65 ITB No. 18-19-007-R B-70045 For structures, this will consist of base lines, stakes at corners, centers and centerlines, auxiliary lines and a benchmark from which to establish the elevations. The Contractor shall make his equipment and men available to the Inspector for spot-checking the accuracy of the Work. The City shall require the Work to be brought within the tolerances specified elsewhere before backfilling is placed, or the construction is otherwise hidden. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. Contractor shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, structures, maintenance access structures, hand holes, fittings and other Work and shall prepare record or "as -built" drawings of the same which are signed and sealed by a State of Florida Registered Professional Surveyor and Mapper (P.S.M.). Contractor shall deliver these records in good order to the City as the Work is completed. The Contractor shall supply the Consultant with a copy of the Registered Land Surveyor's layout of the Work immediately upon its availability to his own forces. The cost of all such field layout and recording Work is included in the prices bid for the appropriate items. All record drawings shall be made on reproducible paper and shall be delivered to the City prior to, and as a condition of, final payment. During the entire construction operation, the Contractor shall retain the services of a State of Florida Registered Professional Surveyor and Mapper (P.S.M.) who shall maintain records of the installation, including all deviations from the plans and specifications by obtaining "As -built" dimensions and elevations. The surveyor shall prepare record as -built drawings showing correctly and accurately all changes and deviations made during construction, including approved construction variances to reflect the Work as it was actually constructed. "As -Built" drawings shall be submitted to the City on a monthly basis. Recording of Project Record: Record all information for pipeline Projects and on -site Projects concurrently with construction progress. Do not conceal any Work until the Contractor and the City record as -built information. All locations for future connections or tie-ins shall be left unburied and uncovered until the City's surveying forces obtain and record the as -built information. This is in addition to the Contractor's recorded information. Restrained pipe, end line valves, thrust blocks need to be left uncovered for the last complete length. Inline valves and tees shall be left exposed for one (1) length on both sides plus the face end. Record the elevation, deviation from horizontal and vertical alignment and the inclination for these items. • Maintain records of all pipeline Project and on -site Project deviations from Drawings and Specifications by a Florida Registered Professional Surveyor and Mapper (P.S.M.). • For Pipe Installation in All Pipeline Projects and On -site Projects: During entire construction operation retain the services of a State of Florida Registered Land Surveyor (FRLS) who shall maintain records of the installation, including all deviations from Drawings and Specifications. • FRLS shall record as -built dimensions and elevations every twenty-five feet (25') or portion thereof along pipeline and at every abrupt change in direction of the new line. • FRLS shall record locations and elevations for each valve, fitting, service line, fire hydrant, water sampling point, and also for above ground piping and other appurtenances along the pipeline. Specific locations and elevation of equipment, buildings, and miscellaneous items installed inside them shall be recorded as applicable. • Contractor's FRLS shall prepare as -built record drawings showing correctly and accurately the installation, embracing all changes and deviations made during construction, including all approved construction variances, to reflect the Work as it was constructed. • Record Drawings shall be prepared on 4-mil Mylar as specified hereinafter. Record Drawings and three (3) blue line copies shall be signed and sealed by the Surveyor and shall be submitted to the City for review within ten (10) calendar days following the completion date of successful pressure testing of all mains and appurtenances under the Contract Documents. • If the Consultant determines that the Drawings are not acceptable, they will be returned to the Contractor with a cover letter noting the deficiencies and/or reasons for the disapproval. Bayside Wharf Miamarina — Pier 5 66 ITB No. 18-19-007-R B-70045 Contractor shall have ten (10) calendar days to correct all exceptions taken by the City and resubmit as -built record drawings to the Consultant for final acceptance. Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City, Contractor's record drawings or as -built drawings acceptable to Project Manager. 17. Survey Work for Drainage Projects The Contractor shall retain or employ a FRLS to lay out all storm sewer construction and provide final measurements. At the Project pre -construction meeting, to be attended by the Contractor's FRLS, the Contractor will be provided a packet of information, from the City, showing the format to be utilized. The Contractor is advised that the survey Work, including required final measurements, shall be according to City Standards and are an integral part of the Project. The Project shall not be considered complete until the final measurements are approved by the City. 18. E-Verify - Mandatory Use Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any Subcontractors performing Work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Subcontractor during the Contract term. Bayside Wharf Miamarina — Pier 5 67 ITB No. 18-19-007-R B-70045 SECTION 4 BID FORMS Submitted: City of Miami, Florida Office of the City Clerk City Hall, 1st Floor 3500 Pan American Drive Miami, Florida 33133-5504 Date The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and that it has submitted the required bid Guaranty; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to Contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits, the specified Work covered by the Contract Documents for the Project entitled: Bid No: 18-19-007-R Title: BAYSIDE WHARF MIAMARINA — PIER 5 (NORTH SECTION), CITY COMMISSION DISTRICT 2 The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, and to furnish the required Certificate(s) of Insurance. The undersigned further agrees that the Bid Guaranty accompanying the bid shall be forfeited if Bidder fails to execute said Contract and fails to furnish the required Performance Bond and Payment Bond as well as the required Certificate(s) of Insurance within fifteen (15) calendar days after being notified of the award of the Contract. In the event of arithmetical errors, the Bidder agrees that these errors are errors that may be corrected by the City. In the event of a discrepancy between the price bid in figures and the price bid in words, the price in words shall govern. Bidder agrees that any unit price listed in the bid is to be multiplied by the stated quantity requirements in order to arrive at the total. Note: Bidders are bidding on estimated quantities for the purpose of determining the lowest responsive and responsible Bidder. Payments will be made based on unit prices of actual quantities installed. Where a discrepancy exists between the unit price and the extended price the unit price will prevail. Where there is a discrepancy between the numerical and written bid amount, the written bid amount will prevail. Form SU must be submitted with Bidder's Bid. The SU Form can be found posted on the webpage with the bid documents. Bayside Wharf Miamarina — Pier 5 68 ITB No. 18-19-007-R B-70045 SCOPE OF WORK: The Work consists of furnishing all materials, labor, and equipment necessary for the reconstruction of and improvements to existing Miamarina Bayside Wharf Pier 5 (North Section). The full Scope of Work is detailed in the Contract Documents. ITB No.: 18-19-007-R — BAYSIDE WHARF MIAMARINA — PIER 5 (NORTH SECTION) (The following MUST be filled in.) LUMP SUM TOTAL BID CONSTRUCTION COST $ WRITTEN LUMP SUM TOTAL BID CONSTRUCTION COST (GUARANTEED MAXIMUM PRICE/ COST): (Total Bid) The spreadsheet with Unit Prices is required to be submitted within the Bid Submittal Forms. Failure to submit the spreadsheet may result in the bid being determined to be non -responsive. MS Excel sheet shall round all birl price to the soconel decimal NOT APPLICABLE Line No. Pay Item No. Pay Item Description Unit Quantity Unit Cost Cost 1 1 2 2 3 3 4 4 N O 1' APPL1CA13L F, 5 5 6 6 7 7 8 8 TOTAL Bayside Wharf Miamarina — Pier 5 B-70045 69 ITB No. 18-19-007-R DIRECTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES, AND PARTS III AND IV (If applicable) Part I: Listed below are the dates of issue for each Addendum received in connection with this bid: Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated Part II: No Addendum was received in connection with this bid. Part III: Certifications The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of the following, and shall comply with all the stated requirements. 1. Small Business Enterprise ("SBE") Requirements (NOT APPLICABLE) Bidder certifies that it has read and understood the provisions of City of Miami Ordinance 13331, codified requirement. Evaluation of Bidder's responsiveness to Ordinance Section 13331 shall be a consideration in the award of a Contract. 2. Non -Collusion Bidder certifies that the only persons interested in this bid are named herein; that no other person has any interest in this bid or in the Contract to which this bid pertains; that this bid is made without connection or arrangement with any other person. Bidder certifies that the selected independent third -party verifier will verify and certify compliance data and reports honestly and accurately. 3. Drug Free Workplace The undersigned Bidder hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Bidder's workplace, and specifying the actions that will be taken against employees for violations of such prohibition. (2) Establishing a continuing drug -free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1). (3) (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction. Bayside Wharf Miamarina — Pier 5 70 ITB No. 18-19-007-R B-70045 (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee. (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) (ii) Taking appropriate personnel action against such employee, up to and including termination; or Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency. (7) Making a good faith effort to maintain a drug -free workplace program through implementation of subparagraphs (1) through (6). 4. Lobbying The undersigned certifies to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid, or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal Contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal Contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal Contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) This undersigned shall require that the language of this certification be included in the award documents for "All" sub -awards at all tiers (including subcontracts, sub -grants, and Contracts under grants, loans, and cooperative agreements) and that all sub -recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pre -requisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than ten thousand dollars ($10,000) and not more than one hundred thousand dollars ($100,000) for each such failure. * Note: In these instances, "All" in the Final Rule is expected to be clarified to show that it applies to covered Contract/grant transactions over one hundred thousand dollars ($100,000) (per QMB). 5. Debarment, Suspension and Other Responsibility Matters The Bidder certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, and declared ineligible or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three (3) year period preceding this bid been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or Contract under a public transaction; violation of Federal or State antitrust statutes or falsification or destruction of records, making false statements, or receiving stolen property; Bayside Wharf Miamarina — Pier 5 71 ITB No. 18-19-007-R B-70045 (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph 1.b of this certification; and (d) Have not, within a three (3) year period preceding this application, had one (1) or more public transactions (Federal, State, or local) terminated for cause or default. (e) In addition, factors to be considered in determining responsibility of prospective contractual parties shall include but not be limited to: (1) Bidder does have availability of appropriate financial, material, equipment, facility, and personnel resources, and expertise, or the ability to obtain them, to meet all contractual requirements; (2) Bidder does have a satisfactory record of performance; (3) Bidder does have a satisfactory record of integrity; (4) Bidder does possess qualified legal standing to Contract with the City; and (5) Bidder will comply in supplying all requested information connected with the inquiry concerning responsibility. Bidder has not had a termination, suspension, or cancellation of a City Contract, in whole or in part, for cause, due to a default by the Bidder or Offeror, within the past five (5) years, which has not been reversed on appeal by a court of competent jurisdiction; or (g) Bidder has not withheld a payment or nonpayment of moneys due the City from the Bidder or Offeror, within the past five (5) years, unless the full amount of such moneys due the City. (h) Have been deposited with a court of competent jurisdiction in Miami -Dade County, Florida, pursuant to the provisions of Fla. R. Civ. P. 1.600 titled "Deposits in Court," as amended, or other applicable Federal, State or Local Rules of Court, and are subject to distribution to the City or withdrawal by the City by order of the court. The Bidder shall provide any information requested by the Chief Procurement Officer or Procurement Officer concerning responsibility. If such contractual party fails to provide the requested information, the determination of responsibility may be made upon available information or the prospective contractual party may be found non -responsible. The prospective contractual party may demonstrate the availability of necessary financial, equipment, facility, and personnel resources by submitting: (1) Bidder will, upon request, furbish evidence that the contractual party possesses such necessary resources; (2) Bidder affirms it has acceptable plans to subcontract for such necessary resources; or (3) Bidder will, upon request, submit a documented commitment for, or explicit arrangement with, satisfactory sources to provide such necessary resources. Where the prospective Bidder is unable to certify to any of the statements in this certification, such Bidder shall submit an explanation to the City of Miami in writing. 6. Local Workforce Participation Requirements (NOT APPLICABLE) (f) (i) {a) Have read and understood the provisions of City of Miami Ordinance 13332, codified as Section quarterly basis; (b) Have identified in City Form Subcontractor Utilization ("SU") a third party independent who Bayside Wharf Miamarina — Pier 5 72 ITB No. 18-19-007-R B-70045 (c) The selected third party, who independently verifies compliance with this section, must have a Section 18 89 of the City Code. Part IV: Certification — Trench Safety Act The Bidder, by virtue of signing the Bid Form, affirms that the Bidder is aware of Section 553.60, et. seq., Florida Statutes, the Trench Safety Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and Subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. Bidder acknowledges that included in the various items of the bid and in the total bid price are costs for complying with the Florida Trench Safety Act. These items are a breakout of the respective items involving trenching and will not be paid separately. They are not to be confused with bid items in the schedule of prices, nor be considered additional Work. The Bidder further identifies the costs and methods summarized below: Description Total $ Unit Price Quantity Price Extended Method Attached is a Bid Bond [ ], Cash [ ], Money Order [ ], Unconditional/Irrevocable Letter of Credit [ ], Treasurer's Check [ ], Bank Draft [ ], Cashier's Check [ ], Bid Bond Voucher [ ] or Certified Check [ ] No. Bank of for the sum of Dollars The Bidder hereby acknowledges and affirms to the contents of this Bid Form and its' response(s) thereto including without limitations Part I through IV have been, read, understood, and agree to by signing and completing the spaces provided below. Bidder Name: Signature: Printed Name/Title: City/State/Zip: Email: Telephone No.: Social Security No. or Federal I.D. No. Fax No.: Dun & Bradstreet No. (If applicable) Bayside Wharf Miamarina — Pier 5 73 ITB No. 18-19-007-R B-70045 If a partnership, names and addresses of partners: CERTIFICATE OF AUTHORITY (IF CORPORATION) I HEREBY CERTIFY that at a meeting of the Board of Directors of a corporation organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) _ as (Title) of the corporation to execute bids on behalf of the corporation and providing that his/her execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the to execute bids on behalf of the partnership and provides that his/her execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Print: CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this bid is authorized to sign bid documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign the bid and submit the appropriate Certificate of Authority (corporate, partnership, or individual). Bayside Wharf Miamarina — Pier 5 74 ITB No. 18-19-007-R B-70045 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the bid to which this attestation is attached. Signed: Print: IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 NOTARIZATION STATE OF ) COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20 by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Bayside Wharf Miamarina — Pier 5 75 ITB No. 18-19-007-R B-70045 BID BOND FORM (Page 1 of 3) State of County of City of KNOWN ALL PERSONS BY THESE PRESENTS, that as Principal, as Surety, are held and firmly bound unto the City of Miami, in the penal sum of dollars ($ ) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated , 20_, for: ITB No.: 18-19-007-R — BAYSIDE WHARF MIAMARINA — PIER 5 (NORTH SECTION) NOW THEREFORE: (a) If the Principal shall not withdraw said bid within one hundred eighty (180) calendar days after date of opening the same, and shall within ten (10) calendar days after the prescribed forms are presented to him for signature, enter into a written Contract with the City, in accordance with the bid as accepted, and give bond with good and sufficient Surety or Sureties, as may be required, for the faithful performance and proper fulfillment of such Contract; or (b) In the event if the withdrawal of said bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the City the difference between the amount specified in said bid and the amount for which the City may procure the required Work and supplies, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. Bayside Wharf Miamarina — Pier 5 76 ITB No. 18-19-007-R B-70045 BID BOND FORM (Page 2 of 3) IN WITNESS WHEREOF, the above bound parties have executed this instrument under their several seals, this day of , 20 , the name and corporate seal of each party being hereto affixed, and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. WITNESS: (If Sole Ownership, Partnership, or Joint Venture, two (2) Witnesses are required. If Corporation, Secretary only will attest and affix seal) (Signature of authorized officer) PRINCIPAL: (Name of Firm) Affix Seal (Title) (Business Address) (City/State/Zip Code) SURETY: (Corporate Surety) Affix Seal (Surety Secretary) (Signature of Authorized Officer) (Title) (Business Address) (City/State/Zip Code) Bayside Wharf Miamarina — Pier 5 77 ITB No. 18-19-007-R B-70045 BID BOND FORM (Page 3 of 3) CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the Secretary of the Corporation named as Principal in the within bond; that of said corporation; that I know his signature, and the signature hereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. (Corporate Seal) STATE OF COUNTY OF CITY OF Before me, a Notary Public duly commissioned, and qualified, personally appeared to me well known, who being by me first duly sworn upon oath, says that he/she is the attorney -in -fact, for the and that he/she has been authorized by to execute the foregoing bond on behalf of the Contractor named therein in favor of The City of Miami, Florida. Subscribed and sworn to before me this day of , 20 INSTRUCTIONS: Bid Bonds must be accompanied by a Power of Attorney, in compliance with Instructions to Bidders. Notary Public, State of Florida at Large My Commission Expires: Bayside Wharf Miamarina — Pier 5 78 ITB No. 18-19-007-R B-70045 QUESTIONNAIRE This completed form must be submitted with the bid. The City may, at its sole discretion, require that the Bidder submit additional information not included in the submitted form. Such information must be submitted within seven (7) calendar days of the City's request. Failure to submit the form, or additional information upon request by the City, shall result in the rejection of the bid as non- responsive. Additional pages may be used following the same format and numbering. By submitting its bid, the Bidder certifies the truth and accuracy of all information contained herein. A. Business Information 1. a. How many years has Bidder been in business under its current name and ownership? Professional Licenses/Certifications (include name and number)* Issuance Date (*include active certifications of small business enterprise and name of certifying entity) b. Date Bidder licensed by Dept. of Professional Regulation: c. Qualified Business License: Yes ❑ No ❑ If Yes, Date Issued d. What is Bidder's business? (This answer should be specific. For example: paving, drainage, schools, interior renovations, etc.) e. Name of Qualifier, license number, and relationship to Bidder: f. Names of previous Qualifiers during the past five (5) years including, license numbers, relationship to Bidder and years as qualifier for the Bidder. 2. Name and Licenses of any prior companies: Name of Company License No. Issuance Date 3. Type of Business Entity: ❑ Corporation ❑ "S" Corporation ❑ LLC ❑ Sole Proprietorship El Other: (Corporations will be required to provide a copy of their corporate resolution prior to executing a Contract) 4. Business Entity Ownership: a. Identify all owners of the Business Entity. Bayside Wharf Miamarina — Pier 5 79 ITB No. 18-19-007-R B-70045 Name Title % of ownership b. Is any owner identified above an owner in another company? ❑ Yes _ No If yes, identify the name of the owner, other company names, and % ownership c. Identify all individuals authorized to sign for the Business Entity, indicating the level of their authority (check applicable boxes and for other provide specific levels of authority) Name Title Signatory Authority All Cost No -Cost Other ❑ ❑ C n n n Explanation for Other: (Note: "All" refers to any type of document including but not limited to Contracts, amendment, change proposal requests (CPR), change orders (CO), notices, claims, disputes, etc. "Cost" refers to CPRs, Cos. No -cost refers to RFIs, Notices, and other similar documents) 5. Employee Information: Total No. of Employees: Number of Managerial/Admin. Employees: Number of Trades Personnel and total number per classification: (Apprentices must be listed separately for each classification) How many employees are working under H2B visas? 6. Has any owner or employee of the Bidder been convicted of a federal offense or moral turpitude? If yes, please explain: 7. Insurance and Bond Information: a. Insurance Carrier name and address: b. Insurance Contact Name, telephone, and e-mail: c. Insurance Experience Modification Rating (EMR): Bayside Wharf Miamarina — Pier 5 80 B-70045 ITB No. 18-19-007-R (If no EMR rating please explain why) d. Number of Insurance Claims paid out in last five (5) years and their corresponding value: e. Bond Carrier name and address: f. Bond Carrier Contact Name, telephone, and e-mail: g. Number of Bond Claims paid out in last five (5) years and their corresponding value: 8. Have any claims lawsuits been file against the Bidder in the past five (5) years? If yes, identify all Bidder has either settled or an adverse judgment has been issued against Bidder. Identify the year, basis for the claim or judgment, and settlement; unless the value of the settlement is covered by a written confidentiality agreement. 9. To the best of Bidder's knowledge, is Bidder or any of Bidder's officers currently under investigation by any law enforcement agency or public entity? If yes, provide details: 10. Has Bidder been assessed liquidated damages or defaulted on a Project in the past five (5) years? Yes ❑ No ❑ If yes, provide an attachment that provides an explanation of the Project. 11. Has Bidder been cited for any OSHA violations in the past five (5) years? If yes, please provide an attachment including all details on each citation. 12. Provide an attachment listing all of the equipment, with a value of five thousand dollars ($5,000) or greater, owned by the Bidder. B. Project Management and Subcontract Details 1. Bidder's Project Manager for this Project: a. Name: b. Years employed by Bidder: c. Licenses/Certifications: d. Last three (3) Projects with the company including role, Scope of Work, and value: 2. Subcontractors: Name Trade of Work License No. Certification* Bayside Wharf Miamarina — Pier 5 81 ITB No. 18-19-007-R B-70045 (*active certifications of small business enterprise and name of certifying entity) 3. Scope of Physical Labor Construction Work to be performed by Bidder and the corresponding percentage of the Work: (This does not include such items as insurance * bonds, dumpsters, trailers, and other similar non - construction Work items) Bayside Wharf Miamarina — Pier 5 82 ITB No. 18-19-007-R B-70045 (tiitg of � it�xntt Form ITB-PCR To Whom It May Concern Subject: Reference Letter Name of Bidder: The above referenced Bidder is responding to a bid that has been issued by the City of Miami. The City requires that the Bidder provide written references with their bid submission. By providing you with this document, the Bidder is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: Scope of Referenced Work: Did the Scope involve marine and/or overwater marina utility construction? ❑ Yes ❑ No Value of Project: $ Date Completed: Percentage of physical construction Work self -performed by Bidder: Was Project completed on time and within budget: ❑ Yes ❑ No If no, was the Bidder at fault or contribute to the delay(s) or increased cost? If yes, please provide details: Comments: Yes No Name of Project Owner: Date: Signature of Project Owner's Representative: Title: Telephone: E-mail: Bayside Wharf Miamarina — Pier 5 83 ITB No. 18-19-007-R B-70045 u8`O City of 4Thamt FORM ITB-GCR To Whom It May Concern Subject: Reference Letter Name of General Contractor: The above referenced General Contractor ("GC") is responding to a bid that has been issued by the City of Miami. The City requires that the GC provide written references with their bid submission. By providing you with this document, the GC is requesting that you provide the following reference information. The City would appreciate you providing the information requested below, as well as any other information you feel is pertinent: Name of Referenced Project: .The Following Section to be Completed byiheProject Owner_ Scope of Referenced Work: Did the Scope involve marine and/or overwater marina utility construction? ❑ Yes ❑ No Value of Project: $ Date Completed: Percentage of physical construction Work self -performed by GC: 0/0 Was Project completed on time and within budget: ❑ Yes ❑ No If no, was the GC at fault or contribute to the delay(s) or increased cost? E Yes n No If yes, please provide details: Comments: Name of Project Owner: Date: Signature of Project Owner's Representative: Title: Telephone: E-mail: Bayside Wharf Miamarina — Pier 5 84 ITB No. 18-19-007-R B-70045 OFFICE LOCATION AFFIDAVIT (Page 1 of 3) Please type or print clearly. This Affidavit must be completed in full, signed, and n• arized ONLY IF YOU MAINTAIN AN OFFICE WITHIN THE CORPORATE LIMITS OF THE CIT OF MIAMI AS DEFINED BY CITY CODE SECTION 18-73. Legal Name of Firm: Entity Type: (Check One) ❑ Partnership I I Sole Proprietorship I I Corpora Corporation Document No: Occupational License No: PRESENT Street Address: City: Date Establi- e Date of I-.uance Office Location (Establishme of the Bidder): TOT APPLICABLE oto Io org Pt # ►� wo&t or: PREVIOUS Street Address: City: State long at this location: According to Section 18-73 of the ' ity of Miami Code, as amended: City of Miami "Local Office" mea . a business within the City which meets all of the following criteria: 1) Has had a staffed and fix- , office or distribution point, operating within a permanent structure with a verifiable street address tha s located within the corporate limits of the City for a minimum of twelve (12) months immediately preceding to the date bids were received for the purchase or Contract at issue. For purposes of this section, taffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40 ours per calendar week, whether as a duly authorized employee, officer, principal, or owner of the loca •usiness. A post office box shall not be sufficient to constitute a local office within the City; and 2) If the busine - is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of o less than twelve (12) months, been in effect for no less than the twelve (12) months immediately .receding the date bids were received, and be available for review and approval by the Chief Procurem t Officer or its designee; for recently -executed leases that have been in effect for any period less tha e twelve (12) months immediately preceding the date bids were received, a prior fully -executed lease hin the corporate limits of the City that documents, in writing, continuous business residence within the porate limits of the City for a term of no less than twelve (12) months immediately preceding the da bids were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the Chief Procurement Officer or its designee; further requiring that Bayside Wharf Miamarina — Pier 5 B-70045 85 ITB No. 18-19-007-R historical, cleared rent checks or other rent payment documentation in writing that documents local o ce tenancy shall be available for review and approval by the Chief Procurement Officer or its designee . nd OFFICE LOCATION AFFIDAVIT (Page 2 of 3) 3) Has had for a minimum of twelve (12) months immediately preceding the date bids wer the purchase or Contract at issue, a current Business Tax Receipt issued by both the City County, if applicable; and 4) Has had, fora minimum of twelve (12) months immediately preceding the date the purchase or Contract at issue, any license or certificate of competency and ce by either the City or Miami -Dade County that authorizes the performance of said 5) Has certified in writing its compliance with the foregoing at the time of sub consideration under this section; provided, however, that the burden of documentation in support of this local office certification be borne by the bid. According to Section 18-85(a) of the City of Miami Code, as amded: "When a responsive, responsible non -local Bidder submits the one or more responsive, responsible local Bidders who mai Section 18-73, is within fifteen percent (15%) of the price su local Bidder and each of the aforementioned responsi opportunity to submit a best and final bid equal to or I submitted by the non-II :i••-r. trac a Bidder submitting the to n inal . I Bidder and a non -local �'• • -r. .nt t a II e d t of ti in h eceived for Miami -Dade b .s were received for icate of use required siness operations; and ting its bid to be eligible for of to provide all supporting usiness applicant submitting a est bid price, and the bid submitted by in a local office, as defined in City Code itted by the non -local Bidder, then that non- , responsible local Bidders shall have the er than the amount of the low bid previously ive, responsible between a local ••• •• The intention of this section is to benefit Ioc ona fide Bidders to promote economic development within the corporate limits of the City of M. , mi. I (we) certify, under penalty of perjury, tha e office location of our firm has not been established with the sole purpose of obtaining the advantag Print Name Title Authorized Signature ranted bona fide local Bidders by this section. Print Name Title Authorized Signature Bayside Wharf Miamarina — Pier 5 B-70045 86 ITB No. 18-19-007-R OFFICE LOCATION AFFIDAVIT (Page 3 of 3) (Must be signed by the corporate secretary of a Corporation or one (1) general partner of a p- nership or the proprietor of a sole proprietorship or all partners of a joint venture.) NOTARIZATION STATE OF FLORIDA, COUNTY OF MIAMI-DADE That: and acknowledged the foregoing instrument as his/her act and That he/she has produced as identification. NOTARY PUBLIC: NOTMARPUCABLE personally appeared before me Please submit with Bid Form copies of Occu tional License, City of Miami and Miami -Dade County Business Licenses, professional and/or tr e License to verify local office preference. The City of Miami also reserves the right to request opy of the corporate charter, corporate income tax filing return, and any other documents(s) to rify the location of the firm's office. Bayside Wharf Miamarina — Pier 5 87 ITB No. 18-19-007-R B-70045 CERTIFICATE OF COMPLIANCE CITY CODE SECTIONS 18-87, 18-89 and 18-120 I, hereby certify that: i) I, am the (President/Secretary or Principal) of (Bidder's Firm); ii) I have read Sections 18-87, 18-89 and 18-120 of the City of Miami Procurement ode; a. (Bidder) hereby cknowledges that the awarded Contract has an on -site labor component greater than .r equal to twenty-five percent (25%), and therefore agrees to assign a minimum of fi en percent (15%) of the Contract value to firms currently certified by Miami -Dade unty as a Small Business Enterprise ("SBE"); OR b. (Bidder) hereby is certified by Miami - Dade County as a SBE firm and will self -perform to ' et the minimum fifteen percent (15%) SBE requirement. An active copy of the Bidder's S. certification must be included in the bid document. iii) (Bidder) NOT APPLI he &B1oiFpiy with the Local Workforce Panluipcului O«ed R, J2k,d'eri tC-a9 of rite Gtty II; Ietbmi Procurement Code. iv) (Bidder) Responsible Wages and Benefits Req ' ements stated in Section 18-120 of the City of Miami Procurement Code. OPTIONAL: v) (Bidder) ursuant to Item City Code Section 18-73; STATE OF COUNTY OF hereby agrees to comply with the hereby agrees to make assignments to certified SBE firms who maintain a "Local Office", as defined in Before me, a ary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/sh: as been authorized to execute the foregoing Certificate of Compliance with Sections 18-87, 18-89 and -120 of the City of Miami Procurement Code on behalf of Bidder named therein in favor of the City. Subscribed . d sworn to before me this day of , 20 . My co ission expires: onded by Large Notary Public, State of Florida at Bayside Wharf Miamarina — Pier 5 B-70045 88 ITB No. 18-19-007-R THIS FORM MUST BE COMPLETED BY BIDDERS FOR PROJECTS WITH SBE REQUIREMENTS SCHEDULE OF INTENT AFFIDAVIT (SOI) SMALL BUSINESS ENTERPRISE PROGRAM ("SBE" This Section must be completed by the Bidder/Proposer and the SBE Subcontractor that will be utilize Name of Bidder: Contact Person: Address: Phone No.: Project Name: Project Number: Contract Dollar Amount: 15% SBE Dollar ount: r scopes of work on the project Name of Prime Bidder Certification No. (if applicable) Certification Expiration Date (if applicable) Type of SBE Work to performed by the Bi er (if applicabl Bidder's self- performance percentage (%) of Contract Value Total Dollar ($) Amount of Bidder's self -performance The undersigned intends to perform the followiorlli#coctidn �1►ttfheLovaf�brtaal Name of Subcontractor Certification No. Certification Expiration Dat Type of SBE Work to be performed by the Subcontractor Subcontractor percentage (%) of Contract Value Total Dollar ($) Amount of Subcontractor's SBE requirement I certify that the representations contained in this form e true and accurate to the best of my knowledge. I affirm that I will enter into sub contractual agreement(s) with the above listed SBE Subcontractor(s) if awar. . this Contract. Copies of the agreement(s) will be immediately made available to the City of Miami as required. Bidder Signature The undersigned has reasonable goods or services, ability to ob meet the bid specifications. Subcontractor Sig ure Bidder Print Name Title uncommitted capacity sufficient to provide the required goods or services, all licenses and permits necessary to provide such bonding that is reasonably required to provide such goods consistent with normal industry practice, and the ability to otherwise Date Bayside Wharf Miamarina — Pier 5 B-70045 Subcontractor Print Name Title 89 ITB No. 18-19-007-R REQUIRED SUBMISSION WITH BIDDER'S BID LOCAL WORKFORCE PARTICIPATION BID QUESTION: List all Contracts Bidder has performed for the City of Miami in the past three (3) years, whic Workforce Participation requirements. The City will review all Contracts Bidder has performe past three (3) years in accordance with Section 18-89 of the City Code, which requir consider the Bidder's adherence to the City's Local Workforce Participation requirem (3) years in making any future Contract awards. The solicitation documents will i compliance with these requirements of the City." As such, the Bidder must list for the City of Miami in the past three (3) years. Please provide factually d and address each of the important items below. Contract number, name and brief description of Wor Total dollar value of the Contract; Percentag cluded Local or the City in the that "the City shall s within the past three ude the Contractor's past describe all Work performed iled responses for each Project, Dates cove�in�t � -r th£PToIJGAeB1E kfo Breakdown of local workforce used to eet the requirements (number of persons broken down by trade and category); If Bidder's company was una• to meet the Local Workforce Participation requirements, explain the reasons why, and w•. efforts, if any, were utilized by Bidder to attempt to meet these requirements; If the Project was • er one million dollars ($1,000,000) did Bidder hold a job fair(s), if yes, provide the date and I.':tion of the job fair(s), number of attendees; Was a thi party hired to verify and certify compliance with the Local Workforce Participation requir- ' ents, if yes were all requirements met, what was the third party's name and provide their cur t contact information; as the five percent (5%) retainage fee released to Bidder by the City upon Project completion, and If Bidder did not meet the goals, did you seek a waiver of the program requirements from any City officials? Please explain in detail. THIS Contract # made this _ day of in the year 20 in the amount of $Click here to enter text. by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "CITY," and Click here to enter text., hereinafter called the "Contractor." Bayside Wharf Miamarina — Pier 5 90 ITB No. 18-19-007-R B-70045 SECTION 5 CONTRACT EXECUTION FORMS Contract Execution Form IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST ., a Florida corporation Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Official ATTEST: (CORPORATE SEAL) CONTRACTOR Secretary (Affirm Contractor Seal, if available) APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Emilio T. Gonzalez, Ph.D., City Manager Bayside Wharf Miamarina — Pier 5 91 ITB No. 18-19-007-R B-70045 CORPORATE RESOLUTION WHEREAS, , desires to enter into a Contract with the City of Miami for the purpose of performing the Work described in the Contract to which this resolution is attached; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter in accordance with the By -Laws of the corporation; Now, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the (Type title of officer) , is hereby authorized (Type name of officer) and instructed to enter into a Contract, in the name and on behalf of this corporation, with the City of Miami upon the terms contained in the proposed Contract to which this resolution is attached and to execute the corresponding performance bond. DATED this day of , 20 Corporate Secretary (Corporate Seal) Bayside Wharf Miamarina — Pier 5 92 ITB No. 18-19-007-R B-70045 FORM OF PERFORMANCE BOND (Page 1 of 2) BY THIS BOND, We , as Principal, hereinafter called Contractor, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, bid/Contract ITB No: 18-19-007- R - BAYSIDE WHARF MIAMARINA — PIER 5 (NORTH SECTION), awarded the day of 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all Work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. 4. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations hereunder, the Surety may promptly remedy the default, or shall promptly: 4.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 4.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a Contract between such Bidder and City, and make available as Work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion Bayside Wharf Miamarina — Pier 5 93 ITB No. 18-19-007-R B-70045 FORM OF PERFORMANCE BOND (Page 2 of 2) arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) (Secretary) By: (Signature) (CORPORATE SEAL) IN THE PRESENCE OF: (Print Name and Title) INSURANCE COMPANY: By: (Agent and Attorney -in -Fact) Address: (Street) (City/State/Zip Code) Telephone No.: Bayside Wharf Miamarina — Pier 5 94 ITB No. 18-19-007-R B-70045 FORM OF PAYMENT BOND (Page 1 of 2) BY THIS BOND, We , as Principal, hereinafter called Contractor, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, ITB. No. 18-19-007-R- BAYSIDE WHARF MIAMARINA — PIER 5 (NORTH SECTION), awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials, and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) calendar days after beginning to furnish labor, materials, or supplies for the prosecution of the Work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) calendar days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. Bayside Wharf Miamarina — Pier 5 95 ITB No. 18-19-007-R B-70045 FORM OF PAYMENT BOND (Page 2 of 2) 2.4. Any action under this Bond must be instituted in accordance with the longer of the applicable Notice and Time Limitations provisions prescribed in Section 255.05(2), or Section 95-11, Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 ATTEST: By: CONTRACTOR: (Name of Corporation) (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 IN THE PRESENCE OF: INSURANCE COMPANY: By: (Agent and Attorney -in -Fact) Address: (Street) (City/State/Zip Code) Telephone No.: Bayside Wharf Miamarina — Pier 5 96 ITB No. 18-19-007-R B-70045 CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. Secretary (on behalf of) Corporation STATE OF COUNTY OF (SEAL) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by Bayside Wharf Miamarina — Pier 5 97 ITB No. 18-19-007-R B-70045 Tag of cthxn�t PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT (Page 1 of 2) Date of Issue: Issuing Bank's No.: Beneficiary: Applicant: City of Miami Amount: 444 S.W. 2nd Avenue (in United States Funds) Miami, Florida 33130 Expiry: (Date) Bid/Contract No.: We hereby authorize you to draw on (Bank, Issuer name) at by order (Branch address) of and for the account of (Contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part of (Contractor, applicant, customer) agreed upon by and between the City of Miami, Florida and (Contractor, applicant, customer), pursuant to Bid/Contract No. for (name of Project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (Expiration date) Bayside Wharf Miamarina — Pier 5 98 ITB No. 18-19-007-R B-70045 itg of Aiiarni PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT: (Page 2 of 2) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) calendar days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the Contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred, or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (Contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature Bayside Wharf Miamarina — Pier 5 99 ITB No. 18-19-007-R B-70045 (fag of 4iiiarni FORM A INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY If the Bidder is submitting as a joint venture, please be advised that these two (2) pages MUST be completed, and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. 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: Bayside Wharf Miamarina — Pier 5 100 ITB No. 18-19-007-R B-70045 • Q E tg IIf 4'' 1t�Y17tt (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. 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 venture 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 venture 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 Bidder: Name of Bidder: Signature: Signature: Name: Name: Title: Title: Date: Date: Bayside Wharf Miamarina — Pier 5 101 ITB No. 18-19-007-R B-70045 FLORIDA DEPARTMENT OF Environmental Protection Southeast District 3301 Gun Club Road, MSC721D-1 West Palm Beach, Fl 33406 561-681-6600 September 6, 2018 City of Miami c/o Daniel Rotenberg 444 SW 2nd Avenue, 3rd Floor Miami, Florida 33130 Sent via e-mail: mreising@coastalsystemsint.com Re: File No.: 13-045407-009-EE File Name: Miamarina Dock Improvements Dear Mr. Rotenberg: Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Noah Valenstein Secretary On August 17, 2018, we received your application for an exemption to replace the existing 6,250 sq. ft. dock in the same location and of the same configuration and dimensions as the existing dock. The project is located in a basin, within the Biscayne Bay Aquatic Preserve, Outstanding Florida Waters, Class III Waters, adjacent to 401 Biscayne Blvd, Miami (Section 6, Township 54 South, Range 42 East), in Miami -Dade County (Latitude N 25° 46' 43.86", Longitude W 80° 11' 10.38"). Your request has been reviewed to determine whether it qualifies for (1) regulatory exemption, (2) proprietary authorization (related to state-owned submerged lands), and (3) federal approval that may be necessary for work in wetlands or waters of the United States. Your project did not qualify for the federal review portion of this verification request. Additional authorization must be obtained prior to commencement of the proposed activity. This letter does not relieve you from the responsibility of obtaining other federal, state, or local authorizations that may be required for the activity. Please refer to the specific section(s) dealing with that portion of the review below for advice on how to proceed. 1. Regulatory Review — VERIFIED Based on the information submitted, the Department has verified that the activity as proposed is exempt under Chapter 62-330.051(5)(d), Florida Administrative Code, from the need to obtain a regulatory permit under part IV of Chapter 373 of the Florida Statutes. This exemption verification is based on the information you provided the Department and the statutes and rules in effect when the information was submitted. This verification will expire after one year, and will not be valid at any other time if site conditions materially change, the project design is modified, or the statutes or rules governing the exempt activity are amended. However, www. dep.state.fl. us Project No.: 13-045407-009-EE Project Name: Miamarina Dock Improvements Page 2 of 5 the activity may still be conducted without further notification to or verification from the Department after the one-year expiration of this verification, provided: 1) the project design does not change; 2) site conditions do not materially change; and 3) there are no changes to the statutes or rules governing the exempt activity. In the event you need to re -verify the exempt status for the activity after the one-year expiration of this verification, a new application and verification fee will be required. Any substantial modifications to the project design should be submitted to the Department for review, as changes may result in a permit being required. Conditions of compliance with the regulatory exemption are contained in Attachment A. 2. Proprietary Review —NOT REQUIRED The activity does not appear to be located on sovereign submerged lands, and does not require further authorization under chapter 253 of the Florida Statutes, or chapters 18-20 or 18-21 of the Florida Administrative Code. 3. Federal Review — SPGP NOT APPROVED Your proposed activity as outlined on your application and attached drawings does not qualify for Federal authorization pursuant to the State Programmatic General Permit and a SEPARATE permit or authorization shall be required from the Corps. You must apply separately to the Corps using the appropriate federal application form (ENG 4345). More information about Corps permitting may be found online in the Jacksonville District Regulatory Division Sourcebook. Authority for review - an agreement with the USACOE entitled "Coordination Agreement Between the U. S. Army Corps of Engineers (Jacksonville District) and the Florida Department of Environmental Protection, or Duly Authorized Designee, State Programmatic General Permit", Section 10 of the Rivers and Harbor Act of 1899, and Section 404 of the Clean Water Act. Additional Information Please retain this letter. The activities may be inspected by authorized state personnel in the future to insure compliance with appropriate statutes and administrative codes. If the activities are not in compliance, you may be subject to penalties under Chapter 373, F.S., and Chapter 18-14, F.A.C. NOTICE OF RIGHTS This action is final and effective on the date filed with the Clerk of the Department unless a petition for an administrative hearing is timely filed under Sections 120.569 and 120.57, F.S., before the deadline for filing a petition. On the filing of a timely and sufficient petition, this action will not be final and effective until further order of the Department. Because the administrative hearing process is designed to formulate final agency action, the filing of a petition means that the Department's final action may be different from the position taken by it in this notice. Petition for Administrative Hearing A person whose substantial interests are affected by the Department's action may petition for an administrative proceeding (hearing) under Sections 120.569 and 120.57, F.S. Pursuant to Rule 28- 106.201, F.A.C., a petition for an administrative hearing must contain the following information: (a) The name and address of each agency affected and each agency's file or identification number, if known; Project No.: 13-045407-009-EE Project Name: Miamarina Dock Improvements Page 3 of 5 (b) The name, address, any email address, any facsimile number, and telephone number of the petitioner; the name, address, and telephone number of the petitioner's representative, if any, which shall be the address for service purposes during the course of the proceeding; and an explanation of how the petitioner's substantial interests are or will be affected by the agency determination; (c) A statement of when and how the petitioner received notice of the agency decision; (d) A statement of all disputed issues of material fact. If there are none, the petition must so indicate; (e) A concise statement of the ultimate facts alleged, including the specific facts that the petitioner contends warrant reversal or modification of the agency's proposed action; (f) A statement of the specific rules or statutes that the petitioner contends require reversal or modification of the agency's proposed action, including an explanation of how the alleged facts relate to the specific rules or statutes; and (g) A statement of the relief sought by the petitioner, stating precisely the action that the petitioner wishes the agency to take with respect to the agency's proposed action. The petition must be filed (received by the Clerk) in the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000. Also, a copy of the petition shall be mailed to the applicant at the address indicated above at the time of filing. Time Period for Filing a Petition In accordance with Rule 62-110.106(3), F.A.C., petitions for an administrative hearing by the applicant must be filed within 21 days of receipt of this written notice. Petitions filed by any persons other than the applicant, and other than those entitled to written notice under Section 120.60(3), F.S. must be filed within 21 days of publication of the notice or within 21 days of receipt of the written notice, whichever occurs first. Under Section 120.60(3), F.S., however, any person who has asked the Department for notice of agency action may file a petition within 21 days of receipt of such notice, regardless of the date of publication. The failure to file a petition within the appropriate time period shall constitute a waiver of that person's right to request an administrative determination (hearing) under Sections 120.569 and 120.57, F.S., or to intervene in this proceeding and participate as a party to it. Any subsequent intervention (in a proceeding initiated by another party) will be only at the discretion of the presiding officer upon the filing of a motion in compliance with Rule 28-106.205, F.A.C. Extension of Time Under Rule 62-110.106(4), F.A.C., a person whose substantial interests are affected by the Department's action may also request an extension of time to file a petition for an administrative hearing. The Department may, for good cause shown, grant the request for an extension of time. Requests for extension of time must be filed with the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000, before the applicable deadline for filing a petition for an administrative hearing. A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. Mediation Project No.: 13-045407-009-EE Project Name: Miamarina Dock Improvements Page 4 of 5 Mediation is not available in this proceeding. FLAWAC Review The applicant, or any party within the meaning of Section 373.114(1)(a) or 373.4275, F.S., may also seek appellate review of this order before the Land and Water Adjudicatory Commission under Section 373.114(1) or 373.4275, F.S. Requests for review before the Land and Water Adjudicatory Commission must be filed with the Secretary of the Commission and served on the Department within 20 days from the date when the order is filed with the Clerk of the Department. Judicial Review Any party to this action has the right to seek judicial review pursuant to Section 120.68, F.S., by filing a Notice of Appeal pursuant to Rules 9.110 and 9.190, Florida Rules of Appellate Procedure, with the Clerk of the Department in the Office of General Counsel, 3900 Commonwealth Boulevard, M.S. 35, Tallahassee, Florida 32399-3000; and by filing a copy of the Notice of Appeal accompanied by the applicable filing fees with the appropriate District Court of Appeal. The Notice of Appeal must be filed within 30 days from the date this action is filed with the Clerk of the Department. Thank you for applying to the Submerged Lands and Environmental Resource Permit Program. If you have any questions regarding this matter, please contact Portia Caldwell at (561) 681-6630 or by email at Portia.R.Caldwell@dep.state.fl.us Executed in Orlando, Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION PezGo„ Ciarku u Portia Caldwell Environmental Specialist II Southeast District CERTIFICATE OF SERVICE The undersigned duly designated deputy clerk hereby certifies that this permit and all copies were sent on the filing date below to the following listed persons: FDEP — Monica Sovacool, Portia Caldwell Lisa Spadafina, Miami -Dade County RER, spadaL2@miamidade.gov FILING AND ACKNOWLEDGMENT FILED, on this date, pursuant to Section 120.52, F. S., with the designated Department Clerk, receipt of which is hereby acknowledged. Project No.: 13-045407-009-EE Project Name: Miamarina Dock Improvements Page 5 of 5 9/6/2018 Clerk Date Enclosures: Attachment A- Specific Exemption Rule Project Drawings, 12 pages Attachment A Chapter 62-330.051 Exempt Activities. The activities meeting the limitations and restrictions below are exempt from permitting. However, if located in, on, or over state-owned submerged lands, they are subject to a separate authorization under Chapters 253 and 258, F.S., and Chapters 18-18, 18-20, and 18-21, F.A.C., as applicable. (5) Dock, Pier, Boat Ramp and Other Boating -related Work — (d) Replacement or repair of existing docks and piers, including mooring piles, in accordance with Section 403.813(1)(d), F.S., provided the existing structure is still functional or has been rendered non-functional within the last year by a discrete event, such as a storm, flood, accident, or fire. 1 NI Op A2111,, • IF * 11111P IIATr1 * 11 11 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA GULF OF MEXICO PROJECT LOCATION NTS FLORIDA Q Daniel Rotenberg - Director 5.W ...._YI - .__.3 _ All z fl N. �5$T.� N.=SS _ N 4 T.z . N,. 4 ST. � T1 N.E 3ST. W-2 ST.- N.- 2 -1 t5T1N.E.t }7ST.. ..kn S. 1 S.W \SS 4► Ii 410 �'1 BICENT:NNIAL W I`J2 ARK ,oma Ise .o+t I \, YF ONT PARK RIVER I-2 D Llu DODGE PROJECT SITE MIAMI, FL LOCATION MAP COMMISSION Mayor Francis Surarez Commissioner Dis . 1 Wifredo Gort Commissioner Dis. 2 Ken Russell Commissioner Dis .. 3 Joe Carollo Commissioner Dist 4 Commissioner Dist 5 City Attomey Manolo Reyes Keon Hardemon Victoria Mendez City Clerk Todd B. Hannon VICINITY MAP crvx EN4er@5 CALL 48 HOURS BEFORE DIGGING GILL TOLL FASO 1-800-432-4770 S .S..NE STATE OK CO L n FEM... &taw. D'.NV.FDI LOCATION SHE PLAN COASTAL SYSTEMS I NTC RN A 11(SN AL bID®2m04® fil sesocIlaftse, Iw1c. consmOQlwta engInooeo Mecbedcel/Electrical Reg. # CA0008722 Rene 1. Boedlo, P.E. N40880 14180 Palmetto Frootoge Rood Suite 22 306 898-3986 Wald lakes. Florida 33018 Fax (305) 598-3989 Sheet List Table Sheet Number Swat lkb G-1 COVER G-2 GENERAL NOTES SURVEY S-1 DEMOIRION PUN 5-2 DOCK REPUCEMENI PLAN 1 5-3 DOCK REPUCEIAENT PUN II 5-4 DOCK REPIACENENT SIROCURO :,.♦ SECTIONS & OEW15 ,,,''' 5-5 TURBIDITY CURTAIN D€1' ,' UT-1 151PORARY WATER'VLS DT-2 PROPOSED WAIERIEZ.AN I 1 UT-3 PROPOSED WATER PUN II .511111 NNullrcr UT-4 UIIUTIES OErN1011 l0-1�45407-009-EE N e.16vT,I tiQIEL ALL SCALES INDICATED PERTNN TO PULL SIZE tPARR1G3 (22'E34) 6 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS SYSTEMS COASTAL SYS1EMS DIITANA110NAL, INC .6. See1A Ewe 16y2q C.W WYn. flwalu 111.E le.. 305.441-16S5 rus 305-661-1EI. .. cwalasnw14n.aan4 N.Ie el flair's W EMT Coad.l, tm.oele.E4.l. CMI EnSrma.; en0 Num,rmam dlieesinte „.ww1.., Ina l..r�� f'r-A O./Gl/IS 12/11/A POSER SET 19TUJLI l n., UN. Unrwl. D, 1.111 BY 21226O07 SY Rome COVER G-1 B A 2 3 6 7 GENERAL NOTES: 1. THE WORK CONSISTS OF FUNK NJ. OPERATIONS IN CONNEC110N 2. THE CONTRACTOR SHALL ABIDE PERMITS. IF ME CONTRACTOR OR OTHER PUBLIC ENTITY. MEN THE CONTRACTOR AND NOT C 3. THE CONTRACTOR 5 RESPONSI: PRECONSIRUCTION MEETING WILL 4. NI ELEVATIONS ARE IN FEET AN 5. CONTRACTOR IS RESPONSIBLE FA 6. COMPACTOR 5 RESPONSIBLE FA 7. CONTRACTOR 5MW1 ADHERE TO STRUCTURES CONSTRUCTED OVER ARMY CORPS OF ENGINEERS/NA SMALL T00TH SAWFISH CONSTR DERN AND FWC.FOR THE M WA 8. ENGINEER 5 RESPONSIBLE FOR PROVIDED TO THE CONTRACTOR, CONDITIONS. 9. ANY DISCREPANCIES IN THE P OF ME ENGINEER. CONSTRUCTIO DISCREPANCIES. 10. FOR LEGEND SYMBOLS REFER TO 11. MAYARINA 5 AI OPERATING MAR MARINA MANAGEMENT. CONTAC AND PREVENT PEDESTE6 N ACC NG ALL CONSTRUCTION, LABOR. EQUIPMENT AND MATERIALS MD PERFORMING MARINA CONSTRUCTION AS SHOWN ON THESE DRAWINGS. ALL NOTES AND CONDIl10NS INDICATED ON THE CONSTRUCTION PUNS AND TES ANY C0ND1110N OF ME PERMN AND WORK 5 STOPPED BY THE STATE ADDMONAL COSTS INCURRED BY THE CONTRACTOR SHALL BE PNO BY 0 10 THE OWNER. FOR OBTAINING ALL LOCAL PERMITS NECESSARY FOR THIS WORK. A E HELD ON -SITE TO VERIFY DETAILS AND METHODS OF CONSTRUCTION. ARE REEENNED TO THE NORM AMERICM VERTICAL DARN (NAIAD) OF 1929. LOCATING ALL UNDERGROUND URLTRES PRIOR 10 CONSTRUCTION. C00RDINATING WNH OTHER UPLAND CONTRACTORS ON SITE E CONSTRUCTON GUIDELINES N FLORIDA FOR MINOR PIUNG-SUPPORTED SUBMERGED IAUATIC VEGETATKN (SAY), MARSH OR MANGROVE HABITAT U.S. MARINE FISHERIES SERVICE AUGUST 2001, THE NMFS SEA NITRE AND +N GUIDELINES, THE MANATEE PROTECTION PUN FROM MNMI-DADS COUNTY, WORK AND NMFS JOHSNON'S SFAGRASS DOCK CONSTRUCTION GUIDELINES BINNING ENVIRONMENTAL PERMITS FOR THE PROJECT. A COPY WILL BE D THE CONTRACTOR SHALL ABIDE BY ALL REGULATIONS AND PERMIT WRN FELD C0NDR10N5 SHALL BE BROUGHT TO THE IMMEDIATE ATTENTION SHALL NOT CONTINUE UN11L THE ENGINEER HAS ADDRESSED THE INDMDUAL PUN SHEETS. AND CONTRACTOR SOUL COORDINATE CONSTRUCTION OPERATIONS WITH SHALL PROTECT CONSTRUCTION AREA W11H TEMPORAL FENCING AND SGNAGE DESIGN LOADS: I. DOCKS ARE DESIGNED FOR 100 PSF LOAD. SURVEY NOTES: I. UPLAND SURVEY DATA OB1NNED FRO F.R. NEMM AND ASSOCATES. INC. DATED: 07/14/17. 2. RATHYMETRIC DATA BY COASTAL MS INTERNATIONAL. INC. DATED JUNE 22, 2017, DEMOLITION NOTES: 1. CONTRACTOR SHALL VERIFY THE + , LOCATION AND OUMTITIES OF EXISTING ELEMENTS TO DE REMOVED. 2. All. DEBRIS WHIN TIE UNITS OF PROJECT SHALL BE TRUCKED M0 HAULED OF0511E BY THE CONTRACTOR AND DISPOSED OF AT AN APPROVED NE. 3. CONTRACTOR SHALL NOT DAMAGE STRUCTURAL COMPONENTS BEYOND THE DEMOLLTIDN REOUIREIAENTS OF THESE DRAWINGS. ANY DAMAGE BE REPAIRED AT THE CONTRACTOR'S EXPENSE. LAYOUT AND TESTING: 1. ALL CONSTRUCTION SIAJTEOUT S4411 :E PERFORMED BY AND PAID FOR BY THE CONTRACTOR UNDER THE SUPERVISION OF A FLORIDA REGISTER A SURVEYOR. 2. ALL TESTING AND INSPECTION FOR C NCRE1E AND PILE DRMNG MATERIALS AND PILE DRRNG SHALL BE N ACCOR0ANCE WHH FOOT SPECIFICATIONS, AND SHALL BE PERFORMED BY M NOEPENOENI TESTING LABORATORY PROVIDED BY DE OWNER. 3. COMPACTOR STALL PROVIDE ME EN ILUZ-IRATE THE HORIZONTAL AND VER RELA1NE TO THE CONSTRUCTION 8.45 REINFORCING STEEL 1. REINFORCEMENT SULL CONFORM AMU STANDARDS: DEFORMED BARS - A615 GR. 60 WELDED DEFORMED BARS - A70' VIRE m A185 INEER WTH A SET OF AS -BUILT DRAWINGS IN SUFFICIENT DETMS TO CAL COMPONENTS OF ABOVE AND BELOW GROUND STRUCTURES AND WALLS NE THE FOLLOWING TIMBER NOTES: I. ALL TIMBER SHALL BE PRESSURE TREATED, SOUTHERN YELLOW PINE UNLESS 0THERWISE N01ED. PILES SHALL BE DRIVEN TO ACHIEVE A MINIMUM BEARING CAPACITY OF 10 KIPS WITH ME FOLLOWING PENETRATION CRITERIA: SOFT SOL 15 FEET LAME ROCK: 5 FEET 2 TIMBER PILES SHALL HAVE THE 110110 TRIG MINIMUM P#OPER11E5. FB - 1,200 PSI (EXTREME FIBER BENDING MEMBER) R - 500 PSI (TENSION PARALLEL TO GRAN) N . 90 PS (HOR120NTAL SHEAR) E - 1,500.000 PSI (MODULUS OF EIASIIC0Y) 3. ALL Iwo SHALL BE PRESSURE TREATED WT1N CHROMAED COPPER MSD141E (CCA) FOR MARINE USE WITH MINIMUM RETENTION. TREATMENT SHALL BC N CONFORMANCE WITH THE STANDARDS OF AVA C2 AND C18. OUT 0R SAWED SURFACES N PRESERVATIVE TREATED MEMBERS SHALL RECEIVE TWO COATS OF THE SNIE PRESERVATION USED N THE ORIGINAL TREATMENT. CONCRETE NOTES: I. ALL CONCRETE MATERIALS REINFORCEMENT AND CONSTRUC110N SHALL BE IN ACCORDANCE WTIH FOOT SPECIFICATION 346, 400, AND 415 EXCEPT AS NOTED. 2. PROVDE CHAMFERS ON ALL EXP05ED EDGES AND CORNERS EXCEPT AS OTHERWISE NOTED. 3. CONSTRUCTION JOINTS WILL BE PERMITTED ONLY AT THE LOCATIONS INDICATED ON THE PLANS. ADDOONAL CONSTRUCTION JOU41S OR ALTERATIONS 10 THOSE SHOWN WILL REQUIRE APPROVAL BY THE ENGINEER. 4. ALL DIMENSIONS PERTAINING TO LOCATION OF REINFORCING ARE TO CENTER UNE OF ELMS EXCEPT WHERE THE CLEAR OIMEN510N 5 SHOWN TO FACE OF CONCRETE 5. N0 CHAIRS OR OTHER METAL SHALL PROTRUDE FROM SURFACE OF CONCRETE 6. MINIMUM CONCRETE COVER SHALL BE 3' TO OUTSIDE OF BAR. 7. ALL CAST -IN -PLACE CONCRETE TO BE A MINIMUM OF 5,500 PSI COMPRESSIVE STRENGTH AT 28 DAYS. B. PROVIDE AN F00T-APPROVED MIX DESIGN FOR A CLASS N CONCRETE FOR AN EXTREMELY AGGRESSNE (AMINE) ENVIRONMENT. PROVIDE SUFFICIENT AMOUNT OF RY ASH, MICROFLICA 0R SLAG TO THE CEMENT CONTENT TO INCREASE IMPERMEABILITY OF CONCRETE W/C RATIO SHALL BE LESS TRIM 0.40. 9. CURE PACED CONCRETE IN ACCORDANCE WITH FOOT SPECIFICATION 400-16.1. 10. PROVIDE ADHESNE BONDED DOWELS IN ACCORDANCE WITH FOOT SECTION 416. CONCRETE REPAIR NOTES: 1. REPAIR CONCRETE CAPS AS NEEDED. 2. CONTRACTOR TO NOTIFY ENGINEER OF ADDITIONAL DAMAGE/REPAIR AREAS. 3. REMOVE ALL UN50UND CONCRETE AROUND DEMOLITION AREA BY CHIPPING WITH PICKS OR UGHIWEIOHT PNEUMATIC IMPACT T00L5 TO EXPOSE SOUND CONCRETE FREE OF LOOSE AND UNSOUND M9TERWS. CARE SHALL BE TAROT TO AVOID DAMAGE TO 50UN0 CONCRETE BEYOND THE UM1T5 OF THE DEMOLMON AND TO AVOID DISL00GING OR DAMAGING EXPOSED, EXISTING REINFORCING STEEL 4. SAW CUT EDGES OF REPAIR AREA TO A DEPTH OF AT LEAST 3/8' TO PROVIDE SQUARE EDGE 5. CLEAR ALL EXPOSED SURFACES, INCLUDING THE EXPOSED SURFACES OF THE REINFORCEMENT BY ABRASNE BLASTING. SURFACES 5HN1 BE FREE OF ANY BOND INHIBITING OR OTHER DELETERIOUS HATERWIS. 6. APPLY 1HDR0C HB2 REPAIR MORTAR, TWO -COMPONENT, POLYMER -MODIFIED, SHRINKAGE -COMPENSATED HIGH BUILD REPAIR MORTAR IN ACCORDANCE WITH MANUFACTURER ...co... 7. CURE REPAIR MATERIAL TO KEEP M015T FOR 7 DAYS IN ACCORDANCE WITH MANUFACTURER INSTRUCTIONS. PRESTRESSED CONCRETE PILING: I. PROVIDE AND INSTALL CONCRETE RUNG IN ACCORDANCE WAIN FOOT SPECIFICATION 455. 2 ALES SHALL BE MANUFACTURED N ACCORDANCE WITH F00T SPECIFICATIONS. 3. CONCRETE SHALL BE FOOT CLASS N (SPECIAL) FOR AN EXTREMELY A,GRESSNE (MARINE) ENVIRONMENT. PROVIDE SUFFICIENT RY ASH, MICROSIUCA OR SLAG TO THE CEMENT CONTENT TO INCREASE IMPERMEABILITY OF CONCRETE 4. CONCRETE SHALL HAVE A MINIMUM OF 75Z SPECIFIED COMPRESSIVE STRENGTH PRIOR TO DRIVING. 5. AU. PEES SHMI BE DRND1 TO THE MINIMUM 1P ELEVATIONS INDICATED AND TO ACHIEVE ME BEARING CAPICRIES NOMAIED. CONR1CIOR SAW. BE PREPARED TO PRE -PUNCH 0R PRE -DRILL HOLES AS NECESSARY TO INSTALL PILING INTO LIMESTONE. 6. 7. CONTRACTOR TO INSTALL INDICATOR PILES AND CONDUCT TEST PILES AT LOCATIONS IN0IGAT0 IN THE S-SHEETS. PIE DRIVING, INCLUDING TEST PILES, SHALL BE INSPECTED BY AN INDEPENDENT CEOTECHNICAL ENGINEER HIRED BY THE CONRTACTOR, 8. CONTRACTOR SHALL NETNN SPECIALTY ENGINEER TO MONITOR VIBRATIONS AND SETTLEMENT DURING PILE DRRNG W ACCORDANCE WON F00T SPECIFICATION 455-1.1. HARDWARE NOTES: I. ALL BOLTS AND HAROWAJE SHALL BE 316 STAINLESS FOR MARINE APPLICATIONS UNLESS OTHERWISE N01ED. 2. ALL ALUMINUM LADDERS SHALL BE INIFANADONN. DOCK PRODUCTS OR EDUNAENT. 6 SIU . 3. ALUMINUM WELDS SAW. MIRE FILLER TYPE 5356. 4. ALUMINUM ANGLE SHALL BE 6061-T6 ALLOY 5. ALL CLEATS FULL BE WADE INTERNATIONAL 0R SCHOELLHORN-ALBRECNT, SIZE 12 THROUGH 16 INCH. SEE STRUCTURAL PINTS FOR RESPECINE LOCATIONS AND OW9RTOES. 6. ALUMINUM RAMP SfU11 BE 6063-T6 ALLOY OR APPROVED ALT. RAMP SURFACE 5141E BE RASED TLAMDO' PATTERN. CRATING MATERIALS: I. FIBERGLASS DECKING MATERIAL AS INDICATED IN THE DECKING FLANS SHALL BE DURAD L T-5000 (2') AS MANUFACTURED BY STRONGWELL 0R APPROVED EQUAL UTILITIES REFER TO P.UMBMG MD ELECTRICAL SHEETS. SHOP DRAWINGS: PROVIDE SHOP DRAWINGS AND/OR CATALOG CUTS FOR THE FOLLOWING REAIS FOR RENEW AND APPROVAL BY THE ENGINEER PRIOR TO CONSTRUCTI0N: A DEM0U110N METHODS AND DISP05AL PLAN B. CONCRETE MIX DESIGN FOR CAST -IN -PLACE CONCRETE C. CURING COMPOUND D. REINFORCING STEEL E PILE DRRNG MEANS AND METHODS INCLUDING PILE HAMMER DATA F. FORMWORK G. SCHEDULE FOR COMPLETION OF WORK WITH TASKS AND DURATIONS DEWED H. TIMBER PRANG L UTILLTY PEDESTAL INFORMATION J. EPDXY ANCHORING SYSTEM FOR BOLTS K. CLEATS L NEOPRENE BEARING PM M. FIBERGLASS GRATING N. PEDESTRIAN PROTECTION PUN ABBREVIATIONS APPROX APPROXIMATE MIN._ MINIMUM AL ALUMINUM MHW MEAL HIGH WATER B BOTTOM MHMW .MEAN HONER HIGH WATER DUT. MLW GEM LOW WAITER BM BRG C.Y. CL/E C.O. CONC CONT. Dll/6 EW N0. NORTH 0 C. ON CENTER OA OVERALL PE. PROFESSIONAL ENGINEER i PROPERTY UNE PSI_ POUNDS PER SQUARE FOOT PS POUNDS PER SOWRE INCH SL SIDPE SO G. SUB ON GARDE UCN WAY 55 STAINLESS STEEL G °°Po 51L STEEL EE EACH END STA 5STEEL ON ELEV. ELEVATION 1E THIOKENEDEDGE El. EACH FACE T TOP SKTION EJ. - EXPAN510N ,gglE W51. K ANC 16PN-yam '... TYPICAL ! 4 UNO�-SL8,UNIESS OTHEEWISE NOTED CALM Ap---CALVARIZED M /'A 'TRIO-0E11111 WAIF" 41\ ED WIRE FA9RIC WX. / M4XIMOM . 6'\ HUMBER '8 ININCATES M/ Dr:: BUILT BENT BEARING CUBIC YARD CENTER UNE CLEAN OUT CONCRETE CONTINUOUS DIAMETER DETAIL `� SIEE 1 I MO WNAVoETAII ., 0R SECTION 5 DRAWN _JI eel/ ALL YMR INDICATED PERTAIN TO TILL SIZE DRAWINGS (22434') DATUM DIAGRAM MOSSO 0 MLW REP 11004 SA U 1713165 TS 2 3 4 j 6 7 A MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS CC,1v_TA_ SVSTUNIS COASTAL SYS1FM5 INTERNATIONAL INC a 6aau D,. rN Nato Coal.9 (Iloilo 33146 415 lal 3OS-661-IBA m 50-A61-1014 emiCoastaiSystarrolotcom SIMM al I mmo TB 1rol Caa4V1. .02 90a,K. Cm1 Enynaanny and Mnoymnant pawn .Lr rs r == 06/0)/16 RFR/46OR eq. -_ 12/18/1T PEWIT AY No UHANII Nf. (JAL ni1.1 220100.01 AWINIO GENERAL NOTES G-2 -----.4.-1 .....„._ ,..,,„,, - .,." •-•:......3 .. n ,,........ • v.:m..7 '--. .... ,•• ".....• S u.i••• • ow on • .............. . .......••• r Wilt. 0 1100.00. ,., ...• ... 0.0.111...... ,1. 1 I.,,..1 ..... 0.0 r,..i . ``.0 .• • . , .., .„ .„ rIlp: .. ..............1..ru. N. . .......- - 0 "' 0'..o oin Town sun .. ".'... ..... ay w• 1.1. 011100 0 nnowir ru11,1 0 0•01.‘,1 _.._.. „..,„..„,.„ • ........ = . an 44 ano. tn. am. nat.. 1 ...... 1411,111',11.1S " " • _ OF BOUNDARY SURVEY rig': PE . ' call!! 141114- ‘ M Ilk - 4-`----r="-='-'''':.. E..,1 -; ACF,s,k- ,,,,,_,-... ,,,,, -..7.7.:,rz.:.:...7-771.• ,, -----e-:°7.!''.1'..=5.1... (Submerged Lands) " i ' '`del."7"---.=1 ' --' ' • ' '-' '-""' ';117;;;4:,a",-;.7.7.ri;... - - .-rh IN 3Calgil: .....,.,-...„ ... .....",.. 411..Z.I. , -. '- .. --------:!•,2,,,,,, A,,, ,,. ---- - 1 ---......................t.1..z. Ge ,.."".'. , . te,,.,,- , ----...., „Pip r • .. II MIAMI MARINA BASIN . .,... "----.....\....*.s., I (Submerged lands) : . , %., /I ......" A PONT ION OF .., :".t.. .. nd•Bli, SURVEY ali,• ta our 1;11: . o' I '"''''''.''.' •• SECTION 37-545-4IE ., , ' N. 1 iiirt..Z9'1.t.' 111. ' ... 1 • , .'-if.. • . SCALE;''''.10071".'0 SCALP ..... .k.. - REPEACEMENT motcr '; i ' - -2 AREA j : • 1..t. - . . • ..... ? - . illg 01.,... 111.E fl LIN 0017, .._ ''''.,,..;41.1.!!! :.7.1 : ::=":t.„.r -2. ""...' •••" • '"•.• :trOp I. nTlia":4:o uou ow 00 011 P15: t7 it47k::.!....01. .00.11. 000E10 10140A M.011 LU MA, V.2 191,, " "'""11.=1",L122-" , „„ -"-. --- ....• ".' i„,,,„ L„,, ,., „„,„..,,,, ,,, „, VI• 2.":77..,="^ "" 011.13 3.••1111.1.1 /0 A 0.1..10 ann., A 1111.1.4. 131 .I.,•• „Al au 1... , e,a,re. , row own, - .......- . 03105e. • •,l•ai4•et•, ,„r1,5.„.0a„1.0„„,„>„.., i00t.r„0„ut„i„. „.; „11y.0r„o /,•,0.„a 10,w.,.,,,, „no„10,n„,,, 1,„41„, 7 •-• 'it'igt/t1..."" i• : t . r •geli _ • : ig ' 2_ Al...".. .roft7A1. • • ,.,,,,. IA 00,15,1' • A 11.00. .11, o or o r, I o 101 a wow,. ••••r,,o i ...„„Ao n .0s.•. •..4l.„:.w• 4o%r .r:."0„ •. • •• • , • • •• .. • „ rii; • , i+.2 • • • .. ... . • .. .. • ,. NI • • .. . • • . o. •• ...*:• • . •• ''.. .• • ' • ...•.„. ....„, e - 4,,,at i., nrt •1•0 ••/ •.....-.,...- V ;47._, ,.. ',..,:er.., _, • 1.1 0100.01 11.1 A 1..1. .10a 5 .,..1.1.•110 h 11.1A114.A. LS f, at to i su • tnlea, .A..., lo a • on... • ow a owou lo ow rur 10 A u run. o 1....1. .1mA 01../4 Atfakt CONA.4 1 iIn . a A 01.1•001.110..1..1.I4.01‘.‘41.0....N51.3, 510.0....01.4W•S••AW• .A1.0^,....."a.ll' A '1Nw.A. WwW4 • • . '....:,7••.....4',410,.7i• 4,..'n• • •• / 1 • • tt • •• " / / ' • . •• • . , . , . '45.1% / / .. • •••••,..• : PIA \ / / .04 •• .14 / •• i ,,.... .„ /I . .• •".• I /. / ' • / • / • , . . .. .• /.. ...., / . .. . • • .-,..„: /,7 / / -• . ,-. , 0• l• •• l • .7' 1 •• ' / i'.t.' / ......„ n.'''', / / / .. 0 .. • // // 0 •• ‘'(•‘ -..., '..,0 • . • •• 0. •.. . ...-4-!,-- • .. '• 243 // // •t• .. 11'''' 4.. `z- • ..... • ' . • •• / / 1(C. • • : a , / 1 ... a/ tP . • . : • 4,S 4 • j. . /0 ir ;let ,.4. •• i • / . . , • 4'14. .,1 4 ..., • •-• • 2- 4% I , •./ :s" •=,, '..,,,,.. SI' i / . ;;V:n . •• / • .1.410. . 4 .tittt : ., .• , T., :VM-• / , ' '‘‘+ : N / )/ . \ \ _<.,4-....:•,•i., \ . • / / .., I ":-.7 / / vI / vgu-, \ 1 , / \ el II,.. \ ,.... / BISCAYNE BAY .1 / ':,.... • Z.7.cR lif V. / W4114,4141 ._14.1.11ES, / . •. '..” ''''' •'"•''.'"''' •L"'"•..'". '. "•." " •"'"••." '''..*•"*.• ..• rz.“-.1.1..-,1„1;1z...- / ,."..n21".,,,,,,.•,,....-...,s.,...;;":.-=',Inzr,‘,..I0.1'.. .... .1 1.1. U. 1•101•011, A/W 1.1*. :VII 1.1100011 OP I.111 II / t ,/Il./-.7i.rI ..•Jr..:T .-.44...A ''..W,.;:4„..1.,U.,.,It.,.....r.0. ,V..1...O.'.-i'..t4- "'"C"I"0N''I A/ l'•i.lJ, ,.•71=o.1n0.."0. 'V,..117'2.1'?1„.0:„.12I1. 4,7n1401.1."01.1:•20:n1,.1...'0..,.,t1..t." ,."-,"...'.,•-,.L"..'.t"1.,'....,..:...".-.'.". ". '.d/ ___;__'1.t 4- Ili ''',•:',44„-!....;:',... / / Cl. 4_ ft*: !I F ,:it", --- .F -... --jj'IY:111 FRdeman And Associates, Inc. LB *6785 ,02:7 Ne.• 0,-0'W-07."--,37.1 Erg nee, ccst S ,,,. 50,- : • , -,,,...4 C4 .7...:,,,ES,r• sa.)RESS ,73,t . ,IF FR:717. S,TE 2V: ,-,c 3_7' -' r ....tatSr.11 I79'-E"7 FO f.'n,51,,S-f7i • I) f 11 100.11 6 A10.1, MC 1.0.1. 01 „...ut..0 „....0„, an . IN. I In, ,J• ' ".2';-«;`•,',',7;.:,!;2,:::-t ='''.'' „ ,r,.....,.. :. ., 7::„.• " 7" ' "2. ,, v..:.-.-........,........... A 14.1.410 0 VG00 ,1.10..A.A. t• ...JD a tot, . no .41. 114-.• ...ma no. ....... ... . ... . '.'...... --- - - - ---- - .,...., 1.n.10.1t7,.....+.0111•„1.A/.•01.14.o„01I.T 4M1w0.001.„.014.11,0n.14.1IA,.. 1/A11.r+,..A0 ./10a0/10 N„2.01. A00'At"u.:0V,AL1/o•a 1.010..0411"O 1.o1„/w1.4M1. ."6iw1-n1.I"..“w.1N•,.1„.4'0M1„1wai1..11t1". .o.1no110.,w0A„0I1oI5.1•.".10w.,•e0Yn,„I• An1,A*„GA"nou A „u0+.1', . .111•••0 ay ....M.L. 0 O.,. 1.14.11.: tan •1. naa 4... a 114 PUOUI NV ...aft. A' 1.00., It... 114,1. n wale t 1. 11,51 1 OF ,d5.0 .111 10 10 1.11 1. r . 0 ..• .00,•••• ''.0, ° '.0' ,.•.° ' 1.10141. C.... 4 110.01111f 01. A .10.4 • • - - - - .''1.F 41,1r0 ,„0.1I .», • . . 1 / .. P1.01o0f1-1.,i 1 1W4N--N41W14.„ 1„.:1..n1,1oM„1,4, ,.s1',•,s0.Y,\. .. 1t' !'..a62=UtSO20A7VY.O.2t50.U.h2O4L" I,"/N. .180 ,1 , ,•,: .o„t...„„ „w. n0 11.01 ,,..„, ,„.., , ,„„„..,„, , ...t.t.'l..m..,l.t.. 1=,1W...A.2S.1‘ '-'wong."0=....nok 441441 i YAAK. .,, ,.„.. ,.., A ,......., . Av.......... 4- 1.t., A 00 ..01.1. xi AMU 0. 0 . 0. O. 14Aul 40 .1.1.1. 0 .111110 A 11.1. 4...1 ..00 .....„...., ,.. LIA. ....... " '''' " . • SURVEY SHOWN FOR INFORMATION PURPOSES ONLY. NOT TO SCALE. t.. • t......, vs. I l:46/0) . . . ? 4 . . '.1 2, . 1 .3. l44,....7.1444, T',..n'. 'V :.,.....* ..° . • 1.11. ' tm..g'.•,:-.L.',..?,..rz.T.,:".7„.tt:.,..?.,r,'.',....,....". ---. - - ii,......:15.1,,,,,,-.7.:.-...:Artrt.4-....,:,=,,r2.1... =4."..77...V. trl V. trg. - - -- -- - • • - - - -- _ • _ _ ______.___ ... _ . ____. EXIST. CL FENCE TO BE REMOVED, TYP. EXIST. MOORING PILES IN 1 DECREPIT CONDIDON TO BE REPLACED, TYP. 0 EXISTING UNDY PEDESTAL TO BE REMOVED. TYP. REMOVE AND STORE ALL CLEATS, TYP. EXIST. CONC. BEAMS, 4 PER BENT, TO BE DEMO., TIP. COST. LADDER TO BE REMOVED AND STORED AT OWNERS DIREC1TON, TYP. TIMBER MARGINAL. DOCKS TO BE DEMOLISHED _ Il '-29T-2' (3) IXsntic WD. FINGER PIERS TO DEMO. AND REPLACED BISCAYNE BAY • EXIST. MARGINAL 0001( a STING CONCRETE ST. CONC. BEAMS \ ROEMOI TO08E PILE CM BELOW -TO BE REMOVED, TYP. EXISTING BULKHEAD AND GIP (T0 REMAIN) EXISTING MUOUNE (VARIES) EXIST. CI. FENCE TO DE REMOVE, TYP. • oa1TING CONC. PlElt—� TO REMAN IN PLACE 9'-11 1/2' 2.6 TMBER DECKING TO BE REMOVED. TYP EXISTING 24'r24' CONCRETE PILE CAP TO BE REPAIRED, SEE GEN. NOTES, TAP. UNKNOWN TIP EIEVATI N EXIST. 0101 S TO BE REMOVED, TYP. PRECAST CONCRETE BEAM TO BE REMOVED, TYP. 3.5' ADM— ll. 0.0' NAVOBB —1.98' MLW DIMING 14' S0. CONCRETE PILE (TO REMAIN), TYP. DEMOLITION NOTES: 1. CONTRACTOR TO REMOVE 41 VENDOR KIOSKS AND ASSOCIATED EQUIPMENT AND STORE AT A SECURE LOCATKN (DESIGNATED BY OWNER). 2. CONTACTOR TO PROPERLY DISCONNECT All URIIOES PRIOR TO REMOVAL/DEMOUTON ONLY WITHIN DESIGNATED CONSTRUCTION AREAS. 3. CONTRACTOR TO COORDINATE DEMOU1NIN/CONSTRUC110N PHASING WDM OWNER PRIOR TO COMMENCEMENT. 4. CONTRACTOR SHALL PRO.TDE TEMPORARY FENCING AND STORAGE TO PREVENT ACCESS TO WORK AREA BY PEDESTRIANS. 5. OFM0U110N EFFORTS ARE NOT TO EXCEED THE UNITS DEPICTED IN THESE PUNS. 8. EXISTING STRUCTURES INFORMATION OBTAINED FROM UPUWD SURVEY DATA BY F.R. AIFAAM k IN0C,, SSUURVEYORS AND FIELD MEASUREMENTS OBTAINED BY COMM, SYMINS INIET5A1101M1, .. 7. TMiBER DELRINC AND COHCREIE DEAR PORT BEAMS ARE TO BE /EMOUSNED AND COMPLETELY REMOVED„, 24E INIIS OF DEM01E110N ICIER IN THESE PLANS. '\ REPAIR ALL CONCRETE CAPS WITH NON —SARI LOCAIRNS ID PRONRERFMIN� FOIE NEW 51 1 1 IIII 111T6 6l'I 13-045407-009-EE \p\ Southeast District 10 0 20 SCALE /W FEET AT REMOVED BEAM DEMUITION PLAN apSCALE 1'- 20' EKN$ AU. SCALES INDICATED PERTAIN TO FULL SITE DRAWINGS (22%341 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASTAL 9Y9'1'1 S COASTAL SYSTEMS R11ERN.A0ONAE, INC 161 3.1611. 11un ruq,wl C640 W61.b Il'4 31116 W 365 -001-1651 Tm 3M-661-1611 n.Cwna00.ca SW. 6r Ilan.4, ER EB 1,067 C6oNW, 4 44,1 nla, Cml Tnym.rvN and 143666.6.1 '0 03 2013 DEMOLITION PLAN 1 1 2 I 3 1 4 I 5 6 7 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS E — CS GL Ii; u� �' ' I it I. 141/``.`� _�`� _ ._ T— 7. 11 II I CI III 1 IIII OV \jCONC. � .. (7) HMO I li ., r flLl�r I T�7� r\ ill 11P /4�4 lull I I I I 1P/ r rr I � r� TtT1T. � rum-1 1r�T -�T�T 1 III 11II, �1 I L __._._. �� ._...__ _—..._I I III I III•'i1l III � O/ J2 •I I I: I I `` \ 20'-4' / 11 \ 22'-9� 20'-6' / / 24'-2' 26'-0' = == 25'-10' 25'-11' I� E ' ` `` B II ''''NA,'IL -IN-PLACE M1/ ` �, \1 I , 1 �� 0 NC. SLAB �a `�� �� I —..—... .-- �. * \ o U �\ NEW DOCK a D SCALE I' PLAN VIE®VV / -- ,...--- = NEW WOOD DOCK O 4-D NEW WORD DOCK I I SY.TLMY`\•\®_•COASTAL SYSIFMS PCI Caw GM... ta. TwdoI-EM-iYlt ....CasnlmwM,<an CwnE..a,m.xa,OIJ WIBLNA110NA1, INC Scum W. ICA, Hu.. TT1�n :s•Eei mssCONC. aam Es /Iw7 MI YwwPm.nl , •= _consAft �` I I ,,{{ �? PROPOSED l4'x1 PILE, TYP. ' IX1511NC BULKM AND CAP _ qr, PROP. BRICK PAYERS PROP. NEW PRECAST D GRAVING CONC. BEAM`< PROPo . 24'a24' r 4i �Ii '.0 �1 c.PROP.CONC.GPaal. EINISIVIEM 4.2' MHW 0' NAY➢.._nai[MinnP I `EXIST. PILE, TYP. 0—PROPOSED f�x14'' L� `ny 11 I -19R•.yly, ' bMwie &eee»ale1N. Flo. SECONDARY OUR. TYP. I O ALUM. CLEAT, TYP., SEE le) I CONC. PILE, TYP. S PROPOSED T4'xY4' NC. CAP N Y / <S� 0 Ij I� L—F7(IST. 14' S0. CONC. PILE PROP. 14' S0. CONC. PIIE, 1YP. bsrJ am. 1iv. .ErS .... rrr w. r.. Si$I Una \ • O o. EXISf. BUULHEAD CM, TYP. NEW PILE & CAP PLAN SCALE: 1-= 10' j. �'.i I W E; Ii; :'1,4,:.•'' ---^vim) . . .F ^N� eL� C i� •N Sri. 5 CI — - __- — - _ .. •.. a M. ne 17 1e/17 _ - ._._.._—. wit/min.. NW- PEW SET . RAATINCTYP. 0 SECTION SCALE 101'-5' A 1' A 4' 0 70'-0' OI — — L NEW PRECAST CONCRLTEe BFAM. TYP., sFE S-4'71 5•`i 1 / / I ALUM. LAOOER SEE® 5_ YA •. lu . �1 NEW BEAM, TYP. PILE -. CAP, M. .11/l9n"SYI� I IX. PRE'IYP. +TS: .'S�L'd'd'S1 . . S$iYud$S�iY� 1—NEVI PILE PILE CAP e: I 296'-3' !Y'RN{R.LLYY1.4oT1' I NEW P6E k I PRE CAP i'JTii6:t I I- I 11 .1.Ijy tLit nu. , 11 '.1 i' � 114.=000 I b• rDee ,., =� A�i�= •C, ` • • I•�. ACC 03 20i3 . ._ - -ter- Pcrmil Number AL 1 13-045407-009-EE g 1 C-) I CI I in CAI I ` I NEW "P' I IX. PILE CAP, TIP. I 1II I = 1011111ei1K1 District Y MiteW4�MIwJAM ,.., .e.Ali pmol:Rcwxvr. mwuw.areawa.•awaw+M' �mmmux mac I1y A DOCK REPLACEMENT PLAN I — — �2 Sao\N I " i '' 4--I 5 0 — I 10 "'•^..._85 Y 16'/ 0 PILE BENT DESIGNATION SCALE /N iECI NEW DOCK ELEVATION SCALE: 1' . 10' tl01E: S-2 ALL SCALES INDICATED PERTAIN TO FULL SIZE DRAWINGS (22'434) I 1 2 I 3 I 4 1 5 1 6 1 7 NEW FIBERGLASS NEW PRECAST CONCRETE GRATING, TYP. BEAM, l'SP„ SEE 11 11 • /814)01EAD CAP J./ L -[ 1111 rrni 1----1 25.-9. I 11 11 CAST -IN -PLACE SECONDNTY POUR, AUL CLEAT,Ei9 IV., SEE NEN WOOD DocK 24.-1* N NEW DOCK PLAN VIEW jp SCALE 1. . 10' — EXIST. CONC. DOCK NEW BENI, TV, Permit Number 13-045407-009-EE \ \ Smiths -as! District £(. PILE CAP, 1TP. r •to 08 0 —DL PILE ISP. A' NEW DOCK ELEVATION SCALE: I - 10' EXIST. CONC. DOCK' LENGEtCt 0 PILE BENT DESIGNADON 5 0 10 0CALE IN FLU MIL grxrLD INDICATED PERTNN TO FULL SIZE DRAWINGS (2.25341 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS CUASInl. COASTAL SYSTEMS INDERNAllONAI, INC 464 Su3i6 1.3nre tu, Hot. 33146 305-661-3655 la, JOS- 601-191d •.,31315,3lerrivli113.on, Slat. 41 W. kb 1/61117 EI,..111.411131. Enpnewiny and Ounadornan1 booutto • 00000lotoo, Ina. o. ne.. r.. lit9I _ • 00/03/18 12/107 REJAACELEJO REV. KIWI' SET 1.1.4 .W11 1:1 2.202,10,07 AMMO JO re / ..... „., •• 0 3 tom DOCK REPLACEMENT PLAN 11 S-3 88 a COSTING BULKHEAD AND C41. EXISTING mUDUNE (WitIES) 7T7 SS H SERA NEW ElBERGIASS GROW NEVI PRECAST CONC. BEAN ELEV 43.5. COSTING CONC. PILE CAP 40 20' 12208 V ELEV 0.0' 000508 -1.98' MLW DIMING 14" SO. CONC. PILE, TSP. (;) TYPICAL SECTION THRU DOCK V.;:../ SCALE 1,2' 3210 WD. CROSS BRACING TSP. PLASM CAP (Iro) "-Tr0 WO. / PLC CI193 ...„--3210 NU STRINGER. Or.) 3212 W0, JOIST, TYP. mm 11LELJID (7.) TYPICAL WOOD DOCK SECTION •zy sCAIL NAVD128 MLW 5 VARIES NEW PRECAST CONCRETE OCALA NEVI CAST -IN -PLACE CLOSURE POUR N'''..- EXISTING CONCRETE PILE CAP, DP. sr" CONCRETE REPAIR NOTES ON SHEET G-2 7 COSTING 14* IIII CONCRETE PILE, liP. UNKNOWN 11P ELEVATION ' • , PARTIAL DOCK ELEVATION EYSOING CONCRETE PILE BEUDIX ISTISTIC CONCRETE PILE CAP mow VARIES °SUNG CONC. CAP DOSING CONC. PILE 1.-0" A DECKING NOTCH VARIES T SlIEL FORM FINISH SIDES AND BOTTOM SECTION •AA" SECTION IVY 2/47 3/4' WAFER 0 PRECAST BEAM DETAILS PRECAST CONCRETE BEAM, SEE 0 DOCK•END CLOSURE POUR DETAIL 3/4' CHAMFER, TIP, SECONDARY CLOSURE POUR, TIP I" THICK NEOPRENE BEARING PAD, TYP. 0 DOCKEND CLOSURE POUR SECTION SECONDARY CLOSURE POOR, 1YP NEW CONC. BEAU DOSING CONC. CAP EXISITNG CONC. PILE — ®TYPICAL CLOSURE POUR DETAIL 0000 mum*, MOE 01 ¢777.04 IVY °AYR 1.0.01 BIVATION ® TYP/C.AL CLEAT DETAILS 0 , A Penni' Number 13-045407-009-EE NEOPRENE PAD T0,00lhpas5 DisITICI 0 INDICATED A V J. ----FICRTAIN TO FULL SIZE ---- DRAWINGS (22-A341 7 0 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS C0.09 I I. 31,07.17 7.13 COASTAL SYSTEMS IMIONAITONAI, 000 20010 bun 04.001 C0071 WON, 10040 111•0 Isl. 300-661- 3615 roc 305-601-11114 2141.41 Ip...Couaturayelen0A1 urn 112,44 1/007 C00,471, Dwowv0ntai. Croll 7,00001000 1707 001010010001 bbseuIto • mootatea Ina IA • _ • — • 071/09/10 01714/090111, . 12/12/17 Ma SET 00 =60.07 WAN rir .0 IP DOCK REPLACEMENT STRUCTURAL SECTIONS & DETAILS S-4 n 81 S O TDAPORATY PIL3� TURBIDITY CURTAIN- B00M \ TURBIDITY CURTAIN EL V 10' TAP. (0R AS REQUIRED) I/ lf/ zl rl ADDIDOMAL ANCHORS ▪ IF - - REQUIRED, 1YP. TURBIDITY CURTAIN NIS 5/18" V. CABLE sHLAm.I N PVC L1 SET OF +' CAL SEWS BETWEEN N ROTATION SEGMENT iD ALLOW FOR STOWAGE AND TO RETAIN FLOAT POSITION. PoLYEDMBNE FLOIADON TURBIDITY CONTROL AND MONITORING NOTE& 1. COMPACTOR SHALL SUBMIT TURBORY CONTROL P1AN FOR REVIEW AND APPROVAL PRIOR TO CONSTRUCTION N ACCORDANCE WITH REGULATORY PERMITS. 2. TURBIDITY SHNL BE MONITORED AS OUTLINED IN THE REGULATOR( PERMITS. 3. CONTRACTOR SHALL CONDUCT TURBIDITY MONITORING UDUZING APPROPRIATE TURBIOIIY METER WHICH TESTS IN ACCORDANCE WITH EPA METHOD 180 (0R EQUIVALENT). 4. TURBIDITY LEVEl5 IN WATER COLUMN SHALL BE MONITORED AND RECORDED AT LEAST EVERY 4 HOURS DURING DREDGING OPERATIONS: OR MORE FR000FNILY DEPENDING UPON THE FREQUENCY OF ANY POTENTIAL FOR WATER QUALITY VIOLATIONS AT THE CONSTRUCTION SITE. 5. SNAKES SHALL BE COLLECTED ONE FOOT ABOVE THE BOTTOM, AT MID -DEPTH, AND ONE FOOT BELOW THE WATER SURFACE AT MONITORING STAIKNS LOCATED AS FOLLOWS: A MINIMUM OF 100 FEET 0U151DE OF THE DREDGING FOOTPRINT, NEAR THE ENTLANCE TO THE BASIN, AND CLEARLY OUTSIDE THE INFLUENCE OF DREDGING ACIMIIES. THIS SAMPLE SHALL SE0vE AS THE NATURAL BACKGROUND SAMPLE AGAINST WHICH OTHER TURBIDITY READINGS WILL BE COIAPNRED. DIRECTLY ONSIDE THE TURBIDITY CURINNS SURROUNDING THE WORK SITE AND WITHIN THE DENSEST PORTION OF ANY 015181E TURBNNIY PLUME THIS SAMPLE SHALL SER4E AS THE COMPUAICE SAMPLE 6. IF THE COMPLIANCE SAMPLE MEASURES ABOVE THE BACKGROUND SAMPLE (MEASURED IN NEPHEIOMETRIC TURBIDITY UNITS (HAS)), ALL OPERATIONS THAT ARE CAUSING THE WATER OUNIIY VIOLATION WILL CEASE, AND THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (DEP), MWR-DADS DERM, AND U.S. ARMY CORPS OF ENGINEERS SMALL BE KIDDED OF THE VIOLATION (AS REQUIRED IN THE ENVIRONMENTAL PERMITS ISSUED FOR THE PROJECT). WORK THAT IS CAUSING DIE WATER QUALITY %01ATON WILL NOT COMMENCE UNTIL SUCH TIME AS THE WATER QUALITY READINGS RETURN TO 0 THUS ABOVE BACKGROUND, OR UPON THE APPROVAL OF THE AGENCIES. 7. CONTRACTOR SHALL COMPILE AND SUBMIT MONITORING REPORTS TO OWNER AND TO THE AGENCIES, AS REQUIRED IN THE ENVIRONMENTAL PERMITS. 8. UPLAND SILT FENCING SHALL BE INSTATED AND MNNINNED IN ACCORDANCE WITH SWPPP PLANS. MOUNTING PLATES CURTAIN �� 5/I6. CAV. CHAN BALLAST BOOM ELEVATION BOOM SECTION TURBIDITY CURTAIN DETAILS N.T.S. MouHONG PLATE TO BULKHEAD, 1YP GUSSET CONTOURED NIXON WHEELS BEARING BOLT SLOTTED SS PIPE CURTAIN CONNECTER PLATE �SS BOLTS & NUR SS BACKUP PLATE TOP VIEW CURTAIN 4 aTA� O* `h AR Perini! Number \ A 13-045407-009-EE 14' \ Southeast District y �\ 81vLB' 1 0 SCALE NEL ALL SCAU:S INDICATED PERTAIN TO FULL SIZE DRAWINGS (22'04) 7 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS 0AS1N. SYSTEMS WIBR8A1TONA, NC 04 1 . 13 P.1141.uo (owl 64Mw, 11044 33140 Io1, 3115-061.MSS Yw: 30-001-1014 ....000OWISntomvinCcoon Slato of iweu CO INV 644101. Nwow.nnnM. CM I,p.n.nn0 u,N uunu%monl M..1ALo i ...oW.l... M o. II/M1(I7 iPEW RT6VOi03 MTV. 17A1e/t7 220200.07 8ro N TURBIDITY CURTAIN DETAILS S-5 PROP. 4• I PVC PPE — W15R INTERCEPT FIRE UNE AND-, INSTALL 4x4' PVC TEE 90 IBM VP PA: 90 ODD 4'0 INC- 4 04' ITC TX, PROP. 4' DOMESTIC REDUCED PRESSURE ZONE \ 6ACKPLOW PREVENT00. CONNECT TO PROP. 4' W,N. PROP. 90 PVC BEND\ nST. kD.I.P. TER � uETER TEMP( FIAT JMZ PRI. I PVC III 202' I PC 1LE i' i I '11'.1 D.Y. rIO. .. .; J. ]ITC -.TIT PROP.2' ill' ,11, I1 WCC REDREDUCER II) : .4-PROP. TEMPORARY I '•.. ( PVC PPE AAL COSTING WW1 AND CAP I n 1� 1'1=11:111:11 (w) PROPOSED 21, CY (CLOSE DURING TEMPORARY CONSTRUCTION) CONNECT TO EXIST. 2' WATER 90 9DD 2•0 PW; ommumIIimuInumir 2 P.0 K 900 LJ PROP. BMCK PAVERS 1E)APORAR( WATER j UNE LOCATION t_EDIST. 14• SO. CONC. PIE L. -I SECTION A SCALE: 1- w 4' 4S 1900 tl1i"TC TOR MOWN CaNECIWN PROP. 14• SO. CONC. PIE, TYP. - x 17i 11/2' IM xNI. 1NI. 1 II PDX ELU/ORA& CONRECIO1 CQ TEMPORARY WATER PLAN PROP. /CRATING .NEW PRECAST CONC. BEAM PROP. CONC. CAP LRW E'tl F POR TERPOPARY 5/e MASS PROW. SEE OM 4 0X SEET P-2. Ire. / e 'I J Permit Number \` A 13-045407-009-EE Southeast Ilinlrirl SCALE IN FEET NEffL ALL SCALES INDICATED PERTAIN TO NU. SIZE DRAWNGS (12•a34") 2 4 0 B MIAMARINA-PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS �.Y T ISYM S COASTAL SYSTDAS NIFINAT10NAI, NC 464 Sew b.w WO, fwW GNI.., IlonJo 13146 M. Y05.661-.1656 w 5-661-1914 CuestuSAMAuMmun Slate W I9a.Lb /TWT towel, Lm.u..wn1N, OX9 L.yn...wy wN uwagxnaM bb�IIesultt�.awomoa.E«. w. ���yllaa� x6rwww www. ww.ABII WM: Ox/03140 RPNCD0171V_ 12/18/17 POW se TEMPORARY WATER PLAN UT-1 MAT( PRBP.liS 4'PT 4 PVC PPE — INTERCEPT FIRE UNE ANON INSTAL. 4X4' PVC TEE PP BEND 4Y PAC -A EO 6M To PVC— T IWC RE, PROP. s' DOMESTIC REDUCED PRESSURE ZONE BACN8AW PRE'.EMOR. CONNECT TO PROP. 4' W.M. PROP. BP, PVC BEND \ 'EWST. 1' G.I.P. EXIST. 1 T� WATER I 'I •. METE I • N e., w 1 I -I o -PROP. Y - 2 TEMPO (-'LINE MA PLAN, STILL 1 UT.3 02 10 2 i • m 2 PROP. I'PROP. ONO' lI� PVC PCP ER 11. !II'L!l ril FEND PAC PROP. L-190' TEMP�'.. PVC PIPE b!I O (') PROPOSED 2Y C (CLOSE DURING TEMPORARY CONSTRUCTOR) CONNECT TO EXIST. 2' WATER PP FOR 22 PAC BEND -...__ II`--_ PROP. BRICK PAVERS 442' PAC WE FON TEAROOM CONECICN t 1/2* PAC 0TER *0 PROPOSED WATER PLAN SCALE: P - 1n' PROP. /ORATING TEMPORMY WATER I IA,. UNE LOGTOI__ Hit 1--EXIST. I4 SO. CONC. PILE PROP. CONC. SLAB PROP. 14' SO. CONC. PILE, 1YP. SECTION A SCALE: I A. 4' ,NEW PRECAST CONC. BEAM PROP. CONC. CAP 92 jAHYI _ 001.NAV1_I _ -1.98' MTN LA -W 132• MC ICE TIROAMRT `C0)414CIID `3F OE4 OASSBONGOi, 91FE1 P-2, 0P. P1 2XY PAC TEE FOR TMPURMW 3'PYC00 BEM T PCf11111 N111111N•r' 13-045407-009-EE \P \A southosl 1listrirl V 0. J.. 5 0 10 SCALE IN FEET A ALL ALL SCALES INDICATED PERTNN TO NU. SITE DRAWINGS (22'441 7 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS s YsrRms COASTAL SYSTEMS NIFRNATIONAL, NC m SPUN Ova PTO." Coral Geri,IIUNYv 11114 n lel. 105C41.1e55 for Mtl-v01-1Y11 MIA 41 clam LP POW Cua,IW, Nmuown0W, CM 4gowv-Y ari Irloonornord ire .NAIMAI wP� YBRe km. itv Mud Wes. MOM Pa IiEO~ C PROPOSED WATER PLAN I UT-2 D /fDlia"' Fvf .6E112110 WY PEDESTAL ( :a) 1 PROFEMY cosecnoN 70 Nun. FECESOL L PROPOSED�NCl 10 4- PVC WED UNE NUT PEDESTAL 0/ T cotoicnoi m VIIIPA PEW& NEW DOCK PLAN VIEW SCAM 1 . Tit 34.1 T 0311ICETION TO 11610001001* (" 6T*4 Permit Nutather a 13-045407-009-EE , p \ Southeast District • • o 0106 1413PIXED 4'0 PVC SAM 0241111171011 10 WOES MEM LENGEITIO (7) PILE Bert DESOLATION 5 0 10 SCAtE IN FITT TOIL ALL uro Fs NOICATFD PERINN TO FULL SEE (22' 2 3 4 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS C.11,1_14 COASTAL STOWS INIERNATIONAL, INC Ealel 646s. Ho. .110 1.11: Nu HIS-061-11M Ing•Cwaull$0-10.1.1Lorn 5111. 01 heiitld ID 1,0111 1,0•101, (Pn•v.uncn101. 0,2 Evisenoy 220 bneulto 6 •••oolat•s: 610. A 61/113/18 DEALICESEIrt 10m6/17 Fuso 07 (1$ NI I 220210.07 NOD 00 PROPOSED WATER PLAN II , UT-3 A PROVIDE PLATE W/ INSCRIBED It I IEW6 INDICATING SOURCE clRCUIT BREAKER BRASS HOSE FAUCET! 3• HIGH DECORATIVE PYRAMID TOP SLOPE 1:2 TYPICAL DOUBLE SERVICE UTIUTY PEDESTAL FUSE 10 PROTECT LUMINARE N- CIRCUIT BREAKER RECEDE ACCESS COVER LIFT DOORS W/ LOCKS (TYP) FROVT VIEW (DOCK SIDE) SIDE VIEW TYPICAL UTIUTY PEDESTAL DETAIL �1 NOT TO SCALE PNOTOCEL 1/8• 5052 MARINE GRADE ALUMINUM COMBINATION IFI PNONE AND CAW OURETS. AU. MOUNIING PLATES FOR RECEPTACLES AND BREAKERS ARE No.316 STAINLESS STEEL 7-CONDUIT RBERGLASS UNITRUI AT 48' 0.0 SEE DETAIL 15 THIS SHEET 01Y PEDESTAL FLODB E HOSE FIBERGLASS 0R SS. PIPE BRACKET & HANGER ROD FOR 1'W WATER UNE Or. EACH PEDESTAL) 2,6 REMOVABLE IPE W000 DECKING PRECAST CONCRETE BEAM, 1YP. 1/2' STAINLESS SIEEL HANGERS 0R RBERGUSS APPROVED EQUAL (SEE NOTE) W/ 2-3/8' BOLTS AND NUTS EPDXIED 4' INTO BEAM FIBERGLASS UNISIRUI AT 48'0.C. TOP OF UNISTRUT TO BE 3' BELOW BOTTOM OF CONCRETE BEAILS SHOP DRAWING REQUIRED-N0 SUBSTITUTIONS ON SPACING DIOni CONTRACTOR TO SUBMIT SHOP DRAWINGS ILLUSTRATING CONNECTION DETAIL OF UNISIRUT TO BEAM. PEDESTAL INSTALLATION - UTILITY CHASE DETAIL NOT TO SCALE HOT TO SCALE O Permit Nmn her 13-045407-009-EE 1 t p SDulhcnst I)i5lrirl o \, _,f 1L 5 0 10 SOILS IN FELT 0 b 7 ALL AL cru FS INDICATED PERTAM 70 FULL 52E DRAWINGS (22'011 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS NVRrenIR COASTAL SYSTEMS INTERNATIONAL. INC 101 Small INN, BpMq Gaol WAN, 411-1 11116 IN. Y-ERI-I1SS fe•. 10-1.I-IRII •e caNNISnMmMn can SIN* el IImW lB PIWI LooNal, . 04 ,-eel. CM [mem, p 0M Mueayanienl LBOWto 11 o1Wolaton, Yw. ram. zu . n.I..... I ) o~oo GO/U7/10 R61AmMf Rd. 12/15/17 PERMIT SET UTILITIES DETAILS UT-4 €— t 1 a A 0 R LOCATION MAP COMMISSION Mayor Frands Surarez Commissioner Dist 1 Wifredo Gort Commissioner Dist 2 Ken Russell Commissioner Dist. 3 Joe Carollo 4 e MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA Commissioner Dist 4 Manolo Reyes Commissioner dist 5 Keon Hardemon City Attomey Victoria Mendez City Clerk Todd B. Hannon Daniel Rotenberg - Director s.W1 _:y s.W 2 ST. S.W J ST. VICINITY MAP LOCATION SITE PLAN CM MOM= CALL 48 HOURS BEFORE DIGGING CALL TOIL PRES 1-800-432-4770 .0E4 MD DNT GU 01114.506 K DIEDDOCAL DODDER COASTAL SYSTEMS INTERNATIONAL G 000seofQo emeocOmt®a, Owo. c®wam8bs ®wg088m40a Mechenlcei/Electrical Rag. 4 CA0000722 Rene 1. Basun , P.E. t40889 14160 Palmetto Frontage Road Sella 22 (306) 808-3988 Mlend Lakes, Florida 33018 Fax (306) 898-3089 1 7 gains D SEP 242818 RA1uRAt xEsaunErs Rrvlslon Sheet List Table Shot !Antler Sheet TIUe G-1 COVER G-2 GENEIUL NOTES SURVEY 0-3 11/RWA SUP COUNT 5-1 DENOIRgN PLAN 5-2 DOCK REPACEMENT PLAN I 5-3 DOCK REPLACEMENT PUN 11 5-4 DOCK REPLACEMENT SIRUCIWVI SECIIONS At DETAILS 5-S TURBIDITY CURTAIN 8 ADM DETAILS UT-1 IEIAPORPRY WAER PLAN Ur-2 PROPOSED URLIRES PLAN UT-3 PROPOSED MIRES PUN ctr.o,• n F rn4A • NATURAL RESOURCES 0ML0N PRELIMINARY APPROVAL NAME1V 4/' DATE f//r,*t NM AU. ScAl PS INDICATED PERTAIN TO FULL SITE DRAWINGS (22'7341 D 4 6 1 7 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMfT PLANS STSTEMY COASTAL SYSTEMS INTE1N4100NN, INC IRA Tuula Oaa 11.4..5 Cad.6 fluau 11145 101 Ia:.1Ya-eat• xee 556 00e•6e1-1e14 •n.[wnrtnla slot. a Iblb to /l0e7 DEED, (nnuunnlet CMI Enpnaeop ana Uameamanl Area A m%ai/i0 1T/le/11 15516 reviTJd1 ED—• I'FlOeI 9C1- 1•1,1,1.1 NO. 2202018/ Wluu IIAYOm ` 'I,A+m UEr. eV ',.LCnl 1.Y COVER C-1 -:-..- MAP OF BOUNDARY SURVEY NIMIIIPMI• -- -----,-, • -,.....-. \ MilEir5, ., • . - . " • '..• • ''''....• ..'I Leel .....,.. • ......1 ......, .,.... . Y.. 000 00•011 „ ..... ,... ..;, A 4..... ow.... • ". • .., " "••••"' •••• ."' •• .......... ,,,. ,,,,,,, .,,. 0 IV M.. „ 0, ••••••-• ..' • • ... r b•Jor.• 4 4: Fti.r.,, F,:i.,..7.F.2.=".:*.:.."...,%"....',,,,....,, .1 •• Iv • rit,TI ' (01d)..PORT80...ULEy,.....A...Rp _•ii.,,,.. • ...-":,1-:".7.:',::,..tv.!. MIA MARINA 7.,...7.r..:.,,:f.:4:::•:47'. ......... ,..- , ..nrsruo . Ific • ilrar! •••••••=7•."...- ".".:' I -, .,. . i l="*..1,,,_,., ,_..,......--,-•-•:•FS1P- ',FLF, ^ ..,,,,,,,•••11/ "/"..'4'41.:••• 4ZPR (Submerged Lands) '. -r,,,...:„-: --. NIA II arr. 01.1,0 'MINI lit • IT ...0. . ' .•!.A.c4At. CITY OF MIAMI, FLORIDA --• . ....., __________,:::::,,,,,. 4., ,,,e.R.toce ma" 1 6 - L. • ,r,,' • - .,.. imillinlyirer I I I 2s,2" i i' \ tr............--•••••••••• SCALE • .....t.'..,_ „..,,,,7,-...... 9 i • MIAMI MARINA BASIN (Submerged lands) SECAT/P0r317.N547-47E - ..... oc,(:.• s5: REPLACEMENT PROJECT ttg g 9 AREA -14••••- 1 •• . - - - rith • ..01 A ••..,...„ ..• . • , ' • • • ' .. . • • •••• 1111111111111111 IDNOWINIII A iicarm11.11111151111111111 ,,,,,,,,?,.U.RVEY _ ...... VECINITY IMP SCALE, NOT TO SCALE ' . 1 . . 0.0.20.1114, "4,,,q t.... A.,, ''''' tle r`f.,1 " il W. . Z.?• .t• ..... ....• • ., :•• , armafp• ••mal'A' a - `..T. *:;1=1 11...lf •,...., . • - - _., ._ "*". • . • . . • .: • 4' • .. ' . ... • • . w4 • . it. , . • .. • O. .. . • I • . "” " / • . .. • •• • *:...1r. , , . , . .. •••• •• ' , • • ......1. in. / ,/ -...--,,.„,;,..,.. ..... . •• •••• 4 • , , ''''.. ,...,::::./. . • . ,..• • f ,, , ... ..• .. .. i •• ''''' .. • . .. . .... •• ' i . . • .. .. . ... ' Z 1 i ''. `. ' • !. • ' :' ., ., . rt" 6A't ?.i..'1' g.....ot .“. • 4,,,c, ,:i,•,. 'i.,:ii.:- gl'k •-•^•"r ,,,,,, C,..1.,... ,,,,... l'1:' ;din 1, ::;... ;.::::,e.'4.4,:2,,,,,„. k• ...P..... .. .„ ,tr4.:14.\''' .ir 7;4"4:Itot.::::':'.1t...1 •••., 1...? ...4 ,.:, ..... “,.. ,.... .. , nu .1 .6' r vv.. 1...r..r. .... - ..... „„,„, ,,, , , ,, ,,,,, AA.. ..A.„, . ,,,, ... a. t• wa• .1 • ,,.,1••at t....• .1.1.1 ot. t. to •••,, At. b •”14. • o,. • ... .44 *I V loot ..r 4.... Ir reft•n• or i'l•ZIE"..4 ' • . . ."' ... • • ... , •• • • . • I:: • ...- •,.. 13 il r -"''''' i ' ...-i,:. .... .. •• • : • . , s tr.;;Ar • .. . •• a..rxr . ',... • • ' , .•,e ''',,,•• ti.`,4 • . ••,,, .., '" ..'" : -hi ',OEM . '41. ''''Ce. ' Apf • 4Z4/ • • El' te ..r t. ...1 lu . 4 1..0.0+4 x P,. • n ....... a ....., I. . , „ , . ,.....".... ,„ .„.„ ......,„.....,„ ..„ It, 1491Act 4, ON, .4 I...• .1. 4,1 ,AA . „.......„ A. NO... 00 MO :2 ArA I I. • ...I or rot., r A P., 1.,.1..1 .•' • .... '..“...2 '• '..'•• ...• • .'...... •11 14 ,.. q.t. 1... • .... '''. .. ' .." .. ...“ ...... ' . • .'.........••" • .....“ "'‘'.‘ .41 • 4:16,,ts ..4 "... • ..."` • . •• .--. • , , t ' i• •• , ,4,, / ',..„..„, L / ...."..... / r , z ..., • ,g,',` , N.., ' ' •• .. • 4. ,t , ; -...., e ,-.. -„, --; .... ' • s ' • a • •lii • 0 ...*: ' $" ••• , A, '-' , &V • 4!'" , A ••• „N.- .:‘0,4',' s 1$ c,, • A . ,•L' , , 4'..:' • S ,L1.4 4. i . • . ..,.,•;' ... , / il s. • • .• •• ' • ^ ,' .-; „:•, / .8 . ., 22 t6t ,P, / 3.: • • . / ,./,F.I ''''''''`,-,'IA*V- /\ 411. ,. ., ,i.' '',, / c: • a.I P / gine . i .1.:.. Li 1,1 • .14 • 71 •''' 18 j--ligt7:31 • i . , BISCAYNE BAY .. ' ••7', 4,,,,,v , . ' .••• ,,,,,,.- "' ' ' ' ' • •' ' .'''' ' ''•' ' • ' • ' ' ' ' •••• '' '" '''' "'"•''' '''1'41.:.,..,e1:'..';'• .r:7'.;:la.-4.'.77.1:1.%.7'. :';';!„';'''.!.41 tr,-4 r:!,r'",:,'.. Li';'... . .. r. '11\11.'"t1+ \* : . . . ' ' ' L . • . .. . ' ' " . ' , ': ',. : . r'..:4'W...... ',......::,11:. ', : ''. •." ''''' '" ' ''''' ' ••' . '"4717' • ! , .' . ‘, .:".' . ',, . , ' ' . . . , „.1'1V.rio .g'Ulo'.•;:i.71:1%."..•""•.' ''''''. ' , ' , L (Nt4.9 / F.R. Aleman And Associates, Inc. LB #6785 - - ,24:1 - .., . .r. r, ..-•. .....“.. ,..... ,- ••1.01:01,•04 • ..,,o,4,, 4, „..,,,,s. .„.I u. I AT ..• .1.4.•,1 L... •„..i, . . .N., nro1,...•• to .4,44, ... 1.LO W.% .4.• Al ••44, 1•1(.1.41 • .100. ...v.41. . ,. ,K.,...., .., . „,„,,...,„ ... •"...."••• . .... .4. fill4,1„1 11.I A 0.1, ..o, Nu ,...., .••••••L ...... • ••,... . . ,......0 0.0,011...„ luau, tio.ieleu. w .1,11,6 e f.de 1.0,44 .41 W. W 4.1 Kt.. .i., .HL,o. $ 4,...r. • " . c.4 ,,,,, ,,,,,, ,, „, .., ,, ,.. , ,,, ,„, .../ lef, li WWII, IN A 144. , 4'4 ' , . o ,, . , r, . 4 4,11, . 5. Po ,B•lo li. or •Ix • H>1...i.l .0 26 V .1.i., IQ • .•.".' '. • '''.. ''''..‘ 2 "''.••• ‘ "'• • . ... ""'.-". • •.... "...“ : r. / et , ...-. ... ....1 .M.2. . 0t., 00.• 0,, .400 • I00 5.000. I 'A ....L. 4.,...,, , IS •' '"". • '...'. .... • .....k•• , '.' • • 4''''''. ' '..• • ''.'"" ' •"' "" ' '. . it.44 I . Pt , . . ..... . , .. „ 4. 40 . ... • A.... t 00101 A ..0100.1 IA !•015 kill eu A '''.. "."' " .."' ' " ..'" . L"."' ' SURVEY SHOWN FOR INFORMATION PURPOSES ONLY. NOT TO SCALE ... , , .. ., .. , .. . .. ee ...Ai • ee . ' - - . . - - ii Z-a 3C A 6 02 N g GENERAL NOTES: 1. 2 THE WORK CONSISTS OF FURNISHING ALL CONSTRUCTION, LABOR, EQUIPMENT AND WATERY/5 AND PERFORMING ALL OPERATIONS IN CONNECTION WRH MARINA CONSTRUCTION AS SHOWN ON THESE DRAWINGS. 2 THE CONTRACTOR SHALL ABIDE BY AU. N01E5 AND CONDEMNS INDICATED ON THE CONSTRUCTION PUNS AND PERMITS. IF THE CONTRACTOR V10U1E5 ANY C0NOf110N OF THE PERMIT AND WORK 6 STOPPED BY THE STATE OR OTHER PUBLIC ENMY, 1REN ANY ADDRMWL COSTS INCURRED BY THE CONTRACTOR SHALL BE PAID BY THE CONTRACTOR AND NOT TO THE OYMER. 3. THE CONTRACTOR 6 RESPONSIBLE FOR OBTAINING ALL LOCK PERIODS NECESSARY FOR AXES WORK. A PRE -CONSTRUCTION MEETING WILL BE HEIR ON -SITE TO VERIFY DETAILS AND METHODS OF CONSTRUCTION. 4. ALL ELEVATIONS ORE W FEE- AND ME REFERRED 10 THE NORTH AMERIC N VERTICAL MAIM (NAM OF 1929. 5. CONTRACTOR 6 RESPONSIBLE I FOR LOCATING MI UNDERGROUND MIMES PRIOR TO CONSTRUCTION. 6. CO ER/CTOR 6 RESPONS&F FOR COORDINATING 'W1TH OTHER UPLAND CONTRACTORS ON 511E 7. COHIPICIOR SHALL ADHERE TO THE CONSTRUCTION OIIOUNES IN FLORIDA FOR MINOR PRIG -SUPPORTED STRUCTURES CONSTRUCTED OVER SUBIIERG( AQUATIC VEGETATION (SRO. MARSH OR MANGROVE HABITAT U.S. ARMY CORPS OF ENCNI AS/NATIONAL INRINE FISHERIES SFIVICE AUGUST 2001, THE WAS SEA TURTLE AND SEAL 1001H SAWFISH CONSTRUCTION GUIDELINES, THE MANATEE PROTECTION PUN FROM IW41-OWE COUNTY, DER4 AND FM.FOR THE M WATER WORK AND NM1S JOH5N0N'S SFA041155 DOG( CONSTRUCTION GUIO'1INES. ENGINEER 6 RESPONSIBLE FOR °INNING ENWRONMENTK PERMITS FOR PE PROJECT. A COPY WILL BE PROVIDED 10 THE CONTRACTOR, AND THE CONTRACTOR SHALT ABIDE BY AL REGULATIONS AND PERMS C0NOT0N5. 9. ANY DISCREPANCDS IN THE PLANS WITH F ETD CONDTIONS SHALL BE BROUGHT TO THE IMMEDIATE ATTENTION OF THE ENGINEER. CONSTRUCTION SHALL NOT CONTINUE UNTIL THE ENGINEER HAS ADDRESSED ME DiSCRFPNCIES 10. FOR LEGEND SYMBOLS REFER TO INDMDUM. PUN SHEETS. 11. MNMALHNA 6 AN OPERATING I1APo1LA AM CONDUCTOR SHALL C000IINIE ODNSTRU070N OPERATIONS WITH WRIIN MANAGEMENT. CONTRACTOR SHALL PROTECT CONSTRUCTION AREA WITH 1F11P0RY FENCING AND SKi1ACE AND PREVENT PEDESTRIAN ACCESS. DESIGN LOADS: 1. DOCKS ARE DESIGNED FOR 100 SURVEY NOTES: 1. UPLAND SURVEY DATA OBTAINED 2. BATIMA 1RIC DATA BY COASTAL DEMOUTION NOTES: PSF LIVE IUD. FROM FA ALDA N AND ASSOCIATES, INC. DATED: 07/14/17. SYSTEMS INIEARAIIONAL, INC. DATED JUNE 22, 2017. 1. CONTRACTOR SHALL VERIFY THE(EXTENTS, L0M7ON AND QUAOIRES OF EXISTING ELEMENTS 10 8E REMOVED. 2. ALL DEBRIS WTMIN THE UM1S OF ME PROJECT SHALL BE TRUCKED AND HAULED OFFSITE BY THE CONTRACTOR AND 06P05m OF AT AN APPROVED STE 3. CONTRACTOR SHALL NOT 0W4AG ANY STRUCTURE/ COMPONENTS BEYOND THE DEMOLITION REQUIROMENES OF THESE DRAWINGS. ANY DANCEI5IMLL BE REPAIRED AT THE CONTRACTOR'S EXPENSE LAYOUT AND TESTING: 1. ALL CONS190011DN STAKEOUT 5864E BE PERFORMED BY AND PAID FOR BY THE COMPACTOR UNDER THE SUPERVISION OF A FLORIDA REGISTERED SURVEYOR. 2. All TESTING AND INSPEETON FOR CONCRETE AND PILE DRMNG INTERNS AND PILE DRIVING SOUL. BE IN AOOR0A4CE WITH FOOT SPECIFICATIONS. ANO SMALL BE PERFORMED BY AN INDEPENDENT TESTING LABORATORY PRCMDED BY THE MINER. 3. CONTRACTOR SHALL PROVIDE THE ENGINEER WITH A SET OF AS -BUILT DRAWINGS IN SUFFICIENT DETAILS TO ILLUSTRATE THE HORIZONTAL AND VERTICAL COMP0NENES OF ABOVE AND BELOW GROUND STRUCTURES AND WALLS REUURE TO THE CONSTRUCTION BASELINE REINFORCING STEEL I. RONIDRCEXIEM SHALL CON TO THE FOLLOWING AS1N STANDARDS:, DEFORMED BARS - A815 60 WELDED DEFORMED BARS - A706 WAIF - A185 3 4 TIMBER NOTES: 5 1. ALL UMBER MM. BE PRESSURE TREATED. SOUTHERN YELLOW PINE UNLESS OTHERWISE NOTED. PILES SHALL BE ORVEI4 TO ACHIEVE A 10410 BEARING CAPACITY OF I0 KIPS WAIN THE FOLLOWING PENETRATION CRITERIA: SOFT 501L 15 FEET CAME ROCK: 5 FEET 2 TIMBER FILES SHALL HAVE THE FOLLOWING MINIMUM P4OPEROES. FB - 1,2CO PSI (EXTREME FIBER BENDING MEMBER) FT - 500 PS (TEN510N PARALLEL 10 GRAIN) EV - 90 PS (HORIZONTAL SHEAR) E - 1,500,000 PS (MODULUS OF ELASTICITY) 3. ALL TIM&R SHALL BE PRESSURE TREATED WITH CHROMATID COPPER AIRSEN4IE MCA) FOR WANE USE WITH MINIMUM WEIEIRTON. 4. TREATMENT MALL BE IN CONFORMANCE MAIM THE SIANOVMS OF AMA C2 AND C16. CUT 0R SAWED SURFACES W PRESERVATIVE TREATED MEMBERS SHALL RECEIVE IWO COOS O THE SAYE PRESERVATION USED IN ME ORIGINAL NEATMIHT. CONCRETE NOTES: 1. ALL CONCRETE Ll41ERW5 REINFORCEMENT AND CONSTRUCTION SHALL BE IN ACCOROANCE WITH FOOT SPECIFICATION 346, 400, AND 415 EXCEPT AS NOTED. 2. PROVIDE CHAMFERS ON ALL EXPOSED EDGES AND CORNERS DUPE A5 OTHERWISE NOTED. 3. CONSTRUCTION .MINIS WILL BE PERITTED ONLY AT THE UCAOINS INOICATED ON THE PLANS. ADDTIMNAL CONSTRUCTION JOINTS OR ALTO/ARM TO THOSE SHOWN WILL REQUIRE APPROVAL BY Tiff ENGINEER. 4. ALL DIMENSIONS PERTAINING TO LOCATION OF REINFORCING ARE TO CENTER UNE OF BARS EXCEPT WHERE THE CLEM DIMENSION 6 SHOWN TO FACE OF CONCRETE 5. NO GWRS 0R OTHER METAL SHALL PROTRUDE FROM SURFACE OF CO4CREIE 8. MINIMUM CONCRETE COVER SIW1. BE 3' TO OUTSIDE O BAN. 7. ALL CAST -IN -PACE CONCRETE TO BE A MINIMUM OF 5,500 PS COMPRESSNE STRENGTH AT 28 DAYS. 8. PROVIDE AN FOOT -APPROVED MIX DESIGN FOR A CUSS N CONCRETE FOR AN EX1 ELT AOORESSNE (MOINE) ENVIRONMENT. PROVIDE SUNIGENT MOUNT OF F1.Y ASH, MICR0510CAA 0R SLAG TO THE CEMENT CONTENT TO INCREASE IYPER4EABILIIY OF CONCRETE W/C RATIO SHALL BE LESS THAN 0.40. 9. CURE PLACED CONCRETE IN ACCORDANCE WITH FDO1 SPECRCATION 100-16.1. 10. PROW0E ADHESIVE BONDED DOWELS IN ACCORDANCE MATH FOOT SECTION 416. CONCRETE REPAIR NOTES: I. REPAIR CONCRETE CAPS AS NEEDED. 2. CONTRACTOR 10 NOTIFY ENGINEER 07 ADDMONAL DAMAGE/REPAIR AREAS. 3. REMOVE ALL UNSOUND CONCRETE AROUND DEMEKRON AREA BY CHIPPING WNH PICKS OR UGHTYIEIGM PNEU44TC IMPACT TOOLS TO EXPOSE SOUND CONCRETE FREE OF LOOSE AND UNSOUND IMER4ES. CARE SHALL BE TAKEN TO AVOID BALMIE TO SOUND CONCRETE BEYOND THE LBWS OF ME DEM0LT10N AND TO ATOM DISLODGING OR WAGING EXPOSED, EXISTING REINFORCING STEEL SAW CUT EDGES W REPAIR AREA TO A DEPTH OF AT LEAST 3/8' TO PRNDE SOUME EDGE 5. CLEW NJ. EXPOSED SURFACES, INCLUDING NE EXPOSED SURFACES OF THE REINFORCEMENT BY ABPASME BUSTING. SURFACES SHALL BE FREE Of ANY BOND MHIBMNG OR OVER DELETERIOUS INTERIMS. 6. APPLY MONO HB2 REPAIR MOR1M, TWO -COMPONENT. POLYMER-MOONTED, SHRINKAGE -COMPENSATED HIGH BUILD REPAIR MORTAR IN ACCORDANCE WAIN MANUFACTURER INSTRUCTIONS. CURE REPAIR MATERA,/ TO KEEP MOST FOR 7 DAYS IN ACCORDANCE WRH MANUFACTURER INSTRUCTIONS PRESTRESSED CONCRETE PIUNC: 1. PRESIDE AM INSTALL CONCRETE DUNG M AMOROWCE RM FOOT 5PEC01CA10N 455. 2 FILES SHALL BE MANUFACTURED IN ACCORDANCE WTIH F00T SPECIFICATIONS CONCFOI SHALL BE FOOT CLASS N (SPECIAL) FOR AN EXTREMELY AGGRESSIVE (MARINE) ENVIRONMENT PRNDE SUFFICIENT FLY ASH, 41CR0511G. 0R SLAG TO THE CEMENT CONTENT TO INCREASE IMPERN04801IY OF CONCRETE. CONCRETE SHALL HAVE A MEAN OF 752 SPECIFIED COMPRESSNE STRENGTH PRIOR TD 1MMHG. ALL PILES SHALE BE IN NEN TO THE MNIMUM TIP E11VAT0N5 INDICATED ATM TO ACHIEVE ME BEARING CAPACRES 6OG1E0. CONTRACTOR SHALL BE PREPARED TO PRE -PUNCH 0R PRE -DRILL HOLES AS NECESSARY TO INSTALL RUNG 1V10 LIMESTONE G7. CUBIC YARD CL/Q COMER UNE C0 CLEAN OUT CONC. CONCRETE COLT. CONTINUOUS DAA/W DIAMETER EW EACH WAY EA F4CH EC EACH END ELEV. ELEVATION EF. EACH FACE EJ. ETPA SON JOINT EXIST. W ONG G4LV. GALVANIZED M MID -DEPTH COOL MAXIMUM SECTION DETAIL LABEL LETTER INDICATES SECTION NUMBER INDICATES DETAIL SHOP DRAWINGS: PROVIDE SHOP DRAWINGS AND/OR CATAL00 CUTS FOR THE FOLLOWING TENTS FOR REVIEW AND APPROVAL BY THE ENGINEER PRIOR 10 CONSTRICTION: A DEMOLITION MLIIKAA AND DISPOSAL PUN 8. CONCRETE MX DESIGN FOR CAST -IN -PLACE CONCRETE C. WRING COMPOUND D. REINFORCING STEAL 6 7 6. CONTRACTOR TO INSTALL INDICATOR PILES AND CONDUCT TEST FILES AT LOCATIONS INDICATED M THE 5-SHEETS. FILE ORMNG. INCLUDING ZEST FILES, 5HA11 BE INSPECTED BY AN INDEPENDENT GEOTECHNCAL ENGINEER HIRED BY THE CONTRACTOR B. CONTTVLI00 SOUL. RETAIN SPEC/IVY ENGINEER 10 MONITOR VIBRATIONS AND SE10FUENT WRING PILE ORMNG IN ACCORDANCE WITH FOOT SPECIFICATION 455-1.1. HARDWARE NOTES: I. ALL BOLTS AND WTDWARE SHELL DE 316 STAINLESS FOR MARINE APFIICAIKMS URIES$ ORIERYOSE NOTED. 2. MI AL0MUM L1DDf8S SHALL 8E INTERMTI0T4AL COCK PRODUCTS 0R MOMENT, B STEPS. 3. ALUMINUM WELDS SOUL MAZU FILLER TYPE 5356. 4. ALUMINUM ANGLE SHAD BE 6081-T6 ALLOY 5. ALL CLEATS SHALL BE MARITIME INSFONIONAL OR 5CH0EILHORN-NBREOHT, SIZE 12, THROUGH 16 INCH. SEE STRUCTURAL PLANS FOR ROPECITVE LOCATIONS AND NAMES. 6. ALUMINUM RUAP SHALL BE 6063-T6 ALLOY 0R IMROYO ALT. RAMP SURFACE SIW1 BE RAISED bMMOND' PATTERN. GRATING MATERIALS: I. FIBERGLASS DECIDING INTERN. AS INDICATED IN THE DEMING PLANS SHALL BE (2') AS MANUFACTURED BY STRONCNEL. 0R APPROVED EQUAL UTILNIES 5EP 2 4 MIA REFER TO PLUMBING AND ELECTRICAL SHEETS, NANXAl xE5au6cCA DIVISION 04,44111x414t m ACnuUIDRY u C.:CxUwIC 14.0ORGtX E PILE DRMNC MEANS AND METHODS INCLUDING PILE FLAMER DATA f. FORMWORK C. SCHEDULE FOR COMPLEITON OF WORK WAIN TASKS AND D4RA1ION5 DEFINED H. TIMBER PILING I. MANY PEDESTAL INFORMATION J. EPDXY ANCHORING SYSTEM FOR BOAS K. CLEATS L NEOPRENE BEARING PAD M. FIBERGLASS CRATING N. PEDESTRIAN PROM ABBREVIAI1ONS Bile N5WWCF]6M5XM I' 1RETRAINARYAPPROVAL NAME ,4(�4 OAT! 9/lv/YP APPROX. APPROXIMATE MIN. MINIMUM AL ALUMINUM MFIW MEW NCH WATER B BOTTOM LINO 96+44 HIGHER HIGH WATER OLT. BOLT WA NEAR LOW WATER BM BUM N0 NORTH IRO, BEARING 0 C. ON CENTER DA OVERALL P.E PROFESSIONAL ENGINEER PROPERTY UNE PSF.. POUNDS PER SQWff FOOT PSI POUNDS PER SQUARE INCH SL SLOPE 5.0.G SUB ON GRADE SS STAINLESS STEEL SIL STEEL STA. STATION TE TFBCKEN0 EDGE T TOP TAP. TYPICAL LINO. UNLESS OTHERYME NOTED WWI. WELDED WIRE FABRIC SHEET NUMBER WHERE DETAIL 0R SECTION 15 DRAWN DATUM DIAGRAM AMY c MINER REP _4All I100A STA D 1723166 Nis REEL ALL SCALES INDICATED PERTAIN TO FULL SIZE DMWNGS (22 4341 2 4 5 7 D MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COAb TAL tlrRTH X.e COASTAL SYSTEMS INTERNATIONAL INC 404 S4Wi Oct, 11N4.47 Taal WU.t. i1--V 33116 IOU .b-441-J451 fa.. 30 -W1-TEAT .. Caw2W.,sl-ai4Lw,n 2n4 al has. Lb Clam Coastal, Enr:Vonm OM Iapn.mrvN and M0.44WWawmnl i. CIO a • YI. 6... Ina a/41/16 ONAVIA 1l517/17 A06 RYS 8055 1NTf ARV. P4IOXT SLY . . I,AIE 14., MOWN 44E1.11C1 N1, Oa UM. ItKAWal br t IN.I.XIO M 220210.07 NMW6R ta 411,1111. W. Of (441114 GENERAL NOTES G-2 A F 2 3 5 6 7 FLOATING DOCK TO BE MAIMED. TYP. MIAMI -DADE COUNTY CODE (ORDINANCE NUMBER 89-104). RECREA110NAL BOAT DOCKING FACILITY. TOTN. N1 n0ANF WET SUPS: 156 TOTAL DRY SUPS: 0 TOTAL DRY STORAGE SPACES: 0 TOTAL ALLOWABLE COMMERCIAL VESSELS: 53 TOTAL ALLOWABLE RECREADONAL VESSELS: 103 10111. LVER/OT2 IV MPS: 149 NUMB67 OF LM.ABOARDS: 0 DAYS OF WEEK( W OPERATION: 7 �UVPP V1127 30 2e 29 , 3y Li u 11m / 25 N 24 \ / 23 22 { 20 18 17 16 15 14 13 12 11 6 5 4 3 2 KI 13 6-11 6-10 19 21 20 34 18 35 17 23 4 4 13 25 23 96 15 a4,yN AL',. 4 7 27 6 0 7 EXISTING SLIP MIX aDSCALE,1.. 60. 9 3 10 92 Tl 2 4 14 18 17 6-1 18 9 6-2 ICAO 19 SUP NUMBER F0 FLOATING DOCK VP VESSEL PLATFORM 6-8 6-5 6-7 J0 0 60 SCAKC /N tiff 1101F: AU. SCALES INDICATED PERTAIN TO FULL SIZE DRAWINGS (22.A34.) 2 1 3 4 6 7 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASTAL COASTAL SYSTEMS (N1EP0ATIONN, INC 461 Swlb 0J. ww.., Co1J 0.b1.., nor. 33141 IJ. 305-b91 - f0.. l05-61.19141Y11 ... 6/ 44.3, ID 94wn SI.M 11aA0 Ca 1.7 C90JM, Enw.nm.n1J, CYy EnyOw.nFp 01441J.giononl i. oaw.v"..« Loa 06/21%1! 06/63/01 42/m/17 t.4 1111 1,111 11, 1W11Am0R RY_ P0661 SET 2211280.07 M169 AP MARINA SUP COUNT G-3 2 1 7 4 a 7 00ST. CL FENCE TO BE REMOVED, TYP. (4) FLM11N0 DOCKS •0 TO BE REMOVE EXSNNO UItl1FY PEDESTAL 1a et REAMED, TYP. ♦ ALL PILE CAPS AND PILLS TO ROANN IN PLACE, TYP. ♦ REMOVE AND STORE All CLEATS, TIP. EXIST. CONC. BEAMS, 4 PER BOO, 1O BE DEMO., TYP. DST. MADDEN TO BE REMOVED AND STORED Al OWNERS DIRECTION, TIP. (25) EXIST. MOORING PILES DECREPIT CONDITION TO BE REPLACED IN EXISTING FOOTPRINT, TYP. TIMBER MARGINAL DOCKS 10 BE DEMOL15HE0 ♦ EXIST. MARGINAL DOCK DECKING TO BE REMOVED, DP. �yy • (3) DOSING WO. FINGER MEETS TO DEMO. AND RE -BUILT WITHIN THE EXIST. FOOTPRINT BISCAYNE BAY ST. CONC. BEAMS 0 BE REMOVED. TIP. EXISTING BULKHEAD AND GAP (T0 REMAIN) • EXIST. CL FENCE TO BE REMOVED, TIP. ♦ 0 • • EXISING CONC. P 70 REMAIN IN PLACE 9'-11 1/2' EXISTING MUOINE (VARIES) DIST. ATTUNES TO BE REMOVED, VP. PRECAST CONCRETE / / BEAN TO BE REMOVED, TYP. r P - ; .ono. r 216 TIMBER DECKING TO BE REMOVED, DP EXISTING 24.424' CONCRETE PILE CM TO BE REPAIRED, SEE GEN. NOTES, TYP. UNKNOWN TIP ELEVATION- (-3 DOCK SECTION SCALE: I EL 0.0' wee -LBW ALW COSTING 14' SO. CONCRETE PILE (T0 REMAIN), TIP. DEMOLITION NOTES: I. CONTRACTOR TO REIAOVE N- VENDOR KIOSKS AND ASSOCIATED EQUIPMENT AND STORE AT A SECURE LOCATION (DESIGNATED BE OWNER). 2. CONTRACTOR 10 PROPERLY DISCONNECT ALL U1130E5 PRIOR TO REMMN/DEMOUION ONLY WITHIN DESIGNATED CONSTRUCTION AREAS. 3. CONTRACTOR TO COORDINATE OEMOUIXIN/CONSTRUCTION PHASING WITH OWNER PRIOR 10 COMMENCEMENT. 4. ALL FLOATING DOCKS TO BE REMOVED. 5. CONTRACTOR SHALL PROVIDE TEMPORARY FENCING AND SOLACE TO PREVENT ACCESS TO WORN AREA BY PEDESTRIANS. 6. DEMONION UNMIS ME NOT TO MEET) THE UMIIS DEPICTED IN THESE PLAYAS. 7. EXISTING SIRUCIU0E5 INFORMATION OBTAINED FROM UPLAND SURVEY DATA BY F.R ALDAN . ASSOC., INC. SURVEYORS AND FIELD MEASUREMENTS OBTAINED BY COASTAL S1SIF115 INTERNATIONAL, INC. 8. ALL TIMBER DECKING AND CONCRETE DECK SUPPORT BEAMS ARE TO BE DEMOLISHED AND COMPLETELY REMOVED, WITHIN THE LIMNS Of DEMOLITION DEPICTED IN THESE PUNS. 9. REPAIR N1. CONCRETE CAPS WTM NON -SHRINK GROUT AT REMOVED BEAM LDG110NS 70 PROVIDE BEARING FOR NEW SUBS. 7ER, NATDME RESOURCES CARTON PRELIMINARY PRQ�'AL NAMES 7 DATE // rG D 2D 7 DEMOLITION PLAN SCALE AV AEU a D SALE: I' - 20 ALL 5ru FS INDICATED PERTAIN TO TILL SIZE DRAWINGS (22'R34') 7 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASTAL SYSTEMS INIONATTONA141NC 161 Sou. LS-. N96.6, C'wW 194 6. fb„ Y, 33116 lof 115-661•3615 Roo J05 61-191. Inv I.IW9.lam.ml cool Stole 11a /Wok ED From Cao1a1, Ems -., Civil Erq-..,mJ oM'uovmu-n1 blabol a • b000lotoo. E6o. 1 /21/ie 00/N/1. ._._ 12/107 D'M OMR REVS IEPU0Ipa W.V. PLANT SET- u MHO m 1'rcl well IVY JD i llltnfU BY M DEMOLmON PLAN S-1 1 I 2 I 3 I 4 L 5 6 7 — l 0 I''' MIAMARINA PIER 5 I �f , � I IMPROVEMENTS L� a ' Ir. I -- -- 4:01111111111111111811111� ���lJ�� f�sufx"cao J�l���ll����� f f ���l��i_���� t ;��i�� i�� I ��� �� �� tin �� II[ j CITY OF MIAMI, 4, iL FLORIDA E �+ � '.�` 20'-4' 22'-0' 20'-8' 24'-2' 26.-0' 25'-10' 25-I1 = I f E Q�' �� s^ `�` CAST -IN -RACE 'L 4 GONG SLID •6; �iw ID N. ® ® \ y 'h N. ® r I I NEW W000 DOCK * NEW WOOD DOCK `4-0. o Ili I g (�, = 1 ,6 �A'+� PERMIT PLANS <� v V N. g g 4-0 /e,.SY ae +6 �V J _ COASTAL / /♦ `` 15 EXIST. SUPS WILL DURING PROPOSED RFNTVATIONS BE INPAC'IED NEW DOCK NEW N. SCALE: I'-- 10'0.*:‘,".." PLAN VIEW yet �d.J =_ o R,�Q VP p•e�� E "P - • / N# Of 9MS541 M9 0 PROP. BRICK P• COASTAL SYSTEMS BmxNAno INC A6 w.IR ww O, �� V. ��, _ _ _ . .6GV _ .... _-. • EXISTING BULIOi AND CAP 4 ' Q NEW PRECAST" CRATING® coNC• BEAM D c6,w WWI. tbrwo ti,e ta. wI-661-16s6 \— �� � fog. SUS-061-1S14 corn W /arlyennalni f `. `, •` +:v> `i r' PROP. CONC. ini� PRDP. CONC. CAP Stoto fbrgo ED IN6f c..o1a, Em.•, 11.11, rnayam.r 1 ®) I 7 'P'•` 4 / -'-I Fti1- ___ _SLAB ._®i� 0 00' NAVD— 00 504 cnE t u 1 oya.r6N 6M L ' 'sx., T 1 _ n.w. h `sQ PROPOSED 14'x1 CONC. PRE, 7W. ��II -L9B' MLR . �_..,'1, S,y1 LI tl I CAST -IN -PLACE I SECONDARY POUR, TM. NLu. CLEAT. I TT 0^PROPOSED TJ `\�\s 14%14' CONC. PILE- RI GONG, CAP n / /� COST. PILE. M. ,p` TIP. 24'f24' D �- CONC. 1PILE CONC. PILE, ISP. 5-5 Moult* a ooEataa, Mo. C n..•. , r_ L— TTP., SEE >I + // �.. •'I- .:r !1R� am- a!uw.... _ ►"`� ...=1=-ix ,w..m. 24'x24' CONC. CAP _ 1 III 1 i p � I E>'. / TOTAL CORNER CORNER DOCK AREA (OVER WATER)-2,181 . NEW FIBERO5 GRATING, TIP. \` ' 6 NEW PILES. 2 NEW GINS a IR UST. PILES SECTION A �p.RN1yRPE RESOURCES°'N6LN PROS .._— -- ..._..__.. -----.. _....-- -CAP -BUWIEAD I SCREE: 1' - 4' L,n:, ARV r — _- ._-. NA LIME I • •_ NEW PILE & CAP PLAN ; SCALE: 1.. 10' _. U ■ m NEWT. M SEE E S-4 a 18 0 2u f1 101'-5' '[O2 7.) M 0 70'-0' O I--�! OIL/ti/10 e(n coot lM.._ __ a¢ B - ® 415 / I B �,.,,r zu� .1 Pow sia o.:cRrvna, ALUM. LMDER SEE - _- L NEw PI\ BONA, IYP. PI I `EX TILE cop. Tr. r•IJ D. PRE. 1TP. I I I I f — "NEW PIE a PRE CAP LI PI I NEW PRE a PII^w6em CAP I < I KM N, 22c2lcA1 ix��a� 11i. A oee GE. li 11• M �i - $,�1°P,r<", .Y,'EB$Yd#&YG'87C" L :RiSt>atu^PA•. ...:.::.......:........ r NWn NNI 4,uiu 4D ® 0 fu tI -t'- I _ _- Id 1 298'-3' �. '1 1 +3 5 *�. SLATE a A Sa I 2I I 1 NEW BEAM, TIP. I EX. PILE CAP, 1YP. ET. PRE,1YP. I „ •,:+•••; �, i sy2 - traTeC.1" ,. ... tin - - — - - — - - .... TAv.ri»]Vt4Ea®I -i-- l6YHG MICA .'9dv.aVAP.s[alMcac — -ice I1Ic+MEAn,.a eP---.--I t rglY1,61f..o a1--- -- -I}- 1 5 D fD �:t L DOCK REPLACEMENT LENGENCt NEW DOCK ELEVATION surf IN ref' PLAN 1 0 PRI BENT DESM,NATION SCALE: I' - 10' KM ALL SCALES INDICATED PRETAX To RAJ.SIZE DRAWINGS (22%34) S-2 1 I 2 I 3 I 4 5 I 6 1 T I I 2 I 3 I 4 _I 5 I 6 I 7 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS % 1 1 E I NEW FIBERGLASS (..) NEW PRECAST CONCRETE GRATING, TfP BEAR. TYP., SE Ea E 1 71 L, RAM CAP 1 _ EXIST. CONC. DOCK-7-- , \ •-•1 i 1riri 111- III 111111111111-111111 -011111111111111111 '1 1111: 11111 Ilt)11111111111111111 - 1 - - .---. j 32.-0. 25.-9" a- E.-, 25' -10 24.-1' 23*-6. - CO AAAAA o C — 11 e \ - C/51-11-RAGE i I 0 SEENDATtf POUR, + • g'. <11> 51 I • i == PLUM. CLEAT, TITCU 1W.. SEE ig.)0 --= --NEW MOO MC% .T------.., + =- =---- mm = ..=.— NEW DOCK PLAN VIEW sou: r - io. 0 0 / C..) \ — — 0 . CONC. .— . / DOCK 0 — C::::) age' *11,7 g . ill Czu g! PM.; . • e 4,.. ip " c 141.4 COASTAL MUMS ROBINAPONAl, INC . banth lame Map, Catul G.I. Ilad. .. TM aM. 461-30. dna 30 061.1d awn CaaatainymontaInt nand Slot. al Ha. LB INel tuotldt Enrsoarnanlon Civil Endianond and nlanadarnsal b. a .44.4...eolates, INN at11141 .•11. Wai s•Am... NV I 4L 4•35. .R.,--4-5- 7T1 1: 0"11/211(1% '- ' --- 7- 0 : I III 11 \ 1 _ 1 cPRE OP, Ira. (. C ) —EC PILTSP. I 141,11.1.1 1...1 9920007 I'd.'"e711 1de :4' rrill ,I lo IP/ AP NEW DOCK ELEVATION " P Rti r 1 'A'idg CTitr. " 1.1af i SOLE i. = iCr OAT. f-- i .., - - 1 or \ $ • ,„,....„,.„, 5 IINGENEC 0 PILE BENT DESIGNATION iA f... o to DOCK REPLACEMENT PLAN II i ? SC411 IN WI ROIL Nix SCALE INDICATED ERGO TO FULL SEE DRAWINGS (22%34) S-3 2 1 2 1 3 1 4 1 5 1 6 1 7 FAIN,*l\220260.07\ConeVuc4m Ur I 1D•-0•NEW � CONPARRS MIAMARINA PIER 5 '-0' ' IMPROVEMENTS J'-i' 3'-A• 3-1• AL A PLASTIC GP I BUUMEAD NEW FIBERGLASS NEW CAST -IN -PLACE — Or) CITY OF MIAMI, E \` OWING 1'-D• NEW PRECAST 1 �• I_-y p '� CONCRETE SEM CLOSURE POUR, TM.PILE DP IY i WD, FLORIDA ( f . • • • COSTING CONC. Os' ') • --- 0 /PIE CAP .. .. •'E PERMIT PLANS .._ EX6T. UIWIIIES 70 DE - ELEEV DOI `EXISTING CONCRETE FILE CM, DP. SEE ex REPLACED NI RMD, SEE 7 NAM CONCRETE REPAIR MIES ON SHEET G-P J_ 300 WO. WRINGER. '"• SCHEDULE ON OafEXJSIING SHEET. NO AOpIgNA1 17•XIS CONCRETE PILE TIP. FL 43.5 NWD YxE WD. DE CgNC (rm.) - �'r,n.v r Al. MILS. TO BE INSTALLED-2•_O• -il ,.�.. 1 i-0• -1,EE' MNy- '' rt ���• M2 wD. JOIST, ;r/� MOM �� ' CONG. P E. P. / CONC. PEE 1W. 55 xURPoCWE STR iTYP.I �' n ,I. y ::T x n'• COASTAL MOMS INTTRI01110NAL MC BOSONS • r> uxrJlDwx PP �' _ 0 GN I w. N.A. MO to .wf-NI. NS'. Ia. N6-e61. x 305-66 7t. �'`.� \ �v ,\. \� \ EXIST. BOTTOM EIEVAIgNP. -TAB' YlW ...ca mr 7C:171 '‘�/f \ ��<<<?� \; \% �\� [mw.mnlW,' C'w [ w..wxw u w uwowm.nl _ '---".- 300 WO. _. --. 7TP C A sou: 1.y. O TYPICAL SECTION THRU N N. PEE DOGE ! MARTIAL DOCK EILY.AnON .o 222 weiV bn.a . Y"0•l• •Yw.03-12. nj. G Eeui.. RCC3 I M(�_- c TYPICAL WOOD DOCK SECTION a'-0• r 24 ND. I0'-0• SOIL TAR101FAD I.‹ - ' -- -- -_. DECKING I 43.5• r NFN PNEGSf NEW C_,_ / v - CONO BFAY O • / B. / �I II• LtO WOSIWNlilt�.�� ry' / `• 1 __________ _________ -.-- - • : • :^ DE MACH s/O6Jl oor i. . . f1 _020' - - - - 1 1 Jxi2 IID. JOIST, L • B ei.er rv!Mn wart sr -- — L1LV0,_0'gAVOBB_.�G.=' -• .� u,,uriuni DIST.CONC. PILE CAP • 4" v s \` I'� CA a... amaor loA N.om -1.E5' YLN_l 1 L •. 'l 'h •.I I Lo . 1 ..1 ur K 4'�rr 0 [ - - - - SONG. PILE TP,. - — EXIST. CONC. _ - STEEL FlNISH J �, a-'nW I,(ui uu 1 L PANEL/FILE DUMB° ����^• ANT \, SIDES ANO �TIOM % ITTPJ T -M. I1u.x.[ruMlxeeaxcee nnwox IN PRELIMItlMYAPPRfIV L / // d' ra4 ••, 0231MG MAINE� % pAlO 4/y '�° `\ i-� • r _-�' ^�� boa _, -'L-- .y. r1 `rC;3ry ..Io O PRECAST BEAM DETAILS A REPLACEMENT STRUCTURAL SECTIONS QTE'_EJPIL INTL 1 0 s PIER / m & DETAILS OFINGER CONC DOCK CONNECTION PERTAIN TO FULL D saw t'd SCALE DRAWINGS Wall S-4• 1 3 I 3 I I s I E J T 2 1UR5DIIY CURTAIN BOOM TUREADD0 CURTAIN 10' 1YP. (OR AS REQUIRED) ADMIN. ANCHORS IF REQUIRED, TIP. TURBIDITY CURTAIN s/t5' o*Lv. SHEATHED IN PVC L1 SET OF mink 60.15 BE1M'EER EACH FLOTATKWI SWAM TO ALLOW IFOR STOWAGE AND TO RETAIN FLOAT POSITION. CURTAIN BOOM ELEVATION NTS POLYET YLDIE FLOTATION • 5/161 GALA. CHAN 681615T BOOM SEC110N TURBIDITY CONTROL AND MONITORING NOTES I. CONTRACTOR SHALL SUBMIT TURBIDITY CONTROL DM FOR REVIEW µ0 APPROVAL PRIOR TO CONSTRUCTION IN ADCORCMCE WITH REGULATORY PERMITS. 2. TURBIDITY SHNL BE MONITORED AS OUTLINED IN THE REGULATORY PERMITS. 3. CONTRACTOR SW11 CONDUCT TURBIDITY MONITORING UTILIZING APPROPRIATE TURBIDTIY METER WHICH TESTS IN ACCORDANCE 1111H EPA MEMO 180 (0R EQUIVALENT). 4. TURBIDITY CBF1S IN WATER COLUMN SWL BE MONITORED AND RECORDED AT (FAST EVERY 4 HOURS DURING DREDGING OPERATIONS; 0R MORE FROOUERILY DEPENDING UPON THE FREQUENCY OF ANY POTENTIAL FOR WATER QUALITY VIOLATIONS AT THE CONSTRUCTION SITE 5. SIMPLES SHALL BE COLLECTED ONE F00T ABOVE THE 8011011. AT MID -DEPTH, AND ONE FOOT BELOW THE WATER SURFACE AT MONITORING STATIONS LOCATED AS FOLLOWS; A MINIMUM OF 100 FEET OUTSIDE OF THE DREDGING FOOTPRINT, NEAR THE ENTRANCE TO THE BASIN, AND CLEARLY OUTSIDE THE INFLUENCE OF DREDGING ACMES. THIS SAMPLE SHALL SERVE AS THE NATURAL BACKGROUND SAMPLE AGAINST WHICH OTHER TURBIDITY READINGS WILL BE COMPARED. DIRECTLY OUTSIDE THE TURBIDITY CURTAINS SURROUNDING THE WORK SAE AND WITHIN THE DENSEST PORTION OF ANY VISIBLE 1URBIORY PLUME TH5 SAMPLE SH U. SERVE AS THE COMPLIANCE SAMPLE. 6. 0 THE COMPUµCE SAMPLE MEASURES ABOVE THE 86CNCROUND SAMPLE (MEASURED IN NEPHELOMEIRIC TURBIDITY UNITS (TUTUS)), ALL OPERATIONS TNAT APE CAUSING THE WATER QUALM VIOLATION WILL CEASE, AND THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (CEP), MWM1-DINE DERN AND U.S. ARMY CORPS OF ENGINEERS SHALL BE NOTIFIED OF THE VIOLATION (AS REQUIRED IN THE ENWRONMEMAL PERMITS ISSUED FOR THE PROJECT) WORK MAT 5 CAUSING THE WATER QUALITY VIOLATION WILL NOT COMMENCE UNTIL SUCH TIME AS THE WATER QUALITY READINGS RETURN TO 0 MI5 ABOVE BACKGROUND, 0R UPON THE APPROVAL OF THE AGENCIES. 7. CONTRACTOR SHALL COMPILE AND SUBMIT MONITORING REPORTS TO OWNER AND TO THE AGENCIES. AS REQUIRED IN THE ETMRONMEMAL PERMITS. 8. UPLAND SILT FENCING SINL BE INSTALLED µD 1WNTNNED IN ACCORDANCE WITH SWPPP PLANS. FRONT VEIN SIDE MEW TOP VEIN O TURBIDFTY CURTAIN DETAILS MOUNTING PLATE TO BULKHEAD, TYP GUSSET CONTOURED DEIRON WHEE/S BEARING BOLT SLOTTED SS PIPE CURINN CONNECTER PLATE SS BOLTS 11 NUTS S5 BACKUP PLATE CL6ONN 1-5/8112' a,WLSS SIM. NEE( BIN}ET BOLTED 10 CONCRETE BFIL Rim ] 1 /0' STANG= BOLTS 2' 600046 ORME COME NM U181Y CHASE 31RAVAS MAST AT 36'oc TON Of NETR510 R; 3' FELON BOTTOM OF CONCRETE BUS OUTILITY GRATE DETAIL NOTE COAT ALL PILING WM1 TIFOROCOAT FROM TOP OF PILING TO ELEV. -2.0' 5 TURNS 1' PITON 8 PITCH / 1 ITURNS 6 64 UN 16 TURNS J DR 7:if A IIII J /1 4 �1i}. T 1 r ' 11T: Ilil,':: :_./' .' l 1. LJ'11/ /111 __dill W3.5 SPIRAL TIES TYPE 12' SO. CON.. BID LENGTH 1 REFER TO SHEET G-2 FOR PILE GENERAL NOTES. 5 TURNS 0 1' PIT01 W3.5 SPIRAL TIES 3' CARTER I__14' A -A PILE SECTION NTS —(6) 1/2' P 270 IRS 031K EACH SRV110 O 72. SQ. CONCRETE PILE DETAILS 34. CHAMFER 1YP. RBR . NATURAL RESOURCES OM310N PRELIMIqARY APPROV NAME%%` ' F+[ BATE 9/1%/f I 0 SCALE ALL S▪ CALES INDICATED PERTAIN TO FULL SIZE DRAWINGS (22'r.34 ) 2 3 4 5 6 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASIAI li \ ' =YyTUMS COASTAL SYSTEMS INTERNATIONAL INC ESA Sun 6,,. I.. .a, D Caul u.N,. INA.0 33146 to" 30-661-3655 o..' 305-661-1914 .. C.01u6.,91.m.66.<wn Sala or Mo. L6 1306E Co... LA....6 CIA LWi ylaeo, un6 uyamanl bbanao • oo1Rt-s. Im LI.A..n. asatl=12: • mpi/0 05/03/I5 ii/1B/11 RIPVGO116 RF/_ PEW SET A 11 .b1:F WI. vmmm DAI iM 1 I100 IIRA,,N Ur. SY 'MU Al 01,011.10 TURBIDITY CURTAIN & ADDTL DETAILS S-5 A PR1P. 4•. P6c P.E. W15 FI INIERCEP1 FIRE UNE AND-,44 INSTALL 47W PVC TEE 4 40 BDL4'Y P40 PROP. 4• G.V. SO BOO 4Y PC 414• . RC TEE PROP. 4. 00YE5fIC L REDUCED PRESSURE ZONE EMCNFLOW PREVETDOR. CONNECT TO PROP. 4• W.Y. PROP. go,7-- PVC BENI r,.w.... %1$T. P D.I.P. "{I W IC/i i u 311 METER .� I II 4 Y •1 J I b$I I RYPORARE 2i11• P PC III ••=," I 1. 0.V. TIP. PROP. L-140' 2. 1CPIPEYP0f6RV PVC 2.0 FORBID ORM& WMECIYN �J CJ (Ti) 1 1/1' PVC .411R UNE n o61EYIDp S CONNECTGN (A PLAN TEMPORARY WATER AN \\- SCALE: I' ro Ili PROPOSED 2 0 CV (CLOSE DARING TEUPORA/ft CONSTRUCTION) CONNECT IO EXIST. 2• WATER or BDO I NC FOR lERPORAIN COWIFL603 3/4• MASS SPLAT, SEE OLIDL 4 MI WSW P-0 TIP. yr PVC SD 8010 MOW -2' PA: 9P 64N6 RER • NATURAL RESOURCES DIVISION PRELIMINARY PPP 0 L NAME NAME > VVhh 5 0 10 SCALE 1N ICU EEL ALL SCALES NDICATED PERTAIN TO FIAT. SIZE DRAWINGS (22%341 5 MIA\1ARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS 9 :STEM COASIAL MIDAS INTERNATIONAL. INC 464 SSUP Du XryX.a1 Cad 94444. 551-1 53140 IN: OUS• LC-N5S ESo. 30S0I-1114 5..CooNd514Mnwll Len Stole of flonool8 T1E41 C5.Mol. ERo,moon...W. Cool Lg5roo n5 4.N LUI.rPnroI11 s..._� . ti41p1 OI/21/11 0 /0S/IC 12/11/P Loll Mika _ ROI/mF1R REV. PERMIT SET 31,11.81.1 1141 220290.01 4WD IOI:N1114BY N 410E A r4xu 4 TEMPORARY WATER PLAN UT-1 A y4 B A MATCHJNE MA PLAN, SHEET L-215 EROP. 4. 9 PVC PIPE-- INSTALL P1 INTERCEPT FlR'E l2NE AND1{, 4X4PVC TEE i 9P WO 4.4 PAC 99 B0040 P4C 4k4. 9 PC TEE ,L REDUCED PRESSURE ZONE\ I PROP. a- DOMESTIC B2CRRd4 PREVENTOR, CONNECT TO PROP. 4' W,Y. PROP. 90' TA' PVC BEND\ I y., 1' DIP. ' '" ' T no TEMPORARY EXISDNG BLIKH AND CAP PROP. L-190' 2. 1EMPORART PVC PIPE PROP. BRICK PAVERS TEMPORARY WATER UNE LOCATION 2V2• AC TEE FOR IEYu0y2ff NN.EC,DN SECTION A SCALE: I' - 4' PROP. CRATING I I/Y PrC THOR tNC NEW PRECAST CONC. BEAM PROP. CONC. CAP .—Q,I_HHW QO' NAV0 -1,9Q' MLW PROPOSED 2•. DV (CLOSE DURING TEMPORARY CONSTRUCTION) CONNECT TO EXIST. 2• WATER 00 BOO I 2•0 MC 2X2• pc TEE fpl 112PMMP 2/a• BRASS SPLCOT. CY9ECIPH SEE CERN. 4 CN SHEET P-2. DP. 2• P.0 90 MO ACING • -L.....__... ' \ - — Y• \\ IC I I /•.4 SCHEDULE OF UTIITIIES TO BE REPLACED IN IOND 2 INCH PVC SCHED. 900 WATER UNE 2 INCH PVC SCR 40 ELECT. CONDUIT (3) 2k INCH PVC S0R 40 ELECT. CONDUIT 2) J 4 INCH PVC SOR 40 UGHTING CONDUIT 2 INCH PVC SDR 40 PHONE CONDUIT 2 INCH PVC SOR 40 CAN CONDUIT 5 0 20 S0404 /N PEET ALL SCALES NDIGIm P2RTNN 10 FULL SIZE DRAWINGS (22.047 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS LOASYAL COASTAL SYSTEMS 99IIRNATIONN, INC Cul Sou. Aw NN5.4A Cad 4uge., hone, 1.11111 In. 20B-6BI-BBB Poe 2I2-661-IIH .e.CuueluneYane9Toa6 Mute of fla144 EB MOE C.o.!, Deem/unto'. CI,4 leµ11.1, nut ...penult b°b. d11P A o4E... Y,O. 0000 REVS. _ RP4K000 00. PEAR RT ...__... I++UJRI N11 2202p.07 Iu11n.I iMYO I2MA14 NU CP ATRIAL I, N1 ? PROPOSED UTILITIES PLAN UT-2 f 1 2 1 3 1 4 1 5 1 6 1 7 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PUNS m ,A PUN, SHEET #### Ewa j CZ ��.f ■S PPE "7 ______ II I, NORM LH 1 OP PROMO _— COAarAL ll wuu�t �; �� WWI IIII�r1l11l �I��i([�Tu�� i � f in1i11i1 i P1,�111i11�1�i � � � Wr1 i � iliil � u < <�Tf" I � i iTr1nT<<TnT� � i�llli�[11� T� 1 ff �T�T�� � � ,111777 � COASTAL SYSIFA4 INIFANA/IONAI. INC n ..0 u.. (tg53 Wel W ., Ike. SPM ld w1-b1114S a.. 305-6.-001 .a.10..yol.•..A.aafn St. ol lbwa Ye 1000 Coo. LoWWRnnl.l, CirY Enyuwx�nq aiw Wnuq.nowl D I S\\ L C2) _ S9 II -- . COMM= m UIIAY Pr 2SSSL 1111 Q0 (.!� wle¢Y!x m unrtt P 4. l nvnSFP P PC 0450 INO l0, 00 mire vmLSiN I R➢. OOOt, 11P. h-% C) PROPOSED UTILITIES SCALE: t". TO' _ unm P44553 Lm PLAN 1:.1A% (3� - COMMAV45J43 MOW (A/ l \ u 1111 MEWL RIR •RA3MS PRELOODIARYAPPROVAI. 1 RE500RGESONISIOe 0 Q 4tla N- cart 0 0. I rl � . of VAI MA tot IMAM 1.1, a 1.11l ,r1fr If M ll//fff//T .n Yfflt L-a'! 3 r }.E ASE t, ..... rl n ti ,.�, ,�1 • OAT! I 12403 (-a) PILE DEM DESIGNATION sA A 5 o to PROPOSED UTILITIES PLAN SCALE IN FEET taL ALI SCALES INDICATED PERTAIN 70 Nth SIZE DRAVANGS (224341 UT-3 f I 2 I 3 I 4 I_ 5 I 5 I 7 DEPARTMENT OF THE ARMY JACKSONVILLE DISTRICT CORPS OF ENGINEERS 9900 SW 107T" AVENUE, SUITE 203 MIAMI, FL 33176 September 26, 2018 REPLY TO ATTENTION OF Regulatory Division South Permits Branch Miami Permits Section SAJ-2012-03197 (NW-NDF) City of Miami c/o Daniel Rotenberg 444 SW 2nd Avenue, 3rd Floor Miami, FL 33130 Dear Mr. Daniel Rotenberg: The U.S. Army Corps of Engineers (Corps) assigned your application for a Department of the Army permit, which the Corps received on August 17, 2018, the file number SAJ-2012-03197. A review of the information and drawings provided indicates that the proposed work includes the following: 1. Removal of all unauthorized floating docks and floating vessel platforms from the north side of the facility. 2. Removal and replacement of Pier 5 along the north and west sides of the marina. The area to be replaced consists of 6,242.6 square feet of marginal dock (4,295.2 square feet of concrete frame with 1,947.4 square feet of grated decking) along 568 linear feet of shoreline. The dock will be supported by existing concrete piles with the exception of 6 new concrete piles to be installed in the northwest corner of the facility for additional support. 3. Replacement and reinstallation in the same footprint of three 40 foot long by 4 foot wide wood piers (480 square feet total over water area) supported by 16 wood piles each (48 wood piles total). 4. Replacement in the same footprint of 25 wood mooring piles within the reconstructed section of Pier 5. 5. All utilities associated with the reconstructed section of Pier 5 will be replaced in -kind. 6. Temporary turbidity curtains will be deployed and remain in place for the duration of all in -water activities in/over waters of the United States. The project would affect waters of the United States associated with Biscayne Bay at 401 Biscayne Blvd, in Section 06, Township 54 South, Range 42 East, City of Miami, Miami -Dade County, Florida (Folio Number 01-0100-000-0520). Your project, as depicted on the enclosed drawings, is authorized by Nationwide Permit (NWP) Number 3. In addition, project specific conditions have been enclosed. This verification is valid until March 18, 2022. Furthermore, if you commence or are under contract to commence this activity before the date that the relevant nationwide permit is modified or revoked, you will have 12 months from the date of the modification or revocation of the NWP to complete the activity under the present terms and conditions of this nationwide permit. Please access the U.S. Army Corps of Engineers' (Corps) Jacksonville District's Regulatory Internet page to access Internet links to view the Final Nationwide Permits, Federal Register Vol. 82, dated January 6, 2017, specifically pages 1983 to 2008, and the table of Regional Conditions. The Internet page address is: http://www.saj.usace.army.mil/Missions/Regulatory.aspx Please be aware this Internet address is case sensitive and should be entered as it appears above. Once there you will need to click on "Source Book"; and, then click on "Nationwide Permits." These files contain the description of the Nationwide Permit authorization, the Nationwide Permit general conditions, and the regional conditions, which apply specifically to this verification for NWP 3. Enclosed is a list of the six General Conditions, which apply to all Department of the Army authorizations. You must comply with all of the special and general conditions and any project specific condition of this authorization or you may be subject to enforcement action. In the event you have not completed construction of your project within the specified time limit, a separate application or re -verification may be required. The following special conditions are included with this verification: 1. Reporting Address: The Permittee shall submit all reports, notifications, documentation and correspondence required by the general and special conditions of this permit to the following address: a. For standard mail: U.S. Army Corps of Engineers, Regulatory Division, Special Projects and Enforcement Branch, 9900 Southwest 107th Avenue, Suite 203, Miami, Florida 33176. b. For electronic mail SAJ-RD-Enforcement@usace.army.mil (not to exceed 10 MB). The Permittee shall reference this permit number, SAJ-2012-03197 (NW-NDF), on all submittals. 2. Self -Certification: Within 60 days of completion of the work authorized by this permit, the Permittee shall complete the attached "Self -Certification Statement of Compliance" form (Attached) and submit it to the Corps. In the event that the completed work deviates in any manner from the authorized work, the Permittee shall describe the deviations between the work authorized by this permit and the work as constructed on the "Self -Certification Statement of Compliance" form. The description of any deviations on the "Self -Certification Statement of Compliance" form does not constitute approval of any deviations by the Corps. 3. Assurance of Navigation and Maintenance: The Permittee understands and agrees that, if future operations by the United States require the removal, relocation, or other alteration, of the structures or work herein authorized, or if in the opinion of the Secretary of the Army or his authorized representative, said structure or work shall cause unreasonable obstruction to the free navigation of the navigable waters, the Permittee will be required, upon due notice from the Corps of Engineers, to remove, relocate, or alter the structural work or obstructions caused thereby, without expense to the United States. No claim shall be made against the United States on account of any such removal or alteration. 4. Posting of Permit: The Permittee shall ensure that all contractors, sub- contractors, and entities associated with the implementation of the project review, understand, and comply with the approved plans and special conditions made part of this permit. The Permittee shall inform all parties associated with the activity of the construction area boundaries, and the location of adjacent wetland shoreline to be avoided. Complete copies of the permit and approved plans shall be available at the construction site at all times. Failure to comply with the approved plans and permit special conditions may subject the Permittee to enforcement action. 5. Agency Changes/Approvals: Should any other agency require and/or approve changes to the work authorized or obligated by this permit, the Permittee is advised a re -verification to this permit instrument is required prior to initiation of those changes. It is the Permittee's responsibility to request a re - verification of this permit from the Miami Permits Section. The Corps reserves the right to fully evaluate, amend, and approve or deny the request for re - verification of this permit. 6. Historic Properties: a. No structure or work shall adversely affect impact or disturb properties listed in the National Register of Historic Places (NRHP) or those eligible for inclusion in the NRHP. b. If during the ground disturbing activities and construction work within the permit area, there are archaeological/cultural materials encountered which were not the subject of a previous cultural resources assessment survey (and which shall include, but not be limited to: pottery, modified shell, flora, fauna, human remains, ceramics, stone tools or metal implements, dugout canoes, evidence of structures or any other physical remains that could be associated with Native American cultures or early colonial or American settlement), the Permittee shall immediately stop all work and ground -disturbing activities within a 100-meter diameter of the discovery and notify the Corps within the same business day (8 hours). The Corps shall then notify the Florida State Historic Preservation Officer (SHPO) and the appropriate Tribal Historic Preservation Officer(s) (THPO(s)) to assess the significance of the discovery and devise appropriate actions. c. Additional cultural resources assessments may be required of the permit area in the case of unanticipated discoveries as referenced in accordance with the above Special Condition ; and if deemed necessary by the SHPO, THPO(s), or Corps, in accordance with 36 CFR 800 or 33 CFR 325, Appendix C (5). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume on non-federal lands without written authorization from the SHPO for finds under his or her jurisdiction, and from the Corps. d. In the unlikely event that unmarked human remains are identified on non- federal lands, they will be treated in accordance with Section 872.05 Florida Statutes. All work and ground disturbing activities within a 100-meter diameter of the unmarked human remains shall immediately cease and the Permittee shall immediately notify the medical examiner, Corps, and State Archeologist within the same business day (8-hours). The Corps shall then notify the appropriate SHPO and THPO(s). Based, on the circumstances of the discovery, equity to all parties, and considerations of the public interest, the Corps may modify, suspend or revoke the permit in accordance with 33 CFR Part 325.7. Such activity shall not resume without written authorization from the State Archeologist and from the Corps. 7. Turbidity Barriers: Prior to the initiation of any of the work authorized by this permit, the Permittee shall install floating turbidity barriers with weighted skirts that extend to within 1 foot of the bottom around all work areas that are in, or adjacent to, surface waters. The turbidity barriers shall remain in place and be maintained until the authorized work has been completed and all suspended and erodible materials have been stabilized. Turbidity barriers shall be removed upon stabilization of the work area. 8. Manatee Conditions: The Permittee shall comply with the "Standard Manatee Conditions for In -Water Work — 2011" (Attached). 9. Sea Turtle and Smalltooth Sawfish Conditions: The Permittee shall comply with National Marine Fisheries Service's "Sea Turtle and Smalltooth Sawfish Construction Conditions" dated March 23, 2006 (Attached). 10. Project Design Criteria (PDC) for In -Water Activities: The Permittee shall comply with National Marine Fisheries Service's "PDCs for In -Water Activities" dated 20 November 2017 (Attached). 11. PDC for In -Water Noise from Pile and Sheet Pile Installation: The maximum number of piles installed per day is limited to no more than 10 piles per day. 12. Daylight Hours: All activities must be completed during daylight hours. 13. Presence of Species: All construction personnel are responsible for observing water -related activities to detect the presence of these species and avoid them. 14. Construction Location: Project construction shall take place from uplands or from floating equipment (e.g., barge); prop or wheel -washing is prohibited. 15. Educational Signs: signs must be posted in a visible location(s), alerting users of listed species in the area susceptible to vessel strikes and hook -and -line captures. The most current version of the signs that must be downloaded and sign installation guidance are available at: (http://sero.nmfs.noaa.gov/protected resources/section 7/protected species ed ucational signs/index.html). The signs required to be posted by area are stated below: • All projects in Florida shall use the Save Sea Turtle, Sawfish, and Dolphin sign. These signs shall include contact information to the sea turtle and marine mammal stranding networks and smalltooth sawfish encounter database. • Projects within the North Atlantic right whale educational sign zone shall post the Help Protect North Atlantic Right Whales sign. • On the east coast of Florida, projects located within the St. John's River and those occurring north of the St. Johns River to the Florida -Georgia line shall post the Report Sturgeon sign. On the west coast of Florida, projects occurring from the Cedar Key, Florida north to the Florida -Alabama line. • Signs to be used in the U.S. Caribbean will be included at the website above. 16. Monofilament Recycling Bins: monofilament recycling bins must be provided at the docking facility to reduce the risk of turtle or sawfish entanglement in, or ingestion of, marine debris. Monofilament recycling bins must: • Be constructed and labeled according to the instructions provided at h ttp : //m rrp . m yfwc. co m . • Be maintained in working order and emptied frequently (according to http://mrrp.myfwc.com standards) so that they do not overflow. 17. Project Drawings: The project must be completed in accordance with the enclosed construction drawings (pages 1-12), date -stamped by the U.S. Army Corps of Engineers (Corps) on September 26, 2018, and the general and special conditions which are incorporated in, and made a part of, the permit. This authorization does not obviate the necessity to obtain any other Federal, State, or local permits, which may be required. Prior to the initiation of any construction, projects qualifying for this NWP/RGP permit must qualify for an exemption under section 403.813(1), F.S. or 373.406, F.S., or otherwise be authorized by the applicable permit required under Part IV of Chapter 373, F.S., by the Department of Environmental Protection, a water management district under section 373.069, F.S., or a local government with delegated authority under section 373.441, F.S., and receive Water Quality Certification (WQC) and applicable Coastal Zone Consistency Concurrence (CZCC) or waiver thereto, as well as any authorizations required for the use of state- owned submerged lands under Chapter 253, F.S., and, as applicable, Chapter 258, F.S. You should check State -permitting requirements with the Florida Department of Environmental Protection or the appropriate water management district. This authorization does not include conditions that would prevent the 'take' of a state - listed fish or wildlife species. These species are protected under sec. 379.411, Florida Statutes, and listed under Rule 68A-27, Florida Administrative Code. With regard to fish and wildlife species designated as species of special concern or threatened by the State of Florida, you are responsible for coordinating directly with the Florida Fish and Wildlife Conservation Commission (FWC). You can visit the FWC license and permitting webpage (http://www.myfwc.com/license/wildlife/) for more information, including a list of those fish and wildlife species designated as species of special concern or threatened. The Florida Natural Areas Inventory (http://www.fnai.org/ ) also maintains updated lists, by county, of documented occurrences of those species. This letter of authorization does not give absolute Federal authority to perform the work as specified on your application. The proposed work may be subject to local building restrictions mandated by the National Flood Insurance Program. You should contact your local office that issues building permits to determine if your site is located in a flood -prone area, and if you must comply with the local building requirements mandated by the National Flood Insurance Program. If you are unable to access the internet or require a hardcopy of any of the conditions, limitations, or expiration date for the above referenced NWP, please contact me by telephone at 305-779-6053. Thank you for your cooperation with our permit program. The Corps Jacksonville District Regulatory Division is committed to improving service to our customers. We strive to perform our duty in a friendly and timely manner while working to preserve our environment. We invite you to complete our automated Customer Service Survey at http://corpsmapu.usace.army.mil/cm_apex/f?p=regulatory_survey. Please be aware this Internet address is case sensitive; and, you will need to enter it exactly as it appears above. Your input is appreciated — favorable or otherwise. Sincerely, MISARDNICOLEJAPHLAISI 150,1192 1.115071 D.vKgi.Duxtu .00 Nicole Fresard Project Manager Enclosures General Conditions Self -Certification Statement of Compliance Permit Transfer Request Site plans dated by the Corps September 26, 2018 FWS Standard Manatee Conditions for In -Water Work (2011) NMFS Sea Turtle and Smalltooth Sawfish Construction Conditions (2006) NMFS JaxBO Project Design Criteria (PDCs) for In -Water Activities Copy/ies Furnished: Megan Rising, Coastal Systems International(mreising@coastalsystemsint.com) bcc: CESAJ-RD-PE GENERAL CONDITIONS 33 CFR PART 320-330 1. The time limit for completing the work authorized ends on March 18, 2022. 2. You must maintain the activity authorized by this permit in good condition and in conformance with the terms and conditions of this permit. You are not relieved of this requirement if you abandon the permitted activity, although you may make a good faith transfer to a third party in compliance with General Condition 4 below. Should you wish to cease to maintain the authorized activity or should you desire to abandon it without a good faith transfer, you must obtain a modification of this permit from this office, which may require restoration of the area. 3. If you discover any previously unknown historic or archeological remains while accomplishing the activity authorized by this permit, you must immediately notify this office of what you have found. We will initiate the Federal and state coordination required to determine if the remains warrant a recovery effort of if the site is eligible for listing in the National Register of Historic Places. 4. If you sell the property associated with this permit you must obtain the signature of the new owner in the space provided and forward a copy of the permit to this office to validate the transfer of this authorization. 5. If a conditioned water quality certification has been issued for your project, you must comply with the conditions specified in the certification as special conditions to this permit. For your convenience, a copy of the certification is attached if it contains such conditions. 6. You must allow a representative from this office to inspect the authorized activity at any time deemed necessary to ensure that it is being or has been accomplished in accordance with the terms and conditions of your permit. SELF -CERTIFICATION STATEMENT OF COMPLIANCE Permit Number: NWP-3 Application Number: SAJ-2012-03197 Permittee's Name & Address (please print or type): Telephone Number: Location of the Work: Date Work Started: Date Work Completed: PROPERTY IS INACCESSIBLE WITHOUT PRIOR NOTIFICATION: YES NO TO SCHEDULE AN INSPECTION PLEASE CONTACT AT Description of the Work (e.g. bank stabilization, residential or commercial filling, docks, dredging, etc.): Acreage or Square Feet of Impacts to Waters of the United States: Describe Mitigation completed (if applicable): Describe any Deviations from Permit (attach drawing(s) depicting the deviations): ******************** I certify that all work, and mitigation (if applicable) was done in accordance with the limitations and conditions as described in the permit. Any deviations as described above are depicted on the attached drawing(s). Signature of Permittee Date DEPARTMENT OF THE ARMY PERMIT TRANSFER REQUEST PERMIT NUMBER: SAJ-2012-03197 (NW-NDF) When the structures or work authorized by this permit are still in existence at the time the property is transferred, the terms and conditions of this permit will continue to be binding on the new owner(s) of the property. Although the construction period for works authorized by Department of the Army permits is finite, the permit itself, with its limitations, does not expire. To validate the transfer of this permit and the associated responsibilities associated with compliance with its terms and conditions, have the transferee sign and date below and mail to the U.S. Army Corps of Engineers, Enforcement Section, Post Office Box 4970, Jacksonville, FL 32232-0019 or electronic mail at saj-rd- enforcement@usace.army.mil. (TRANSFEREE -SIGNATURE) (SUBDIVISION) (DATE) (NAME -PRINTED) (MAILING ADDRESS) (CITY, STATE, ZIP CODE) (LOT) (BLOCK) (STREET ADDRESS) MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA l v�� SAJ-2012 03197 / Cit of Miami (sheet 1 of 12) Se tember 26, 2018 LOCATION MAP COMMISSION Mayor Francis Surarez Commissioner Dist 1 Commissioner Dist. 2 Commissioner Dist 3 Wifredo Gort Ken Russell Joe Carollo Commissioner Dist. 4 Commissioner Dist. 5 Manolo Reyes Keon Hardemon Gty Attomey Victoria Mendez City Clerk Todd B. Hannon OML DOWERS Daniel Rotenberg - Director CALL 48 HOURS BEFORE 01GGINC CALL TOLL FRbi 1-800-432-4770 91.•0•04 STAN Old CAL OF MAIN 111.C. 0EGINCIL 0CNNEER COASTAL SYSTEMS INTERNATIONAL bIaaIDeofl10 szeoelst®a, One. coatemOttawg inn Moons 1Lachemcal/Electrical Rag. / CA0008722 Rana T. Basullo, P.B. /40889 14180 Palmetto Frontage Reed Suite 22 (906) 898-3980 Wend lakes, Florida 33016 F. (30P) 898-3989 RIVER GO �o MIAMI, FL SEP 2 4 2018 WOOL RESOURCES DIVISION Dl o NEcorIXD Rlrcee� ee Sheet List Table Sheet Number Sleet Tide G-1 COVER C-2 GENERAL NOTES SURVEY G-3 MARINA SUP COUNT S-1 DEMOUPON RIN S-2 DOCK REPLACEMENT PLAN I S-3 DOCK REPLACEMENT PLAN II S-4 DOCK REPLACEMENT STRUCTURAL SECTIONS & DETAILS S-6 TUMULT CURTAIN & A0011. DETAILS UT-1 TEMPORARY WATER PLAN UT-2 PROPOSED LRRRIES RAN UT-3 PROPOSED UOIUTIES PLAN e rtoore MIURA4.40 PISVNLE50MPIDe REUM,NARY APPROVAL Mge .(/1 TE. f/.,/, NO3E: ALL SCALES INDICATE PERAIN TO FULL SRE DRAWINGS 422%341 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PFRMLT PLANS GOAD A I. 9YbTeMS COASTAL SYSTEMS INTERNATIONAL INC 461 Mum D.. AA, cmd DMA. NAND web 141:.105-661 • M55 r,e. 01D 011 • 1411 en LAMOS/8nlom SAM .1 llte.. (B 0I44R C„NM. GN.,nmemd, OrY EnOmwlA And uaagemeel Li : el.rl bbewrto • AMMOLOMA, be. �FFIA 1... ll..e..w w. I®I T.-y% • • Dual LLvb eAALOCa pQr. PEAEr so o e0. W;ea INASA el' .1e,lV TIT 26107 NORD SV COVER C-1 .-.• .:. wyovii, .,,,,.. .. 1•., . ..- r.• ....I. q,. .......—,....- ,.... K., ..“ k.i.....i ..., •,.. • .. LI AA .•I ••• ••• ....op. ..... I A••l•`. ‘•'••• ,I,, „.,.,..•., ...h”1 .;,!:•.4":.1='..'.....:.1...1... :'..... !.•... ,,, r•-...” . ,....., ,,,,,, ,-,...1 • mr,r,‘,ELLao.u... MAP OF BOUNDARY SURVEY ,,,,,,.., .,_•_:... 1 :_.,... IIN.E1111111 r-A,1 k (01d) PORT BOULEVARD :4::..";;;.? it;2:.:.'14:•.4if:1::d1. MIA MARINA L.,. " 0..„..-' • _...,[9.!„,..„.„.,.... 4, ,„ (Submerged Lands) 11 X.0$0111,1 I ......,..,a1_,... 4..,..., .."--.. •'...“.., ...•C•4/1./.4"z CITY OF MIAMI, "...1"....`..z.... ------...:.Z._.;1.`.:;,.. , .1 • \fon.- FLORIDA . , I il II !Ye iC" SCALE r • •,:;::,.....72..... "Le-- = I • MIAMI MARINA BASIN (Submerged lands) '1 DOSING DOCK E.5 RI:RAC:WENT PROJECT ti, AREA 1. ••lk • ::. : • 0 1141. • ....' Jo. 0,-,. ....... ---•_..... . 4,,,,,,,::,...,,,,,,,,, ,..., i . .. . WINIMillair IRIMANERIE AIKINIfillin . SCALE .,„ — • NOT TO SCALE t SURVEY : ..,.. F.R. Aleman And Associates. Inc. LB 16785 %y .• — 1....n... sla --t .-- —I ..,,,,,,..,,,..," • . • . ... , . m• A — • CA i • . • AJ -2012z.0 3197 / ity of Miami . • .• • • .2. (sa heet, 2 or 1 2) Se tem be 2.018 , / . • •• •••:• • • . • • , . . .....'",..... •• t• • r ''•••:./.,. . •• .. .4.• • e •• ••• ' •• ••.' •• • , , • , , ...•L, . .. . . • . . .. . , Z • •• • -- .. •• ..:', 1. 4-4' / ......„, / ---./. • * i • q : i • ....".••!.!, •-„, •• .• \, , . , ' •4Z. ... • • , "$ • 4 . 4gnL9...1._2 .. •• pi? • • • • .•..”• ..• '31 v v k .• .... / . .• ... • • • • A.. Zln,i, 0., I. • „' , • . . . . , ,, • a,'' 'T • . . • . ...,,,•+., ,•. / f' d • ,$ • • . • •• • . ; , 4‘ e.•/'',' '.S ; ' P........-. - taIrFt%: .."....1. , ... . .,'E•lf F.'... 4:'•:: a: I " •••• / . L . BISCAYNE BAY ',•47 / ,‘, '. "V - .' ...!!',:f...-Z_'•• ll', . " ...d':"..'.* •7':'''' ' ." ' " ' '' ""' '''' ' '."' ' .'"." ".' ":.....1•:",',SL.',:'„' ....'.'::',:'.... '...r.•%•' ,..',, : '.!:.: '."!,?:".::.;•.;..' N ' . • • •• " • ' .‘•••••••• ••. • • ' ''' . ' ...'• ••'• ••• ....... .. :.;:,'....,". .4.'1'.4,"'...-.... 'on::: .......‘!:..;:•.•.".....""tr.1..." '''' '" " '"' '' ., • . . ' '"/:...4"‘"• .... ........ • • r'• .. • ,- • , . • ....., -r.:;r; , , ''' :7:.`:::::•::Hr.. : • . :::7i:d..:.:; ..E.,„,..Y•:.."::...d .;!...''..!:::",; ;,•,:L".1.'„::' """ " ::• 1 '.. ... ;,...,-..., . .' .,. ' ,',...7...:. • ill r.! wifrr •,:t . , aa .r..__„._ L: :•:::,14,-,...... • •• , .r. -* .-.1 • . til • • ,-167.7. • • .„ 164`t a ........ • 5.•••• :1,:•1.% ?.•!..!.'.:.!"";.,....> 4... ''..%''.:!................................... ..... PI. ......“ .1, ... 0. fa 5.0. XANV 1. AO ..l I IV n Vow, lio. •,•.•.' • .0 ‘ ....trier. . ro.rof ••• '"•Ld'" '' ..... .. , LON .1, • ' ." ..1 a, ,,, .. „., „. „o , 1,...• i 101 A 4,0.1 ..„.. ...„„ ...a,. „...........,... ••••• .., . , .... ....„ A . ....... •„ ...,...., ....,.... P....A .111r,.., -- • • •• .. 6 V.,,,...r . • • ... •• .f ••••• •' 4 • ___. /v arY•.:7 KA..Krrel• '• ••• •. ..'...• • • . ...... •. .. "....• • , .• .........,,, 1 7. !' . P $ '1!':1(.4A':' ' "'" , „ . 544 • .91.49.", . .%, 41.,V x .11,, 1 Iota •U IA MI la A Nark WW1 A 1,. ir• • ..... • of .1. ,.. 11„ v 6,1....... • ... A Jr.... .... r 1. . . • 0... [11 ,. li ...W.... • ....AA 6... 1.. „....„. „... 1....1. 14. ...a.. o ....1 a ...V lo A .I.,••• • •••••., ........•••1, . ••• A-. ,„. MO.( Of .0,1 Mr Po • kIll ot wolv i • .. r. • .... .0.1 ..... , . rd ^ • ...,•.' . r.r. r.' , •• ....„. , or r, rat I to • ... • tot a gm.' , r, . • •••••' • .. • ...."' . ....' '' ' . • A or... .1. JI 11.0. ... ... . •••• ." '..".."`` ‘• ••• " .. •'"". ••"••• 1. ' .....• ..• ...Ie.., ....• •• ' L..... ,.n. . r. . ...1.. r. • kr... • ono , ... ..t ..... tt.e . .. ... MI. ri, .....1 Ito.. A.. "...."." '''' "“ '" " " ... .. to.........tt, .. ....* ..1 Oa Alt. ... A a.r. loo.1 a .r.r., *1.1 • . ..• s ..13. • •rai .I. • at • or • to to • ....". • '"..'"t",t ,t °' tt't t ''.. • A Ir.. I Lr , .1 1.••cr • .s....... • ... • 1......k . •.•... " '' "'' • ... ....- . r ' ttv 4.. .. .. . ,„. .....„ „.,..„ ......... „, . O .... . 1, • Or• ”.....,• .'' . • "...o7r• P :. .• a' .:•1" • '.,L , , . . • •" ' '"•". '-;::: "".7"" "..'",". ""'' . ...•••"" '.... 1.1.4 to.....1. • ' '.• • ••'... •• ' "". " SUMO SHOWN FOR INFOR/M110N PURPOSES ONLY. NOT TO SCALE ,... .., .... ... . . . .. . , , •• . • ••• • - , , .,. . , , ,.,, ., • ' d . - — - ' - 2 4 1 5 7 SALJNO2012-103197 / City of Miami (sheer E3N0of 12) September 26, 2018 1. ALL UMBER SHALL BE PRESSURE TREATED. SWORN YELLOW PINE UNLESS OTHERWISE NOTED. PATS SHALL el OMEN To ACHIEVE A MINIMUM BEARING CAPACITY OF 10 KIPS WITH THE FOLLOWING PENETRATOR CRIIEIM SOFT Sob: 15 FEET LIME ROCK: 5 FEET 1. THE WORK CONSISTS OF FURNISHING ALL CONSTRUCTION, LABOR, EQUIPMENT AND MAMMAS MD PERFORMING ALL OPERATIONS IN CONNECTION ram 1VAINA CONSTRUCTION AS SHOWN ON MESE ORA4YINGS. 2. THE CONTRACTOR SHALL ABIDE BY ALL NOTES AND CONDITIONS INDICATED ON THE CONSTRUCTION PLANS AND PERMITS. E THE CONTRACTOR MUTES ANY CONDNIGN OF RE PERMIT AND WORK IS STOPPED BY THE STATE 0R OTHER PUBLIC ENTRY, THEN ANY AMORAL COSTS INCURRED BY THE CONTRACTOR SHALL BE PAID BY ME CONTRACTOR IND NOT CIMRCED TD RE OWNER. 3. ME CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL LOCAL PERMITS NECESSARY FOR DNS WORK. A PRECCNSTRUC1gN MEETING WILL BE HE1D ON -SITE TO VERIFY DETAILS MD 4ETHWS OF CONSTRUCTION. 4. N.I. ELEVATIONS ARE IN F0Ej AND NNE REFERRED TO NNE NORTH AMERIGW VERTICAL DAMN (H4VD) OF 1929. 5. CONTRACTOR S R6PoNLSIBII= FOR LOCATING ALL UNDERGROUND MOTES PRIOR TO CONSTRUCTION. 6. CONTRACTOR IS RESPONSIBLE FOR COORDINATING WITH DOER UPLAND CONTACTORS ON SITE 7. CONTRACTOR SMALL ADHERE TO THE CONSTRUCTION WIOFUN6 IN FLORIDA FOR MINOR PILING -SUPPORTED SRUCNR6 CONSTRUCTED SUBMERGED AQUATIC VEGETATION (SAV), WISH 0R MANGROVE 44BI1AT U.S. ARMY CORPS OF ENGINEERS/NAT0N1L MARINE FISHERIES SERVICE AUGUST 2001, THE NIA6 SEA TURTLE MD SMALL TOOTH SAWFISH CONSTRUCTION GUIDEUNES, THE MMMTEE PROTECTION PUN FROM 4NMI-DAOE COUNTY, DERR MO FWC.FOT THE IN WATER WORK MD IMPS JDHSNON'S SEAGRASS COCK CONSTRUCTION GUIDELINES. 8. ENGINEER IS RESPONSIBLE FOR 0BM14NG EMRON4ENIN PERMITS FOR THE PROTECT. A COPY WILL BE FRONDED 10 THE CONTACTOR, AND RE CONTRACTOR SHILL ABIDE BY ALL REGULATIONS FIND POIRET CONORONS. 9. ANY DISCREPANCIES IN ME ,MANS WITH FIEND CONDNIONS SHALL BE BROUGHT TO ME IMMEDIATE ATTENTION OF THE ENGINEER 03N51RTOTION SMALL NOT CONTINUE UNTIL THE ENGINEER HAS ADDRESSED THE DISCREPANCIES. 10. FOR LEGEND SYMBOLS LEPER 10 INDMDOA. PUN SHEER. 11. MINAMNA S M OPERATING, MARINA AID CONTRACTOR SRAML COORDINATE CONSTRUCTION OPERATIONS WITH LAMINA MAMAGETIENT. CONTRACTOR SHALL PROTECT CONSTRUCTION AREA WITH ELM ORE FENCING A110 STORAGE MD PREVENT PEDESTRIAN MCCESS. DESIGN LOADS: 1. DOCKS ARE DESIGNED FOR 100 PSF LNE LOAD. SURVEY NOTES I. UPLAND SURVEY DATA OBTAINED FROM F.R. ALDNN AND ASSOCIATES. INC. DATED: 07/14/17. 2. B4HYMEIRIC DATA BY COASTAL SYSTEMS INTERNATIONAL NC. DATED JUNE 22, 2017. DEM0UT10N NOTES: 1. CONTRACTOR SAL VERIFY THE DENTS, LOCATION AND QUANTITIES OF 61094G ELEMENTS 10 BE REMOVED. 2. A11 DEBRIS WITHIN THE LOOS THE PROJECT SHALL BE RUCKED AND HAULED 041514E BY ME CONTRACTOR AND DISPOSED OF AT AN APPROVED 511E 3. CONTRACTOR FULL NOT M)IM MY STRUCTURAL COMPONENTS BEYOND RE DEMOLITION REQUIREMENTS OF THESE ONWNOS. N0 DANCE BE REPAIRED AT THE COMMCIOR'S EXPENSE. LAYOUT AND TESTING 1. ALL CONSTRUCTION STAKEOUT SHALL BE PERFORMED BY AND PAID FOR BY THE CONTRACTOR UNDER THE SUPERVISION OF A FLORIDA REG STEREO SURVEYOR. 2. NU. TESTING AND INSPECTOR FOR CONCRETE MID FILE DRMNG WANKS AND PILE DRMNG SHALT BE N ACCORDANCE W11N FOOT SPECIFICATIONS, AND SHALL BE PERFORMED BY NA NDEPFNDEM TESTING LABORATORY PROVIDED BY THE OWNER. J. 60441 A.TOR SHALL PROVIDE THE ENGINEER WITH A SET OF AS -BUILT DRAWINGS IN SUFFICIENT DETNIS TO ILLUSTRATE THE HORIZONTAL AN Q VERTICAL COMPONENT OF ABOVE AND BELOW GROUND STRUCTURES FIND WALLS REPINE TO THE CONSTRUCTION 645E1NE REINFORCING STEEL 1. RONFORCEMENT 9W1 CONE ASAP STANDARDS: DEFORMED BINS . A615 . 60 WELDED DEFORMED BARS - 006 W9E - A185 TO THE FOLL0W1NC 2. TIMBER PILES SHALL HAVE THE FOLLOMNG MINIMUM PROPERTIES. FB - 1.200 P51 (EXTREME FIBER BENDING MOWER) FT - 500 PS (TENSION PARALLEL TO GRAN) FV - 90 PS (HORIZONTAL SHEAR) E - 1,500,050 PS (4000LU5 OF ELASTICITY) 3. ALL DOER SHALL BE PRESSURE TREATED WITH CHROMED COPPER ARSENATE (CCA) FOR MARNE USE WITH MINIMUM RETENTION. 4. TRFAIMEM SHALL BE IN CONPORNANCE N1IH THE STANDARDS OF AWPA C2 AND C1B. CUT OR SAWED SURFACES N PR6ERAAIME TREATED HEMMERS SMALL RECEIVE 1190 COATS OF THE SINE PRESERVATION USED IN THE ORIGDML TREAIME11. CONCRETE NOTES: 1. ALL CONCRETE RATTANS REINFORCEMENT AND CONSTRUCTOR SHALL OE IN ACCORDANCE W11N FOOT SPECIFICATION 346, 400, AND 415 OICEPT AS NOTED. 2. PROVIDE CHAMFERS ON ALL DPOSED EDGES AND CORNERS DCEPT AS OTHERWISE NOTED. 3. CONSTRUCTION JOINTS WRL BE PER4RIED ONLY AT THE LOCATIONS INDICATED ON RE PUPS. 442001ON41 CONSTRUCTION JOINTS 0R ALTERATIONS TO THOSE SHOWN WILL REQUIRE APPROVAL BY THE ENGINEER. 4. ALL DIMENSIONS PERINNING TO LOCATION OF REINFORCING ARE TO CENTER UNE OF BARS MEET WHERE THE CLEAR DIMENSION IS SHOWN IO FACE OF CONCRETE 5. NO 06495 0R OTHER META STEAL PROTRUDE FROM SURFACE OF CONCRETE 6. MINIMUM CONCRETE COVER SHALL BE 3' TO OUTSIDE O BAR. 7. ALL CAST -IN -PLACE CONCRETE TO BE A MINIMUM OF 5,500 P51 COMPRESSNE STRENGTH AT 28 DAYS. 8. PRo440E AN F00T-APPROVED MIX DESIGN FOR A CLASS N CONCRETE FOR AN EXTREMELY AGGRESSIVE (MARINE) FUMR0N4EM. PROVIDE SUFFICIENT NIOUM OF FLY ASH, 41CR0511C . 0R WC TO THE CEMENT CONTENT TO INCREASE IMPERMEABILITY OF CONCRETE W/C RATIO SHALL BE LESS RW1 0.40. 9. CURE PLACED CONCRETE IN ACCORDANCE WITH FOOT SPECIFICATION 400-16.). 10. PROVIDE ADHESIVE BONDED DOWELS IN ACCORDANCE WITH FOOT SECTOR 416. CONCRETE REPAIR NOTES: 1. REPAIR CONCRETE CAPS AS NEEDED. 2. CONTRACTOR TO NOTIFY ENGINEER OF ADORONAL DAMGE/REPMR AREAS. 3. REMOVE N. UNSOUND CONCRETE AROUND DOA:DUTTON AREA EN CHIPPING NMI PICKS 0R UGRWLTCHT PNEUMATIC IMPACT TONS TO EXPOSE SOUND CONCRETE FREE OF LOOSE AND UNSOUND MATERWS. CARE SIM11 BE TAKEN TO AVOID DAMAGE TO SOUND CONCRETE BEYOND THE UNITS O THE DEMOLITION AND TO AVOID DISLODGING OR DAMAGING EMOSE0, FASTING REINFORCING STEEL. 4. SAW CUT EDGES OF REPAR AREA TO A DEPTH OF AT LEAST 3/8' TO PROVIDE SQUARE EDGE 5. CLEW ALL EXPOSED SURFACE, INCLUDING THE EXPOSED SURFACES OF THE REINFORCEMENT BY ABRASNE BLASTING. SURFACES SWLL BE FREE OF ANY BOND NHIBRNG OR OTHER DELE1ERI0U5 MAMMAS. 6. APPLY TH0R0C H82 REPAIR MORTAR, ENO -COMPONENT, POLYLIER-MOOMED, SHRINKAGE-COMPFRSATEO HIGH MD REPAIR MORTAR IN ACCORDANCE WITH MANUFACTURER INSTRUCTIONS. 7. CURE REPAIR MAIER& 10 KEEP (JOIST FOR 7 DAYS IN ACCORDANCE CORN MANUFACTURER INSTRUCTIONS. PRESTRESSED CONCRETE PIUNC: 1, PROVIDE AND INSTALL CONCRETE HUNG IN ACCOROYICE 'MAIN FOOT SPECMCAIRN 455. 2. PN6 SHALL BE MANUFACTURED IN ACCORDANCE W11H FOOT SPECIFICATIONS 3. CONCRETE SHALL BE FOOT CUSS N (SPECA) FOR M C RDELE AGGRESSIVE (MARINE) EJMRON4E1. PRO91DE SUFFICIENT FEY ASH, MICROSIUCA OR SLAG TO THE CEMENT CONTENT TO INCREASE I4PERUEARILIIY OF CONCRETE CONOEIE 9MLL NAVE A MNI4U4 OF 755 SPECKED COMPNESSIYF STRENGTH PRIER TO DRIVING. 5. ALL PRES SAW. 8E DRN0N TO ME MINIMUM RP ELEVATIONS INDICATED AND TO ACHIEVE THE BEARING CAPAC16 INDICATED. CONTRACTOR STULL BE PREPARED TO PRE -PUNCH OR PRE -DRILL HOLES AS NECESSARY TO INSTALL PING NT0 LIMESTONE 6. CONDUCTOR TO INSTALL INDICATOR PRES AND CONDUCT TEST PILES AT LOCATIONS INDICATED IN THE 5-SHEETS. 7. PILE DRMNG, INCLUDING TEST PEES SHALL BE INSPECTED BY AN INDEPENDENT GFDIECHNICAL ENGINEER HMO BY RE CONTRACTOR 6. CONTRACTOR SNAIL RE1NN SPECIALTY ENGINEER To MOM10R VIBRATORS AND SURD/ENT WRING PILE DRMNG IN ACCORDANCE WITH FOOT SPECIFICATION 455-1.1. HARDWARE NOTES: I. ALL BOLTS AND HARDWARE SHALL BE 316 STNNIESS FOR WANE APPUCATXINS UNLESS 001ERWSE NOTED. 2. ALL NIMINUM LAOOOS SHALL BE INTERNATIONAL DOCK PRODUCTS 0R EOUNAUM. 6 STEPS. 3. ALUMINUM NEEDS SHALL UTILIZE F1UER TYPE 5356. 4. ALUMINUM ANGLE SHALL BE 8061-18 ALLOY 5. ALL CLEATS SW. BE IMMO INIFRNAIIOML 0R SCN0EU/1RN-ABRECNT, SIZE 12, THROUGH 16 INCH SEE STRUCNRA PLANS FOR RESPECTIVE LOCATIONS VINO OUW11116. 8. ALUMINUM RAMP SHALL BE 6063-T6 ALLOY 0R APPROVED ALT. RNIP SURFACE SN411. RE RASED 'DIMOND' PATTERN. CRATING MATERIALS: 1. FIBERGLASS DEO4NG MATERIAL AS INDICATED IN THE DECKING PADS SMALL BE WR�Df�LcattlEp`T7EED (21 AS 4ANUFACTURFD BY SRONGTYELL 0R APPROVED EOWL (PRU01 U J DES i REFER TO PLUMBING FIND ELECTRICAL SHEETS. SHOP DRAWINGS: PROVIDE SHOP DRAWINGS AID/0R CATALOG CUTS FOR THE FOLLOWING ITEMS FOR RDAEW AND APPROVAL BY ME ENGINEER PRIOR TO CONSTRUCTION: A DEMOLITION METHODS AND DISPOSAL PLAN B. CONCRETE MIX DESIGN FOR CAST -IN -PUCE CONCRETE C. CURING COMPOUND D. REINFORCING STEEL APPROX. AL BLT BUILT MLW BM BPAA N0. BENDING 0C. OA C.Y. CUBIC YARD CL/C{ P.E CODER UNE ENT C 0 CLEAN OUT n_ CONC. CONCRETE Fs COME. CONTINUOUS MAT EW G EE ELEV. EL DNA. CALV. - 4 18MAµµpPVV..L 0E3001.5 DIVISION 4'RE(TIAINARY APPROVAL NAME N ATE 9/TV//P EACH SR. EACH END S14. ELEVATION 1E EACH FACE T EXPANSION JOINT Tr, METING GALVANIZED MID -DEPTH MAXIMUM SECTION DETAIL LABEL LETTER INDICATES 5EC110N NUMBER INDICATES DENT. SEP 54 Ole WOUNAL MSSCIIMCES OIVISIOM C ECa„uNle R[eOueCte E. PILE DRMNG MEWS AND METHODS INCLUDING PRE MINER DATA F. FORMWORK G. SCHEDULE FOR COMPLETION OF WORK WITH TASKS A10 DURATIONS DEFINED H. TIMBER PILING I. RUN PEDESTAL INFORMATION J. EPDXY ANCHORING SYSTEM FOR BOLTS K. CLEATS L NEOPRENE BEARING PAD M. FIBERGLASS GRATING N. PEDESTRIAN PRONE ABBREVIATIONS APPROXIMATE MIN MINIMUM ALUMINUM MIN MEMW HIGH WATER BOTTOM WNW MEAN HIGHER HIGH WATER MEN LOW WATER NORTH ON CENTER OVERALL PROFESSIONAL ENGINEER PROPERTY UNE POUNDS PER SQUARE FOOT POUNDS PER SQUARE INCH DWIEIER A SAFE 50.G. SUB ON GRADE EACH WAY ss STAINLESS STEEL .STE L STATION THICKENED EDGE TOP TYPICAL LINO. .-UNLESS OTHERWISE NOTED WINE WEEDED WIRE FABRIC SHEET NUMBER WHERE DETAIL 0R SECTION 15 DRAWN DATUM D6AOU4M NOM 6$ -MIN REF: NOG SM. D 1523165 Nt.S A.E ALL SO11E5 INDICATED PERTAIN TO FELL SIZE DRAWINGS (221134') 2 3 4 5 8 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASTAL SYSTEMS INTERNATIONAL INC 401 Sod, D.„ 14I1.0 Coal 0Novae 11146 Id44 15. 0-eel-MN FM. 105-001-191. ....00ld4ni*tm w .3) Sale al Naha 16 1I9117 Coastal, Inwawnenw. Cm! Cnylneonn9 and ManayemMl A eagiews • 66/51/M G6/00/le 11/46/17 60M BLAS PEPVMT Mv__ OYMT SIT IMl1J1(:I I.11 INIAWN Ur UII INIb AY 220F6607 NA3O68 AP NI .; 9,7stY E4 GENERAL NOTES G-2 SAJ-2012-0 FLOATING DOCK TO BE READIED. TAP. 14 .5 A 3197 / City of Miami (sheet 4 of 12) September 26, 2018 I 6 MINA -BABE COUNTY CODE (ORDINANCE NUMBER B9-104). RECREATIONAL BOAT DOCKING F TOTAL NET SUPS: 156 TOTAL DRY SUPS: 0 TOTAL DRY STORAGE SPACES: 0 TOTAL ALLOWABLE COMMERCIAL VESSELS: 57 TOTAL ALLOWABLE RECREATIONAL VESc41S: 103 MAU CURRENT WIT SUPS: 149 NUMBER OF LEtABOARDS: 0 DAYS OF WEEK N OPERATION: 7 4 a �\ EXISTING SLIP MIX V SCALE 1' • 60 7 UBO 19 SUP NUMBER F0 FLOATING DOCK VP VESSEL PIAIIORM .10 0 60 SCALE /N IEET MIL ALL SCATFS INDICATED PERTAIN TO RILL SIZE DRAWINGS (22%341 A MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS tlMB COASTAL SMT1IMS M1EENAIKTNA, INC 464 1Mm w- 100.,, Cww CAM... 1W1p, 34I16 Iw. 305-661.10M fA. 105-1,61-I4H ....0a.7A1S56Mo S1ul. ,l I.. LB II0111 C1.1 LnyAmanng onal MAwyn.nl bebBm moolat••. Loo. tt4. 16.1 a1.-. .... !A'81 Cr= ani7e Be/05/56 11/1A/1T OFMI Mi PEWIT SET 1'1.rt11,1 NII 121M0661 MA UM INN) Ly1,16 NY SV c11 11qM 41 N MARINA SUP COUNT G-3 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMR PLANS SAJ-2012-03197 / City of Miami (sheet 5 of 12) September 26, 2018 EXIST. Cl. FENCE TO BE REMOVED, TW. EXIST. DL FENCE To BE REMOVED, DP. _._,-`� _ . • I :'� .,fill. .T:.! -y I*,I So iv e,V_ - : ` (FLDA•C-/�`o T` '' 1 r FTO rl JI—�::._ el .>.....,--=i=—,r jl© B'ETO ......;._ _ .• -- �`��II _•� A- -- P.�lA .d C17 y1ifl B� COASTAL SYSTEMS INTERNATIONM, NC 16� � u•• wun•+r I:urW Lo01... IYnba .A11.6 IM Nn-NI-JAI]] Tot. J9]-llook.S coon ]lots of nor*�EU PRIi T �erwlf \ �/�A L Y-1 ♦ I� I p II V OUSTING UTILITY PEDESTAL TO BE REMOVED, IMP. •/. y ♦ y ♦ ♦ /•/ P --�♦ ♦ J (S) EXISTING WD. FINGER EXISTING CONC. PI p PIERS TO DEMO. AND 10 REMAIN IN PUCE ALL PILE CAPS AND PILES TO REDACT ,.�/ P�' (25) EXIST. MOORING PILES IN RE -BUILT WITHIN THE EXIST. Q IN PULE IMP. DECREPO CONDRION TO BE FOOTPRINT P -- ♦ ♦ REPLACED IN EXISTING FOOTPRINT, IMP, REMOVE AND STORE ALL MEATS, '-�✓ g S',e 71 pia '= li en iun. N•MHo • oe1.F••, Ono. IF'll�, IMP. • :)) n -_® L ., y _ BISCAYNE BAY IF -II 1/2' a:� DEIST. CONC. BEAMS. +PER BENT, N - TO BE DEMO., IMP. _— EXIST. LADDER TO BE REMOVED AND 510900 M OWNERS ORECDON, 1YP. RIMER MARGINAL DOCKS TO BE DENOLKHED I RDEEMOYID I 1D BE LB TIMBER DECKING TO BE PRECAST CONCRETE N • Ir MIDOUSTING �O HEID1 P.— 0 REMOVED. lYP BEM TO M. UEMOlP10N NOTES: ° m• �� ♦ ♦ .�,-_�.- _^,- T DEIST. • CONC. -"�- I. CONTRACTOR REMOVE ALL VENDOR KIOSKS ASSOCWID EQUIPMENT AND . GWAGINALBE DOCK a E CA CONCRETE DECIDING TO BE PRE CAR BELOW _ Rama. IMP. BEAMS TO BE REMOVED, 1YP. ',• B •- r �' . --.--• � SY•y_ • •• �_ a STORE E 4 STORE Al A SECURE LOCATION (DESIGNATED BY CANER). 2. CONTRACTOR TO PROPERLY DISCONNECT ALL MIRES PRIOR 70 • ---- .-- - - — — - ra \ \ -- _l y I>� R EMOLD ON ONLY WAIN DESIGNATED CONSTRUCTION AREAS. S'( ♦ _1(..••=0-11 r, ' A1940I S. CONTRACTOR TO COORDINATE DEMOUIKJN CONSTRUCTION PHASING WTM OWNER m I \ 1 \ ® �•s�. 1 ifllt� - _ ♦ 2 0.0' `ABA\ PPoOR TO COMMENCEMENT. yIXISDNC .1) \ ♦ \ 1 1111 .I j '' 111 .II Ii' j 1 777 )1 11 24'.2+ CONCRETE• PRE CAP TO BE REPAIRED. SEE GEN. NOTES. IMP. -- -1.98' 4LW 4. ALL FLOATING COOKS TO BE REMWED. 5. CONTRACTOR SHALL PROVIDE TEMPORARY FENCING AND SOLACE 10 PREVENT• ACCESS TO WORN AREA BY PEDESTRIMIS. • • _ . 06/21/10 12/Ie%7 • _.—... _ _ 00•I 0100 kiwi .- -- - 1 B. DEMOUDON EFFORTS ARE NOT TO EXCEED THE UMI15 DEPICTED W THESE �� PUNS. _ - - 7. EXISTING STRUCTURES BIFORMATION OBTAINED FROM UPLAND SURVEY DATA BY F.R. ALEMAIM $ ASSOC., INC. SURVEYORS AND FIELD MFASUREMENOS 081MNED 8 ,.vc T... I1Q 2U PRE BEM DESIGNATION r ♦ ♦ EXISTING YUDUNE DUSTING 14' S0. CONCRETE PRE (TO REMNN), TYP. BY COASTAL SYSTEMS INTETLNADO INC. B. ALL RIMER DECKING 995 CONCRETE DECK SUPPORT BEAMS ARE 1D BE DOUSHFD AND COMPLETELY REMOVED, WTHIN ME UMTIS OF DEM0UT0N Li I.�� tmtmo7u• I HANI! II, A u•t.l1. ur /P I 1 (VARIES) \ UNKNOYM IN+ EIEVAIION . i\//•/ ^'/ • i\ T S' /. `, / DEPICTED IN THESE PLANS. 9. REPAIR ALL CONCRETE CAPS WIM NON -SHRINK GROUT AT REMWED BEAM LOCATIONS 10 PRCADE BEARING FOR NEW SUDS. _ 11141111.11,..i J ..• i I•• •t 3 !f tea or ri nrr�L,.��i ti I O DOCK SECTION A2•'ENMLREWU•CE]GNAI]X ES 1PREL7RWA1 IB A A MY 0 20 ( DEMOLITION PLAN DEMOLITION PLAN SLAW IN FEFF . D SOLE 1. • 20' off: MI Sn1 ES INDICATED PERTAIN TO FULL SITE DRAWINGS (2Yil c41 •1 I 7 1 A SA ' ' ' -211,2-1 iw . .. , • MARINA R 5 IMPROVEMENTS CITY OF MIAMI, FLORIDAFM PERMIT PLANS — �\ t. ® ® BUCKNFAO `f 65 '�" � E—_ u IT I I. I - -- - .`� _. �®�`` 111111111111111111111110 I I l : 1�1Tl Tllllfl�ffl�lll 111111 11 [Il1 I: IZ 111 1� I 111 I C �,! AL �� 2® 4" 22'-0" 20'-8• 24'-2• 26'-0• = 25'-10' 25'-11'�� �. ;`` CAST-ITT-PLACE'L ` 1‘® ® NC. COSUB you+ ` N. +, d' ` 'O' ,(. \1 D • f •_ .f i _ —NEW WOOD DOCK $ NEW MOOD DOCK 4�� tQ`lJ `;vim OwYTnL ♦C ` 15 MST. SUPS WILL BE IMPACTED DURING PROPOSED RENOVATIONS\ \ NEW DOCK PLAN VIEW SCALE = AM.Ara yeti � = °.` 4,y JP PP �U A .. �0` I N.V'v�p�� ♦• I —. c. = 9vTx MY. COASTAL A. SuolS INTERNATIONAL INC u.. N ATIO Ord c.Y, ,Y.w �11u ta. 105-en1-4e55 fa'. 305-AeI-IYII ....CouldbyYmalnl cm 5w1. or fWrga [B IIUn! Coe.. Cmomnaulel. Cml [rvinemp aMNYOnOpemml D ``` PROP. BPoCN PROP. =� ' 1 [j n _ q _ _ _ _ _. _ DasnNG - ----\ PA66RS AND CAP \ ® NEW PPoECASfeI 0 GRATWC CONC. BEAM Si \� .�� '''-'4..�a7F•'1 .. v = 'I 0 `; y �\O. 1 PROP. CONC. PROP. OONC. CM 9.2'..MIfYL A(, CIA / ._ TN k. IJ I —_._BIRD _ IL _ -_ _ I - _ I• CA_NtiD_ n - - I ' PROPOSED 14 Y11•S" �\7. ^\B\\—\GONG. PILE. 11P. �•Y — - -1 a1E-NEW I{.Moowe a 0000aoteo, M a V ..oye ® I CAST -IN -PLACE 4CAST-IN-PLACEO SECONDARY SECONDARY POUR, 1YP. ALUM. CLEAT, TIP., SEE I —PROPOSES • \CS . / C010. \ ,. ` ., `\cosT. PILE, TIP. ®—PROPOSED 14•Y14• \o.' . PILE,1 111 / / 24•624• 'V I u I I—DIST. 14• SO. CONC. PILE I PROP. 14• SO. CONC. PILE, TIP. $ 5I.I• _ CONC. CrW OSED 24•Y24• 1 i.I. I 1 � / • O : - I . xDc AREA CORNER DIFA (OVERWRIER)-2,161 LJ Y _ •- • -- .-- _ .. - -. _. -- - ..__._.—_.._ = NEW FIBERGLASS GRATING, T1P. ,BUIl01FMSECTION 6 NEW PILES, 2 NEW CAPS & 16 MST. PILES A EYWAUSOA LION R PREL1 ART PR AL —�� 7U SCALE I•.4• _...- C7 NEW PILE & CAP PLAN "' 6 — - - _.. -- - aM/iA - _-_ OOOi ALMS --.. ODNCREIE U ■ NEW PRECAST S_4 16 BEAN, TYP., SEE ® 0AI 101'-5" O a2i 70'-0• Q • _ 62/62/16 IIM%171EIIMf Aovmolr Rot SIT _. B ��rT V® 1�I n. -` I B „ EE limn _ ALUM. UDDER SEE I �' ' -__ _ �Y I: -HEW�"' TIP. _ (I . PILE DP, TW. f1 I —IX. PILE. TW. �.:P"A.'3" 11 1 1 G7E,7CEfWWCCG'aiN."-°'.Ki _ 1 u'I 0 o n 1 _ 1 ---NEWa _ .1 W4AaCkti."�FaaOtx ,. PIIeME GP & !ItvAvtt}L••....... 111) I I .. N LI,�I ,., In el II, rllr w umau� .�. 'Ai4N0 SIwi6 or w u•l:t,lr..` II r.Ir. m 296'-3- .�. Z �=1 V I-� I I IJ o lL•aAlr6...u. f1 NEW BFAM. TW. I { I \IX. PILE CAP. TIP. I n I IX. PILE, IW. �.' � DOCK REPLACEMENT PLAN I _ _ _ IL' raNtmIMISFA70YgIs --I VC•SA,, JRIGiuu -i- p� ,�n:rx mem::u..., .�. .,.,,V. 5 0 Elaayy 10 O PILE um DESN'rNA1MW1 NEW DOCK ELEVATION 5C"` "' "E' SOME: ,• . f0' NDff: S-2 All SCALES INDICATED PERTAIN TO PULL STE DRAWINGS (Iran 1 1 2 1 3 1 4 1 5 1 6 1 7 B A SAJ-2012 2 NEW PBEPDIASS SPARK rep / ,— NEW PRECAST CONCRETE BEAM. PCP., FAD CAP 4 I 5 1 6 If(fffflf ftlll1l1T111111111 j11111111111111111 Pin 11111111 CAST —IN —PLACE SECONDARY POUR IYP. 25'-10' NUM. CETAT, TAP.. SEE L:l —NEW W00D 000K + 24'-1 00 NEW DOCK PLAN VIEW dD SCALE: 1.. 1'I ^ COST. CONC. DOCK EMT. CONC. 000KJ 03197 / City of Miami (sheet 7 of 12) September 26, 2018 =1 BEAM. TAP. PEE CAP. TAP. --EX. PNE, 1YP. NEW DOCK ELEVATION KALE A:W L11 P1. NtlMM1.M50MCE5 MUMS PRELIM! RYA PROVAL ANI 0041e OPILE BEM DESIGNATION 5 D Nn SCALE IN NEC! 2QIE: AU. NDAIR INDICATED PERINN TO FULL SIZE DRAWINGS (22'a34') 2 I 4 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASTAL SYSTEMS NT9NA11WLn0 E+C 5w1 w- nNn.., Coral G.. w !OS-ui-3C�5J1, 7,., 305. eel .101. tlaSplenWnl.[an Mole el w w VW/ oS [mmwn rolW, CIN Enyn.-n5 uM uorto5m-n1 bG-IM `µ1;1... b.. a. 7. Ili MCI an5in5 DRAWN 11/ 0/17 mW ms A SUSS Mid es0.1 1,41111.1 IsIrRees Or Imam WAY DOCK REPLACEMENT PLAN II S-3 I NEW PRECAST CONC. BEAN MIAMARINA PIER 5 VARIES IMPROVEMENTS S-4. 3-4. r—s• 1 I .I Alk mans CAP BULKHEAD GP NEW FIBERGLASS NEW GAST-IN-PIACE 2-0. CUL MO CITY OF MII, FLORIDA MATING 7FLLY_L.,5!_ 1.-0' NEW PRECAST CONCRETE BEAM CLOSURE POUR, PP. MA 12' 0 WO. • / EXISTING CONC. FILE. MP.) PIE CAP . . PERMIT PLANS .. 'N"-easneLs FAST. moo TO BE _,____IRILLIEW___ -/ 0.0' NAVIN 4 CONCRETE FIE CAP, ITP. sa 1... REPLACED IN KIND. SEE SOICULE ON LETTLETT SHEET NO ADOMONAL ? _ELEV e_.- CONCRETE REPAIR AMES ON SHEET G-2 L EXISONG 14'0 CONCRETE PILE. TYP. 1-2.-0.--1 EL +33 WM) 7 2013 WD. DEICING 3010 WD. MINCER, MR) — CC/ANTAL MS. TO BE INSTALLED r-e id 3412 s'.':'... -1.98. MEW "A WD. JOtST, PP. litilli1111 Z.\ UMW 14' SO. PIE VP. SS (HURRifplIE 'Ililli • , • • systatal ' COASTAL SYMMS IHTERNADONAL, INC USING ,........„./NC. V UK 0.0' NOM 404 10010 Imo 14414•44 (WM) UNKNOWN 11P 4i "4- 4,441 044440 /Wan DUB lel J00-001 MSS 7s,\,, ' : ''';',\ ' ', ‘n•:>".‘,7g -' . - COST. BENTON ELDON ..01#00 P. -1.91P KW ...4os,.....,.-60.1.....114:0„.... 01440 ul 110444 40 , 1.1 ../'?2 ,7,7, . '„, c.'. ‘,,'..',., ,;:l,,,,,......, - 7' ,::,.. C/20141. flicuMTA11101, CiA/ Licialftlii, an4 Ilunap4moni 4: /%". 44•:' ..,./s•:./ """ii•:".• • '• • / ..'• .•-• // • / `,..!.• / , /,,,,....!:‘,...., 'T.,..";,'......,..',.' •X 1110 WO. csOSS BRACING \"....... ..s:‘:\,,, T.I.J.-.. / ‘,./:. s .'..•..... VP. .J;;;,, r,,-) TYPICAL SECTION 1HRU —12' 0 WO. PIE •'''',14.,,.;‘, t.,... /......,...' , DOCK PARTV1 DOCK HEVATION .11 SAJ-2012-03197 / City of Miami (sheet 8 of 12) September 26, 2018 -.7-.--. , , 6TP' sig t g icill NI "el etz_ti, R i' brume a ...sou% Wm . ...........,,..,,,,..---- 1 0 'TYPICAL WOOD DOOC SECTION - -D EW, ... _ ailO gcI / _• / •. ..._.• L . o /i- . , DEI N CK ./ Pi/1L /. 00/03/111 rovizior:riv. I In WD. JOISI; [ a . 12/18/1i _ sta 91±04988 V _ _ _ - _ - _ V ' b 4 In //15/1/11/41 - a grealc. 4. VARIES I 87 -1.90. KW bri / Olc, All 11/ .0 i -1CCM. Fitt.. irp, _ - mg. CONC. -7. STEIL FORM FINISH --------- LcA1/11.11. ALLLI1U PANEL/FIE BULKHEAD SIDES AND BOTTOM Cir.) SECTION 'M. 41,..,,R;EAL.7/M707 AU RP CP7R P'Vn.1 COSTING NUDUNE (VAMES) • 7 ',....., .>„, •....( 7.,,,...-sy.... ,...77.7::\•.7> •s;‘i ."...:<... '-: \\--t /.... - ZIr 3/4. CHAMFER TM. . f.'4./., '.;:',/,;. ......... , 41.. -.-4,-.— --, SECTICH ir A .001.4 44, rt fcrI.LL/A0 0 1 fh / 0 PRECAST BEAM DETAILS ESL 1 0 2 ALL SCALES INDICATED A OCK REPLACEMENT STRUCTURAL SEC11ONS & DETAILS PINCER PIER CONC. DOCK CONNECTION FERMIN TO RILL SCE OSONE ,so r-r DRAWVIGS (22'0341 S-4 1 2 TURBIDITY CURTAIN 5/16- GALA. CABLE SNEATNm IN RC QMTNN BOOM ELEVATION NUS POLYETLTIME FLOTATION MOUNTING PLATES TURBIDITY CONTROL AND MONROE/NG NOTES: I. CONTRACTOR SHALL SUBMIT TURBIDITY CONTROL PINT FOR REVIEW AND APPROVAL PRIOR TO CONSTRUCTION M ACCORDANCE WITH REGULATORY PERMITS. 2. TURBIDITY SNAIL BE MONITORED AS GUNNED IN THE REGULATORY PERMITS. 3. CONTACTOR SHALL CONDUCT TURBIDITY MONITORING U11U210G APPROPRIATE TURBIDITY MEIER WHICH TESTS IN ACCORDANCE WAIN EPA METHOD 160 (0R ATUNA1FNT). 4. TURBIDITY LEVELS IN WATER COLUMN SHALL BE MONITORED AND RECORDED AT LEAST EVERY 4 HOURS DURING DREDGING OPERATIONS; 0R MORE FROOUENTLY DEPENDING UPON DIE FREQUENCY OF ANT POTENTIAL FOR WATER QUALITY VIOLATIONS AT THE CONSTRUCTION SITE 5. SAMPLES SHALL BE COLLECTED ONE FOOT ABOVE THE BOTTOM, AT MID -DEPTH, AND ONE FOOT BELOW THE WATER SURFACE AT MONITORING STATIONS LOCATED AS FOLLOWS: A MINIMUM OF 100 FEET OUTSIDE OF THE DREDGING FOOTPRINT, NUR THE ENTRANCE TO THE BASIN. AND CLEARLY OUTSIDE THE INFLUENCE OF DREDGING AGITATES. THIS SAMPLE SHALL SETAE 45 THE NATURAL BACKGROUND SAMPLE AGAINST WHICH OTHER TURBIDITY READINGS WILL BE COMPARED. DIRECTLY OUTSIDE THE TURBIDITY CURTAINS SURROUNDING THE WORK SITE AND WITHIN THE DENSEST PORTION OF ANY VISIBLE TURBIDITY PLUME THIS SAMPLE SNAIL SERVE AS THE COMPUANCE SAMPLE 6. IF THE COMPUVICE SAMPLE MEASURES ABOVE THE BACKGROUND SNARE (MEASURED IN NEPNELOMETRIC TURBIDITY UNITS (MTUS)), ALL OPERATIONS THAT ME CAUSING THE WATER QUALITY VIOLATION WILL CEASE, AND THE FLORIDA DEPAT/1MT OF ENVIRONMENTAL PROTFDIION (DEP), MIAAI-BADE DERM, MD U.S. NWT CORPS OF ENGINEERS SHALL BE HOMED OF THE WOLATON (AS REQUIRED IN THE ELNRONMEMAL PERMITS ISSUED FOR THE PROJECT) WORK THAT 6 CAUSING THE WATER 0UP1NY VIOLATION WILL NOT COMMENCE UNTIL SUCH TIME AS THE WATER QUALITY REA01N05 RETURN TO 0 NTU5 ABOVE BACKGROUND, OR UPON THE APPROVAL OF THE AGENCIES. 7. CONTRACTOR SNAIL COMPILE AN0 SUBMIT MONITORING REPORTS TO OWNER AND TO THE AGENCIES, AS REQUIRED M THE ENVIRONMENTAL PERMITS. 6. UPLAND SILT FENCING 5HA. BE INSTALLED AND MNNTNN( IN ACCORDANCE WITH AYPPP PUNS SODS STOP BOLTS (TOP ! BOTTOM) =SETS SS PIPE FRONT VIEW SCE VIEW 5/16- GALA. CNN BALLAST BOOM SECTION MOUNIINO PLAIT TO BULKHEAD, TYP GUSSET CONTOURED DEMN WHEELS BEARING BOLT ''-SLOTTED SS PIPE CURTAIN CONNECTER PLATE 5S BELTS 3: NITS TOP VEW OTURBIDITY CURTAIN DETAILS NTS S5 BACKUP PATE CURTAIN 4 6 T SAJ-2012-03197 / City of Miami (sheet 9 of 12) September 26, 2018 t-5/CNIY SOM65- STCIl NIOE MOLT DOL. 10 CONCRTE BEAM MI (2 NI/1' SUNLESS SIM S LIS COEXE TEN 2- TEAOASS OWE URUTY CHASE P8FRCLA35 M311AR AT WEL RIP OF 60 ;TRIO 10 IL J. RF1DW WON OF WW1. SE. OUTILITY CRATE DETAIL NOTE: COAT ALL PILING WITH TIOROCOIS FROM TM OF PRANG TO ELEV. -2.0' 5 TURNS 0 l" PITCH Y PION 16 TURNS 6- PITCH W3.5 VOL TIES TYPE BID LENGTH 12- SO. CONC. 3' PITCH 16 TURNS A jr OR- M. . !� 'i':JIIJ' 1 A REFER TO SHEET G-2 FOR PILE GENERAL NOTES. A q .) 0;'1 t.101) (it lre A•A PILE SECTION Nis O12"SQ. CONCRETE PILE DETAILS TS. RER•NANMI ISESOORSOSOIVISION A PRELIMINARY APPROVAL NAME1,7 �(.h DATE SZIS//P I 0 2 SO4LC I' . Y-O- ADZE. ALL SEAS FULL SIZE PERTAIN TO U. DRAWINGS (22%34) 2 4 MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASTAL II S .'.eM9 COASTAL MUMS IMIRNATIONN, INC IOC 11446 Dab Npn4a, 0401 Cabaa. IMaa 66115 ia. JOJ-NI-JOYS ha. )05 661.I9II Imo CwN46•010N6N1x0N 5101.E N.) Ctl 5A001 Canal. 46.00m01101. CI.II brewing wH Mw ogvnen1 A bbemolle 4. titioaa. bo. RBI »!= 01/21/10 Ioi/11 11%11/17 GI101 915 rmrtm 0..1 tot. 010407 I14IIN HMO IMAM, Nv 5V A, I.III.1U et VP TURBIDITY CURTAIN & ADDTT DETAILS S-5 SAJ-2012-03197 / City of Miami (sheet 10 of 12) September 26, 2018 HAP..•H . PVC PPE 1 i L. AS INTERCEPT FIRE LINE AN0�+I INSTALL 4%4' PVC TEE 0 WEMT l'F PC 1 ,'f1 PROP. a' G.V. IV E00 4.1 PAC 47,4' . PAC m REDUCED PRESSURE ZONE � I EMRNaLOw PREVENRIR. PROP. 4- DOMESTA \`,L„• CONNECT TO PROP. 4' W.Y. l: PVC BEND r \ I ,,.I,,.,.n., .4....,....,." ILRi$r. :Cr U.I.P. 'LI TXt'1 PCm 1' C.V. 1YP, 2. eon/ S5I PC RE 1. I -PROP. 2 — 2' O.V. TEMPpWO PROP. 2' G.V. PROP. 322' PVC REDUCER PROP. L•100' 2' TEMPORARY PVC PIPE ;P. PROPOSED 2'. 4Y (./ (CLOSE WRING TEMPORARY 1 CONSTRUCTION) CONNECT TO EXIST. 2' WATER To 21 PA t I dla� I I r Pc90010 a 0T0 w rrPY: 2R2' PLC m FOR CENNECIION EY EI Ur PCm MR 10000ARY CONNECTION I I/O' PVC %ANNN (KA) TEMPORARY WATER PLAN SCAIE: 1' 13 of INC TEE COMECREN 1/4• ERGS 301001. SEE DERN 4 01 WET P-2. 1N. 2 SU' L R.OIA1nMi ROAM OPIUM PRELIMINARY APpRO L NAPE 2' RAT s o R SCALE IN FLU NSRE ALL SCALES WORM PERTAIN TO RILL SIZE DRAWINGS (22)041 I T MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS 9YYTDMY COASTAL SYSTEMS 21IFANLAT10NA1, INC. 6A Sw0 DKR HO , CAW Uu6NA 11*Wa 111.4 14: 11A•651--1655 11.•ti61-ILIA w CmRaRY+IamWLAan SIM el IWAu en POW CAAAal. InmumoouW, CNa (m m ., end knaymwnl LbsoulIo ..o.Y1.., no. 7I/21/II DEFY REVS RI/01%1I R 1.400411 RDA 12/1I/1i PDMIT SET If r. PNWE.:I 110 221260A wIIIN Rpm UI1.NF RI CR rIn I MA 2A' TEMPORARY WATER PLAN UT-1 _. - bro.ima-HayA eoad= i-a\twipwox.\.*um] uo, u \to'oseOU\P o,a\i I 2 1 T 1 4 1 5 I 6 I 7 MATCH INE A•A PLAN, SHEET #tYWW MIAMARINA PIER 5 E ROP. 'f R PA; PIPE -113 'fr.. 1.7. INTERCEPT 4 E ANO EAL I i 4 � _ _ _ --O SAJ-2012-03197 / City of Miami (sheet 11 of 12) September 26, 2018 i 3 I , P6C TEE IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS INSTAL. ... P C 4• PVC YEE f '; oo KW ...PVC ' PROP. .. S.V.( .V. ` ,• D.V. ,W. ------------------�--- ✓ cuns,'AL 9D BOO 4•f flf' R INC R 11 II , O. II 1Y1'/-- PROP. 4' DOMESTIC' REDUCED PRESSURE � 1_ N I al ws TtE I �l , , I'� - ZONE BACNFLOW REVEMgi. CONNECT TO PROP. 4• W.M. PROP. W\ PYC BEND \I iaST. 1' D.I.P. - - I 7� .�1ti T,µr I (64 31I 'jl I 71 �.� '/ 1 PROP, 2• G. `_ I � PgOP, Jx2' I PVC RED ER i/ • `l II�EMPDRARY//////-'' TPA 90 BOW I I 9y9T .. I'hI COASTAL SYS��MSINIFR6UIIOWII•BIC 64 SYSTEMS O. INATIO D CwW Oa6bT, fMiRR 11118 a. RIG-661-M6! Ta.. wIX /; ErER•' a� T ]I� tl I r / r::� p ' - ( (( ^ •" `20 () co, la sties WG i WS-661-1914 .. Ewaufa'nbnd�a.r.n Nw. rl6 . �I •u �� I ', (7,1) ; iCT !'� / - CONSTRUCTOR) E%IBi,CONNE]• TO,/y/ I / / pYTo� V I a LB 11ue1 [wad, Enri�axlwmd, Nil Ingwwic, mp Naccoc, J 9,+ - �� PROP. L-190' ,•T TE WATER L1 P BD BOOTl..e. PIPE PA S`y PfC PIPE \ ' . - �'= ' Y _. -_... _—... j / y / If i I I IT I I H 1 I I I j�LI111111j�tLI .� / 45- Boo Illik 8 it __._ ....._.. _...__. __.-.__... ... ._... 'Y IN v A' EY BY :: :.: 13 229 FVC LEE - .. _..� W ERR I..... TG \ 1 .. CONI6CI li._. Fa2R1Ditivmw I 239 roc R \ FOR TDINRVW 3/4• BRASS VEGET, I `!•BW90 41N Wtea, lee. fDIP1ECilON I I / \ 1 1 tit PO NO CpmLC,DN SHEET P-2 4WM I A \ I C I�m pow N.... Tru 4w. nu 011 - • PROPOSED UTILITIES PLAN €tit_ C4) — _ sr I Q ==•• • l n d SCHEDULE OF minas TO BE __ _.. .._._.._._ COSTING �e1[NFus PROP. BRICK PROP. NEW PRECAST AND CAP PAVERS A R GRAM GONG BENT MACH) M KIND 2 INCH PVC 5'CNED. 900 WAIIIt LINE N t� • 0./91/10 pal REPS _•� T 2 INCH P9C SDR 40 ELECT, CONDUIT 1i=' - B INCH PVC SDR 40 ELECT. CONDUIT D1 /IT pow so PROP. CONC. CIP PROP. SONG (3) 2 3 4 INCH P9C SDR 40 LIGHTING CONDUIT ) _ B - I,n 4•:r I I .I. 1 � I 1DIPORMr WATER TINE LOGTIIIN St/9 MOIMIW — � — ' ■� f1.0 NAVO 1 INCH PVC SDR 40 PHONE CONDUIT 2 INCH H'C SDR 40 GN CONWR In MI 41 NCI 2maB.9'F .i� A. �-LT--_ ll .I. _____ — _-1_9TI MlW KIND I.r1 I n.I I Nr RP Ilan n,. — T I-- COST. le SO. I CONC. PRE MUSES 10 BE REFUGE SEE SCHEDULE ON INS SHEET RER•MANiUL RE9WRCE]DNIpgM P0.ELIM ARY APf0.0VAl NANF� DATE _ 1 •• * �*'o A I III .. <11, sM _L.2.2 ` 1 ) ;7>' tip\, Ii .�.�n.,1SF EJ .I -1:-- SECTION A • _ I s ° 0 A PROPOSED UTILITIES PLAN SCAM I. 4' SCALE IN FEE) EEL Au. 5D/is INDICATED PWWN TO Ella SaE DRAWINGS (22• ''') UT-2 1 7 SAJ-2012-03197 / City of Miami (sheet 12 of 12) September 26, 2018 Emrr. immeterttp IIuhuIHur�a 11 I DIP. PPE /PRWOnY IAE DV PROPOSE) 4'. P40 M104 UPI CUP1Ecic11 TO MTV MES A- (n) CONEE11011 TO unn1 POEEMIN. PROPOSED COMECO N TO 4• INC 1 410 01RSY PEDESTAL (J) .n �77 3) CCONLC p1110 MITT PEDESTAL nPROPOSED UTILITIES PLAN sCP E: 1' - i0' Jo unlit 4fRSTN. U 441 1 TD, URfYE0 4 10 (J4) REP .viATURALRESOURCESONISIOD PRELIMDI RV APPAOV - nArnS DrIT! ER1@Q (26.) PEE BEM DEsanoN 0 40 SO1NE /N EEEP A01E ALL SCAB INDICATED PERTAIN TO FULL SRE DRAWINGS (22'041 ( 7 E MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PUNS COASTAL SYS1DA6 O44ERNATIONAI. INC .W fwu P.w leprwl cwW i..bw.. flee. 3.11411 Iai. JOS-641-36M Fa.. Ms -bpi -1914 aa.wbnlaer.lcen SW. W IbniR Lb Flael CowW, wnei, Ciro teene>nn4 242 and leonoy.nwnl I.J°on 4(0 on•al•••a••P... Ina. W/21/11 2(141 ELs._.. ... . 06/01,m/01 Io1117.. _. - 12/11/17 POOR SET _ ....- _ I'n Wc�l r,ri 100210.01 00 toe IW0 1.44Ami Ur. CA l.Il1.,LU bY: N 0 )R= nW 2„ PROPOSED lmu11ES PLAN UT-3 STANDARD MANATEE CONDITIONS FOR IN -WATER WORK 2011 The permittee shall comply with the following conditions intended to protect manatees from direct project effects: a. All personnel associated with the project shall be instructed about the presence of manatees and manatee speed zones, and the need to avoid collisions with and injury to manatees. The permittee shall advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing manatees which are protected under the Marine Mammal Protection Act, the Endangered Species Act, and the Florida Manatee Sanctuary Act. b. All vessels associated with the construction project shall operate at "Idle Speed/No Wake" at all times while in the immediate area and while in water where the draft of the vessel provides less than a four -foot clearance from the bottom. All vessels will follow routes of deep water whenever possible. c. Siltation or turbidity barriers shall be made of material in which manatees cannot become entangled, shall be properly secured, and shall be regularly monitored to avoid manatee entanglement or entrapment. Barriers must not impede manatee movement. d. All on -site project personnel are responsible for observing water -related activities for the presence of manatee(s). All in -water operations, including vessels, must be shutdown if a manatee(s) comes within 50 feet of the operation. Activities will not resume until the manatee(s) has moved beyond the 50-foot radius of the project operation, or until 30 minutes elapses if the manatee(s) has not reappeared within 50 feet of the operation. Animals must not be herded away or harassed into leaving. e. Any collision with or injury to a manatee shall be reported immediately to the Florida Fish and Wildlife Conservation Commission (FWC) Hotline at 1-888-404-3922. Collision and/or injury should also be reported to the U.S. Fish and Wildlife Service in Jacksonville (1-904-731-3336) for north Florida or Vero Beach (1-772-562-3909) for south Florida, and to FWC at ImperiledSpecies(a)myFWC.com f. Temporary signs concerning manatees shall be posted prior to and during all in -water project activities. All signs are to be removed by the permittee upon completion of the project. Temporary signs that have already been approved for this use by the FWC must be used. One sign which reads Caution: Boaters must be posted. A second sign measuring at least 8 1/2" by 11" explaining the requirements for "Idle Speed/No Wake" and the shut down of in -water operations must be posted in a location prominently visible to all personnel engaged in water -related activities. These signs can be viewed at MyFWC.com/manatee. Questions concerning these signs can be sent to the email address listed above. CAUTIO r H BITAT All project vessels IDLE SPEED/NO WAKE When a manatee is within 50 feet of work all in -water activities must SH T DOWN Report any collision with or injury to a manatee: Wildlife Alert: 1-888-404-FWCC(3922) *FWC or #PNC ‘11141:":4?-41&,.1•4 • UNITED STATES DEPARTMENT OF COMMERCE National Oceanic and Atmospheric Administration NATIONAL MARINE FISHERIES SERVICE Southeast Regional Office 263 13th Avenue South St. Petersburg, FL 33701 SEA TURTLE AND SMALLTOOTH SAWFISH CONSTRUCTION CONDITIONS The permittee shall comply with the following protected species construction conditions: a. The permittee shall instruct all personnel associated with the project of the potential presence of these species and the need to avoid collisions with sea turtles and smalltooth sawfish. All construction personnel are responsible for observing water -related activities for the presence of these species. b. The permittee shall advise all construction personnel that there are civil and criminal penalties for harming, harassing, or killing sea turtles or smalltooth sawfish, which are protected under the Endangered Species Act of 1973. c. Siltation barriers shall be made of material in which a sea turtle or smalltooth sawfish cannot become entangled, be properly secured, and be regularly monitored to avoid protected species entrapment. Barriers may not block sea turtle or smalltooth sawfish entry to or exit from designated critical habitat without prior agreement from the National Marine Fisheries Service's Protected Resources Division, St. Petersburg, Florida. d. All vessels associated with the construction project shall operate at "no wake/idle" speeds at all times while in the construction area and while in water depths where the draft of the vessel provides less than a four -foot clearance from the bottom. All vessels will preferentially follow deep -water routes (e.g., marked channels) whenever possible. e. If a sea turtle or smalltooth sawfish is seen within 100 yards of the active daily construction/dredging operation or vessel movement, all appropriate precautions shall be implemented to ensure its protection. These precautions shall include cessation of operation of any moving equipment closer than 50 feet of a sea turtle or smalltooth sawfish. Operation of any mechanical construction equipment shall cease immediately if a sea turtle or smalltooth sawfish is seen within a 50-ft radius of the equipment. Activities may not resume until the protected species has departed the project area of its own volition. f. Any collision with and/or injury to a sea turtle or smalltooth sawfish shall be reported immediately to the National Marine Fisheries Service's Protected Resources Division (727-824- 5312) and the local authorized sea turtle stranding/rescue organization. g. Any special construction conditions, required of your specific project, outside these general conditions, if applicable, will be addressed in the primary consultation. Revised: March 23, 2006 O:\forms\Sea Turtle and Smalltooth Sawfish Construction Conditions.doc U.S. Army Corps of Engineers Jacksonville District's Programmatic Biological Opinion (JaxBO) Project Design Criteria (PDCs) for In -Water Activities November 20, 2017 1) (AP.7.) Education and Observation: The permittee must ensure that all personnel associated with the project are instructed about the potential presence of species protected under the ESA and the Marine Mammal Protection Act (MMPA). All on -site project personnel are responsible for observing water -related activities for the presence of protected species. All personnel shall be advised that there are civil and criminal penalties for harming, harassing, or killing ESA -listed species or marine mammals. To determine which species may be found in the project area, please review the relevant Protected Species List at: http://sero.nmfs.noaa.qov/protected resources/section 7/threatened endangered/in dex.html 2) (AP.8.) Reporting of interactions with protected species: a) Any collision(s) with and/or injury to any sea turtle, sawfish, whale, or sturgeon occurring during the construction of a project, shall be reported immediately to NMFS's Protected Resources Division (PRD) at (1-727-824-5312) or by email to takereport.nmfsser@noaa.gov and SAJ-RD-Enforcement@usace.army.mil. b) Smalltooth sawfish: Report sightings to 1-844-SAWFISH or email Sawfish@MyFWC.com c) Sturgeon: Report dead sturgeon to 1-844-STURG 911 (1-844-788-7491) or email nmfs.ser.sturgeonnetwork@noaa.gov d) Sea turtles and marine mammals: Report stranded, injured, or dead animals to 1- 877-WHALE HELP (1-877-942-5343). e) North Atlantic right whale: Report injured, dead, or entangled right whales to the USCG via VHF Channel 16. 3) (AP.9.) Vessel Traffic and Construction Equipment: All vessel operators must watch for and avoid collision with species protected under the ESA and MMPA. Vessel operators must avoid potential interactions with protected species and operate in accordance with the following protective measures: a) Construction Equipment: i) All vessels associated with the construction project shall operate at "Idle Speed/No Wake" at all times while operating in water depths where the draft of the vessel provides less than a 4-foot (ft) clearance from the bottom, and in all depths after a protected species has been observed in and has departed the area. ii) All vessels will follow marked channels and/or routes using the maximum water depth whenever possible. iii) Operation of any mechanical construction equipment, including vessels, shall cease immediately if a listed species is observed within a 50-ft radius of construction equipment and shall not resume until the species has departed the area of its own volition. iv) If the detection of species is not possible during certain weather conditions (e.g., fog, rain, wind), then in -water operations will cease until weather conditions improve and detection is again feasible. b) All Vessels: i) Sea turtles: Maintain a minimum distance of 150 ft. ii) North Atlantic right whale: Maintain a minimum 1,500-ft distance (500 yards). iii) Vessels 65 ft in length or longer must comply with the Right Whale Ship Strike Reduction Rule (50 CFR 224.105) which includes reducing speeds to 10 knots or less in Seasonal Management Areas (http://www.fisheries.noaa.gov/pr/shipstrike/). iv) Mariners shall check various communication media for general information regarding avoiding ship strikes and specific information regarding right whale sightings in the area. These include NOAA weather radio, USCG NAVTEX broadcasts, and Notices to Mariners. v) Marine mammals (i.e., dolphins, whales [other than North Atlantic right whales], and porpoises): Maintain a minimum distance of 300 ft. vi) When these animals are sighted while the vessel is underway (e.g., bow - riding), attempt to remain parallel to the animal's course. Avoid excessive speed or abrupt changes in direction until they have left the area. vii) Reduce speed to 10 knots or less when mother/calf pairs or groups of marine mammals are observed, when safety permits. 4) (AP.10.) Turbidity Control Measures during Construction: Turbidity must be monitored and controlled. Prior to initiating any of the work covered under this Opinion, the Permittee shall install turbidity curtains as described below. In some instances, the use of turbidity curtains may be waived by the USACE project manager if the project is deemed too minimal to generate turbidity (e.g., certain ATON installation, scientific survey device placement, marine debris removal) or if the current is too strong for the curtains to stay in place. Turbidity curtains specifications: a) Install floating turbidity barriers with weighted skirts that extend to within 1 ft of the bottom around all work areas that are in, or adjacent to, surface waters. b) Use these turbidity barriers throughout construction to control erosion and siltation and ensure that turbidity levels within the project area do not exceed background conditions. c) Position turbidity barriers in a way that does not block species' entry to or exit from designated critical habitat. d) Monitor and maintain turbidity barriers in place until the authorized work has been completed and the water quality in the project area has returned to background conditions. e) In the range of ESA -listed corals (St. Lucie Inlet, Martin County south to the Dry Tortugas and the U.S. Caribbean) and Johnson's seagrass (Turkey Creek/Palm Bay south to central Biscayne Bay in the lagoon systems on the east coast of Florida): i) Projects that include upland earth moving (e.g., grading to install a building or parking lot associated with a dock and seawall project), must install sediment control barriers to prevent any upland sediments from reaching estuarine or marine waters. ii) The turbidity curtain requirement cannot be waived for any project that moves or removes sediment (e.g., dredging, auger to create a pile, trenching to install a cableline). If turbidity curtains are not feasible in an area based on site conditions such as water current, high wave action, or stormy conditions, the project must undergo individual Section 7 consultation and is not covered under this Programmatic Opinion. 5) (AP.11.) Entanglement: All turbidity curtains and other in -water equipment must be properly secured with materials that reduce the risk of entanglement of marine species (described below). Turbidity curtains likewise must be made of materials that reduce the risk of entanglement of marine species. a) In -water lines (rope, chain, and cable, including the lines to secure turbidity curtains) must be stiff, taut, and non -looping. Examples of such lines are heavy metal chains or heavy cables that do not readily loop and tangle. Flexible in - water lines, such as nylon rope or any lines that could loop or tangle, must be enclosed in a plastic or rubber sleeve/tube to add rigidity and prevent the line from looping and tangling. In all instances, no excess line is allowed in the water. b) Turbidity curtains and other in -water equipment must be placed in a manner that does not entrap species within the construction area or block access for them to navigate around the construction area. Tau f 1FTiamt ADDENDUM No. 1 June 18, 2019 Invitation to Bid No. 18-19-007-R BAYSIDE WHARF MIAMARINA - PIER 5 (NORTH SECTION) TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid (ITB) and shall become an integral part of the bid submitted and the Contract to be executed for Bayside Wharf MiaMarina — Pier 5 (North Section) ITB No. 18-19-007-R (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/MODIFICATIONS: Wherever applicable throughout the ITB document, Bidders are hereby advised that the Bid Submittal Date has been extended to July 2, 2019 at 3:00 p.m. EST. The location for delivery of Bids remains the same. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. nnie Perez, CPPO, Director Department of Procurement, City of Miami +kw � O H X (Cita of Atianti ADDENDUM No. 2 June 25, 2019 Invitation to Bid No. 18-19-007-R BAYSIDE WHARF MIAMARINA — PIER 5 (NORTH SECTION) TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Invitation to Bid (ITB) and shall become an integral part of the proposal submitted and the Contract to be executed for Bayside Wharf Miamarina — Pier 5 (North Section), ITB No. 18-19-007-R (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 City of Miami's (City) Office of Capital Improvements' (OCI) website and are part of this Addendum. REQUESTS FOR INFORMATION (RFIs): Q1. The ITB states that the Contractor is responsible to secure all permits. General Note 8 on plan G-2 states the Engineer is responsible for all environmental permits. Is the Contractor responsible for any environmental permits? Al. Coastal Systems International, Inc., the Engineer of Record (EOR), is responsible for securing the following permits: Florida Department of Environmental Protection (FDEP), United States Army Corps of Engineers (USACE) and Miami -Dade County Division of Environmental Resources Management (DERM) Class I Permits. Q2. What is the status of the DERM permits? A2. The Preliminary Permits have been obtained. The EOR will submit the plans to the City for Dry Run approval. Once approval from the City's Office of Zoning and Building Department is obtained, the EOR will submit the plans to DERM for Final Permits. Q3. Is the Contractor responsible to secure and pay for the City of Miami permit? A3. Yes, the Contractor will be responsible for obtaining City permits. Q4.--- Will the City reimburse the Contractor for the City of Miami -permit fees? A4. The City will waive fees associated with City of Miami permits. Q5. Will the City reimburse the Contractor for subcontractor permit fees? A5. Please refer to the response to Q4, above. Q6. Phased construction was discussed at the pre -bid meeting. What is the minimum number of allowable phases? A6. Two (2) phases are allowable. A third phase may be permitted if sufficient justification can be provided. Q7. The Army Corps permit requires a monofilament recycling bin. Who will pay for the monofilament recycling bin(s). Who will install the monofilament recycling bin(s) required by the Army Corps permit? A7. The Contractor will pay for and install any required monofilament recycling bins. Q8. Will the City pay for the Builder's Risk insurance policy? A8. No. Q9. The bid package did not contain any MEP plans. Please provide the mechanical, electrical, fire and plumbing plans for this ITB. A9. Please see the MEP plans attached to this Addendum. Q10. Page 22 of the ITB states, "There shall be no obstruction of City services without the prior written approval of the City." The existing as -built electrical service that feeds the south commercial dock intersects the new concrete/ fiberglass dock. Relocating this main electrical service will require the existing electrical service to be interrupted. A10. Any obstruction to City services will require the prior written approval of the City. Q11. Who will be responsible to relocate the existing electrical duct bank? Please provide drawings for this work. A11. The Contractor will be responsible for relocating the existing duct bank. Please see the Plans attached to this Addendum. Q12. Please revise the electrical drawings to reflect the as -built conditions. Al2. Please see the Plans attached to this Addendum. Q13. Are Davis -Bacon wage rates and certified payrolls required for this project. Page 5 of the ITB defines the Davis -Bacon Act. We are unable to find is the Davis -Bacon Act is a requirement of this solicitation. Please clarify. A13. Davis -Bacon wage provisions are not a requirement of this ITB. Q14. The interface between the existing bulkhead and new concrete dock has been problematic at Miami Marina. The joint between the two surfaces creates a tripping hazard. Previously, —the-city added-an-aluminum-non=slip-expansion-joint-cover-to-protect-the-public-Should an aluminum non -slip expansion joint cover be added at detail A/ S-4? A14. Yes. Final concrete docks will include the aluminum non -slip expansion joint cover. Q15. Will the City provide a Contractor staging area? A15. The City will use best efforts to find a staging area. Due to the amount of ongoing construction at Miamarina, however, setting up a staging area at the marina may not be possible. If this is the case, the Contractor will need to find and propose a staging area for Bayside Wharf Miamarina — Pier 5 (North Section) 2 Addendum No. 2 RFP No. 18-19-007-R City approval. Q16. What will be the size and location of the contractor staging area? A16. Please refer to the response to Q15, above. Q17. Will the City provide on -site parking? A17. No. The Contractor will need to find parking spaces. Q18. How many parking spaces will the City provide for parking? A18. Please refer to the response to Q17, above. Q19. Will the City provide construction use water and electrical power at no cost to the Contractor? A19. At this time, the City has not determined whether it will provide the Contractor use of water and electrical power at no cost. Q20. Timber Note #2 & #3 on plan G-2 states time piles shall be Chromated Copper Arsenate (CCA). Suggest using CCA piles for dock construction and greenheart piles for mooring piles. A20. Please provide an alternate for the replacement of the CCA pile to Greenheart for the mooring piles. Q21. Will the CCA timber piles require wrapping? A21. Yes. The final concrete docks will include the wrapping on the CCA piles. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Bayside Wharf Miamarina — Pier 5 (North Section) Anni�P .rez, CPPO, Director Department of Procurement, City of Miami 3 Addendum No. 2 RFP No. 18-19-007-R ELECTRICAL EQUIPMENT MARKING AND LABELING NOTES PLATO RAMO Y.'NG MEro'Fla'MvF➢LE�IEPe PIYN IAPEO Wd MASK MALL De LA15500 .1 'AmwAVT ACC AP IMP Ira Kook. num. 0.1 OA Mon. WA DaMLIO AA IEREMxIAII,£ePOR OFCEp bIG1.0 00 IC,buACMME1 Wd0NMD MAIN ELECTRICAL CABINET NOTES DOCNIT CN06 EL Lk. Otte. IPALL ea FRAC.O MAC.. AM NFC MCI MAIN ELECTRICAL CABINET SIGN NOTES C..00. AIN Tat MM.2 DI rt.. Al LOCARG.IDE MARC. Iw AKA AO DE RA. AT Re MACE AmKT EMPRENl.0.A1NM A EMPLACED M00E C ELEemfx 0100 BALL MAD Le FOL.. w010RAIE u1CFD' nAwuALL N ALTAR 1.OE APAMAID Or M ELKAE/L ,Er4clgt MO PE SURGE SUPPRESSOR NOTES n IicInIarik M L O:CCSW.E al111 re050 SWARM FORTE nff MEMMOI.MMALL. EAM .YdC.A. EMPITA a TO n=C..We.MA. °'"E MEL WOE AOEOEA eIn#lAtlx PUCl DED DT MROACNE MO'AANCE PROIECI.I.0006.,L ON An+OFO EDML AS -BUILT DRAWINGS OMEN, HI.. WES MEALLATICN MO RECORDED ON • CLEIN PAD. O. I �O AATIAL RCA. 0 AL RND MAX MIRMMAC.OmON Y. A0.00ui MlFe WFD GENERAL NOTES IDAVAICA PROM. TO.11 TANMLY+EAM10.00uulK 40F ILL.=Y4.1.4. .. 0.0111.1.RA!NO ORM AO LA. erne MDWoe.e6cuua calaOF.RATO4 a BE MEN�TO MAYw..O AA. AM MAIM ow"C"OfOAT.. MAL. AMA IRA.. AAE la...MO EL MI AuO0 P[ Ilww WEIEMJIROulD Ox.P..O MECOX.RALL PM WI .1iRR I.e. 5 YI *PLACE l O. 010R.CIl1p 'tORMALL NORM COCA MEN ,, ALL OrtA SMALL OE OA..YY4wLCE0. MELCA10.40E, EMCm CIEN.R 10 CORR. POLAXIM A AL OERREACLEe MILL DE NM IAILED AFR. PM'I.LIRE R4nMAWOO PPLN to RV MO MINN 6 NOES CIN LAG EDE 0. [ART CURET PG MIL .3 REGREW AMU NOT APPLY amaaEOGC0.01EL ITEEP MI w TEN,GOMA. ELACIMF MRMO OauED./.6 MOACII. ALL ARe PALL x CMRR AC MLA. MALL M TTPE mwMRd• 441 M`04.116IMREeEM R,FARMEDIOMe1MCESEWNMRNA Ie1PeAMENAPP.. eC1 CANT.IL GCMG REM 10001.0TACALLI. C.LGA1 NM AOOnI . EM MeA MfI. tl"W CIEmK 11E KN4 COGtlI wl NOFxIM O s ODE. AA 1 1. P0�cCE14Mroe10NMwl ME1 IC' uuAL..�0E Li AI 110 r. .0 DARE!DOME PALL M. Maleel....eAeOOR CO.A RAq NOW ms'Ar acun "I.10""MPOCK. Maa AO NYE 0 0.01MALL AO-OfnpA¢ Wow Ylwn ACAD. MuE ▪ 00.05 WALL re WOOD T m40 MRACATE 500, W �16 PACE at AMCAveNCrt O•M PE.010rl:INo4 MDR 1 M..l .1101 AO PILL... PALL BE ACCaME ALL TIE 11E O All RAGOUT PMED.,MAA1en 000c10143 040101 BMAiI C COLOR DAVEO A OLOA 1M010,0141@D AAA INOtt.d1➢00 lannertenn OE COMM AW.M Y"A ,1LE M. L etas ▪ ROW. ROI AAA. 021. ed.TIr""rnl0 AS. ▪ 0.01.1 MALL De Len AA OR 5.1.10 ACM. EARM AILLLL 10 tO wH Al A IMAM EA. OR COCRTE CO. AA 01.0. C DR*. APPLICABLE CODES RAI ROMAME PiS1EICICNC4! 0011lpmWl 1 REIMM RE,W MERE. PAS POLL DE nwOxl®YKf/..DMCE. WIN M MO MO LOCAL 000. M!1 I14T C ROO=MI n�iif MtAUAIEN N MAC ALLOTTED eBO. w.ael cA D =awn, POLL OE E4MIAMEDTK.4LM fMIR REGAT e111EIA • rel. a L.A. FOR 4.. CORIAL 5.911 MALL OE DEIMMEO D ALL At. PALL CDOE MIK.fA AM. BOEe OR 10.00Y114 rNwFA CLAEAORA EFA b AU COeRw E11.0.. EOM. MALL C 10010 00. 11 KEITIwla15 MALL DE avO WI LOCA.. AM1EhDO BE 510/OEO M I[KIEIE RATED roN II/C. WatlM AtTEO WO6O POE PO AO MOWAIHM 4nAN MM AM.M.P. MIA MAAOOr MRR WOW 01eO.. 144MCCIE 4 enxEceo C111. ITwMI Ol 6E+tMm N wac.MAIO,AAA RAlCelNevwRN AAMb PALL ec MOW.* • IROPRb6Mfao 1. 1.11WAN MOO 40ON . l0 MN.M RR D.. AwAll ft COCA API MO MRNA MOO Or CAME _ A._ CAC ti M MOR ; ALL IIA MALL Oe OTC.. At LAe1 O.BCu .11CALLT Eo ro1501.RLT WEIE PRKICAL • TK'e� OA NI INI...11010 NEE XeOsltaYC11M R TEAT® COMARMMOAu DEMrtNWM,DIMIER OR NOM MTG. PRIM. MO IOIEWLAIMALDE I.EE CC MA IM AlulE4d AFORE COMA. AIEMeLED. X ITO.. ME MOOR JIGIGNEGLEGOIL REDIRECT DT MO LLCM COME .11464 CRP. MOM. DOG b. MEM ELECMrAl4 CGRACACEIONO MEIGETelEM DEO4PIMM MAI'"M'YEO4.O MAIIia OOC"�"d F00 4111011. OAP. DOCK . ME DOA. CN ORECNRAL RAN 11M Nu. M.MIN Mle ALCM MALL 00N.rswmRu WWILTPL.. rely MAFEALfWR 1E bC AO LOCAL COO w! EwYI NNN IWINM PAMC MO1CNIbe1 HALL rouN I el 00150100 LolLa 01M K.1 AO. OACIPICAL CO.DiEN bull OE LOCATED. LEY INW e M A001 M AMC A.OA.0 PER WEN NE CONTAGION EPLIEL MA CAC.= ATM M.. A. Ma Ia POEMS RMIM Si MAN DE LOCATED AO. 10 WERE. PER 1. MCI. KOS LOC... LOS LAM M N AOO.FM • PEDELIIAL5AIEN AACPNea PENbAL1 DE LOCOED NAS. MN.. AKANDON. ONES o RC.WE ALL WOO NRl 5.11MC 2 3 I 3 i MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS • COASTAL SYSTTMS INITANATIONAI, INC 464u.A Nw'-a1 Cote LAMA. IS bma 'EI.e a IY.eei Etl . L.105rem ..mx LET SI04 al IIwY,lb IMO/ MAIW, Lnmaumenle. 01 Memo ml aN Munol.m,nl I1 ,1 j,U 1. 1 IQ YNn° DI 503 GENERAL NOTES AND SYMBOL LEGEND E-1.0 xyePredP ed aeddalr la1 m:.�0Lwd0.w.uan dn.«.n 0.5Ee MRAmEd PEDESTALTYPE I sPni arum 01MNrm wK11 Poi[ NJ lar we Sir nld Rxe falAY Yvlk cielul tiCvnlll I RAKIamdY1.,14,. eMd� Vylitl MINTS GO.1NSIKl11 indde DOB PEDESTAL Tvrg Fri ufn[41114deN cWMGt®lwD MIM ]NLPo1 13A21.PCIA 1ACKVA ran WISP MIER MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASTAL SYSTMS NTTINATIONAI, INC pap wain Mop MO, D carpi.jO Mundu 11116 la. lya 111 ftlS! ran. war-eei lyu C.nN-$,1l.m.lm coin Sow al IWrrd. W 110I1 CwWL Inanmmmlud . ergnnriny and 4anuy.mmd A R A S U 1. 'l 0 ? S i t 270210 MW yy ELECTRICAL PEDESTAL DETAILS E-2.0 771 I Systems Intrnotiond\ A r . k—tle.A. num �� I DIDIREFITIONMOTITO OCRYFRO IRAN L TT TT! 7 '11, • L / I 'AT I . Jo \ a 0 ?-t EXISTING DOCK PLAN ELECTRICAL DEMOLITION SCALE EXISTING DOCK PLAN - ELECTRICAL DEMOLITION i t ISET KlEk Dm. ELIVRTCAL 44,Dt4 can.. col... eon.. OXII. FTRIOUt ROAR 1110.1•16 costrra wears 1YOMG LPOCA eme sus 14.4 OE 6x161.6 RAMA MEN FROGATITL6. MINIM CONXITO AT IWO FORT FOR PERLACEMENT ARO eN1.1011:01.11.1.41 1.411M.4.014., 10.1611. :1161106 404DA PRPERTAI.0 TO 06 FirIONED DADDTA ..ToDADD: nut. 404. roDer. 40 uus ma MOW 40 CPCTATTB tans-ros MO. ritl%6146 • I ItTRFREFF • FR tO CORN 10 RM. M.A. TOM &RCM 4/0 ItPITTORRO Or MORO IP ORME 61.41.6.0 mortatta nat., CD DORM REMO NO CC10.111.1trPlabia LOCO. noOl• R2/Ill KOWA. 10 (1) PIC. REMO ROCOCO'S RIFIFI.r1r0 ORtlidt FUTTO. ROAR MEV. 10 CE CCIIKERIT letRTSO. •114/0.01.61•0.4L00GO FONG 101140. KOWA WO A MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS CDASTA1 SYSTEMS INIIRNAllONAI., INC 464 411111 Doe tiplirog Coco: CRPlet, fio•TA, 00141 14, JO 601 -.16hR 144. JO Del .14 ever CoostoRy•TeriRlaraill 104 61 IluFFFIR F1/06, CON tol, E11.10f111.1111, Dnonean. Dna uunAponiml li A S 1.1 L I' 0 A•••:•TT 1'111 • .!:•;11=ITZ. DEMOLITION ELECTRICAL SITE PLAN E-3.0 now rano oamoroonow ocuroson. t— j Deb DIM1.117 PLAN 11 7.. ( NEW DOCK PLAN - ELECTRICAL <lb scALE 7\01D DOCK PLAN - ELECTRICAL r„sylicas, (D Noma micloor—ft woo cm.. 11.11.6.1601.6 M .01.11.1.16.661. MMIM (0 MOIR. MOM rummy. 09MM 10.31.6 .61.113.1.61.1.1.66.6 10 CP.C1.11(.0•061. b. [M. 611.10.117 .111113 MM. MM.. PPM 013.1. Nto FOAM 19.0.6.0 CD .12.61.1. MO WWI. MN. WM.. 61/...3161.14.1116 MLR ROP.0.1.3 DC.1116 O.. LE MM. 6.0111.0 KAU 011.0.1 01/....U. 61. AMMLO 10 Kb 60....crum 40 corn ora wan. owe Nrue cox 1.1.1.111.11.16. MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASTAL SYSTEMS INTERNATIONAL, INC. 4b4 11..1601. 1.1 ..s. I..tle 33146 306 -66I• 3066 1. 30 .61 NI. 00. bo..16560.11.1 .01. a 000do 10 E /ow coo oi, 001 ono.. WM. .n. Ihnumn.61 • R A S U 1. 1 0 1 .0 0 II ELECTRICAL SITE PLAN E-3.1 Im[6141w1 .4 COMMNTC NAN 22fIBtM1K ENLARGED ELECTRICAL ROOM PLAN SCALE: 1/2' - I.-0' 4. LOILOITERTC MARINA PEDESTAL RISER N.t.5. 1.4.2141151 PANEL: "B" EXISTING NO DESCRIPTION OF LOAD Ne_6Ee ma 50 AK 6�`ADIE Na NIED 0.121212 KVA 2.....241511612211O MEMO lNNIUrtafat— 2. 46 m0515 maw mem. DeN16 PAa n 25 2514 yo 15 200 316 200 240 MEI 20 CONNECTED LOeD. e64 d. N Ev61Nil06DN01214614D 51. M6 Ra'l.E51. 0 Me... • e6N.215 nenncm 0 Ra..coon CD NnN.t Am cOaal ma. mom NOR ® on,4Ac0416amYIN NE SCSI NEC AR1A1.5,j559 DEMAND LOAD CAL05A10t • TT AFN PLO CAIRN C1e111W PAR NI.S. l TM4DITlvllbN fgT68N/.2C if4.1 ni..f TIAL ELECTRICAL RISER liratC61.821.8141t1220 CO MONONUN=4 wove ,.E. M .. RAW MO,ea1 � o,61warrn. MECI P6•loa w Nm®6.N6K AMO.6F I154505.NRN.NocAmE CD „,gib :0T:ENEu66.. D �rawA a.NAue e D 6%afl6 DienM].N PAP. 5 II MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASEAL SYSTEMS I14I9)NA(ONAI, INC 466 x611 545 mgn.o, CNm 4614,. IWlluu 2e141 Iai. 55 • 6e1.16bb lea 21.16 b61•1514 .5051251314531111 tam SIM u1116. IN 1514 Ca5212, 6554.51e. C.ol /ny, Val, o e .11,0 afll R A S'U L I PEDESTAL AND ELECTRICAL RISER E-4.0 8 B A PROP. 4A lie PLC PPE I.4 .RERCEPT nos UNE IVSTAEI. NII' PVC TEE f ED ADD IY PC1 PROP. 1' O.V. PO MO 41PSC 11.1' P Pc REII PROP. a' D04ES116 REDUCED PRESSURE SORE BACRFIOW P146404OR. CONNECT 10 PROP. AT W.Y. PROP. DO'1 PVC SEND 1YDOST, P DAP. DOSE. 1 WATER/J y METER W .a LY 1 1 ' PROP. O - 3. O.V. TEMPORARY O b I• P PC 1Fi • 1 12.0. M. 1 L EID• ACRE COINECTKIN Rq n i 02• PC OE CO 110002.40 PROPOSED 21 CV (CLOSE DURING TEMPORARY CONSIRUCTION) CONNECT TO GIST. Y WATER EDAF„DI x1 P.t {—_ — 7— OG•PSCUE MR EDM{CIDN SEE OM 4APCa SIRI P-2, Ir. I 1, I 1C/ L U C�TEMPORARY WATER PLAN SCALE: r . 10' 5 0 10 SCAIE W SEE! 7 L L ODIC All RfiI FS INDIG1ED PERTAIN TO RA/ SQE DRANPY.S (22.341 2 1 1 4 1 I 6 7 A MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASTAL SYS SMS COASTAL SYSOAO PNDENAUONAL INC So.W Caryl 0441., i43d4 11110 lac SD- MI-IW14 m Cmlo06,V .wm SMIa of Oar. is SO) Cowed. Dmmm.nbt CNII Ery4ReNns ma Uonopainnl CUSOIllstuIS �Gw4F6IO1.1.E0004E... YF6 4. T ram" i ,( aii'as pia o Aai == • ISSUE • eweine 12/15/17 SAC ODN KM ImucooR SDI_ PER 1 SR SISCSISSON YNO.IECI ND. E2021020 OA US, MOT, GNAWS ST Q CNl CIFED Or IP TEMPORARY WATER PLAN UT-1 MATCHLINE A -A PUN, SHEET PROP. R 4• A PO - L-]U NItmLPT FINE LINE AND ',ASTRAL 4%4' p.0 TEE 90 4ETW 4k PC PROP. ♦• G.V. 90 W210 /Y P4C 4k4• . PLC NE REDUCED PRESSURE ZONE IL BACNFIDW PREVEMOR. PROP. 1' DOMESTIC CONNECT TO PROP. 4' W.Y. PROP. 90' Tr PVC RENON..rAm.yv ? IPws*. oav- I ET I ICIERWATER�J 4Tel .e 1 PROP. 2TEM— 2.0.V. PORARY ZI Z• DUNG AND CAP ]kY P Plc lit PROPOSED 2'1 CV (CLOSE DURING TEMPORARY CONSIRUCRON) CONNECT TO' DUST. 2' WATER 9P SEND 21 MC >\�1111111111lI R:a����������rl;�� " 4I)1711III;p�111111ante�1■111�iniu16ww1W1'/ rir4c L. PROP. BRICK PAVEPS CO' NC IDE FORS AkesionimminsamlimpaWilelknommuiagi LRIU110 1➢ BE REPLACE. SEE SCHEDULE DN TH6 SEEET I2 210' NC THE FOR TEMPORARY COMECON PROPOSED UTILITIES PLAN TEMPORARY WATER UNE LOCATOR LIL.; 0*OT. 14- S0. CONC. PILE Air WAR SECTION A SCALE. 1" - 4' PROP. ORATING NEW PRECAST CONC. BEAN PROP. CONC. CAP n WIC PC TEE FOR Mf0RDRr WII(CIgN- ]/4 BRCS EPSON.. NE OflPL 4 ON Y PA: 90 ROM \----__. .1 —...—.� \ / /I1 SCHEDULE Of UINTIES TO BE REPLACED IN KIND 2 INCH PVC SCALED. 9O0 WATER UPC 2 INCH PC SDR 40 ELECT. CONDOR (J) 2k INCH PVC SDR 40 ELECT. CO4IDUII (2) 3/4 BLCH PVC SDR 40 LICFTONG CONDUIT 2 INCH PVC 5DR 40 PHONE CONDUIT 2 INCH PVC SCR 40 CAN CONDUIT 5 0 10 SCALE /N FEET ERIE ALL SCALES INDICATED POMP TO FULL SIZE DPAYMC1S (22'44") MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMS! PLANS DOAOT.AL SYR ENO COASTAL SK1d6 N1F0NATI NAA NC 144 Smut Da. R3B.q Cum ODDRA IMP.. ]]115 Im. ]US-NI-165S NA WS-BSI-191a n..Cam*S,. 4114 OStel4 .I (koala (4 m a E./ Coastal, .iiattn,nlm, CNB Ggmsuin9 and wroa.n.nl b14•4411. • ..5.4..• E.. wpyn DE2. REVS 01/02/le iWLOpr Ito w SET l.SUC I SAIL DBAt... at. PNWLCI ND: 22091601 00 OM 660 DRAWN BY: EB CNLUCD Br: N LMRNRR Dr lacu.0 E. • 14 OE02 .T ' STATE 6 Kattt RED AND' PROPOSED UTILITIES PLAN UT-2 /ID E0T. f lar. PPE mrr 1111111111 _� i i ui[rilnliu f Tifii ifii NCOMM 10 COMMIX A 5.11 POMO NAM POEM 2l PYWE LIM 1I -[711Miii irTiIi III1ir� 02 0W 70 MUTT PFa6TK 10. DOM T»./.ss flflflniUn Oa1¢150 Ta NAM PMF3r/ PROPOSED UTILITIES PLAN SCALE I• - 10' i f l ILLl I I I I J I I I SDI DPPROPOSED 41. PVC 1,4 11131 PmFafN, 37 ...ENGINES` Pla BENT OESIGtNPON 5 0 10 SCALE /N FEU NO All MMIFS INDICATED PERM TO FULL SQE DRAWINGS (22%34) MIAMARINA PIER 5 IMPROVEMENTS CITY OF MIAMI, FLORIDA PERMIT PLANS COASTAL. CONDUI TOMS av1 eaa COASTAL M1EAS ME1NA11011N, INC U.- M .@x taial„ 0M, hum JJIM w1-eu-» Poo wf-eel-IYIp .. Ga46pbm�xl.<om Lot. W fWm Uf I.7De Celosyl Lm a IkeeE / CM UpIMxNp me Nonopmanl b. ,,essoatat...5p. jItIlli O. McSFr ISSUE Ill aCMiHiON MNOJEC( NU: pmAG5l UAIUU NM DRAWN RP: CR UOLCAU) ar: I+ A KIN PROPOSED UT1UT1E5 PUN UT-3 Pier 5 at Miamarina, Miami Dade County, Florida Overwater Deck, Bulkhead, Pile Caps and Piling Structural Investigation Report COASTAL SYSTEMS INTERNATIONAL Prepared fog: The City of Miami Department of Real Estate and Asset Management 444 SW 2nd Avenue Miami, FL 33130 Piepand by: Coastal Systems International, Inc. 464 South Dixie Highway Coral Gables, FL 33146 August 2017 COASTAL SYSTEMS INTERNATIONAL COASTAL SYSTEMS IN I E.RNATIONAL, INC. 464 South Dixie I-Iigh«av • Coral Gables, Florida 33146 Tel: 305-661-3655 • Fax: 305-661-1914 w w.coastalsrsremsint.com August 9, 2017 Mr. Daniel J. Alfonso THE CITY OF MLAMI DEPARTMENT OF REAL ESTATE AND ASSET MANAGEMENT 444 SW 2nd Avenue Miami, FL 33130 220260.07 RE: LMPROVEMENTS OF THE OVERIA'ATER DECK INVESTIGATION AND PIER 5 Al MIAMIARI`A, CITY OF MIAMI, MIAMI DADE, FLORIDA. Dear Mr. Alfonso: The purpose of this letter report is to document the field investigation conducted by Coastal Systems International, Inc. (Coastal Systems), to evaluate the current condition and summarize engineering recommendations to repair or replace the existing concrete pile caps, concrete piles beam, topping slab hardware, and the repair of the existing bulkhead at the above -referenced site. An upland and in -water investigation was conducted on July 24th, 25th and 28th, 2017, by an engineer in accordance with the American Society of Civil Engineers (ASCE), Underwater Investigations Standard Practice Manual. The findings of the field investigation are detailed below: 1-BACKGROUND The project site is located at 401 Biscayne Blvd, Miami, FL 33132. Coastal Systems was authorized by the City of Miami (Client) to perform an engineering investigation to evaluate the current condition of the existing concrete pile cap, piles, and bulkhead. The work was authorized by the Client in an agreement dated June 21s`, 2017. The existing structures mentioned above may be repaired or replaced, depending on the existing structural integrity of the structure, potential costs, and other factors noted below. Coastal Systems visited the above -referenced site on July 24th, 25th and 28th, 2017. An above and in -water investigation of the existing pile cap, concrete piles, beams, topping slabs, hardware, and bulkhead was performed by an engineer to evaluate the condition of the structures. Field measurements were collected to verify the as -built information. Stationing was established in the field with Station 0+00 starting from the southwest corner of the Project and terminating at Station 5+32; at the north east corner of Pier 5. Exploratory excavations were not conducted on the upland portion of the bulkhead, as they were not included in the approved scope of services. Photographs documenting the site conditions at the time of the survey were collected and are enclosed in this letter report. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 2 2 - OBSERVATIONS 2.1 - Bulkhead The existing bulkhead is approximately 32 inches wide and approximately 8 feet tall. The wall is continuous along the length of Pier 5 (overwater deck). It consists of a steel sheet pile wall with a cast in place concrete cap. Refer to (Photo 5) for a typical view of the bulkhead. Condition The structure was observed to be generally stable and vertically plumb; however, the bulkhead showed minor signs of overstressing. Observations made from the upland side of the wall revealed no increase of soil settlement. Rip -rap was not observed along the toe of the bulkhead, and water depths along the base of the bulkhead were generally 5ft toll ft at mean tide. The existing bulkhead exhibited random hairline vertical and diagonal cracks (photo 31). Exposed reinforcing and moderate spalls were observed at the bottom of the bulkhead (submerged portion of bulkhead). Outfall pipes and abandoned electrical conduits and piping were observed on the west and south portion of the bulkhead (photo 52 and 53). The wall above the mean waterline is covered with moderate marine growth within the tidal zone and mild abrasion to the concrete surface. The bulkhead was randomly sounded with a 1-pound masonry hammer at different elevations along the wall. The concrete exhibited structural solidity without any "hollow" areas, despite the previously noted areas of abrasion and cracking. Sign of bulkhead spall, and exposed rebar below water were verified. Typical repair details, quantities, and locations will be illustrated in the Construction set. 2.2 - Boardwalk The boardwalk is located directly water ward of the bulkhead and is approximately 10 feet wide by approximately 530 feet long. The wood decking and pre -cast concrete beam are planned to be removed as part of the scope on this project (photo 4). Condition Most of the 14-inch square precast concrete support piles were observed to be in fair condition. The existing 14-inch concrete pilings were randomly sounded with a I -pound masonry hammer at different elevations above the waterline. Above the mean waterline, the piles exhibited none to minor deterioration in the form of hairline cracking (horizontal) and mild spall and occasional mild abrasion along the exposed faces (photo 40). One pile exhibited has approximately 10% loss of cross section due to spall (photo 30). Internal reinforcement was visible and exposed to the marine environment. Refer to (photo 27) for a typical view of the piles. No sign of repairs exhibited over the entire precast concrete piling. The piles above the mean waterline are covered with moderate marine growth within the tidal zone. Above the mean water line, the 24-inch by 24-inch concrete pile caps exhibited fair to poor deterioration. Exposed steel chairs (at underside of pile cap), hairline cracking and isolated failure/breakage were observed. One concrete pile cap on the north east of the decking exhibited localized concrete breakage, thereby, affecting load bearing capacity of the structural components. Refer to (photo 19) for a typical view of pile caps. Typical repair details will be illustrated in the Design Development Plans, and more detailed quantities and locations will be illustrated in the Construction set. Coastal Systems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 3 2.3 - Timber - Mooring/Fender Piles The timber structures were observed to be generally stable; however, the piles presented minor to moderate cracks and splits above the water line. Some piles presented up to 50% cross section loss at the mean water line. Refer to (photo 44 and 45) for a typical view of timber piles. Typical timber mooring pile replacements will be illustrated in the Design Development Plans and more detailed quantities and locations will be illustrated in the Construction set. 2.4 - Timber Finger Piers The finger pier structures were observed to be generally stable; however, some of the structural elements are in the mid/advance stages of deterioration to complete breakage or failure at the mean water line (photo 43). The existing conditions, quantities, and locations will be illustrated in the Construction set. 2.5 — North Concrete Finger Pier The existing structure in this area is part of a 14ft 9-inch wide by 74ft concrete dock with a 12-inch thick reinforced precast slab with a cast in place closure pour (photo 10). Some of the existing crib threaded rods containing the rock wave baffle under slab exhibited complete breakage similar to Pier G. The structure includes 18-in square precast concrete piling and some exhibited hairline cracks at the mean waterline. 2.6-Pier G The existing structure in this area is part of a 9ft 8-inch wide concrete dock with a 12-inch thick reinforced precast slab with a cast in place closure pour (photo 13). The structure includes 18-in square precast concrete piling and some exhibited structural cracks at the mean waterline (photo 46 and 47). Also, the some of the existing crib threaded rods containing the rock wave baffle under slab exhibited complete breakage (photo 50). The existing conditions, quantities, and locations will be illustrated in the Construction set. 3.0 - CONCLUSIONS 3.1 - Bulkhead The existing bulkhead may not be greater than 30 years old and original to the area, which was developed in the 1990's. The existing concrete bulkhead, precast piling, and precast concrete pile caps all exhibited signs of minor to moderate deterioration. The size and orientation of the cracks in portions of the bulkhead indicate areas of localized overloading. As -built information was not available at the time of the investigation. In conclusion, the bulkhead is given a rating of Fair in accordance with the ASCE "Underwater Investigation Standard Practice Manual". Refer to the rating system enclosed in Appendix A for additional information. Based on the existing site conditions and anticipated rates of deterioration, the estimated remaining service life for this bulkhead, if no action is taken, is approximately 5 to 8 years. This remaining service life does not include potential impacts due to coastal storm events or flooding. Coastal Systems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 4 3.2 - Boardwalk Based on the level of deterioration to many of the concrete piles supporting the 24-inch by 24-inch concrete pile caps (i.e. 14-inch square precast piling), the existing concrete piling is given a rating of Fair in accordance with the ASCE manual. Refer to the rating system enclosed in Appendix A for additional information. Based on the existing site conditions and anticipated rates of deterioration, the estimated remaining service life for these pile caps, if no action is taken, is approximately 5 to 8 years. This remaining service Life does not include potential impacts due to coastal storm events or flooding. The existing 24-inch by 24-inch precast concrete pile caps supporting the wooden decking is given a rating of Fair -Poor accordance with the ASCE `Underwater Investigation Standard Practice Manual". Refer to the rating system enclosed in Appendix A for additional information. Based on the existing site conditions and anticipated rates of deterioration, the estimated remaining service life for this bulkhead, is approximately 5 to 8 years. This remaining service life does not include potential impacts due to coastal storm events or flooding. 3.3 - Timber - Mooring/Fender Piles Based on the level of deterioration to most of the timber piling at the mean water line, the existing piles are given a rating of Fair condition. However, some of the timber piles were given a rating of Poor condition. The estimated remaining service life 3 to 5 years. This remaining service life does not include potential impacts due to coastal storm events. 3.4 - Timber Finger Piers Based on the level of deterioration to most of the timber structures, the existing structures are given a rating of Fair -Serious condition. However, some of the structural timber elements were missing or complete failure. The estimated remaining service life 3 to 6 years. This remaining service life does not include potential impacts due to coastal storm events. 3.5 - North Concrete Finger Pier The existing concrete North Finger Concrete Pie has minor level of deterioration to a few of the 18- inch square precast piling supporting the (25-inch by 36-inch pile caps). The existing concrete piling is given a rating of Fair in accordance with the ASCE manual. Based on the existing site conditions and anticipated rates of deterioration, the estimated remaining service life for this structure, if no action is taken, is approximately 4 to 6 years. This remaining service life does not include potential impacts due to coastal storm events or vessels. 3.6 - Pier G The existing concrete Pier G has minor to moderate level of deterioration to a few of the 18-inch square precast piling supporting the (25-inch by 36-inch pile caps). The existing concrete piling is. given a rating of Fair -Poor in accordance with the ASCE manual. Based on the existing site conditions and anticipated rates of deterioration, the estimated remaining service life for this structure, if no action is taken, is approximately 4 to 6 years. This remaining service life does not include potential impacts due to coastal storm events or vessels. Coastal Systems International, Inc. 40 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 5 4.0 — RECOMMENDATIONS Coastal Systems International performed an investigation of the existing above water and below water substructure. Coastal Systems reviewed and analyzed the data collected performed during the field investigations on July 24th, 25th and 28th of this year. Our recommendations as follows: 4.1 - Bulkhead Based on the observed conditions, performing preventative maintenance, assessing the structure on a regular basis, or minor repairs to the bulkhead will extend the service life. Repairs are recommended in the future, within one year time. 4.2 - Boardwalk - (concrete piles/concrete pile caps) Based on the observed conditions of the overwater boardwalk, all the existing wood decking and post tensioned beams will be removed. Repairs are planned under this Project and will significantly extend the Life of the structure. Most of the existing 14-inch square precast concrete support piles exhibited minor deterioration and no overstressing was observed. Repairs are planned under this Project and will significantly extend the life of the structure. Most of the existing cast in place concrete pile caps exhibited minor deterioration. However, one isolated breakage/overstressing affected the load bearing capacity of the structure. Repairs are planned under this Project and will significantly extend the life of the structure. 4.3 - Timber Mooring/Fender Piles Several of the timber mooring piles need to be replaced due to current conditions. The extent of the deterioration of the piles presented vertical cracking, splitting, signs of impact loads, fungal rot (soften of the wood) and reduction of cross section area Loss at the splash zone. Therefore, more wide spread of failures are likely to occur. Repairs are planned under this Project and will significantly extend the life of the structure. 4.4 - Timber Finger Piers Several of the timber diagonal bracings, headers, and connection hardware, will need to be replaced. 4.5 - North Concrete Finger Pier The current condition to the cast in place concrete piles exhibited minor deterioration. Repairs are planned under this Project and will significantly extend the Life of the structure. 4.6 - Pier G The current condition to the cast in place concrete piles exhibited minor deterioration. However, one isolated structural crack may affect the load capacity of the structure in the near future. Repairs are planned under this Project and will significantly extend the life of the structure. Coastal Systems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 6 Photos were taken to document field conditions: Photo 1: End of new construction with concrete beams (looking north) Photo 2: Beginning of wood decking construction (looking south). Coastal Systems International, Inc. _ , 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 7 ',M►' . ice- ..-. r ;V Photo 3: Existing wood decking construction, floating latter, cleaning station, and .edestals (looking south). Photo 4: Existing wood deck corner, and pedestals (looking northeast). Coastal Systems International, Inc. diettorilige 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 8 Photo 5: Existing bulkhead, sidewalk and wood deck (looking east). Photo 6: Existing bulkhead, pedestals, sidewalk and wood deck (looking east). Coastal Systems International. Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 9 Photo 7: Existing bulkhead, pedestals, sidewalk and wood deck (looking west). • .4044;-' L ` Photo 8: Existing bulkhead, pedestals, sidewalk and wood deck (looking west). Coastal Systems huernational, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page l0 77,7FNF77.-.'TPrr7rr�'. tat Photo 9: Approaching Miami Fire Rescue existing concrete pier (looking southeast). Photo 10: Existing Miami Fire Rescue concrete pier (looking southeast). Coastal Systems International. Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 11 Photo 11: Transition from Pier 5 to Pier G (beyond). Photo 12: Transition from Pier 5 to Pier G (beyond). Coastal Systems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 12 Photo 13: Overall view of Pier G (looking east). Photo 14: Existing Pier G (most eastern side). Coastal S►stems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 13 ros fr4 f E L . t. t Photo 15: Above water observation; new construction (left), existing construction (right). Photo 16: Underside at end of new construction (concrete beams); existing pile cap exhibited minor delamination, sign of previous repairs, corrosion stains, and hairline cracks (looking north).See photo #17 for reference. Sta 0+00 Hairline cracks. Coastal Systems International, 404i144°' 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 14 Photo 17: Underside at end of existing construction (wood decking and pre -cast concrete joists); this face of pile cap (Sta 0+00 looking south). Utility chase under wood decking from pile cap to pile cap. Photo 18: Underside of wood decking; bulkhead above The waterline, exposed reinforcing noted. Coastal Systems International, Inc. 401144.11. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 15 Photo 19: 24x24 concrete pile cap exhibited hairline crack and random honey combs. I Photo 20: Early signs of deterioration - hairline cracks at Corner of pile caps typical. Coastal Systems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 16 Photo 21: Early signs of deterioration - horizontal hairline crack across face of pile cap. Photo 22: Vertical hairline crack parallel to expansion joint. Coastal Systems International, Inc. 4 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 17 *.4 Photo 23: Vertical and hair line cracks at existing pile cap (typical). Photo 24: Concrete spall, exposed reinforcing (top of pile cap left). Hair line crack across the face of pile cap. See photo #23 for side view. 1 401 Coastal Systems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 18 Photo 25: Pile cap side view, concrete spall, exposed steel (top arrow) And hairline cracks (bottom arrows). Photo 26: Free standing concrete piles under concrete joists. Coastal Systems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 19 Photo 27: Center beam and piling (looking into northwest corner of boardwalk). Photo 28: Southwest beam beyond (left photo), west beam abut to bulkhead through entire northwest corner of boardwalk (right photo). Coastal Systems International, Inc. debothe 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 20 Photo 29: End of north beam abut to bulkhead. Photo 30: Exposed metal chair at underside of beam (left photo), concrete void and exposed reinforcing at top of concrete pile (right photo - northwest corner area). Coastal Systems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 21 Photo 31: Loss of expansion joint material at expansion joint (left photo) typical. North face of bulkhead exhibited more hairline cracks typical (right photo). Photo 32: Random honeycombing on pile caps through Entire boardwalk. Coastal Systems International, Inc. •41-4".." 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 22 Photo 33: Corroded steel rods noted over the length of wall. Photo 34: Existing concrete joists recessed into pile cap. Coastal Systems International, Inc.`' 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 23 • '/_ Photo 35: Vertical hairline crack to underside of pile cap. Photo 36: North segment of bulkhead exhibited more marine growth than the rest of wall. Coastal Systems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 24 Photo 37: Hairline cracks merging at one location (lower portion of pile cap). Photo 38: Cold joint throughout entire length of bulkhead(top arrow). Noticed bulkhead surface roughen caused by debris abrasion (lower portion of photo). Coastal Systems International, Inc. i���� 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 25 Photo 39: Top corner of pile cap failed (left). Precast concrete joist failed (right). Photo 40: Below waterline signs of abrasion (left). Horizontal hairline crack at top of concrete pile (right). Coastal Systems International, Inc. " 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 26 Photo 41: Northeast corner (Pier G) timber pile Deterioration 50% cross section loss. Photo 42: Timber finger pier: fender/mooring pile and Divers performing framing structural assessment (left). Missing diagonal bracing (right). Coastal Systems International. Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 27 Photo 43: Corroded steel connection corroded and splinted cross bracing (left), horizontal brazing connection failed (right). Photo 44: Fender pile exhibited heavy load impacts (left), vertical cracks exhibited on surface of fender pile. Coastal Systems Intentational, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 28 Photo 45: Mooring pile exhibited wide crack at top and missing plastic cap (right). Photo 46: Pier G: couple of 18-inch x 18-inch piles exhibited up to 1/4-inch cracks. Photo 47: Pier G: couple of 18-inch x 18-inch piles exhibited up to 1/4-inch cracks. Coastal Systems International, Inc. 41104146e. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 29 Photo 48: Pier G: sign of concrete piles repaired (left). Same pile, random hairline cracks at the top portion of concrete pile. • Photo 49: Pier G: Rough concrete surface worn. Coastal Systems International. Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 30 Photo 50: Pier G and South Concrete Pier: Random crib structure threaded rod deteriorated. Photo 51: Below boardwalk piling - below water pile condition. Photo 52: Timber mooring pile below water exhibited cross section loss and rot. Coastal Systems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 31 Photo 53: Random voids and exposed reinforcing at bottom of bulkhead. Photo 54: Abandoned outfall and electrical conduits at bulkhead. Photo 55: North Concrete Finger Pier (left). Minor concrete deterioration on few piles (right). Coastal Systems International. Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 32 This letter report was prepared in accordance with generally accepted waterfront facility assessment engineering practices. The assessment and recommendations submitted herein are based on the data obtained from the field observations. This report may not account for possible variations that may exist between the conditions observed due to limited underwater visibility and marine growth coverage. Coastal Systems appreciates the opportunity to provide professional engineering services relative to the Miamarina Pier 5 Improvements Project. Should you have any questions or require additional information, please do not hesitate to contact me at (305) 669-8159 or aperez@coastalsystemsint.com. Sincerely, COASTAL SYSTEMS INTERNATIONAL, INC. Florida EB # 7087 Andres Perez, P.E. FL Reg. 66507 Engineering Department Head AP:LS Pik. AP.I.S.VB I''11knjectr?7f126(1.07\Ifigine,ringlStrnaund Asuumem field Rep rt\117-fl7-2. i I.TR RIT Miamarina Pik Caps • Piles • Mooring and I ender piles & Bulkhead Insesligalinn.dues Coastal Systems International, Inc. , 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 33 APPENDIX A Coastal Systems bueinational, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 34 LEVELS OF UNDERWATER INSPECTION EVALUATION AND RATING SYSTEM Level I Inspection: A close visual examination, or a tactile examination using large sweeping motions of the hand where visibility is limited. Although this effort is often referred to as a "swim -by" inspection, it must be detailed enough to detect obvious major damage or deterioration over -stress, or other severe deterioration. It should confirm the continuity of the full length of all members, and detect undermining or exposure of normally buried elements. This inspection also may include limited probing of the substructure and adjacent channel bottom. Level II Inspection: A detailed inspection shows a required marine growth to be removed from portions of the structure. Cleaning is time-consuming, hence the need to base the inspection on a representative sampling of components. For piles, a 12-inch high band should be cleaned at designated locations, generally near the low waterline, at the mudline and midway between the low waterline and the mudline. On a rectangular pile, the marine growth removal should include at least three sides; on an octagonal pile, at least six sides; on a round pile, at least three -fourths of the perimeter. On large -diameter piles (3 ft or greater), 1-ft x 1-ft areas should be cleaned at four locations approximately equally spaced around the perimeter at each elevation. On large, solid -faced elements such as retaining structures, 1-ft x 1-ft areas should be cleaned at these three elevations. This inspection also should focus on typical areas of weakness such as attachment points and welds. It is intended to detect and identify damaged and deteriorated areas that may be hidden by surface biofouling. The thoroughness of cleaning should be governed by the tasks necessary to discern the condition of the underlying material. Removal of all biofouling staining in generally not required. The Level II inspection is intended to detect and identify damaged and deteriorated areas, which may be hidden by surface biofouling. The thoroughness of cleaning should be governed by what is necessary to discern the condition of the underlying material. Removal of all biofouling staining is generally not needed. Level III Inspection: A detailed inspection typically involving nondestructive or partially destructive testing, conducted to detect hidden or interior damage or to evaluate material homogeneity. Typical inspection and testing techniques include the use of ultrasonics, coring or boring, physical material sampling, and in situ hardness testing. This inspection is generally limited to key structural areas, areas that are suspect, and areas that may be representative of the underwater structure. REFERENCE: Underwater Investigation Standard Practice Manual, American Society of Civil Engineers, Report No. 101, 2001. Coastal Systems International, Inc. 220260.07 Mr. Daniel J. Alfonso August 9, 2017 Page 35 ROUTINE CONDITION ASSESSMENT RATINGS Rating Description 6 Good No visible damage, or only minor damage is noted. Structural elements may show very minor deterioration, but no overstressing is observed. 5 Satisfactory Limited minor to moderate defects or deterioration are observed, but no overstressing is observed. 4 Fair All primary structural elements are sound, but minor to moderate defects or deterioration is observed. Localized areas of moderate to advance deterioration may be present but do not significantly reduce the load -bearing capacity of the structure. Repairs are recommended, but the priority of the recommended repairs is low. 3 Poor Advanced deterioration or overstressing is observed on widespread portions of the structure but does not significantly reduce the load -bearing capacity of the structure. Repairs may need to be carried out with moderate urgency. 2 Serious Advanced deterioration, overstressing, or breakage may have significantly affected the load -bearing capacity of primary structural components. Local failures are possible and loading restrictions may be necessary. Repairs may need to be carried out on a high -priority basis with urgency. 1 Critical Very advanced deterioration, overstressing, or breakage has resulted in localized failure(s) of primary structural components. More widespread failures are possible or likely to occur, and load restrictions should be implemented as necessary. Repairs may need to be carried out on a very high priority basis with Strong urgency. • Ratings should reflect only damage that was likely caused by the event. Long-term or pre- existing deterioration such as corrosion damage should be ignored unless the structural integrity of the structure is immediately threatened. • Ratings are used to describe the existing in -place structure compared with the structure when new. The fact that the structure was designed for loads that are lower than the current standards for design should have no influence on the ratings. REFERENCE: Underwater Investigation Standard Practice Manual, American Society of Civil Engineers, Report No. 101, 2001 Coastal Systems International, Inc.