Loading...
Resolution 2019-30741 RESOLUTION NO. 2019-30741 ' A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 1 TO THE CONSTRUCTION CONTRACT IQC WORK ORDER NO. 057033.00 BETWEEN THE CITY OF MIAMI BEACH, FLORIDA, AND TEAM CONTRACTING, INC., FOR THE ADDITIONAL STRUCTURAL SPALLING .REPAIRS, REMOVAL OF CORROSIVE METAL FRAMING MEMBERS, AND STAIR TREAD RESTORATION OF THE FILLMORE MIAMI BEACH AT THE JACKIE GLEASON THEATER, IN AN AMOUNT NOT TO EXCEED OF $44,639.66, PLUS AN OWNER'S CONTINGENCY IN THE AMOUNT OF $8,927.93, FOR A TOTAL AMOUNT OF $281,114.69; WITH PREVIOUSLY APPROPRIATED FUNDS IN THE CURRENT FISCAL YEAR BUDGET. WHEREAS, Job Order Contracting (JOC) is a contracting methodology that enables facility owners to expedite and accomplish a large number of repairs, maintenance and constructionprojects with a single, competitively bid contract with pre-established pricing for most construction,activities; and WHEREAS, prior to October 2012, the City acquired construction services for most small or emergency construction projects through'a Job Order Contracting process; however, since the Fall of 2012,. the City had not utilized the JOC methodology and had no similar system in place for expediting construction and maintenance projects, which significantly impacts the City's ability to complete work in a timely manner; and WHEREAS, the Finance and Citywide Projects Committee (the Committee), on February 21, 2014, endorsed a recommendation by the Administration, as a pilot to reintroduce this efficient process of project delivery to the City, to begin utilizing the Gordian Group's indefinite quantity contract (IQC), alternatively known as JOC, for construction servicesto expedite the delivery of construction or maintenance projects under$250,000, or for emergency projects, as approved by the City Manager; and WHEREAS, Sourcewell, formally known as National Joint Powers Alliance (NJPA), a national cooperative that bids contracts aggregating the spend volume of agencies across the country, awarded Contract No. 071415-GGI for IQC construction services, and said contract includes an award to Team Contracting, through the Gordian Group's IQC process, to provide services to the City pursuant to the contract; and WHEREAS, on January 15, 2014, via Resolution No. 2014-28462, the City Commission authorized the Administration to utilize cooperative awards, pursuant to Section 2-369 of the Miami Beach City Code; and WHEREAS, due to the need to expedite the project for the structural repairs at The Fillmore Jackie Gleason Theater (the "Project"), as identified during the 40 year recertification assessment, the Project was selected as an appropriate Project for acquiring the construction services through the IQC; and WHEREAS, the Property Management Department identified Team Contracting Inc., a contractor awarded to the Sourcewell IQC Contract No. FLO4UG3-051716-TCI, as the most qualified and experienced contractor to complete the required scope in a timely manner; and WHEREAS, on June 4, 2018, after negotiations, the Contractor submitted the original bid proposal,.utilizing the IQC Catalog in the amount of$227,547.10 for the structural repairs as per the plans under contract IQC 2018-212-MT/ZD; and WHEREAS, due to unforeseen conditions experienced on the Project, the City and the engineer of record, Douglas Wood &Associates, Inc., have identified additional work that needs to be performed and that was not depicted in the construction documents, including certain specified structural spalling repairs, removal of corrosive metal framing members, and stair tread restoration; WHEREAS, on February 18, 2019, after negotiations, the Contractor submitted a change order proposal in the amount of$44,639.66 for the foregoing additional work, including a project contingency of$8,927.93; and WHEREAS, the Administration recommends approval of the change order proposal, as the proposal has been reviewed by staff, the engineer of record, and the Gordian Group, and determined to be reasonable and fair. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby approve and authorize the City Manager to execute Change Order No. 1 to the construction contract IQC work order No. 057033.00 between the City and Team Contracting, Inc., for additional structural spalling repairs, removal of corrosive metal framing members, and stair tread restoration at the Fillmore Miami Beach at the Jackie Gleason Theater, in an amount not to exceed of$44,639.66, plus a contingency in the amount of'$8,927.93, for a total amount of $281,114.69; with previously appropriated funds in the current fiscal year budget. PASSED and ADOPTED this /3 day of U oiarCk , 2019. DAN GELBER, MAYOR ATTEST: 3/1. r RAFAEL E. RANADO, CITY CLERK APPROVED AS TO FORM &LANGUAGE `[" - &FOR EXECUTION is. 1 �1 , City Attorney y h p v' Date `1, /1 T 6 Resolutions - C7 U MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: March 13, 2019 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDER NO. 1 TO THE CONSTRUCTION CONTRACT IQC WORK ORDER NO. 057033.00 BETWEEN THE CITY OF MIAMI BEACH, FLORIDA, AND TEAM CONTRACTING, INC., FOR THE ADDITIONAL STRUCTURAL SPALLING REPAIRS, REMOVAL OF CORROSIVE METAL FRAMING MEMBERS, AND STAIR TREAD RESTORATION OF THE FILLMORE JACKIE GLEASON THEATER, IN AN AMOUNT NOT TO EXCEED OF $44,639.66, PLUS AN OWNER'S CONTINGENCY IN THE AMOUNT OF $8,927.93, FOR A TOTAL AMOUNT OF $281,114.69; WITH PREVIOUSLYAPPROPRIATED FUNDS IN THE CURRENT FISCAL YEAR BUDGET. RECOMMENDATION The Administration recommends approval of the Resolution. ANALYSIS On August 4, 2017, the City engaged Douglas Wood Associates, Inc. for the structural engineering services for the proposed repairs to be accomplished in support of the 40 year certification of The Fillmore Jackie Gleason Theater(the Project). In the interest of time, the City chose to expedite The Fillmore Jackie Gleason Theater Structural Repairs (the "Project") and utilize the IQC process. Through the IQC process, Team Contracting, Inc. ("Contractor") was identified as the most qualified and experienced contractor to complete the identified scope per Douglas Wood Associates, Inc. report and construction documents. On June 04, 2018, after negotiations, the Contractor submitted the original bid proposal, utilizing the IQC Catalog in the amount of $227,547.10 for the structural repairs as per the approved plans. It was understood that the quantities given for spalling repairs and stucco repairs were estimates and subject to change based on field conditions. Additional corrective actions were identified by the Contractor on site exceeding the scope and Page 793 of 1418 estimated square footage of concrete repairs. On February 18, 2019 the Contractor submitted change order no. 1 in the amount of $44,639.66 for the Project including an owner's project contingency of $8,927.93. This scope includes additional structural spalling repairs, removal of corrosive metal framing members, and stair tread restoration these unforeseen conditions were not depicted in the approved construction documents. CONCLUSION The Administration recommends that the Mayor and City Commission approve and authorize the City Manager to execute change order No. 1 to the construction contract IQC work order No. 057033.00 between the City Of Miami Beach, Florida, and Team Contracting, Inc., for the additional structural work and repairs at the Fillmore Jackie Gleason Theater, in an amount not to exceed of $44,639.66, plus a contingency in the amount of $8,927.93, for a total amount of $281,114.69;with previously appropriated funds in the current fiscal year budget. FINANCIAL INFORMATION Previously appropriated as part of the Capital Renewal and Replacement budget of fiscal year 2019. Legislative Tracking Property Management ATTACHMENTS: Description ❑ TEAM Change Order No.1- RESO ❑ IQC Change Order o IQC-Original COntract • Page 794 of 1418 Contractor Price Proposal Details - Category Date: 2/18/2019 Work Order#: 057033.00 - Title: Miami Beach Structural Repairs @ the Fillmore Contractor: EZIQC-Team Contracting. Inc. Contractor Number: FLO4UG3-051716-TCI Job Order Value: $272,186.76 Proposal Name: Change Orders Proposal Value: $44,639.66 CSI Number Mod UOM Description LineTotal ;Change Order#1 1 01 22 16 00-0002 EA Reimbursable FeesReimbursable Fees will be paid to the $3,841.63 contractor for eligible costs. The base cost of the Reimbursable Fee is$1.00.Insert the appropriate quantity to adjust the base cost to the actual Reimbursable Fee(e.g.quantity of 125=$125.00 Reimbursable Fee).If there are multiple Reimbursable Fees,list each one separately and add a comment in the"note"block to identify the Reimbursable Fee(e.g.sidewalk closure,road cut, various permits,extended warrantee,expedited shipping costs, etc.).A copy of each receipt shall be submitted with the Price Proposal. Qty Unit Price Factor Total Installation 3277 X $1.00 X 1.1723 $3,841.63 Contractor Notes: Risk Strategies Performance&Payment Bond Fee 2 01 22 16 00-0002 EA Reimbursable FeesReimbursable Fees will be paid to the $498.30 contractor for eligible costs. The base cost of the Reimbursable Fee is$1.00.Insert the appropriate quantity to adjust the base cost to the actual Reimbursable Fee(e.g.quantity of 125=$125.00 Reimbursable Fee).If there are multiple Reimbursable Fees,list each one separately and add a comment in the"note"block to identify the Reimbursable Fee(e.g.sidewalk closure,road cut, various permits,extended warrantee,expedited shipping costs, etc.).A copy of each receipt shall be submitted with the Price Proposal. Qty Unit Price Factor Total Installation 425.06 X $1.00 X 1.1723 $498.30 • Contractor Notes: C.O.Additional bond fee-C.O.total amount$33,355.09-Original . bond fee$3,841.63 =$29,513.46 x 0.014402 P&P rate Subtotal for Change Order#1: $4,339.93 ;Change Order#2 • 3 01 22 20 00-0006 HR CarpenterFor tasks not included in the Construction Task Catalog® $1,330.44 and as directed by owner only. Qty Unit Price Factor Total Installation 26 X $38.57 X 1.3267 $1,330.44 Contractor Notes: Prepare tread for re-installation.39 treads(25 south stairs+ 14 north stairs) Contractor Price Proprosal Details-Category 1 of 5 This report was not generated or reviewed by your Account Manager of The Gordian Group Page 797 of 1418 CSI Number Mod UOM Description LineTotal 'Change Order#2 4 05 55 16 00-0016 LF 4"Depth, 1/4"Thick,1-1/8"Lip,Aluminum/Ceramic Grit Coating, $1,825.43 Extruded Aluminum Nosing Excl Qty Unit Price Factor Total Material Installation 312 X $2.94 X 1.3267 $1,216.96 Demolition 312 X 1.47 X 1.3267 $608.48 Contractor Notes: Re-install 39 treads(8'x 39 treads) Subtotal for Change Order#2: $3,155.87 'Change Order#3 5 03 01 30 71-0029 SF Spall Repair 3"To 4"Deep On Vertical/Overhead Surfaceslncludes $6,992.37 chipping concrete for required clearance at rebar and cleaning of rebar Qty Unit Price Factor Total Installation 50 X $105.41 X 1.3267 $6,992.37 Contractor Notes: Additional spalling repairs on North&South stairs as per Structural Engineer 6 03 01 30 71-0029 0141 MOD For Up To 100,Add $4,521.39 Qty Unit Price Factor Total Installation 50 X $68.16 X 1.3267 $4,521.39 Subtotal for Change Order#3: $11,513.76 ;Change Order#4 7 03 01 30 71-0028 SF Spall Repair>1-1/2"To 3"Deep On Vertical/Overhead Surfaces $4,285.77 Qty Unit Price Factor Total Installation 40 X $80.76 X 1.3267 $4,285.77 Contractor Notes: Additional spalling repairs on North&South stairs as per Structural Engineer 8 03 01 30 71-0028 0141 MOD For Up To 100,Add $2,893.27 Qty Unit Price Factor Total Installation 40 X $54.52 X 1.3267 $2,893.27 Subtotal for Change Order#4: $7,179.04 (Change Order#5 9 01 22 20 00-0006 HR CarpenterFor tasks not included in the Construction Task Catalog® $409.37 and as directed by owner only. Qty Unit Price Factor Total Installation 8 X $38.57 X 1.3267 $409.37 Contractor Notes: Exterior smoking section columns(2 columns)-Carpenter to remove corrosion from metal framing members and coat with zinc- rich paint 10 06 16 33 00-0013 SF 5/8"Interior BC Plywood Wall SheathingApplied to wall studs. $229.25 Qty Unit Price Factor Total Installation 120 X $1.44 X 1.3267 $229.25 Contractor Notes: Exterior smoking section columns(2 columns) 11 06 16 33 00-0013 0006 MOD For Exterior CC Grade Plywood,Add $17.51 Qty Unit Price Factor Total Installation 120 X $0.11 X 1.3267 $17.51 Contractor Price Proprosal Details-Category 2 of 5 This report was not generated or reviewed by your Account Manager of The Gordian Group Page 798 of 1418 CSI Number Mod UOM Description LineTotal, Change Order#5 12 06 16 33 00-0013 0011 MOD For Selective Replacement<400(Includes Removal Of Damaged $162.39 Plywood And Fitting New Plywood To Size),Add Qty Unit Price Factor Total Installation 120 X $1.02 X 1.3267 $162.39 13 07 91 23 00-0005 LF 5/8"Polyethylene Or Polyurethane Backer Rod $59.46 Qty Unit Price Factor Total Installation 54 X $0.83 X 1.3267 $59.46 Contractor Notes: Exterior smoking section columns(2 columns) 14 07 92 13 00-0015 CLF 1"x 1"Joint,Silicone Sealant And Caulking $650.01 Qty Unit Price Factor Total Installation 0.54 X $907.31 X 1.3267 $650.01 Contractor Notes: Exterior smoking section columns(2 columns)-Backer rod and elastomeric sealant 15 09 22 36 23-0020 SF 2.0 LB/SY, Installed On Columns And Beams,Self Furring,Flat $343.88 Diamond, Expanded Metal Lath Qty Unit Price Factor Total Installation 120 X $1.69 X 1.3267 $269.05 Demolition 120 X 0.47 X 1.3267 $74.83 Contractor Notes: Exterior smoking section columns(2 columns) 16 09 22 36 23-0020 0014 MOD For Paper Backed Lath,Add $9.55 Qty Unit Price Factor Total Installation 120 X $0.06 X 1.3267 $9.55 17 09 22 36 23-0020 0016 MOD For>100 To 500,Add $41.39 Qty Unit Price Factor Total Installation 120 X $0.26 X 1.3267 $41.39 18 09 23 13 00-0006 LF Vinyl Corner Bead For Plaster Applications $103.16 Qty Unit Price Factor Total Installation 48 X $1.62 X 1.3267 $103.16 • Contractor Notes: Exterior smoking section columns(2 columns) 19 09 24 23 00-0002 SF Three Coat Troweled Stucco,Scratch/Brown/FinishExcludes lath $808.76 and felt. Interior or exterior,one side. Qty Unit Price Factor Total Installation 120 X $3.92 X 1.3267 $624.08 Demolition 120 X 1.16 X 1.3267 $184.68 Contractor Notes: Exterior smoking section columns(2 columns) 20 09 24 23 00-0002 0023 MOD For Columns Or Beams Up To 10'High,Add $157.61 Qty Unit Price Factor Total Installation 120 X $0.99 X 1.3267 $157.61 21 09 24 23 00-0002 0033 MOD For>100 To 500,Add $127.36 Qty Unit Price Factor Total Installation 120 X $0.80 X 1.3267 $127.36 Subtotal for Change Order#5: $3,119.70 Contractor Price Proprosal Details-Category 3 of 5 This report was not generated or reviewed by your Account Manager of The Gordian Group Page 799 of 1418 CSI Number Mod UOM Description LineTotal !Change Order#6 22 03 01 30 71-0029 SF Spall Repair 3"To 4"Deep On Vertical/Overhead Surfaceslncludes $1,398.47 chipping concrete for required clearance at rebar and cleaning of rebar Qty Unit Price Factor Total Installation 10 X $105.41 X 1.3267 $1,398.47 Contractor Notes: South side ramp concrete repair 23 03 01 30 71-0029 0141 MOD For Up To 100,Add $904.28 Qty Unit Price Factor Total Installation 10 X $68.16 X 1.3267 $904.28 Subtotal for Change Order#6: $2,302.75 Change Order#7 24 09 01 20 00-0011 LF >50'To 100',Chip,Clean And Repair Crack In Plaster/Stucco $667.33 Qty Unit Price Factor Total Installation 100 X $5.03 X 1.3267 $667.33 Contractor Notes: Electrical conduit in stairwells.North and South sides Subtotal for Change Order#7: $667.33 IChange Order#8 25 09 01 20 00-0025 SF >50 To 250 SF,Chip,Clean And Repair Plaster/Stucco $1,575.01 Qty Unit Price Factor Total Installation 156 X $7.61 X 1.3267 $1,575.01 Contractor Notes: Repair damaged sections of eyebrows on the south side Subtotal for Change Order#8: $1,575.01 1Change Order#9 26 03 01 30 71-0027 SF Spall Repair 3/4"To 1-1/2"Deep On Vertical/Overhead Surfaces $2,630.05 Qty Unit Price Factor Total Installation 42 X $47.20 X 1.3267 $2,630.05 Contractor Notes: Additional spalling repairs after paint prep 27 03 01 30 71-0027 0141 MOD For Up To 100,Add $2,279.01 Qty Unit Price Factor Total Installation 42 X $40.90 X 1.3267 $2,279.01 28 03 01 30 71-0029 SF Spall Repair 3"To 4"Deep On Vertical/Overhead Surfaceslncludes $2,097.71 chipping concrete for required clearance at rebar and cleaning of rebar Qty Unit Price Factor Total Installation 15 X $105.41 X 1.3267 $2,097.71 Contractor Notes: Additional spalling repairs after paint prep 29 03 01 30 71-0029 0141 MOD For Up To 100,Add $1,356.42 Qty Unit Price Factor Total Installation 15 X $68.16 X 1.3267 $1,356.42 30 09 01 20 00-0025 SF >50 To 250 SF,Chip,Clean And Repair Plaster/Stucco $2,423.08 Qty Unit Price Factor Total Installation 240 X $7.61 X 1.3267 $2,423.08 Contractor Notes: Additional stucco repairs after paint prep Subtotal for Change Order#9: $10,786.27 Contractor Price Proprosal Details-Category 4 of 5 This report was not generated or reviewed by your Account Manager of The Gordian Group Page 800 of 1418 Grand Total: $44,639.66 This work order proposal total represents the correct total for the proposal.Any discrepancy between line totals,sub-totals and the proposal total is due to rounding of the line totals and sub-totals. The Percent of NPP on this Proposal: 0.00 Contractor Price Proprosal Details-Category 5 of 5 This report was not generated or reviewed by your Account Manager of The Gordian Group Page 801 of 1418 REQUEST FOR ,.'- CITY MANAGER PROCUREMENT DEPARTMENT APPROVAL Requested Action Piggyback Approval X Award of ITQ/IQC Work Order Contract Execution: Request for Contract Term Renewal: Change Order Approval Other Request approval to execute IQC Work Order No.057033.00 for Structural Repairs at The Fillmore Jackie Gleason Theatre located at 1700 Washington Ave. IQC#:2018-212-MT/ZD—NJPA EZIQC Contract No: FL-04UG3-051716-TCI Why is action necessary? Job Order Contracting (JOC) is a contracting methodology that enables facility owners to expedite and accomplish a large number of repairs, maintenance and construction projects with a single, competitively bid contract with pre-established pricing for most construction activities. Prior to October, 2012, the City acquired construction services for most small or emergency construction projects through a Job Order Contracting process. However,since the Fall of 2012,the City had not utilized the JOC methodology and had no similar system in place for expediting construction and maintenance projects, which significantly impacts the City's ability to complete work in a timely manner. On February 21, 2014 the Finance and Citywide Projects Committee (the "Committee") endorsed a recommendation by the Administration to reintroduce this efficient process of project delivery to the City, to begin utilizing the Gordian Group's indefinite quantity contract(IQC), alternatively known as JOC,for construction services to expedite the delivery of construction or maintenance projects under$250,000, or for emergency projects, as approved by the City Manager. Sourcewell, formally known as National Joint Powers Alliance(NJPA), a national cooperative that bids contracts aggregating the spend volume of agencies across the country, has awarded Contract No.#071415-GGI for IQC construction services to the Gordian Group. The NJPA contract with the Gordian Group includes a number of contractors prequalified to provide services to the City pursuant to the contract under an IQC pre-priced methodology.The contract also has a provision for non-pre-priced items which requires the contractor to secure three quotes for every item that does not correspond to a pre-priced contract line item. Because of the need to expedite the structural repairs at The Fillmore Jackie Gleason Theatre the above-referenced project has been selected as a project appropriate for acquiring construction services through the Gordian IQC process. Details of the scope of work of the project are included in the attached proposal from Team Contracting, Inc., a prequalified vendor providing construction services to the City pursuant to Gordian Group's IQC contract awarded by NJPA. The work will include correcting a number of issues identified during the 40 year recertification process. A proposal from Team Contracting, Inc., in the amount of$227,547.10. The proposal does not include any non-pre-priced items. The Property Management Department has confirmed that the project cost is fair and reasonable for the work being performed. The Property Management Department is requesting approval of Quote 057033.00 provided by Team Contracting, Inc., pursuant to the NJPA IQC contract, in order to establish a Purchase Order repairs at The Fillmore/Jackie Gleason Theatre. Previous Action(s) N/A Authority Section 2-369 of the City Code authorizes the City manager to approve the purchase of commodities, materials, supplies or other items on a continuing basis from Miami-Dade County; from the School Board of Miami-Dade County; from the U.S. Communities Government Purchasin• Alliance or from state or federal •eneral services administration bid lists,or coo•erative•rou•s. Fiscal Impact See above. Term NA _ Attachments ezIQC Work Order 057033.00 Approval �Pe ead: r;ct--Procure :nt: --•�' iIj Cit Manag' r: -Tktc4,-/tc qv 110 I ate: / r Date: Date: Dat:: j J/ 3! id' 6P lir Page 802 of 1418 •IQC' THE GORDIAN GROUP Work Order Signature Document NJPA EZIQC Contract No.: FLO4UG3-051716-TCI New Work Order n Modify an Existing Work Order Work Order Number.: 057033.00 Work Order Date: 06/04/2018 Work Order Title: Miami Beach Structural Repairs @ the Fillmore Owner Name: City of Miami Beach Contractor Name: Team Contracting,Inc. Contact: Adrian Morales ext.2932 Contact: Daniel Gell Phone: 3056737000 Phone: 305 207.9799 Work to be Performed Work to be performed as per the Final Detailed Scope of Work Attached and as per the terms and conditions of NJPA EZIQC Contract No FLO4UG3-051716-TCI. Brief Work Order Description: Provide all necessary structural repairs to ensure safety and compliance of building to be able to obtain the 40 year certification. Time of Performance Estimated Start Date: Estimated Completetlon Date: Liquidated Damages Will apply: D Will not apply: E Work Order Firm Fixed Price:$227,547.10 Owner Purchase Order Number: Approva '\ /1 At th MIMI\ "--111-11° 81/ 7/i 2 3 (1 r Owner 11 Da : Contractor Date z is Proje Mai ager Date lid 8 7 , City Mana.Ti r Date ti ii Work Order Signature Document Page 1 of 1 6/412018 Page 803 of 1418 i.i �'I qIQC THE GORDIAN GROUP Detailed Scope of Work To: Daniel Gell From: Adrian Morales ext.2932 Team Contracting,Inc. City of Miami Beach 13911 SW 42nd St.Suite 209 1700 Convention Center Drive Miami,FL 33175 Miami Beach,FL 33139 305 207.9799 3056737000 Date Printed: June 04,2018 Work Order Number: 057033.00 Work Order Title: Miami Beach Structural Repairs©the Fillmore Brief Scope: Provide all necessary structural repairs to ensure safety and compliance of building to be able to obtain the 40 year certification. nPreliminary E Revised ❑X Final The following items detail the scope of work as discussed at the site.All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. The proposal includes all the structural repairs in the plans.The quantities given for spelling repair and stucco repair are estimates only.Owner is aware that it Is very difficult to determine quantities with spelling.The only items not included that are in the plans is the fireproofing of 41 steel beams.As per our site visit with the city,these beams are currently covered with a fireproofing material that we believe contains asbestos.In addition,the plans do not specify a fireproofing product or method.I told the city that multiple visits would be required by fireproofing experts to determine the best method.I told them that we should start on the structural repairs until we determine a scope for the fireproofing.Added to scope of work- Additional stucco repair not depicted in drawings Repairing damaged nuts and bolts on straight ladders-Hurricane tie-downs for roof mounted NC units-Demolish existing damaged metal molding running across the facade of the building and replace with new foam molding.Please be advised that the associated roof work and painting are NIC Subje. • the ter s and conditions of JOC Contract FLO4UG3.051716-TC L. "Y dr 1I23 l 17 Contractor Date 'lith - Z/7Ai Owner 1 Date II ` ii Scope of Work Page 1 of 1 6/4/2018 1i Page 804 of 1418 Contractor's Price Proposal -Summary Date: June 04,2018 Re: IQC Master Contract#: FLO4UG3-051716-TCI Work Order#: 057033.00 Owner PO#: Title: Miami Beach Structural Repairs @ the Fillmore Contractor Team Contracting,Inc. Proposal Value: $227,547.10 NC Straps $995.34 FPL Doors $6,295.16 General Conditions $12,301.67 Ladders $995.34 Molding $21,671.57 Pit Lift $18,616.85 Spelled Concrete $125,025.29 Stucco Repairs $33,981.83 Wall Bracing $7,664.05 -— Proposal Total - $227,547.10 This!total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total is due to rounding. The Percentage of NPP on this Proposal: Contractor's Price Proposal-Summary Page 1 of 1 6/4(2018 Page 805 of 1418 Contractor's Price Proposal - Detail Date: June 04,2018 Re: IQC Master Contract#: FLO4UG3-051716-TCI Work Order#: 057033.00 Owner PO#: Title: Miami Beach Structural Repairs @ the Fillmore Contractor. Team Contracting,Inc. Proposal Value: $227,547.10 Sect. Item Mod. UOM Description Line Total Labor Equip. Material (Excludes) A/C Straps / 01 22 20 00 0033 HR Structural Steel WorkerFor tasks not included in the Construction Task $995.34 Catalog®and as directed by owner only. Quantity Unit Price Factor Total Installation 16.00 46.89 x 1.3267 = 995.34 16.00 Custom hurricane tie-downs for condensing units Subtotal for A/C Straps $995.34 FPL Doors 2 04 05 16 26 0018 LF Grout Door Frames-Grout Fill $98.07 Quantity Unit PriceFactor Total Installation 21.00 x 3.52 /x 1.3267 98.07 3 08 05 13 00 0023 EA For>10 SF,Factory Installed 20 Gauge Galvannealed Inverted"Y"Blades,18 $1,143.16 Gauge Galvannealed Frame Louver In Door,Add Quantity Unit Price / Factor Total Installation 2 00 x 430.83 x 1.327 = 1,143.16 4 08 12 13 13 0049 LA 7'x 6'-8"Through 7'-2"High,5-3/4"Deep,16 Gauge,Knock Down Metal Door $390.79 Frame Quantity Unit Price / Factor Total installation1.00 x 294.56 / X 1.3267 = 390.79 5 08 12 13 13 0049 0070 MOD For Auxiliary Frame Reinforcement For Hinges,Add $37.94 Quantity Unit Price/ Factor Total Installation 1.00 x 28.60 x 1.3267 = 37.94 6 08 12 13 13 0049 0075 MOD For Welded Frames,Add $78.94 Quantity Unit Price / Factor Total Installation 1.00 x 59.50 x 1.3267 78.94 7 08 12 13 13 0049 0076 MOD For Galvanized Frames,Add $30.35 Quantity Unit Price / Factor Total Installation100 x 22.88 x 1.3267 = 30.35 8 08 12 13 13 0049 0081 MOD For 1-1/2 Hour Rating,Add $59.75 Quantity Unit Price / Factor Total Installation1.00 x 45.04 1 x 1.3267 = 59.75 9 08 13 13 13 0138 EA 3'x 7'x 1-3/4"16 Gauge Metal Door(Unrated) $1,334.45 • Quantity Unit Price / Factor 1,272.04 Total Installation 2.00 x 479.40 / x 1.3267 Demolition 2.00 x 23.52 1 x 1.3267 = 62.41 10 08 13 13 13 0138 0095 MOD For 16 Gauge,Grade III,Extra Heavy Duty,Add $344.17 Quantity Unit Pricex Factor Total Installation 2.00 x - 129.71 \ 1.3267 = 344.17 Contractor's Price Proposal-Detail Page 1 of 6 6/4/2018 Page 806 of 1418 1 Contractor's Price Proposal -Detail Continues.. Work Order Number: 057033.00 Work Order Title: Miami Beach Structural Repairs @ the Fillmore FPL Doors 11 08 13 13 13 0138 0105 .MOD For Galvanized Steel,Add $172.07 Quantity Unit Price / FactorTotal Installation 2.00 x 64.85 x 1.3267 = 172.07 12 08 13 13 13 0138 0109 MOD For 1 Hour To 1-1/2 Hour Rated Door And FM Label,Add $146.65 Quantity Unit Price / Factor Total Installation2 00 x 55.27 J x 1.3267 = 146.65 13 08 71 16 00 0027 PR 4-1/2"x 4-112"Heavy Duty,Full Mortise,Plain Bearing,Brass/Bronze,Satin $212.67 Chrome Finish Hinge Quantity Unit Price , Factor Total Installation2 00 x 75.84 J x 1.3267 - 201.23 Demolition 2.00 x 4.31 / x 1.3267 = 11.44 14 08 71 16 00 2196 EA 7'-2"Removable Steel Mullion,2°x 3"x 1/8"Wall Thickness(Von Duprin $489.46 4954-72)For use with Von Duprin Panic rim devices. Quantity Unit Price Factor Total Installation1.00 x 359.13 , 1.3267 = 476.46 / Demolition 1.00 x 9.80 x 1.3267 = 13.00 15 08 71 16 00 2241 EA Surface Mounted Heavy Duty Door Closer(LCN 4010/4020/4110 Series) $850.28 Quantity Unit Price J Factor Total Installation 2 00 x 309.09 x 1.3267 = 820.14 Demolition 2.00 x 11.36 / x 1.3267 = 30.14 16 08 71 16 00 2273 EA Storeroom/Closet F44 Pre-Assembled LocksetLocked with key outside.Inside $906.40 always unlocked.Fixed outside handle. Quantity Unit Price / Factor Total Installation 1.00 x 673.40 x 1.3267 = 893.40 Demolition 1.00 x 9.80 x 1.3267 = 13.00 Subtotal for FPL Doors $6,295.16 General Conditions 17 01 22 23 00 0027 MO 45'Engine Powered,Articulating(Up/Over)Boom Manlift $11,035.97 Quantity Unit Price / Factor Total Installation 4.00 x 2,079.59 J x 1.3267 = 11,035.97 2 lifts x 2 months 18 01 71 13 00 0002 EA Equipment Delivery,Pickup,Mobilization And Demobilization Using A Rollback $571.54 Flatbed Trucklncludes delivery of equipment,off loading on site,rigging, dismantling,loading and transporting away.For equipment such as trenchers, skid-steer loaders(bobcats),Industrial warehouse forklifts,sweepers, scissor platform lifts,telescoping and articulating boom manlifts with up to 40' boom lengths,etc. Quantity Unit PriceFactor Total Installation 2 00 x 215.40 -1 x 1.3267 = 571.54 2 lifts 19 01 74 19 00 0012 EA 10 CY Dumpster(1 Ton)"Construction Debris"Includes delivery of dumpster, $694.16 rental cost,pick-up cost,hauling,and disposal fee.Non-hazardous material. Quantity Unit Price Factor Total Installation1.00 x 523.22 x 1.3267 = 694.16 construction debris Subtotal for General Conditions $12,301.67 Ladders Contractor's Price Proposal-Detail Page 2 of 6 6/4/2018 Page 807 of 1418 Contractor's Price Proposal -Detail Continues.. Work Order Number: 057033.00 Work Order Title: Miami Beach Structural Repairs @ the Fillmore Ladders 20 01 22 20 00 0033 HR Structural Steel WorkerFor tasks not included in the Construction Task $995.34 Catalog@ and as directed by owner only. Quantity Unit Price / Factor Total Installation 16.00 x 46.89 x 1.327 995'34 Repair rusted bolts and nuts on multiple straight ladders Subtotal for Ladders $995.34 Molding 21 01 22 23 00 0012 WK 80'Engine Powered,Telescoping Boom Manlift $7,433.16 Quantity Unit Price i Factor Total Installation2.00 x 2,801.37 x 1.3267 = 7,433.16 22 01 71 13 00 0002 EA Equipment Delivery,Pickup,Mobilization And Demobilization Using A Rollback $285.77 Flatbed Truckinciudes delivery of equipment,off loading on site,rigging, dismantling,loading and transporting away.For equipment such as trenchers, skid-steer loaders(bobcats),Industrial warehouse forklifts,sweepers, scissor platform lifts,telescoping and articulating boom manlifts with up to 40' boom lengths,etc. Quantity Unit Price / Factor Total Installation 1 00 x 215.40 x 1.327 285.77 23 04 72 00 00 0016 SF 4"Thick Precast Concrete Coping $13,952.64 Quantity Unit Price / Factor Total Installation210.00 x 42.22✓ x 1.3267 = 11,762'79 ' Demolition 210.00 x 7.86 x 1.3267 = 2,189.85 Replace rusted and damaged metal molding at top front of building facade with new custom molding Subtotal for Molding $21,671.57 Pit Lift 24 01 22 20 00 0010 HR ElectricianFor tasks not Included in the Construction Task Catalog®and as $515.29 directed by owner only. Quantity Unit Price , Factor Total Installation 8 00 x 48.55 x 1.3267 = 515.29 disconnect electrical at pit lift tracks 25 01 45 23 00 0226 EA Professional Engineer Registered in the State of FloridaProfessional $4,975.13 Engineering Services are to be used only as directed by the Owner.These services are used for investigational services and not for AE design services.2 hour minimum. Quantity Unit Price , Factor Total Installation 50.00 x 75.00 x 1.3267 - 4,975.12 signed and sealed shoring drawings 26 02 41 19 13 0071 EA Torch Cutting Minimum ChargeFor projects where the total torch cutting $623.76 charge is less than the minimum charge,use this task exclusively.This task should not be used in conjunction with any other tasks in this section. Quantity Unit PriceFactor Total Installation 1.00 x 470.16 //x 1.3267 = 623.76 cutting of existing pit tracks where new columns are to be installed 27 03 62 13 00 0005 SF 1"Deep,Non-Metallic Non-Shrink Grout For Grouting Bases $509.45 Quantity Unit Price / Factor Total Installation20.00 x 19.20 x 1.3267 = 509.45 base plate grout Contractor's Price Proposal-Detail Page 3 of 6 6/4/2018 Page 808 of 1418 Contractor's Price Proposal -Detail Continues.. Work Order Number: 057033.00 Work Order Title: Miami Beach Structural Repairs @ the Fillmore Pit Lift 28 05 05 19 00 0077 EA 1/2"Diameter x 4-1/4"Length,316 Stainless Steel,Wedge Anchor Expansion $1,541.09 Bolt Quantity Unit Price Factor Total Installation80 00 x 14.52 x 1.3267 - 1,541.09 column anchor plate bolts.20 columns x 4 bolts per column 29 05 05 19 00 0077 0196 MOD For>50 To 100,Deduct -$92.34 Quantity Unit Price / Factor Total Installation -92.3480.00 x -0.87/ x 1.3267 = 30 05 12 23 00 0077 TON 3"x 3"Weight Range 6-11 LB/LF Structural Tubing-Square $5,873.85 Quantity Unit Price / Factor Total Installation 0.80 x 5,534.27 x 1.3267 = 5,873.85 20 columns x 7'high x 11 lbs per foot 31 05 12 23 00 0147 LF 3/16"Horizontal Or Flat Fillet Weld $268.98 Quantity Unit Price / Factor Total Installation 46.50 x 4.36 x 1.367 268.98 20 column top plates x 28"per plate 32 05 12 23 00 0147 0010 MOD For>25 To 50,Add $63.54 Quantity Unit Price/ Factor Total Installation 46.50 x 1.03 x 1.3267 = 63.54 33 05 12 23 00 0805 SF 3/8"Thick Flat Steel Plate $365.53 Quantity Unit Price / Factor Total Installation 21.00 x 13.12 x 1.3267 = 365.53 20 column base plates(14 s/f) x 7 column top plates(7 s/f) 34 34 05 43 00 0131 EA HP8x36 Column Attached To Existing Footing,Permanent Steel Stiffener, $3,972.56 Braced By Angles Attached To Abutment Face,Temporary Shoring Setup Quantity Unit Price Factor Total Installation2.00 x 1,497.16 x 1.3267 = 3,972.56 pit lift shoring Subtotal for Pit Lift $18,616.85 Spalled Concrete 35 02 41 19 13 0057 LF Saw Cut Rod Reinforced Concrete Walls Up To 4"Depth $20,855.72 Quantity Unit Price Factor Total Installation2,400.00 x 6.55 f x 1.3267 - 20,855.72 36 02 41 19 13 0057 0031 MOD For>250,Deduct -$1,974.13 Quantity Unit Price, Factor Total Installation -1,974.132,400.00 x -0.62 x 1.3267 = 37 02 41 19 13 0075 EA Drill 1"Diameter Core In Up To 4"Concrete $33,432.84 Quantity Unit Price / Factor Total Installation 1,200.00 x 21.00 J x 1.3267 = 33,432.84 for dowels 38 03 01 30 71 0028 SF Spall Repair>1-1/2"To 3"Deep On Vertical/Overhead Surfaces $42,857.72 Quantity Unit Price Factor Total Installation400.00 x 80.76 ,/ix 1.3267 = 42,857.72 39 03 01 30 71 0029 SF Spall Repair 3"To 4"Deep On Vertical/Overhead Surfaceslncludes chipping $11,187.80 concrete for required clearance at rebar and cleaning of rebar Quantity Unit Price / Factor Total Installation80.00 x 105.41+ x 1.3267 = 11,187.80 Contractor's Price Proposal-Detail Page 4 of 6 6/4/2018 Page 809 of 1418 Contractor's Price Proposal -Detail Continues.. , Work Order Number: 057033.00 Work Order Title: Miami Beach Structural Repairs @ the Fillmore Spalled Concrete 40 03 01 30 71 0029 0141 MOD For Up To 100,Add $7,234.23 Quantity Unit Price / Factor Total Installation 80.00 x 68.16 x 1.3267 7,234.23 41 03 21 11 00 0043 LF #5,Grade 40,Columns,Steel Reinforcement Bar $1,388.26 Quantity Unit Price ` FactorTotal Installation 960.00 x 1.09 x 1.3267 = 1,388.26 42 03 21 11 00 0260 EA Up To#6 Reinforcing Steel Weld Splice $5,694.46 Quantity Unit Price / FactorTotal Installation 220.00 x 19.51 x 1.3267 = 5,694.46 43 03 64 23 00 0002 CF Pressure Injected Epoxy Grout $4,348.39 Quantity Unit Price Factor Total Installation 4.00 x 819.40 /x 1.3267 = 4,348.39 for dowels Subtotal for Spalled Concrete $125,025.29 Stucco Repairs 44 09 01 20 00 0009 LF Up To 10',Chip,Clean And Repair Crack In Plaster/Stucco $24,694.93 Quantity Unit Price / Factor Total Installation 2,430.00 x 7.661 x 1.3267 - 24,694.93 score existing stucco cracks and seal wit sealant 45 09 01 20 00 0023 SF Up To 10 SF,Chip,Clean And Repair Plaster/Stucco $9,286.90 Quantity Unit Price / Factor Total Installation 500.00 x 14.00 x 1.3267 - 9,286.90 numerous areas Subtotal for Stucco Repairs $33,981.83 Wall Bracing 46 01 22 23 00 0969 MO 1 Ton,20'Lift,Manual Chain Hoist $258.92 Quantity Unit Price Factor Total Installation 200 x 97.58/ x 1.3267 256.92 2 hoist x 1 month to hoist structural members up 47 01 54 23 00 0005 CCF Scaffolding With Bracing Accessories-Area Based On 3'Wide x 7'Long $754.43 Sections(CCF I Month) Quantity Unit Price / Factor Total Installation 17 00 x 33.45 X 1.3267 = 754.43 8.5 ccf x 2 months 48 01 54 23 00 0005 0018 MOD For Up To 25,Add $301.77 Quantity Unit Price Factor Total Installation17 00 x 13.38 / x 1.3267 = 301.77 49 01 54 23 00 0008 CCF >20'To 40'Height Scaffolding Initial Erection And Final Dismantling,Per CCF Of $493.70 Scaffolding And Accessories Quantity Unit Price Factor Total Installation17 00 x 21.89/ x 1.3267 = 493.70 8.5 per side x 2 sides 50 03 01 30 71 0029 SF Spall Repair 3"To 4"Deep On Vertical/Overhead Surfacesincludes chipping $2,517.25 concrete for required clearance at rebar and cleaning of rebar Quantity Unit Price / Factor Total Installation 18.00 x 105.41 x 1.3267 - 2,517.25 used for C channel embedment Contractor's Price Proposal-Detail Page 5 of 6 6/4/2018 Page 810 of 1418 Contractor's Price Proposal -Detail Continues.. Work Order Number: 057033.00 Work Order Title: Miami Beach Structural Repairs @ the Fillmore Wall Bracing 51 03 01 30 71 0029 0141 MOD For Up To 100,Add $1,627.70 Quantity Unit Price Factor Total Installation 18 00 x 68.16/ x 1.3267 = 1,627.70 52 05 05 19 00 0050 EA 1/2"Diameter x 4-1/4"Length,304/18-8 Stainless Steel,Wedge Anchor $187.13 Expansion Bolt Quantity Unit Price i Factor Total Installation13.00 x 10.85 x 1.3267 = 187.13 53 05 05 19 00 0197 EA Grout Concrete Anchor Bolt or Threaded Rod $42.85 Quantity Unit Price Factor Total Installation /17 00 x 1.90 x 1.3267 = 42.85 54 05 05 23 00 1574 EA >1/2"To 7/8"Diameter Drill Through>1/4"To 1/2"Steel Plate $220.59 Quantity Unit Price Factor Total Installation13.00 x 12.79/ x 1.3267 = 220.59 C channel drill holes 55 05 12 23 00 0601 LF MC10 x 21.9-10"Wide Channel $1,259.70 Quantity Unit Price Factor Total Installation30.00 x 31.65 4 x 1.3267 = 1,259.70 Subtotal for Wall Bracing _ $7,664.05 Proposal Total $227,547.10 This total represents the correct total for the proposal. Any discrepancy between line totals, sub-totals and the proposal total Is due to rounding. The Percentage of NPP on this Proposal: % • Contractor's Price Proposal-Detail Page 6 of 6 6/4/2018 Page 811 of 1418 THE GORD AN GROUP Subcontractor Listing Date: June 04,2018 Re: IQC Master Contract#: FLO4UG3-051716-TCI Work Order#: 057033.00 Owner PO#: Title: Miami Beach Structural Repairs @ the Fillmore Contractor: Team Contracting,Inc. Proposal Value: $227,547.10 NameOfContractor Amourt t • 00- No Subcontractors have been $0.00 0.00 selected for this Work Order • Subcontractor Listing Page 1 of 1 6/4/2018 Page 812 of 1418 ABBREVIATIONS LEGEND ALvaoHl IT GENERAL STRUCTURAL NOTES 12 STRUCTURALA. ,A EEL: 1.CODES: 1. STRUCTURAL TUBING:ASTM ASW.GRADESwowso AL NOR(SHALL CONFORM TO DE FLORIDA BINDING CODE,2014 EDITION AND ALL OTHER APPLCABIE LOCAL 2. STEEL PPE:ASTM A53.TYPE E OR 9,GRADE B ogsms 4400 41.491140 41coDEs. 3. WSIIAPEO:ASTM A992 2.pE5GN CRITERIA: 044 4.44 5. AIL OTHERSTRUCILIRAL STEEL,ASTM ASSN.ON.I 40.. 0044 A FLOOR LOADS-PR LFT 5. MOTOR BOTS:ASTM ASA 8. THREADED ROOS:ASTM A38 000 2 00 INE LOAD IW PSF7. ALL OTHER BOLTS:ASTM ADSil DEAD LOAD.TS PSFI. NUTS:ASTM A583.GRAZE CoorAN �� 3,BUILDING PERIUT: B. WASHERS:ASTM F438,PPE A. DETAIN BUILDING PERMIT. B. INSTALL STEEL BEAMS WITH CANKER UP. NA QW 1a B C PLY WITH DIEREOURETENTS OF THE BUILDING PERON AND WTM OMEN REMITTENT-NIS OF THE C. SHOP CRAWNG9 SUBMIT COMPLETE SHOP DRAWINGS FOR STRUCTURAL STEEL FOR REVIEW EY U= t7 PERH.RCHANDESIGNmomsINO AUTHORITY. ENGINEER PRIOR TO FAORIGnON. 14,014 sm 0 IZ- w� C. F CHANGES IO STRUCTURAL DESIGN ARE ISSUED BY THE ENGINEER.SUBMIT moms TO THE BIDING D. STANDARDS: Ism. werAnsa DEPARTMENT FOR REVIEW AID APPROVAL.MAINTAIN PEAMRAPPROVPL9 CONCURRENT WITH CONSTRUCTION. 1. PMC'SPECIFICATIONS FOR THE DESIGN.FABRICATION AND ERECTION OF STRUCTURAL STEEL u. worm owly.rm we D1 ROA O 4.CONSTRUCTION DOCUMENTS: BUU.DNOS' % A®4 Q Z a A. EXAMINE AND STUDY ALL CONSTRUCTION DOCUMENTS PRIOR TO COMMENCEMENT OF WOR.DIRECT ANY 2. AVIS 01.1,E-8 SERIES ELECTRODES.ALL WELDERS SHALL BECENTFIED BY AWS FOR THE MATERIALS I�1 QUESTIONS TO THE ENGINEER. AND FOR THE WELD TYPES.SIZES AND ORIENTATIONS INDICATES IN HESE DRAWINGS.SUBMIT WELDER 2 O O 5,COORDINATION AND DIMENSIONS: CERTIFICATIONS TO ENGINEER , A COORDINATE ALLDDENSIOAS MND ELEVATIONS BETWEEN ARCHITECTURAL AND STRUCTURAL DRAWINGS E. CORROSKN CONTROLRUCTURACEPT WHERE STFBICTR SL 3EELSNAS W1ED IDBE EABEDDEDIN �y Z= PRIOR TO PROCEEDING WITH TIE WORN.VERIFY ALL DIMENSIONS AND CONDITIONS RELATED TO EAISENG CONCRETE,WHERE STRUCTURAL STEEL IS TO BE FCI S wIIDEO AND WAEIE S1RW.4I.SAL STEEL S l0 O U=V CONATIONS N THE FIELD PRIOR TO CONSTRUCTION.BRING ANY DISCREPANCIES TO THE MEDIATE RELENE DIRECTLY AIRED FIREPROOFING 6UTERIKS.SHM PANTALL 4TRUCTNHPL STEEL WYTIH RLBT- A $3' o ATTENTION OF THE ENGINEER.WRITTEN DIMENSIONS TAKE PRECEDENCE OVER SCALE.SCALE IS FOR INHIBITIVE CONTROL(QC)TOUAND URATE ASSURAAFTER NCE (OAK. 6 l=3A GU13EUFE PURPOSES ONLY.FOVENSIONS ARE UNCLEAR DO NOT SCALE.REQUEST CLARIFICATION FROM THE F. QUALITY CONTROL LOCI AND OIULRY IS ITS DEI0AI OF WELDED CONNECPONSSNALBE AS F REWIRED BYRISC 3W.CHAPTER N.AND REFERENCED STANDARDS.CONTVLTOR SHALL NCLUDE IN a B. CEOGINEEFL ORDINATE ALL DIMENSIONS TEAl1WE TO 4WNUFACNRED ITEMS. BASE BD ALL ASSOCIATED COSTS OF OC NSPECnM TASKS.OWNER SHALL COVER THE ASSOCIATED 9 W i-0... COSTS OF MINSPECTION TASKS AND NON DESTRUCTIVE TESTING.CONCH SHALL NCLWE 10%OF WELDS AC.-M N.CONFLICTS N DOCUMENTS: BY MAGNETIC PARTICLE OR DYE PENETRANT METHOD.REPAIR OF NDNDONFORMANCES SHALL BE AT ma 414..04,40 F CONFLICTS OCCUR N OR BETWEEN ENGINEERING DOCUMENTS.BETWEEN DOCUMENTS AND FIELD CONTRACTORS EXPENSE, CONDITIONS OR OTHERWISE IMMEDIATELY CONTACT THE ENGATEER FOR CLARIFICATION AND DIRECTION 11 FIREPROOFING: lit 0.04400 49040 BEFORE PROCEEDING, A. SEE DRAWING 5203 FOR REPASETTRACEMENT OF FIREPROOFING AT EXISTING AUDITORIUM ROOF. e OI 7.METHODS SAFETY: 1a_SLUCCO CO w Waa THE CONTRACTOR IS BESPSBLE FOR ALL M.1ETHODPROCEDURES MIS SEQUENCES WCONSTRUCTION. A. NMN APPLY WHERE LOOSE STUCCO REOVEOIWDOVEA ALL CONCRETE REPINE. Y PROVIDE APPROPRIATE SUPERVISION THROUGHOUT DE PRO.ECT.CONSTRUCTOR SITE SAFETY.INCLUDING B. STANDARDS:ASTTA 0150.C6 EXCLUDING TABLE 4L CM.C2(13 AND PEA'SPORTEND CEMENT PORCEMENT PLASTER MANUAL sestrcs 7 ALL ADEQUATE TEMPORARY BRACING ANT/SHORING BTHE SOLE IESFONSOUTY CF 1110 CONTRACTOR-RB C SUAAITMANUKIURERSPRODUCT DATA COVERING MIXING AND APPLK'A7IM FOR FACTORY PREPARED STUCCO J THE RESPCPSBLE FE ITY OF THE CONTRACTOR TO EMPLOY TINE PROFESSIONAL SERVICES 70 MIA !on r 4441 J S DETERMINE THE NECESSARY MEMOOS AND SUPPORTS REOARDNG TEMPORARY SHORING AND BRACING. D. MATERIALS: Y tltltl TEMPORARY BRACING AND 5HORNG SHALL BE DESIGNED TORESIST ALL CONSTRUCTION LOADS INCLUDING 1.STUCCO CEMENTS SHALL BE PORTMNO CEMENT,ASTM 0150 TYPE I OR IL PROVDE NONSTAINING WHITE CEMENT THE INSIGHTS O ALL SUPPORTED MATERIALS PLUS A LIVE LOAD OF50 PSF ON HORIZONTAL SURFACES. FOR FINISH COAT. 404, 'FrOtT 1040.0.04 MAINTAIN TEMPORARY BRACING AND RETAIN IN PLACE LATE PERMANENT STRUCTURAL SYSTEMS ARE CAPABLE 2,HYDRATED AMIE SHALL CONFORM TOAST..C20B.TYPE S.92%HYDRATED. Ore 4404M OF RESISTING ALL CONSTRUCTION PHASE LOADS. 8.SCRATCH COAT AND BROWN COAT:PASSING X0.12 SIEVE. 040 .404417 8.PROTECTION OF EXISTING CONSTRUCTION, S.FINISH COAT:PASSNGNB.18014.0 QUZ M DO NOT DAMAGE EXISTING CONSTRUCTION WHICH K5 TO REMWN LOCATE AND PROTECT CONCEALED PINES. 3.AGGREGATE:NATURAL CR MANUFACTURED SAND.ASTM 0897,GRADED N COMPLIANCE WITH ASTM 0828. Chi0004444 CONDUITS AND OTHER EXISTING CONSTRUCTION PRIOR TO DEMOLITION AND TAKE APPROPRIATEKRON TO E. MIX MATERIALS IN MECHANICAL HIRERS IN WHICH WATER AMOUNTS CAN BE ACCURATELY MEASURED MD � PROTECT THEM MO TO PROVIDE FOR SAFETY. CONTROLLED.MU EACH BATCH SEPARATELY. la 0 1401.40 I) B.CONSTRUCTION NSPECPCNS: F. CLEAN SUBSTRATE OF EFfLORESENCE DIRT,RUST,COATINGS.SEALERS AND OTHER DETETR OUS SUBSTANCES. .04 L24400.0 Un RRUU NOTIFY RE BUILDING INSPECTOR FOR NSPECTKN CF'Al.).STRUCTURAL ELEMENTS.VERITY THATFACN AND G. COAT CONCRETE SURFACES WITHAM APPROVED BONDING AGENT PRIOR TO STUCCO APPLICATION.DO NOT EXCEED NI- 7,3 EVERYSTRUCIVRULL HEM HAS LEEN ACCEPTED BY THE INSPECTOR PRIOR TO PROCEEDING WITH SIBSEODEM MANUFACTURERS RECOMMENDATIONS FOR WORKING TIME OF BOEING AGENT,APPLY STUCCO WHILE BONDING S ,, g ,3WORK ANDER CONCEALING G ANY STRUCTURAL ITEM.ASTRUCTURAL DEM WHICH IAS NOT BEEN AGENT S TACKY. 08 al SPECIFICALLY ACCEPTED WA THE INSPECTOR ANGOR ANY COME-ALONG CONSTRUCTION WILL BE SUBJECT TO H. APPLY STUCCO N ACCORDANCE WITH AS174 CR28 EXCLUDING TABLE 4 OF THATSTAFDARD. I.FIAT SURFACE TOLERANCES:DO NOT DEVIATEOR TE MORE THAN PLUS MINUS 1101504 N IO FEET FROM A TRUE NN REMOVAL AND RECONSTRUCTION. 04 Y (.0 REMOVAL IN FINISHED STUCCO SURFACES,AS MFJASURED BY I.FOOT STRAIGHT EDGE PLACED AT ANY LOCATION ON a 10.11NRESNAD BUILDING: SURFACE. wwwrt THIS WILDING OVAFTES AS A THRESHOLD BUILDING UNDER STATE O FLORIDA STATUTES, 2 SEQUENCE STUCCO APPLICATION WT INSTILLATION AND PROTECTION C ODER WORK SO THAT NETHER WEE OD OE DAMAGED BY INSTALLATION OF OTHER. 1:4440.v. 0 cmcAom w« mu A. ALL COMPONENTS OF ALL STRUCTURAL SYSTEMS SHALL BE INSPECTED BY THE SPECIAL OGINSPECTOR NOTIFY 3.MAKE INTERNAL CORNERS ANO ANGLES SQUARE AND FINISH EXTERNAL CORNERS SQUARE AND TRUE WITH40.00.1 SPECIAL INSPECTOR FOR I.DO NO C WHEN NEXUS ARE READY OO INSPECTORIITANO PRIM TO AC CONCEALMENT NT STUCCO FACES. I CA) BY OTHER CONSTRUCTION.DO NOT CONCEAL ANY STRUCTURAL COMPONENT UNTIL IT HAS BEEN ACCEPTED BY 4,APPLY STUCCO N TWO COATS TO INE FOLLOWING MINIMUM THICKNESSES: Ii'L__ THE SPECIAL INSPECTOR AND SO INDICATED ON THE SPECIAL INSPECTION LOG.MY STRUCTURAL COMPONENT A.SCRATCH COAT,1U4N01 WICK tfd:*.JB[BL11 C WHICH HAVE BEENCONCEALEDMED WITHOUT SP_CFIC ACCEPTANCE BY THE SPECIAL INSPECTOR COOL BE K.FIL0511 COAT:1/NNCH MCN IRlvum SPECIAED,MO ANY CONCEALINGWILL CONSTRUCTION MUST GE REMOVED. S FORCE THE SCRATCH COAT INTO PORES AND AGAINST SURFACES.BRING TO THICKNESS AND STRAIGHTEN TO A 4•41•04.4.44 B. SPECIAL INSPECTOR WILL PREPARE THE SPECIAL INSPECTION LOG AND GIVE TO RE COMPACTOR FOR TRUE SURFACE.SCORE HORIZONTALLY TO PROVIDE A ROUGHENED SURFACE.DMP CURE FOR MINOASSA 21 1^I KEEPING AT RE SLE KEEP THE LOG IN A CLEAN DRY AREA AND MAKE R AVALAOLE TO TIE SPECIAL HOURS.KETENE FINISH COAT STUCCO CONTAINS APPROPRIATE WATERPIR.DAMP OR CURING AOMBCilBE3.FINSH Y INSPECTOR FOR EACH THE MINIOPAL NSTIE.BISOT NFEWEST.THE SPECIAL INSPECTOR WILL MME ENTRIES COAT MAY BEAPPLED AS SOON AS FIRST COAT HAS ATTAINED INITIAL SET.DAMPEN BASE COAT SURFACE PRIOR .440 44 .44r0I O'° �-A ON TIE LOG FORRPLIES SITE VL0TASD WILL NDIGE ACCEPTANCE OR REJECTION OF THE RIMS OBSERVED. TO FINISH ODATAPPl1CATION.BUNG ORECOAT TO FEDCLIR THICKNESS AND TO A TRUE SURFACE.DAMP mmartro Op ACCEPTANCE APPLIES ONLYTOTHOSE SPECIFIC ITEMS MEWED.NO OTHER ITEMS NE TO BE ASSURED TO CURE FINISH COAT'ANNUM 24 HOURS USE APPROVED CURING AES 11 MDL BE ACCEPTED.UPON YECACCEPT TO THE SPECIAL INSPECTOR. COMPONENTS BY THE SPECIAL INSPECTOR.RETURN 0 TCH TEXTURESEOISAMEJOSRNGIS ADJACENT AREUCHESTUCCO.ISTINGMATCH EXISTING REOLEIS AT VNCERSUI-SO4.04 THE SPECIAL INSPECTION LOG TO HE SPECIAL INSPECTOR EXTERIOR COPMNR SLABS AND MATCH ORIONR SUCH EXISTING STUCCO FEATURES. 140.44.00 C. ALL TEMPORARY BRACING AND SHORING SHALL BE DESIGNED ENT A FLORIDA-REGISTERED ENGNETR WHO SHALLPEPARE DRAWINGS AND SIGN AND SEAL THEM.SUBMIT SIGNED AND SEALED SHORING AND BRACING 15 FASTENERS AND ANCHORS: DRAWINGS TO HE ENGREERU RECORD FOR REVIEW.REVIEW BY THE ENGINEER WILL BE FOR GENERAL A FASTENERS AND ANCHORS SHALL BE OF THE TYPE AND SIZE INDICATED IN THESE DRAWINGS.USE HE II ODESNAI ION WAIN STRUCTIURACING.ANG9.ENGINEER-OF-RECORD DOES NOT ASSUME AM RESPONSIBILITY SPECIFIC MANUFACTURER ANDMOOEL WHERE INDICATED.STRICTLY FOLLOW MANUFACTURERS 40,5 r.019.43 FOR DESIGN OF MORRIS BRACING.NOTIFY THE SHORING ENGINEER FOR INSPECTION OF SHORING AND RECOMMENDATIONS FOR INSTALLATION. BRACING SYSTEMS PRIOR TO PIALNG CONSTRUCTOR LOADS ON DIEM DO HOT LOAD SYSTEMS UNTIL B LL AFASENERS.INCLUDNG EXPANSION ANCHORS,SLEEVE ANCHORPS.NAILS,SCREWS,ETC. ACCEPTED N WRITING BY THE SHDRNG ENGINEER. SHALL BE GALVAHDED,OR OTHERWISE COATED FOR CORROSION CONTROL BY A METHOD APPROVED BY SM. 1110.400000 YY4 O 0. MAINTAIN A COPY OF THE LATEST APPROVED STRUCTURAL DRAWINGS.ALL APPROVED STRUCTURAL SHOP THE ENGNEERTHiii cemaw Z D RAWINGS AND ALL TEST REPORTS ON THE SITE.MANE SUCH DRAWINGS AND TEST REPORTS AVAILABLE FOR IT.EPDXY ANCHORS USE BY E SPECIAL INSPECTOR THE MUNICIPAL INSPECTOR. USE THE COMPONENT EPDXY BASED PRODUCT SUPPLED AS ASDEAYSDE CIRTNOGE SYSTEM ANO 11.SIOP DRAWINGS. DISPENSED THROUGH A STATIC MING NOZZLE.USE HE SPECIFIC PRODUCTS NOCATED OR NI ENGINEERQ A FIBRIN TO HEENGNEER COMPLETE SHO EP MAWHIOSA3 REDLINED BY THESE CONTRACT DOCUMENTS. APPROVED SUBSTITUTE.FOLLOW RECOMMENDATIONSCryncAN 0- AN0SPECFATION9FM PREPARATION AND i.t0- S B. CHECK AL SHOP DRAWINGS FOR COMPLIANCE AND COMPLETENESS PRIOR IO SUBMITTAL ALL SHOP INSTALLATION BDCATED N PRODUCTS ICCES EVALUATION REPORT ESR)OR STATE OR COUNTY 444440 00044 g L D RAWINGS SEABEAR EVIDENCE CF CONTRACTORS REVIEW AND APPROVAL PRODUCT APPROVAL INCLUDING E NUMBER OF RIES HOLES SHALL BE WIRE-BRUSHED AND BLOWNtin 04004.010 GUI C. RENEW CF SHOP DRAWINGS BY THE ENGINEER IS FOR CONFORMANCE WITH DESIGN CONCEPTAD WITH COMPRESSED AR.ALL HOLES MUST BE DESERVED BY HE PROJECT INSPECTOR PRIOR TO 0 INFORMATION INDICATED IN CONTRACT DOCUMENTS.ACCURACY.COMPLETENESS.E MENSGNS.OIAN-MES. INSTALLATION OF EPDXY.OWE EPDXY CURING TUE HAS ELAPSED.SET CONNECTION TO SPECIFIED row g SAFETY PHECAITIONS,CONSTRUCTION MEANS MID METHODS.SEQUENCE OF CONSTRUCTOR.COORDINATION MINIMUM INSTALLATION TORQUE USING AN ADJUSTIBLE TT/ROUE-LIMITING WRENCH.CO NOT 0 WITH OTHER TRADES AND PERFORMANCE OF SYSTEMS REMAIN THE RESPONSIBILITY OF THE CONDUCTOR. OVER-TORQUE ANCHORS NOR USE ARFOW'EE .0 D OR ELECTRIC WRENCHES. 111 w4¢AY TBBII U Y1 O. REVIEW BY ENGINEERB E NOT FOR THE PURPOSE OF APPROVNG CHANGES OR SUBSTITUTIONS. 0G, W....= ¢14u Pwa lua,o 4 owo Me 011401.04.00.4010 0441 m uA P SING, ra 01 0030400000340044.4 m 0040 row F-310710402.0014•00,001•141.0.000044 aira 40404 mm 1:0404.0L Nm Iu411:45 Ow 11X4000 Mm .031005 0040 -A.9 940041 1•14 009005 A L043 Nm 1,49001.000OR 4e 50 - m IME Sfte S1.00 • AWN, EXTENT OF WORK AREAS CF EXISTING CONCRETE REQUIRING REPAIR ARE INDICATED IN TNESEDRAWNGS.NOWT SPECIAL INSPECTOR FOR OBSERVATION PRIOR TO ALL PHASES OF CONCRETE REPAIR WORK INCLUDING MING OF REPAIR PRODUCTS,SURFACE PREPARATION.APPUCATION OF BONDING AGENT OF ANY)PNO REPAIRINORTAR K PROCEDURE: q� 0 REMOVE UNNECESSARY LOADS AND PROVIDE ALECK UTE TEMPORARY SHORING ANO BRACING TO STRUCTURAL LEMURS TO REMOVE LOAD TO MEMBER NISCH IS TO BE W REPAIRED. ERE SHORING S NOT PRACTICAL OR POSSIBLE.REMOTE EXISTING DETERIORATED CONCRETE AND COMPLETE REPAIRS Al SECTIONS SMALL ENOUGH NOT TO of REQUIRE SHORING OR BRACING.STRUCTURAL STABILITY SHALL BE MAINTAINED AT ALL TIMES. 5 F nn oREMOVE LOOSE.UNSOUND AND HONEYCOMBED CONCRETE • �Z R•7 O IF MORE THAN 5H%0F CRCUNFERENCE OF STEEL RED.D VISSIBLE,EXPOSE MIRE=CONFERENCE OF EXISTING STEEL RERAN. 0 CLEAR ALL LOOSE RUST FROM EXISTING STEEL REINFORCEMENT USING HIGH PRESSURE WATER OR ABRASIVE BRAST CLEANNG(MECIWACALLY POWEREOWIRE BRUSHES MAY ONLY BE USED IF ENTIRE CIRCUMFERENCE OF REINFORCEMENT B ACCESSIBLE)OR OTHER APPROPRIATE MEANS. I Q K Z 0 WHERE SMOJC CENTIME SEP BMATERIAL OCCURRED TO STEP BELE THE EXISTING STEEL REINFORCEMENT.ADEQUATELY SNORE TICE DIRECTLY AND MDNECRY AFFECTED i W O MEMBERS NO N OF ST TO STEP G CONCRETE SKF TO STEP T ADE U. IL Q ACHP DEQUATE ENOUGHTE CO EXISTING RSMCONCRETE ETA SPLIEREACEOl1AS LENGTHRECOPIEDFOR 3.14- INSTALL ANDEBARED MATCH ME Cf SETOAEXISTINSi OR REINFORCEMENT.PROVIDE LT 2= SPLICED(CONTACT TN ENGINEER R BARSMAYLELAP SPLDED OR BARDIAMETERSCOVERAGE 0BARS NDSMALLER ANDC BAR DULY SPLICED ED LOINS BARS)OftWELD 0 U VUa SPLICED(CONTACT IENGREER ADDITIONAL NSIRIICTN)N54OR YMERE ADEQUATE COVERAGE S PROVIDED.BARS MAY BE MECHANICALLY SPICED A REBAR COUPLER -Gi Q W (SUBMIT PCOICT BEOURFATXNN TO ENEPAIRE)_ m O HAVEPREPAREWNCREOE SURFACE TO BE REPAIRED SUCH THAT TAESURFACE 0ROUGH NDSQU(SVRFALEPROFTO SHALLCOMPLYAMININTM CS RT LEVEL N ISTALLNIC:WIMRWSASIDRI ICE 0301 AND 8 LLU3- HAVE MNG/UM PROJECTIONS OF IIB•).FREE OF OEWANATNINSNND VOIDS,AND SQUARE ALLERGEN TO ENSURE MNNUM3SP TRIMNESS.INSTALL TITPCON SCREWS AS INDICATED. S 0 CLEM EXISTING CONCRETE SURFACES OF ALL DIRT.DUST AND OTTER OEIETFRIOUS MATERIALS SUCH THAT PORE STRUCTURE R UNCLOGGED AND OPEN.USE BASTING P Q F.`< ANGOR VACUUMING METHODS TO ENSURE PORE STRUCTURE IS PROPERLY PREPARED.INSPECT ALL SURFACES FOR FOREIGN MATERIALS WHICH MOM GIRDS BOND. QS CLEAN AND COAT ALL STEEL WITH CORROSION INTORNO PRIMER APPLY(2)TWO COATS AT 10 MAS EACH ALLOW COATING TO PROPERLY DRY(USUALLY 2.3 HOURS) PRIOR TO APPLYING PATCHING MOLTAR.F COATING DRIES FORMER 24 NOUNS.RE-APPLY ONE(S COAT. Q"MOISTEN CONCRETE SURFACES TORE REPAIRED(SUBSTRATE SHALL BE SATURATED SURFACE DRY(SW)WI NO STANDING WATER DURING APPLICATION). m APPLY A RCIWB COAT(MAD PASTETOF PATCHING MORTAR FILLING ALL PORES AND E00S-USE BONDING AGENT...N LIEU OF SQUIB COAT FOR OVERHEAD APPLICATIONS ONLY MO WITH THE PRIOR APPROVAL OF ENGINEER AND SPECIAL INSPECTOR. Aep p G WHILE SCRUB COAT OR BONDING AGENT IS STILL WET.APPLY PATCHING MORTAR.USING LOW OR MGH VELOCITY!APACE OR OTHER APPRROSEO INTIMATE CONTACT TEC ODUE iB G FORMPLICATOTS WHERE'IC IS GREATER THAN I.1?.APPLY PATCHING MORTAR INLETS.SCORE THE TOP SU FACE EACH PREVIOUS UFT TO PRODUCE A ROUGHENED SURFACE F FORTE NEXT LIFT.ALLEN EACH PRECEDING UFT TO REACH FINAL SET(APPROX 30-50 MINS).REPEAT STEPS(1)ANC(9JFOR EACH LET.DONOT EXCEED S IN TOTAL DEPTH PLATTE: . MS MPGNOT AMMONITE TO FORMANOCAST REPAIRS. C G FINISH REPAIR AREA NNEDATELY AFTER INITIAL SET.WREN FINISH CF EXISTING ADJACENT MEAS.ALLOW AREA TO PROPERLY CURE. INOTE:USE ALLPRDOUCTS IN STRICT ACCORDANCE W,MANUFACTURERS RECOMMENDATIONS.I M VTB'DUDOIP LONG SS.TAPCON SCREW CI M (PROJECT f INTO PATCH)TI A'O.C.IN TWO z PERPENDICULAR DIRECTIONS THROUGHOUT 0 . ROUGHEN AND CLEAN PATCHEOAREA'•' SURFACE PR�C EDURE 9 ¢F r) NOTE Nos. ANO�AJADOVE.) _ ...3§ EXIST.SOUND CONCRETE • g(,1 ' '•_ ail-1 MOISTEN CONCRElE.550.MO APPLY 5CRU0 QO IV 03 S mAu� COAUBTTDIOAGENT(SEE PROCEDURE NOTE fNlf) IV F� U.V U•AARP. YL LI`U-4L La... �• VS MEL(TYP.) Alig y+ ����11�� UT ALL AROUND AREA TO BE REPAIRED WITHOUT 4fMIFOACIID STEEL REINFORCEMENT LESS TA IG EXIST.STEEL RENF,DEPTH OF BAWQUT BE 1!4' PROVIDE TEMPORARY SHORING& II LESS THAN DEPTH CP DUST.RENT.STEEL AND NO DEEPER TWW EMO —f BRACING AS NEEDED PRIOR TO DEPTH CF PATCH OR 3IA'(WHICEVER IS DEEPS MOTE:NO A COMMENCING REPAR Vaal(mg "FEATHER EDGES')(SEE PROCEDURE NOTE No. ABOVE.) Y PROCEDURE NOTE Nos.(IJAND B ABOVE.) THOROUGHLY CLEAR EXIST.SIL.REWF.NO APPLY CMP&REMOVE ENOUGH CONCRETE TO FULLY CORROSION INHIBITOR TO ALL STEEL REINFORCEMENT. 03 EXPOSE CIRCUMFERENCE OF EXISTING STEEL (SFE PROCEDUREMOTE NRS.©609 ABOVE) REINFORCEMENT NOOTEAE.(. .(2.MJAC�)ISEE SPLICE L OUSTING DIR TOMATO( (SCE F (SEE REPAIR PATCHING MORTAR �.��22JJ��JJJJ((BB�JAAOD SURE HOTENo.00ADOVE.1 (SEE PROCEDURE NOTE Noe 1©6.®'L AMER IN9rnLl1NG APPRCPATE SNORING REMOVE UNSOUND • PORTIONS OF EXISTING CONCRETE AND STEEL REINFORCEMENT (SEE PROCEDURE NOTE No.U&V MOVE.( I' SEE PROCEDURE NOTE TM.O&ABOVE FOR SPLICE LENGTH I ••FOR OVEWIEAD APPICATIONS ONLY: N USE BONDING AGENT IN LIEU CFA SCRUB COAT(FWD R.PASTE).DHANDLE AND APPLY BONDING AGENT N STRICT ACCORDANCE WITH RI MANUFACTURERS RECOMMENDATIONS,APPLY FRESH PATCHING MORTAR NILE BOWING AGENT IS STILL WET OR WAN ACCEPTABLE 'OPEN TINE',SEE MANUFACTURERS WRITTEN DECOMMENMDONS. W FOR OVERHEAD AND VERBCAL APPLICATIONS(WHERE X 2k CC tl USE TAPCON SCREWS AS INDICATED TO ENSURE BOW O PAT0I TO STRUCTURE FOR EXTERIOR CONCRETE USE STAINLESS STEEL TMD CONS. B TYPICAL REPAIR DETAIL FOR HORIZONTAL, OVERHEAD AND 0 CC VERTICAL(SPALLED, DAMAGED, HONEYCOMBED, ETC.) o E, CONCRETE SURFACES (WITH EXPOSED REINFORCEMENT) 1 f N.T.S. 1.01 7 m .INumn Nm.AS SEDAN on..rr AR Jar nam �R m, m �Iae g...... S1.01 9 tr6 (O 969 abed § Pill 51 29 o:�,• ,a ----� , , S a j ,.. i M1 ''t T'F,� I ti_,_ i ii� I vt-. - - pi 3y AN' 4 i 52"-'a 4m x 4 z O D1 D IT m m Ls l z 11 rrl O t,L_J O 7J Iu r r-, LJ z -, L r 1111111 II -- o u o X ❑ c ❑ o L .b n ❑ 0 iJ 0 J =7' u C z 0 c ❑ 0 0 0 0 0 0 7 0 1 3 I I I I I I I I I3 1 I I II! 1 I I I �D r \ I I I I I x I I ilI /1 I-lm Y ' i- s pe��jj E r • s Il€o_ii i pli f11'1 iii gggli i•If' M liiii illi a $39 g. 4.1s Y A g RF DOUGLAS WOOD �'R ` y I 11�)I f�i ASSOCIATES,INC. 0 II 1 THE FILLMORE MIAMI BEACH Y N i y i LIMITED STRUCTURAL REPAIRS $I. 1113: IM 1 AT THE JACKIE GLEASON THEATER 49 iii 9 1 1700 WASHINGTON AVE. b s...NW 4 i MIAMI BEACH,FLORIDA 33139 EXISTINO BASEMENT FLOOR PLAN I -.----`J' =Ill.'" Ill. ' 8 kl7l.10919°Bed I — — —� [ 111 y I fI Ij1dsr 2 .3. ': ::'--4:4' ''''_77:.,:-,7--- -;-1...*- =* � � -+ ��- %$ e, ::� ` j- —-ti-t-t- tj t t I i��t t ' t' \ I I I J.,I I� —�'�v ,.l,d j,6� r l.n l ---d ld.y v � milEn,„: '/ ^ ^' rdE . xA {@ i illi' IP l° if4 WI $, g i f'1 X4g 5 r' a i .9 ni rImmt .4...:___ s99 e=� '� Gl ;i' I t `42-111111111____11110:41: 1111 K 0 0. . till I 0011.111.1111/ 1.:_, m -1 ID a_ 1 2, , �,, €K Illlf� J UiiIIL —s ii :11T Z` _ I _ IT/NIP © 9 i1 it b ® 0 --. ,y a ® � ® 1 63 S I ;i15? ga1 liiltrigil 1441 i !1.6 01 EJ iD 0 Pr r = 1L41 NI . 1I> I ' ® ® j v I 't' � l r __ v I r—gin, :r_, tpl r—r ,I n P III1 9L.'\'\.,._ •,. ��; ` ,,,J, ` iJ ,..I' i d a 1 t F�. q ( DOUGLAS WOOD .°�.o. f f ,� 1 1 lil11 ASSOCIATES.INC. uzl THE FILLMORE MIAMI BEACH LIMITED STRUCTURAL REPAIRS III� �a0ii iwg AT THE JACKIE AVE.GLEATHEATER I ! d 1700AT WASHINGTON VE. N i�9 '�; MIAMI BEACH,FLORIDA 33139 e..+.w EXISTING GROUND FLOOR PAN I dC•.C---�......1 n.c�.mv 1 81141°Ll13 6'ld o -.. -,.--__. - -1 lii .„ ..,,...,, .,, , .. .. { 1.711r41: io-i. ' - Fo...._.--- .7-7&•::::....4.-5---.. II ti` T . 1X K m c 0 L , c v m ° �- G u u u m . —a , I/ r; ma o 1111 all Z • C C 1 O ;in• C gs i5 C ! - D . _`PI, 1 l:i 111 , um lll...... li t (1 r , 1iii 51 Ail Ls.-----E i r 1 -- a 1 5 1 y p ft "— i9 1 13!E DOUGLAS WOOD i .... ��� I y F p I,N rirr, E3fASSOCIATES.INC.!Y THE FlLLMORE MIAMI BEACH 0 LIMITED STRUCTURAL REPAIRS IP m AT THE SHINIE ON AVE. THEATER 1 1700 WASHINGTON AVE, MIAMI BEACH,FLORIDA 33139 !J w.. BESTING 11E72PNME AND UPPER STAGE FLOOR PUN I 1 5 17 kncr7'' 84ib44084Re6erI I~ •o J J.i ° v:' o • w r. , lb P � � ! +rl,tib;, Wai F� Yr Ni`A 5�t $a s fl@i'19= 1Ili 8 qiiT12,ail I �� ahQ �1 E di )11 a Pli Wil m 141E iia 11 • a liq el ii ED Sto V "5¢Ifh P 1 ❑❑ • i• 14' �ala -o of;a $a IN z I pli s5 xl a ay g 1 ibi it n PF Ee . j..g$. . C 6 96P 44 c�_ aCC a�E � �a� @Air a °BATE qiti iih I 'iS111gpIE -45 1111 gli Or 1 iilij1 al' § . Ia 11 2§1 iP Z r._(' i 0 - co I .1 YL,. I � � RFS�3 I .} .' 1 nip RA YiSg @ pE �q iiii pggggb g ggE 14. 012411 A9 ,fl JS7SF€ e e ! Ha ;4 ilirr �_ bei '-c-a�h pipo3, "itIli 4eb^ i -04„� i4 II{{ DOUGLAS WOOD Pill Q a�1��``t;� ASSOCIATES,INC. 22 THEHEJACKIE MIAMI BEACH gx co � `-. LIMBED STRUCTURAL REPAIRS ;� I�`��EIffiRAT THE JACKIE O AVE. THEATER 3.6 9999 M 1700 IWASHINGTONBEACH, LO AVE, C s�I` MIAMI BEACH,FLORIDA 33139 EXISTING NFSZANINE AND UPPER STAGE FL00R PLAN I .S- 0613 4.25•100,C 9 8116 40 6 68 86ed HMI $iia! W hi ?3E-5 I 1111, 8a III III E2 jiiini II 111111 ❑ IIIII►11i11� ,/ ( 111111 ❑ ,III ill! 1 = "I ❑ If_.,.., '""'� .„g 11 111111 ❑ ill.' _ ❑ ala° .„, ,a,,,,a I . - � 111111 ❑ I bilin IIIIII11 1 1 — I ❑ d iii 1iji1Ii B Elp .�. e: 18 • Ealgill o . m 11 m Ei j 11 R sg ^Z q -ev IP z ■■ z AAn$ ll Pie6t 13 M El 8 g991666_ a93 21s II II■I- El d % ::: C lIIk 1 ig in = lipi 1 • Ill all ® multi = IIIIII u 1 i�§:sa � �r4 !TT I4 y Reg 111 III a v I!"' !a .,..,.. I 6 i 19f ril IS 11R a 4i 1 I aa.Q I� Iry DOUGLAS WOOD ill?I ASSOCIATES.INC. 0THE FILLMORE MIAMI BEACH 7 ��I3AT THE JACKIE GLEISON THEATER I, SS LIMRID STRUCTURAL REPAIRS t 1700 WASHINGTON AVE,N $ 5Ili I, MIAMI BEACH,FLORIDA 33139 A EXISTING ELEVATIONS 1 1 C.----`.Jl�.5 ...i111 8116 0 OZ8 e6ed Iigi ' 1 ! 1 2 n I , C A 4- -J Wm{ 1[11111 ia,00lllNq � mart ii i!1i{i10i i' i __ F Vi e ll(16!p 1�������1�111 [lih �i�!l�l I�����N�n��u��-- hlf�wl,l ❑ baa = CI i _ 11114111 Iiii pilpti pot 4_ix • mE rtr1 — //// r1 <z D / 91, 0 it z III = + ! a HI Illphi il� gg i?lgpp.. �5�5 i t 11 I;S,F`-p3k,I ,,.,,I 19g9 pgip I a1. 1111111 ., C,91e,Y iia a °l y' t ,„ 1111111, ; 9 a 11 i ! goP ¢ . ri11W ( III1111 11i111f�� 6 0. 1111111: Eil! 1111111I 4 11111111111 leen ' . 1111111 111111I 111 Y RR4 I9aati hos =y iln, lI ....._ -,:.� „ IIIIII pop im Iilild 0 4iii I 11s I 1 ...: ' iii ;1 1 DOUGLAS WOOD 19 I I I (��I�, ASSOCIATES,INC. THE FILLMORE MIAMI BEACH R y c III hi, iY '� AT THE JACKIE GLEASON THEATER 3 NI LIMITED STRUCTURAL REPAIRS iiC 1700 WASHINGTON AVE. 1 O a �� I�; MIAMI BEACH,FLORIDA 33139 CA e r”. EXISTING ELEVAGONS I . ----....—...7 ,,Aw:. 8l.t7L 40 6Z8 abed • n n n ,.9ea- Line fIglE 1t _ d5 siE —7 11 $-I m -cm, I .0 z CJ i illi i — 111 7 1 II [I] / / / / 9 I51;., �' I I — — h 16ten 1 Nig 5 B?q,! b ler sa� a PP 1 a l 1 i i f .""' i1 I„�31 '00a115428. a I��i THE RLLMORE MIAMI BEACH i y$ LIMITED STRUCTURAL REPAIRS �� ��� = i AT THE JACKIE GLEASON THEATER p, N g a i t i 1: 1700 WASHINGTON ANE, 3- C7 V i MIAMI BEACH,FLORIDA 33139 cn sr r p < EXISTING ELEv�norvs i ..........4 00.1.0400.00 DOT 1013103 000 Eh I r oar rn_••••,,,twkvan., n ......_.................... 7 , rt U F a 'jli H �_ J 1di ' 2 _= I 1111TIMIIM. �Wm ¢ ' I § LL03 EIII iii■ $$ I I I+ IMMIEFINIERII :gg [sat oreoa.--1 cam � —3 ....01.1,00.4.0 1.30301 4/ ii PLAN DETAIL ©, SECTION/ELEVATION © M 009 147410r 00 vvr•Td 3 Z Ma /1111 4 irr) m ,nmn . .� aai" su . . _________. 0 CO IrMii I\,) ,., 'ammosa� 7 1 r -� �15.— M, ,1 ....410.:, ,A. 7r1r41'. =WI 444 • wo a.r..,i IS. i n.• �n jellI V ...a.a,m.,v ° ° i�gOaTorgao Ski MIS.6040. 1-�� �° m°1 m. WIMill Milliallirr © cry.,,,,,,, p,uso. '°+°�e5yt°OeaP+a eye'�'�'P 1 • .. a :r SECTION W SECTION PLAN DETAIL ELEVATION DETAIL �e PLAN DETAIL J�J I.I.!•1'4 00 ).11I'.1'd 00 ,.IR'•.'P 00 1.Vl.Td Q .rl R OL U g7 .csau u. 00.1.0.0 004 001010 0 a 000,10 ���.,._ ,� ISI ^� ^_}i -1 4000113.0 C0/0.0001.1 0410-10=1.11140•00404,R1 1.909. 'WM A n.v 'n•w mart w••nq P9 SECTION <. 0SECTION © PLAN DETAIL 00 1i°0° 1,4'•1.11` 0 ,.,?•Td 1-1,7•Td ,r...14,1 04.`""""49.,0 53.00 8lVlJn EZ8 abed B9 3gg.i rg 19 s = ;9 a 1 Mill rrA�i d II'!IU!I 1011 a 153911.1qi 91 .inertirE ii GI033E1 _ 9s 1 El t I.1! ill' 1 Pli 1 I • w) I III PER 111111 LS I 1 1 a -. i 6 ,,,,,PINE' I "W"AMIN -. _ , , i-- L �i; r ii 1111,4111 it 19 Sip °9 E9 s s g elI FFgg p - L f j J P PiI i .31119 i S-'I , /228 d.1 Cd lig201%. FA 111 RI- p.;---I# 1 p I--I�.a.. � :' iJIi1r \I. �� — 111W I I 1Ia9 �" 1 Ji a��a- 9 5iM= i5 14p9 41 gop$9 11 5 ;^E,� 9 6 i3 8' 3�� Ni amiãuii s *OEM s. sgbl . 8 ' s g " �� 1)F` DOUGLAS WOOD �c. �� ` - 1 f� ASSOCIATES.INC. a _ o SI p THE FILLMORE MIAMI BEACH U) i 4 �y§° J LIMITED STRUCTURAL REPAIRS ICI! $1�3i IM 9 AT THE JACKIE GLEASON THEATER W 3 £ i ip �1 L 1710 WASHINGTON AVE. Y G se..n 4 IJ MIAMI BEACH,FLORIDA 33139 SECTIONS ANO DETMS I 6C��— ,T"..: 1 814 71. W9 e6 O� s ' �" O� �`i1 It�r +�' -t-I )'v ,y�l y 0 Pr d ..,.. Et t`'w.4bs i,-M.4 x9 ` 5 '' y S yjY '4' J { V-371.',..-- r o .0 8 I 1. �_ zo . , baa (A•-'I SxO Q ¢ d@ Vite 5..' 8 � l. i 5 7'T {j 4;c.. k. ,---• = N :. 5.71 ,tf O . �{: 0 73 #'''''. mo —?Yf F 1 •r F t kE • > . 1, fil _i �4+ 2 .tit 17„ O d€ �'" '? = ' �- 44''� a ^c :: z 4 �t � v V. t'a. ,z^'Ss,:1,-;..-„,,,,4.,1- - . ..4„ 1 Eek, 64, c_. �' u� //T of tr :.,x `� : 8 3 ..#".. .r. u ._x? B 9 r + , F"�d 'T 91111 st OR: s= ii5gqb eiti9 I e e ' u . dt { [��� FBiJIifl S J S ro, @ .,. E, . % f4;:g,. l RO _'�.k4 � 5 dr Y yy -'''4,17:j.„.,,,ic,: _ ; 1_ r.,. 3 p ', �a . 7A 1 � ,.";ixc ill tg :,.'s,.:;::;;:. .-I'';;,,,,-1..',,,i' :• '.: q 1t . 1� 1; t DOUGLAS WOOD 1 6 1 i o UIli, ASSOCIATES,INC. 2 THE FILLMORE MIAMI BEACH i9 q I f, AT THE JACKIE GLEASON THEATER 3 LIMITED STRUCTURAL REPAIRS u i f 1708 WASHINGTON AVE, O ...x.- i! _�, MIAMI BEACH.FLORIDA 33138 REPRESENTATIVE 7ROTOGRAPHS OF EXISTING IC CONUITIONSAT EXTERIOR STAIRS -`�-' =II.-- -et '� xth ai d� r - f 19' w fitrL„4Ittzr ts ''1S«T re i � y S• ' r (t)”1# c • q•••41-.i 0-''''71,:4--4,.. E.y�� €"+IF T-s [ . f �'+ a• :.z� * 11 "+i ux � . ,--....?-41.,..3.,c,-„, Z k:41, 1." €¢ ��$k 2 Bei ,r,....'1,,,„,,, ,,,,,!,,,,,R£Kdy(. d ` :41.00,,,,,,,,,',,M° a 1' I�? #l• i▪ ty �,-11. m l`o . �`i;1410' r•xq , C �. ��'^i - N ,., .J �� r Y �tl 'iIt �{x z 3 1 it°Pe .4.14* i8' 1030 3 a s PHOTO-EXISTING CONDITIONS PHOTO-EXISTING CONDITIONS PHOTO-EXISTING CONDITIONS PHOTO-EXISTING EXTERIOR LOOSE AND/OR MISSING STUCO ��+ -HOLE IN EXTERIOR C.M.U.WALL CONC.STAIR SEE O EONSI.001 (SEEflO) Z.WA1. EDC OR ETES1,55 EE4,ST. Q � 26WllE00011giElE(SEEEFIST.E]RFRMM1LIiElE 6TM1, + (UM St.) 1 is M 1 ;�.._.._,. t S„,124/44;—' ..',7777,11:�{p� p2 M i f Pk 41,i I.'� p Icfr �' O— 13 11 i _+ �' -) „4 ,,,„,..,,,r, 1' ,z .'�� o� Opp '``) s ftk r r ” `� � 1,1, .. '74',,l, 0,,,e,,,,,t f C, ,1,.:„\\:,:i/..i.P.., F:' t',„-,.',.'.1.,-;' � «kms ; ° ... ,.._ p , �� ; • PHOTO et PHOTO PHOTO PHOTO (S,F stal pMlP6EO SNCL.SEE ELEVATORS) 0, (.+�E 52m) (SEE 62017 A+ N K i 1 Qa 3 � y:LT e ,J „ e h (� '� a . '• f . ; a an, t1 , n, is !!� }f i Zpr t .t � ,;.,--,,,,-k.:1,-,, • • • •�i • (C9 ;',� -E 3 f) ° #Yx• - t •'� Pp +K cof (` '., I) ' • e , t ft :�A.),,tor: r T� '',',':<4. „` I r J �y. ...1,04,20,7 PHOTO PHOTO r+0 PHOTO rn PHOTO (SEF.Elm) .m (SEE6 05) m (SEE S].01) D+ csEE sza7 .oi S4.01 • ANNUAL RENEWAL AND MODIFICATION OF AGREEMENT made by end between Us=Contracting,Inc. 13911 SW42nd St.Suite'209 Miami,FL 33175 and National Joint Powers AIltance®(NJPA) 20212th Street NE PO Box2l'9 Staples,MN 36479 Phone:(218)894-1930 or(888)894-1930 Whereas;"Vendor"end"NWA"hsaae entered into 1)an"Acceptance of Bid and ZFB FLO4IIG3-051716-TCI"with an effective date'al=6;2016,.a soatudty date dame 5,2020,and which are subject to annual renewals at the option of both-parties. MODIFICATION:FIRST 12STI WAL OPTION PERIOD Pursuant to the agreementbetween1he parties,the following are the Adjustment Factors Ica-the-nen optionperiod: Base Year OjtlonYear Date Index Date • Index I May2015 10028.15 1 May 2016 10315A4 2 hme2015 .10038.78 2 June 2016 10337.05 3 July2015 10037.36 3 July 2016 1037926 4 August2015 10038.79 4 August2016 10385.65 September.2015 10065.09 5 September2016 10403.43 6 October2015 10128.32 . 6 October2016 1043k56 7 November2015 10104.69 7 November2016 10442.61 8 December 2015 10135.00 . 8 December 2016 10530.46 9 ''• - ,Jaaua;y2016 1013255 9 Tanury 2017 10541.31 10 Febsuuy2016 10181,92 10 February2017 10281.93 11 March2016 10242.09 11 March2017 10277.62 12 April 2016 10280.39 12 AprI12017 10678.15 Base Average OptionAverage 10117:7608 10417.3058 Aim Adjustment Pr:Mar Index Avenge — 104173058 .. 2.0296 BaseYearindezArarage 10117.7608 Page 826 of 1418 - _. OPTION AWARD MULTIPLIER x PRICE ADJUSTMENT MULTII1* #FL04UG3-05171640 I.1T23 Non.Prepdeed 1.1723 1.0000 WadmrgHorus 12886 1.0296 1.3267 Nonzral1.0296 13888 OtherZbanNomral Working BOU M 1.3489 • Novi_therefore: 'Vendor'and'NWA"hereby desire and agree to extend and renew the above defined contracts and with the above identified modifications for the period of June 6,2017 through June 5,2018. National Joint Powers'Affiance*(NJPA) •By: , I , 6' ,It : NJPA Director of Cooperative Contracts and Procurement/CPO Named.'typed: Jeremy Schwartz Date: t ..dzatra,.n Ins 441FL04UG3-OS, r By. ,its: Vice President Namepaprided or hP�• olio _ 1 Date: April 18,2017 If you do not want to extend contract please sign below and return this agreement. Discontinue:We desire to discontinue the contrueL Signature: =Date: • Page 827 of 1418