Loading...
Contract with Inclan Painting & Waterproofing, Corp. for Citywide Interior & Exterior Painting & Waterproofing q� MI.AM] BEACH 1 CITY OF MIAMI BEACH CERTIFICATION OF CONTRACT TITLE: For Citywide Interior and Exterior Painting and Waterproofing CONTRACT NO.: ITB- 2014-191-SW EFFECTIVE DATE(S): This Contract shall remain in effect for three (3) years from date of Contract execution by the Mayor and City Clerk, and may be renewed, at the sole discretion of the City, though it's City Manager, for two (2) additional one (1) Year periods. SUPERSEDES: N/A CONTRACTOR(S): Inclan Painting and Waterproofing, Corp. ESTIMATED ANNUAL CONTRACT AMOUNT: N/A A. AUTHORITY - Upon affirmative action taken by the Mayor and City Commission of the City of Miami Beach, Florida, on September 10, 2014 for approval to award a contract, upon execution between the City of Miami Beach, Florida, and Contractor. B. EFFECT - This Contract is entered into to provide for Citywide Interior and Exterior Painting and Waterproofing pursuant to City Invitation to Bid No. 2014-191-SW and any addenda thereto (the ITB), and Contractor's bid in response thereto (this Contract, the ITB, and Contractor's bid in response thereto may hereinafter collectively be referred to as the "Contract Documents"). C. ORDERING INSTRUCTIONS - All blanket purchase orders shall be issued in accordance with the City of Miami Beach Procurement Department policies and procedures, at the prices indicated, exclusive of all Federal, State and local taxes. All blanket purchase orders shall show the City of Miami Beach Contract Number 2014-191- SW. D. CONTRACTOR PERFORMANCE - City of Miami Beach departments shall report any failure of Contractor's performance (or failure to perform) according to the requirements of the Contract Documents to City of Miami Beach, Anthony Kaniewski, Property Management Director at 305-673-7000 ext. 2914. E. INSURANCE CERTIFICATE(S) - The Contractor shall file Insurance Certificates, as required, which must be signed by a Registered Insurance Agent licensed in the State of Florida, and approved by the City of Miami Beach Risk Manager, prior to delivery of supplies and/or commencement of any services/work by Contractor. F. ASSIGNMENT AND PERFORMANCE - Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by Contractor without the prior written consent of the City. In addition, Contractor shall not subcontract delivery of supplies, or any portion of work and/or services required by the Contract Documents without the prior written consent of the City. 1 Certification of Contract Contractor warrants and represents that all persons providing/performing any supplies, work, and/or services required by the Contract Documents have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently provide/perform same, or services to City's satisfaction, for the agreed compensation. Contractor shall provide/perform the supplies, work, and/or services required under the Contract Documents in a skillful and respectable manner. The quality of the Contractor's performance and all interim and final product(s) and /or work provided to or on behalf of City shall be comparable to the best local and national standards. G. SERVICE EXCELLENCE STANDARDS — Excellent Customer Service is the standard of the City of Miami Beach. As a Contractor of the City, Contractor will be required to conduct itself in a professional, courteous and ethical manner, and at all times adhere to the City's Service Excellence standards. Training will be provided by the City's Organizational Development and Training Specialist. H. PUBLIC ENTITY CRIMES - In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the Contract and may result in Contractor debarment. I. INDEPENDENT CONTRACTOR - Contractor is an independent contractor under this Contract. Supplies, work, and/or services, provided by Contractor pursuant to the Contract Documents shall be subject to the supervision of Contractor. In providing such supplies, work, and/or services, neither Contractor nor its agents shall act as officers, employees, or agents of the City. This Contract shall not constitute or make the parties a partnership or joint venture. J. THIRD PARTY BENEFICIARIES - Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract and/or the Contract Documents. 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 and/or the Contract Documents. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract and/or the Contract Documents. 2 Certification of Contract K. NOTICES - Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For Cit- City of Miami Beach Public Works-Property Management Division 1245 Michigan Avenue, Miami Beach, FL 33139 Attn: Anthony Kaniewski, Property Management. Division Director Phone: 305-673-7000 ext. 2914 Email: AnthonyKaniewski(a-miamibeachfl.gov With copies to: City Clerk City Clerk Office 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Inclan Painting and Waterproofing, Corp. D/B/A: Inclan Construction 12252 S.W. 128 th Street Miami, FL 33186 Attn: Luis Inclan Phone: 786-293-7428 Fax: 786-293-7430 E-mail: info(ab-inclanpainting.com L. MATERIALITY AND WAIVER OF BREACH - City and Contractor agree that each requirement, duty, and obligation set forth in the Contract Documents is substantial and important to the formation of this Contract 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 this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. M. SEVERANCE - In the event a portion of this Contract and/or the Contract Documents is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 3 Certification of Contract N. APPLICABLE LAW AND VENUE - This Contract and/or the Contract Documents shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Contract and/or the Contract Documents. Contractor, shall specifically bind all subcontractors to the provisions of this Contract and the Contract Documents. O. AMENDMENTS - No modification, amendment, or alteration in the terms or conditions contained herein, or in the Contract Documents, shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. P. This Contract shall not be effective until all bonds and insurance(s) required under the Contract Documents have been submitted to, and approved by, the City's Risk Manager. Q. The ITB and Contractor's bid in response thereto, are attached to this Contract and are hereby adopted by reference and incorporated herein as if fully set forth in this Contract. Accordingly, Contractor agrees to abide by and be bound by any and all of the documents incorporated by the Contract Documents. Where there is a conflict between any provision set forth within (i) this Contract; (ii) the ITB; and /or (iii) Contractor's bid in response thereto, the more stringent provision (as enforced by the City) shall prevail. 4 Certification of Contract IN WITNESS WHEREOF the City and Contractor have caused this Certification of Contract to be signed and attested on this .3 day of hovYk 20 /q, by their respective duly authorized representatives. CONTRACTOR CITY OF MIAMI BEA f By By to re ' T yor Print Name Date to �4 1 L+ Date ATTEST: ATTEST: tecrethajLSignature City Clerk e-wrcr i1 3 Print Name I � .....' r \ Date ti, it . ._• ,; ��.; �;�,r.; F:\PURC\$ALL\Solicitations\2014\2014-191-SW Citywide Interior and Exterior Painting and Waterproofing\Cofit act\2014-191-SW Inclan Painting and Waterproofing.docx Attachments: A: Commission memo and Item Summary B: ITB, Addendum C: Proposals D: Insurance Certification APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Attorney Date 5 A CC I� DATE(il1�iU VfrNV) �f- CERTI OCA TEE OF LOAS M-1 INSURANCE 05W14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE NOLDM THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(Sh AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT If the ceriTfiieate holder is an ADDITIONAL INSURED.the pol(cy(es)must be endorsed. ItSUBROGATION IS WANED,sub)ectto the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the corEfiests holder in lieu of such endorsement(s). PRODUCER Np,+FACT Tony Cenn�aro drat Commercial Insurance Agency fAM PHONE (386)775-1781 r,o, (386)7753666 P.O.Box 295 E-MAIL insumnceguyQ.cit.n:oam Cassadaga,FL 32706 INSURERS AFFORDING CDVEBAGE NAIC a Phone (386)776-1781 (386)775-3666 1NSURERA Atlantic Casualty Insurance Company 42846 INSURED INSURER 13: Pragfessive Express Insurance Company 10193 Inclan Painting and Waterproofing,Corp. INSURER C- Commence and Indushy Insurancm Company 19410 12252 WA L 126th Street INSURER D: Miami,PL 33186 INSURER E I � COVERAGES CERTIRCATE NUMf36R INSURI=R RE1/1SION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAAJE SEEN 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 POUCIES DESCRIBED HEREIN IS SUBJECT TA ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I RR AD L.p POUCV__Epp PO mCY axp TYPe of INSURANCE IN4RIViV01 POLICY NUMBER tAMDD D umrrs GENERALUAMUTY EACH OCCURRENCE S 1,000,000.00 ` I� COWdERCIAL GF�NERAL LWMILITY DAMAGE TO RENTED` PREMISES Ea aarrrrerucel 5 100,000.00 I A ❑ ❑ CLAIraS-MADE &3e OCCUR Y N {216003429 05/0312014 05/03/2015 MEO EXP(Any one person) s 5,000.00 ❑ PERSONAL EADV INJURY__S 1,000,000.00 1 ❑ GENERAL AGGREGATE S 2,000,000.00 GEN'L AGGREGATE UMITAPPLiES PER' i PRODUCTS-COMPIOP AGG s 2,000,000.00 Q POUCY ❑ PRO- ❑ LCC ( s AUTOMOBILE LIABILITY - - EOIJe4INEeD SINGLE U1U'jr 5 1,000,00000 ANY AUTO BODILY INJURY(Per person) 5 ALLOWNED J SCHEOU 02237379-1 BODILY INJURY(Par aeddaM) S 3 E] Amos ❑ L--D AUTOSSWNED N N 05/30/2014 05/30/2015 PROPERTY DAMAGE I 0 FOREDAUT03 ,d AUTOS Peracadem S _ U.-ABRe"LAB ❑OCCUR ^-•__- - —-BE08 6487605 EACH OCCURRENCE S 5.000.000.00 C ❑ EXCESS uAa ❑CUMMS-OWE Y N 05103!2014 05/03/2015 AGGREGATE s 5,000,000.00 DAD C RETTrmON S 10,000-00 s %VORKSM COMPENSATION ❑WC STATU- ❑OTH- AND E141PLOYERS'UA13JUTY VIM ER ANY PROPMETORIPARTNERIEXECU1IvE OFFICEMUEUeER EXCLUDED) NIA E1 EACH ACCIDENT S (612ndatary in NH) ❑ E.L.DISEASE-EA EMPLOYE S If yyes.describe under 0 SCRIPr10N OF OPERATIONS tieorr EL DISEASE-POUCY Uh11T 5 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101.Additional Remarks Schedule,it more space is required) Coverage Provided for all leased employees but not subcontractor of:Inclan Painting and Waterproofing,Corp. City of Miami Beach is recognized as a certificate holder:Contract ITB 2014-191 - CERTIFICATE HOLDER CANCELLATION t City of Miami Beach SHOULD ANY OF THE ABOVE DESCRIBED POUC(ES BE CANCEIIED BEFORE THE EXPIRATION RATE THEREOF,NOTIOE WILL aE DOXMRED IN i 1700 Convention Center Drive ACCORDANCE IMTH THE POLICY PROVISIONS. f i 3rd Floor AUTHOR12M REPRESENTATIVE - , Miami Beach, Fl. 33139 i a 1988-2010 ACORD CORPORATION. All rights reserved ACORD 25(2010105)QF The ACORD name and[ago are reollshered marks of ACORD RR � I _ ,�. � oA�{rataruorwvY) r �ERTI FOM vii 0 U-'3!I� �7 �1 IN-SUEt� "- NCE 612312014 FTHIS CERTIFICATE IS ISSUED AS A PDA TER OF INFORIMA T ION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFFICATE HOLDER THIS OER71FIOATE DOES NOT AFFIMfb4-nVELY OR NEGATIVELY AMEND, EXTEND OR AFTER THE COVERAGE AFFORDED BY THE FOUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITU e A COMTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIT=eD REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. it 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 SUI`1Z Insurance Solutions LLC. ID:(RIMI) CONTACT NAML- Jennifer Dod q e c/o Resource iManagement, Inc. PHONE ��: 97J 3_0D48 FAX No): 281 Main Street E-MAIL Fitchburg, i1JIA 01420 ADDRESS: idodge@rmi-soluffons.com INSURER S)AFFORDING COVERAGE NAIL INSUMA: SUNZ Insurance Company 34762 INSURED INSuRm a_ Aspen Re-London-Boat Rahn "A" Resource Management,Inc. 281 Main Street INsuRER c: Catlin Syndicate-Lloyds-Best Rating"A" Fitchburg[VIA 01420 INsuRm o: Brit Syndicate-Lloyds-Best Rating"A" INSURERS: IdISURe'72 F COVERAGES CERTIFICA T E NUMBER: 20603665 REVISION MU15"IBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT NTH 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 COP)DTTIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �� TYPE OF ItVSURQPLC6 R POLIGY EFF POLICY 17CP INSD POLICY HUrA9ER iSI611OD 111 ON) URIITS Co81&IERCIAL GENERAL LIABILITY � I EACH OCCURRENCE 5 k DXMA 6 TO AE NTGO CLAIMS-MADE OCCUR I �PREMSES(Ea omurence S ,IMED EXP(Arty crta pw=) S I _ PERSONAL&ADV INJURY 5 I GEWL AGGREGATE UlOrr APPLIES PER GENERAL AGGREGATE 5 ROTHER-FOUCY 0ECT �LOC PRODUCTS-COPAPIOP AGG S i f s I AUTOMOMLE LIABILITY I COMBINED SINGLE LIMIT S I I Ea 2eddent I ANY AUTO SOMLY INJURY(Per Pecan) I S ALL OWNED SCHEDULED AUTO BODILY INJURY(Peraoddf) S LION-01ANED PROPERTY DAMA H[REOAUTOS AUTOS i ( Per Wderd) GE (S S I UP.iBRELL A LLAS OCCUR EACH OCCURRENCE _ S _ t EXCESS LIAR CLAI!d_S-_,W_AO_E_ AGGREGATE S t— DED I RETENTIONS I I S A iwaRKERRscompeNswnaN ! IVVGPEOODDU05904 ' 1112014 1111Z015 ✓�PEATUTE orm- {1L1{D MPLOYERS'UABIUTY YIN I WCPEOOGGO05903 1/1/2013 1111201 4 ANY PROPRIETOR PARTNERAD(ECUTIVE ❑ EL.EACH ACCID04T S 1.000,000 ff OMCERMEMBER EXCLUDED? v A (Mandatory In NHJ EL DISEASE-EA EMPLOYEE S 1.000.000 If yes,describe under I DESCRIPTION OF OPERATIONS balmpr i I E.L DISEASE-P0UCY UMT 15 1,000.000 B Workers Compensation This is for informational purposes C Excess Coverage 1 and nothing shall create any right D i under such reinsurance. DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101.Additional Rrrnart..Schadute:may ho attached it more=Paco Is required) Coverage Provided for all leased employees but not subcontractor of:Inclan Painting and Waterproofing,Corp. Client Effective Date:10/2/13 City of Miami Beach is recognized as a certificate holder:Contract ITB 2014-191 CERTIFICATE HOLDER CANCELLATION City of Miami Beach SHOULD ANY OF THE A13OVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION QATE THEREOF, NOTICE VWLL HE DELIVERED I,ll 1700 Convention Center Drive ACCORDANCE IMITH TKE POLICY PROVISIONS- 3rd Floor AuT�IoRIZL:DL�RissNra;n,E Miami Beach, Fl. 33139 Glen J Distefano ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD amt- ::o.: a0603465 .Termites DadSe 61231 2019 LZ:a3:56 -" tOn) °age i of >. Form W-9 Request for Taxpayer Give Form to the (Rev.August 2013) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service Name(as shown on your income tax return) INCLAN APINTING AND WATERPROOFING,CORP. N Business name/disregarded entity name,if different from above m a) CO a Check appropriate box for federal tax classification: Exemptions(see instructions): C ° ❑Individual/sole proprietor ❑✓ C Corporation ❑ S Corporation ❑ Partnership ❑Trust/estate H Q, p Exempt payee code(if any) -14.0 ❑ Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=partnership)► Exemption from FATCA reporting o c N code(if any) a ❑ Other(see instructions)► Address(number,street,and apt.or suite no.) Requester's name and address(optionao SL 12252 SW 128TH STREET City of Miami Beach U) 1700 Convention Center,3rd Floor N City,state,and ZIP code Miami Beach,Fl.33139 a) U) MIAMI,FL.33186 List account number(s)here(optional) Taxpayer Identification Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on the"Name"line Social security number to avoid backup withholding.For individuals,this is your social security number(SSN).However,for a resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other — — entities,it is your employer identification number(EIN).If you do not have a number,see How to get a TIN on page 3. Note.If the account is in more than one name,see the chart on page 4 for guidelines on whose Fimployer identification number number to enter. 6 5 - 0 5 8 0 1 0 5 Certification Under penalties of perjury,I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me),and 2. 1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)1 have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding,and 3. 1 am a U.S.citizen or other U.S.person(defined below),and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and dividends,you are not required to sign the certification,but you must provide your correct TIN.See the instructions on page 3. Sign Signature of Here U.S.person► J Date► /a ;---,7- /,ef General Instructions withholding tax on foreign partners'share of effectively connected income,and 4.Certify that FATCA code(s)entered on this form(if any)indicating that you are Section references are to the Internal Revenue Code unless otherwise noted. exempt from the FATCA reporting,is correct. Future developments.The IRS has created a page on IRS.gov for information Note.If you are a U.S.person and a requester gives you a form other than Form about Form W-9,at www.irs.gov 1w9.Information about any future developments W-9 to request your TIN,you must use the requester's form if it is substantially affecting Form W-9(such as legislation enacted after we release it)will be posted similar to this Form W-9. on that page. Definition of a U.S.person.For federal tax purposes,you are considered a U.S. Purpose of Form person if you are: A person who is required to file an information return with the IRS must obtain your 'An individual who is a U.S.citizen or U.S.resident alien, correct taxpayer identification number(TIN)to report,for example,income paid to •A partnership,corporation,company,or association created or organized in the you,payments made to you in settlement of payment card and third party network United States or under the laws of the United States, transactions,real estate transactions,mortgage interest you paid,acquisition or .An estate(other than a foreign estate),or abandonment of secured property,cancellation of debt,or contributions you made to an IRA. •A domestic trust(as defined in Regulations section 301.7701-7). Use Form W-9 only if you are a U.S.person(including a resident alien),to Special rules for partnerships.Partnerships that conduct a trade or business in provide your correct TIN to the person requesting it(the requester)and,when the United States are generally required to pay a withholding tax under section applicable,to: 1446 on any foreign partners'share of effectively connected taxable income from such business.Further,in certain cases where a Form W-9 has not been received, 1.Certify that the TIN you are giving is correct(or you are waiting for a number the rules under section 1446 require a partnership to presume that a partner is a to be issued), foreign person,and pay the section 1446 withholding tax.Therefore,if you are a 2.Certify that you are not subject to backup withholding,or U.S.person that is a partner in a partnership conducting a trade or business in the 3.Claim exemption from backup withholding if you are a U.S.exempt payee.If United States,provide Form W-9 to the partnership to establish your U.S.status applicable,you are also certifying that as a U.S.person,your allocable share of and avoid section 1446 withholding on your share of partnership income. any partnership income from a U.S.trade or business is not subject to the Cat.No.10231X Form W-9(Rev.8-2013) ATTACHMENTS A COMMISSION ITEM SUMMARY Condensed Title: REQUEST FOR APPROVAL TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2014-191-SW FOR CITYWIDE PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING t SERVICES. Key Intended Outcome Supported: Ensure Well-Maintained Facilities. Supporting Data (Surveys, Environmental Scan, etc.): N/A Item Summa /Recommendation: The purpose of this ITB is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide Citywide painting (interior and exterior)and waterproofing services for building facilities located within the City of Miami Beach (the"City")for the Property Maintenance Division in accordance with the prescribed specifications and requirements. ITB No.2014-191-SW,was issued on June 26, 2014,with a bid opening date of July 30, 2014. The ITB resulted in the receipt of three(3)responses from Hartzell Painting Contractors, Inclan Painting and Waterproofing, Corp., and P&P Contracting, Inc. After considering the review and recommendation of City staff, the City Manager exercised his due diligence and is recommending to the Mayor and the City Commission to award a contract to all responsible, responsive bidder(s) including Hartzell Painting Contractors, Inclan Painting and Waterproofing, Corp., and P&P Contracting, Inc. as pre-qualified vendors for future work per the terms and conditions of ITB No. 2014-191-SW. Depending on the scope and services required for individual projects, the City will select the most cost-effective vendor on a per project basis. - - RECOMMENDATION.. - - — ---- - — -- -- --- - - - -- -- --- Based on the aforementioned, the Administration recommends that the Mayor and City Commission award a contract to Hartzell Painting Contractors, Inclan Painting and Waterproofing, Corp., and P&P Contracting, Inc. as pre-qualified vendors for future work on an as needed basis. Advisory Board Recommendation: N/A Financial Information: Source of Amount Account Funds: 1 $50,000 Property Management Contracted Services Repairs & Maintenance. 520-1720-000342 $15,000 Property Management RDA Contracted Services Repairs & Maintenance 168-9964-000342 $100,000 125-6224-000676 Police Station CRR $62,000 125-6994-000676 Fire Station No. 3 CRR $39,000 125-6194-000676 555 Building CRR $415,000 FY15 Capital Budget (Contingent upon budget a roval) Total $681,000 Financial Impact Summary: * The annual cost associated with the Citywide Painting (Interior and Exterior) and Waterproofing Services is subject to funds availability approved through the City's budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services. Should additional funding be required due to increased need of services, it will be subject to the review and approval of the Budget Office. City Clerk's Office Legislative Tracking: Alex Denis, Director Ext#6641 Sign-Offs. Department Director Ass' t ity Ma city M a- nAger AD ETC MT KGB JLM T:\AGENDA\20141September\ProcurementUTB 2014-1 -SW Citywide P nterior and Exterior)and Waterproofing Services - SUMMARY.doc AGENDA ITEM MIAMIBEACH 1W 32 DATE r C MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Philip Levine and Members of he City Co r mission FROM: Jimmy L. Morales, City Manager f DATE: September 10, 2014 SUBJECT: REQUEST FOR APPROVAL TO AWAR A CONTRACT PURSUANT TO INVITATION TO BID (ITB) 2014-191-SW CITYWIDE PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES. ADMINISTRATION RECOMMENDATION Approve the award of the contract. KEY INTENDED OUTCOME Ensure Well-Maintained Facilities. FUNDING r" The annual cost associated with Citywide Painting (Interior and Exterior) and Waterproofing Services is subject to funds availability approved through the annual budgeting process. Account information and availability of funds shall be verified and approved for each request prior to procuring the services. The funding and accounts noted below are the FY 2015 budget amounts approved by City Commission. Amount Account 1 $50,000 Property Management Contracted Services Repairs&Maintenance. 520-1720-000342 2 $15,000 Property Management RDA Contracted Services Repairs&Maintenance 168-9964-000342 3. $616,000 FY 14 and FY 15 budget(Contingent upon budget approval) Total $681,000 Should additional funding be required due to increased need of services, it will be subject to the review arid-approval of"the'Office of Budget and Performance Improvement(OBPI). BACKGROUND INFORMATION The purpose of this ITB is to establish a contract, by means of sealed bids,with a qualified firm(s)to provide Citywide painting (interior and exterior) and waterproofing services for building facilities located within the City of Miami Beach (the "City") for the Property Maintenance Division in accordance with the prescribed specifications and requirements.The City desires to set a standard for quality materials and a cost associated with the aforementioned services City Wide. It is the intent of the City to have proper materials installed for the proper application with the proper preparation. The contract(s) entered into with the successful bidder(s) shall remain in effect for three (3) years. 33 Commission Memorandum ITB 2014-191 Citywide Painting(Interior and Exterior)and Waterproofing Services September 10, 2014 Page 12 ITB PROCESS ITB No. 2014-191-SW, was issued on June 26, 2014, with a bid opening date of July 30, 2014. Three(3) addenda were issued. The Procurement Department issued bid notices to thirty-two(32) firms utilizing the Public Group and the Florida Purchasing Group website. Twelve(12)prospective bidders accessed the advertised solicitation. In addition,the Procurement Department sent the ITB document to additional firms not registered with the Public Group via email. The ITB resulted in the receipt of three (3) responses from Hartzell Painting Contractors, Inclan Painting and Waterproofing, Corp., and P&P Contracting, Inc. Award will be made to the responsive and responsible bidder(s) meeting all terms, conditions, and specifications of the ITB. The City will endeavor to award projects pursuant to the specific unit prices awarded pursuant to the ITB. However,notwithstanding the foregoing,the City Manager may, in his sole discretion, also recommend one or more responsive, responsible bidders for award for the purpose of creating a pool of qualified contractors. Veterans and local preferences were considered during the tabulation of the bids received. Neither veterans nor local preference was applicable to any of the bidders. In evaluating the bids received it has been determined that all three(3) bidders submitted bids that meet all terms, conditions, and specifications of the ITB and therefore are considered as "pre- qualified"to quote for future work as the need may arise. In its due diligence, the Procurement Department verified the following: • Minimum Requirements The ITB stated that bids will only be considered from firms that are regularly engaged in the business of providing goods and services for a minimum of three(3) years and provide three (3) distinct references with contact names and phone numbers for verification. Hartzell Painting Contractors provided verifiable references from the City of Boca Raton, Delray Beach, and the City of Miramar, Florida. Inclan Painting and Waterproofing, Corp provided verifiable references from Miami Dade County Parks, Miami Dade County Public Schools, and MG Construction. P&P Contracting, Inc. provided verifiable references from Florida's Turnpike Enterprise, Florida Department of Transportation, and Miami Dade County Parks& Recreation. Past Performance Hartzell Painting Contractors was started in 1948 in Hollywood, Florida. By the early 1950's business expanded to include the manufacturing of roof paint. Since then, the company has expanded operations to include; house painting, commercial painting, weatherproofing and all forms of specialty coatings. Inclan Painting and Waterproofing Corp. was founded in 1981 under the name of Inclan. i Since then they have specialized in Painting, Waterproofing, Concrete Restoration, 34 Commission Memorandum ITB 2014-191 Citywide Painting(Interior and Exterior)and Waterproofing Services September 10, 2014 P ± c;P (3 Stucco and General Repairs. In 1995 the company became established in South Florida under the name of Inclan Painting &Waterproofing Corp. P&P Contracting, Inc. started in 2007 and has provided numerous painting and waterproofing services for the F.D.O.T. in various districts. In addition, P&P has provided services for the Florida Turnpike Enterprise. They specialize in painting and waterproofing with extensive experience with governmental entities. Pricing tabulation is attached. After review of responses received, it is recommended that an award be made to all three (3) responsive and responsible bidder(s)meeting all terms,conditions, and specifications of the ITB for the purpose of creating a pool of qualified contractors from which the City may seek quotes for specific projects. CITY MANAGER'S REVIEW After considering the review and recommendation of City staff,the City Manager exercised his due diligence and is recommending to the Mayor and the City Commission to award a contract to all responsible, responsive bidder(s) including Hartzell Painting Contractors, Inclan Painting and Waterproofing, Corp., and P&P Contracting, Inc. as pre-qualified vendors for future work per the terms and conditions of ITB No. 2014-191-SW. CONCLUSION Based on the aforementioned,the Administration recommends that the Mayor and City Commission award a contract to all responsible, responsive bidder(s) including Hartzell Painting Contractors, Inclan Painting and Waterproofing, Corp., and P&P Contracting, Inc. as pre-qualified vendors for future work on an as needed basis. JLM/KGB/ /AD T:\AGENDA\2014\September\Procurement\ITB 2014-191-SW Citywide Painting(Interior and Exterior)and Waterproofing Services - MEMO.doc 35 C! a 0 o Sy LL LL r4 .2 CL C.-O i;4.CL < LLJ aw e VW 40 OC iz CL LU '.'a A ci si CL LLJ 0 a :L- '& LCL ci -0 K'j-: -0 FEL ? -,c > CD a z cc :tb E X> 0 CL r c z z 19 0 0 0 0 0 wi x CA m cr 0 72 < 8 INU W .2 0 z C3 m c IUWUI el, Q .0 Lu uj x A u l 3 LU c; ui j—, 'c 3i C'i Vii. O z M LU M C) .c m z Z dS 0 0 L) z 0 (x a- X 0 (x D E !2 LLJ w w LU < cc ui C7 c LU Z U z < z Az cc c < Lu < U7 LJJ Ct uj CL C, E uj W m 0 0 o LIJ < 2E rn Q� 0 z S J Lli LL 0 LU 2 z 2 In LL L3 Ir L> 0 < LLJ n z C' CL CI- M 0 Z z L < 9 It 0 — LU U-- uj Lcur Fx < z < 0 0- CL < LU 0 8 Ir Iz LU CC cn LL z z (X < z 0 a. W LU cn < (L IL < CL C-) cr (X z LU z 0 CL LLJ C) LLI LU Lu LU 0 Ir 0 LU = p a a- 0 m a. L'i 0 F- CL cn t W cn LLI 0 cr rj) Z < a 9 < o m I Cl) z - �:. CL CL 0 W Lli cn CD (D z LU < LLJ LL z CL Lu �4 C-) a. LU (X M cr Cr Z 8 ft 0 0 U 0 0 0 0 0 9' - o - m = CL W CL— E (x — — — — — ul ;x L) 0 cr Of m M� = a: Lu LU LLJ LU 9 LLI LLI -;�! L LU LLJ 0 Lu x Z z T < ZD x 0 k.- x cj 8 5; M w x x x a_ to U C/3 LLI u cn uj ui Lu w w < 10 h w In 10 N 36 THIS PAGE INTENTIONALLY LEFT BLANK 37 ATTACHMENTS B I MIAMIBEACH i City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 INVITATION TO BID NO. 2014-191-SW FOR CITYWIDE INTERIOR AND EXTERIOR PAINTING AND WATERPROOFING (the ITB) July 23, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. 1. ADDITIONAL REQUIREMENTS: The following items are hereby added to Appendix D, Special Conditions. i i a) Bonding Capacity: Proposers shall provide a statement of its bonding capacity from a Surety firm rated by AM Best as to be no less than A-(Excellent). The statement of bonding capacity shall be directly from the Surety firm on its official letterhead and signed by an authorized agent of the 1 firm. b) Upon the request of City, the awarded contractor must submit a Product Submittal Letter from the approved manufacturer of products utilized, stating that they meet or exceed the specification within five (5) days. c) Please note that percentage markups for Mobilization and Staging (for buildings over one story) maybe added and cost proposals for specific projects will be requested separately. 2. REVISION: a) Appendix E, Bid Tender Form has been amended. Bidders are required to submit the amended Appendix E — Bid Tender Form in order to be deemed responsive. b) Appendix C, is hereby amended as follows. Strikethrough denotes removed language. Underlined denotes added language. I Section C3.04 SERVICES: ITEM #6.02 WATERPROOFING/ PAINTING APPLICATION .j C. Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow sufficient drying (curing) time between coats per manufacturer's specifications. Additional coats may be required to insure that the finished surface is uniform in color and appearance. Primer and Coating must be applied to meet manufacturer required Millage Thickness to receive warranty. Dry Millage Tests will be performed by manufacturer and provided to the City verifying Millage Thickness and warranty adherence. Any Costs associated with this testing must be covered by the contractor. Data Sheets showing required Millage Thickness will be required with submittal for each project. 9 I ITB No.2014-191-SW I Addendum#3 7/23/2014 ITEM #9.02 WATERPROOFING/ PAINTING APPLICATION C. Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow sufficient drying (curing) time between coats per manufacturer's specifications. Additional coats may be required to insure that the finished surface is uniform in color and appearance. Primer and Coating must be applied to meet manufacturer required Millage Thickness to receive warranty. Dry Millage Tests will be performed by manufacturer and provided to the City verifying Millage Thickness and warranty adherence. Any Costs associated with this testing must be covered by the contractor. Data Sheets showing required Millage Thickness will be required with submittal for each project. ITEM #11: EXTERIOR PAINTING/WATERPROOFING WOOD SURFACES i C. Paint all surfaces with acrylic exterior coating for metal wood as specified. ITEM #12: INTERIOR PAINTING SURFACES i C. Paint all surfaces with acrylic interior coating for metal surface as specified. 3. RESPONSES TO QUESTIONS RECEIVED: i Q #1: Miami Beach based tax receipt...Does it mean that you have to have a business based in Miami Beach? A#1: Per Ordinance No. 2011-3747, as amended, a Miami Beach-based vendor means a bidder that (i) has a valid business tax receipt issued by the City of Miami Beach for at least one year prior to the issuance of a bid, which authorizes said vendor to provide the subject goods and/o contractual services, and (ii) has, for at least one year prior to the issuance of a bid, its headquarters in the City, or has a place of business located in the City at which it will produce the goods or perform the contractual services to be purchased. The City Manager shall administratively resolve any issues relating to a vendor's status as a Miami Beach-based vendor, and his/her decision on whether a vendor is a Miami Beach-based vendor shall be final. Q #2: Item #5 exterior window joint and control joint could be significant price difference? A#2: Item #5 has been deleted. Please refer to the revised Appendix E, Bid Tender Form. Items 5A through 5C have been added. Q #3: The scope is vague as it relates to type of service; commercial vs. residential; the purpose of sandblasting or stripping; location of the project; whether bidder has to get right of way permit and signage; and all these things affect cost, so it's difficult to bid. A#3: The services covered under this ITB are not residential, but strictly commercial and for City owned facilities. Prospective bidder's bid price shall be inclusive of all materials, prep work, equipment and labor necessary to complete the described services per specifications. All projects will require a permit and contractor will be responsible for all fees. i 1 j i ITB No.2014-191-SW I Addendum#3 7/23/2014 S Q #4: Prospective bidder was working on and had to pay for right of way, closure of sidewalks, signage and parking, therefore working on these type of buildings is different. Therefore, this affects the pricing. Will the City consider covering these costs? A#4: With respect to parking and right-of-way, the City will be responsible for the costs. With respect to signage and the closure of sidewalks, the contractor will be responsible for the costs. Q #5: Are permits required? A#5: All projects need to be permitted and the contractor will be responsible for all permitting fees. Q #6: Who pays for inspections and re-inspections? i A#6: Contractor is responsible for all inspection costs. Q #7: Does the City have a budget estimate for this project? A#7: There is no budget estimate for this project at this time. Q #8: How many painting projects do you have a year? Can you give an estimate? A#8: It will vary every year. The City anticipates having up to three (3) projects for the next fiscal year. Q #9: The sizes of the exterior columns are not provided. A#9 Prospective bidders are to provide price by square foot (SF) surface area, as the column sizes vary. Q #10: The scope in Item #6.02 Waterproofing/Painting Application, states apply one coat but this won't give you the millage for the warranty so it needs to be two coats. A#10: Item #6.02 Waterproofing/Painting Application, Letter C, has been revised as � follows: i Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow sufficient drying (curing) time between coats per manufacturer's specifications. Additional coats may be required to insure that the finished surface is uniform in color and appearance. Primer and Coating must be applied to meet manufacturer ' required Millage Thickness to receive warranty. Dry Millage Tests will be performed by manufacturer and provided to the City verifying Millage Thickness and warranty adherence. Any Costs associated with this testing must be covered by the contractor. Data Sheets showing required Millage Thickness will be required with submittal for each project. i Q #11: In Appendix E, Bid Tender Form, line Item #6, Exterior Stucco/Concrete are two different I items and may reflect two different prices, combining these together makes it tough to price and may cause the bid price to be high. I A#11: Item #6 has been deleted. Please refer to the revised Appendix E, Bid Tender Form line items#6A through 6E have been added. Q #12: Please be advised that tuck pointing is done with mortar not sealant. A#12: Please refer to the revised Appendix E, Bid Tender Form, line item #4A has been added. ITB No. 2014-191-SW I Addendum#3 7/23/2014 r Q #13: Are line Items #1, 2, and 3 intentionally eliminated on the Bid Tender Form? Please clarify. A#13: Line items #1, 2, and 3 are included in the Bid Tender Form and request bidder to submit per square footage price. Q #14: What is the difference between the line Item #6 & line Item #9 found in the Bid Tender Form? Please clarify. A#14: Item #6 has been deleted. Q #15: If line Item #6 in the Bid Tender Form is trying to specify Restoration of the delaminated Stucco, the explanation does not relay the intent. Please clarify A#15: Item #6 has been deleted. Q #16: Line Item #5 of the Bid Tender Form combines the "exterior window joints and building expansion and or control joints. The price of the caulking varies based on the width and depth of the caulking. Since windows and expansion joints require different caulking, please clarify why they are combined in this line item. A#16: Item #5 has been deleted. Please refer to the revised Appendix E, and Bid Tender Form; Items #5A through 5C have been added. Q #17: Item #9: Exterior Vertical Stucco/CMU, Surface Painting/Waterproofing, 9.02 letter C + specifies: "Apply minimum of one coat elastomeric to all surfaces to be painted". Please note that, no manufacturer will provide warranty on one coat of water proofing. Additionally, most of the City's buildings are old and have to be repaired substantially. One coat will not provide sufficient coverage and repair lines may be noticeable. Please review and advice. A#17: Item #9.02 Waterproofing/Painting Application, Letter C, has been revised as follows: Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow sufficient drying (curing) time between coats per manufacturer's specifications. ; Additional coats may be required to insure that the finished surface is uniform in '. color and appearance. Primer and Coating must be applied to meet manufacturer required Millage Thickness to receive warranty. Dry Millage Tests will be performed by manufacturer and provided to the City verifying Millage Thickness and warranty adherence. Any Costs associated with this testing must be covered by the ' contractor. Data Sheets showing required Millage Thickness will be required with submittal for each project. Q #18: Bid Documents specify that the price quoted shall remain firm and fixed during the duration of the contract, and only upon renewal may the contractors be allowed to i increase their price under certain guidelines. Please note that paint manufacturers raise prices once or twice a year. And it will be very difficult for a small painting contractor to j keep their price fixed for three years. Please review and advice A#18: Although price increases for materials is standard in the industry, the purpose of this ITB is to establish a contract, inclusive of all labor, equipment, supplies, materials, cost of transportation and supervision necessary to perform the services requested. Since the prices quoted shall remain firm during the initial term of the agreement, bidders should take this into consideration and factor in when submitting prices on the Bid Tender Form. ITB No.2014-191-SW Addendum#3 7/23/2014 Q #19: Appendix C, Section C3.04 Services, Item #11, letter C, specifies Metal Primer for Wood. Please clarify. A#19: This item has been revised as follows: Paint all surfaces with acrylic exterior coating for metal wood as specified. Q#20: Appendix C, Section C3.04 Services, Item #12, letter C, Interior Painting Surfaces, specifies Metal Primer. Please clarify. A#20: This item has been revised as follows: Paint all surfaces with acrylic interior coating for metal surface as specified. Q #21: Appendix C, Item #6 "Exterior Stucco / Concrete Restoration and Waterproofing"; this does not apply to epoxy, latex, or oil, it only applies to primer, does prospective bidder leave the other items blank or placed a N/A. A#21: Bid Tender Form has been revised to delete Item #6. Please submit a per square footage price for item numbers 6A, 6B, 6C, and 613. Q #22: Also, the Bid Tender Form indicates N/A in the spaces for square footage where a price may be required, such as line item #4 or stone repair, so please advise where the pricing per square footage should be indicated. A#22: Bid Tender Form has been revised to include ,a price submittal per linear foot (LF) for item #4A, and a price per square foot (SF)for line item #4B. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@m!amibeachfl.gov Contact: Telephone: Email: Steven Williams 305-673-7000 ext. 6650 Stevenwilliams @miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. x De rocurernent Director ITB No. 2014-191-SW Addendum#3 7/23/2014 f f APPENDIX E "REVISED" BID TENDER FORM Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB,inclusive of its terms,conditions, specifications and other requirements stated herein,and that no claim will be made on account of any increase in wage scales, material prices, delivery delays,taxes, insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Tender Form shall be completed mechanically or, if manually, in ink. Bid Tender Forms completed in pencil shall be deemed non-responsive. All corrections on the Bid Tender Form shall be initialed. -y ,: . AD'- P Ice era s. Price er = :p. r�c�. erS uare:Fee SF. .>. p Item I escri t o = L_ p q � ) a RalnA Applications- _ aj eef(3 Feet:L)✓) -' LATEX T a>. (Acrylic, SERVICES EPDXY Satin, Gloss, OIL PRIMER Semi- loss 1 PRESSURE WASHING NIA N/A :N/A 2 SAND BLASTING 1- ":NIA:_ `�yl N/A qNIA <, NIA 3 STRIPPING b MA� :-..NIA _:$ Nt� N;X NIA 4 JOINT SEALANT REPLACEMENT CLEAN AND SEAL N/A TUCK POINTING TO BE PERFORMED WITH MORTAR 4A :F�/A =; . A_ K 1A = .: NIA :- I Nt TO MATCH EXISTING BUILDING CONDITIONS. _ 4B STONE REPAIR NtA. = VA N/A r NtA =Nt _ NIA 5A EXTERIOR WINDOW JOINTS FRAME TO GLASS OR NIA:::;;:_ NIA: NIA ` :`=N/A FRAME TO STUCCO/CONCRETE 4 _ _ 5B CONTROL JOINTS N -= NSA. 5C GENERAL CAULKING rA . `� i� - '=NIA x=i�TIA`} ``=:NtA: :t _ t .�? - 6A CONCRETE RESTORATION AND REPAIR _ � 1 NIA 68 STUCCO REMOVAL AND REPAIR =-=Nl? T : N1;4' Nr NtA _Y 6C CMU BLOCK RESTORATION AND REPAIR WA 7 A =: N!A .;: N/k STEEL BEAM SUPPORT CLEAN, PRIME, PREPARATION :- - - 6D FOR STUCCO SURFACING � At - N/A-. ¢�vA -c�rA 51. REBAR CLEAN, PRIME AND PREPARATION FOR ~: _ _ _ .� i 6E CONCRETE RESTORATION =` NIa: _ I: N/A . . .,. 7 EXTERIOR LINTELS—PREPARE AND RESTORE 8 EXTERIOR COLUMNS—PREPARE AND RESTORE :`NIA'. i EXTERIOR.VERTICAL STUCCO/ CMU SURFACE 9 =. ' NIA . PAINTING/WATERPROOFING EXTERIOR.PAINTING/WATERPROOFING METAL SURFACES b._... I EXTERIOR.PAINTING/WATERPROOFING WOOD _ - . 11 SURFACES =_' NIA 12 INTERIOR PAINTING SURFACES 'Y N/A^`Y i Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: MIAMI B..EACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 INVITATION TO BID NO. 2014-191-SW CITYWIDE INTERIOR AND EXTERIOR PAINTING AND WATERPROOFING (the ITB) July 22, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. 1. The deadline for the receipt of bids is extended until 3:00 p.m., on July 30, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(cD-miamibeachfl.gov Contact: Telephone: Email: Steven Williams 305-673-7000 ext. 6650 Stevenwilliams @miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, Alex Denis Procurement Director 1 1 ADDENDUM 2 ITB 2014-191-SW CITYWIDE INTERIOR AND EXTERIOR PAINTING AND WATERPROOFING -�..` MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.micmibeachfi.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 INVITATION TO BID FOR NO. 2014-191-SW FOR CITYWIDE INTERIOR AND EXTERIOR PAINTING AND WATERPROOFING (the ITB) July 15, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. 1. REVISION: Section 0200— Instructions to Bidders, on page 3 of the ITB, is hereby amended as follows. (Underlined denotes change): 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation'is as follows: ITB Issued June 26, 2014 Pre-Bid Meeting July 2,2014, at 11:00 a.m. Deadline for Receipt of Questions July 17, 2014 Responses Due July 25, 2014, no later than 3:00p.m. ' Tentative Commission Approval Authorizing Award September Commission Any questions regarding this Addendum should be submitted in writing to the Procurement I Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Steven Williams 305-673-7000 ext. 6650 Stevenwilliams @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and re urn the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. S i l e , 1i re c re t Director 1 I I ;l ti ITB No.2014-191SW Addendum##1 7/15/2014 INVITATION TO BID ITB CITYWIDE PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES 2014-191-SW BID ISSUANCE DATE: JUNE 26, 2014 BID DUE: JULY 189 2014 @ 3:00 PM ISSUED BY: STEVEN WILLIAMS MIA Steven Williams, Procurement Coordinator DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.7000 x6650 I Fax: 786.373. 4330 1 www.miamibeachfl.gov NAIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED ........................................................................................................N/A 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS........................................3 0300 BID SUBMITTAL INSTRUCTIONS & FORMAT..........................................................16 APPENDICES: APPENDIX A BID CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS APPENDIX B "NO BID" FORM APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS APPENDIX D SPECIAL CONDITIONS APPENDIX E BID TENDER FORM APPENDIX F INSURANCE REQUIREMENTS ITB 2014-191-SW 2 MI ANA IBEACH SECTION 0200 INSTRUCTIONS TO BIDDERS 1. GENERAL. This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "bid") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein,or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Bidders(s) (the"contractor[s]") if this ITB results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this ITB. Any prospective Bidder who has received this ITB by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this ITB. Failure to receive an addendum may result in disqualification of Bid submitted. 2. PURPOSE. The purpose of this ITB is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide Interior and Exterior Painting and Waterproofing services for building facilities and bridges located within the City of Miami Beach (the "City") for the Department of Property Maintenance in accordance with the prescribed specifications and requirements. Interested vendors are invited to submit bids in response to this ITB. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued June 26, 2014 Pre-Bid Meeting July 2, 2014, at 11:00 a.m. Deadline for Receipt of Questions July 11, 2014 Responses Due July 18, 2014, no later than 3:00p.m. Tentative Commission Approval Authorizing Award September Commission 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado c( rniamibeachfl.gov ; or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than seven (7) calendar days prior to the date Bids are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. Procurement Contact: Telephone: Email: Steven Williams ' (305)673-7497 Stevenwilliams @miamibeachfl.gov ITB 2014-191-SW 3 /MIAMI BEACH 5. PRE-BID MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-bid meeting or site visit(s) may be scheduled. A Pre-Bid conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall -4th Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Bid Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this ITB expressing their intent to participate via telephone. 6. PRE-BID INTERPRETATIONS. Oral information or responses to questions received by prospective Bidders are not binding on the City and will be without legal effect, including any information received at pre-bid meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence." The Cone of Silence ordinance is available at http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado @miamibeachfl.gov. 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http:l/web.miamibeachfi.gov/procuremenUscroll.aspx?id=23510 • CONE OF SILENCE..................................................................... CITY CODE SECTION 2-486 • PROTEST PROCEDURES............................................................ CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS....................................................... CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES.................. CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS................................... CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES...................................................................................... CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS.......................................... CITY CODE SECTION 2-373 ITB 2014-19 1-SW 4 NAIAM11 BEACH • LIVING WAGE REQUIREMENT...................................................... CITY CODE SECTIONS 2-407 THROUGH 2-410 • LOCAL PREFERENCE FOR MIAMI BEACH-BASED VENDORS......... CITY CODE SECTION 2-372 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES............................. CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE......................................................... CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES.............................. CITY CODE SECTION 2-449 9. EXAMINATION OF SOLICITATION DOCUMENTS AND SITE: It is the responsibility of each Bidder, before submitting a Bid, to: • Examine the solicitation thoroughly. • Visit the site or structure, as applicable, to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. • Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. • Study and carefully correlate Bidder's observations with the solicitation. • Notify the Procurement Director of all conflicts, errors or discrepancies in the solicitation of which Bidder knows or reasonably should have known. • The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the solicitation and that the solicitation documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 10. POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS. The City reserves the right to postpone the deadline for submittal of bids and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Bidders through PublicPurchase. 11. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the bid due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 12. MIAMI BEACH-BASED VENDORS PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3747, a preference will be given to a responsive and responsible Miami Beach-based vendor, who is within five percent (5%) of the lowest and best bidder, an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more Miami Beach-based vendors constitute the lowest bid for a competitively bid purchase, and such bids are responsive and otherwise equal with respect to quality and service, then the award shall be made to the Miami Beach-based vendor having the greatest number of its employees that are Miami Beach residents. Whenever, two or more Miami Beach-based vendors have the same number of its employees that are Miami Beach residents, then the award shall be made to the Miami Beach- based vendor who is certified by Miami-Dade County as a Minority or Women Business Enterprise. 13. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or ITB 2014-191-SVV 5 dm Mi EMI BEACH contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2)or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 14. CONTRACT PRICE. Bid Price is to include the furnishing of all labor, materials, equipment including tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the solicitation. 15. METHOD OF AWARD. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendations)and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified,without delay or interference. • The character, integrity, reputation,judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. • The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. Qualified Contractor Pool: The City will endeavor to award projects pursuant to the specific unit prices awarded pursuant to the ITB. However, notwithstanding the foregoing, the City Manager may, in his sole discretion, also recommend one or more responsive, responsible bidders for award for the purpose of creating a pool of qualified contractors from which the City may seek quotes for specific projects in lieu of awarding project(s) in accordance with the specific items or unit prices awarded pursuant to this ITB. When utilizing the qualified contractor pool methodology, the City will endeavor to invite all contractors in the pool to submit project-specific pricing. The contractor offering the lowest overall project cost, as well as meeting other project and timeline requirements will be awarded the project through the release of a Purchase Order. 16. MULTIPLE AWARD. The City may award up to three vendors (primary, secondary, tertiary), as available, by line item, by group or in its entirety. The City will endeavor to utilize vendors in order of award. However, the City may utilize other vendors in the event that: 1) a contract vendor is not or is unable to be in compliance with any contract or delivery requirement; 2) it is in the best interest of the City to do so regardless of reason. 17. BINDING CONTRACT.The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission. The City Commission's selection or approval of the City Manager's recommendation shall constitute a binding Contract between the City and the awarded bidder(s). The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal. In case of default on the part of the successful bidder, the ITB 20147971-SW 6 IV,WNAI BEACH City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. 18. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 19. GENERAL TERMS AND CONDITIONS. It is the responsibility of the Bidder to become thoroughly familiar with the Bid requirements, terms and conditions of this solicitation. Ignorance by the Bidder of conditions that exist or that may exist will not be accepted as a basis for varying the requirements of the City, or the compensation to be paid to the Bidder. 20. ACCEPTANCE OR REJECTION OF BIDS. The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the Bid by the Mayor and City Commission. 21. ALTERNATE RESPONSES MAY BE CONSIDERED. The City may consider one (1) alternate response from the same Bidder for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder shall complete a separate Price Sheet form and shall mark "Alternate Response". Alternate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 22. AMERICAN WITH DISABILITIES ACT. To request this material in accessible format, sign language interpreters, information on access for persons with disabilities, and/or any accommodation to review any document or participate in any city-sponsored proceeding, please contact 305-604-2489 (voice), 305-673-7524 (fax) or 305-673-7218 (TTY) five days in advance to initiate your request. TTY users may also call 711 (Florida Relay Service). 23. ANTI-DISCRIMINATION. The bidder certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. 24. ASSIGNMENT. The successful bidder shall not assign, transfer, convey, sublet or otherwise. dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute sch contract, to any person, company or corporation, without the prior written consent of the City. 25. AUDIT RIGHTS AND RECORDS RETENTION. The Successful Bidder agrees to provide access at all reasonable times to the City, or to any of its duly authorized representatives, to any books, documents, papers and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, excerpts, and transcriptions. The Successful Bidder shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for three (3)years after the City makes final payment and all other 1TB 2014-191-SW 7 /M I A/%il l B EAC H pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 26. BID BONDS, PERFORMANCE BONDS, CERTIFICATES OF INSURANCE. Bid Bonds, when required, shall be submitted with the bid in the amount specified in the Special Conditions. After acceptance of the bid, the City will notify the successful bidder to submit a performance bond and certificate of insurance in the amount specified in the Special Conditions. 27. BILLING INSTRUCTIONS. Invoices, unless otherwise indicated, must show purchase order numbers and shall be submitted to the ordering City department. 28. CANCELLATION. In the event any of the provisions of this Bid are violated by the bidder, the City shall give written notice to the bidder stating such deficiencies and, unless such deficiencies are corrected within ten (10) calendar days from the date of the City's notice, the City, through its City Manager, may declare the contract in default and terminate same, without further notice required to the bidder. Notwithstanding the preceding, the City, through its City Manager, also reserves the right to terminate the contract at any time and for any reason, without cause and for convenience, and without any monetary liability to the City, upon the giving of thirty (30) days prior written notice to the bidder. 29. CITY'S RIGHT TO WAIVE OR REJECT BIDS. The City Commission reserves the right to waive any informalities or irregularities in this Bid; or to reject all bids, or any part of any bid, as it deems necessary and in the best interest of the City of Miami Beach, 30. CLARIFICATION AND ADDENDA TO BID SPECIFICATIONS. If a bidder is in doubt as to the true meaning of the Bid specifications, or other Bid documents, or any part thereof, the bidder must submit to the City, at least seven (7)calendar days prior to the scheduled Bid opening date, a request for clarification. Any interpretation of the Bid, including, without limitation, responses to questions and request for clarification(s) from bidders, will be made only by Addendum duly issued by the City. In the event of conflict with the original specifications, the Addendum shall supersede such specifications, to the extent specified. Subsequent Addendum shall govern over prior Addendum only to the extent specified. The bidder shall be required to acknowledge receipt of any and all Addendum, and filling in and signing in the spaces provided in section 5.0, Acknowledgements/Affidavits. Failure to acknowledge Addendum may deem a bid non-responsive. The City will not be responsible for explanations, interpretations, or answers to questions made verbally or in writing by any City representative, unless issued by the City via formal written Addendum to this Bid. Any questions or clarifications concerning the Bid shall be submitted in writing to the Department of Procurement Management(DPM), 1700 Convention Center Drive, Miami Beach, FL 33139 with a copy to the City Clerk. 31. COLLUSION. Where two (2) or more related parties each submit a bid or bids for any contract, such bids or bids shall be presumed to be collusive. The foregoing presumption may be rebutted by presentation of evidence as to the extent of ownership, control and management of such related parties in the preparation and submittal of such bid or bids. "Related parties" means bidders or the principals thereof which have a direct or indirect ownership interest in another bidder for the same contract, or in which a parent company or the principals thereof of one (1) bidder have a direct or indirect ownership interest in another bidder for the same contract. Bid or bids found to be collusive shall be ITB 2014-191-SW 8 rejected. Bidders who have been found to have engaged in collusion may also be suspended or debarred, and any contract resulting from collusive bidding may be terminated for cause. 32. CONDITION AND PACKAGING. Bidder guarantees items offered and delivered to be the current standard production model at time of bid and shall offer expiration dating of at least one year or later. Bidder also guarantees items offered and delivered to be new, unused, and free from any and all defects in material, packaging and workmanship and agrees to replace defective items promptly at no charge to the City of Miami Beach, for the manufacturer's standard warranty but in no case for a period of less than 12 months from date of acceptance. All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging. 33. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 34. DELIVERY. Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days (in calendar days) required to make delivery after receipt of purchase order, in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the City using Department, Monday through Friday, excluding holidays. Receiving hours are Monday through Friday, excluding holidays, from 8:30 A.M.to 4:00 P.M. 35. DELIVERY TIME. Bidders shall specify in the attached Bid Form, the guaranteed delivery time(in calendar days) for each item. It must be a firm delivery time; no ranges(For example, 12-14 days)will be accepted. 36. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the bidder's facility may be made prior to the award of contract. B. Bids will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this Bid. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this Bid. D. the terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a bidder, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require bidders to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidder's bid may render the bid non-responsive. G. The City may, during the period that the contract between the City and the successful bidder is in force, review the successful bidder's record of performance to ensure that the bidder is continuing to provide sufficient financial support, equipment, and organization as prescribed in this bid. Irrespective of the bidder's performance on contracts awarded to it by the City, the City may place said contracts on 1 TB 2014-191-SW 9 MIAMI BEACH probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 37. DISPUTES. In the event of a conflict between the Bid documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this Bid; then B. Addendum issued for this Bid, with the latest Addendum taking precedence; then C. The Bid; then D. The bidder's bid in response to the Bid. E. In case of any doubt or difference of opinion as to the items and/or services(as the case may be)to be furnished hereunder,the decision of the City shall be final and binding on all parties. 38. DEFAULT. Failure or refusal of a bidder to execute a contract upon award, or withdrawal of a bid before such award is made, may result in forfeiture of that portion of any bid surety required as liquidated damages incurred by the City thereby; or, where surety is not required, failure to execute a contract as described above may be grounds for removing the bidder from the City's bidders list. 39. EQUIVALENTS. If a bidder offers makes of equipment or brands of supplies other than those specified in the Bid specifications, he must so indicate in his bid. Specific article(s) of equipment/supplies shall conform in quality, design and construction with all published claims of the manufacturer. The bidder shall indicate in the Bid Form the manufacturer's name and number if bidding other than the specified brands, and shall indicate ANY deviation from the specifications as listed in the Bid. Other than specified items offered requires complete descriptive technical literature marked to indicate detailed conformance with specifications, and MUST BE INCLUDED WITH THE.BID, NO BIDS WILL BE CONSIDERED WITHOUT THIS INFORMATION. THE CITY SHALL BE THE SOLE JUDGE OF EQUALITY AND ITS DECISION SHALL BE FINAL. Note as to Brand Names: Catalog numbers, manufacturers' and brand names, when listed, are informational guides as to a standard of acceptable product quality level only and should not be construed as an endorsement or a product limitation of recognized and legitimate manufacturers. Bidders shall formally substantiate and verify that product(s)offered conform with or exceed quality as listed in the specifications. 40. ELIMINATION FROM CONSIDERATION. This bid shall not be awarded to any person or firm who is in arrears to the City upon any debt, taxes, or contracts which are defaulted as surety or otherwise upon any obligation to the City. 41. EMERGENCY RESPONSE PRIORITY. It is hereby made a part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of force majeure that the City of Miami Beach, Florida shall receive a "First Priority" for any goods and services covered under any award resulting from this solicitation, including balance of line items as applicable. It is vital and imperative that the majority of citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. By virtue of submitting a response to this solicitation, vendor agrees to provide all award-related goods and services to the City on a "first priority" under the emergency conditions noted above. ITB 2014-191-SW 10 MIAMBEACH 42. ESTIMATED QUANTITIES. Estimated quantities or estimated dollars, if provided, are for City guidance only. No guarantee is expressed or implied as to quantities or dollars that will be used during the contract period. The City is not obligated to place any order for a given amount subsequent to the award of this Bid. Estimates are based upon the City's actual needs and/or usage during a previous contract period. The City may use said estimates for purposes of determining whether the low bidder meets specifications. 43. EXCEPTIONS TO BID. Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid, may be deemed non- responsive and receive no further consideration. Should your proposed bid not be able to meet one (1) or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements, you must notify the Procurement Office, in writing, at least five (5) days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. 44. FACILITIES. The City, through its City Manager or his/her authorized designee, reserves the right to inspect the bidder's facilities at any time, upon reasonable prior written or verbal notice. 45. FLORIDA PUBLIC RECORDS LAIN. Bidders are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the bids, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 46. F.O.B. DESTINATION. Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder must be F.O.B. DESTINATION, inside delivery, with all delivery costs and charges included in the bid price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid. 47. GRATUITIES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, contractor, or agent of the City, for the purpose of influencing consideration of this Bid. 48. INDEMNIFICATION. The successful Bidder shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the successful Bidder or its employees, agents, servants, partners, principals or subcontractors. The successful Bidder shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be ITB 20 l 4191-SW 1 1 MIAMIBEACH incurred thereon. The successful Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the successful Bidder shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 49. INSPECTION, ACCEPTANCE & TITLE. Inspection and acceptance will be at destination, unless otherwise provided. Title to (or risk of loss or damage to) all items shall be the responsibility of the successful bidder until acceptance by the City, unless loss or damage results from the gross negligence or willful misconduct of the City. If any equipment or supplies supplied to the City are found to be defective, or do not conform to the specifications, the City reserves the right to cancel the order upon written notice to the seller, and return the product, at the bidder's expense. 50. LAWS, PERMITS AND REGULATIONS. The bidder shall obtain and pay for all licenses, permits, and inspection fees required under the contract; and shall comply with all Applicable Laws. 51. LEGAL REQUIREMENTS. The bidder shall be required to comply with all federal, State of Florida, Miami-Dade County, and City of Miami Beach codes, laws, ordinances, and/or rules and regulations that in any manner affect the items covered herein (collectively, Applicable Laws). Lack of knowledge or ignorance by the bidder with/of Applicable Laws will in no way be a cause for relief from responsibility. 52. LIABILITY, INSURANCE, LICENSES AND PERMITS. Where bidders are required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of the Bid, the bidder will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all Applicable Laws. The bidder shall be liable for any damages or loss to the City occasioned by negligence of the bidder, or his/her officers, employees, contractors, and/or agents, for failure to comply with Applicable Laws. 53. MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Bidder agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Bidder further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 54. MISTAKES. Bidders are expected to examine the specifications, delivery schedules, bid prices, and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk and may result in the bid being non-responsive. 55. MOD IFICATIONMITHDRAWALS OF BIDS. A bidder may submit a modified bid to replace all or any portion of a previously submitted bid up until the bid due date and time. Modifications received after the bid due date and time will NOT be considered. Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date or after expiration of 120 calendar days from the opening of bids without a contract award. Letters of withdrawal received after the bid due date and before said expiration date and letters of withdrawal received after contract award will NOT be considered. ITB 2014-191-SW 12 AA I ANA I BEACH 56. NON-CONFORMANCE TO CONTRACT CONDITIONS. Items may be tested for compliance with specifications. Items delivered, not conforming to specifications, may be rejected and returned at the bidder's expense. These items, as well as items not delivered as per delivery date in bid and/or purchase order, may be purchased by the City, at its discretion, on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in the bidder's name being removed from the City's vendor list. 57. OPTIONAL CONTRACT USAGE. When the successful bidder(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 58. OSHA. The bidder warrants to the City that any work, services, supplies, materials or equipment supplied pursuant to this Bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970, as amended, and the failure to comply with this condition will be deemed breach of contract. Any fines levied because of inadequacies to comply with this condition shall be bome solely by the bidder. 59. PATENTS & ROYALTIES. The bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the bidder uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 60. PAYMENT. Payment will be made by the City after the items have been received, inspected, and found to l comply with Bid specifications,free of damage or defect, and properly invoiced. 61. PRICES QUOTED. Prices quoted shall remain firm and fixed during the duration of the contract. In completing the bid form, state both unit price and extended total, when requested. Prices must be stated in units of quantity specified in the bidding specifications. In case of discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices must be F.O.B. destination, freight prepaid (unless otherwise stated in Special Conditions). The Bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the Bid submittal signature page of the solicitation. Award, if made, will be in accordance with terms and conditions stated herein. Each item must be bid separately, and no attempt is to be made to tie any item or items in with any other item or items. Cash or quantity discounts offered will not be a consideration in determination of award of bid(s). 62. PRODUCT INFORMATION. Product literature, specifications, and technical information, including Manufacturer's Safety Data Sheets (MSDS) should be provided with this bid as an attachment to the "BID FORM". However, in all cases must be provided within five (5) calendar days upon request from Purchasing Agent, 63. REASONABLE ACCOMMODATION. In accordance with Title II of the Americans with Disabilities Act, any person requiring an accommodation at the Bid opening because of a disability must contact the Procurement Division. ITB 2014-191-SW 13 MIAMI BEACH 64. SAMPLES. Bids submitted as an "equal" product must be accompanied with detailed specifications. Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within (30) days after bid opening. All samples will be disposed of after thirty (30) days. Each individual sample must be labeled with the bidder's name. Failure of the bidder to either deliver required samples, or to clearly identify samples may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Division, 1700 Convention Center Drive, Miami Beach, FL 33139. 65. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 66. SPOT MARKET PURCHASES. It is the intent of the City to purchase the items specifically listed in this Bid from the successful bidder. However, the City reserves the right to purchase the items from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 67. SUBSTITUTIONS. After award of contract, the City WILL NOT accept substitute shipments of any kind, without previous written approval. The bidder is expected to furnish the brand quoted in its bid. Any substitute shipments will be returned at the bidder's expense. 68. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 69. TIE BIDS. In accordance with Florida Statues Section 287.087, regarding identical tie bids, preference will be given to bidders certifying that they have implemented a drug free work place program. A certification form will be required. In the event of a continued tie between two or more bidders after consideration of the drug free workplace program, the City's Local Preference and Veteran Preference ordinances will dictate the manner by which a tie is to be resolved. In the event of a continued tie after the Local and Veteran Preference ordinances have been applied or the tie exists between bidders that are not Local or Veteran, the breaking of the tie shall be at the City Manager's discretion, which will make a recommendation for award to the City Commission. 70. TERMINATION FOR DEFAULT. If the successful bidder shall fail to fulfill in a timely manner, or otherwise violate, any of the covenants, agreements, or stipulations material to the Bid and/or the contract entered into with the City pursuant thereto, the City shall thereupon have the right to terminate the work and/or services then remaining to be performed by giving written notice to the bidder of such termination, which shall become effective upon receipt by the bidder of the written termination notice. In that event, the City shall compensate the successful bidder in accordance with the term of the contract for all work and/or services satisfactorily performed by the bidder prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful bidder shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the bidder, and the City may reasonably withhold payments to the successful bidder for the purposes of set off until such time as the exact amount of damages due the City from the successful bidder is determined. The City may, at its discretion, provide reasonable"cure period"for any contractual violation prior to termination of the contract; should the successful bidder fail to take the corrective action specified in the City's notice of default within the allotted cure period, then the City may proceed to terminate the contract for cause in accordance with this subsection 1.57. ITB 2014-191-SW 14 NAIAMI BEACH 71. TERMINATION FOR CONVENIENCE OF CITY. The City may, for its convenience, terminate the work and/or services then remaining to be performed, at any time, by giving written notice to the successful bidder of such termination, which shall become effective thirty(30) days following receipt by bidder of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the contract is terminated by the City as provided in this subsection, the City shall compensate the successful bidder in accordance with the terms of the contract for all and without cause and/or any resulting liability to the City, work and/or services actually performed by the successful bidder, and shall also compensate the bidder for its reasonable direct costs in assembling and delivering to City all documents. No compensation shall be due to the successful bidder for any profits that the successful bidder expected to earn on the balanced of the contract. Such payments shall be the total extent of the City's liability to the successful bidder upon a termination as provided for in this subsection. 72. UNDERWRITERS' LABORATORIES. Unless otherwise stipulated in the Bid, all manufactured items and fabricated assemblies shall be U.L. listed or re-examination listing where such has been established by U.L. for the item(s)offered and furnished. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) ITB 2014-191-SW 15 NA1A/MI BE. CH SECTION 0300 BID SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED BIDS. One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, three (3) bound copies and one (1) electronic format (CD or USB format) are to be submitted, with the original submission or within two (2) days of request by the City. The following information should be clearly marked on the face of the envelope or container in which the bid is submitted: Bid Number, Bid Title, Bidders Name, Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. BID PROPOSAL. The Bid Proposal is to include the following: • TAB 1 - Bid Tender Form (Appendix E). The Bid Tender Form (Appendix E) shall be completed mechanically or, if manually, in ink. Bid Tender Price Forms (Appendix E) completed in pencil shall be deemed non-responsive.All corrections on the Bid Tender Price Form (Appendix E) shall be initialed. ® TAB 2 - Bid Certification, Questionnaire and Affidavits (Appendix A). 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. ITB 20 l 4-19 1-SW 6 APPENDIX "A" MIAMI BEACH Bid Certification , Questionnaire & Requirements Affidavit I CITYWIDE PAINTING ( INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 !iB 2014.191 SW 17 Solicitation No: Solicitation Title: ITB No. 2014-191 Citywide Painting Interior And Exterior tai ater roofin Services Procurement Contact Tel: Steven Williams 305-673-7497 williams miamibeachfl. ov BID CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals,client information, financial information,or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ITB 2014-19 l-SW 18 1. Miami Beach Based(Local)Vendor. Is Proposer claiming Miami Beach based firm status? 0 YES NO SUBMITTAL REQUIREMENT: Proposers claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the City of Miami Beach and the proof of residency requirement,as required pursuant to ordinance 2011-3747,to demonstrate that the Proposer is a Miami Beach Based Vendor. 2. Veteran Owned Business.Is Proposer claiming a veteran owned business status? 0 YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 4. Financial Capacity.Each Proposer shall arrange for Dun &Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City,of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:/isupplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424.2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within 2 days of request. 5. Litigation History. Proposer shall submit a statement of any litigation or regulatory action that has been filed against your firm(s) in the last five years. If an action has been filed, state and describe the litigation or regulatory action filed,and identify the court or agency before which the action was instituted, the applicable case or file number, and the status or disposition for such reported action. If no litigation or regulatory action has been filed against your firm(s), provide a statement to that effect. If"No"litigation or regulatory action has been filed against your firm(s), please provide a statement to that effect. Truthful and complete answers to this question may not necessarily disqualify a firm from consideration but will be a factor in the selection process. Untruthful,misleading or false answers to this question shall result in the disqualification of the firm for this project. SUBMITTAL REQUIREMENT: Proposer shall submit history of litigation or regulatory action filed against proposer, or any proposer team member firm,in the past 5 years. If Proposer has no litigation history or regulatory action in the past 5 years,submit a statement accordingly. 6. Conflict Of Interest.All Proposers must disclose, in their Proposal,the name(s)of any officer,director, agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. 7. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. ITB 2014J91-SW 19 8. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? 0 YES 0 NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 9. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 10. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code")and submit that Code to the Procurement Division with its proposal/response or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfi.gov/procurement/. 11. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: ® Commencing with City fiscal year 2012-13(October 1, 2012),the hourly living rate will be$11.28/hr with health benefits,and$12.921hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfi.gov/procurement/. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 12. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. ITB 2014-191-SW 20 A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? 0 YES 0 NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? 0 YES 0 NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified, Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 13. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, proposals, or replies on leases 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 s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 14. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. ITB 2014-191-SW 21 DISCLOSURE e DISCLAIMER The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and.Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 20 l 4-191-SW 22 FROPOSERCERTIFIC ION hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposers Authorized Representative: Signature of Proposers Authorized Representative: Date: State of FLORIDA ) On this day of 20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of My Commission Expires: ITB 2014-191-SW 23 APPENDIX B MIAMI BEACH No Bid Form ITB 2014- 191 CITYWIDE PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 21-i A It-M' ' ITB 2014-191-SW 24 Statement of No Sid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service OTHER. (Please specify) We do— do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH DEPT. OF PROCUREMENT MANAGEMENT ATTN: Steven Williams PROPOSAL #2014-191-SW 1700 Convention Center Drive MIAMI BEACH, FL 33139 ITB 2014-191-SW 25 APPENDIX C I\/MIAMI BEACH.- Minimum Requirements & Specifications ITI3 2014- 191 CITYWIDE PAINTING ( INTERIOR AND EXTERIOR ) AND WATERPROOFING SERVICES DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 ITF. 2014-19 I-S'v`+ 26 C1. Minimum Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements will be deemed non- responsive and will not be considered. 1. Bidder must have a valid Painting license issued by Miami-Dade County. 2. Bidders must have regularly engaged in the business of providing the services as described in this Bid for a minimum of three (3) years. 3. Bidder shall submit at least three (3) references for whom the Bidder has completed work or is currently working on a project similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. C2. Statement of Work Required. The purpose of this ITB is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide Citywide Painting (Interior And Exterior) And Waterproofing Services for building facilities and bridges located within the City of Miami Beach (the "City") for the Department of Property Maintenance in accordance with the prescribed specifications and requirements. The City desires to set a standard for quality materials and a cost associated with the aforementioned services City Wide. It is the intent of the City to have proper materials installed for the proper application with the proper preparation. C3. Specifications. Contractor shall provide all labor, equipment, supplies, materials, cost of transportation and supervision necessary to perform the services requested in this ITB. In addition to any specifications or requirements contained in this ITB, all work awarded shall conform to the American Society for Testing and Materials (ASTM) Standards. C3.01 MATERIALS All bids shall be based on the materials specified for use on this project. Requests for material substitutions by the Contractor must be accompanied by documentation's from the manufacturer, stating that the substitute material is suitable use on this project and stamped by a local Florida Engineer. Actual test data must be submitted to insure the requested substitute material performs and meets the technical performance requirements of the specified material. Any work awarded shall conform to the American Society for Testing and Materials (ASTM) Standards. Polyurethane Sealant Materials A. Tuff Stuff (or approved equivalent). One part, non sag, 100% modulus polyurethane sealant meeting ASTM C719, capable of 550% Elongation per ASTM D412 and Tensile Strength of 175 psi. and physically and chemically acceptable for the intended used; colors to be selected by the City Representative from Manufacturers standard color selection. B. Primer; By same manufacturer as sealant; suitable for substrate and existing conditions; submit manufacturer's literature, spec. data, an recommendations (based upon adhesion tests) to the City Representative for approval. ITB 2014-191-SW 27 C. Joint Backing/Bond Breaker: 1. Backer Rod: Closed -Cell polyethylene foam: size to fit application. 2. Bond Breaker Tape: Adhesive-backed polyethylene tape; size to fit application. D. Plastic Weep Tubes with Screens: Suitable for joint size and application; compatible with polyurethane sealant; submit sample to the City Representative for approval. Masonry Materials A. Mortar for Masonry Repointing/Repairs: ASTM C-270, latest edition, Type N; mortar may utilize either premixed masonry cement with lime, or Portland cement with hydrated lime, and sand with a 1:1:6 proportions; compressive strength of mortar must be in accordance with ASTM C-270, but under no circumstances harder than the masonry units or original mortar. The Contractor is required to match the strength, texture, and color of existing mortar as closely as possible, and undertake all testing and analysis of existing mortar as part of this Contract. Submit all test analysis and data and submit a sample of mortar(s)to be used on this project for approval the City Representative, with documentation of specifications, properties , and proportions. B. Premixed masonry cement: Custom Masonry Cement Type N (or approved equivalent) as approved by the City Representative; color to match existing, as approved by the City Representative. C. Lime: ASTM C-207, Type S, hydrated lime for masonry purposes. D. Cement: Non-staining white cement; ASTM C-150, Type II, with no more than 0.60% alkali, nor more than 0.15%water-soluble alkali. E. Sand: ASTM C-144 ; match color, size, and texture of existing sand as closely as possible. F. Water: Potable and free of deleterious amounts of acids, alkalis, and other materials. G. Replacement Brick Units: Match existing in size, color, texture and compressive strength as closely as possible; submit replacement brick units for approval by the City Representative, with manufacturing and test data, and specifications. H. Cleaning Product for Brick Masonry: Cleaner suitable for cleaning brick masonry. Submit product data sheet for approval by the City Representative. Sample areas of masonry cleaning will be required. All cleaning products must be approved before use. I. Brick mortar joints shall be installed, allowed to cure and then inspected by the City Representative. An approval on the color and texture match shall be given by City Representative prior to proceeding with the entire building or structure. ITB 2014-191-SW 28 J. Seal-A-Pore (or approved equivalent) . Solvent based silicone solution designed to damp proof above ground masonry surfaces. Sealer is a transparent, colorless or amber thin liquid. 10% Typical Resin Solids, Density of 6.7lb/ gal at 77 Degrees,F. Sealer must be installed in an immediate 2 coats within 5 minutes of each other. Stucco/CMU (Concrete Masonry Unit) Block Waterproof Materials A. Emulsified Acrylic Coating: Tuff-Coat (or approved equivalent) for damp proofing and beautifying all types of exterior and interior masonry surfaces such as concrete, brick work-, stucco and exterior insulation finishing systems. Tuff-Coat (or approved equivalent) has the following physical properties: Tensile Strength: 160 psi (ASTM D- 2370), Elongation: 585% (ASTM D-2370), Water Vapor Permeability @ 10 mils: 20 Perms (ASTM D-1653), Solids by Volume: 47.4% B. Urethane Sealant: Tuff-Coat (or approved equivalent) single-component polyurethane sealant for joints and cracks in masonry surfaces. C. Cement-based patching compound: Gar-Rock (or approved equivalent) is an all-weather, fast setting, chemical action concrete patching material designed to patch concrete surfaces where quick permanent repairs are desired. D. Epoxy-based patching compound: Fill-Loc (or approved equivalent) is a two-component, VOC compliant, 100% solids epoxy patching product designed to make repairs to small surface imperfections prior to applying a thin coating. E. Epoxy-based primer: Uni-Prime is a water based, two-component, VOC compliant, epoxy primer design to prep general surfaces to be coated. F. Polyester Tape: Dura-Walk Polyester Tape is a fusion bonded fabric polyester designed to be a reinforcement fabric over cracks or joints. G. Misc. Accessories: All items incorporated into this system shall be compatible with and approved by coating manufacturer. NOTE: Allow additional material for rough or irregular surfaces and up to 5% for material loss during application. Brick 1 Masonry Sealant Material A. Seal-A-Pore(or approved equivalent). Solvent based silicone solution designed to damp proof above ground masonry surfaces. Sealer is a transparent, colorless or amber thin liquid. 10%Typical Resin Solids, Density of 6.7lb/gal at 77 Degrees F. Sealer must be installed in an immediate 2 coats within 5 minutes of each other. ITB 2014-191-SW 29 Stucco/CMU (Concrete Masonry Unit) Block Repair Materials A. Gar-Rock(or approved equivalent) is an all-weather, fast setting, chemical action concrete patching material designed to patch concrete surfaces where quick and permanent repairs are needed. Fleural strength 3x4x16" at 550psi, compressive strength of 1 hour = 200psi and 28 days = 8,500 psi. Repair materials shall be used to repair/replace large areas of Stucco or CMU Block. The repair materials shall be as the original manufacturer used on this building. A close match shall be achieved. A small area shall be done on the window panels and other areas, allowed to cure then inspected and approved before proceeding. B. Fill-Loc Crack Repair (or approved equivalent) a two component, 100% epoxy concrete patching material for vertical and horizontal surface imperfections. Flexural strength per ASTM D790 of 8,045 psi, tensile strength of ASTM D638 of 5,600 psi, Compressive strength of ASTM D638 of 7,410 psi. Lintel Restoration Materials A. Lintel materials shall be zinc oxide primer, then exterior, metal rust inhibitive paint. Column Restoration Materials A. See section 2.04 and 2.06 Column restoration coating shall be equivalent to those sections and color to match the approved color by the City. Metal/Wood Restoration Materials A. Metals: 1. Unprimed Ferrous Metal Surfaces: Prime with one coat metal primer, (or approved equivalent) Metal Primed 33-010, or one coat Damp Proof Red Oxide Metal Primer 33- 015, as recommended by finish coating manufacturer for colors of finish coats. 2. Shop-Primed Ferrous Metal Surfaces: Touch-up with metal primer 33-010 (or approved equivalent), or Damp Proof Red Oxide Metal Primer 33-015, as recommended by finish coating manufacturer for colors of finish coats. 3. Galvanized Surfaces: Prime with one coat Rust Go Galvanized Metal Primer, Red, 33- 100. 4. Mill-Finished Aluminum Surfaces: Prime with one coat metal primer 33-010 (or approved equivalent), or one coat Damp Proof Red Oxide Metal Primer 33-015, as recommended by finish coating manufacturer for colors of finish coats. 5. Copper: Prime with one coat Alkyd White Metal Primer 33-010, or one coat Damp Proof Red Oxide Metal Primer 33-015, as recommended by finish coating manufacturer for colors of finish coats. ITB 2014-191-SW 30 6. Stainless Steel: Prime with one coat two-component vinyl wash etching primer, as recommended by finish coating manufacturer, followed by one coat Alkyd White Metal Primer 33-010, or one coat Damp Proof Red Oxide Metal Primer 33-015, as recommended by finish coating manufacturer for colors of finish coats. 7. Rust Go Top Coat Gloss (or approved equivalent), Alkyd-Urethane: Two coats Gloss Enamel, Urethane Modified, 12-Series. B. Wood Siding, Rough Textured -Opaque Finish: 1. Primer: One coat, type as recommended by finish coating manufacturer for substrate. . 2. Flat: One coat 100%Acrylic Exterior High Build Flat, Tintable White, 16-302; applied at 16-23 mils wet. C. Wood, Unless Otherwise Indicated -Opaque Paint Finish: 1. Primer: Minimum one coat Exterior Wood Primer Alkyd/Oil Formula; color 08-023 White or 08-005 Dee Base and/or paint to cover as recommended b finish coating P � p Y 9 manufacturer for colors of finish coats. 2. Satin: Minimum and/or paint to cover two (2) coats Exterior Acrylic Satin House Paint, 11-Series. 3. Semi-Gloss: Minimum and/or paint to cover two (2) coats Exterior Acrylic Semi-Gloss House Paint, 03-3x Series. 4. Gloss: Minimum and/or paint to cover two (2) coats House & Trim Exterior Alkyd/Oil Gloss, 10-Series. Interior Paint Materials A. Drywall/Wood/ Interior Metal Finishes: 1. UNI-Latex (or approved equivalent) is a premium interior latex flat coating with excellent hiding and superior wash ability. Can be used on primed metal and non-bleeding types of wood. 2. Where to Use: Interior walls, ceilings and primed woodwork/ metal. Drywall, plaster, painted wood, brick, masonry, concrete or cinder block, primed metal and composition board. 3. Total Solids by Volume 37%, pigment by weight 40%, Total Solids by weight 54% B. Alternate Enamel 100% Acrylic Low Odor Paint: 1. Scrub-Master Enamel 100% Acrylic Low Odor Paint (or approved equivalent) — Interior Low Sheen Enamel by UCI (or approved equivalent) is an interior paint for interior surfaces that is quick drying low odor and low VOC and is excellent for hiding and providing wash- ability. ITB 2014-191-SW 31 2. Where to Use: Interior walls, ceilings and primed woodwork/metal. Drywall, plaster, painted wood, brick, masonry, concrete or cinder block, primed metal and composition board. 3. Total Solids by Volume 34%, pigment by weight 31%, Total Solids by weight 49% C3.02 PREP WORK Any work awarded shall conform to the American Society for Testing and Materials(ASTM) Standards. For each service type the following Standard Procedures must be followed when doing Prep Work. A. Sealant Replacement 1. Remove existing sealant and clean all surfaces to receive new sealant. Verify that the existing surfaces along the joints are clean, dry, frost-free, secured and properly prepared. Depending upon the substrate, or presence of dust, loose concrete or laitance, waterproofing, etc., the joint surface may require a thorough wire brushing, grinding, solvent cleaning, and/or priming. All surfaces must be properly prepared in strict accordance with the Manufacturer's specifications, and to the satisfaction of the City Representative, 2. Properly mask adjoining surfaces to prevent contact of primer/sealant with surfaces that could be permanently stained or damaged by such contact, or by cleaning methods required to remove primer/sealant smears. 3 Install new backer rod to provide support of sealant during application, and at a position required to produce the cross-sectional shapes and depths relative to joint widths, which allow optimum sealant movement. Do not leave gaps between ends of backer rod. Do not stretch, twist, puncture, or tear backer rod. Immediately remove backer rod which has become wet prior to sealant application, and replace with dry materials. 4. Where backer rod cannot be used, install bond breaker tape in between sealant and back of joint, to prevent third-side adhesion. 5. Prime joint substrates as recommended by the Manufacturer, based upon adhesion tests performed specifically for the substrate. Apply primer in strict compliance with Manufacturer's recommendations. Take care to confine primer to areas of joint sealer bond, and do not spillage or migration onto adjoining surfaces. 6. Ensure that all weep holes in the window frames are left exposed and effective. Any weep holes found to be clogged will be cleaned as necessary to allow for proper expulsion of moisture from within the window frame systems. 7. Install sealant by the proven techniques that result in sealant directly contacting and fully wetting joint substrates, completely filling each joint configuration. Provide uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. ITB 2014-191-SW 32 8. Application nozzle should be kept in the sealant and moved in a continuous motion (to .provide a steady flow of sealant preceding the nozzle) in order to avoid air entrapment. Overlapping of sealant shall also be avoided, to eliminate the entrapment of air. 9. Immediately after sealant application and prior to skinning and curing, properly tool sealant to form a smooth, uniform bead, to eliminate air pockets and ensure proper contact and adhesion of sealant with sides of the joint. Tooling agents which discolor sealants or adjacent surfaces shall not be utilized. B. Metal/Wood Surfaces 1. Do not start work until surfaces to be finished are in proper condition to produce finished surfaces of uniform, satisfactory appearance. 2. Stains and Marks: Remove completely, if possible, using materials and methods recommended by coating manufacturer; cover stains and marks which cannot be completely removed with isolating primer or sealer recommended by coating manufacturer to prevent bleed-through. 3. Mildew, Algae, and Fungus: Remove using materials and methods recommended by coating manufacturer. 4. Remove dust and loose particulate matter from surfaces to receive coatings immediately prior to coating application. 5. Remove or protect hardware, electrical equipment plates, mechanical grilles and louvers, lighting fixture trim, and other items not indicated to receive coatings which are adjacent to surfaces to receive coatings. 6. Disconnect equipment adjacent to surfaces indicated to receive coatings. 7. Move equipment and fixtures adjacent to surfaces indicated to receive coatings to allow application of coatings. 8. Protect surfaces not indicated to receive coatings which are adjacent to surfaces indicated to receive coatings. 9. Do not allow coatings on surfaces not indicated to receive them. 10. Prepare surfaces in accordance with manufacturer's instructions for specified coatings and indicated materials, using only methods and materials recommended by coating manufacturer, and as follows: 11. Existing Coatings: A. Remove surface irregularities by scraping or sanding to produce uniform substrate for coating application; apply one coat primer of type recommended by coating manufacturer for maximum coating adhesion. ITB 2014-19 1-SW 3.3 B. If presence of lead in existing coatings is suspected, cease surface preparation of existing coating and notify Architect immediately. 12. Ferrous Metals, Unprimed: Remove rust or scale, if present, by wire brush cleaning, power tool cleaning, or sandblast cleaning; remove grease, oil, and other contaminants which could impair coating performance or appearance by solvent cleaning, with phosphoric-acid solution cleaning of welds, bolts and nuts; spot-prime repaired welds with specified primer. 13. Ferrous Metals, Shop-Primed: Remove loose primer and rust, if present, by scraping and sanding, feathering edges of cleaned areas to produce uniform flat surface; solvent-clean surfaces and spot-prime bare metal with specified primer, feathering edges to produce uniform flat surface. 14. Galvanized Steel: Wipe down surfaces using clean, lint-free cloths saturated with mineral spirits or lacquer thinner; wipe dry using clean, lint-free cloths. 15. Stainless Steel: Clean surfaces by pressurized steam, pressurized water, or solvent washing. 16. Wood: 1. Seal knots, pitch streaks, and sap areas with sealer recommended by coating manufacturer; fill nail recesses and cracks with filler recommended by coating manufacturer; sand surfaces smooth. 2. Apply primer coat to back of wood trim and paneling. 17. Polyvinyl Chloride (PVC) Pipe: Remove ink markings by wiping down with clean-lint-free cloths saturated denatured alcohol. C3.03 PROTECTION AND CLEAN UP For each service type the following Standard Procedures must be followed when providing service. A. Protection and Preparation: 1. Protect all areas surrounding working space from excessive debris. In addition, protect all areas above, below, and adjacent to the work area from the migration all contaminants. 2 Conduct an inspection of the work areas prior to the commencement of work, and notifying the City Representative, in writing, of any observed existing damage to mechanical, plumbing, electrical, windows, screens, metal coping, or other systems which may be affected by the work. B. Clean Up 1. Clean all areas around where work was performed. Clean windows, ground and any trim on building or structure. ITB 2014-191-SW 34 2. It is recommended that photographs be taken by the contractor of any damaged sidewalks, asphalt pavement or exterior building or landscape damage prior to start of any work The contractor will be responsible for the replacement or repair of any damage to the exterior of the building, landscaping, concrete sidewalks or asphalt paved-parking surfaces. The entire building and grounds will be inspected by the City Representative and any damage shall be made good to the City without discussion. C3.04 SERVICES Any work awarded shall conform to the American Society for Testing and Materials (ASTM) Standards. ITEM#1: PRESSURE WASHING A. All plants, shrubbery and other building or structure decorations shall be protected at all times and not damaged during the cleaning process. B. Tri-sodium phosphate, simple green, denatured alcohol or a mild soap solution shall be used in the cleaning process depending on manufactures recommendations. C. Wire brush all metal to remove surface rust and repair rusted areas before pressure cleaning. D. Four Thousand (4000) psi water blaster with a 0 degree oscillating tip shall be used. E. Tampico brushes (or approved equivalent) shall be used. F. All surfaces to be cleaned will be pre-wet then the solution applied and allowed to set 3 to 5 minutes before rinsing. G. The wand end shall be held no closer than two 2' from the building or structure to avoid damage to mortar joints. H. All exterior surfaces shall be cleaned in this manner on the entire building or structure. I. On areas of heavy staining a second wash shall be required to insure all debris is removed prior to the waterproofing application. J. Efflorescence treatment shall be applied to remove any excess efflorescence. ITEM#2: SAND BLASTING A. Surface Cleaning: Prepare the surface to be free of foreign material in reference to sand or gravel, lack of binder. B. Sand blasting: Prepare surface by sand blasting, a system of cutting or abrading a surface such as concrete by a stream of sand ejected from a nozzle at high speed by compressed air; often used for cleanup of horizontal construction joints or for architectural exposure of aggregate." ITB 2014-19 1-SW 35 ITEM#3: STRIPPING A. Stripping: Removal of rust, existing coatings or thin layers of pay material by mechanical or chemical means. Shot blasting, sand blasting or stripping by chemicals must be self- contained, have proper pedestrian safety and fully cleaned up work area after procedure each day. Completely remove old finish to substrate before applying new coating systems. B. Stripping shall include removal of any surface rust or rust build up to properly prepare for coating. Any surface rust must be properly treated, and rusted through areas must be properly repaired and patched. ITEM #4: STONE REPAIR, TUCKPOINTING, JOINT SEALANT REPLACEMENT CLEAN AND SEAL: Clean all exterior surfaces, tuck point all defective masonry joints, repair damaged brick, coat all brick surfaces with the specified clear, penetrating silicone sealant. A. Cut or rake out cracked / deteriorated mortar joints (as approved by the City Representative) at least 3/4" deep, in a manner so as not to damage adjacent, remaining materials. Cut away/remove all loose or unsound adjoining mortar to provide a firm, solid bearing for repointing with new mortar. B. Verify that all joints to be repointed are clean and properly prepared. C. Replace and /or repair cracked, broken, and spalled brick masonry units as necessary, and as approved by the City Representative. D. Carefully proportion mortar, and pre hydrate all tuck pointing mortar. To pre hydrate mortar, thoroughly mix all ingredients dry, then mix again, adding only enough water to produce a damp mix which will retain its form when pressed into a ball. After keeping mortar in this dampened condition for one to two hours, add sufficient water to bring it to proper consistency. E. Repoint and build in new mortar joints following the best possible practices and techniques, as established by the Brick Institute of America. New joint work to match and align with existing, with joints coursing true and level, with faces plumb and in line. Dampen joints just prior to tuck pointing. Apply pre hydrated mortar in thin layers until joints are completely filled. Tool joints to a smooth, flush, watertight finish. Remove excess mortar from masonry face, hand clean with light soap solution and fiber brushes, and rinse immediately with a clean water wash. All masonry repainting/repair work must be fully-cured and approved by the City Representative. ITEM#5: EXTERIOR WINDOW JOINTS & CONTROL JOINTS: Remove all deteriorated caulking, grind out joints, clean, prime all contact joints, install new closed cell backer rod /bond breaker tape as needed, and install new specified modified urethane sealants on all Control and Window joints. A. Cut or rake out cracked / deteriorated mortar joints (as approved by the City Representative) at least 3/4" deep, in a manner so as not to damage adjacent, remaining materials. Cut away/remove all loose or unsound adjoining mortar to provide a firm, solid bearing for repointing with new mortar. i ITB 2014-191-SW 36 B. Verify that all joints to be repointed are clean and properly prepared. C. Replace and/or repair cracked, broken, and spalled brick masonry units as necessary, and as approved by the City Representative. D. Carefully proportion mortar, and pre hydrate all tuck pointing mortar. To pre hydrate mortar, thoroughly mix all ingredients dry, then mix again, adding only enough water to produce a damp mix which will retain its form when pressed into a ball. After keeping mortar in this dampened condition for one to two hours, add sufficient water to bring it to proper consistency. E. Repoint and build in new mortar joints following the best possible practices and techniques, as established by the Brick Institute of America. New joint work to match and align with existing, with joints coursing true and level, with faces plumb and in line. Dampen joints just prior to tuck pointing. Apply pre hydrated mortar in thin layers until joints are completely filled. Tool joints to a smooth, flush, watertight finish. Remove excess mortar from masonry face, hand clean with light soap solution and fiber brushes, and rinse immediately with a clean water wash. All masonry repainting / repair work must be fully-cured and approved by the City Representative. ITEM#6: EXTERIOR STUCCO/CONCRETE RESTORATION AND WATERPROOFING: Clean all exterior stucco/vertical concrete surfaces, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. 6.01 EXTERIOR STUCCO/BRICK MASONRY CLEANING Clean exposed brick masonry surfaces with pressure water blasting to remove all dust, dirt, oil, grease, efflorescence, algae, moss, etc.. Test small areas first to develop proper calibration and technique, to provide effective cleaning, without damaging the masonry. Appropriate cleaning products and hand scrubbing may be required to ensure proper cleaning. All cleaning products must be submitted and approved by the City Representative, and used in strict accordance with the Manufacturer's specifications protecting adjacent materials. 6.02 WATERPROOFING/PAINTING APPLICATION Includes the Stucco, CMU Block, Columns and any other elastomeric coating areas. A. Remove all rust, dirt, debris, loose and non-bonded coatings, and all other deleterious materials from all surfaces to be painted. All areas are to be clean prior to coating. B. Apply approved primer to all surfaces to be painted and allow ample drying (curing) time, as recommended by the Manufacturer. C. Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow sufficient drying (curing)time between coats per manufacturer's specifications. Additional coats may be required to insure that the finished surface is uniform in color and appearance. z ITB 2014-191-SW 37 6.03 WATER REPELLENT/TREATMENT FOR BRICK/STUCCO A. Once all repairs, replacement, cleaning, etc. have been performed, apply specified water repellent using a low pressure garden spray technique. Apply at a rate sufficient to create a 3 to 5 inch run down to insure the substrate is saturated. B. Allow sufficient drying (curing)time per manufacturer's specification. C. Perform water tests in random areas to insure repellent has been applied properly and a sufficient amount has been applied. ITEM #7: EXTERIOR LINTELS — PREPARE AND RESTORE: Clean all exterior surfaces, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. LENTIL PREPARATION AND RESTORATION A. All lintels shall be cleaned, grinded and sanded to remove all rust and debris. B. Prime all lintels with zinc oxide primer. C. Coat all lintels with elastomeric exterior metal coating. ITEM #8: EXTERIOR COLUMNS — PREPARE AND RESTORE: Clean all exterior surfaces, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. COLUMN TREATMENT A. Clean and strip off all loose coatings, repair as needed and prepare by sanding or grinding as necessary. B. Allow repairs and primer to dry sufficiently. C. Paint all columns with acrylic exterior coating as specified. ITEM #9: EXTERIOR VERTICAL STUCCO/ CMU SURFACE PAINTING/WATERPROOFING: Clean all exterior, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. 9.01 EXTERIOR STUCCO/BRICK MASONRY CLEANING Clean exposed brick masonry surfaces with pressure water blasting to remove all dust, dirt, oil, grease, efflorescence, algae, moss, etc.. Test small areas first to develop proper calibration and technique, to provide effective cleaning, without damaging the masonry. Appropriate cleaning products and hand scrubbing may be required to ensure proper cleaning. All cleaning products must be submitted and approved by the City Representative, and used in strict accordance with the Manufacturer's specifications protecting adjacent materials. ITB 2014-191-SW 38 9.02 WATERPROOFING/PAINTING APPLICATION Includes the Stucco, CMU Block, Columns and any other elastomeric coating areas. A. Remove all rust, dirt, debris, loose and non-bonded coatings, and all other deleterious materials from all surfaces to be painted. All areas are to be clean prior to coating. B. Apply approved primer to all surfaces to be painted and allow ample drying (curing) time, as recommended by the Manufacturer. C. Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow sufficient drying (curing)time between coats per manufacture's specifications. Additional coats may be required to insure that the finished surface is uniform in color and appearance. 9.03 WATER REPELLENT/TREATMENT FOR BRICK/STUCCO A. Once all repairs, replacement, cleaning, etc, have been performed, apply specified water repellent using a low pressure garden spray technique. Apply at a rate sufficient to create a 3 to 5 inch run down to insure the substrate is saturated. B. Allow sufficient drying (curing)time per manufacturer's specification. C. Perform water tests in random areas to insure repellent has been applied properly and a sufficient amount has been applied. ITEM#10: EXTERIOR PAINTING/WATERPROOFING METAL SURFACES: Clean all exterior, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. SURFACE TREATMENT&COATING A. Clean and strip off all loose coatings, repair as needed and prepare by sanding or grinding as necessary. Stripping as per specifications must be done prior B. Allow repairs and primer to dry sufficiently. C. Paint all surfaces with enamel exterior coating for metal as specified. ITEM #11: EXTERIOR PAINTING/WATERPROOFING WOOD SURFACES: Clean all exterior stucco and concrete, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. SURFACE TREATMENT& COATING A. Clean and strip off all loose coatings, repair as needed and prepare by sanding or grinding as necessary. Stripping as per specifications must be done prior B. Allow repairs and primer to dry sufficiently. C. Paint all surfaces with acyrlic exterior coating for metal as specified. ITB 2014-191-SW 39 ITEM #12: INTERIOR PAINTING SURFACES: Clean all interior surfaces, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a premium interior paint color to match the building colors as selected by the City. SURFACE TREATMENT&COATING A. Clean and repair all interior surfaces properly per specifications. B. Allow repairs and primer to dry sufficiently. C. Paint all surfaces with acyrlic interior coating for metal as specified. (REMAINDER OF PAGE INTENTIONALLY LEFT BLANK) ITB 2014-191-SW 40 APPENDIX D OIAMIBEA(e."...-H Special Conditions ITB 2014- 191 CITYWIDE PAINTING ( INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES DEPARTMENT OF PROCUREMENT MANAGEMENT 1100 Convention Center Drive Miami Beach, Florida 33139 li3 2014-191 S. . 41 1. TERM OF CONTRACT.The Contract shall commence upon the date of notice of award and shall be effective for three (3) years. 2. OPTIONS TO RENEW. The City, through its City Manager, will have the option to extend for two (2) additional one (1) year periods, subject to the availability of funds for succeeding fiscal years. 3. PRICES SHALL BE FIXED AND FIRM:All prices quoted in the awardee's bid submittal shall remain firm and fixed, unless amended in writing by the City. 3.1 COST ESCALATION. Prices must be held firm during the initial term of the agreement. During the renewal term, the City may consider prices increases not to increase the applicable Bureau of Labor Statistics (www.bis.gov) CPI-U index or 3%, whichever is less. The City may also consider increases based on mandated Living Wage increases. In considering cost escalation due to Living Wage increases, the City will only consider the direct costs related to Living Wage increases, exclusive of overhead, profit or any other related cost. 4. EXAMINATION OF FACILITIES. INTENTIONALLY OMMITTED. 5. PERFORMANCE BOND. INTENTIONALLY OMMITTED, 6. REQUIRED CERTIFICATIONS. A Miami-Dade County Painter's license. Certification from manufacturer. Current licenses should be provided with bid, and no personnel shall service City facilities without said licenses. 7. SHIPPING TERMS. F.O.B. DESTINATION 8. PAYMENT TERMS. NET 30 9. DELIVERY REQUIREMENTS. INTENTIONALLY OMMITTED, 10. WARRANTY REQUIREMENTS. The Contractor shall guarantee all the work furnished under the award for a period of one (1) full year from the date of installation. Under this guarantee, the Contractor agrees to make good without delay, at his/her own expense, any failure of any part of the work due to faulty materials or manufacture, or the failure of any equipment furnished to perform satisfactorily all the work within the limits of the Award. He/she shall also make good any damage caused by such failure. Any such repair work shall receive a similar guarantee for a similar period of time. This guarantee shall be exclusive of manufacturer's guarantees or warranties exceeding this period. Please also see Sec. 0200, Instructions to Bidders, Sec. 31, Condition and Packaging. 11. BACKGROUND CHECKS. INTENTIONALLY OMMITTED. 12. MANUFACTURER PRICE LISTS: Bidder shall state, on the Bid Price Form, the mark-up against its invoice pricing that bidder will apply to equipment pumps, motors, filters, filter cartridges, replacement sand for sand filters, impellers, display jets, timers, gauges, etc. inclusive of any parts and supplies required under the scope of this ITB. With each payment application or invoice, bidder shall submit documentation verifying the referenced invoice pricing for parts and supplies. ITB 2014-191-SW 42 APPENDIX E MIAMI BEACH Bid Tender Form ITB 2014- 191 CITYWIDE PAINTING ( INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 iiE 2014-19 1 SVV 43 APPENDIX E BID TENDER FORM proposals will result in proposal being deemed non-responsive and being reject ed. Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Tender Form shall be completed mechanically or, if.manually, in ink. Bid Tender Forms completed in pencil shall be deemed non-responsive.All corrections on the Bid Tender Form shall be initialed. Price per square foot(SF) includes all materials (Appendix C. Sec. 3.01), prep work(Appendix C. Sec. C3.02), equipment and labor necessary for the completion of the work described in the "Services" per the specifications.(Please refer to Appendix C, Sec. C3.05 Services for detailed item descriptions.) Item Description Price Price per Square Feet(SF) Item per EPDXY LATEX OIL PRIMER # Square (Acrylic, Satin, Feet Gloss, Semi- SERVICES (SF) loss 1 PRESSURE WASHING N/A N/A N/A N/A 2 SAND BLASTING N/A N/A N/A N/A 3 STRIPPING N/A N/A N/A N/A 4 STONE REPAIR, TUCKPOINTING, JOINT SEALANT N/A REPLACEMENT CLEAN AND SEAL 5 EXTERIOR WINDOW JOINTS&CONTROL JOINTS N/A 6 EXTERIOR STUCCO/CONCRETE RESTORATION N/A AND WATERPROOFING 7 EXTERIOR LINTELS—PREPARE AND RESTORE N/A 8 EXTERIOR COLUMNS—PREPARE AND RESTORE N/A 9 EXTERIOR.VERTICAL STUCCO/ CMU SURFACE N/A PAINTING/WATERPROOFING 10 EXTERIOR.PAINTING/ WATERPROOFING METAL N/A SURFACES 11 EXTERIOR.PAINTING/ WATERPROOFING N/A WOOD SURFACES 12 INTERIOR PAINTING SURFACES I N/A Biddees'Affirmation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: ITB 2014-191-SW 44 APPENDIX F MIA. /Al BE,ACH Insurance Requirements ITI3 2014- 191 CITYWIDE PAINTING (INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Ii8 2014-191:>`N 4 /\A1AM1BLP.ACH INSURANCE REQUIREMENTS GENERAL SERVICE AND MAINTENANCE CONTRACT The vendor shall furnish to the Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami Beach, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, to include Contractual Liability, and Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be included as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida,with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class W 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, subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3,d FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. ITB 2014-191-SW 46 ATTACHMENTS C APPENDIX "A" EAC H Bid Certification , Questionnaire & Requirements Affidavit ITB-2014- 191 CITYWIDE PAINTING ( INTERIOR AND EXTERIOR) AND WATERPROOFING SERVICES DEPARTMENT OF PROCUREMENT MANAGEMENT 700 Convention Center Drive Miami Beach, Florida 33139 .. ii82014-191-SW 17 Solicitation No: Solicitation Title: ITB No. 2014-191 Citywide Painting Interior And Exterior And Waterproofing Services Procurement Contact Tel: Email: Steven Williams 305-673-7497 1 Stevenwilliams@miamibeachfi.gov BID CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: B No of Years in Business Locally: OTHER NAMES PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: A: Mnc—lan eo^1*cUc4iov% FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: Miami STATE: F1o',i Oka ZIP CODE: 3? TELEPHONE NO.: (4G 0 ;A .r -1 l_ U TOLL FREE NO.: '_8.i I _ A 4� — as a FAX NO.: 89 PS— -44 3® FIRM LOCAL ADDRESS: (aa �-a !;W. to O ar-ec+ CITY: I arvV , r STATE: OY 1 Cka I ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: *fir. Lu IJ• Tyy-I a v) ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: _ 1241 ACCOUNT REP EMAIL: ,V%FO i h L'a� C-'O V.-A 0 FEDERAL TAX IDENTIFICATION NO.: co 5'0 S7 go 1 The City reserves the right to seek additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals,client information,financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. ITB 2014-191-SW 18 1. Miami Beach Based(Local)Vendor.Is Proposer claming Miami Beach based firm status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming Miami Beach vendor status shall submit a Business Tax Receipt issued by the City of Miami Beach and the proof of residency requirement,as required pursuant to ordinance 2011-3747,to demonstrate that the Proposer is a Miami Beach Based Vendor. 2. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES 0 NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 4. Financial Capacity.Each Proposer shall arrange for Dun &Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https:ll supplierportal.dnb.comlwebapplwcs/stores/serviet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. SUBMITTAL REQUIREMENT: Proposer shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City,with bid or within 2 days of request. 5. Litigation History. Proposer shall submit a statement of any litigation or regulatory action that has been filed against your firm(s) in the last five years. If an action has been filed, state and describe the litigation or regulatory action filed,and identify the court or agency before which the action was instituted, the applicable case or file number, and the status or disposition for such reported action. If no litigation or regulatory action has been filed against your firm(s), provide a statement to that effect. If"No"litigation or regulatory action has been filed against your firm(s),please provide a statement to that effect.Truthful and complete answers to this question may not necessarily disqualify a firm from consideration but will be a factor in the selection process. Untruthful,misleading or false answers to this question shall result in the disqualification of the firm for this project. SUBMITTAL REQUIREMENT: Proposer shall submit history of litigation or regulatory action filed against proposer, or any proposer team member firm,in the past 5 years.If Proposer has no litigation history or regulatory action in the past 5 years,submit a statement accordingly. 6. J Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. 7. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. ! ITB 2014-191-SW 19 8. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 9. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. i O 10. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfi.gov/procurement/. 11. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by ' resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 12. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. i ITB 2014-191-SW 20 Inclan Painting From: Williams, Steven - Procurement[StevenWilliams @miamibeachfl.gov] - Sent: Tuesday, July 29, 2014 2:14 PM To: Inclan Painting (info @inclanpainting.com) Subject: FW: Your Supply Management Certification Receipt The D&B was successfully applied for. Thus we should be receiving a link to a copy shortly. Thank you. ti ACC _ Steven Williams Procurement Coordinator,CPPB Procurement Department 1700 Convention Center Drive, Miami Beach, FL 33139 Tel: 305-673-7497/Fax: 786-394-4330 http://www.miamibeachfl.gov We are committed to providing excellent public service and safety to all who live, work and play in our vibrant, tropical, historic community. From: Contractor Management Portal [ma ilto:Dun @supplierportal.dnb.com] Sent: Monday, July 28, 2014 3:17 PM To: Williams, Steven - Procurement Subject: Your Supply Management Certification Receipt THIS IS AN AUTOMATED EMAIL-PLEASE DO NOT REPLY Displayed below is your Supplier Certification Receipt Date Time Company DUNS Product Cost 07-28- INCLAN PAINTING AND Supplier 2014 15:17:21 WATERPROOFING, CORP. 883462012 Certification Sub Total $91.95 Tax $0.00 Total $91.95 ' Charge If you have any questions, please contact our customer service team at SupplierPortal(a-)-dnb.com i i /NCLAN PAINTING 8, WA TERPROOF/NG, CORP. DBA /NCLAN CONSTRUCT/ON SERVING FLORIDA SINCE 1995 July 29, 2014. # 5) Litigation History: Our company has been in existence since 1995 we take pride in ,our workmanship and have throughout the years built credibility and integrity. An action was filed in 2007 regarding the issue of overtime with our company this case at the present time is being handled by our attorney and is pending. The Case No. 08-20060-CIV-LENARD/TURNOFF Although it has been over 5 years since the case was filed it is our duty to i provide you this information as complete and honest as you have requested. Sincerely, Luis Inclan President !� R/F 12252 SW 128 ST MIAMI,FL 33186-5419 ♦ PHONE: (786)293-7428 FAx:(786)293-7430 WWW.INCLANPAINTING.NET ♦ E-MAIL: INFO @lNCLANPAINTING.COM i f INCLAN PAINTING& WATERPROOFING, CORP. DBA INCLAN CONSTRUCT/ON SERVING FLORIDA SINCE 1995 July 29, 2014. #10) Code of Business Ethics: We at Inclan Painting and Waterproofing, Corp. strive for excellence each day. We uphold our mission and as entity that seeks to do business with the City of Miami Beach we uphold the City of Miami Beach Code of Ethics. We comply with all the governmental rules and regulations including, among others, the conflict of interest lobbying and ethics of the City of Miami Beach and Miami Dade County. Please See attached Great Miami Chamber of Commerce Model Code of Business Ethics. i Ucer y, uis Inclan President R/F 12252 SW 128 ST MIAMI,FL 33186-5419 a PHONE: (786)293-7428 FAx:(786)293-7430 WWW.INCLANPAINTING.NET ® E-MAIL: INFO @INCLANPAINTING.COM I ELV MIAMIBEACH City Of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miomibeachfl.gov i, DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 INVITATION TO BID FOR NO. 2014-191-SW FOR CITYWIDE INTERIOR AND EXTERIOR PAINTING AND WATERPROOFING (the ITB) July 15, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only, 1. REVISION: Section 0200— Instructions to Bidders, on page 3 of the ITB, is hereby amended as follows. (Underlined denotes change): 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: ITB Issued June 26, 2014 Pre-Bid Meeting July 2 2014 at 11:0 0 a.m. I Deadline for Receipt of Questions Julv 17, 2014 Responses Due Julv 25, 2014, no later than 3:OOp m Tentative Commission Approval Authorizing Award September Commission ' Any questions regarding this Addendum should be submitted in writing to the Procurement i Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafa-elGranado @miamibeachfl.gov Contact: e Telephone: Email: Steven Williams 305-673-7000 ext. 6650 Stevenwilliams miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and re urn the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si , Al i cre t Director j i ITB No.2014-191SW Addendum#1 7/15/2014 f\AIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305.673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 INVITATION TO BID NO. 2014-191-SW CITYWIDE INTERIOR AND EXTERIOR PAINTING AND WATERPROOFING (the ITB) July 21, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. 1. The deadline for the receipt of bids is extended until 3:00 p.m., on July 30, 2014, at the following location. I Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3'd Floor Miami Beach, Florida 33139 r Late submittals will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder Is solely responsible. I Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at Rafael Granado((D-miamibeachfl.Qov Contact: Telephone: Email: i Steven Williams 305-673-7000 ext. 6650 Stevenwilliams@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Sincerely, i 1 I Ir x Denis curement Director a 1 ADDENDUM 2 ITB 201.4-191-SW CITYWIDE INTERIOR AND EXTERIOR PAINTING AND WATERPROOFING MIAMIBEACH ! City of Miami Beach,1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-3944002 ADDENDUM NO. 3 INVITATION TO BID NO. 2014-191-SW FOR CITYWIDE INTERIOR AND EXTERIOR PAINTING AND WATERPROOFING (the ITB) July 23, 2014 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only. 1. ADDITIONAL REQUIREMENTS: The following items are hereby added to Appendix D, Special Conditions. i a) Bonding Capacity: Proposers shall provide a statement of its bonding capacity from a Surety firm rated by AM Best as to be no less than A-(Excellent). The statement of bonding capacity shall be directly from the Surety firm on its official letterhead and signed by an authorized agent of the 1 firm. b) Upon the request of City, the awarded contractor must submit a Product Submittal Letter from the approved manufacturer of products utilized, stating that they meet or exceed the specification 1 within five (5)days. c) Please note that percentage markups for Mobilization and Staging (for buildings over one story) { maybe added and cost proposals for specific projects will be requested separately. 2. REVISION: a) Appendix E, Bid Tender Form has been amended. Bidders are required to submit the amended Appendix E— Bid Tender Form in order to be deemed responsive. b) Appendix C, is hereby amended as follows. Strikethrough denotes removed language. Underlined i denotes added language. j i Section C3.04 SERVICES: i ITEM #6.02 WATERPROOFING/ PAINTING APPLICATION C. Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow sufficient drying (curing) time between coats per manufacturer's specifications. Additional coats may be required to insure that the finished surface is uniform in color and appearance. Primer and Coating must be applied to meet manufacturer required Millage Thickness to receive warranty. Dry Millage ! Tests will be performed by manufacturer and provided to the City verifying Millage Thickness and warranty adherence. Any Costs associated with this testing must be covered by the contractor. Data Sheets showing required Millage Thickness will be required with submittal ► for each project. i ITB No.2014-191-SW Addendum#3 7/23/2014 ITEM #9.02 WATERPROOFING/ PAINTING APPLICATION C. Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow sufficient drying (curing) time between coats per manufacturer's specifications. Additional coats may be required to insure that the finished surface is uniform in color and appearance. Primer and Coating must be applied to meet manufacturer required Millage Thickness to receive warranty. Dry Millage Tests will be performed by manufacturer and provided to the City verifying Millage Thickness and warranty adherence. Any Costs associated with this testing must be covered by the contractor. Data Sheets showing required Millage Thickness will be required with submittal for each project. ITEM #11: EXTERIOR PAINTING/WATERPROOFING WOOD SURFACES C. Paint all surfaces with acrylic exterior coating for metal wood as specified. ITEM #12: INTERIOR PAINTING SURFACES C. Paint all surfaces with acrylic interior coating for dal surface as specified. 3. RESPONSES TO QUESTIONS RECEIVED: , J Q #1: Miami Beach based tax receipt...Does it mean that you have to have a business based in Miami Beach? A#1: Per Ordinance No. 2011-3747, as amended, a Miami Beach-based vendor means a bidder that (i) has a valid business tax receipt issued by the City of Miami Beach for at least one year prior to the issuance of a bid, which authorizes said vendor to provide the subject goods and/o contractual services, and (ii) has, for at least one year prior to the issuance of a bid, its headquarters in the City, or has a place of business located in the City at which it will produce the goods or perform the contractual services to be purchased. The City Manager shall administratively resolve any issues relating to a vendor's status as a Miami Beach-based vendor, and his/her decision on whether a vendor is a Miami Beach-based vendor shall be final. Q #2: Item #5 exterior window joint and control joint could be significant price difference? A#2: Item #5 has been deleted. Please refer to the revised Appendix E, Bid Tender Form. Items 5A through 5C have been added. Q #3: The scope is vague as it relates to type of service; commercial vs. residential; the purpose of sandblasting or stripping; location of the project; whether bidder has to get right of way permit and signage; and all these things affect cost, so it's difficult to bid. A#3: The services covered under this ITB are not residential, but strictly commercial and for City owned facilities. Prospective bidder's bid price shall be inclusive of all materials, prep work, equipment and labor necessary to complete the described services per specifications. All projects will require a permit and contractor will be responsible for all fees. i ITB No.2014,191-SW ' Addendum#3 7/23/2014 Q#4: Prospective bidder was working on and had to pay for right of way, closure of sidewalks, signage and parking, therefore working on these type of buildings is different. Therefore, j this affects the pricing. Will the City consider covering these costs? A#4: With respect to parking and right-of-way, the City will be responsible for the costs. With respect to signage and the closure of sidewalks, the contractor will be responsible for the costs. ' Q #5: Are permits required? I A#5: All projects need to be permitted and the contractor will be responsible for all permitting fees, Q #6: Who pays for inspections and re-inspections? A#6: Contractor is responsible for all inspection costs. Q #7: Does the City have a budget estimate for this project? i A#7: There is no budget estimate for this project at this time. Q #8: How many painting projects do you have a year? Can you give an estimate? A#8: It will vary every year. The City anticipates having up to three (3) projects for the next fiscal year. Q#9: The sizes of the exterior columns are not provided. A#9 Prospective bidders are to provide price by square foot (SF) surface area, as the column sizes vary. Q#10: The scope in Item #6.02 Waterproofing/Painting Application, states apply one coat but this won't give you the millage for the warranty so it needs to be two coats. A#10: Item #6.02 Waterproofing/Painting Application, Letter C, has been revised as follows: i Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow sufficient drying (curing) time between coats per manufacturer's specifications. Additional coats may be required to insure that the finished surface is uniform in color and appearance. Primer and Coating must be applied to meet manufacturer required Millage Thickness to receive Warranty. Dry Millage Tests will be performed by manufacturer and provided to the City verifying Millage Thickness and warranty adherence. Any Costs associated with this testing must be covered by the contractor. Data Sheets showing required Millage Thickness will be required with submittal for each project. i Q #11: In Appendix E, Bid Tender Form, line Item #6, Exterior Stucco/Concrete are two different items and may reflect -two different prices, combining these together makes it tough to price and may cause the bid price to be high. A#11: Item #6 has been deleted. Please refer to the revised Appendix E, Bid Tender Form line items#6A through 6E have been added. Q #12: Please be advised that tuck pointing is done with mortar not sealant. A#12: Please refer to the revised Appendix E, Bid Tender Form, line item #4A has been added. ITB No.2014-191-SW Addendum#3 7/23/2014 i ' I Q#13: Are line Items #1, 2, and 3 intentionally eliminated on the Bid Tender Form? Please clarify. A#13: Line items #1, 2, and 3 are included in the Bid Tender Form and request bidder to submit per square footage price. Q#14: What is the difference between the line Item #6 & line Item #9 found in the Bid Tender Form? Please clarify. A#14: Item #6 has been deleted. Q #15: If line Item #6 in the Bid Tender Form is trying to specify Restoration of the delaminated Stucco, the explanation does not relay the intent. Please clarify A#15: Item#6 has been deleted. Q #16: Line Item #5 of the Bid Tender Form combines the "exterior window joints and building expansion and or control joints. The price of the caulking varies based on the width and depth of the caulking. Since windows and expansion joints require different caulking, please clarify why they are combined in this line item. A#16: Item #5 has been deleted. Please refer to the revised Appendix E, and Bid Tender Form; Items#5A through 5C have been added. Q#17: Item #9: Exterior Vertical Stucco/CMU, Surface Painting/Waterproofing, 9.02 letter C specifies: "Apply minimum of one coat elastomeric to all surfaces to be painted". Please note that, no manufacturer will provide warranty on one coat of water proofing. Additionally, most of the City's buildings are old and have to be repaired substantially. One coat will not provide sufficient coverage and repair lines may be noticeable. Please review and advice. A#17: Item #9.02 Waterproofing/Painting Application, Letter C, has been revised as follows: Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow j sufficient drying (curing) time between coats per manufacturer's specifications. Additional coats may be required to insure that the finished surface is uniform in color and appearance. Primer and Coating must be applied to meet manufacturer required Millage Thickness to receive warranty. Dry Millage Tests will be performed manufacturer and provided to the City verifying Millage Thickness and warranty adherence. Anv Costs associated with this testing must be covered by the contractor. Data Sheets showing required Millage Thickness will be required with submittal for each project. Q #18: Bid Documents specify that the price quoted shall remain firm and fixed during the duration of the contract, and only upon renewal may the contractors be allowed to increase their price under certain guidelines. Please note that paint manufacturers raise prices once or twice a year. And it will be very difficult for a small painting contractor to j keep their price fixed for three years. Please review and advice ' A#18: Although price increases for materials is standard in the industry, the purpose of this ITB is to establish a contract, inclusive of all labor, equipment, supplies, materials, cost of transportation and supervision necessary to perform the services requested. Since the prices quoted shall remain firm during the initial term of the agreement, bidders should take this into consideration and factor in when submitting prices on the Bid Tender Form. f ITB No.2014-191-SW I Addendum#3 7/23/2014 Q #19: Appendix C, Section C3.04 Services, Item #11, letter C, specifies Metal Primer for Wood. Please clarify. A#19: This item has been revised as follows: Paint all surfaces with acrylic exterior coating for metal wood as specified. Q #20: Appendix C, Section C3.04 Services, Item #12, letter C, Interior Painting Surfaces, specifies Metal Primer. Please clarify. A#20: This item has been revised as follows: Paint all surfaces with acrylic interior coating for metal surface as specified. Q #21: Appendix C, Item #6 "Exterior Stucco / Concrete Restoration and Waterproofing"; this does not apply to epoxy, latex, or oil, it only applies to primer, does prospective bidder leave the other items blank or placed a N/A. A#21: Bid Tender Form has been revised to delete Item #6. Please submit a per square footage price for item numbers 6A, 6B, 6C, and 6D. Q #22: Also, the Bid Tender Form indicates N/A in the spaces for square footage where a price may be required, such as line item #4 or stone repair, so please advise where the pricing per square footage should be indicated. A#22: Bid Tender Form has been revised to include a price submittal per linear foot (LF) for item #4A, and a price per square foot (SF)for line item#46. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(aDmiamibeachfl.gov Contact: Telephone: Email: Steven Williams 305-673-7000 ext. 6650 Stevenwilliams@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. i qDe rocurement Director ITB No. 2014-191-SW Addendum#3 7/23/2014 i APPENDIX E "REVISED" BID TENDER FORM Fdilure to submit Bid Price Form,in its entirety and fully executed by the deadline established for thb'receipt of proposals will" —res -responsive anfteing rejected.:----.- dit in-proposal being deemed non Bidder affirms that the prices stated on the proposal price form below represents the entire cost of the items in full accordance with the requirements of this ITB, inclusive of its terms,conditions,specifications and other requirements stated herein,and that no claim will be made on account of any increase in wage scales, material prices,delivery delays,taxes, insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Bid Tender Form shall be completed mechanically or, if manually, in ink, Bid Tender Forms completed in pencil shall be deemed non-responsive. All corrections on the Bid Tender Form shall be initialed. s' - - - - _ : Pre 'e_r3 __ P Ice e Item Descrl =p- - _ _ _p �. P:cep rem igtfSF. , _C p P f` = qu re Pai A Ilaa Qns= . _ irteal.. It'y .. .i -`•`i _' -~ -- 4 Y- - - LATEX Al (Acrylic, SERVICES EPDXY Satin,Gloss, OIL PRIMER Semi-gloss) 1 PRESSURE WASHING N/A -= eN/A = WA. '=� ! _ -NIA 2 SAND BLASTING J dr NIA-_ 17A=y- WA _ - NI _ NIA - 3 STRIPPING N/A N >: 4 JOINT SEALANT REPLACEMENT CLEAN AND SEAL '- NI :t: NIA TUCK POINTING TO BE PERFORMED WITH MORTAR 4A :N/A :;= NIA ' ]A=_ NIA :ILIA_ 50 TO MATCH EXISTING BUILDING CONDITIONS. _ - -T.*.: 413 STONE REPAIR .P C1 .-NIX.: : =--z==.NIX WA =' .,: _�-:NIA . a 5A EXTERIOR WINDOW JOINTS FRAME TO GLASS OR NIA::; NIA- WAeu,� : ; CSC FRAME TO STUCCO/CONCRETE 5B CONTROL JOINTS - �'`= �1�LA —rI`UA - NIA _ 3 5C GENERAL CAULKING I: NIA:' 6A CONCRETE RESTORATION AND REPAIR ;, 1 : N" = I ; _? N/A 66 STUCCO REMOVAL AND REPAIR 0 rN/A r =_ 6C CMU BLOCK RESTORATION AND REPAIR NIA - 7 ? WA _ _ 1 - ::NIA': STEEL BEAM SUPPORT CLEAN, PRIME, PREPARATION 6D _ = Y FOR STUCCO SURFACING - A?` -' NIA REBAR CLEAN, PRIME AND PREPARATION FOR -` = = i 6E - = - _ Nl: j NIA CONCRETE RESTORATION 7 EXTERIOR LINTELS-PREPARE AND RESTORE 8 EXTERIOR COLUMNS-PREPARE AND RESTORE EXTERIORNERTICAL STUCCO/ CMU SURFACE NIA 9 PAINTING/WATERPROOFING N!A j-0 f 0 0�� �= D W� 1 g EXTERIOR.PAINTING/WATERPROOFING METAL SURFACES .-~ a_.`: ; �' �. , °� 9q l 11 EXTERIOR.PAINTING/WATERPROOFING WOOD 00 o-10 0.qq oqq SURFACES 12 INTERIOR PAINTING SURFACES - NIA 0 �J 0.20 10. a Bidder's Affirmation Company: =r'k`_-lCkn f- ►� rt' .��c ��A 1'` Yto �`�^r . I Authorized Representative: LtJ„/� 1C.�CJI Address: 1".-) Telephone: 0A0 - a Email: I V\ I V1 L-lG . Cn M Authorized Representative's Signature: i DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation, as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Govemment-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses.At that time, all documents received by the City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. ITB 2014-191-SW 22 hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Pro osal Certification, Questionnaire and Re uirements Affidavit are true and accurate. Name of Proposers Authorized Representative: Title of Proposers Authorized Representative: - P(esoev\t Hr. LT � -ka Signature of P posers uthorized presentative: Date: �u aq , �01LA 1� State of FLORIDA ) On this day of ,201 ,personally appeared before me I 74A- 61 In who County of �i rAwu — fade ) stated that (s)he is the Pce,l V\ I of \ v-,. , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and ack edged said instrument to be its voluntary act and deed. Before RMCA FERREIRA Notary Pu c for the State of Icy NOTARY PLM= My Commission Expires: STATE OF FLORIDA • Camp#FF104489 Expires W20V2018 r ITB 2014-191-SW 23 /NCLAN PAINTING& WATERPROOFING, CORP. ®BA /NCLAN CONSTRUCT/ON SERVING FLORIDA SINCE 1995 References: Reference #1 1) Firm name: Miami Dade County Parks, Recreation and Open Spaces Construction and Maintenance Division. 2 Contact Individual Name and Title: Mr. Dean Gaffne y Construction and Renovation Supervisor 1. 3) Address: 11395 SW 79 Street. Miami Fl. 33173. 4) Telephone: (305)596-4460 Ext.282. Fax: (305)595-4612 5) Contact's Email: Deane a,miamidade.Gov 6) Narrative on Scope of Services Provided: We have provided Division 9; Painting, prime and finish, Stucco, Caulking, Concrete Restoration, DTM, sand blasting, shot blasting, and pressure cleaning; services throughout Miami Dade County. We have painted, repaired and provided services for several parks including Crandon Park, Tropical (Equestrian) Park, Trail Glades Shooting Range, and Tamiami Trail North Multiple Parks. Awards are granted and signed by Ms. Katherine Naranjo who assigns them to Mr. Gaffney. Please see attached for reference. www.miamidade.gov/parks Reference #2 1) Firm name: Miami Dade County Public Schools 2) Contact Individual Name and Title: Mr. Leonel J. Reyes, 3) Address: 1450 NE 2 Avenue, Miami. Fl. 33132, Room 352 4) Telephone: (305)995-4974 Fax (305)995-4908 Cell (786) 232-1529 5) Contact's Email: Reyes, Leonel J. [ljreyes @dadeschools.net] ! 6) Narrative on Scope of Services Provided: We have provided Division 9; 12252 SW 128 ST MIAMI,FL 33186-5419 ♦ PHONE:(786 293-7428 FAx:(786)293-7430 WWW.INCLAN PAINTING.NET ♦ E-MAIL: INFO @INCLANPAINTING.COM /NCLAN PAINTING& WATERPROOFING, CORP. ®BA /NCLAN CONSTRUCT/ON SERVING FLORIDA SINCE 1995 f Painting, prime and finish, Stucco, Caulking, Concrete Restoration, DTM, sand blasting, shot blasting, and pressure cleaning; services throughout Miami Dade County for Public Schools. Including but not limited to From Elementary to High School, from Community Learning Centers to Adult education centers. Our services have taken place at the schedule convenient to the facility and stated within the contract. This includes weekends, working during school hours, and/or holidays. We have provided services to Arlington Heights Elementary, Liberty City Elementary, Doral and Madison Middle schools, Southwest Miami Sr. High, Felix Varela Sr. High school, and many more. *A list is available upon request. Reference#3 1) Firm name: MG Construction 2) Contact Individual Name and Title: Mr. Mike Gomez, Owner and CEO of Mike Gomez Construction. 3) Address: 4200 NW 36th Street# 5A Miami, FL 33166. 4) Telephone: Phone (305) 876-8444 Fax (305)876-8357 5) Contact's Email: dbak @mikegconst.com 6) Narrative on Scope of Services Provided: We have provided Division 9; Painting, prime and finish, Stucco, Caulking, Concrete Restoration, DTM, sand blasting, shot blasting, and pressure cleaning; services for Mr. Mike Gomez throughout Miami Dade County. We have completed several project in Miami International airport through his firm and provided him with safety manuals, certified payrolls, and FBI fingerprint certifications for each job. r 12252 SW 128 ST MIAMI,FL 33186-5419 ♦ PHONE:(786)293-7428 FAx:(786)293-7430 WWW.INCLANPAINTING.NET ♦ E-MAIL: INFO @INCLANPAINTING.COM APPENDIX F IAMl BEACH Insurance Requirements ITB 2014- 191 CITYWIDE PAINTING ( INTERIOR AND EXTERIOR ) AND WATERPROOFING SERVICES DEPARTMENT OF PROCUREMENT MANAGEMENT 700 Convention Center Drive Miami Beach, Florida 33139 1. iiB 201n-191-SW 45 i � I ', BEACH INSURANCE REQUIREMENTS GENERAL SERVICE AND MAINTENANCE CONTRACT The vendor shall furnish to the Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3r, Floor, Miami Beach, Florida 33139, Certificate(s)of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, to include Contractual Liability, and Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be included as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $300,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" 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, subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3ra FLOOR MIAMI BEACH,FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable t Statutes. ITB 2014-191-SW 46 �- s°- 4- Construction CT^n Trades Qualifying Board � BUSINESS CERTIFICATE OF COMPETENCY U VU 1NCLAN PAINTING&WATERPROOFING CORP w- D.B.A.: J. INC LA IS Is certified under the provisions of Chapter 10 of Miami-Dade County 9t3 201 007103 Local Business Tax Receipt Miami-Dade County, State of Florida —THIS IS NOT A BILL—DO NOT PAY L 13 3781409 BUSINESS NAME/LOCATiON RECEIPT NO. EXPIRES INCAN PAINTING&.WATERPROOFING CORP RENEWAL SEPTEMBER 30 2 014 12252 SW 128 ST 8947638 Must be displayed at place of business MIAMI FL 331$6 Pursuant to County Code Chapter 8A—Art.9&10 OWNE3R SEC.TYPE OF BUSINESS PAYMENT RECEIVED INCLAN PAINTING&WATERPROOFING 106 SPECIALTY BUILDING CONTRACTOR BY TAX COLLECTOR Worker(s) 3 03BS00456 $75.00 09/25/2013 CREDITCARD-13-010683 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is not a license, permit,or a certification of the holders 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 be displayed on all commercial vehicles—Miami—Dade Code Sec as-276. For more information,visit www.miamidade.govitaxcollector OSHA Certifications SFU � s Luis Inclan This card acknowledges that the recipient has successfully completed a has successfully completed the 30-hour Occupational Safety and Health Training Course in I Fall Protection Training -Construction Safety and Health OSHA Subpart M LUIS INCLAN Inclan Painting& Waterproofing,Corm. -- - -- --- Date:1107/2010 Trainer's Signature ORFH.IQ BORREGO 01/23/10 Risk Control onsulltants (Trainer name-print or type)T _ —Y��_- (Course end date) L I " IHl€ Scaffold Safe, � Luis Inclan Luis Inclan Is authorized to operate powered industrial equipment at Has successfully completed the OSHA 29 CFR 1910.170 Suspended Scaffold Safety Compliance Training IHflCI_tNJ]i &Watet<-proofiamg,COri? OSHA 29 CFR 1926.451(d) _ Inclan Painting&Waterproofing,Corn- Date:. ('� Date:1/07/2010 i Trainer's Signature — Trainer's Signature Risk C®ntrol oans131tants Risk Control C nsultants :21U14U4U418U21bU2 Regulatory and Economic Resources NSF.. Environmental Resources Management M I_AM I-®A®E 701 NW 1st Court•7th Floor Miami, Florida 33136-3912 T305-372-6600 F305-372-6893 it miamidade.gov PERMIT NO: IW5-017600-2014/2015 (REG)-MWSO INCLAN PAINTING & WATERPROOFING CORP. 12252 SW 128 ST MIAMI, FL 33186- PERMITTEE: Mr. Luis Inclan INCLAN PAINTING & WATERPROOFING CORP. 12252 SW 128 ST MIAMI, FL 33186- INDUSTRIAL WASTE 5 ANNUAL OPERATING PERMIT -DESCR7LPTION--OF--FACILITY j EQDIPbMiT--- - -- -- This document, issued under the provisions of Chapter 24, Miami-Dade County (Dade County Environmental Protection Ordinance), shall be valid from May 01, 2014 through April 30, 2015. The above named permittee, is hereby authorized to operate the pollution control facility at the above location which consists of the following: Facilities that handle hazardous materials and do not generate any waste. Served by sanitary sewer. This facility is subject to conditions listed below and in the following pages (if any) of this permit. SPECIFIC CONDITIONS 1. Facility shall have the ability to contain and collect any spill and properly dispose of contaminated materials. Accidental spills must be reported to this department within 24 hours at (305)372-6955. 2. Records of incoming and outgoing hazardous materials shall be maintained in an orderly manner and be made available to this department's representatives upon request. Records shall be kept for a period of three years. 3. All above ground tanks and storage areas for hazardous materials and hazardous waste (if allowed) must have secondary containment. Design and construction must have departmental approval. 4. If at any time pollution control facilities or procedures are found to be performing inadequately, the owner must provide immediate improvements to the operating techniques and/or additional equipment in order to operate in compliance with applicable regulations. Additionally, any significant changes in facility operations, processes or inventory of materials must be reported to this office in writing within 10 days. GMMRAL CONDITIONS 5. The applicant, by acceptance of this document, agrees to operate and maintain the subject operation so as to comply with the requirements of Chapter 24 of the Code of Miami-Dade County. 6. If for any reason, the applicant does not comply with or will be unable to comply with any condition or limitation specified on this document the applicant shall immediately notify and provide the department with the following information: (a) a description of and cause of non-compliance; and (b) the period of no liance including exact dates and times; or, if not corrected, the anticipated time the non ompli ce is expected to continue, and steps taken to FOR Lee N. Hefty, Assistant Director Department of Regulatory and Economic Resources, Environmental Resources Management File Number: 23015 Page 1 of 2 Department of Regulatory and Economic Resources MIAMI-DADE Small Business Development ® 111 NW 1 Street, 19th Floor • Miami, Florida 33128 Carlos A. Gimenez, Mayor T305-375-3111 F305-375-3160 CERT. NO: 12647 Approval Date: 11/20/2012-MICRO/SBE November 21, 2012 Expiration Date: 09/30/2014 Ms. Ileana Inclan ANNUAL ANNIVERSARY: 11/20/2013 INCLAN PAINTING AND WATERPROOFING, CORP. 12252 SW 128th St Miami, FL 331$6-0000 Dear Ms. Inclan: Small Business Development (SBD), a division of Regulatory and Economic Resources Department (RER) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Micro/Small Business Enterprise (MICRO/SBE) in accordance with section 2- 8.1.1.1.1 of the Code of Miami Dade County. This certification is valid for three years provided there are no changes rendering your firm ineligible for certification. You are required to submit a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date as listed above. You will be notified in advance of your firm's Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify your firm. Every three years you will receive a full recertification review that may include an onsite investigation; SBD will also notify you accordingly. If at any time during the certification period, there is a material change in your firm, including, but not limited to ownership, officers, Director, scope of work being performed, daily operations, affiliations with other business (es)' or physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. Your company is certified in the following categories as listed below, affording you the opportunity to bid and participate on contracts with small business measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract needs. The directory for all certified firms can be accessed on the Miami-Dade County RER website http://www.miamidade.gov/business/business-certification-programs.asp. Thank ou for doing business with Miami Dade County. Syincerel r/ She cG ff, Director Busr s Opportunity Support Services Small Business Development Division Regulatory and Economic Resources Department(RER) CATEGORIES: (Your firm may bid or participate on contracts only under these categories) WATERPROOFING SYSTEMS AND REPAIR(MICRO/SBE) PAVEMENT MARKING SERVICES(INCLUDING REMOVAL OF MARKINGS)(MICRO/SBE) ELECTROSTATIC PAINTING(MICRO/SBE) METAL COATING SERVICES:THERMAL SPRAY AND H.V.O.F.(HIGH VELOCITY OXY-FUEL)(MICRO/SBE) SIGN PAINTING SERVICES(MICRO/SBE) WEATHER AND WATERPROOFING MAINTENANCE AND REPAIR SERVICES(MICRO/SBE) PAINTING,MAINTENANCE AND REPAIR SERVICES(INCLUDING CAULKING)(MICRO/S8g _ __ s ►r, DBDR0020 v20120706 Department of Regulatory and Economic Resources MIAMI-DADE Small Business Development ® 111 NW 1 Street, 19th Floor • Miami, Florida 33128 Carlos A. Gimenez, Mayor T 305-375-3111 F 305-375-3160 CERT. NO: 12646 Approval Date: 11/20/2012-CSBE Level 1 November 21, 2012 Expiration Date: 09/30/2014 Ms. Ileana Inclan ANNUAL ANNIVERSARY: 11/20/2013 INCLAN PAINTING AND WATERPROOFING, CORP. 12252 SW 128th St Miami, FL 33186-0000 Dear Ms. Inclan: Small Business Development(SBD), a division of Regulatory and Economic Resources Department (RER) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Community Small Business Enterprise(CSBE) in accordance with section 10-33-02 of the Code of Miami Dade County. This certification is valid for three years provided there are no changes rendering your firm ineligible for certification. You are required to submit a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date as listed above. You will be notified in advance of your firm's Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify your firm. Every three years you will receive a full recertification review that may include an onsite investigation; SBD will also notify you accordingly. If at any time during the certification period, there is a material change in your firm, including, but not limited to ownership, officers, Director, scope of work being performed, daily operations, affiliations with other business (es) or physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. Your company is certified in the categories g g s as listed below, affording you the opportunity to bid and participate on contracts with small business measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract needs. The directory for all certified firms can be accessed on the Miami-Dade County RER website http://www.miamidade.gov/business/business-certification-programs.asp. Than ou for doing business with Miami Dade County. Sincerely, She'PG , rector Busi unity Support Services mall Business Development Division Regulatory and Economic Resources Department (RER) CATEGORIES: (Your firm may bid or participate on contracts only under these categories) PAINTING AND WALL COVERING CONTRACTORS(CSBE) OTHER BUILDING FINISHING CONTRACTORS(CSBE) c: Keva Pace, Certification Specialist Veronica Clark, RER, SBD DBDR0020 v20120706 I PROCUREMENT DEPARTMENT DATE: October 1, 2014 TO: Raul Aguila, City Attorney FROM:: Lourdes Rodriguez, Procurement Department SUBJECT: Central Concrete Supermix, ITB 2014-057- ITB Routing For: check the one that applies Information Only Review and Lets Discuss City Manager's Signature Other Signature XXX Other— Review/Form Approval Comments: Raul, Attached, please find an agreement with Central Concrete Supermix, for form approval. Thank you, Lourdes Return to: Lourdes Rodriguez,ext 6652 Date Needed: APPENDIX C Down I\A I AI\A 1 B EAC H Minimum Requirements & Specifications ITB 2014- 191 CITYWIDE PAINTING ( INTERIOR AND EXTERIOR ) AND WATERPROOFING SERVICES DEPARTMENT OF PROCUREMENT MANAGEMENT 1700 Convention Center Drive Miami Beach, Florida 33139 IiB 2014191-SVJ 26 C1. Minimum Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposers that fail to comply with minimum requirements will be deemed non- responsive and will not be considered. 1. Bidder must have a valid Painting license issued by Miami-Dade County. 2. Bidders must have regularly engaged in the business of providing the services as described in this Bid for a minimum of three (3)years. 3. Bidder shall submit at least three (3) references for whom the Bidder has completed work or is currently working on a project similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. C2. Statement of Work Required. The purpose of this ITB is to establish a contract, by means of sealed bids, with a qualified firm(s) to provide Citywide Painting (Interior And Exterior) And Waterproofing Services for building facilities and bridges located within the City of Miami Beach (the "City") for the Department of Property Maintenance in accordance with the prescribed specifications and requirements. The City desires to set a standard for quality materials and a cost associated with the aforementioned services City Wide. It is the intent of the City to have proper materials installed for the proper application with the proper preparation. C3. Specifications. Contractor shall provide all labor, equipment, supplies, materials, cost of transportation and supervision necessary to perform the services requested in this ITB. In addition to any specifications or requirements contained in this ITB, all work awarded shall conform to the American Society for Testing and Materials (ASTM) Standards. C3.01 MATERIALS All bids shall be based on the materials specified for use on this project. Requests for material substitutions by the Contractor must be accompanied by documentation's from the manufacturer, stating that the substitute material is suitable use on this project and stamped by a local Florida Engineer. Actual test data must be submitted to insure the requested substitute material performs and meets the technical performance requirements of the specified material. Any work awarded shall conform to the American Society for Testing and Materials (ASTM) Standards. Polyurethane Sealant Materials A. Tuff Stuff (or approved equivalent). One part, non sag, 100% modulus polyurethane sealant meeting ASTM C719, capable of 550% Elongation per ASTM D412 and Tensile Strength of 175 psi. and physically and chemically acceptable for the intended used; colors to be selected by the City Representative from Manufacturers standard color selection. B. Primer; By same manufacturer as sealant; suitable for substrate and existing conditions; submit manufacturer's literature, spec. data, an recommendations (based upon adhesion tests) to the City Representative for approval. ITB 2014-19 1-SW 27 C. Joint Backing/Bond Breaker: 1. Backer Rod: Closed-Cell polyethylene foam: size to fit application. 2. Bond Breaker Tape:Adhesive-backed polyethylene tape; size to fit application. D. Plastic Weep Tubes with Screens: Suitable for joint size and application; compatible with polyurethane sealant; submit sample to the City Representative for approval. Masonry Materials A. Mortar for Masonry Repointing/Repairs: ASTM C-270, latest edition, Type N; mortar may utilize either premixed masonry cement with lime, or Portland cement with hydrated lime, and sand with a 1:1:6 proportions; compressive strength of mortar must be in accordance with ASTM C-270, but under no circumstances harder than the masonry units or original mortar. The Contractor is required to match the strength, texture, and color of existing possible, and undertake all testing and analysis of existing mortar as mortar as closely asp g Y 9 part of this Contract. Submit all test analysis and data and submit a sample of mortar(s)to be used on this project for approval the City Representative, with documentation of specifications, properties, and proportions. B. Premixed masonry cement: Custom Masonry Cement Type N (or approved equivalent) as approved by the City Representative; color to match existing, as approved by the City Representative. C. Lime: ASTM C-207, Type S, hydrated lime for masonry purposes. D. Cement: Non-staining white cement; ASTM C-150, Type Il, with no more than 0.60% alkali, nor more than 0.15%water-soluble alkali. E. Sand: ASTM C-144 ; match color, size, and texture of existing sand as closely as possible. F. Water: Potable and free of deleterious amounts of acids, alkalis, and other materials. G. Replacement Brick Units: Match existing in size, color, texture and compressive strength as closely as possible; submit replacement brick units for approval by the City Representative, with manufacturing and test data, and specifications. H. Cleaning Product for Brick Masonry: Cleaner suitable for cleaning brick masonry. Submit product data sheet for approval by the City Representative. Sample areas of masonry cleaning will be required. All cleaning products must be approved before use. I. Brick mortar joints shall be installed, allowed to cure and then inspected by the City Representative. An approval on the color and texture match shall be given by City Representative prior to proceeding with the entire building or structure. r,. ITB 2014-191-SW ' 28 J. Seal-A-Pore (or approved equivalent) . Solvent based silicone solution designed to damp proof above ground masonry surfaces. Sealer is a transparent, colorless or amber thin liquid. 10% Typical Resin Solids, Density of 6.7lb/ gal at 77 Degrees F. Sealer must be installed in an immediate 2 coats within 5 minutes of each other. Stucco/CMU (Concrete Masonry Unit) Block Waterproof Materials A. Emulsified Acrylic Coating: Tuff-Coat (or approved equivalent) for damp proofing and beautifying all types of exterior and interior masonry surfaces such as concrete, brick work, stucco and exterior insulation finishing systems. Tuff-Coat (or approved equivalent) has the following physical properties: Tensile Strength: 160 psi (ASTM D- 2370), Elongation: 585% (ASTM D-2370), Water Vapor Permeability @ 10 mils: 20 Perms (ASTM D-1653), Solids by Volume: 47.4% B. Urethane Sealant: Tuff-Coat (or approved equivalent) single-component polyurethane sealant for joints and cracks in masonry surfaces. C. Cement-based patching compound: Gar-Rock (or approved equivalent) is an all-weather, fast setting, chemical action concrete patching material designed to patch concrete surfaces where quick permanent repairs are desired. D. Epoxy-based patching compound: Fill-Loc (or approved equivalent) is a two-component, VOC compliant, 100% solids epoxy patching product designed to make repairs to small ' surface imperfections prior to applying a thin coating. E. Epoxy-based primer: Uni-Prime is a water based, two-component, VOC compliant, epoxy primer design to prep general surfaces to be coated. fabric of F. Polyester Tape: Dura Walk Polyester Tape is a fusion bonded f ab polyester ester desi g ned to be a reinforcement fabric over cracks or joints. G. Misc. Accessories: All items incorporated into this system shall be compatible with and approved by coating manufacturer. NOTE: Allow additional material for rough or irregular surfaces and up to 5% for material loss during application. Brick/Masonry Sealant Material A. Seal-A-Pore (or approved equivalent). Solvent based silicone solution designed to damp proof above ground masonry surfaces. Sealer is a transparent, colorless or amber thin liquid. 10% Typical Resin Solids, Density of 6.7lb/gal at 77 Degrees F. Sealer must be installed in an immediate 2 coats within 5 minutes of each other. ITB 2014-191-SW 29 Stucco/CMU (Concrete Masonry Unit) Block Repair Materials A. Gar-Rock (or approved equivalent) is an all-weather, fast setting, chemical action concrete patching material designed to patch concrete surfaces where quick and permanent repairs are needed. Fleural strength 3x4x16" at 550psi, compressive strength of 1 hour = 200psi and 28 days = 8,500 psi. Repair materials shall be used to repair/ replace large areas of Stucco or CMU Block. The repair materials shall be as the original manufacturer used on this building. A close match shall be achieved. A small area shall be done on the window panels and other areas, allowed to cure then inspected and approved before proceeding. B. Fill-Loc Crack Repair (or approved equivalent) a two component, 100% epoxy concrete patching material for vertical and horizontal surface imperfections. Flexural strength per ASTM D790 of 8,045 psi, tensile strength of ASTM D638 of 5,600 psi, Compressive strength of ASTM D638 of 7,410 psi. Lintel Restoration Materials A. Lintel materials shall be zinc oxide primer, then exterior, metal rust inhibitive paint. Column Restoration Materials A. See section 2.04 and 2.06 Column restoration coating shall be equivalent to those sections and color to match the approved color by the City. '. Metal/Wood Restoration Materials A. Metals: 1. Unprimed Ferrous Metal Surfaces: Prime with one coat metal primer, (or approved equivalent) Metal Primed 33-010, or one coat Damp Proof Red Oxide Metal Primer 33- 015, as recommended by finish coating manufacturer for colors of finish coats. 2. Shop-Primed Ferrous Metal Surfaces: Touch-up with metal primer 33-010 (or approved equivalent), or Damp Proof Red Oxide Metal Primer 33-015, as recommended by finish coating manufacturer for colors of finish coats. 3. Galvanized Surfaces: Prime with one coat Rust Go Galvanized Metal Primer, Red, 33- 100. 4. Mill-Finished Aluminum Surfaces: Prime with one coat metal primer 33-010 (or approved equivalent), or one coat Damp Proof Red Oxide Metal Primer 33-015, as recommended by finish coating manufacturer for colors of finish coats. 5. Copper: Prime with one coat Alkyd White Metal Primer 33-010, or one coat Damp Proof Red Oxide Metal Primer 33-015, as recommended by finish coating manufacturer for colors of finish coats. 30 ITB 2014-191-SW 6. Stainless Steel: Prime with one coat two-component vinyl wash etching primer, as recommended by finish coating manufacturer, followed by one coat Alkyd White Metal Primer 33-010,or one coat Damp Proof Red Oxide Metal Primer 33-015, as recommended by finish coating manufacturer for colors of finish coats. 7. Rust Go Top Coat Gloss (or approved equivalent), Alkyd-Urethane: Two coats Gloss Enamel, Urethane Modified, 12-Series. B. Wood Siding, Rough Textured -Opaque Finish: 1. Primer: One coat, type as recommended by finish coating manufacturer for substrate. 2. Flat: One coat 100%Acrylic Exterior High Build Flat, Tintable White, 16-302; applied at 16-23 mils wet. C. Wood, Unless Otherwise Indicated-Opaque Paint Finish: 1. Primer: Minimum one coat Exterior Wood Primer Alkyd/Oil Formula; color 08-023 White or 08-005 Deep Base, and/or paint to cover as recommended by finish coating manufacturer for colors of finish coats. 2. Satin: Minimum and/or paint to cover two (2) coats Exterior Acrylic Satin House Paint, 11-Series. 3. Semi-Gloss: Minimum and/or paint to cover two (2) coats Exterior Acrylic Semi-Gloss House Paint, 03-3x Series. 4. Gloss: Minimum and/or paint to cover two (2) coats House & Trim Exterior Alkyd/Oil Gloss, 10-Series. Interior Paint Materials A. Drywall/Wood/Interior Metal Finishes: 1. UNI-Latex(or approved equivalent) is a premium interior latex flat coating with excellent hiding and superior wash ability. Can be used on primed metal and non-bleeding types of wood. 2. Where to Use: Interior walls, ceilings and primed woodwork/ metal. Drywall, plaster, painted wood, brick, masonry, concrete or cinder block, primed metal and composition board. 3. Total Solids by Volume 37%, pigment by weight 40%, Total Solids by weight 54% B. Alternate Enamel 100%Acrylic Low Odor Paint: 1. Scrub-Master Enamel 100% Acrylic Low Odor Paint (or approved equivalent) — Interior Low Sheen Enamel by UCI (or approved equivalent) is an interior paint for interior surfaces that is quick drying low odor and low VOC and is excellent for hiding and providing wash- ability. ITB 2014-191-SW 31 2. Where to Use: Interior walls, ceilings and primed woodwork/metal. Drywall, plaster, painted wood, brick, masonry, concrete or cinder block, primed metal and composition board. 3. Total Solids by Volume 34%, pigment by weight 31%, Total Solids by weight 49% C3.02 PREP WORK Any work awarded shall conform to the American Society for Testing and Materials (ASTM) Standards. For each service type the following Standard Procedures must be followed when doing Prep Work. A. Sealant Replacement 1. Remove existing sealant and clean all surfaces to receive new sealant. Verify that the existing surfaces along the joints are clean, dry, frost-free, secured and properly prepared. Depending upon the substrate, or presence of dust, loose concrete or laitance, waterproofing, etc., the joint surface may require a thorough wire brushing, grinding, solvent cleaning, and/or priming. All surfaces must be properly prepared in strict accordance with the Manufacturer's specifications, and to the satisfaction of the City Representative. 2. Properly mask adjoining surfaces to prevent contact of primer/sealant with surfaces that could be permanently stained or damaged by such contact, or by cleaning methods required to remove primer/sealant smears. 3 Install new backer rod to provide support of sealant during application, and at a position required to produce the cross-sectional shapes and depths relative to joint widths, which allow optimum sealant movement. Do not leave gaps between ends of backer rod. Do not stretch, twist, puncture, or tear backer rod. Immediately remove backer rod which has become wet prior to sealant application, and replace with dry materials. 4. Where backer rod cannot be used, install bond breaker tape in between sealant and back of joint, to prevent third-side adhesion. 5. Prime joint substrates as recommended by the Manufacturer, based upon adhesion tests performed specifically for the substrate. Apply primer in strict compliance with Manufacturer's recommendations. Take care to confine primer to areas of joint sealer bond, and do not spillage or migration onto adjoining surfaces. 6. Ensure that all weep holes in the window frames are left exposed and effective. Any weep holes found to be clogged will be cleaned as necessary to allow for proper expulsion of moisture from within the window frame systems. 7. Install sealant by the proven techniques that result in sealant directly contacting and fully wetting joint substrates, completely filling each joint configuration. Provide uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. . 4 ITB 2014-191-SW 32 8. Application nozzle should be kept in the sealant and moved in a continuous motion (to provide a steady flow of sealant preceding the nozzle) in order to avoid air entrapment. Overlapping of sealant shall also be avoided, to eliminate the entrapment of air. 9. Immediately after sealant application and prior to skinning and curing, properly tool sealant to form a smooth, uniform bead,to eliminate air pockets and ensure proper contact and adhesion of sealant with sides of the joint.Tooling agents which discolor sealants or adjacent surfaces shall not be utilized. B. Metal/Wood Surfaces 1. Do not start work until surfaces to be finished are in proper condition to produce finished surfaces of uniform, satisfactory appearance. 2. Stains and Marks: Remove completely, if possible, using materials and methods recommended by coating manufacturer; cover stains and marks which cannot be completely removed with isolating primer or sealer recommended by coating manufacturer to prevent bleed-through. 3. Mildew, Algae, and Fungus: Remove using materials and methods recommended by coating manufacturer. 4. Remove dust and loose particulate matter from surfaces to receive coatings immediately prior to coating application. 5. Remove or protect hardware, electrical equipment plates, mechanical grilles and louvers, lighting fixture trim, and other items not indicated to receive coatings which are adjacent to surfaces to receive coatings. 6. Disconnect equipment adjacent to surfaces indicated to receive coatings. 7. Move equipment and fixtures adjacent to surfaces indicated to receive coatings to allow application of coatings. 8. Protect surfaces not indicated to receive coatings which are adjacent to surfaces indicated to receive coatings. 9. Do not allow coatings on surfaces not indicated to receive them. 10. Prepare surfaces in accordance with manufacturer's instructions for specified coatings and indicated materials, using only methods and materials recommended by coating manufacturer, and as follows: 11. Existing Coatings: A. Remove surface irregularities by scraping or sanding to produce uniform substrate for coating application; apply one coat primer of type recommended by coating i manufacturer for maximum coating adhesion. 33 ITB 2014-191-SW I B. If presence of lead in existing coatings is suspected, cease surface preparation of i existing coating and notify Architect immediately. 12. Ferrous Metals, Unprimed: Remove rust or scale, if present, by wire brush cleaning, power tool cleaning, or sandblast cleaning; remove grease, oil, and other contaminants which could impair coating performance or appearance by solvent cleaning, with phosphoric-acid solution cleaning of welds, bolts and nuts; spot-prime repaired welds with specified primer. 13. Ferrous Metals, Shop-Primed: Remove loose primer and rust, if present, by scraping and sanding, feathering edges of cleaned areas to produce uniform flat surface; solvent-clean surfaces and spot-prime bare metal with specified primer, feathering edges to produce uniform flat surface. 14. Galvanized Steel: Wipe down surfaces using clean, lint-free cloths saturated with mineral spirits or lacquer thinner; wipe dry using clean, lint-free cloths. 15. Stainless Steel: Clean surfaces by pressurized steam, pressurized water, or solvent washing. 16. Wood: 1. Seal knots, pitch streaks, and sap areas with sealer recommended by coating manufacturer; fill nail recesses and cracks with filler recommended by coating manufacturer; sand surfaces smooth. 2. Apply primer coat to back of wood trim and paneling. 17. Polyvinyl Chloride (PVC) Pipe: Remove ink markings by wiping down with clean-lint-free cloths saturated denatured alcohol. 03.03 PROTECTION AND CLEAN UP For each service type the following Standard Procedures must be followed when providing service. A. Protection and Preparation: 1. Protect all areas surrounding working space from excessive debris. In addition, protect all areas above, below, and adjacent to the work area from the migration all contaminants. 2 Conduct an inspection of the work areas prior to the commencement of work, and notifying the City Representative, in writing, of any observed existing damage to mechanical, plumbing, electrical, windows, screens, metal coping, or other systems which may be affected by the work. B. Clean U 1. Clean all areas around where work was performed. Clean windows, ground and any trim on building or structure. c. 34 ITB 2014-191-SW i 2. It is recommended that photographs be taken by the contractor of any damaged sidewalks, ' asphalt pavement or exterior building or landscape damage prior to start of any work The contractor will be responsible for the replacement or repair of any damage to the exterior of the building, landscaping, concrete sidewalks or asphalt paved parking surfaces. The entire building and grounds will be inspected by the City Representative and any damage shall be made good to the City without discussion. C3.04 SERVICES Any work awarded shall conform to the American Society for Testing and Materials (ASTM) Standards. ITEM#1: PRESSURE WASHING A. All plants, shrubbery and other building or structure decorations shall be protected at all times and not damaged during the cleaning process. B. Tri-sodium phosphate, simple green, denatured alcohol or a mild soap solution shall be used in the cleaning process depending on manufactures recommendations. C. Wire brush all metal to remove surface rust and repair rusted areas before pressure cleaning. D. Four Thousand (4000)psi water blaster with a 0 degree oscillating tip shall be used. E. Tampico brushes (or approved equivalent)shall be used. F. All surfaces to be cleaned will be pre-wet then the solution applied and allowed to set 3 to 5 minutes before rinsing. G. The wand end shall be held no closer than two 2' from the building or structure to avoid damage to mortar joints. H. All exterior surfaces shall be cleaned in this manner on the entire building or structure. I. On areas of heavy staining a second wash shall be required to insure all debris is removed prior to the waterproofing application. J. Efflorescence treatment shall be applied to remove any excess efflorescence. ITEM#2: SANDBLASTING A. Surface Cleaning: Prepare the surface to be free of foreign material in reference to sand or gravel, lack of binder. B. Sand blasting: Prepare surface by sand blasting, a system of cutting or abrading a surface such as concrete by a stream of sand ejected from a nozzle at high speed by compressed air; often used for cleanup of horizontal construction joints or for architectural exposure of aggregate." ITB 2014-191-SW 35 ITEM#3: STRIPPING A. Stripping: Removal of rust, existing coatings or thin layers of pay material by mechanical or chemical means. Shot blasting, sand blasting or stripping by chemicals must be self- contained, have proper pedestrian safety and fully cleaned up work area after procedure each day. Completely remove old finish to substrate before applying new coating systems. B. Stripping shall include removal of any surface rust or rust build up to properly prepare for coating. Any surface rust must be properly treated, and rusted through areas must be properly repaired and patched. ITEM #4: STONE REPAIR, TUCKPOINTING, JOINT SEALANT REPLACEMENT CLEAN AND SEAL: Clean all exterior surfaces, tuck point all defective masonry joints, repair damaged brick, coat all brick surfaces with the specified clear, penetrating silicone sealant. A. Cut or rake out cracked / deteriorated mortar joints (as approved by the City Representative) at least 3/4" deep, in a manner so as not to damage adjacent, remaining materials. Cut away/remove all loose or unsound adjoining mortar to provide a firm, solid bearing for repointing with new mortar. B. Verify that all joints to be repointed are clean and properly prepared. C. Replace and/or repair cracked, broken, and spalled brick masonry units as necessary, and as approved by the City Representative. D. Carefully proportion mortar, and pre hydrate all tuck pointing mortar. To pre hydrate '. mortar, thoroughly mix all ingredients dry, then mix again, adding only enough water to produce a damp mix which will retain its form when pressed into a ball. After keeping mortar in this dampened condition for one to two hours, add sufficient water to bring it to proper consistency. E. Repoint and build in new mortar joints following the best possible practices and techniques, as established by the Brick Institute of America. New joint work to match and align with existing, with joints coursing true and level, with faces plumb and in line. Dampen joints just prior to tuck pointing. Apply pre hydrated mortar in thin layers until joints are completely filled. Tool joints to a smooth, flush, watertight finish. Remove excess mortar from masonry face, hand clean with light soap solution and fiber brushes, and rinse immediately with a clean water wash. All masonry repainting/repair work must be fully-cured and approved by the City Representative. ITEM#5: EXTERIOR WINDOW JOINTS&CONTROL JOINTS: Remove all deteriorated caulking, grind out joints, clean, prime all contact joints, install new closed cell backer rod/bond breaker tape as needed, and install new specified modified urethane sealants on all Control and Window joints. A. Cut or rake out cracked / deteriorated mortar joints (as approved by the City Representative) at least 3/4" deep, in a manner so as not to damage adjacent, remaining materials. Cut away/remove all loose or unsound adjoining mortar to provide a firm, solid bearing for repointing with new mortar. i ITB 2014-.191-SW 36 i B. Verify that all joints to be repointed are clean and properly prepared. r C. Replace and/or repair cracked, broken, and spalled brick masonry units as necessary, and as approved by the City Representative. D. Carefully proportion mortar, and pre hydrate all tuck pointing mortar. To pre hydrate mortar, thoroughly mix all ingredients dry, then mix again, adding only enough water to produce a damp mix which will retain its form when pressed into a ball. After keeping mortar in this dampened condition for one to two hours, add sufficient water to bring it to proper consistency. E. Repoint and build in new mortar points following the b est possible p ractices and techniques, as established by the Brick Institute of America. New joint work to match and align with existing, with joints coursing true and level, with faces plumb and in line. Dampen joints just prior to tuck pointing. Apply pre hydrated mortar in thin layers until joints are completely filled. Tool joints to a smooth, flush, watertight finish. Remove excess mortar from masonry face, hand clean with light soap solution and fiber brushes, and rinse immediately with a clean water wash. All masonry repainting /repair work must be fully-cured and approved by the City Representative. ITEM#6: EXTERIOR STUCCO/CONCRETE RESTORATION AND WATERPROOFING: Clean all exterior stucco/vertical concrete surfaces, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. t 6.01 EXTERIOR STUCCO/BRICK MASONRY CLEANING Clean exposed brick masonry surfaces with pressure water blasting to remove all dust, dirt, oil, grease, efflorescence, algae, moss, etc.. Test small areas first to develop proper calibration and technique, to provide effective cleaning, without damaging the masonry. Appropriate cleaning products and hand scrubbing may be required to ensure proper cleaning. All cleaning products must be submitted and approved by the City Representative, and used in strict accordance with the Manufacturer's specifications protecting adjacent materials. 6.02 WATERPROOFING/PAINTING APPLICATION Includes the Stucco, CMU Block, Columns and any other elastomeric coating areas. A. Remove all rust, dirt, debris, loose and non-bonded coatings, and all other deleterious materials from all surfaces to be painted. All areas are to be clean prior to coating. B. Apply approved primer to all surfaces to be painted and allow ample drying (curing) time, as recommended by the Manufacturer. C. Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow sufficient drying (curing)time between coats per manufacturer's specifications. Additional coats may be required to insure that the finished surface is uniform in i color and appearance. ITB 2014-191-SW 37 I 6.03 WATER REPELLENT/TREATMENT FOR BRICK/STUCCO A. Once all repairs, replacement, cleaning, etc. have been performed, apply specified water repellent using a low pressure garden spray technique. Apply at a rate sufficient to create a 3 to 5 inch run down to insure the substrate is saturated. B. Allow sufficient drying (curing)time per manufacturer's specification. C. Perform water tests in random areas to insure repellent has been applied properly and a sufficient amount has been applied. ITEM #7: EXTERIOR LINTELS — PREPARE AND RESTORE: Clean all exterior surfaces, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. LENTIL PREPARATION AND RESTORATION A. All lintels shall be cleaned, grinded and sanded to remove all rust and debris. B. Prime all lintels with zinc oxide primer. C. Coat all lintels with elastomeric exterior metal coating. ITEM #8: EXTERIOR COLUMNS — PREPARE AND RESTORE: Clean all exterior surfaces, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. COLUMN TREATMENT A. Clean and strip off all loose coatings, repair as needed and prepare by sanding or grinding as necessary. B. Allow repairs and primer to dry sufficiently. C. Paint all columns with acrylic exterior coating as specified. ITEM #9: EXTERIOR VERTICAL STUCCO / CMU SURFACE PAINTING/WATERPROOFING: Clean all exterior, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. 9.01 EXTERIOR STUCCO/BRICK MASONRY CLEANING Clean exposed brick masonry surfaces with pressure water blasting to remove all dust, dirt, oil, grease, efflorescence, algae, moss, etc.. Test small areas first to develop proper calibration and technique, to provide effective cleaning, without damaging the masonry. Appropriate cleaning products and hand scrubbing may be required to ensure proper cleaning. All cleaning products must be submitted and approved by the City Representative, and used in strict accordance with the Manufacturer's specifications protecting adjacent materials. ITB 2014-191-SW 38 9.02 WATERPROOFING/PAINTING APPLICATION Includes the Stucco, CMU Block, Columns and any other elastomeric coating areas. A. Remove all rust, dirt, debris, loose and non-bonded coatings, and all other deleterious materials from all surfaces to be painted. All areas are to be clean prior to coating. B. Apply approved primer to all surfaces to be painted and allow ample drying (curing) time, as recommended by the Manufacturer. C. Apply a minimum of one coat of elastomeric to all surfaces to be coated. The coating shall be evenly and smoothly, without runs, laps or other defects. Allow sufficient drying (curing)time between coats per manufacturer's specifications. Additional coats may be required to insure that the finished surface is uniform in color and appearance. 9.03 WATER REPELLENT/TREATMENT FOR BRICK/STUCCO A. Once all repairs, replacement, cleaning, etc. have been performed, apply specified water repellent using a low pressure garden spray technique. Apply at a rate sufficient to create a 3 to 5 inch run down to insure the substrate is saturated. B. Allow sufficient drying (curing)time per manufacturer's specification. C. Perform water tests in random areas to insure repellent has been applied properly t and a sufficient amount has been applied. ITEM#10: EXTERIOR PAINTING/WATERPROOFING METAL SURFACES: Clean all exterior, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. SURFACE TREATMENT&COATING A. Clean and strip off all loose coatings, repair as needed and prepare by sanding or grinding as necessary. Stripping as per specifications must be done prior B. Allow repairs and primer to dry sufficiently. C. Paint all surfaces with enamel exterior coating for metal as specified. ITEM#11: EXTERIOR PAINTING/WATERPROOFING WOOD SURFACES: Clean all exterior stucco and concrete, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a modified urethane waterproof coating color to match the building colors as selected by the City. SURFACE TREATMENT &COATING A. Clean and strip off all loose coatings, repair as needed and prepare by sanding or grinding as necessary. Stripping as per specifications must be done prior B. Allow repairs and primer to dry sufficiently. C. Paint all surfaces with acyrlic exterior coating for metal as specified. ITB 2014-191-SW 39 ITEM #12: INTERIOR PAINTING SURFACES: Clean all interior surfaces, repair all deficient or deteriorated surfaces, sand or grind smooth and coat with a premium interior paint color to match the building colors as selected by the City. SURFACE TREATMENT&COATING A. Clean and repair all interior surfaces properly per specifications. B. Allow repairs and primer to dry sufficiently. C. Paint all surfaces with acyrlic interior coating for metal as specified. (REMAINDER OF PAGE INTENTIONALLY LEFT ELAND 40 ITB 2014-191-SW by t�Merd A . POR"TLAN" ru" CEMENT LIME MIX zzc C aMTD STATES 6uitdng the future PRODUCT DESCRIPTION mortar may be retempered by adding water and Portland Cement-Lime Mix for masonry mortars. remixing. No mortar shall be used beyond 2'/2 hours after mixing. Please note that retempering may Basic Use result in color variations of the mortar. CEMEX Portland Cement-Lime Mix is specially formulated and manufactured to produce masonry mortar for use in brick, block, and stone masonry Cold Weather Construction construction. Mortar should be maintained at a minimum temperature of 400 F as prescribed by applicable standards. No admixtures should be used without Composition and Materials the written approval of the architect or engineer of CEMEX's Portland Cement-Lime Mix is a factory record. blended product consisting of ASTM C150 portland cement and ASTM C207 (Type S) hydrated lime. Proportion Specifications These components are proportioned under TABLE 1 controlled conditions to assure product consistency. Cement-Lime-Proportions by Volume ASTM C270 Types Mortar Portland Cement or Hydrated Lime Sand CEMEX's Portland Cement-Lime Mix products are Type Blended Cement or Lime Putty produced in Type N, Type S and Type M strength Over 1/2 to levels for use in preparation of ASTM Specification N 1 1 1/4 2%-3 {` C270 Type N, S or M cement-lime mortars, respectively. S 1 Over 1/4 to 2%-3 1/2 INSTALLATION Mixing M 1 1/4 2'/4-3 This Portland Cement-Lime Mix, when mixed with 1:2'/4 to 1:3'/2 cubic feet of sand meeting ASTM property Specifications C144 Specifications, will produce a mortar that Under the property requirements of ASTM C270, meets the property specification requirements of cement-to-sand proportions for laboratory mixed ASTM C270 for Type N, Type S, or Type M portland mortar are to be in the range of 1:2% to 1:3'/2, and cement-lime mortar (Table 1). Machine mixing should meet the requirement outlined in Table 2. should be used whenever possible. First, add most of the water and half the sand. Next, add the TABLE 2 portland cement-lime mix and the rest of the sand. After one minute of continuous mixing, slowly add Physical Requirements for Cement-lime the rest of the water. Mixing should continue for at Mortars ASTM C270 least three minutes; extending mixing up to five Mortar Compressive Strength Water Maximum minutes improves mortar qualities. Type 2"Cubes at 28 days Retention %Air Min.,psi(MPa) Minimum% Admixtures N 750(5.2) 75 14 No admixtures should be used without the written S 1800(12.4) 75 12 approval of the architect or engineer of record. M 2500 17.2 75 1 12 No changes should be made in the field to the Hot Weather Construction laboratory established proportions for mortar that Mortars exposed to hot winds and full sun will tend has been tested and accepted under the property to lose workability due to the evaporation of water. specification, except for the quantity of mixing water. ` - Common sense precautions should be taken to protect the mortar such as shading the mixer, Materials with different physical characteristics than wetting mortar boards, covering wheelbarrows and those used in the laboratory should also not be used tubs, and balancing mortar production to meet demand. If it is necessary to restore workability, in the field without testing for compliance with the property specifications WARRANTY CEMEX warrants that the products identified are in Limitations accordance with the appropriate current ASTM �J CEMEX's Portland Cement-Lime products are specifications. No one is authorized to make any designed to be mixed with sand and water. The modifications or addition to this warranty. CEMEX addition of any other materials to this product at the makes no warranty or representation either job site is not required or recommended expressed or implied with respect to this product and disclaims any implied warranty of TECHNICAL DATA merchantability or fitness for a particular Applicable Standards purpose. The following standards apply to the use of CEMEX's Portland Cement-Lime products: As CEMEX has no control over other ingredients ASTM C150 (Standard Specification for Portland mixed with this product or the final application, Cement) ASTM C207 (Standard Specification for Hydrated CEMEX does not and cannot warrant the finished work. Lime for Masonry Purposes) ASTM C144 (Standard Specification for Aggregates In no event shall CEMEX be liable for direct, for Masonry Mortar) indirect, special, incidental or consequential ASTM C270 (Standard Specification for Mortar for Unit Masonry) damages arising out of the use of this product, ASTM C780 (Standard Test Method for Pre- even if advised of the possibility of such construction and Construction Evaluation of Mortar damages. In no case shall CEMEX's liability for Plain and Reinforced Unit Masonry) exceed the purchase price of this product. Water TECHNICAL SERVICES All water should be clean and free from organic CEMEX personnel are available to provide technical material and deleterious amounts of dissolved acids, assistance by contacting the number previously alkalies and salts. listed. Precautions Freshly mixed cement, mortar, grout or concreteYr ` ' _ _ may cause minor skin irritations. Avoid direct contact with skin and eyes and if contacted, wash exposed (' i3_ ,, ,� u�J; :� 'i-s34 areas promptly with water. Refer to the applicable �'�1 ',(I k V ? - CEMEX product MSDS prior to use which may be obtained by calling 1-800-99-CEMEX(23639). Availability CEMEX's Type N, S, and M Portland Cement-Lime Mix is available in bulk and bags in some market areas, and can be ordered by, contacting us at 1- 800-99-CEMEX(23639). i 1 K(Vo-Y\ OA 4-e-r i at V '? Safety Data Sheet P 0 I since 1895 NFPA WHMIS PPE Transport Symbol Not regulated, non-bulk s- ....sue Preparation Date 08-Dec-2006 Revision Date 17-Feb-2014 Revision Number 10 1® PRODUCT AND COMPANY IDENTIFICATION Product Name Seal-A-Pore Product Code 1711 UN-No UN 1993 Contact Manufacturer The Garland Company, Inc. Garland Canada, Inc. 3800 East 91 st. Street 209 Carrier Dr. Cleveland, Ohio 44105-2197 Toronto, Ontario M9W 5Y8 Ph: (800) 762-8225 Fax: (216) 641-0633 Ph: (416)747-7995 (800)387-5991 1 Fax: (416)747-1980 Emergency Telephone Number 1-800-762-8225 (24 Hrs.) 2. HAZARDS IDENTIFICATION Emergency Overview Combustible material Appearance-Colorless Physical State -Liquid Odor-Petroleum distillates Mexico -Grade Moderate risk, Grade 2 Potential Health Effects Principle Routes of Exposure Eye contact. Skin contact. Inhalation. Ingestion. Acute Effects Eyes Avoid contact with eyes. Skin May cause eye/skin irritation. Inhalation May cause irritation of respiratory tract. Ingestion Ingestion can cause irritation to mucous membranes. Chronic Effects . Repeated contact may cause allergic reactions in very susceptible persons See Section 11 for additional Toxicological information. Aggravated Medical Conditions Skin disorders. Liver disorders. Kidney disorders. Central nervous system. l Page 1 /9 1711 -Seal-A-Pore Revision Date 17-Feb-2014 i Interactions with Other ChemicalsNot available Potential Environmental Effects See Section 12 for additional Ecological information. 3® COMPOSITION/INFORMATION ON INGREDIENTS Chemical Name CAS-No Weight% Ethyl Benzene 100-41-4 1 -5 Nonane 111-84-2 1 -5 lsooctyl trimethoxy silane 34396-03-7 1 -5 Methanol 67-56-1 0.1 -1 Naphthalene 91-20-3 0.1 - 1 Stoddard solvent 8052-41-3 60-100 Pseudocumene 95-63-6 1 -5 4. FIRST AND MEASURES General Advice Immediate medical attention is required. Show this safety data sheet to the doctor in attendance. Remove from exposure, lie down. Eye Contact Immediately flush with plenty of water. After initial flushing, remove any contact lenses and continue flushing for at least 15 minutes. Keep eye wide open while rinsing. Remove from exposure, lie down. Call a physician immediately. Skin Contact Wash off immediately with soap and plenty of water removing all contaminated clothes and shoes. Inhalation Move to fresh air. Call a physician immediately. Ingestion Do not induce vomiting. Call a physician or Poison Control Center immediately. Never give anything by mouth to an unconscious person. Notes to Physician Treat symptomatically. Protection of First-aiders Use personal protective equipment. Avoid contact with skin, eyes and clothing. Remove all sources of ignition. 5e FIRE-FIGHTING MEASURES Suitable Extinguishing Media Foam. Dry powder. Dry chemical. Carbon dioxide (CO2). Unsuitable Extinguishing Media Do not use a solid water stream as it may scatter and spread fire. Hazardous Combustion Products Carbon monoxide, Carbon dioxide (CO2), Hydrocarbons. Explosion Data Sensitivity to mechanical impact No Sensitivity to static discharge Yes Specific Hazards Arising from the Chemical Keep product and empty container away from heat and sources of ignition. Page 2/9 1711 -Seal-A-Pore Revision Date 17-Feb-2014 i° Protective Equipment and Precautions for Firefighters As in any fire, wear self-contained breathing apparatus pressure-demand, MSHA/NIOSH (approved or equivalent) and full protective gear. Standard procedure for chemical fires. NFPA Health 1 Flammability 2 Instability 0 6® ACCIDENTAL RELEASE MEASURES Personal Precautions Use personal protective equipment. Keep people away from and upwind of spill/leak. Remove all sources of ignition. Evacuate personnel to safe areas. Ensure adequate ventilation. Environmental Precautions Prevent further leakage or spillage if safe to do so. Prevent product from entering drains. Methods for Containment Dike with inert absorbent material Methods for Cleaning Up Dam up. Soak up with inert absorbent material. Pick up and transfer to properly labeled containers. Soak up with inert absorbent material (e.g. sand, silica gel, acid binder, universal binder, sawdust). Other Information Not applicable 7e HANDLING AND STORAGE Handling Wear personal protective equipment. Do not breathe vapors or spray mist. Ensure ( adequate ventilation. Keep away from open flames, hot surfaces and sources of ignition. Take precautionary measures against static discharges. Use only in an area containing flame proof equipment. To avoid ignition of vapors by static electricity discharge, all metal parts of the equipment must be grounded. Storage Keep in properly labeled containers. Keep tightly closed in a dry and cool place. 8. EXPOSURE CONTROLS / PERSONAL PROTECTION Exposure Guidelines Chemical Name ACGIH TLV OSHA PEL Ontario TWAEV Mexico Ethyl Benzene TWA: 100 ppm TWA: 100 ppm STEL: 540 mg/m" STEL: 125 ppm STEL: 125 ppm TWA:435 mg/m3 STEL: 125 ppm STEL: 545 mg/m3 TWA: 100 ppm TWA: 100 ppm TWA:435 mg/m3 TWA:435 mg/M3 Nonane TWA:200 ppm TWA: 1050 mg/m" STEL:250 ppm TWA:200 ppm STEL: 1300 mg/m3 TWA:200 ppm TWA: 1050 M/M3 Methanol TWA:200 ppm TWA:260 mg/m 3 STEL:250 ppm STEL: 310 mg/m3 STEL:250 ppm TWA: 200 ppm STEL: 325 mg/m3 STEL: 250 ppm Skin TWA: 200 ppm TWA:260 mg/m3 TWA:260 mg/m3 TWA: 200 ppm Skin l Page 3/9 1711 -Seal-A-Pore Revision Date 17-Feb-2014 Chemical Name ACGIH TLV OSHA PEL Ontario TWAEV Mexico Naphthalene TWA: 10 ppm TWA:50 mg/m" STEL: 78 mg/m 6 STEL:75 mg/m STEL: 15 ppm TWA: 10 ppm STEL: 15 ppm STEL: 15 ppm Skin TWA: 10 ppm TWA:50 mg/m3 TWA:52 Mg/M3 TWA: 10 pprn Stoddard solvent TWA: 100 ppm TWA:2900 mg/m3 TWA:525 mg/m" STEL: 200 ppm TWA:500 ppm STEL: 1050 mg/m3 TWA:523 mg/m3 TWA: 100 pprn Chemical Name NIOSH IDLH Ethyl Benzene 800 ppm Methanol 6000 ppm Naphthalene 250 pprn Stoddard solvent 20000 mg/m" IDLH: Immediately Dangerous to Life or Health Engineering Measures Ensure adequate ventilation, especially in confined areas. Personal Protective Equipment Eye/face Protection Tightly fitting safety goggles. Safety glasses with side-shields. Skin Protection Long sleeved clothing. Chemical resistant apron. Impervious butyl rubber gloves. Break through time. .?. Lightweight protective clothing. Antistatic boots. Respiratory Protection Wear a positive-pressure supplied-air respirator. Hygiene Measures When using, do not eat, drink or smoke. Regular cleaning of equipment, work area and clothing. i= 9. PHYSICAL AND CHEMICAL PROPERTIES Appearance Colorless Odor Petroleum distillates Physical State Liquid pH Not available Flash Point 105°F/41°C Method Tag closed cup Autoignition Temperature 540°F/282°C Boiling Point/Range 300-390°F/ 149199°C Freezing Point Not available Flammability Limits in Air Lower Not available Upper Not available Explosion Limits Lower 0.8% Upper 5.0% Explosive Properties Not available Oxidizing Properties Not available Evaporation Rate 40x slower(ether= 1) Vapor Pressure 5 mmHg Vapor Density 3.9 @ Air= 1 Specific Gravity 0.81 Water Solubility slightly soluble Volatiles 87-91 VOC Content 460 g/L Page 4/9 1711 -Seal-A-Pore Revision Date 17-Feb-2014 1 0o STABILITY AND REACTIVITY Stability Stable under recommended storage conditions. Hazardous polymerization does not occur. Conditions to Avoid Keep away from heat, sparks and open flames. Heating in air. Incompatible Materials Strong oxidizing agents. Hazardous Decomposition Products Carbon oxides. Possibility of Hazardous Reactions Hazardous polymerization does not occur 11. TOXICOLOGICAL INFORMATION Acute Toxicity Component Information Chemical Name LD50 Oral LD50 Dermal LC50 Inhalation Ethyl Benzene 3500 mg/kg mg/kg Rat 15354 mg/kg mg/kg Rabbit 17.2 m /L Rat 4 h Nonane 3200 pprn Rat 4 h Methanol 5628 mg/kg Rat 15800 mg/kg Rabbit 64000 ppm Rat 4 h 83.2 m /L Rat 4 h Naphthalene 490 mg/kg Rat 2500 mg/kg Rat 340 mg/m Rat 1 h 20 g/kg Rabbit Pseudocumene 3400 mg/kg mg/kg Rat 3160 mg/kg mg/kg Rabbit 18 g/m3 Rat 4 h r Chronic Toxicity Carcinogenicity The table below indicates whether each agency has listed any ingredient as a carcinogen Chemical Name ACGIH IARC NTP OSHA Mexico Ethyl Benzene A3 Group 26 X Naphthalene Group 213 Reasonably X Anticipated 12. ECOLOGICAL INFORMATION Ecotoxicity Contains no substances known to be hazardous to the environment or not degradable in waste water treatment plants Ethyl Benzene Freshwater Algae Data Selenastrum capricomutum EC50=4.6 mg/L (72 h) Selenastrum capricomutum EC50>438 mg/L(96 h) Microtox Data Photobacterium phosphoreum EC50=9.68 mg/L(30 min) Nitrosomonas EC50=96 mg/L(24 h) Water Flea Data Daphnia magna EC501.8-2.4 mg/L(48 h) Methanol Page 5/9 1711 -Seal-A-Pore Revision Date 17-Feb-2014 • 12. ECOLOGICAL INFORMATION Microtox Data Photobacterium phosphoreum EC50=39000 mg/L(25 min) Photobacterium phosphoreum EC50=40000 mg/L(15 min) Photobacterium phosphoreum EC50=43000 mg/L(5 min) Naphthalene Freshwater Algae Data Skeletonema costatum EC50=0.4 mg/L (96 h) Microtox Data Photobacterium phosphoreum EC50=0.93 mg/L(30 min) Pseudomonas putida EC50>20 mg/L (18 h) Water Flea Data water flea EC50=2.16 mg/L (48 h) Pseudocumene Water Flea Data Daphnia magna EC50=6.14 mg/L(48 h) Persistence/Degradability Not available Bioaccumulation/Accumulation Not available Mobility in Environmental Media Not available Ethyl Benzene log Pow= 3.118 Methanol log Pow= -0.77 Naphthalene. log Pow= 3.3 Pseudocumene log Pow= 3.63 13. DISPOSAL CONSIDERATIONS Waste Disposal Method Should not be released into the environment. It must undergo special treatment, e.g. at suitable disposal site, to comply with local regulations. Contaminated Packaging Clean container with water. Empty containers should be taken for local recycling, recovery or waste disposal. US EPA Waste Number D001 Chemical Name RCRA Naphthalene-91-20-3- waste number U165 14. TRANSPORT INFORMATION DOT Not regulated, non-bulk Page 619 1711 -Seal-A-Pore Revision Date 17-Feb-2014 r 14. TRANSPORT INFORMATION Special Provisions Not Regulated for non-bulk packaging of 450 liters (119 gallons) or less (DOT 49 CFR 173.150(0) BULK> 119 gallon container: Tars, liquid, UN1993, PG III TDG Not regulated, Non-bulk Special Provisions Not Regulated for non-bulk packaging of 450 liters (119 gallons) or less (DOT 49 CFR 173.150(f)) BULK> 119 gallon container: Combustible liquids, N.O.S. (Mineral Spirits); NA1993; Class 3; PG III MEX Not regulated ICAO UN-No UN1993 Proper Shipping Name Flammable liquid, n.o.s Hazard Class 3 Packing Group III IATA UN-No UN1993 Proper Shipping Name Flammable liquid, n.o.s Hazard Class 3 Packing Group III IMDG/IMO UN-No UN1993 Proper Shipping Name Flammable liquid, n.o.s Hazard Class 3 Packing Group III 15® REGULATORY II ORMATI® International Inventories Chemical Name TSCA DSL NDSL EINECS ELINCS ENCS CHINA KECL PICCS AICS Ethyl Benzene X X - X - X X X X X Nonane X X - X - X X X X X lsooctyl trimethoxy silane X X - X - - X X X X Methanol X X - X - X X X X X Naphthalene X X - X - X X X X X Stoddard solvent X X - X - - X X X X Pseudocumene L X I X I X I - X X X X X TSCA Complies DSL Complies NDSL Complies EINECS Complies ELINCS Does not Comply ENCS Does not Comply CHINA Complies KECL Complies PICCS Complies Page 719 1711 -Seal-A-Pore Revision Date 17-Feb-2014 r AICS Complies USA Federal Regulations SARA 313 Section 313 of Title III of the Superfund Amendments and Reauthorization Act of 1986 (SARA). This product contains a chemical or chemicals which are subject to the reporting requirements of the Act and Title 40n of the Code of Federal Regulations, Part 372: Chemical Name SARA 313 -Threshold Values Ethyl Benzene CAS#: 100-41-4 0.1% Methanol (CAS#: 67-56-1) 1.0% Naphthalene(CAS#: 91-20-3) 0.1% Pseudocumene (CAS#: 95-63-6) 1.0% Clean Air Act, Section 112 Hazardous Air Pollutants (HAPs) (see 40 CFR 61) This product contains the following HAPs: Chemical Name Ethyl Benzene (CAS#: 100-41-4) Methanol (CAS#: 67-56-1) _ Naphthalene (CAS#: 91-20-3) State Regulations California Proposition 65 WARNING: This product contains a chemical(s) known to the State of California to cause cancer and birth or other reproductive harm. Chemical Name CAS-No Category Type Ethyl Benzene 100-41-4 Carcinogen Naphthalene 91-20-3 Carcinogen State Right-to-Know Chemical Name Massachusetts New Jersey Pennsylvania Illinois Rhode Island Ethyl Benzene X X X X X Nonane X X X X Methanol X X X X X Naphthalene X X X X X Stoddard solvent X X X X Pseudocumene X X X X Canada This product has been classified in accordance with the hazard criteria of the Controlled Products Regulations (CPR)and the SDS contains all the information required by the CPR. WHMIS Hazard Class B3 Combustible liquid Chemical Name NPRI Naphthalene X Page 8/9 1711 -Seal-A-Pore Revision Date 17=Feb-2014 Chemical Name NPRI Pseudocumene X Legend NPRI - National Pollutant Release Inventory 16e OTHER INFORMATION Revision Date 17-Feb-2014 Revision Summary Not available Disclaimer The information provided on this SDS is correct to the best of our knowledge, information and belief at the date of its publication. The information given is designed only as a guide for safe handling, use, processing, storage,transportation,disposal and release and is not to be considered as a warranty or quality specification. The information relates only to the specific material designated and may not be valid for such material used in combination with any other material or in any process, unless specified in the text. End of SDS i r Page 919 C. H aAert G L Y e ly LlV,-`-WAA" J`eO VA&q+ r(1k*e4-lGr jf �N . Pt Material Safety Data Sheet ............. ............. GARLAND silks 1 895 NFPA WHMIS PPE Transport S mbol DOT Not Regulated • Preparation Date No data available Revision Date 24-Mar-2010 Revision Number 4 1 . PRODUCT AND COMPANY IDENTIFICATION Product Name Tuff-StuffL_ Product Code 2135/2136 UN-No Not available Contact Manufacturer The Garland Company, Inc. Garland Canada, Inc. 3800 East 91 st. Street 1296 Martin Grove Rd. Cleveland, Ohio 44105-2197 Toronto, Ontario M9W 4X3 Ph: (800) 762-8225 Fax: (216)641-0633 Ph: (416)747-7995 Fax: (416)747-1980 Emergency Telephone Number 1-800-762-8225 (24 Hrs.) 2. HAZARDS IDENTIFICATION Emergency Overview Combustible material Appearance Not available Physical State Liquid. Solid. Odor Petroleum distillates. Mexico -Grade Moderate risk, Grade 2 Potential Health Effects Principle Routes of Exposure Skin contact, Inhalation. Acute Effects Eyes Contact with eyes may cause irritation. Skin Repeated or prolonged skin contact may cause allergic reactions with susceptible persons. Inhalation Irritating to mucous membranes. Ingestion May be harmful if swallowed. Page 1 /7 2135 -Tuff-Stuffb Revision Date 24-Mar-2010 Chronic Effects Repeated contact may cause allergic reactions in very susceptible persons. See Section 11 for additional Toxicological information. Aggravated Medical Conditions Not available Interactions with Other Not available Chemicals Potential Environmental Effects See Section 12 for additional Ecological information 3. COMPOSITION/INFORMATION ON INGREDIENTS Hazardous Components Chemical Name CAS-No Weight% North American Hazard Indicator Calcium Carbonate 1317-65-3 30-60 1 Silica Dioxide 7631-86-9 1 -5 1 4. FIRST AID M EASU RES Eye Contact Rinse thoroughly with plenty of water for at least 15 minutes and consult a physician. Skin Contact Wash off immediately with soap and plenty of water. Inhalation Move to fresh air. If breathing is difficult, give oxygen. If symptoms persist, call a physician. Ingestion Drink plenty of water. Consult a physician. Notes to Physician Treat symptomatically F_ 5. FIREFIGHTING MEASURES Suitable Extinguishing Media Carbon dioxide (CO2). Foam. Dry chemical. Unsuitable Extinguishing Media Not available Hazardous Combustion Products Carbon dioxide (CO2), Hydrocarbons. Explosion Data Sensitivity to mechanical impact No Sensitivity to static discharge Yes Specific Hazards Arising from the Chemical Combustible material. Keep product and empty container away from heat and sources of ignition. Protective Equipment and Precautions for Firefighters As in any fire, wear self-contained breathing apparatus pressure-demand, MSHA/NIOSH (approved or equivalent) and full protective gear NFPA Health 2 Flammability 1 Instability 1 Page 2/7 2135-Tuff-StuffL7 Revision Date 24-Mar-2010 6. ACCIDENTAL RELEASE MEASURES Personal Precautions Use personal protective equipment. Environmental Precautions Do not flush into surface water or sanitary sewer system. Methods for Containment No information available Methods for Cleaning Up Shovel or sweep up. Keep in suitable and closed containers for disposal. Other Information Not applicable 7. HANDLING AND STORAGE Handling Wear personal protective equipment. Keep away from open flames, hot surfaces and sources of ignition. Storage Keep in a dry, cool and well-ventilated place. Keep out of the reach of children. 6. EXPOSURE CONTROLS 1 PERSONAL PROTECTION Chemical Name ACGIH TLV OSHA PEL Ontario TWAEV Mexico Calcium Carbonate TWA: 15 mg/m3 TWA: 10 mg/m3 ST-EL 20 mg/m3 TWA: 5 Mg/M3 TWA: 10 Mg/M3 s Chemical Name NIOSH IDLH Silica Dioxide 3000 Mg/M3 Engineering Measures Ensure adequate ventilation, especially in confined areas. Do not allow ventilation equipment to draw material odors indoors.. Personal Protective Equipment Eye/face Protection Safety glasses with side-shields Skin Protection Impervious gloves Respiratory Protection When workers are facing concentrations above the exposure limit they must use appropriate certified respirators. Hygiene Measures Handle in accordance with good industrial hygiene and safety practice Page 3/7 2135-Tuff-Stuffb Revision Date 24-Mar-2010 9. PHYSICAL AND CHEMICAL PROPERTIES Appearance Not available Odor Petroleum distillates Physical State Liquid Solid pH Not available Flash Point > 200°F/> 93°C Method Tag closed cup Autoignition Temperature Not available Boiling Point/Range Not available Freezing Point Not available Flammability Limits in Air Lower Not available Upper Not available Explosive Properties Not available Oxidizing Properties Not available Evaporation Rate Slower than Ether(ether= 1) Vapor Pressure Not available Vapor Density Not available Specific Gravity 1.4 Water Solubility Insoluble in water Volatiles Not available VOC Content < 100 g/I 10. STABILITY AND REACTIVITY Stability Stable under normal conditions. 1 Conditions to Avoid Heat, flames and sparks. Protect from water. Incompatible Materials No materials to be especially mentioned Hazardous Decomposition Products Nitrogen oxides (NOx). Carbon dioxide(CO2). Possibility of Hazardous Reactions Hazardous polymerisation does not occur 11 . TOXICOLOGICAL INFORMATION Acute Toxicity Component Information Chemical Name LD50 Oral LD50 Dermal LC50 Inhalation Silica Dioxide 5000 mg/kg mg/kg Rat 2000 mg/kg mg/kg Rabbit Chronic Toxicity Carcinogenicity The table below indicates whether each agency has listed any ingredient as a carcinogen Page 4/7 2135-Tuff-Stuffb Revision Date 24-Mar-2010 12. ECOLOGICAL INFORMATION Ecotoxicity Contains no substances known to be hazardous to the environment or not degradable in waste water treatment plants Silica Dioxide Freshwater Algae Data Selenastrum capricomutum EC50=440 mg/L (72 h) Water Flea Data Ceriodaphnia dubia EC50=7600 mg/L(48 h) Persistence/Degradability Not available Bioaccumulation/Accumulation Not available Mobility in Environmental Media Not available 13. DISPOSAL CONSIDERATIONS Waste Disposal Method Dispose of in accordance with local regulations. Contaminated Packaging Empty containers should be taken for local recycling, recovery or waste disposal. US EPA Waste Number Not available 14. TRANSPORT INFORMATION DOT Not Regulated TDG Not Regulated MEX Not regulated ICAO Not regulated IATA Not regulated IMDG/IMO Not regulated 15. REGULATORY INFORMATION International Inventories Chemical Name TSCA DSL NDSL EINECS ELINCS ENCS CHINA KECL PICCS AICS Calcium Carbonate X - X X - - X X X X Silica Dioxide X X - X X X X X X X TSCA All components of this product are either listed or are exempt from listing on the U.S. Toxic Substances Control Act(TSCA). DSL Not regulated Page 5/7 2135-Tuff-Stuff[] Revision Date 24-Mar-2010 NDSL Does not Comply EINECS Does not Comply PY ELINCS Does not Comply ENCS Does not Comply CHINA Complies KECL Does not Comply PICCS Does not Comply AICS Complies USA Federal Regulations SARA 313 Section 313 of Title III of the Superfund Amendments and Reauthorization Act of 1986 (SARA). This product does not contain any chemicals which are subject to the reporting requirements of the Act and and Title 40n of the Code of Federal Regulations, Part 372. Clean Air Act, Section 112 Hazardous Air Pollutants(HAPs)(see 40 CFR 61) This product does not contain any HAPs. State Regulations California Proposition 65 WARNING: This product contains a chemical(s) known to the State of California to cause cancer. State Ri ht-to-Know �. Chemical Name Massachusetts New Jersey Pennsylvania— Illinois Rhode Island Calcium Carbonate X X X Silica Dioxide X X X Canada This product has been classified in accordance with the hazard criteria of the Controlled Products Regulations (CPR) and the MSDS contains all the information required by the CPR. WHMIS Hazard Class D2A Very toxic materials 16. OTHER INFORMATION Revision Date 12-Apr-2007 Revision Summary Not available Disclaimer The information provided on this MSDS is correct to the best of our knowledge, information and belief at the date of its publication. The information given is designed only as a guide for safe handling,use, processing,storage,transportation, disposal and release and is not to be considered as a warranty or quality specification. The information relates only to the specific material designated and may not be valid for such material used in combination with any other material or in any process, unless specified in the text. End of MSDS Page 6/7 GARLAND MATERIAL SAFETY DATA SHEET since 1895 MSDS Status: Current Product Status: Active Product Name: FILL-LOC CRACK REPAIR Revision Date: 08/31/2007 Product Code: 1802-A Supersedes Date: 06/07/2001 MSDS No.: SECTION I -CHEMICAL PRODUCT/COMPANY IDENTIFICATION Chemical Name: MIXTURE CAS No.: NOT APPLICABLE Product Description: TWO COMPONENT 100%SOLIDS EPDXY CRACK FILLER Hazard Classification: HEALTH - 2* FLAMMABILITY- 1 REACTIVITY- 0 Manufacturer/Supplier: GARLAND CANADA 1296 Martin Grove Rd. Toronto, Ontario M9W 4X3 PH: (416) 747-7995 FAX: (416) 747-1908 Internet Address: http://www.gariandind.com 24 HR EMERGENCY ASSISTANCE: 1-800-762-8225 SECTION II - HAZARDOUS INGREDIENTS/COMPOSITION OCCUPATIONAL VAPOR WEIGHT EXPOSURE LIMITS PRESSURE PERCENT CAS OSHA ACGIH OSHA MM Hg @ TEMP NUMBER PEL TLVR STEL REACTION PRODUCTS OF 25068-38-6 NONE NONE NONE 1.0 3560F EPICHLOROHYDRIN - BISPHENOL A MODIFED DIGLYCIDYL 25068-38-6 NONE NONE NONE 1.0 3560F ETHER OF BISPHENOL A ALKYL GLYCIDAL ETHER 68609-97-2 NONE NONE NONE N/A FUMED SILICA 112945525 NONE 80mg/m3 NONE N/A FORMALDAHYDE POLYMER 25155-81-1 NONE NONE NONE N/A WITH TOLUENE *TOLUENE 108-88-3 100ppm 100ppm NONE 1.0 -260F <.50 PIGMENT - ** NONE 10mg/m3 10mg/m3 5mg/m3 N/A FILLER - ** NONE NONE NONE N/A FILLER - ** 20mg/m3 20mg/m3 20mg/m3 N/A BENZYL ALCOHOL 100-51-6 NONE NONE NONE 1.0 1360F *Indicates toxic chemical(s) subject to the reporting requirements of section 313 of Tille III and of 40 CFR 372. ** the chemical identity is trade secret N/A = Not Applicable 1 SECTION III - HAZARDS IDENTIFICATION INHALATION HEALTH RISKS AND SYMPTOMS OF EXPOSURE: NO GUIDE CONTROL KNOWN, HOWEVER, EXPOSURE TO HEATED VAPORS CAN CAUSE IRRITATION TO NOSE, THROAT OR MUCOUS MEMBRANES. SKIN CONTACT AND EYE CONTACT HEALTH RISKS AND SYMPTOMS OF EXPOSURE: SKIN: MAY CAUSE IRRITATION OR ALLERGIC SKIN RESPONSE. EYES: MAY CAUSE IRRITATION BUT NO CORNEAL INJURY IS LIKELY. SKIN ABSORPTION HEALTH RISKS AND SYMPTOMS OF EXPOSURE: NOT LIKELY TO BE ABSORBED IN TOXIC AMOUNTS. INGESTION HEALTH RISKS AND SYMPTOMS OF EXPOSURE: THIS MATERIAL HAS A PROBABLE LOW ACUTE ORAL TOXICITY. HEALTH HAZARDS (ACUTE AND CHRONIC) : EPDXY RESINS CAN CAUSE SENSITIZATION BY EXPOSURE THROUGH CONTACT OR HIGH CONCENTRATIONS OF VAPOR. EYES: INJURY IS UNLIKELY BUT STAIN FOR EVIDENCE OF CORNEAL INJURY. CARCINOGENICITY: NTP? NO IARC MONOGRAPHS? NO OSHA REGULATED? NO NO CONSTITUENTS OF THIS PRODUCT ARE REGULATED AS CARCINOGENS. MEDICAL CONDITIONS GENERALLY AGGRAVATED BY EXPOSURE: RESPIRATORY CONDITIONS OR OTHER ALLERGIC RESPONSE. SECTION IV- FIRST AID PROCEDURES INHALATION OVEREXPOSURE: REMOVE TO FRESH AIR AREA AND ADMINISTER OXYGEN IS NECESSARY. EYE CONTACT: IMMEDIATELY FLUSH WITH WATER FOR AT LEAST 15 MINUTES AND CONSULT A PHYSICIAN. SKIN CONTACT: SKIN CONTACT WILL NORMALLY CAUSE NO MORE THAN IRRITATION BUT WASH WITH SOAP AND WATER AND REMOVE CONTAMINATED CLOTHING PROMPTLY. INGESTION: LOW TOXICITY, INDUCE VOMITING ONLY IF LARGE AMOUNTS OF MATERIAL ARE INGESTED, OTHERWISE DO NOT INDUCE VOMITING. IN EITHER CASE IMMEDIATELY CONSULT A PHYSICIAN. SECTION V- FIRE AND EXPLOSION HAZARD DATA 0 FLASH POINT: 200+ F METHOD USED: SETA FLASH FLAMMABLE LIMITS IN AIR BY VOLUME - LOWER: N/A UPPER: N/A EXTINGUISHING MEDIA: FOAM, ALCOHOL FOAM, CO,, DRY CHEMICAL, WATER FOG SPECIAL FIREFIGHTING PROCEDURES: DO NOT ENTER CONFINED FIRE AREA WITHOUT FULL BUNKER GEAR INCLUDING A POSITIVE PRESSURE NIOSH APPROVED SELF-CONTAINED BREATHING APPARATUS. COOL FIRE EXPOSED CONTAINERS WITH WATER. UNUSUAL FIRE AND EXPLOSION HAZARDS: NO UNUSUAL FIRE HAZARDS KNOWN. SECTION VI -ACCIDENTAL RELEASE MEASURES STEPS TO BE TAKEN IN CASE MATERIAL IS RELEASED OR SPILLED: WEAR APPROPRIATE RESPIRATOR AND PROTECTIVE CLOTHING. SHUT OFF THE SOURCE AT THE LEAK. REMOVE EXCESS WITH VACUUM TRUCK AND TAKE UP THE REMAINDER WITH CLAY OR OTHER ABSORBENT AND PLACE IN DISPOSAL CONTAINERS. FLUSH AREA WITH WATER TO REMOVE RESIDUE. SECTION VII - SAFE HANDLING AND STORAGE PRECAUTIONS TO BE TAKEN IN HANDLING AND STORING: STORE IN A COOL PLACE. SEAL \. ALL PARTIALLY USED CONTAINERS. WASH WITH SOAP AND WATER BEFORE EATING, DRINKING, SMOKING, OR USING TOILET FACILITIES. MIXED MATERIALS CONTAIN THE HAZARDS OF ALL THE COMPONENTS, THEREFORE, READ THE MSDS'S OF ALL COMPONENTS PRIOR TO USING MATERIAL. PROPERLY LABEL ALL CONTAINERS. OTHER PRECAUTIONS: AVOID ALL SKIN CONTACT. AVOID BREATHING VAPORS GENERATED Gnr Drnrlo ir4 1 i2f17_D D�nc Aln ') FROM THE MATERIAL. OBSERVE CONDITIONS OF GOOD GENERAL HYGIENE AND SAFE WORKING PRACTICES. CONTAMINATED LEATHER ARTICLES CANNOT BE CLEANED AND MUST BE DISCARDED IF CONTAMINATED WITH THIS PRODUCT. WASH ALL CONTAMINATED CLOTHING PRIOR TO THE REUSE THEREOF. i SECTION VIII -EXPOSURE CONTROL/PERSONAL PROTECTION RESPIRATORY PROTECTION: USE A NIOSH APPROVED RESPIRATOR AS REQUIRED TO PREVENT OVER-EXPOSURE TO VAPOR IN ACCORDANCE WITH 29 CFR 1910.134. GENERAL EXHAUST IS USUALLY SUFFICIENT IN LIEU OF NIOSH RESPIRATOR. VENTILATION: GENERAL EXHAUST IS USUALLY SUFFICIENT TO CONTROL VAPORS AND EXPOSURE HAZARDS. PROTECTIVE GLOVES: IMPERVIOUS GLOVES, NEOPRENE OR RUBBER. EYE PROTECTION: SPLASH GOGGLES OR GLASSES WITH SIDE SHIELDS. OTHER PROTECTIVE EQUIPMENT: WEAR BODY COVERING CLOTHING AND OTHER COVERING AS NECESSARY, SUCH AS AN APRON AND APPROPRIATE FOOTWEAR AND AVOID CONTACT WITH THE MATERIAL. WORK/HYGIENIC PRACTICES: OBSERVE GENERAL GOOD HYGIENIC PRACTICES. SECTION IX-PHYSICAL/CHEMICAL CHARACTERISTICS 0 0 BOILING POINT: 200 F - 401 F SPECIFIC GRAVITY (H,0=1) : 1.4 VAPOR DENSITY: N/A EVAPORATION RATE: N/A SOLUBILITY IN WATER: NEGLIGIBLE APPEARANCE AND ODOR: VISCOSITY PASTE - NEGLIGIBLE ODOR SECTION X-STABILITY AND REACTIVITY DATA STABILITY: STABLE. CONDITIONS TO AVOID: AVOID EXCESSIVE HEAT OR OPEN FLAMES. INCOMPATIBILITY (MATERIALS TO AVOID) : CAN REACT VIGOROUSLY WITH STRONG OXIDIZING AGENTS AND STRONG LEWIS ACIDS OR MINERAL ACIDS. HAZARDOUS DECOMPOSITION PRODUCTS: CO,, ALDEHYDES, ACIDS. REACTION WITH SOME CURING AGENTS CAN GENERATE LARGE AMOUNTS OF HEAT. HAZARDOUS POLYMERIZATION: WILL NOT OCCUR. SECTION XI -TOXICOLOGICAL INFORMATION No information available. SECTION XII - ECOLOGICAL INFORMATION No data available. SECTION XIII - DISPOSAL CONSIDERATIONS Dispose of according to applicable Federal, State, County, and Local requirements. SECTION XIV-TRANSPORTATION INFORMATION DOT-U.S./MOT-CANADA PROPER SHIPPING NAME: NON REGULATED MATERIAL (PAINT AND RELATED MATERIAL) HAZARD CLASS: NOT APPLICABLE IDENTIFICATION NO: NOT APPLICABLE PACKAGING GROUP: NOT APPLICABLE Gnr Drnrh ernf• 1 Q()7_A D-nnn Pln I SECTION XV-REGULATORY INFORMATION WHMIS: This material contains the following ingredient(s) at, or above the minimum concentration specified on the WHMIS Ingredient Disclosure List under the Hazardous Products Act of Canada: BENZYL ALCOHOL CAS No. 100-51-6 TOLUENE CAS No. 108-88-3 SARA 313: This product contains the following material(s) subject to the reporting requirements under Section 313 of Title III of the Superfund Amendments and Reauthorization Act of 1986 and 40 CFR 372: TOLUENE CAS No. 108-88-3 CA Prop 65: This product contains the following chemical(s) known to the State of California to cause cancer or reproductive toxicity: TOLUENE CAS No. 108-88-3, <0.50 VOC STATUS: NOT AVAILABLE FOR INDIVIDUAL COMPONENTS SECTION XVI -ADDITIONIAL INFORMATION No changes Disclaimer The information contained in this Material Safety Data Sheet has been prepared in accordance with the OSHA Hazard communication Standard CFR 1910.1200. This information relates specifically to the product designated and may not be valid for the product when used in combination with any other materials or products or in a particular process. The information is, to the best of our knowledge and belief, accurate and reliable as of the date compiled. However, no representation, warranty or guarantee is made as to its accuracy, reliability or completeness, whether originating within the company or not. The user should review this information, satisfy itself as to its suitability and completeness, and pass on the information to its employees or customers in accordance with applicable federal, state or local hazard communications requirements. We do not accept responsibility for any loss or damage which may occur from the use of this information. I Prepared By: John Wenneman Date: 06/07/2001 Modified By: End of MSDS Document Dnr Dr^Aa ir+• 1 nnY�_A Deno Ain A GARLAND MATERIAL SAFETY DATA SHEET '. since 1895 MSDS Status: Current Product Status: Active Product Name: FILL-LOC CRACK REPAIR Revision Date: 08/31/2005 Product Code: 1802-B Supersedes Date: 06/07/2001 MSDS No.: SECTION I -CHEMICAL PRODUCT/COMPANY IDENTIFICATION Chemical Name: MIXTURE CAS No.: NOT APPLICABLE Product Description: TWO COMPONENT 100%SOLIDS EPDXY CRACK FILLER Hazard Classification: HEALTH - 2* FLAMMABILITY - 1 REACTIVITY - 0 Manufacturer/Supplier: GARLAND CANADA 1296 Martin Grove Rd Toronto, Ontario M9W 4X3 PH: (416) 747-7995 FAX: (416) 747-1980 Internet Address: http:/twww.garlandind.com 24 HR EMERGENCY ASSISTANCE: 1-800-762-8225 SECTION II - HAZARDOUS INGREDIENTS/COMPOSITION OCCUPATIONAL VAPOR WEIGHT EXPOSURE LIMITS PRESSURE PERCENT CAS OSHA ACGIH OSHA MM Hg @ TEMP NUMBER PEL TLVR STEL TRIETHYLENE TETRAMINE 112-24-3 NONE NONE NONE N/A DIMER/TOFA, REACTION PRODUCTS WITHTETA 68082-29-1 NONE NONE NONE N/A NONYL PHENOL 25154-52-2 NONE NONE NONE N/A N-AMINOETHYLPIPERAZINE 140-31-8 NONE NONE NONE N/A FORMALDAHYDE POLYMER 25155-81-1 NONE NONE NONE N/A WITH TOLUENE 0 *TOLUENE 108-88-3 100ppm 100ppm NONE F 1.<O.5o -26 0 BENZYL ALCOHOL 100-51-6 NONE NONE NONE 1.0 136F 0 *XYLENE 1330-20-7 100ppm 100ppm 150ppnF 5.11 68 FUMED SILICA 112945525 NONE 80mg/m3 NONE N/A PIGMENT - ** 3.5ppm 3.4ppm NONE N/A FILLER - ** NONE NONE NONE N/A FILLER - ** 20mg/m3 20 mg/m3 20mg/m3 N/A *Indicates toxic chemical(s) subject to the reporting requirements of section 313 of Title III and of 40 CFR 372. ** the chemical identity is a trade secret XYLENE ACGIH STEL 150ppm ! N/A = Not Applicable SECTION III - HAZARDS IDENTIFICATION INHALATION HEALTH RISKS AND SYMPTOMS OF EXPOSURE: HIGH CONCENTRATIONS OF VAPOR CAN CAUSE IRRITATION TO THE RESPIRATORY TRACT, NAUSEA AND DIZZINESS. i SKIN CONTACT AND EYE CONTACT HEALTH RISKS AND SYMPTOMS OF EXPOSURE: WILL CAUSE BURNS TO THE SKIN AND EYES. HIGH VAPOR CONCENTRATIONS CAN CAUSE SEVERE IRRITATION TO THE EYES. SKIN ABSORPTION HEALTH RISKS AND SYMPTOMS OF EXPOSURE: NONE KNOWN. INGESTION HEALTH RISKS AND SYMPTOMS OF EXPOSURE: LIQUID CAN CAUSE DAMAGE TO MUCOUS MEMBRANES IF SWALLOWED. HEALTH HAZARDS (ACUTE AND CHRONIC) : PROLONGED OR REPEATED EXPOSURE OF THIS PRODUCT MAY CAUSE ASTHMA AND SKIN SENSITIZATION OR OTHER ALLERGIC RESPONSES. CARCINOGENICITY: NTP? NO IARC MONOGRAPHS? NO OSHA REGULATED? NO NO CONSTITUENTS OF THIS PRODUCT ARE REGULATED AS CARCINOGENS. MEDICAL CONDITIONS GENERALLY AGGRAVATED BY EXPOSURE: RESPIRATORY CONDITIONS OR OTHER ALLERGIC AILMENTS. SECTION IV- FIRST AID PROCEDURES INHALATION OVEREXPOSURE: REMOVE TO FRESH AIR IF EFFECTS PERSIST AND ADMINISTER OXYGEN IS NECESSARY. EYE CONTACT: IMMEDIATELY FLUSH WITH LARGE AMOUNTS OF WATER FOR AT LEAST 15 MINUTES WHILE LIFTING UPPER AND LOWER LIDS. GET IMMEDIATE MEDICAL ASSISTANCE. SKIN CONTACT: FLUSH SKIN WITH WATER FOR AT LEAST 15 AND REMOVE ALL CONTAMINATED CLOTHING IMMEDIATELY. GET MEDICAL ATTENTION IF REDDENING OR SWELLING OCCURS. INGESTION: DO NOT INDUCE VOMITING. DILUTE BY GIVING WATER OR MILK TO DRINK IF VICTIM IS CONSCIOUS. GET MEDICAL ATTENTION IMMEDIATELY. SECTION V - FIRE AND EXPLOSION HAZARD DATA 0 FLASH POINT: 200+ F METHOD USED: SETA FLASH FLAMMABLE LIMITS IN AIR BY VOLUME - LOWER: N/A UPPER: N/A EXTINGUISHING MEDIA: FOAM, ALCOHOL FOAM, CO,, WATER FOG SPECIAL FIREFIGHTING PROCEDURES: TOXIC FUMES WILL BE EVOLVED WHEN THIS MATERIAL IS INVOLVED IN A FIRE. A SELF CONTAINED BREATHING APPARATUS SHOULD BE AVAILABLE FOR FIRE FIGHTERS. COOL FIRE EXPOSED CONTAINERS WITH WATER. UNUSUAL FIRE AND EXPLOSION HAZARDS: NONE KNOWN SECTION VI -ACCIDENTAL RELEASE MEASURES STEPS TO BE TAKEN IN CASE MATERIAL IS RELEASED OR SPILLED: AVOID CONTACT WITH MATERIAL. WEAR THE APPROPRIATE SAFETY EQUIPMENT. STOP SPILL AT SOURCE, DYKE AREA TO PREVENT SPREADING, PUMP LIQUID TO SALVAGE TANK, TAKE UP REMAINDER WITH CLAY OR OTHER ABSORBENT AND PLACE IN DISPOSAL CONTAINERS. SECTION VII -SAFE HANDLING AND STORAGE PRECAUTIONS TO BE TAKEN IN HANDLING AND STORING: AVOID ALL SKIN CONTACT. AVOID BREATHING VAPORS. RESEAL PARTIALLY USED CONTAINERS. PROPERLY LABEL ALL CONTAINERS. WASH WITH SOAP AND WATER BEFORE EATING, DRINKING, SMOKING, OR USING TOILET FACILITIES. OBSERVE CONDITIONS OF GOOD INDUSTRIAL HYGIENE AND SAFE WORKING PRACTICES. OTHER PRECAUTIONS: MIXED MATERIALS CONTAIN THE HAZARDS OF ALL THE COMPONENTS, Pnr Drnrli ar++• 1 AO')-R Donn Aln 7 I THEREFORE, READ THE MSDS OF ALL COMPONENTS TO BECOME FAMILIAR WITH ALL HAZARDS PRIOR TO USING THIS PRODUCT. SECTION VIII -EXPOSURE CONTROL/PERSONAL PROTECTION i RESPIRATORY PROTECTION: NIOSH APPROVED RESPIRATOR PROTECTION REQUIRED IN THE ABSENCE OF PROPER ENVIRONMENTAL CONTROLS. VENTILATION: AVOID BREATHING VAPORS. VENTILATION MUST BE SUFFICIENT TO CONTROL VAPORS. PROTECTIVE GLOVES: IMPERVIOUS GLOVES, NEOPRENE OR RUBBER. EYE PROTECTION: SPLASH PROOF GOGGLES OR SAFETY GLASSES WITH SIDE SHIELDS. OTHER PROTECTIVE EQUIPMENT: CLEAN BODY COVERING CLOTHING AS WELL AS APRON FOOTWEAR OR OTHER EQUIPMENT SHOULD BE USED AS DEEMED NECESSARY TO AVOID CONTACT WITH THE MATERIAL. WORK/HYGIENIC PRACTICES: OBSERVE GENERAL GOOD HYGIENIC PRACTICES. SECTION IX- PHYSICAL/CHEMICAL CHARACTERISTICS 0 0 BOILING POINT: 279F - 560 F SPECIFIC GRAVITY (HZ0=1) : 1.3 VAPOR DENSITY: N/A EVAPORATION RATE: N/A SOLUBILITY IN WATER: NEGLIGIBLE APPEARANCE AND ODOR: VISCOUS PASTE WITH AMINE ODOR SECTION X -STABILITY AND REACTIVITY DATA STABILITY: STABLE. CONDITIONS TO AVOID: AVOID CONTACT WITH OPEN FLAMES AND ALL SOURCES OF IGNITION AND SPARKS. INCOMPATIBILITY (MATERIALS TO AVOID) : AVOID CONTACT WITH STRONG OXIDIZING AGENTS, MINERAL ACIDS AND EPDXY RESINS IN UNCONTROLLED AMOUNTS. HAZARDOUS DECOMPOSITION PRODUCTS: CO, CO NOX HAZARDOUS POLYMERIZATION: WILL NOT OCCUR. SECTION XI -TOXICOLOGICAL INFORMATION No information available. SECTION XII - ECOLOGICAL INFORMATION No data available. SECTION XIII -DISPOSAL CONSIDERATIONS Dispose of according to applicable Federal, State, County, and Local requirements. SECTION XIV-TRANSPORTATION INFORMATION DOT-U.S./MOT-CANADA PROPER SHIPPING NAME: CORROSIVE LIQUID N.O.S. (CONTAINS N-AMINOETHYLPIPERAZINE) HAZARD CLASS: 8 IDENTIFICATION NO: UN1760 PACKAGING GROUP: III Cnr Drnrl r4 1 Qn')-R Dons Me% I SECTION XV-REGULATORY INFORMATION WHMIS: This material contains the following ingredient(s) at, or above the minimum concentration specified on the WHMIS Ingredient Disclosure List under the Hazardous Products Act of Canada: BENZYL ALCOHOL CAS NO. 100-51-6 TRIETHYLENE TETRAMINE CAS No. 68082-29-1 NONYL PHENOL CAS No. 25154-52-3 TOLUENE CAS No. 108-88-3 SARA 313: This product contains the following material(s) subject to the reporting requirements under Section 313 of Title III of the Superfund Amendments and Reauthorization Act of 1986 and 40 CFR 372: TOLUENE CAS No. 108-88-3 XYLENE CAS No. 1330-20-7 CA Prop 65: This product contains the following chemical(s) known to the State of California to cause cancer or reproductive toxicity: TOLUENE CAS No. 108-88-3, <0.50 VOC STATUS: NOT AVAILABLE FOR INDIVIDUAL COMPONENTS SECTION XVI -ADDITIONIAL INFORMATION No changes Disclaimer The information contained in this Material Safety Data Sheet has been prepared in accordance with the OSHA Hazard communication Standard CFR 1910.1200. This information relates specifically to the product designated and may not be valid for the product when used in combination with any other materials or products or in a particular process. The information is, to the best of our knowledge and belief, accurate and reliable as of the date compiled. However, no representation, warranty or guarantee is made as to its accuracy, reliability or completeness, whether originating within the company or not. The user should review this information, satisfy itself as to its suitability and completeness, and pass on the information to its employees or customers in accordance with applicable federal, state or local hazard communications requirements. We do not accept responsibility for any loss or damage which may occur from the use of this information. Prepared By: John Wenneman Date: 06/07/2001 Modified By: End of MSDS Document i Gnr Drnr��Sri 1 f2l17_R Donn Mr. d »cc f c-&AU F. POL'YTUEF SYSTEMS INTERNATIONAL -4r Super Seal Tape Pressure Sensitive Tape for Covering 2250 E.Tropicana Ave Phone:(866)977-8833 Joints in Metals, Flashings, Plywood Suite 19-600 Fax: (800)804-0182 Las Vegas,NV 89919 Email:salesCcbpolytuffus.com and in Concrete Surfaces Web: www.polytuffus.com DESCRIPTION TECHNICAL DATA, Super Seal Tape A 9 mil thick laminated spun-bonded polyester substrate Base Material Spun-Bonded polyolefin reinforced with hybrid polyester fibers.These fibers have Fibers Polyester hybrid been specifically created to provide high modulus of strength on initial impact. The adhesive is a highly aggressive acrylic Thickness 9 Mils system that delivers high tack and high shear strength. This Tensile 1,000 Ibs per inch product has an excellent adhesion to primed concrete, unprimed metal and wood. The adhesive has excellent cold Elasticity 6% temperature and condensation resistance with an extremely Memory 98% wide application gradient and a built-in ultra violet stabilizer Temperature resistance Min.-40'C/Max.+121 'C system. Super Seal Tape has exceptional crack and joint Minimum application temp. -23'C bridging and crack hiding ability. Release Liner: 90 GSM PE liner FEATURES Adhesion to Galvanized Steel 28.5 Ibs p/Lft @RT ❖Excellent Joint and Crack Bridging and Hiding Ability 20min Dwell 4-Labor Savings—Removes need to rout and seal cracks ❖Field or Shop Applied to Substrates Adhesion to Copper 24.75 Ibs p/Lft @RT -*.-Adhesion to most common construction metals 20min Dwell ❖Compatible with most coatings Adhesion to Stainless Steel 32.25 Ibs p/Lft @RT ❖User Friendly 20min Dwell ❖Fast Tack Set Adhesion to Aluminum 38.66 Ibs p/Lft @RT ❖Waterproof 20min Dwell ❖Coating Ready i TYPICAL USES ❖Balcony Flashing Tape ❖Roof Repair ❖Metal Roofs ❖Basements -*.-Roofing Joints ❖Foundation Walls ❖Green Roof Waterproofing ❖ Balcony and Breezeway Waterproofing ❖Hiding Control Joints and Cracks •3Single Ply Roofing Laps COLOR White PACKAGING Widths:4", 8", 12", 16", 24"and 48" rolls Lengths: 180' JOINTS, CRACKS,AND FLASHING Apply Super Seal Tape over all joints and cracks. Bridge the joints and-cracks with minimum 4 inch Super Seal Polyester Tape. Over reinforcement tape apply a 30-60 mil coat of Poly-Tuff Membrane Coating and smooth onto adjacent surface. APPLICATION Solvent wipe substrate with Acetone or Xylene and allow to dry. Surfaces must be dry,clean and free of foreign matter. Apply tape by using firm hand pressure downward to fully adhere tape to substrate. Do not leave fish-mouths in tape. Concrete should be primed before applying Super Seal Tape. Firmly press tape onto the substrate. Do not use rollers to apply tape. Butt tape joints. Do not overlap at tape joints. All taped joints and cracks must be sealed with E-101 or E-102 Sealant. Allow tape to set a minimum of 20 minutes before conducting adhesion tests. After adhesion is verified apply as needed to suitable substrates. Super Seal Tape must be coated in a waterproofing application with a suitable elastomeric coating. STORAGE Super Seal Tape has a shelf life of six(6) months from date of manufacture in original,factory sealed containers. COPYRIGHTO MAY 2°08 BY POLY-TUFF SYSTEMS INTERNATIONAL ALL RIGHTS RESERVED 1 a �� i f ISO 27831-1:2008 Datasheet-- International Organization for Standar... http://www.globalspec.com/specsearch/partspecs?partld=f C79C2C45... as 1&00 ci s �° ,� ��"--L/ s 1. HS GlobalSpec a Back to Catalog Metallic and other inorganic coatings -- Cleaning and preVar��ion of metal surfaces _o Part 1; Ferrous mettais and alloys ­ISO 27831-1:2008 Product Details in:Standards and Technical Documents Product Overview ISO 27831-1:2008 specifies processes for the cleaning of the surfaces of ferrous metals and their alloys to remove any ® irrelevant or unwanted deposits or other material at any stage of manufacture,storage or service and for the preparation of these surfaces for further treatment.It does not cover cleaning operations associated with the preliminary removal of heavy Enlarge deposits of oil,grease or dirt accumulated during operational service,preparations for welding or the cleaning of electrical contacts.However,many of the processes included in this part of ISO 27831 may be used for these operations at the discretion of the users of this part of ISO 27831. It covers processes which are needed for the preparation of_ metal surfaces prior to the application of the following surface coatings: • electrodeposited metal coatings; • autocatalytic metal coatings(autocatalytic and displacement types); • conversion coatings; • hot-dipped coatings; • sprayed metal coatings; • diffusion coatings; • coatings produced by vitreous enamelling; • coatings produced by physical vapour deposition of aluminium and cadmium; • powder coatings. It describes processes for carrying out the following treatments: • degreasing; • descaling; • pickling; • de-rusting; • chemical smoothing; • electropolishing_ It relates the processes described above to the following metals: • non-corrosion-resisting steels,cast irons and pure irons; • corrosion-resisting and heat-resisting steels. For more information: More Info on Supplier Site Email Supplier I Request a Quote l of 1 7/30/9.114 11 5R A M GARLAND MATERIAL SAFETY DATA SHEET since 1895 MSDS Status: Current Product Status: Active Product Name: FILL-LOC CRACK REPAIR Revision Date: 08/31/2007 Product Code: 1802-A Supersedes Date: 06/07/2001 MSDS No.: SECTION I -CHEMICAL PRODUCT/COMPANY IDENTIFICATION Chemical Name: MIXTURE CAS No.: NOT APPLICABLE Product Description: TWO COMPONENT 100% SOLIDS EPDXY CRACK FILLER Hazard Classification: HEALTH - 2* FLAMMABILITY - 1 REACTIVITY- 0 Manufacturer/Supplier: GARLAND CANADA 1296 Martin Grove Rd. Toronto, Ontario M9W 4X3 PH: (416) 747-7995 FAX: (416)747-1908 Internet Address: http://www.garlandind.com 24 HR EMERGENCY ASSISTANCE: 1-800-762-8225 SECTION II - HAZARDOUS INGREDIENTS/COMPOSITION OCCUPATIONAL VAPOR WEIGHT EXPOSURE LIMITS PRESSURE PERCENT CAS OSHA ACGIH OSHA MM Hg @ TEMP NUMBER PEL TLVR STEL 0 REACTION PRODUCTS OF 25068-38-6 NONE NONE NONE 1.0 356F EPICHLOROHYDRIN - BISPHENOL A 0 MODIFED DIGLYCIDYL 25068-38-6 NONE NONE NONE 1.0 356 F ETHER OF BISPHENOL A ALKYL GLYCIDAL ETHER 68609-97-2 NONE NONE NONE N/A FUMED SILICA 112945525 NONE 80mg/m3 NONE N/A FORMALDAHYDE POLYMER 25155-81-1 NONE NONE NONE N/A WITH TOLUENE U *TOLUENE 108-88-3 100ppm 100ppm NONE 1.0 -26F <.5% PIGMENT - ** NONE 10mg/m3 10mg/m3 5mg/m3 N/A FILLER - ** NONE NONE - - NONE- N/A FILLER - ** 20mg/m3 20mg/m3 20mg/m3 N/A 0 BENZYL ALCOHOL 100-51-6 NONE NONE NONE 1.0 136F *Indicates toxic chemical(s) subject to the reporting requirements of section 313 of Tille III and of 40 CFR 372. ** the chemical identity is trade secret N/A = Not Applicable SECTION III -HAZARDS IDENTIFICATION INHALATION HEALTH RISKS AND SYMPTOMS OF EXPOSURE: NO GUIDE CONTROL KNOWN, HOWEVER, EXPOSURE TO HEATED VAPORS CAN CAUSE IRRITATION TO NOSE, THROAT OR ! MUCOUS MEMBRANES. SKIN CONTACT AND EYE CONTACT HEALTH RISKS AND SYMPTOMS OF EXPOSURE: SKIN: MAY CAUSE IRRITATION OR ALLERGIC SKIN RESPONSE. EYES: MAY CAUSE IRRITATION BUT NO CORNEAL INJURY IS LIKELY. SKIN ABSORPTION HEALTH RISKS AND SYMPTOMS OF EXPOSURE: NOT LIKELY TO BE ABSORBED IN TOXIC AMOUNTS. INGESTION HEALTH RISKS AND SYMPTOMS OF EXPOSURE: THIS MATERIAL HAS A PROBABLE LOW ACUTE ORAL TOXICITY. HEALTH HAZARDS (ACUTE AND CHRONIC) : EPDXY RESINS CAN CAUSE SENSITIZATION BY EXPOSURE THROUGH CONTACT OR HIGH CONCENTRATIONS OF VAPOR. EYES: INJURY IS UNLIKELY BUT STAIN FOR EVIDENCE OF CORNEAL INJURY. CARCINOGENICITY: NTP? NO IARC MONOGRAPHS? NO OSHA REGULATED? NO NO CONSTITUENTS OF THIS PRODUCT ARE REGULATED AS CARCINOGENS. MEDICAL CONDITIONS GENERALLY AGGRAVATED BY EXPOSURE: RESPIRATORY CONDITIONS OR OTHER ALLERGIC RESPONSE. SECTION IV-FIRST AID PROCEDURES INHALATION OVEREXPOSURE: REMOVE TO FRESH AIR AREA AND ADMINISTER OXYGEN IS NECESSARY. EYE CONTACT: IMMEDIATELY FLUSH WITH WATER FOR AT LEAST 15 MINUTES AND CONSULT A PHYSICIAN. SKIN CONTACT: SKIN CONTACT WILL NORMALLY CAUSE NO MORE THAN IRRITATION BUT WASH WITH SOAP AND WATER AND REMOVE CONTAMINATED CLOTHING PROMPTLY. INGESTION: LOW TOXICITY, INDUCE VOMITING ONLY IF LARGE AMOUNTS OF MATERIAL ARE INGESTED, OTHERWISE DO NOT INDUCE VOMITING. IN EITHER CASE IMMEDIATELY CONSULT A PHYSICIAN. SECTION V-FIRE AND EXPLOSION HAZARD DATA 0 FLASH POINT: 200+ F METHOD USED: SETA FLASH FLAMMABLE LIMITS IN AIR BY VOLUME - LOWER: N/A UPPER: N/A EXTINGUISHING MEDIA: FOAM, ALCOHOL FOAM, CO,, DRY CHEMICAL, WATER FOG SPECIAL FIREFIGHTING PROCEDURES: DO NOT ENTER CONFINED FIRE AREA WITHOUT FULL BUNKER GEAR INCLUDING A POSITIVE PRESSURE NIOSH APPROVED SELF-CONTAINED BREATHING APPARATUS. COOL FIRE EXPOSED CONTAINERS WITH WATER. UNUSUAL FIRE AND EXPLOSION HAZARDS: NO UNUSUAL FIRE HAZARDS KNOWN. SECTION VI -ACCIDENTAL RELEASE MEASURES STEPS TO BE TAKEN IN CASE MATERIAL IS RELEASED OR SPILLED: WEAR APPROPRIATE RESPIRATOR AND PROTECTIVE CLOTHING. SHUT OFF THE SOURCE AT THE LEAK. REMOVE EXCESS WITH VACUUM TRUCK AND TAKE UP THE REMAINDER WITH CLAY OR OTHER ABSORBENT AND PLACE IN DISPOSAL CONTAINERS. FLUSH AREA WITH WATER TO REMOVE RESIDUE. SECTION VII -SAFE HANDLING AND STORAGE PRECAUTIONS TO BE TAKEN IN HANDLING AND STORING: STORE IN A COOL PLACE. SEAL ALL PARTIALLY USED CONTAINERS. WASH WITH SOAP AND WATER BEFORE EATING, DRINKING, SMOKING, OR USING TOILET FACILITIES. MIXED MATERIALS CONTAIN THE HAZARDS OF ALL 1, THE COMPONENTS, THEREFORE, READ THE MSDS'S OF ALL COMPONENTS PRIOR TO USING MATERIAL. PROPERLY LABEL ALL CONTAINERS. OTHER PRECAUTIONS: AVOID ALL SKIN CONTACT. AVOID BREATHING VAPORS GENERATED For Product: 1802-A Page No.2 FROM THE MATERIAL. OBSERVE CONDITIONS OF GOOD GENERAL HYGIENE AND SAFE WORKING PRACTICES. CONTAMINATED LEATHER ARTICLES CANNOT BE CLEANED AND MUST BE DISCARDED IF CONTAMINATED WITH THIS PRODUCT. WASH ALL CONTAMINATED CLOTHING PRIOR TO THE REUSE THEREOF. SECTION VIII - EXPOSURE CONTROL/PERSONAL PROTECTION RESPIRATORY PROTECTION: USE A NIOSH APPROVED RESPIRATOR AS REQUIRED TO PREVENT OVER-EXPOSURE TO VAPOR IN ACCORDANCE WITH 29 CFR 1910.134. GENERAL EXHAUST IS USUALLY SUFFICIENT IN LIEU OF NIOSH RESPIRATOR. VENTILATION: GENERAL EXHAUST IS USUALLY SUFFICIENT TO CONTROL VAPORS AND EXPOSURE HAZARDS. PROTECTIVE GLOVES: IMPERVIOUS GLOVES, NEOPRENE OR RUBBER. EYE PROTECTION: SPLASH GOGGLES OR GLASSES WITH SIDE SHIELDS. OTHER PROTECTIVE EQUIPMENT: WEAR BODY COVERING CLOTHING AND OTHER COVERING AS NECESSARY, SUCH AS AN APRON AND APPROPRIATE FOOTWEAR AND AVOID CONTACT WITH THE MATERIAL. WORK/HYGIENIC PRACTICES: OBSERVE GENERAL GOOD HYGIENIC PRACTICES. SECTION IX- PHYSICAL/CHEMICAL CHARACTERISTICS 0 0 BOILING POINT: 200 F - 401 F SPECIFIC GRAVITY (H0=1) 1.4 VAPOR DENSITY: N/A EVAPORATION RATE: N/A SOLUBILITY IN WATER: NEGLIGIBLE APPEARANCE AND ODOR: VISCOSITY PASTE - NEGLIGIBLE ODOR SECTION X-STABILITY AND REACTIVITY DATA STABILITY: STABLE. r ± CONDITIONS TO AVOID: AVOID EXCESSIVE HEAT OR OPEN FLAMES. INCOMPATIBILITY (MATERIALS TO AVOID) : CAN REACT VIGOROUSLY WITH STRONG OXIDIZING AGENTS AND STRONG LEWIS ACIDS OR MINERAL ACIDS. HAZARDOUS DECOMPOSITION PRODUCTS: CO,, ALDEHYDES, ACIDS. REACTION WITH SOME CURING AGENTS CAN GENERATE LARGE AMOUNTS OF HEAT. HAZARDOUS POLYMERIZATION: WILL NOT OCCUR. SECTION XI -TOXICOLOGICAL INFORMATION No information available. SECTION XII -ECOLOGICAL INFORMATION No data available. SECTION XIII - DISPOSAL CONSIDERATIONS Dispose of according to applicable Federal, State, County, and Local requirements. SECTION XIV-TRANSPORTATION INFORMATION DOT-U.S./MOT-CANADA PROPER SHIPPING NAME: NON REGULATED MATERIAL (PAINT AND RELATED MATERIAL) HAZARD CLASS: NOT APPLICABLE IDENTIFICATION NO: NOT APPLICABLE PACKAGING GROUP: NOT APPLICABLE For Product: 1802-A Page No. 3 SECTION XV-REGULATORY INFORMATION WHMIS: This material contains the following ingredient(s) at, or above the minimum concentration specified on the WHMIS Ingredient Disclosure List under the Hazardous Products Act of Canada: BENZYL ALCOHOL CAS No. 100-51-6 TOLUENE CAS No. 108-88-3 SARA 313: This product contains the following material(s) subject to the reporting requirements under Section 313 of Title III of the Superfund Amendments and Reauthorization Act of 1986 and 40 CFR 372: TOLUENE CAS No. 108-88-3 CA Prop 65: This product contains the following chemical(s) known to the State of California to cause cancer or reproductive toxicity: TOLUENE CAS No. 108-88-3, <0.50 VOC STATUS: NOT AVAILABLE FOR INDIVIDUAL COMPONENTS SECTION XVI -ADDITIONIAL INFORMATION No changes Disclaimer The information contained in this Material Safety Data Sheet has been prepared in accordance with the OSHA Hazard communication Standard CFR 1910.1200. This information relates specifically to the product designated and may not be valid for the product when used in combination with any other materials or products or in a particular process. The information is, to the best of our knowledge and belief, accurate and reliable as of the date compiled. However, no representation, warranty or guarantee is made as to its accuracy, reliability or completeness, whether originating within the company or not. The user should review this information, satisfy itself as to its suitability and completeness, and pass on the information to its employees or customers in accordance with applicable federal, state or local hazard communications requirements. We do not accept responsibility for any loss or damage which may occur from the use of this information. Prepared By: John Wenneman Date: 06/07/2001 Modified By: End of MSDS Document For Product: 1802-A Page No.4 S I H . { MATERIAL SAFETY DATA SHEET B70VQ10 DATE OF PREPARATION 0700 Jun 29,2014 SECTION 1' ..PRODUCT AND COMPANY IDENTIFICATION PRODUCT NUMBER B70VQ 10 PRODUCT NAME ARMORSEAL®Water-Based Epoxy Primer/Sealer(Part A), Clear MANUFACTURER'S NAME THE SHERWIN-WILLIAMS COMPANY 101 Prospect Avenue N.W. Cleveland, OH 44115 Tele hone Numbers and Websites Product Information (800)524-5979 www.sherwin-williams.com Regulatory Information (216)566-2902 www.paintdocs.com Medical Emergency (2161566-2917 Transportation Emer enc * (800)424-9300 'for Chemical Emergency ONLY(spill,leak, fire,exposure,or accident SECTION 2-COMPOSITION/INFORMATION ON INGREDIENTS %by Weight CAS Number Ingredient Units Vapor Pressure 5 2807-30-9 2-Propoxyethanol ACGIH TLV Not Available 1.3 mm OSHA PEL Not Available 2 100-51-6 Phenylmethanol ACGIH TLV Not Available 0.15 mm OSHA PEL Not Available 10 25085-99-8 Epoxy Polymer ACGIH TLV Not Available OSHA PEL Not Available 26 25068-38-6 Epoxy Polymer ACGIH TLV Not Available OSHA PEL Not Available SECTION 3--HAZARDS IDENTIFICATION ROUTES OF EXPOSURE HMIS Codes INHALATION of vapor or spray mist. Health 2* EYE or SKIN contact with the product,vapor or spray mist. Flammability 0 EFFECTS OF OVEREXPOSURE Reactivi 0 EYES: Irritation. ty SKIN: Prolonged or repeated exposure may cause irritation. INHALATION: Irritation of the upper respiratory system. In a confined area vapors in high concentration may cause headache,nausea or dizziness. Prolonged overexposure to hazardous ingredients in Section 2 may cause adverse chronic effects to the following organs or systems: the nervous system SIGNS AND SYMPTOMS OF OVEREXPOSURE Redness and itching or burning sensation may indicate eye or excessive skin exposure. MEDICAL CONDITIONS AGGRAVATED BY EXPOSURE May cause allergic skin reaction in susceptible persons or skin sensitization. CANCER INFORMATION For complete discussion of toxicology data refer to Section 11. [)aae 1 of 4 B70VQ10 SECTION.4=FIRST AID MEASURES _ EYES: Flush eyes with large amounts of water for 15 minutes.Get medical attention. SKIN: Wash affected area thoroughly with soap and water. If irritation persists or occurs later,get medical attention. Remove contaminated clothing and launder before re-use. INHALATION: If affected,remove from exposure.Restore breathing.Keep warm and quiet. INGESTION: Do not induce vomiting.Get medical attention immediately. SECTION 5,-FIRE FIGHTING.pVIEASURES - FLASH POINT LEL UEL FLAMMABILITY CLASSIFICATION 200 OF PMCC 1.3 15.8 Not Applicable EXTINGUISHING MEDIA Carbon Dioxide, Dry Chemical,Alcohol Foam UNUSUAL FIRE AND EXPLOSION HAZARDS Closed containers may explode(due to the build-up of pressure)when exposed to extreme heat. During emergency conditions overexposure to decomposition products may cause a health hazard.Symptoms may not be immediately apparent.Obtain medical attention. SPECIAL FIRE FIGHTING PROCEDURES Full protective equipment including self-contained breathing apparatus should be used. Water spray may be ineffective.If water is used,fog nozzles are preferable.Water may be used to cool closed containers to prevent pressure build-up and possible autoignition or explosion when exposed to extreme heat. SECTION 6-ACCIDENTAL RELEASE MEASURES,-., STEPS TO BE TAKEN IN CASE MATERIAL IS RELEASED OR SPILLED Remove all sources of ignition.Ventilate the area. Remove with inert absorbent. SECTION-7-HANDLING,AND STORAGE ...'' STORAGE CATEGORY DOL Storage Class 1116 PRECAUTIONS TO BE TAKEN IN HANDLING AND STORAGE Keep container closed when not in use.Transfer only to approved containers with complete and appropriate labeling.Do not take internally. Keep out of the reach of children. SECTION 8 EXPOSURE`CONTROLS/PERSONAL-PROTECTION PRECAUTIONS TO BE TAKEN IN USE Use only with adequate ventilation. Avoid contact with skin and eyes.Avoid breathing vapor and spray mist. Wash hands after using. This coating may contain materials classified as nuisance particulates(listed"as Dust"in Section 2)which may be present at hazardous levels only during sanding or abrading of the dried film.If no specific dusts are listed in Section 2,the applicable limits for nuisance dusts are ACGIH TLV 10 mg/m3(total dust),3 mg/m3(respirable fraction),OSHA PEL 15 mg/m3(total dust),5 mg/m3(respirable fraction). VENTILATION Local exhaust preferable.General exhaust acceptable if the exposure to materials in Section 2 is maintained below applicable exposure limits. Refer to OSHA Standards 1910.94, 1910.107, 1910.108. RESPIRATORY PROTECTION If personal exposure cannot be controlled below applicable limits by ventilation,wear a properly fitted organic vapor/particulate respirator approved by NIOSH/MSHA for protection against materials in Section 2. When sanding or abrading the dried film,wear a dust/mist respirator approved by NIOSH/MSHA for dust which may be generated from this product,underlying paint,or the abrasive. PROTECTIVE GLOVES Wear gloves which are recommended by glove supplier for protection against materials in Section 2. EYE PROTECTION Wear safety spectacles with unperforated sideshields. OTHER PROTECTIVE EQUIPMENT Use of barrier cream on exposed skin is recommended. OTHER PRECAUTIONS l This product must be mixed with other components before use. Before opening the packages,READ AND FOLLOW WARNING LABELS ON ALL COMPONENTS. page 2 of 4 B70VQ10 SECTION 9:-PHYSICAL AND CHEMICAL'PROPERTIES PRODUCT WEIGHT 8.76 lb/gal 1050 g/1 SPECIFIC GRAVITY 1.05 BOILING POINT 212-405 OF 100-207°C MELTING POINT Not Available VOLATILE VOLUME 67% EVAPORATION RATE Slower than ether VAPOR DENSITY Heavier than air SOLUBILITY IN WATER Not Available pH 9.0 VOLATILE ORGANIC COMPOUNDS(VOC Theoretical-As Packaged) 1.57 lb/gal 188 g/I Less Water and Federally Exempt Solvents 0.63 lb/gal 75 g/I Emitted VOC SECTION. 1.0-.STABILITY AND REACTIVITY STABILITY—Stable CONDITIONS TO AVOID None known. INCOMPATIBILITY None known. HAZARDOUS DECOMPOSITION PRODUCTS By fire:Carbon Dioxide,Carbon Monoxide HAZARDOUS POLYMERIZATION Will not occur SECTION 11 TOXICOLOGICAL INFORMATION` CHRONIC HEALTH HAZARDS { No ingredient in this product is an IARC,NTP or OSHA listed carcinogen. TOXICOLOGY DATA CAS No. Ingredient Name 2807-30-9 2-Propoxyethanol LC50 RAT 4HR Not Available LD50 RAT 3090 mg/kg 100-51-6 Phenylmethanol LC50 RAT 4HR Not Available LD50 RAT Not Available 25085-99-8 Epoxy Polymer LC50 RAT 4HR Not Available LD50 RAT Not Available 25068-38-6 Epoxy Polymer LC50 RAT 4HR Not Available LD50 RAT Not Available SECTION-12-.ECOLOGICAL INFORMATION ECOTOXICOLOGICAL INFORMATION No data available. SECTION 13 DISPOSAL CONSIDERATIONS WASTE DISPOSAL METHOD Waste from this product is not hazardous as defined under the Resource Conservation and Recovery Act(RCRA)40 CFR 261. Incinerate in approved facility.Do not incinerate closed container.Dispose of in accordance with Federal,State/Provincial,and Local regulations regarding pollution. SECTION 14-TRANSPORT INFORMATION Multi-modal shipping descriptions are provided for informational purposes and do not consider container sizes.The presence of a shipping description for a particular mode of transport(ocean,air,etc.),does not indicate that the product is packaged suitably for that mode of transport.All packaging must be reviewed for suitability prior to shipment,and compliance with the applicable regulations is the sole responsibility of the person offering the product for transport. i page 3 of 4 r B70VQ10 US Ground(DOT) Not Regulated for Transportation. i Canada(TDG) Not Regulated for Transportation. IMO Not Regulated for Transportation. IATAIICAO Not Regulated for Transportation. SECTION 16­REGULATORY INFORMATION SARA 313(40 CFR 372.65C)SUPPLIER NOTIFICATION CAS No. CHEMICAL/COMPOUND %by WT %Element Glycol Ethers 15 CALIFORNIA PROPOSITION 65 WARNING:This product contains chemicals known to the State of California to cause cancer and birth defects or other reproductive harm. TSCA CERTIFICATION All chemicals in this product are listed,or are exempt from listing,on the TSCA Inventory. SECTION 16.-OTHER INFORMATION This product has been classified in accordance with the hazard criteria of the Canadian Controlled Products Regulations(CPR)and the MSDS contains all of the information required by the CPR. The above information pertains to this product as currently formulated,and is based on the information available at this time.Addition of reducers or other additives to this product may substantially alter the composition and hazards of the product Since conditions of use are outside our control,we make no warranties,express or implied,and assume no liability in connection with any use of this information. f i I page 4of4 MATERIAL SAFETY DATA SHEET B60VQ10 DATE OF PREPARATION 0800 Jun 5,2014 SECTION 1 —PRODUCT AND COMPANY.IDENTIFICATION PRODUCT NUMBER B60VQ 10 PRODUCT NAME ARMORSEAL®Water-Based Epoxy Primer/Sealer(Part B), Hardener for Clear MANUFACTURER'S NAME THE SHERWIN-WILLIAMS COMPANY 101 Prospect Avenue N.W. Cleveland, OH 44115 Telephone Numbers and Websites Product Information (800)524-5979 www.sherwin-williams.com Regulatory Information (216)566-2902 www.paintdocs.com Medical Emergency 216 566-2917 Transportation Emergency* (800)424-9300 'for Chemical Emergency ONLY(spill,leak,fire,exposure,or accident SECTION 2—COMPOSITION/INFORMATION ON INGREDIENTS %by Weight CAS Number Ingredient Units Vapor Pressure 10 100-51-6 Phenylmethanol ACGIH TLV Not Available 0.15 mm OSHA PEL Not Available 2 64-19-7 Acetic Acid ACGIH TLV 10 PPM 11 mm ACGIH TLV 15 PPM STEL OSHA PEL 10 PPM 3 9046-10-0 Poly(oxypropylene)diamine ACGIH TLV Not Available OSHA PEL Not Available 1 112-57-2 Tetraethylene Pentamine ACGIH TLV Not Available OSHA PEL Not Available 41 Proprietary Polyamine ACGIH TLV Not Available OSHA PEL Not Available -�SECTIONT3'M=-HAZARDS IDEnITIFICi4TBON' ROUTES OF EXPOSURE HMIS Codes INHALATION of vapor or spray mist. Health 3 EYE or SKIN contact with the product,vapor or spray mist. Flammability 0 EFFECTS OF OVEREXPOSURE EYES: Causes burns. Reactivity 0 SKIN: Causes burns. INHALATION: Causes bums of the upper respiratory system. In a confined area vapors in high concentration may cause headache,nausea or dizziness. Prolonged overexposure to hazardous ingredients in Section 2 may cause adverse chronic effects to the following organs or systems: 0 the nervous system SIGNS AND SYMPTOMS OF OVEREXPOSURE Redness and itching or burning sensation may indicate eye or excessive skin exposure. MEDICAL CONDITIONS AGGRAVATED BY EXPOSURE May cause allergic skin reaction in susceptible persons or skin sensitization. page 1 of 4 B60VQ10 CANCER INFORMATION For complete discussion of toxicology data refer to Section 11. 1 SECTION 4-FIRST AI.D-MEASURES EYES: Flush eyes with large amounts of water for 15 minutes.Get medical attention IMMEDIATELY. SKIN: Wash affected area thoroughly with soap and water. If irritation persists or occurs later,get medical attention. Remove contaminated clothing and launder before re-use. INHALATION: If affected,remove from exposure. Restore breathing.Keep warm and quiet. INGESTION: Do not induce vomiting.Get medical attention immediately. -SECTION 5--FIREFIGHTING MEASURES FLASH POINT LEL UEL FLAMMABILITY CLASSIFICATION 200 OF PMCC 5.4 19.3 Not Applicable EXTINGUISHING MEDIA Carbon Dioxide,Dry Chemical,Alcohol Foam UNUSUAL FIRE AND EXPLOSION HAZARDS Closed containers may explode(due to the build-up of pressure)when exposed to extreme heat. During emergency conditions overexposure to decomposition products may cause a health hazard.Symptoms may not be immediately apparent.Obtain medical attention. SPECIAL FIRE FIGHTING PROCEDURES Full protective equipment including self-contained breathing apparatus should be used. Water spray may be ineffective. If water is used,fog nozzles are preferable.Water may be used to cool closed containers to prevent pressure build-up and possible autoignition or explosion when exposed to extreme heat. SECTION.6-ACCIDENTAL RELEASE.MEASURES _ STEPS TO BE TAKEN IN CASE MATERIAL IS RELEASED OR SPILLED Remove all sources of ignition.Ventilate the area. Remove with inert absorbent. SECTION 7-HANDLING AND STORAGE STORAGE CATEGORY DOL Storage Class 1116 PRECAUTIONS TO BE TAKEN IN HANDLING AND STORAGE Keep container closed when not in use.Transfer only to approved containers with complete and appropriate labeling.Do not take internally. Keep out of the reach of children. SECTION 8 EXPOSURE CONTROLS/PERSONAL PROTECTION PRECAUTIONS TO BE TAKEN IN USE Use only with adequate ventilation. Do not get in eyes,or on skin or clothing. Do not breathe vapor or spray mist. Wash hands after using. This coating may contain materials classified as nuisance particulates(listed"as Dust'in Section 2)which may be present at hazardous levels only during sanding or abrading of the dried film. If no specific dusts are listed in Section 2,the applicable limits for nuisance dusts are ACGIH TLV-10 mg/m3(total dust) 3-mg/m3(respirable-fraction),OSHA PEL 15 mg%m3(total dust),5 mg/m3(respirable fraction). VENTILATION Local exhaust preferable.General exhaust acceptable if the exposure to materials in Section 2 is maintained below applicable exposure limits. Refer to OSHA Standards 1910.94, 1910.107, 1910.108. RESPIRATORY PROTECTION If personal exposure cannot be controlled below applicable limits by ventilation,wear a properly fitted organic vapor/particulate respirator approved by NIOSH/MSHA for protection against materials in Section 2. When sanding or abrading the dried film,wear a dust/mist respirator approved by NIOSH/MSHA for dust which may be generated from this product,underlying paint,or the abrasive. PROTECTIVE GLOVES To prevent skin contact,wear gloves which are recommended by glove supplier for protection against materials in Section 2. EYE PROTECTION To prevent eye contact,wear safety spectacles with unperforated sideshields. OTHER PROTECTIVE EQUIPMENT Use barrier cream on exposed skin. OTHER PRECAUTIONS This product must be mixed with other components before use. Before opening the packages, READ AND FOLLOW WARNING LABELS ON ALL COMPONENTS. page 2 of 4 B60VQ10 ' SECTION.9-PHYSICAL AND CHEMICAL PROPERTIES PRODUCT WEIGHT 8.87 lb/gal 1062 g/I SPECIFIC GRAVITY 1.07 BOILING POINT 212-405 OF 100-207°C MELTING POINT Not Available VOLATILE VOLUME 57% EVAPORATION RATE Slower than ether VAPOR DENSITY Heavier than air SOLUBILITY IN WATER Not Available pH 9.0 VOLATILE ORGANIC COMPOUNDS(VOC Theoretical-As Packaged) 1.95 lb/gal 234 g/l Less Water and Federally Exempt Solvents 1.08 lb/gal 129 g/I Emitted VOC SECTION-10-STABILITY AND.REACTIVITY STABILITY—Stable CONDITIONS TO AVOID None known. INCOMPATIBILITY None known. HAZARDOUS DECOMPOSITION PRODUCTS By fire:Carbon Dioxide,Carbon Monoxide HAZARDOUS POLYMERIZATION Will not occur SECTION 11 -TOXICOLOGICAL_INFORMATION CHRONIC HEALTH HAZARDS No ingredient in this product is an IARC,NTP or OSHA listed carcinogen. TOXICOLOGY DATA CAS No. Ingredient Name 100-51-6 Phenylmethanol LC50 RAT 4HR Not Available 64-19-7 Acetic Acid LD50 RAT Not Available LC50 RAT 4HR Not Available LD50 RAT 3310 mg/kg 9046-10-0 Poly(oxypropylene)diamine LC50 RAT 4HR Not Available LD50 RAT Not Available 112-57-2 Tetraethylene Pentamine LC50 RAT 4HR Not Available Proprietary Polyamine LD50 RAT 205 mg/kg LC50 RAT 4HR Not Available LD50 RAT Not Available SECTION 12-ECOLOGICAL'INFORMATION = ECOTOXICOLOGICAL INFORMATION No data available. SECTION 1-3-DISPOSAL CONSIDERATIONS WASTE DISPOSAL METHOD Waste from this product is not hazardous as defined under the Resource Conservation and Recovery Act(RCRA)40 CFR 261. Incinerate in approved facility.Do not incinerate closed container.Dispose of in accordance with Federal,State/Provincial,and Local regulations regarding pollution. page 3 of 4 i B60VO10 SECTION 114­' . TRANSPORT:INFORMATION Multi-modal shipping descriptions are provided for informational purposes and do not consider container sizes.The presence of a shipping description for a particular mode of transport(ocean,air,etc.),does not indicate that the product is packaged suitably for that mode of transport.All packaging must be reviewed for suitability prior to shipment,and compliance with the applicable regulations is the sole responsibility of the person offering the product for transport. US Ground(DOT) Not Regulated for Transportation. Canada(TDG) Not Regulated for Transportation. IMO Not Regulated for Transportation. IATA/ICAO Not Regulated for Transportation. SECTION 15-REGULATORY INFORMATION , SARA 313(40 CFR 372.65C)SUPPLIER NOTIFICATION CAS No. I CHEMICAUCOMPOUND %b WT /.Element No ingredients in this product are subject to SARA 313(40 CFR 372.65C)Supplier Notification. TSCA CERTIFICATION All chemicals in this product are listed,or are exempt from listing,on the TSCA Inventory. SECTION 16 'OTHER-INFORMATION` This product has been classified in accordance with the hazard criteria of the Canadian Controlled Products Regulations(CPR)and the MSDS contains all of the information required by the CPR. The above information pertains to this product as currently formulated,and is based on the information available at this time.Addition of reducers or other additives to this product may substantially alter the composition and hazards of the product Since conditions of use are outside our control,we make no warranties,express or implied,and assume no liability in connection with any use of this information. l page 4 of 4 i r' l : Jr b 3 Marine 9 Coatings E41 N1 BROWN Revised: December 6 2013 PRODUCT INFORMATION 2.13 PRODUCT DESCRIPTION RECOMMENDED USES KROMIK METAL PRIMER is a long oil, high quality, rust inhibitive, For use over prepared metal substrates: brown, steel primer. For use in industrial environments to protect • Use as a field primer on structural steel and other large steel steel against atmospheric corrosion. Recommended for use where surfaces subject to flexing. marginal surface preparation requires a penetrating type primer. Examples: • Excellent corrosion resistance • Towers • Structural Steel • Long term flexibility • Storage Tanks • Bridges • Excellent adhesion to tightly adhering rust and mill scale • Cranes • Piping • Excellent wetting ability • Suitable for use in USDA inspected facilities • Low temperature application • Excellent application characteristics According to AISC, shop coat primers are intended for protection for only a short period of exposure in ordinary atmospheric conditions,and is considered a temporary and provisional coating. PRODUCT CHARACTERISTICS Finish: Flat Not recommended for immersion service or exposure to acids, alkalis, or strong solvents. Color: Brown PERFORMANCE CHARACTERISTICS Volume Solids: 57%±2% ! Substrate*: Steel Weight Solids: 75%±2% Surface Preparation*: SSPC-SP6/NACE 3 System Tested*: VOC (EPA Method 24): Unreduced: <340 g/L; 2.80 lb/gal 1 ct. Kromik Metal Primer @ 3.0 mils(75 microns)dft Reduced 12%: <380 g/L;3.25 lb/gal 'unless otherwise noted below' Recommended Spreading Rate per coat: Test Name Test Method Results Minimum Maximum Abrasion ASTM D4060, CS17 m, 220 Wet mills (microns) 5.0 (125) 7.0 (175) Resistance wheel, 1000 cycles, g loss Dry mils (microns) 3.0 (75) 4.0 (100) 1 kg load -Coverage sq fugal (M2/Q 225 (5.5) 300 (7.4) I Adhesion ASTM D4541 260 psi Theoretical coverage sq ft/gal Direct Impact (M2/L)@ 1 mil/25 microns dft 912 (22.3) Resistance ASTM G14 35 in. lbs. NOTE: Brush or roll application may require multiple coats to Dry Heat achieve maximum film thickness and uniformity of appearance. ASTM D2485 200°F(93°F) Resistance Drying Schedule 0 5.0 mils 'Wet-(125 micron: Flexibility ASTM D522, 180° Passes STANDARD: REDUCED 10%: bend, 1/2"mandrel @ 77°F/25°C @ 77°F/25°C Moisture D4585, 100°F 50%RH 50%RH Condensation ASTM ASTM, 120 hours Limited To touch: 2-4 hours 1-2 hours Resistance Tack free: 4-6 hours 2 hours Pencil Hardness ASTM D3363 HB To recoat, 24 hours 24 hours Salt Fog ASTM 8117, 1000 : Moderate with alkyds: Resistance hours rm Note:For maximum adhesion, acrylic topcoats require 48-72 hours Theal Shock ASTM D2246, 5 cycles Excellent drying of primer. Drying time is temperature,humidity, and film thickness dependent. provides performance comparable to products formulated to federal Shelf Life: 12 months, unopened specifications: SSPC-Paint#25 Store indoors at 40°F (4.5°C) to 100°F (38°C). Flash Point: 100°F(38°C), PMCC Reducer/Clean Up: Mineral Spirits, R1K4 www.sherwin-williams.com/protective continued on back f .r- A,; Protective I R O METAL l ,�e 0 Mgrme ,1 Coatin"s e E41 N1 BROWN PRODUCT INFORMATION 2.13 RECOMMENDED SYSTEMS SURFACE PREPARATION Dry Film Thickness/ct. Mils (Microns) Surface must be clean, dry, and in sound condition. Remove all Steel, high build alkyd topcoat: oil, dust, grease, dirt, loose rust, and other foreign material to 1 ct. Kromik Metal Primer 3.0-4.0 (75-100) ensure adequate adhesion. 2 cts. Industrial Enamel HS 2.0-4.0 (50-100) Refer to product Application Bulletin for detailed surface prepara- Steel,water based topcoat: tion information. 1 ct. Kromik Metal Primer 3.0-4.0 (75-100) 2 cts. DTM Acrylic Coating 2.5-4.0 (63-100) Minimum recommended surface preparation: Iron&Steel: SSPC-SP2 Steel,aluminum topcoat under 200°F: 1 ct. Kromik Metal Primer 3.0-4.0 (75-100) 2 cts. Silver-Brite Aluminum Paint 1.0-1.5 (25-40) Surface Preparation Standards Condition of ISO 8501-1 Swedish Std. Surface BS7079:A1 SIS065900 SSPC NACE Other acceptable topcoats: White Metal Sa 3 Sa 3 SP 5 1 Near White Metal Sa 2.5 Sa 2.5 SP 10 2 Industrial Urethane Alkyd Commercial Blast Sa 2 Sa 2 SP 6 3 Steel-Master 9500 Brush-Off Blast Sa 1 Sa 1 SP 7 4 Hand Tool Cleaning Rusted C St 2 C St 2 SP 2 Steel-Spec FD Alkyd Pitted&Rusted D St 2 D St 2 SP 2 - p ec y Power Tool Cleaning Sher-Cryl HPA Pitted&Rusted D St 3 D St 3 SP 3 - TINTING Do not tint. The systems listed above are representative of the product's use, other systems may be appropriate. APPLICATION CONDITIONS Temperature: 40°F(4.5°C)minimum, 120°F(49°C) maximum ((air, surface, and material) �t least 5°F(2.8°C)above dew point Relative humidity: 85% maximum Refer to product Application Bulletin for detailed application information. ORDERING INFORMATION Packaging: 1 gallon(3.78L)and 5 gallon(18.9L) containers Weight: 11.01 ±0.2 Ib/gl, 1.3 Kg/L SAFETY PRECAUTIONS Refer to the MSDS sheet before use. Published technical data and instructions are subject to change without notice. Contact your Sherwin-Williams representative for additional technical data and instructions. WARRANTY -. DISCLAIMER The Sherwin-Williams Company warrants our products to be free of manufactur- ing defects in accord with applicable Sherwin-Williams quality control procedures. The information and recommendations set forth in this Product Data Sheet are Liability for products proven defective,if any,is limited to replacement of the defec- based upon tests conducted by or on behalf of The Sherwin-Williams Company. tive product or the refund of the purchase price paid for the defective product as Such information and recommendations set forth herein are subject to change and determined by Sherwin-Williams. NO OTHER WARRANTY OR GUARANTEE pertain to the product offered at the time of publication. Consult your Sherwin- OF ANY KIND IS MADE BY SHERWIN-WILLIAMS,EXPRESSED OR IMPLIED, Williams representative to obtain the most recent Product Data Information and STATUTORY, BY OPERATION OF LAW OR OTHERWISE, INCLUDING MER- Application Bulletin. CHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. www.sherwin-williams.com/protective I Protective+ MIK@ METAL PRUMER Marine Coa E41 N1 BROWN Revised: December 6 2013 APPLICATION BULLETIN 2.13 SURFACE PREPARATIONS APPLICATION CONDITIONS Temperature: 40°F (4.5°C) minimum, 120°F (49°C) Surface must be clean, dry, and in sound condition. Remove all maximum oil, dust, grease, dirt, loose rust, and other foreign material to (air, surface, and material) ensure adequate adhesion. At least 5°F(2.8°C)above dew point Iron&Steel Relative humidity: 85%maximum Minimum surface preparation is Hand Tool Clean per SSPC-SP2. Remove all oil and grease from surface by Solvent Cleaning per APPLICATION EQUIPMENT SSPC-SP1. Prime any bare steel within 8 hours or before flash rusting occurs. The following is a guide. Changes in pressures and tip sizes may Previously Painted Surfaces be needed for proper spray characteristics.Always purge spray equipment before use with listed reducer.Any reduction must be If in sound condition, clean the surface of all foreign material. compliant with existing VOC regulations and compatible with the Smooth, hard, or glossy coatings and surfaces should be dulled existing environmental and application conditions. by abrading the surface. Apply a test area, allowing paint to dry one week before testing adhesion. If adhesion is poor, additional Reducer/Clean U Mineral Spirits, R1 K4 abrasion of the surface and/or removal of the previous coating may p p be necessary. Retest surface for adhesion. If paint is peeling or Airless Spray badly weathered, clean surface to sound substrate and treat as a Pressure.........................2000 psi new surface as above. Hose...............................1/4" ID Tip...................................015„ Filter...............................60 mesh Reduction.......................As needed up to 12%per gallon Conventional Spray Gun................................Binks 95 Fluid Nozzle...................63C Air Nozzle.......................63PB Atomization Pressure.....50 psi Fluid Pressure................15-20 psi Reduction.......................As needed up to 12%per gallon Brush Brush..............................Natural Bristle Reduction.......................Not recommended Roller Cover.............................3/8"woven solvent resistant core Reduction.......................Not recommended If specific application equipment is not listed above, equivalent equipment may be substituted. Surface Preparation Standards Condition of ISO 8501-1 Swedish Std. Surface BS7079:A1 SIS056900 SSPC NACE r White Metal Sa 3 Sa 3 SP 5 1 t Near White Metal Sa 2.5 Sa 2.5 SP 10 2 Commercial Blast Sa 2 Sa 2 SP 6 3 Brush-Off Blast Sa 1 Sa 1 SP 7 4 Hand Tool Cleaning Rusted C St 2 C St 2 SP 2 - Pitted&Rusted D St 2 D St 2 SP 2 - Power Tool Cleaning Rusted C St 3 C St 3 SP 3 - Pitted&Rusted D St 3 D St 3 SP 3 - www.sherwin-williams.com/protective continued on back Protective KROMIK@ METAL PRIMER o d Marine . Coafings E41 N1 BROWN APPLICATION BULLETIN 2.13 APPLICATION PROCEDURES PERFORMANCE TIPS Stripe coat all crevices, welds and sharp angles to prevent early Surface preparation must be completed as indicated. failure in these areas. Mixing Instructions:Mix paint thoroughly to a uniform consistency When using spray application, use a 50%overlap with each pass with low speed power agitation prior to use. of the gun to avoid holidays,bare areas,and pinholes.If necessary, Apply paint at the recommended film thickness and spreading cross spray at a right angle. rate as Indicated below- Spreading rates are calculated on volume solids and do not include Recommended Spreading Rate per coat: an application loss factor due to surface profile, roughness or po- rosity of the surface,skill and technique of the applicator, method Minimum Maximum of application, various surface irregularities, material lost during Wet mils (microns) 5.0 (125) 7.0 (175) mixing, spillage, overthinning, climatic conditions, and excessive Dry mils (microns) 3.0 (75) 4.0 (100) I film build. --Coverage sq ft/gal (M2/Q 225 (5.5) 300 (7.4) Theoretical coverage sq ft/gal 912 (223) In order to avoid blockage of spray equipment, clean equipment . (M2/L)@ 1 mil/25 microns dft before use or before periods of extended downtime with Mineral NOTE: Brush or roll application may require multiple coats to Spirits, R1 K4. achieve maximum film thickness and uniformity of appearance. Da�ina Schedule 0 5.0 mils wet(125 microns): Excessive reduction of material can affect film build, appearance, t and adhesion. STANDARD: REDUCED 10%: @ 77°F/25°C @ 77°F/25°C Intimate contact of the steel surface and primer is necessary for 50%RH 50%RH adhesion and rust inhibition. To touch: 2-4 hours 1-2 hours Tack free: 4-6 hours 2 hours To recoat, 24 hours 24 hours with alkyds: Note:For maximum adhesion, acrylic topcoats require 48- 72 hours drying of primer. Drying time is temperature, humidity, and film thickness dependent. Application of coating above maximum or below minimum recommended spreading rate may adversely affect coating performance. Refer to Product Information sheet for additional performance characteristics and properties. SAFETY PRECAUTIONS Refer to the MSDS sheet before use. CLEAN UP INSTRUCTIONS Published technical data and instructions are subject to change without notice. Contact your Sherwin-Williams representative for additional technical data and Clean spills and spatters immediately with Mineral Spirits, R1K4. instructions. Clean tools immediately after use with Mineral Spirits,R1 K4.Follow manufacturer's safety recommendations when using any solvent. WARRANTY The Sherwin-Williams Company warrants our products to be free of manufacturing DISCLAIMER defects in accord with applicable Sherwin-Williams quality control procedures. The information and recommendations set forth in this Product Data Sheet are Liability for products proven defective,if any,is limited to replacement of the de- 1 festive product or the refund of the purchase price paid for the defective product based upon tests conducted by or on behalf of The Sherwin-Williams Company. as determined by Sherwin-Williams. NO OTHER WARRANTY OR GUARANTEE Such information and recommendations set forth herein are subject to change and pertain to the product offered at the time of publication. Consult your Sherwin- OF ANY KIND IS MADE BY SHERWIN-WILLIAMS,EXPRESSED OR IMPLIED, VUlliams representative to obtain the most recent Product Data Information and STATUTORY, BY OPERATION OF LAW OR OTHERWISE,INCLUDING MER- CHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. Application Bulletin. www.sherwin-williams.com/protective Good �� �� 100% ACRYLIC Benjamin r ° CONCRETE STAIN 072 Features . . • Resists hot tire pick-up. • Low odor. A premium quality,epoxy fortified 100%acrylic latex opaque • Water repellent. • Protects interior and stain ideal for use on all interior and exterior concrete and • Epoxy fortified. exterior surfaces. masonry surfaces.This product is high hiding and features excellent adhesion and abrasion resistance for long term • Great on previously durability. painted surfaces Recommended For Limitations Residential or commercial applications where a premium quality Driveways and garage floors may be stained but due to stain is desired. Interior and exterior use on unpainted concrete variations in the composition of concrete and tires,touch up (new or old)and brick,masonry,stucco surfaces and previously maintenance may be required if some pick-up from hot tires painted surfaces. Particularly recommended for basements and occurs even though surface preparation directions are garage floors,patios,walkways,driveways,tennis courts,and followed. masonry pool decks. • Do not apply to wood or metal surfaces. • Do not apply when air and surface temperatures are below 50°F(10°C). CAUTION:All sealed walking surfaces may become slippery when wet.Where non-skid characteristics are desired,a small amount of(P67)Anti-Slip Aggregate or clean play sand may be added. 'Product • • Colors — Standard: Technical DataO Pastel Base White and a variety of ready-mixed colors. Vehicle Type Epoxy Modified Acrylic Latex Pigment Type Titanium Dioxide — Tint Bases: Volume Solids � 35% Benjamin Moore®Color Preview®1 B-Pastel Base Coverage per Gallon at 300–500 Sq.Ft. Recommended Film Thickness — Special Colors: Recommended Film –Wet 4.0 mils Contact your Benjamin Moore representative. Thickness –Dry 1.4 mils Depending on surface texture and porosity. Be sure to estimate Certification: the right amount of paint for the job. This will ensure color uniformity and minimize the disposal of excess paint. VOC compliant in all regulated areas,except South Coast. Dry Time @ 77°F –To Touch 1 Hour Master Painter's Institute MPI#58 (25°C)@ 50%RH –To Recoat Overnight Allow driveways and garage floors to cure for one week before Very low in VOC's returning to service. High humidity and cool temperatures will result in longer dry,recoat and service times. Dries By Evaporation,Coalescence Viscosity 70 t 2 KU Flash Point None Gloss/Sheen Low Lustre Surface Temperature –Min. 50°F at Application –Max 90°F Thin With Clean Water Clean Up Thinner Clean Water Technical Assistance: Weight Per Gallon 10.62 Ibs Available through your local authorized independent Benjamin Moore retailer. For the location of the retailer nearest you,call 1-800-826-2623,see –Min. 40°F www.benjaminmoore.com,or consult your local Yellow Pages. Storage Temperature –Max 90°F Volatile Organic Compounds(VOC) ( 97 Grams/Liter .81 Lbs./Gallon 0 Reported values are for Pastel Base.Contact Benjamin Moore for values of other bases or colors. Benjamin Moore&Co.,101 Paragon Drive,Montvale,NJ 07645 Tel:(201)573-9600 Fax:(201)573-9046 www.beneaminmoore.com M72 072 US 070711 100%Acrylic Concrete Stain 072 Surface Preparation Thinning/Cleanup Surfaces must be thoroughly dry, free of dirt, sealer or waxes, Thinning is unnecessary, but if required to obtain desired i peeling paint, efflorescence, laitance, grease or oily substances. application properties, a small amount of clean water may be Glossy surfaces must be dulled by sanding. To clean floor, scrub added. Never add other stains, paints or solvents. Wash painting with a detergent and rinse thoroughly with clean water. Remove tools in warm soapy water immediately after use.A final rinse with powdery material from new unpainted concrete by sweeping and mineral spirits (paint thinner) may be required to completely clean rinsing with clean water. Smooth troweled surfaces or non-porous applicators. Spray equipment should be given a final rinse with concrete must be etched before applying Concrete Stain. Use a mineral spirits to prevent rusting. 10% muriatic acid solution or Benjamin Moore® Super Spec USE COMPLETELY OR DISPOSE OF PROPERLY. Dry, empty Concrete Pretreatment & Etch (P85), rinse thoroughly with water containers may be recycled in a can recycling program. Local and allow to dry completely, at least 24 hours before staining (follow disposal requirements vary; consult your sanitation manufacturer's label directions). CAUTION: Wear work goggles, department or state-designated environmental agency for rubber gloves and boots and protective clothing when using more information on disposal options. Concrete Pretreatment&Etch (P85).Allow new concrete to cure 30 days before etching. Environmental, Heath & Safety Information WARNING! If you scrape, sand or remove old paint, you may Contains:Stoddard Solvents less than 3% release lead dust. LEAD IS TOXIC. EXPOSURE TO LEAD DUST Use only with adequate ventilation. Do not breathe vapors, spray CAN CAUSE SERIOUS ILLNESS, SUCH AS BRAIN DAMAGE, mist or sanding dust. Avoid contact with eyes and prolonged or ESPECIALLY IN CHILDREN. PREGNANT WOMEN SHOULD repeated contact with skin.Wear eye protection and gloves during ALSO AVOID EXPOSURE. Wear a NIOSH-approved respirator to application or sanding. A dust/particulate respirator approved by control lead exposure. Carefully clean up with a HEPA vacuum and NIOSH should be wom when sanding or spraying.Close container a wet mop. Before you start, find out how to protect yourself and after each use. WEAR A PROPERLY FITTED your family by contacting the National Lead Information Hotline at 1- VAPOR/PARTICULATE RESPIRATOR APPROVED BY NIOSH 800-424-LEAD or log on to www.epa.gov/lead. FOR USE WITH PAINTS, eye protection, gloves, and protective Primer/Finish Systems clothing during application (or sanding) and until all vapors and spray mist are exhausted. In confined places or in situation where Primer is not recommended continuous spray operations are typical,or if proper respirator fit is Application not possible, wear a positive-pressure, supplied air respirator PP approved by NIOSH. In all cases, follow respirator manufacturer's Mixing of Stain: Stir thoroughly before and occasionally during use. directions. Do not permit anyone without protection in the painting Apply with a quality synthetic brush, short or medium nap roller or area.Close container after each use. airless spray. WARNING:This product contains a chemical known to the state of Do not apply when air and surface temperatures are below 50°F California to cause cancer and birth defects, or other reproductive (10°C) harm. Spray,Airless: Fluid Pressure—1,500 to 2,500 PSI; FIRST AID: If affected by inhalation of vapors or spray mist, Tip .011 -.015 Orifice remove to fresh air. In case of eye contact,flush immediately with plenty of water for at least 15 minutes and call a physician;for skin, wash thoroughly with soap and water. In case of ingestion, DO NOT INDUCE-VOMITING.Get medical help immediately. IN CASE OF: FIRE- Use foam, CO2, dry chemical or water fog. SPILL - Absorb with inert material and dispose of as specified under Thinning/Cleanup. KEEP OUT OF REACH OF CHILDREN Refer to Material Safety Data Sheet for additional health and safety information. Benjamin Moore&Co.,101 Paragon Drive,Montvale,NJ 07645 Tel:(201)573-9600 Fax:(201)573-9046 www.beniaminmoore.com M72 072 US 070711 Benjamin Moore,Color Preview,Super Spec and the triangle"M"symbol are registered trademarks,licensed to Benjamin Moore&Co. ©2002,2011 Benjamin Moore&Co. All rights reserved S"ALVAIVIZED P R Ko00 �o�v IMER , .� � Product Data Sheet STRIAL INDU 7 Galvanized Metal Primer is a sol low VOC. It is intended for use in vent-based • acrylic coatis . ' ' ' S`11 environments. It may mild industrial and commercial Old Galvanized N1e _ elect waterborne or olvent-base°pcoated or to tal._ If MENNEW pcoated with (white rust)and there is littletor is no rusting d with white IDVANTAGES d coatings. SSPC-SP1. If zinc s Powder is taking urfaece has weathered aolvent Clean per Excellent adhesion to galvanized and aluminum g place, Hand y and 4igh light reflectance only the rusted areas Tovol Clean per SSpC_SP2 general rusting =arty moisture resistance sum surfaces ,and spot prime Factory Finished Interior Metal Roof D good acid and alkali resistance hard and slick and r ccepfable for use in federal) ins p ohit�it ads Deck: This surface maybe y Clean per SSPC-SP1 and apply quate adhesion. S ;OMMENDED USES inspected meat and poult Primer.Allow pp Y a test pot test. Solvent Poultry plants. Paint to dry-at least one patch of Galvanized Metal use over re Be sure deckin week before testis prepared: g manuiacf�urer certifies i t is 9 adhesion. Ivanized steel poor,Hand Tool Clean Paintable. If adhesion is rned ferrous metal per SSPC-SP2 or Brush Blast per SSPC-SP7 valume • :-rich primers pies: APPLICATION CONDITIONZ S Temperature:40°F mini o I deck ceiling material).At least 5°F above.u 100 F maximum (air,surface,and cgs Relative humidi fy:85% ove-dew point. max#muin sits APPLICATION EQUIPMENT The following is a be needed for proper guide. Chaanges in equipment A per spray ct-�aracter tl pressures and tip sizes may qu► ment before use with Always purge spray 'ed Metal or Aluminum, Interi compatible with the existing isped redu cer. 9en�ironme cola n eduction must galvanized Metal Primer or. Reducer/Clean-u • application conditions. .5 mils dit/ct (K00024000) Above 80°F:AromahBeNaphlhaF. XY1ene(166-1530) d Metal or Aluminum Airless Spray: (H►Flash)(166-4659) �anized Metal Primer ' Exterior: Filter:60 Pressure:2400 psi;Hose:1/4,, ID-Ti : mesh;Reduction:As needed, up to 3%b p 015° I Metal or Aluminum(K00024000)@ 3.0-4.5 mils dit/ct Conventional Spray: rized Metal Primer • 63PB;Atomization Pressure: 95;Fluid Nozzle;3A;Air trial Alkyd Enamels K00024000)@ 3 0-4 Reduction:As needed, up to 3�� b 'Air Nozzle: 50,psi;Fluid Pressure: 15 psi; Mils dlkyd or p (K0053)Series 5 mils dit/ct Dry Fall Paints Brush:Nylon/Polyester;reduction not Roller:3/g°nap eCOmmended • • . , . p synthetic or lambswool;reduction not recommended Note:If specific application specific equiprxent is listed above, a ui rt,loose rust, visible lcontarnina ndifion. y be substituted. q alent naferial.Always remove Remove all APPLICATION contaminants before applying ist,and PROCEDURES ats. •Surface preparation must be completed a •Mix paint thoroughly by boxing indicated. move all oil,grease, dirt 'Apply paint at the recommends and stirrin vent all oil, , oxide and other foreign 9 before use. Cleaning per SSPC-SPi rate as indicated. d fd'm Thickness I Metal:Allow to weather a minimum PERFORMANCE TIPS and spreading Remove grease, oil,dirt,soil, drawin of six months 'Stripe coat all crevices, w ninants by use of solvents, e, raw ng,ompounds, failure in these areas. ells, and shar team Cleaning per SSpC_SP1 I f Weatherin p angles to prevent early Wing When using spray a metal has been treated with 1. if tes or silicates y pplication, use a 50%overla 9 is not of the gun to avoid holidays,bare areas an �per SSPC-SP1 and apply ates cross spray p with each pass °et)and allow to tl pP y a test patch ' P y at a right angle. tl pinholes.If necessary, (minimum •Spreading rates are calculated on v f adhesion is unacceptable,or at l B Brush-off week before include an application loss factor duel o s�rta�ds and do not DACE 4 is required to remove these treatments. r porosi ty of the surface,skill and technique Ofpth fife,roughness nts method of application, various surface lire during mixrn it-regularities,applicator, 9, spillage, overthinning,clirnatic conditio ,an material lost 33(1/05) excessive film build. •Excessive reduction of material can aff c ,and and adhesion. e t film build appearance, F < Q o r• G :i ra O r i v If V Y Y y On ? O r o Q - G P rA t+1 J V V V V V V v V - w — x en C M i .~r N z 1C.0 T... C r 1f1 J O C V. C t :C O 4 30 rte,j C v rn 6. -gh u p) E �' to re 00 r� w C� � C PM" > o ry fl l J gum er f N co b Is C ° L Z o ° C L �t � •u ~ N d = e ploo < Z ac m t� r0„ O oc G C Q 7 a rI1 z _ x QQ Q r r u U.i 1 2 c < — E. CA Ell CA N ® tr: - - a �� � � - .r.,axc, rccu0 flQH. .••e = L < ? au z C .w de ur � cu ? cav � :.s a. p u v L u V G ZO fat E Y S > 1r N ci F u n O V � M p y sc 'p^ � 3 O 70 u u d u G N o Y G n u ... vt C � _ v i '� p 03 r Y H G u m C u a G p m 'S 7 fj a C u ~ 7D G u C G aD Y � o m as m COC � e � u c > o tj O m G :3 9 v 60 Y CA A o u 7 ^ o u — e� c pC 3 3 m o c ^•' 03 cA t.0 K O V w U O u u a m a4 1 C -� - E = = ° Ls: u q N d � z O o r E 3 u u c U u s ` ar 3 vC c u u X y b. r a < .c s E Y. e t w w t .. " o lu 40 W 43 q zo sa 6 m = m = o = �, m -ma o o O ° z G ? m a: ° c e " y > = E 1. :J = 4 = Q D C rq. ra+ a Gi: q �+ m ai 0. y y G W C40 �. Y y y •In! L .�.. a r. v+ •7 CL t V t �. u c c 3 u ._ u y v p s U LA u u C A N ^ L` — ca r u u io CL c p`p r! C y vi a u r C C `m• 3 Y ` 7 o c t0 Co v► - �•• u _ n u J"3 c •u x O u c a) ea in V C u L �` s e V u O ' _ Q 2 W Z _ q SO !7 -3 V3 Y E o a = �` G z a u � e r c ¢� c u » q G U to ZA O "w 7 C •`� E = r m i -0 7 eo V fj 7 m en u c 3 u o u cvi G V Y�- c u o c m v — m �.. - �n C u o u u C d i n V y a t d V ? E m u C m _ _ro ^ e ;•- a y o � � •3 e e e es s E L c .a`. aruk ° c ao u b c _ 0 IA m n ?, u u a c�0 G. V v a .0 E '� .0 m u c �_ �' = N 0 � � H � n wl U u vt V u > L Q� m O O E C is u c o 9d w •p y �" u �. p m m •V U a0 G Z u E y V Q O Z 0 G = u O N O .G — 0 G G Q v Q' vh vii O v o o ,? Q m °- c 4 > -- r a m A,a c '[ u o o $ C a eo a LLI as C 4 a u E Lr O ' ` E •c a x c as v U r r a a C = v y i C 1: H Q 3 .>. O cm IJ N C A Y Y Q ._.. O cc t i. V y u E c0 a� N 9 < c0 7 C :O r m .°A.. �.. «6.. 4,j Zr �J y _C 3 'V E p �i :.� Er� G °y _ °- d u �--- Q E v a u N N a v E gs a' s u u :t ti 'W cc J7 L;. e CIA L P U ,---i 2 Al� L., 55li86 ' 1 W �5P.LCIALIZI: IN• ')VATLR-PP,O®FIN�° PAINTIN( , , [-LLCTlZO,5TATIC PAINTING°, CflLHICAL -'PZLb UlZL CLLANIN( ° ANP LxP,A0`6I'oN JOINTb Factory Finish ,- Factory Finish Alkyd Primer Available Finishes (Click to download product details) ' • Factory Finish Alkvd Primer#15.73) White & #1572 Gray • Factory Finish Alkyd Primer#1591 White Quick Facts • Ideal base coat for PRON.T. Solid Color Acrylic Stain • Ideal base coat for The Finish • Formulated specifically for machine application Safety Info • View our Manufacturer Safety Data Sheets Features Cabot Factory Finish Alkyd Primer is specially formulated to provide superior resistance to extractive bleeding andmoisture problems. Formulated specifically for machine application, when the wood is coated on all four sides, this primer makes an ideal base coat for Cabot Factory Finish, as well as Cabot PRON.T.® Solid Color Acrylic Stain, The Finish and other solid color stains and paints. Coverage On smooth surfaces, approximately 400-500 square feet per gallon; on rough surfaces, 150-250 square feet per gallon. These rates will vary depending upon the porosity of the surface. Where to Use f Cabot Factory Finish Alkyd Primer provides superior performance and durability on exterior siding and trim. It also provides excellent adhesion to all new wood surfaces, including smooth, shiny (mill glaze) siding and lumber. Cabot Factory Finish Alkyd Primer is recommended for use on extractive-prone wood species such as cedar, fir,redwood, and on all types of wood surfaces, including siding, shingles, plywood, smooth and rough-sawn surfaces. Preparing Your Surfaces Proper surface preparation is the key to maximum finish performance. The durability of this product can be impaired by an unsound or poorly prepared surface. It is very important the surface be clean of all dirt, mildew stains, loose wood fibers and other foreign matter. Surfaces must be dry. (Moisture content must be below 15%.)New wood, once dry, should not be allowed to weather. Application Apply only by machine under factory-controlled conditions. . � Specifically formulated for the machine-finishing process and the application to siding prior to installation. • View other products o Exterior Products • Exterior Surface Prep • Wood Staining Products • Clear Sealers & Waterproofers o Interior Products o Interior Surface Prep o Wood Stains • Protective Top Coat • Choosing Sheen Find a Cabot Factory Finish distributor near you. If you've found this page helpful, you might also like these links Stain colors for your floor r `.:;x`3'1 Choose from a variety of custom colors to enhance your floor's wood grain. See all stain colors Need help with staining? Y c -Y5 a e " ✓ A Follow our step-by-step guides to sanding, staining and protecting your interior woods. View DIY Cabot Polystain -- a- _�- A premium one-step interior wood finish that makes wood finishing beautifully simple.. See products Locate a store • Home • Site Map • Contact Us • Terms of Use • Privacy Policy • About Cabot For Retailers Share on facebook Share on twitter More Sharing Services Copyright© 2014 Cabot. All rights reserved. Computer screens and printers vary in how colors are displayed, so the colors you see may not match the paint's actual color. In addition, the actual and perceived color of applied stain may be affected by factors such as wood absorption rates, application techniques, and the wood's natural color and grain tones. i f ANCHOR ^ue eo PAINTY� . RU' PA %;;40 Uni-KoteTMInterior Flat Latex — P10 0 Series Product Description This quality latex product comes ready to use. No primer or sealer is normally necessary. It will not yellow,dries fast,cleans up with soap and water,and is low odor. Where to Use A specially formulated vinyl-acrylic emulsion for wall board,plaster,wood,block,and other interior surfaced. Product Characteristics Color #P100-White,Standard and Custom Colors Gloss Flat Architectural and Industrial Maintenance Category Flat Coatings,Interior Drying Time Temperature To Touch To Recoat 75°F/55%R.H. 20 Minutes 1 Hour (Cooler temperatures and higher humidity will lengthen drying time) Preparation & Priming Surface Preparation The surface must be clean,dry,and free of any contaminants. On previously painted surfaces,be sure that stains and imperfections will not bleed through coating. New or old surfaces need not be primed unless variance in color is substantial. Glossy surfaces should be sanded or flattened by use of a chemical deglosser. Primer Coats Some applications might need Anchor#P1508 drywall sealer,however on new surfaces,normally two coats of#7000 series will be sufficient. Consult your Anchor representative for specific job recommendations. Mixing & Application Mixing Stir thoroughly,making sure no pigment remains on the bottom of the can. Thinninq Thin with water only if necessary up to one pint per gallon Surface Temperature Minimum 50°F, Maximum 110°F-The surface should be dry and the relative humidity should be less than 85%. Recommended Thickness 1.6-2.0 mils dry per coat,two coats recommended Theoretical Coverage 541 tf/gal at 1 mil dry,assuming no application losses. Coverage will vary depending on color,the surface texture and application technique. Coverage Rates per Coat Dry Mils Wet Mils Ftz/gal Suggested 1.8 5.3 302 Minimum 1.6 4.7 339 Maximum 2.0 5.9 271 Application Equipment Airless Spray Pressure 1800-2400 psi Tip 0.015"-0.017" Conventional Spray Air Pressure 40-70 psi Fluid Pressure 10-20 psi Roller Use 1/4"nap lambswool covers. Brush Use high quality synthetic or nylon bristle brushes. Application Considerations This coating allows for brush,roller,or spray application. Check color before applying as Anchor cannot be responsible for color dissatisfaction after application. Always apply into rather than away from the wet edge, overlapping each pass 50%. Avoid touching up, rolling or brushing back into paint more than ten minutes after applying. Touch up when paint is completely dry. Allow the paint to cure at least ten days before cleaning newly painted surfaces. Anchor Paint Manufacturinq� Company 1-800-999:-4626 www.anctiorpaint.com Paqe 1 of 2 UNI-KOTET""INTERIOR FLAT LATEX P100 SERIES Mixing & Application Continued Touch-Up Proper touch-up is accomplished by applying a thin coat of this product over a well coated surface using the same method of application as used to apply the finish coat,that is,spray over spray,roller over roller. If the finish coat is sprayed, it is also possible to spray a small amount into an empty container,then touching up with a foam brush. Touch up should be done within 5°F of the original temperature. Clean-up & Storage Cleanup Use soap and water Storage Temperature Minimum 35°F Maximum 110°F Shelf Life Under Normal Conditions(Unopened)—Two Years Safety & Important Information WARNING! OVEREXPOSURE MAY CAUSE KIDNEY DAMAGE. CONTAINS: ETHYLENE GLYCOL. Causes eye irritation. NOTICE: Reports have associated repeated and prolonged occupational overexposure to solvents with permanent brain and nervous system damage. Intentional misuse by deliberately concentrating and inhaling the contents may be harmful or fatal. Use only with adequate ventilation. Avoid breathing vapors or spray mist. Ensure fresh air entry during application and drying. If you experience eye watering, headache or dizziness or if air monitoring demonstrates vapor/mist levels are above applicable limits, wear an appropriate, properly fitted respirator (NIOSH approved) during and after application. Follow respirator manufacturer's directions for respirator use. Avoid contact with eyes. Wash thoroughly after handling. KEEP OUT OF REACH OF CHILDREN. WARNING! If you scrape, sand or remove old paint, you may release lead dust. LEAD IS TOXIC. EXPOSURE TO LEAD DUST CAN CAUSE SERIOUS ILLNESS, SUCH AS BRAIN DAMAGE, ESPECIALLY IN CHILDREN. PREGNANT WOMEN SHOULD ALSO AVOID EXPOSURE.Wear a NIOSH-approved respirator to control lead exposure.Clean up carefully with a HEPA vacuum and a wet mop.Before you start,find out how to protect yourself and your family by contacting the National Lead Information Hotline at 1-800424-LEAD or log on to www.epa.gov/lead.WARNING!Sanding or scraping pressure treated lumber may be hazardous;wear appropriate protection. Version:1/2012 LJMITED WARRANTY: The technical data on this label or on other data is true and accurate to the best of our knowledge_ We guarantee our products to conform to ANCHOR PAINT MFG.CO.quality control standards. Due to misuse in handling,storage,application and workmanship or variables such as weather or surface integrity that are beyond our control, Anchor Paint does not authorize any representative to make any warranty or merchantability of fitness of this product. Any liability whatsoever of Anchor Paint Mfg.Co.to the buyer or user of this product is limited to the purchaser's cost of the product itself. Anchor Paint Manufacturing Company- i ! s•• i • r www.anchorpaint.com ANCHOR PAINT Uni Kote TMInterior Flat Latex — P10 0 Series Product Description General Description This quality latex product comes ready to use. No primer or sealer is normally necessary. It will not yellow, dries fast,cleans up with soap and water,and is low odor. Common Usage A specially formulated vinyl-acrylic emulsion for wall board,plaster,wood,block,and other interior surfaces. Color #P100-White,Standard and Custom Colors Finish Flat Technical Data Solids by Volume 33.84%—Varies by Color Recommended Thickness 1.6-2.0 mils dry per coat,two coats recommended Drying Time Temperature To Touch To Recoat 75°F/55%R.H. 20 Minutes 1 Hour (Cooler temperatures and higher humidity will lengthen drying time) Architectural and Industrial Maintenance Category Flat Coatings,Interior AIM Category VOC Limit 2.1 lb/gal(250g/1) Coatinq VOC 1.09 lb/gal(131 g/1)—Minus Water and Exempt Materials—Varies by Color Material VOC 0.42 lb/gal(50 g/1)—Varies by Color Density 11.69 lb/gal(1400 g/1)—Varies by Color Theoretical Coverage 541 ft2/gal at 1 mil dry,assuming no application losses. Coverage will vary depending on color,the surface texture and application technique. Packaging 5 Gallon pails, 1 Gallon cans,and quart(1/4 gallon)cans Storage Temperature Minimum 35°F Maximum 110°F Chemical Resistance Flexibility: Good Weather: Indoor Use Only Abrasion: Good Heat Resistance 120-150°F Continuous Safety Information Refer to the Product Data Sheet or Material Safety Data Sheet for safety information. Performance Data Test Method Standard Results Data Source Freeze/Thaw ASTM D2243 Pass—3 Cycles CAI Contrast Ratio ASTM D2805 At 3 Mils—0.968 CAI Reflectance ASTM E97 91.10% CAI Mudcracking CAI Standard Greater than 60 Mils CAI Burnish Resistance CAI Standard 850 Sheen-Increase 6.1 CAI 'CAI—Coatings Associates Inc. Version:12012 LIMITED WARRANTY: The technical data on this label or on other data is true and accurate to the best of our knowledge. We guarantee our products to conform to ANCHOR PAINT MFG.CO.quality control standards. Due to misuse in handling,storage,application and workmanship or variables such as weather or surface integrity that are beyond our control, Anchor Paint does not authorize any representative to make any warranty or merchantability of fitness of this product. Any liability whatsoever of Anchor Paint Mfg.Co.to the buyer or user of this product is limited to the purchaser's cost of the product itself. Anchor Paint l B.460 Data Sheet Tti9 r` PPG Industries, INC. INT/EXT Satin One PPG Place 1100% Acrylic Enamel v Pittsburgh, PA 1-800-441-9695 SRP4610 Series Gia Nliv , 'M i4C f HOP [10, • .. D. Product Code: BRP4610 White and Pastel Base Substrate: Metal, masonry, plaster and drywall BRP4620 Midtone Base BRP4630 Deeptone Base Substrate The service life of the coating is directly related to BRP4640 Neutral Base Preparation the surface preparation. The surface to be coated must be dimensionally stable, dry,clean Product: Acrylic Latex and free of contamination including oil,dirt, Suggested Use: A 100%acrylic latex coating for use on grease and rust. Where appropriate, bare areas properly prepared and primed metal, should be primed with a suitable primer. masonry, plaster and drywall surfaces. Previously Painted Surfaces:Old coatings should For Professional Use Only. Not be tested for adhesion of the existing system. intended for Household use. Not Do not use on large wood structures or Ferrous Metal: Recommended surface Recommended: for immersion service. preparation is Commercial Blast Clean per SSPC-SP6. Minimum surface preparation is •• ,' • ' SSPC-SP2/SP3 Hand Tool/Power Tool Clean. Color: Various Galvanized Steel: Solvent Clean per SSPC-SP1 Gloss 6e: 20 to remove grease and oils. If any oxidation VOC: 0.70 lbs./gal. (85 g/L) * (white rust) has formed,sand and remove all Method: Calculated contamination. If the galvanized has been passivated or stabilized,the surface must be Weight/Gallon: 10.60±0.3 lbs./gal. abraded per SSPS-SP7 Brush-Off Blast Clean or In Service Heat chemically treat the surface. Limitations: 250°F(121°C) maximum,dry heat Aluminum:Solvent Clean per SSPC-SP1 to Flash Point: Over 200°F(>93°C) remove grease and oils. Package: One and five gallon containers Concrete, Stucco, Plaster and Masonry:Allow all Percent Solids by concrete, mortar, plaster, etc. to cure for thirty Volume: 42.4±2.0% * (30) days under normal drying conditions. Percent Solids by Remove all dirt,dust,grime, loose mortar and all Weight: 52.8±2.0% * contaminants. Concrete that has been treated Dryfrig .• with curing compounds or hardeners should be Air Dry C@ 77°F(25°C)ASTM D5895, 50%PH abraded. Dry to Touch: 15 Minutes See WARNING in the Additional Information Dry to Handle: 30 Minutes section on page 2. Dry to Recoat: 1 Hour Application Apply by spray, brush or roller application. Drying times listed may vary depending on Method: Air Spray: DeVilbiss 510 gun, 704 or 777 air cap temperature, humidity, color, and air with"E"tip and-needle or equivalent.-Atomizing movement. pressure, 55-70 psi. Apply only when air, product and surface Airless Spray: Equipment capable of maintaining temperatures are between 50°F(10°C) and a minimum of 1800 psi at the tip without surge. 100 F(380C)and the surface temperature 0.013" (0.330 mm)to 0.019" (0.483 mm)orifice. is at least 5'F (30C)above the dew point. Brush: High quality polyester/nylon brush. Roller: 1"to 11/2"nap roller cover. See**comments on page 2. The statement and methods presented in this bulletin are based upon the best available data and practices known to PPG Architectural Finishes,Inc.at the present time.They are not representations or warranties of performance,results or comprehensiveness of such data. Since PPG Architectural Finishes,Inc.is constantly improving its coatings and paint formulas,future technical data may vary somewhat from what was available when this bulletin was printed. Contact your PPG Sales Representative,Distributor of Building Renewal Products or the PPG Architectural Finishes information Center for the most up-to-date information. B.460 September,2009 B.460 Product • INT/EXT Satin PPG Industries, INC. 100% Acrylic Enamel W One PPG Place Pittsburgh, PA BRP4610 Series 1-800-441-9695 Glass,Nl;lrius,and N'�l. o�hsio(a,Jg rim Sri -. o for spray application. Thinning is not usually required for brush Thinner Code& May be reduced up to 5/o by volume with water o sp y pp Percent: and roll. Excessive thinning or insufficient film build may cause rust staining. If rust staining occurs, apply an additional coat. Do not add oils,paint thinners, or other paint additives. Coverage Sq. FUGai C@ 1 and 680 sq.ft./gal. Mixing Instructions: Thoroughly mix before using and occasionally during application. Wet Film Per Coat: 4.7 to 9.4 mils Dry Film Per Coat: 2.0 to 4.0 mils Clean Up Solvent: Clean equipment promptly with warm soapy water. Flush spray equipment with paint thinner to prevent corrosion. • a e • e *Values are calculated using BRP4610 White. Values will vary with color. i Store materials at temperatures between 50° F (10°C) and 100°F(38 9C). Read all label and Material Safety Data Sheet(MSDS) information prior to use. MSDS are available by calling 1-800-441-9695. Two coats are required for maximum protection and durability if used as a finish coat. Not intended for residential use. Protect from freezing. **Spray equipment must be handled with due care and in accordance with manufacturer's recommendation. **High-pressure injection of coatings into the skin by airless equipment may cause serious injury, requiring immediate medical attention at a hospital. WARNING! If you scrape, sand, or remove old paint,you may release lead dust or fumes. LEAD IS TOXIC. EXPOSURE TO LEAD DUST OR FUMES CAN CAUSE SERIOUS ILLNESS, SUCH AS BRAIN DAMAGE, ESPECIALLY IN CHILDREN. PREGNANT WOMEN SHOULD ALSO AVOID EXPOSURE.Wear a properly fitted NIOSH-approved respirator and prevent skin contact to control lead exposure. Clean up carefully with a HEPA vacuum and a wet mop. Before you start,find out-how to-protect.yourself..and your family by contacting the USEPA National Lead Information Hotline at 1-800-424-LEAD or log on to www.epa.gov/lead. In Canada contact a regional Health Canada office. Follow these instructions to control exposure to other hazardous substances that may be released during surface preparation. The statement and methods presented in this bulletin are based upon the best available data and practices known to PPG Architectural Finishes,Inc.at the present time.They are not representations or warranties of performance,results or comprehensiveness of such data. Since PPG Architectural Finishes,Inc.is constantly improving its coatings and paint formulas,future technical data may vary somewhat from what was available when this bulletin was printed. Contact your PPG Sales Representative,Distributor of ' Buildin-Renewal Products or the PPG Architectural Finishes Information Center for the most up-to-date information. September,2009 . /-)71- 1 r/-/ . 1 CIIS -PROJECT EVALUATION Tuesday, October 12, 2010- 11:48:35 AM Page 1 of 2 MIAMI-DADS COUNTY, FLORIDA MIAMI = Capital Improvements Information System Department of Solid Waste Management Contractor Evaluation MCC Contract:SW 1 OW007 Evaluation Type:Standard Evaluation Contractor. Inclan Painting&Waterproofing Corp dba Inclan Construction FEIN:650580105 Department Contact: Lou Rodriguez (305)258-1837 Award Amount:$54,989.00 Evaluator 1D: grecia Date: 9/29/2010 Period: Project conclusion or closeout Ratin Criteria 1_ Schedule-Quality of schedule&adherence to schedule resulting in timeliness and minimizing delay to the owner and community. 2_ E effectiveness&efficiency -Budget compliance&value o vision-Design -Concepts or adherence to criteria. 4_ Cooperation -Teamwork& relationship with owner, subs and suppliers. 5_ Coordination-Ability to organize, schedule and complete tasks in adherence to the schedule. 6- Accuracy&Technical Skills-Cost estimating, scheduling, shop and other drawings, plans, manuals, project documentation and conflict resolution. 7_ Completeness-Compliance with contract documents, permits, Codes&standards. g_ Responsiveness-Timely, clear&concise responses to owner comments and correspondence. Commitment-intangibles&contribution to project success. Personnel-Quality and dedication of project staff. Management-Leadership ability. 12_ =====Quality-Work performed correctly the first time. Overall Performance Average:4_0 Documentation that supports this evaluation and Con tractor's/Consultant's comments can be obtained by contacting: Lou Rod- iez at Phone#(305)258-1837 - - - I Evaluation Reviewed by: Supervisor E Division Chief v. Assistant Director Director iM The method of delivery of this evaluation to contractor/consultant Certified Mail El EMail E Fax[] Hand 0 (Unresponsive Performance by contractor/consultant requires 2 delivery methods, one MUST be Certified Mail.) Evaluation delivered to: Luis Inclan Rating-Key 7 4 Superior performance-Exemplary quality,no intervention required-project completed on time or early at or below budget with no change orders or amendments other than owner requested changes. t 3 Satisfactory performance-Minor errors noted,addressed with timely corrective action. No serious errors noted or I http://intra.miamidade.gov/ciis/Contracts/frmContractorEvaluation.asp?SelCICCN0=0&... . 10/12/2010 Miami-Dade County Parks, Recreation MOAM and Open Spaces Department CIS a , %Y 275 N.W.2"d Street,41h Floor Miami,Florida 33128 miamidade.gov T 305-755-7931 F 305-755-7840 May 21, 2014 Luis Inclan, President Sent via: Email I nclan Painting and Waterproofing Corp. 12252 SW 128`h Street Miami, FL. 33186 i nfo(a.inclan painting.com Re: Recommendation for Award for CICC 7040-0/07 Contract- RPQ NO: 119182 Multiple Parks Painting North of Tamiami Trail Multiple Parks North of Tamiami Trail (SW 8th Street) Luis Inclan: This letter will serve as your notification that you have been recommended for award for the above referenced RPQ based on your Price Quotation submitted on Tuesday, May 20, 2014. The total RPQ amount is $50,000.00. The contract duration is established as 106 calendar days. However, the award is contingent upon verification that your insurance, as required by the RPQ, is current, your license is in an active status with the issuing agency and the submission of the additional required items listed below (if applicable). I The preceding Documents are required as outlined within the MCC 7040 Plan and to be submitted within 3 business days of receipt of this letter. In case additional insurance is required, it also must be submitted within 3 business days to Park and Recreation Department. Failure to submit the document(s) within the specified time, or any extension granted, will result in the award being rescinded. Subsequent to the review and approval of the aforementioned Documents, you are required to obtain the required permits in the time stipulated in the RPQ. Upon obtaining the permit(s), a copy(s) must be submitted to the Project Manager prior to commencement of work. No work is to be performed without a permit unless the Project Manager issues a written directive to proceed without permit(s). After receipt of the permits the Project Manager may schedule a Pre-Construction Conference and issue a Notice to Proceed authorizing-the performance of the work. - This letter will also serve as a reminder that all work must be performed in accordance with the scope of work and contract's terms and condition, all permits and inspections and in accordance with all applicable Federal, State and local laws, codes and regulations. Should you have any questions please contact Dean Gaffney at 305-596-4460. Sincer " , I Katherine Naranjo Construction Contract Specialist CC: Dean Gaffney, File `fyafeway fe Me 7larida Keys and fhe Everglades-" November 15, 2010 Mr. Luis Inclan Inclan Painting & Waterproofing. 12252 SW 128 Street Miami EL 33186 Dear Mr. Inclan: I would like to take this opportunity to commend you and your staff for the various work you have performed for the City to include interior and exterior painting, waterproofing and concrete restoration. i We are extremely pleased with your expertise as well as your consistent and prompt responsiveness, professionalism, reliability, ability and quality of work. Your services exceeded expectations and we look forward to a continuing and successful relationship with your organization. Sincerely, Eugene Leon City Project Manager i 404 West Palm Drive Post Office Box 343570 . Florida City, Florida 33034-0570 Telephone (305) 247-8221 • Fax (305) 242-8133 RECYCLED PAPER ' tiS4�U NGS.�t o DEPARTMENT OF PUBLIC.WORKS �o CITY OF OJWL Pk-TAI 'S FLORIDA UTILITIES DIVISIO: 9551 WEST SAMPLE ROAI CORAL SPRINGS, FL 3306 (954)345-216 TO WHOM[ IT MAY CONCERN: Inchan Painting was contracted by the City of Coral Springs to paint various areas at the water treatment plant. These areas consisted of the main office building, aerator and various large piping. Inchan Painting did an outstanding job for us and completed the project under the estimated time. i Their employees worked in a professional manner.and were easy to get along with. I would not hesitate to use Inchan Painting again and recommend them for your aintin needs. - P g Charles W. Lindsay Water Plant Operations Supervisor - I THE CITY OF CORAL GAELES 285 ARAGON AVENUE PUBLIC WORKS DEPARTMENT CORAL GABLES. FLORIDA 33134 To Whom It May Concern RE: Inclan Pairing Corp. Dear Sits: Please be advised that Inclan fainting Corp. located at: 13706 S. W. 56 St. (104) , 1 fmmi, FL 33175, has performed as a painting contractor for the City of Coral (Gables. The project that they worked on was the historic Merrick Mouse located on Coral flay in the City of Coral Gables. Inclan Painting Corp. performed their work in a timely manner.and with no incident. They were on time at the job site and displayed care in the course of their work and work habits. Sincerely, !�>✓11N�� � L Ken Nunn Acting Senior Foreman Facilities Maintenance Division Public Works Department t _ S jor f CLARA D sect lr ERSON DONALD 1-1.WARSHAW i 7 nc lilt 1, CIIV Manager 1 Mr. Luis Inclan , Inclan Painting Corp. i 13706 SW 56 St., Suite 104 MIa*I?i,Florida 33175 Dear Mr. Inclan: i I would like to take this opportunity to commend you and your staff for a job well done in painting the interior and exterior of the Department of Solid Waste's Administration ; Building located at 1290 NW 20 St. Miami,FL., 33142 and the adjacent maintenance and storage building.. , s Thank you for going above and beyond the scope of work to meet our needs. Your team ; of professionals really went that extra mile for us and I am very pleased and satisfied with the quality and efficiency of your work. a On behalf of my staff and the employees of the Department of Solid Waste, it has been a pleasure doing business with you. Best of luck with all of your future business endeavors. i Sincerely, z C)- .r&. Clarance Patterson Director ' i Department of Solid Waste } ti i r ELEM ` RAUL - Raul L Martinez Campaign L., .x! y' 1100 West 49 Street irAEZ AF Hialeah,Florida 33012 Office:305-698-7900 FOR YR C Fax:305-698-6489 www.raulmartinezformayor.com - r 1 _ 1 October 30, 2011 i Luis Inclan t Inclan Painting and Waterproofing Corp. 12252 SW 128th Street Miami, FL 33186 ' Dear Luis, Angela and I would like to thank you for your confidence and support in our campaign to restore the progress that has made Hialeah and its people proud. Your contribution has helped pave the way in financing a campaign focused on listening to our neighbors, and I bringing back the fiscal responsibility Hialeah was known for. With your help we are off to a great start and looking forward to making Hialeah once again "The City of Progress". 1 Sinc rely, Raul L. Martinez I i 1_ I Political advertisement paid for and approved by Raul L.Martinez,for Mayor of Hialeah. t� JP giving d 9 / 6t pe.intendent of Schools Nlian7i-Dade. County J�,f3ooz 3oard Alberfo Ad. Canlaliro Dr Solomon C. Stinson, Ci.air Perla Tabares Hantman, {dice Chair Agustin J. Sarrzra /?!qnier Diaz da la Portilla Dr: La;tr'at.ce S. Ce11C,1nun Dr. INYber:"Tee"N,olloulay Dr. Allarlin Stewart Kano Ana Rivas Logan Dr. Marl Peire2 November 8, 2010 To Whom It May Concern: Please use this letter as verification that Inclan Painting and Waterproofing has had several projects with Miami-Dade County Public Schools. In the several years that I have known and work with Inclan, I have found them to be conscientious, trustworthy and the work to be satisfactory and completed in a timely manner. Should you require additional information or clarification, please contact Mr. Leonel Reyes at 305-835-1000. Sincerely, t . Antho Wallace Supervisor EAW:rzf 9700 cc: Mr. Leonel Reyes EAW Master Facilities Operations, Maintenan:e—Maintenance Service Center 3 2730 North,dvest 87M Street- Miami, Florida 33147- +el. 305-83,15-1000- Fax. 305-835-1032 WAMI-DADE WATER AND SEWER DEPARTMENT H. � :1000 Salze A J,.? t, Gor.,l ( tl 25, t Florida .3��4.5 1: 30 J-669-7 Fax: 669-371.98 i tRI1[ i_�OttiJEalfc i TO VVH. 01VLT IT MAY CONCERN: I 1 The gas spheres at the Central District Wastewater Treatment Plant were under contract to be painted by Sovereign Construction. Sovereign subbed out the protective coating to Inchan Painting Corporation who completed the project to our satisfaction, according to the spec's and time frame. The gas spheres are near high-energized voltage equipment. The work had to be done with great care for safety and not to damage equipment. We recommend Inchan Paintin g and their personnel to do industrial painting. i r i Sincerely, i � t � L Beni Garcia, Assistant Maintenance Superintendent M-D Water& Sewer l . i i Florida Department of Transportation JEB BUSH Turnpike District Materials Office THOMAS F.BARRY,JR. GOVERNOR P.O.Box 9828 SECRETARY Ft.Uuderdale,Florida 33310 (954)975-4855 SC:422-1100 Fax:(954)321-5539 Mr. Luis Inclan Inclan Painting 13706 SW 56"' Street (104) Miami, Florida 33175 Fie: Painting Performed at Snapper Creek Training Facility Miami, Florida ' Dear Mr. Inclan: _ On behalf of Pirooz Borojerdi and myself, we would like to thank you and your company for the great job you provided painting the interior of our renovated training facility. We really appreciated the extra effort you gave towards accommodating our changing schedule. -- Should the need arise, we would certainly call upon your company for future services. Sincerely, Pirooz Borojerdi, P.E., Turnpike District Materials Engineer By: Stephanie L. Barcia, Turnpike District Training & IA Coordinator cc: Snapper Creek file PB/slb F.-I Userslkn854sb IPiroozVtr0010.doc f J Tj 1 h`Yy}P J e ®�n =z ez Construction Consulting Inc MCC—07-2005 March 10,2011 To Whom It May Concern: This letter will confirm that Inclan Painting&Waterproofing had an opportunity to wor%with this office in the capacity of a subcontractor on the Miami International Airport, Flamingo Garage,;Dolphin Garage and Park#8 project The scope of work performed by Inclan Painting and Waterproofing consisted of on concrete restoration of the interior and-exterior garages, parapets,and columns;255,000 SQFT of special coating,60,000 lineal feet of expansion joints scheduled in three(3)working shifts. Inclan Painting&Waterproofing Corporation and his staff showed professionalism and good working relationship both this office and the owner. Their performance of work was excellent and they were able to complete ahead of the scheduled time. Additionally,their coordination with the DOT in order to control the flow of traffic around the parking garages was excellent. It is a pleasure to recommend Inclan Painting&Waterproofing Corp. Best Regards, x 1 1i ti`s ' reg'Tai General Manager /gt P_0. Box 998932 Miami, FL 33299-8932 T: 305.876.8444 F: 305.876.8357 Im I I Miami=Dade Public giving our f - world...,` • • Superintendent of Schools Miami-Dade County School Board Alberto M. Carvalho Dr. Solomon C. Stinson, Chair Dr. Marta P6rez, Vice Chair Agustin J.Barrera Renier Diaz de la Portilla Dr. Lawrence S. Feldman Perta Tabares Hantman Dr. Wilbert'Tee"Holloway Dr. Martin Karp Ana Rivas Logan November 19, 2008 To Whom It May Concern: I am very pleased to have the opportunity to provide this recommendation to Inclan Painting & Water Proofing D/B/A Inclan Construction. Over the past seven years Inclan has worked on over 40 facilities for Miami-Dade County Public Schools in the North Central areas. They have done an outstanding job in completing these jobs on time as well as the professionalism and workmanship his employees had displayed. I highly recommend favorable consideration be given Inclan Painting & Waterproofing for various projects in your area. Should you have any questions, please contact me at 305-835-1029. Sincerely, Anthony Adam AA:kbo 0065 Facilities Operations,Maintenance-Maintenance Service Center 3 2780 Northwest 87`h Street• Miami,Florida 33147•Tel.305-835-1000 Fax.305-835-1032 F FLORIDA INTERNATIONAL UNPIERSITY Miarni's public research university May 5, 2003 Louis Inclan Inclan Painting 12252 SW 128`h Street Miami, Florida 33186 Dear Mr. Inclan: I would like to take this opportunity to thank you for the jobs you have performed for Florida International University Housing at both our campuses. As you are well a wear working in an occupied building is not always simple. You and your staff have managed to always accommodate our requests in a reasonable manner. The conduct of your personnel at the site was also very important to us. Again,they were always courteous and respectful. i Lastly,but not least, is the quality of your work has always be"top notch". You always met your timelines and w arty calls were made promptly. 1 Tha*y again,. Syl � v erefigl�e�r - 1 Ass-kstant Director—Physical Plant Housing and Residential Life f Housing&Residendal Life Universiry Park Towers,Room 121 °ivfiami,FL 33199°Tel:(305)348-4190°Fax:(305)348-4295°www.Eiu.edul-housing SHERWIN- ILLI S. 643 � Miami, May 20, 2010 Sherwin-Williams has not only grown to be the largest producer of paints and coating in the United States, but is among the largest producers in the world. This letter is to certify that we have worked with INCLAN PAINTING&WATERPROOFING,CORP.for more than 15 years.They have performed several painting and specialized coating jobs with our products with excellent results and complete satisfaction of their customers.They have high experience in the application and managing of the products. Some of the projects performed with SW products: © City of Coral Springs—Water Treatment Plant. ® The Loft II—44 stories Residential building. o Jackson Memorial Hospital.Among others. S This painting company received awards between 2000 and 2005 as the best buyers in the South of Florida. They have complete experience handling in heavy equipment as Suspended Scaffolds, High lifts,Scissor Lifts, Pressure Cleaner, Paint Sprayer, Sandblasting equipment, all equipment necessary to perform Pressure clean and paint jobs. If you have any questions do not hesitate to contact me at 786-412-3904. Sincerely, SERGIO GIL Sales Representative r Miami Bird #2105 10593 Bird Rd Miami, FL 33165-3747 Phone: 305-226-4353 Fax: 30S-226-6512 Region I Avenue kliamir FL 33142 (305) 638-6277 Pea (305) 636--1936 FM HOUSING- Ws ins RuJan Panting and MO Fax#: 786-293_7430 From: -'o(30trarb,Regional M aintpen 0�r Date: 315/03 Subs nlendaf ion Number of pales, inducing this cam-'r I TO Whom It May Concern: Ixtan Painting WmPletd five major painting.fobs for Region 1 � of Miami-Dade Housing Age T'ley worked at Annie G01eman#014 Public Housing/eve ' 1Qent did"A!, pfd nW Bid"C" Bid "t3", and Bid "F "'ecr Mrk vas vY good. Their finishe tom=has qty jmPvved the amearance of Annie Cotes itin #014. Luis Indan is a profieZional in not only doing his 'ob but 3 o a tso,his communicating his PrOgress in COmP eting the job. He has assist me in avo; ing many PrOblerns with cOmp69tion of the irk before they became stopping blocks toward the final com won f i - p of the job. Thank You.,W. Indan aPage4 f � E AN, ,AGENCY OF THE STATE Or FLORIDA r' 3790 Il-W 2131 SL NUarni,FL 3311y L'd 3c5-63;.3'// jax 30 .637.3-53 sur:corr 461.32^ J�r'.L:v.rrutx-:vay�o�sc i } I, i June 10,2003 ' GIRLos A.Pr•NIN,P.E. I Chairman I NEIL HALL,ALA 1 � I GENT PRESCOYrr Trosurtr _ ', h1QRI I q i i 45H U,P.F. - - ----- --- --- -- - - - - _ , ALLrN C.F-L%.nrsn ALBERT HUSTON,(R. To W-lom It May Concern: nNr.aESS:%f.%N wlLL.w MAYOR ALVIN L A11.I:R This is to acknowledge that Inclan Painting&Water Proofing T,-Jo.�s:u K.llunrHy E Corp.provided R.:r.aJ:J.RonoN,P.IF- their services to the Miami Dade Expressway Authority SR924 Toll Plaza. Krrrr RoEDFL which project was reported complete and satisfactoy. DARRYL K.S1-UtRrraN,'C.P.A. NURJL•kN W,1RT-L\N 1 The Authority will continue to consider said vendor for future projects as they SFavarcno .�aR.4I'Di P:o become available- ; �Jr[L�Or i. MARIA LISA NAVIA Lono .Secretary Sincerelv, i I t Robert Garcia � Contract Manager Toll Operations I f i. I. P f Cl"tv of '4ffiiami • d,- �'=y`��oc Ti's CLARANCE PATTERSON DONALD M_bVARSHAW Director j�.« �t•=�. *)' City Manager MAR 2 1 2000 W.Luis flan Inclan Painting Corp. 13706 SW 56 St.,Suite 104 Aflam;,Florida 33175 Dear W.Inclan: I would like to take this opporhmity to commend you--md your staff for a job well done in painting the interior and exterior of the Department of Solid Waste's Administration Building located at 1290 NAT 20 St Miami,FL.,33142 and the adjacent maintenance and storage building_ Thank you for going above and beyond the scope of work to meet our needs. Your teams of professionals really went did extra mile for us and I an very pleased and satisfied with the quality and efficiency of your work. ( On behalf of my staff and the employees of the Department of Solid Waste,it has been a pleasure doing business with you.* Best of luck with all of your future business endeavors. Sincerely, a-L- �� Clarance Panwwu Director Department of Solid Waste DEPARTMENT OF SOLID"ASTE/1290 IN-W-2(Uh SIrPwt/Miami.Rnrida A11 s7 �4 's I ATTACHMENTS D DATE(IltlPAIDDIYYY1f7 - CEi1� TWICATE OF LIABILQ 8NSU fi' CE 06.123/14 IPM 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 ArYIEND,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(fes)must be endorsed. If SUBROGA71ON IS WANED,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 endomement(s). PRODUCER NAMT,aCT Tony Cennizzaro First Commercial Insurance Agency PHC N (386)775-1781 No• (386)775-3666 _ P.O.Box 295 E-MAIL insuranceguyQ0.moom Cassadaga,FL 32708 M s AFFORDING COVMIBE I4AIC A Phone (386)775-1781 Fax (386)775-3666 INSURER A: Atlantic Casualty Insurance Company_ 42846 INSURED -^— INSURER B! Progressive Express Insurance Company 1010 Inclan Painting and Waterproofing,Corp. INSURER 0: Commence and Industry Insurance Company 19410 12252 S?A1.126th Street INSURER 0: Miami,FL 33186 INSURER E: INSURER F: COVERAGES CERTIFICATE NURABER: REMSION NUMORP: THIS IS TO CERTIFY THAT 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1�R TYPE OF INSURANCE INS Y POLICY NUMBER_ WOD Eft' PO CY ErP LIMITS GENERAL UADILITY EACH OCCURRENCE S 1,000,000.00 MAGE COMMERCIAL GENERAL LIABILITY PPRREMIISES Ea RENTED oi=urrencel 5 100,000.00 A ❑ ❑ CLAIMS-MADE [? OCCUR Y N 1216003429 05/03/2014 05103/2015 MED EXP(Any one persona s 5,000.00 ❑ . PERSONAL SADV INJURY_ S 1,000,000.00 ❑ GENERAL AGGREGATE s 2,000,000.00 GEN'L AGGREGATE umirAPPLIESPER: I PRODUCTS-COMPIOP AGG S 2,000,000.00 ®POUCY ❑ PRO- ❑ LCC I —-- - - S AUTOM01BIL F LIABILITY COIA8INGO SINGLE UMIT Ea arxadent s 1,000,000.00 ❑ ANY AUTO BODILY INJURY(Per person) 5 " ALL OWNED SCHEDULED 02237379-1 90DILY INJURY(PararddaM) S B E] AUTOS 0 AUTOS N N 05/30/2014 05/30/2015 d HIRED AUTOS d N0N4WNED PROPERTYDAMAGE S i ❑ AUTOS Peracddenl UMBRELLA UAB ❑OCCUR - EACH OCCURRENCE s 5,000,000.00 EXCESS LIAR E086487605 C ❑ ❑CLAIMS-n�wE Y N B 05103/2014 05/03/2015 AGGREGATE s 5,000,000.00 ❑ DED C RETENTIONS 10,000-00 s WORKERS COMPENSATION ❑WC STATU- ❑QTH- AND EMPLOYERS'LIABILITY YIN Y ER ANY PROPRIETORIPARTNERIE7%ECUTIVE EL EACH ACCIDENT 5 OFFiCER(NIEURER EXCLUDED? NIA (ttlandatory in NH) ❑ EL DISEASE-EA EMPLOYE S It yes.destxide under DESCRIPTION OF OPERATIONS uelow EL DISEASE-POLICY LIMIT S DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES(Attach ACORD 101.Additional Remarks Schedule,if more spare is required) I i CERTIFICATE HOLDEN - CANCELLA710N II City of Miami Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELNERED IN 1700 Convention Center Drive I ACCORDANCE IMTH THE POLICY PROVISIONS. I: 3rd Floor Al1THORQE13 REPRESENTATIVE a Miami Beach, Fl. 33139 01988-2010 ACORD CORPORATION. All rights ra awed. ACORD 25(2010105)OF The ACORD name and logo are registered marks of ACORD DATE(MNIIDDIYYYYI ACC)IR b® CERTIFICATE OF UABO I tY INSURANCE 612312414 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CEF2TIFICATE DOES NOT APFIRMATfVELY OR MEGATIVELY 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 doss not confer rights to the certificate holder in lieu of such endorsenent(s). PRODUCER SUPIZ Insurance Solutions, LLC_ ID. RMI CO ACT ( ) NAF�IE: Jennifer Dodge c/o Resource Management, Inc. PHONE FAX 281 Main Street (A/C,No Ext: 97 -343-OD48 JAI No): Fitchburg, MA 01420 ADDRESS: 'dod a rmi-solutions.com INSURER(S)AFFORDING COVERAGE NAIC A INSURER A: SUNZ Insurance Company 34762 INSURED If.ISuprR a. Aspen Re-London-Best Patin "A" Resource Management,Ent, Ir1C. INsuRER c: Catlin Syndicate-U ds-Beat Rahn "A" 28'1 Main Street Fitchburg MA 01420 msuRm o: Brit Syndicate-Uo ds-Best Rating"Aa INSURER E: INSURER F: COVERAGES CERTIFICAT E NUMBER: 20603665 REVISION HUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TEMI 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. INS `TYPE OF INSURANCE R : POLIOY EFF POLICY EXP INn L POLICY NU5»8ER r�7MlDD 6IVJD ufms COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE S cLalnns-ulaoe OCCUR _PREMISES(Ea S i MED EXP(ArrI one parson) S _ PERSONAL&A°V INJURY S GEN'L AGGREGATE UrdrT APPLIES PIER; GENERAL AGGREGATE S I l POLICY F_I ERCaT F-1 LOG PRODUCTS-COMPIOP AGG S OTHM I I I S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S Ea acaderU ANY AUTO I 130DILY INJURY(Per person) 5 1 ALL OWNED I SCHEDULED AUTOS AUTOS BODILY INJURY(Per acadutl) S 1 NON-OWNFO ( PROPERTY DAMAGE S HIRED AUTOS AUTOS Wer agldert I S UMBRELLA LIAS OCCUR EACH OCCURRENCE S EXCESS LLAB CLAIMS44ADE AGGREGATE S DED RETENTION S S A oRxERS COAIlPgvSpT1DN WGIFE0000005904 111/2014 111!2015 f OTH- ANDEaPLOVEWLIABILITY YIN IWCPE0000005903 1/1/2013 1/1/2014 PER ER ANY PROPRIETORIPARTNERIE7(ECUTIVE EL_EACH ACCIDENT Is 1.000.000 O;:RCER/MEMBER EXCLUDED? MIA (Manoaoory In NH) EL DISEASE-EA EMPLOYEd EMPLOY S 1.000.000 If yes.de=ibe under 1 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY OMIT'S 1,000,000 B Workers Compensation This is for in purposes C Excess Coverage I and nothing shall create any right D j under such reinsurance. DESCRIPTION OF OPERATIONS t LOCATIONS t VEHICLP.S(ACORD 11M.Addltlonal Ramart-_Sehadutr_may ho attached it more apaca is requircd) Coverage provided for all leased employees but not subcontractor of Inclan Painting and Waterproofing,Corp. Client Effective Date:10013 CERTIFICATE HOMER CANCELLATION City of Miami Beach 311OULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRA770M DATE THEREOF, NOTICE VM.L 6E 019LFVF-RW IN 1700 Convention Center Drive ACCORDANCE WITH THE POLICY PROVISIONS_ 3rd Floor AUTHOPIMR1= PMENTATME Miami Beach, Fl. 33139 1�� Glen J Distefano ©9988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2094101) The ACORD name and logo are registered marks of ACORD C'S'R': ::0.: ZU603665 Jermirer Dodge 6/33/3019 12:-13:56 °M (CDT) Page 1 of 1 1