Loading...
Contract with Shamrock Restoration Services Inc. MIAMIBEACH X 02— 3oV o3 CONTRACT THIS CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida, ('City"), and Shamrock Restoration Services Inc., 27091 Osage Street, Brooksville, FL. 34601 ('Contractor"). WITNESSETH, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment, services and incidentals necessary to perform all of the Work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling activities, permit applications and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed wiill not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate)and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the Work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. Following issuance of a separate Notice to Proceed for each phase (location) of the work, each phase of the work shall be substantially completed within twenty five (25) calendar days from the issuance of the Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within five (5) calendar days from the date certified by Consultant as the date of Substantial Completion. RFP-2018-076-ND Exterior Repair& Coating of Prestressed Concrete Water Tanks Page 1 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of five hundred dollars ($500.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of five hundred dollars ($500.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Consultant in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Consultant construction administration costs shall be pursuant to the contract between City and Consultant, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Consultant and agreed to by City. ARTICLE 3 THE CONTRACT SUM [ ] This is a Unit Price Contract:* 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not RFP-2018-076-ND Exterior Repair& Coating of Prestressed Concrete Water Tanks Page 2 covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [X] This is a Lump Sum Price Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 The Contract Price is $317,269.70, consisting of a base bid in the amount of $288,427.00 (Lump Sum Grand Total) plus a separate line item in the amount of $28,842.70 for the Owner's Contingency (to be used solely by the City at its sole discretion for the purposes described in the Contract Documents). The Contract Price, excluding the Owner's Contingency, shall be full compensation for all labor, materials, equipment, costs, and expenses, including overhead and profit, associated with completion of all the Work accordance with the requirements of the Contract Documents, including all Work reasonably inferable therefrom, even if such item of Work is not specifically or expressly identified as part of a line item in the RFP Price Form. *Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractor's application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Consultant. Contractor shall include, but same shall not be limited to, with each Application for Payment, an updated progress schedule acceptable to Consultant as required by the Contract Documents and a release of liens and consent of surety relative to the Work which is the subject of the Application for Payment. Following submission of an acceptable updated progress schedule and the other documents required herein a log with the Application for Payment, City shall make payment to Contractor after approval by Consultant of an Application for Payment, less retainage as herein provided for and/or withholding of any other amounts pursuant to the Contract Documents, within twenty-five (25) days in accordance with Section 218.735 of the Florida Statutes. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the Contract Administrator shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in RFP Appendix D, Special Conditons, Sub- RFP-2018-076-ND Exterior Repair & Coating of Prestressed Concrete Water Tanks Page 3 Section 35. Any reduction in retainage shall be in accordance with Section 255.078 of the Florida Statutes, as may be amended, and shall otherwise be at the sole discretion of the Contract Administrator, after considering any recommendation of Consultant with respect thereto. Contractor shall have no entitlement to a release of, or reduction in, retainage, except as may be required herein or by Florida law. Any interest earned on retainage shall accrue to the benefit of City. All requests for retainage reduction shall be in writing in a stand-alone document, separate from monthly applications for payment. All requests for release of retainage shall be made in accordance with, and shall be subject to, the requirements of Section 255.078 of the Florida Statutes, as may be amended. Except as provided by law, the City shall have no obligation to release or disburse retainage until Substantial Completion of the Project. Upon receipt by the Contractor of a Certificate of Substantial Completion pursuant to RFP Appendix D, Special Conditions, Sub-Section 35, fully executed by the City establishing the Date of Substantial Completion, and after completion of all items on the punch list and/or other incomplete work, the Contractor may submit a payment request for all remaining retainage. It shall be the City's sole determination as to whether any of the items have been completed. For items deemed not to have been completed, the City may withhold retainage up to one and one-half times the total cost to complete such items. Any interest earned on retainage shall accrue to the benefit of City. City shall disburse the amounts withheld upon the City's acceptance of the completion of the items for which they were withheld. 4.3 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by Consultant for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the City. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Consultant shall, within ten (10) calendar days, make an inspection RFP-2018-076-ND Exterior Repair& Coating of Prestressed Concrete Water Tanks Page 4 thereof. If Consultant and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Appendix D-6) shall be issued by Consultant, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Consultant a complete release of all liens arising out of this Contract; a consent of surety to final payment; the final corrected as-built drawings; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor, and Consultant so certifies, City shall, upon certificate of Consultant, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6 — MISCELLANEOUS 6.1 The requirements of the Contract Documents, as such term is defined in the Invitation to Bid, are hereby incorporated by reference as if fully set forth herein. This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent provision elsewhere in the Contract Documents or under any law, regulation, statute or code requirement which is applicable to this Project, the more stringent provision shall prevail and govern the performance of the Work. 6.3 Public Entity Crimes Contractor acknowledges that the provisions of the Public Entity Crimes Act, Section 287.133, Florida Statutes, shall apply to this Contract, which statute provides, in pertinent part, that 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 RFP-2018-076-ND Exterior Repair & Coating of Prestressed Concrete Water Tanks Page 5 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 City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such 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. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Public Works/Water 1700 Convention Center Drive, 3`0 Floor Miami Beach, FL. 33139 Attn: Lys Desir, Water Field Operations Supervisor With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 RFP-2018-076-ND Exterior Repair & Coating of Prestressed Concrete Water Tanks Page 6 For Contractor: Shamrock Restoration Services, Inc. 27091 Osaqe Street Brooksville, FL. 34601 Attn: Panaqiots (Pete) Samartzis Email: peter(dshamrockfl.com 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by RFP Appendix D, Special Conditions, Sub Section 24. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue RFP-2018-076-ND Exterior Repair& Coating of Prestressed Concrete Water Tanks Page 7 • This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. BY ENTERING INTO THIS CONTRACT, CONTRACTOR AND CITY HEREBY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF THE PROJECT. CONTRACTOR SHALL SPECIFICALLY BIND ALL SUBCONTRACTORS TO THE PROVISIONS OF THIS CONTRACT. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the City and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. 6.13 Public Records City of Miami Beach is a public agency subject to Chapter 119, Florida Statutes. As required by Chapter 119, Florida Statues, the Contractor and all sub-contractors for services shall comply with Florida's Public Records Law. Specifically, the contractor and sub-contractors shall: 6.13.1 Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service; 6.13.2 Provide the public with access to such public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in Chapter 119, Fla. Stat., or as otherwise provided by law; 6.13.3 Ensure that public records that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law; and RFP-2018-076-ND Exterior Repair & Coating of Prestressed Concrete Water Tanks Page 8 6.13.4 Meet all requirements for retaining public records and transfer to the City, at no cost, 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. 6.13.5 The failure of Contractor to comply with the provisions set forth in this Article shall constitute a Default and Breach of this Contract and the city shall enforce the Default in accordance with the provisions set forth in RFP Appendix D, Special Conditions, Sub Section 13. RFP-2018-076-ND Exterior Repair& Coating of Prestressed Concrete Water Tanks Page 9 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH, FLORIDA 7)1 'Rik a ' ' CityClerk zit� l9�,. is 0%, .* 6 ATTEST: �� it n SH t OCK RESTORATION SERVICS S .nat ire/Secretary c gnature/President /21. L/iail 7E, 0 h> a h; /7-0,4( Print Name Print Name Q / "`r5 /p /r?-7 96, /V Date ATTACHMENTS ATTACHMENT A - Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B - Request for Proposal ("RFP") ATTACHMENT C - Bidder's Response to the RFP ATTACHMENT D - Insurance APPENDIX D: Required Forms APPENDIX D-1: Form of Performance Bond APPENDIX D-2: Form of Payment Bond APPENDIX D-3: Certificate of Corporate Principal APPENDIX D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit APPENDIX D-5: Certificate of Substantial Completion APPENDIX D-6: Final Certificate of Payment APPENDIX D-7: Form of Final Receipt APPROVED AS TO FORM & LANGUAGE &FOR EXECUTION • City Atter et • Date RFP-2018-076-ND Exterior Repair& Coating of Prestressed Concrete Water Tanks Page 10 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Coversheet Page I o12 Resolutions-C7 U MIAMI BEACH COMMISSION MEMORANDUM TO. Honorable Mayor and Members o':he City Commission FROM: Jimmy L.Morales,Cny Manager • • DATE: July 25 2018 SUBJECT.A RESOLUTION OF THE MAYOR AND CITY COMM:SSICN OF 7HE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS, PURSUANT TO REQUEST FOR PROPOSALS (REP) NO. 2018-076-ND FOR EXTERIOR REPAIR • AND COATING OF PRESTRESSED CONCRETE WATER TANKS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SHAMROCK RESTORATION SERVICES. INC.,IN THE AMOUNT OF$288,427, INCLUDING A TEN PERCENT (13%) OWNER'S CONTINGENCY FOR THE PROJECT, IN THE AMOUNT OF $29,842.70, FOR A TOTAL NOT TO EXCEED AMOUNT OF $317,263.70; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL • NEGOTIATIONS. RECOMMENDATION Adopt the Resolution. ANALYSIS Rule 62-555.35C, Operation and Maintenance of Public Water Systems, of the Fonda Department of Environmental Protection (FDEP) and the American Water Works Association (AMA) Standard 0110 for Wire- and Strand-Wound Circular, Prestressed Concrete Water Tanks dictate that wire-cr strand-wound prestressed water storage tanks be inspected for structural and coating integrity at least once every five years.The prestressed water storage tanks located at 75th Street Water Pump Station No.23 and 451 Dade Boulevard, Miami Beach, Florida 33140 were inspected in May of 2017. The inspection did not revea. any apparent problems that would cause concern for the structural integrity o`the tank. However, the inspection did result in recommendations that should be addressed in orcer to avoid the possioility of future problems. RFP PROCESS On March 7. 2018, the Mayor and Gty Commission authorized the issuance of Request for Proposals (RFP) 2018-076-ND for • Exterior Repair and Coating of Prestressed Corcrete Water Tanks. On March 9, 2018, the RFP was issued. A voluntary pre- proposal conference to provide information to proposers submitting a response was held on Mach 20, 2018. The Procurement Department issued bid notices to 207 companies utilizing www.pub..icpurchase.com website. 60 prospective bidders accessed the advertised solicitaL'aa On May 4, 2019, the City received a total of four(4)proposals from the following firms: CROM LLC 0/B/A • CROM Coatings and Restorations; Shamrock Restoration Services, Inc.;Southern Road& Bridge, LLC, and Tadeos Engineering LLC. However, the proposals from Southern Road & Bdcge, LLC and Tadeos Engineering LLC were deemed non-responsive for !. failure to meet the minimum requirements of the RFP and could not be further eve Later/. On May 15, 2018, the City Manager appointed the Evaluation Committee via LTC #275-2018. to review responsive proposals received. The Evaluation Committee convened on June 27, 2018, and was comprised of. Lys Desir Jr., Water and Sewer Superintendent, Pubic Works Department: Stanley Payne, Storm Water Superintendent, Public Works Department; Jose Rivas, Civil Engineer III. Public Works Engineering Department; anc Margarita Wells, Assistant Director, Environment and Sustainability Department. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services, references, and a cony of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFP. The evaluation process resulted in the ranA^g of proposers indicated in Attachment A.in the following order: 1 Shamrock Restoration SeMces, Inc, 2 CROM LLC D/B/A CROM Coatng and Restorations A summary of aeon top-ranked firm follows: Shamrock Restoration Services,Inc. According to the information proviced by the firm, Shamrock Restoration Services, since 1988, has restored various structures Including but not limited to government buildings, hospitals, military bases, and potable water and waste water treatment plants. They maintain tne highest standards set forth by the Institute of Inspection Clearing and Restoration Certification (IICRC). Their team is certified and trained in water restoration and mold remediation. CROM LLC DIBIA Crom Coating and Restorations According to the information provided by the firm, CROhi Coatfngs and Restorations(CCR), a division of CROM,LLC.,specializes in inspection, modification, rehabilitation, and retrofitting of water and wastewater concrete structures as well as exterior and interior coatings, sandblasting, and water jetting for water and wastewater facilities. OCR was created in 2017 as a merger https1.2miamibeach.novusagencla.com/agendapublie/CoverSheet.aspx7(temID=907 i&Meeti... 8/2/20 L Coversheet Page 2 of 2 1 oetween CROM Construction and Engineering Services and CROM Coatings. OCR was formed in order to provide the best possible customer service to existing CROM tank owners. CONCLUSION Upon considering the Evaluation Comm'.ttee process. t appears that both firms are well qualified to do the work. However, Shamrock Restoration Services provided a significantly lower cos:for;he project and was_.timately too-ranked in this process. In addition to offering the lowest cost for the project, the Evaluation Committee articulated that Shamrock Restoration Services, Inc. had clearly demonstrated ds ability to pedorm the required se Nices as the firm has completed various coat;g and restoration serrates throughout the state to various private and public entities. Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administraton to award an agreement pursuant to Request for Proposals (RFP) No. 2018-076-ND for Exterior Repair and Coating cf Prestressed Concrete Water Tanks to Shamrock Restoration Services, Inc., in the amount of$288,427 00: and authorize a:en percent(10%) Owner's Contingency for the Project in the amount of$29.842.70;and furter authorize the Mayor and City Clerk to execute an agreement with Shamrock Restoration Services, Inc. KEY INTENDED OUTCOMES SUPPORTED E.-hence Beauty And Vibrancy Of Urban And Res'nential Neighootoodt Focusing On Cleanliness. Historic Assets, In Select Neighbortmocs And Redevelopment Areas • FINANCIAL INFORMATION li Grart funding w 11 nct be utilized for this project. Amount 1 $288,427 CO Account 1 425-0410-000325-29-413-512-00-00-00 Amount 2 $23,842.73 Account 2 425-0413-000325-29-413-513-00-0C-00 (1C% Contingency) Total $311,269.70 Legislative Tracking Public Works/Procurement • ATTACHMENTS: Irl DescrlptIon • D Attachment A D Resolution https:/,/miamibeach.novusagenda.com/agendapublie/CoverSheet.aspe?ItemnID=9071&Meeti... 8/2/2018 2 . . . 1.<4.74,...n1 11 h8 il gk gi" IP- t ; , I $ &lel. il .; IA5F a -- Vi=a II I ..• st_i,...- ' A Ee z aIMIL.z, m z aj D 11 LI < lt*--7734 r' aFA' Y 1 **R-- {4 pue IJescdoud paHueJ puooas ay; se 'suol;eao;saH pue s6ul;ec0 WOHO V/3/0 077 MONO pus 'Jasodwd payuea ;SAL eql se '.Oul 'saolnJas uogeJo;sa >panueus :smopo; se sem 6up,uei 3,aa;l!111100 941 'SV3N3HM pue 'ddN a41 ul payspgelsa eluepJo uoyenlena ay; 01 ;uensand lesodoud yoga Nue; pue OJOns o; papr.J;sul sem aa;llwwoo aW 'SV3213HM pue lesodwd goes;o Adoo e pue 'sac'nJas;o adoos ay; uo uol;ewaopul leaeue6 'me-I auysuns;uewuJanos ay; pue eoueu!pJ0 flans,to auoo s,A;10 ay; of an!elaa u01,;ew'JO;u! 'peroud a4;;0 m9IN9n0 ue pep!nold sem 9a11wwo0 ay; 'Stl3N3HM pue :slesodoJd 6ululewal ay; aJOOS pue MGIADJ 0; 9lOZ 'LZ aunp Oo pauanuoo 9e;Aww00 eq1 'SV3N3HM pus Ipa;enlena:agun;;cu slam pue ddb eq;;o aluaweJlnbeJ wnwlu;w ay;paw o;ean!1e110;enlsuOdsaJ-uou pawaap wenn 011 6uuaeu6u3 soepel pue old 'a6pu9 g peoH waglnos ww;s!esodoad Sq; 'SV2H2HM pue yuawlnedeo S;ylgeule;sns pue 3,uawuw!nu3 'aopaa!o luelslssy 'sileA .e1466Je1 pue l;uewpedap 6uuaaul6u3 sopoM oncind 'III aeau,9u3 !into 'sen!H asap Iwatupedaa 9NJOM oggnd ';uapualupadrs Ja;eM wao;s 'auAed &alue;s yuaw;Jedao e>poM olignd yuapuajuJadns Jamas pue Ja;eM `Jr alsa0 s,C1 a!enpinlpul 6ulnnol!o; a'; ;c Supslsuoa '(,ee;;lwwo0„ 341) 9941w1.Uo0 uo!;enlen3 ue pa;ulodde '9tOZ -SLZ'°N (own) uolsslwwo0 o;Jal;al e Je6euekl 6;10 GLI; 91OZ 191 ACM uo 'SV3N3HM pue :o-f 6uuaaul6u3 soap?'pue :311 'eepus '8 peoet way;nos Iroul 'seolnuas uol;eao;sa l >po weys 'suopejolse pue s6ugeo0 MONO V/3/0 O71 MONO 1004;slesodoJd (q) 4001;0 le;o; a penleoeJ 6g0 ey1191OZ 'q 6eM uo 'SV32i3HM pue '91,OZ 10Z 4oJeM uo play SEM 6ugaaw lesodwd-lad 6Je;unlon e 'SV3213HM Pue 18LCZ '6 1-10-1eIN uopanels) sem (,,ddN„ eq;) ON-9L0-9102 'oN slesodoad Jot ;sanbe 'SV31:131-1M pue '(,pa1wd,, 04 enuel Ja;eM 0;0a01.100 pesseJ;saJd ;o 6ul;so0 pue J!edaH Joumx3 Jo; CIN-9L0-2 tOZ (dd2) slesodcJd Jo; ;sanbaH Jo aouenssl ay; panoadde uolss;wwo0 40 941 '910Z 'L goaey uo 'SV3N3HM 'SNOI1VI1O03N 11)dSS3O0fS dO NOISf11ON00 NOdfl 1N3V133HO1/ NV 311103X3 01)111310 Alla (INV NOAVIN 3H1 ONIZINOHI11V 2i3H11:111d ONV IOL'69Z'LI£$ AO INflOINV a330X3 01 ION 'Mol V HOJ 'OL'Z49'8Z$ dO 1NflOL V 31-11 NI '1o3rONd 3H1 NOd AON3ONIINOO S.H3NM0 (%0I) 1N301:13d N31 V ONIOf1ONI 'LZ4'88Z$ dO 1NflOWV 3HI NI "ONI 'S30IAN3S NOIIV2:1O1S321 NOOHWVHS H1IM SNOILVI10O3N O1NI 1:131N3 01. NOIIVNISINIWOV 3H1. ONIZINOH1flV !SNNVI 831VM 313NON00 03SS3N1S3Nd JO ON11VO0 ONV HIVd3N 1:101N31X3 Nod ON-9L0-8103 'ON (ddN) SIVSOdONd NOd 1831noE21 011NVf1SNfld 'SIVSOdOHd d0 ONINNVH 3H1 01 ONINIV183d 1:13OVNVW ALIO 3H1. JO NOIIVON3 WW0a3N 3H1 ONI14300V `VOIHOId 'HOV38 !AVM AO Alla 3H1 JO NOISSIWW00 Alla ONV NOAVW 3H1 d0 NOI1f11OS36 V 'ON NOIJM1OS3H WHEREAS, after reviewing all the submissions and the Committee rankings, the City Manager exercised nis due diligence and is recommending that the Administration be authorized to enter into negotiations with Shamrock Restoration Services, Inc. in the amount of $288,427; and WHEREAS, the City Manager further recommends the establishment of a separate ten percent (10%) Owner's Contingency for the Project, in the amount of $28,842.70, for a total not to exceed amount of$317,269.70. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to Request for Proposals (RFP) No. 2018-076-ND for Exterior Repair and Coating of Prestressed Concrete Water Tanks; authorize the Administration to enter into negotiations with Shamrock Restoration Services, Inc., in the amount of $288,427, including a ten percent (10%) Owner's Contingency for the Project, in the amount of$28,842.70, for a total not to exceed amount of$317,269.70; and further authorize the Mayor and City Clerk to execute an agreement upon conclusion cf successful negotiations. PASSED AND ADOPTED this day of 2018. Dan Gerber, Mayor ATTEST: Rafael E, Granado, City Clerk APPRO ' ' TO FO �' c e AGE UTION Ib l°o -aO-AYorneYyt cry ole T'AGENDA`n2019\D7 Jnly\ProourementlRPP 2015-078-ND Exterior Repair and Cca:ira of Prestressed Concrete I II Water Tanks\RFP-2018-076-NO-Resolution 7.12.15.doc ATTACHMENT B REQUEST FOR PORPOSAL (RFP) AND ADDENDUMS MIAMI B EAC HProcurement Department 1755 Merdian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeacnfl,gov ADDENDUM NO. 2 REQUEST FOR PROPOSALS NO.2018-076-ND EXTER,OR REPAIR AND COATING OF PRESTRESSED CONCRETE WATER TANKS(the RFP) April 25,2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City, The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined), I. RFP DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Friday, May 4,2019 at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Flodda 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. REVISION: Delete Appendix E, Cost Proposal Form, on page 65-67 of the RFP, in its entirety and Replace with Revised Appendix E, Cost Proposal Form, attached hereto as Exhibit A, THE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL. FAILURE TO SUBMIT THE REVISED COST PROPOSAL FORM WITFITFIE PROPOSAL SHALL DEEM PROPOSER NON-RESPONSIVE III. REVISION: Section 0300, Proposal Submittal Instrucfions and Format, 3. Proposal Format, Tab 3. Scope of Services Proposed on page 17-18 of the RFP, is hereby amended as follows. TAB 3 Scope of Services Proposed All responses to the below shall be in sufficient detail and include supporting documentation, es applicable, which will allow the Evaluation Committee to complete a fully review and score the proposed scope of services. • 3.1. Approach and Methodology. Submit detailed information addressing how Bidder will achieve corrections of the deficiencies noted in the assessment of current conditions (Appendix H). Bidder shall address, with specificity, the materials, means and methods to be used in all repairs. Detailed product descriptions on all materials are to be submitted. 3.1.2. If aoolicable, submit proof that the Bidder is a certified applicator of the manufactured product(s) proposed. 3.2. Compliance with Codes and Standards. Submit detailed information, as applicable, on al! codes (local, state or federal) and standards (e.g., American Water Works Association, ASTM International, etc.) that will apply to this project and how Bidder plans on complying with said codes, standards or other requirements. 3.3 Staffing Plan. Submit a detailed staffing plan indicates the availability of the personnel proposed to work on the Project. Bidder shall clearly detail the role of all sub-contractors proposed for the Project. RFP Na. 2018-076-ND Addendum#2 4/25/2018 MIAMII AM I B E /\ C H Procurement Department V LJ L/'1 , 1 "755 Meridian Aye,3's Floor, Miami Beach, Florida 33139 Wvw.miamibeachfl,gov IV. ATTACHMENTS. Exhibit A:Revised Appendix E,Cost Proposal Form. V. RESPONSES TO QUESTIONS RECEIVED. 01: How to obtain access to utilities during project? Al: Public Works Operations will provide access to the utilities for pre-scheduled work. Q2: Working hours, any restrictions? A2: Work is to be conducted during daylight hours and preferably between 8:00 a.m. and 7:00 p.m. 03: Are they are details of any structural repairs or who will provide such details? A3: The structural repairs needed are addressed in the inspection reports, Appendix H of the solicitation. 04: What type of product specifications for concrete repairs and waterproofing details? A4: As stipulated in Section 0200, Instructions to Respondents & General Conditions, Section 2. Purpose, Bidders shall submit proposed materials, means, and methods(include detail information on products and processes)for completing the necessary repairs addressed in the assessments. 05: Is there an equal products specification for concrete or waterproofing details? AS: See response to item Q4 above. Q6: Crack detail repairs? A6: See response to Item Q4 above. Q7: Is there a specific color? A7: See response to item Q4 above. Q8: How many layers of waterproofing? A8: See response to item Q4 above. 09: Do we need product applicator approval from manufacturers? A9: Please refer to Section SI.of this addendum. 010: Any type of special insurance umbrella? A10: Please refer to Appendix F,Insurance Requirements, E.for umbrella liability requirements. RFP No. 2018-076-ND Addendum 82 4/2 512 01 8 M I AMI B EAC HProcurement Department 1755 Meridian Ave, 3rc Floor, Miami Beach, Florida 33139 www.mi amibeachf.gay Q11 Can we work he two locations at the same time? All: Yes,both tanks can be worked on at the same time. 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@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 6263 nataiiadelgadoralmiamibeachtl.aov • Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the 'Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sin PDC rocur ent Director 4-11.: u171�1 1. � a: . tjjslvrj�r�L ILO W: �:1a469�rIMs.`liJ:fel r.s_iia .i; .'iu t 'it�lrliagrRt'ias 111rill: " � ' • • • • RFP No. 2018-076-ND Addendum#2 4/24/2018 MIAMI B EACHProcurement Department 1755 Meridian Ave, ad Floor, Miami Beach, Florida 33139 mww,miamibeachfl.gov • EXHIBIT A Revised Cost Proposal Form • THE REVISED COST PROPOSAL FORM IS • REQUIRED- TO BE SUBMITTED WITH TH PROPOSAL •RFP No.2018-076-ND Addendum#2 4'2312018 MI r1 I BEACH/�f--� Procurement Department /-�/ V , L 1755 Meridian Ave, 3d F!oor, Miami Beach, Florida 33139 www.miam[beachFl:gov REVISED APPENDIX E COST PROPOSAL FORM FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND(IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. City of Miami Beach !TB Price Farm The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates, if applicable, may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division,which may disqualify bidder. -Ext rc7 7jZ i.�' a•+tom ;: �.3 ifri � �?tt Cr ”Thrw North Reservoir,4,000,000 Gallon Water Storage Tank Located at. 75`"Street Water Pump Station No.23 $ South Reservoir, 4,000,000 Gallon Water Storage Tank Located at 75th Street Water Pump Station No. 23 $ North Reservoir, 3,000,000 Gallon Water Storage Tank Located at 451 Dade Boulevard, Miami Beach, Florida $ South Reservoir, 3,000,000 Gallon Water Storage Tank Located at , 451 Dade Boulevard, Miami Beach, Florida $ Bond $ Insurance $ SUBTOTAL $ Allowance for City Indemnification $25.00 Permit Allowance $ 20,000.00 *LUMP SUMTOTAL(TOTAL SECTION 3A) $ RFP No.2018-076-NO Addendum#2 4,125:2018 MIAMI B EACH Procurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www,miamibeachflgov BASE CONTRACT SHALL BE BASED ON THIS AMOUNT .f--,E-'<l retlu: 14C7:Ce •c ir Da (16$B "%l _®'. • Y`3 - t. Annual ( Estimated Unit Total Item Description Quantityr U/ NI Cost (Quantity_X_Unit_Cost) Hourly Rate- Regular (Monday through Friday 7:00 a.m.to Hourly 1 5:00 p.m.) 40 Rate $ $ Hourly Rate -Non Regular(Monday through Friday after 5:00 pm. or on Hourly 2 Weekends) 20 Rate $ $ SUBTOTAL-LABOR $ Mark- Total up (Quantity_X_% Mark-up) li Estimated Annual isee Appendix D Item Description Costs No.451 Purchase of Related 3 Parts and Supplies $1,000 % $ SUBTOTAL-PARTS&SUPPLIES $ TOTAL SECTION 1B GRAND TOTAL(ITEMS 1A-18) $ 'The estimated amourts stated herein are for calculation purposes ariy.Actual amaun:s may be greater or less than he estimated amocrts. li RFP No.2018-076-ND Addendum#2 4/23/2018 • MIAMI B EACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov APPENDIX E COST PROPOSAL FORM FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Section 2-Bidder's Affirmation: The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in a] respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly, The Bidder agrees, if this b:d is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish ail necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the •• time limits specified the Work covered by the Contract Documents for the Project entitled: Company: • Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. RFP No. 2018-076-ND Addendum#2 4/23/2018 MIAMI B EACHProcurement Department 1755 Meridian Aye, 3rd Floor, Miami Beach, Florida 33139 www.miamibeachd.gov ADDENDUM N0. 1 REQUEST FOR PROPOSALS NO. 2018-076-ND EXTERIOR REPAIR AND COATING OF PRESTRESSED CONCRETE WATER TANKS(the RFP) April 4,2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined) I. RFP DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday. April 30 2018, at the following location: City cf Miami Beach Procurement Department 1755 Meridian Avenue,3^1 Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. SITE VISIT. A site visit will be held on Thursday,April 12, 2018 @ 9:00 a.m., at the following address: City of Miami Beach Public Works Department/Water Pump Station No. 1 451 Dade Boulevard Miami Beach, FL 33140 The deadline for receipt of questions is Monday,April 16, 2013 at 5:00 p.m.(EST). III. RESPONSES TO QUESTIONS RECEIVED. • 01: I just would like to clarify that this proposal as stated is in fact for the exteriors only, based on the Chrom report there are some items on the interior of tanks to be addressed. Will there be an addendum? Or the interior will not be a part of this proposal. Al: This proposal only seeks to have the exterior of the tanks repaired. Q2: I don't see anywhere in the bid document anything regarding product specifications. I only see existing coatings from CROM's the reports. Some reports mention Porters Paint and some Tnemec's. Please specify products. A2: As stipulated in Section 0200, Instructions to Respondents & General Conditions, Section 2. • Purpose, Bidders shall submit proposed materials, means,and methods(include detail Information on products and processes)for completing the necessary repairs addressed in the assessments. • 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@miamibeachrl.gov Contact: Telephone: Email. Natalia Delgado 305-673-7000 ext. 6263 nataliadelgadolOmiamibeachfl,gov RFQ No. 2D18-076-ND Addendum#1 414'2018 M I AM I B EACHProcurement Department 1755 dlleridian Ave, 3'u Floor, Miami Beach, Florida 33139 www.miamibeacPfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of you- RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete arc return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sre• ly, • Al- Denis P . -nt Director RFD No.2018-076-ND Addendum#1 4/412018 • REQUEST FOR PROPOSALS (RFP) RFP 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks RFP ISSUANCE DATE: MARCH 9, 2018 PROPOSALS DUE: APRIL 10, 2018 @ 3:00 PM ISSUED BY: Natalia Delgado, Procurement Contracting Officer I PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3'd Floor, Miami Beach, FL 33139 305.673.7000 x 6263 I nataliadelgado@miamibeachfl.gov I www.miamibeachfl.gov BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 DEFINITIONS 5 0200 INSTRUCTIONS TO BIDDERS & GENERAL CONDITIONS 8 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 17 0400 PROPOSAL EVALUATION 19 APPENDICES: PAGE APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 21 APPENDIX B "NO PROPOSAL FORM 28 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 30 APPENDIX D SPECIAL CONDITIONS 33 APPENDIX E COST PROPOSAL FORM 69 APPENDIX F INSURANCE REQUIREMENTS 73 APPENDIX G SAMPLE CONTRACT 77 APPENDIX H TANK INSPECTION REPORTS 87 REP 2018-076-ND 2 REQUEST FOR PROPOSALS SUMMARY 7 BEACH Bid Element Description Request for Proposals No. 2018-076-ND Estimated Construction Budget $381,296.00 RFP Title: EXTERIOR REPAIR AND COATING OF PRESTRESSED CONCRETE WATER TANKS Basic Description of the Scope of Work: The City seeks proposals from qualified firms for the exterior repair and coating of the prestressed concrete water tanks located at 75'" Street Water II Pump Station No. 23 and 451 Dade Boulevard, Miami Beach, Florida as set forth herein and • including Appendix C, Minimum Requirements & Specifications. Solicitation Issuance: March 9, 2018 Pre-Proposal Conference March 20, 2018 AT 2:00 PM EST Date, Time, & Location: Procurement Department n Meeting is Mandatory (only if box is 3rd Floor; Conference Room checked) 1755 Meridian Avenue Miami Beach, FL 33139 Dial-in Instructions: • Dial the Telephone Number: 1-888-270-9936 • Enter the Meeting Number: 9415468 and then press the pound (#) key Site Visit Date, Time, & Location: There will not be a scheduled site visit for this project. Any contractor wishing to visit the site shall n Site Visit is Mandatory (only if box is coordinate a date and time with the Procurement checked) Contracting Officer named herein. Last Day for Receipt of Questions: March 30, 2018 AT 5:00 PM EST Responses Due Date &Time: April 10, 2018 AT 3:00 PM EST Solicitation Opening Date and Time: Immediately following the above due time or as close as feasibly possible. Formal Solicitation Opening Location Procurement Department li (respond to): Third Floor 1755 Meridian Avenue Miami Beach, FL 33139 Response Format: Per bid documents: 1. Sealed Opaque Envelope (Properly Addressed) As per Section 0300 Below Basic Solicitation Requirements: 1. Bid Guaranty of 5% Please reference Appendix C & D for detailed information. ❑ is required at the time of bid submission. ❑ is NOT required for this project. BID NO: 2016-076-ND CITYOF MIAMI BEACH - BEACH 3 2. Performance and Payment bond equal to 100% of the total project: N SHALL be required prior to contracting with the successful bidder. Alternative security instruments will be considered under City ! Code. ❑ SHALL NOT be required for this project. Prevailing Wage Rates & Local LJ SHALL be applied. Workforce Program Requirements ® SHALL NOT be applied unless project cost Please reference Appendix D for detailed exceeds $1,000,000 for a covered project. information. Project Completion Timeframe: 75'h Street North Reservoir 25 calendar days, Substantial Completion 30 calendar days, Final Completion 75'" Street South Reservoir 25 calendar days, Substantial Completion 30 calendar days, Final Completion 451 Dade Boulevard North Reservoir 25 calendar days, Substantial Completion 30 calendar days, Final Completion 451 Dade Boulevard South Reservoir 75 calendar days, Substantial Completion 30 calendar days, Final Completion Liquidated Damages: 8500.00 shall be assessed for each day after Substantial Completion that the Work is not complete. ! Procurement Contact Information: Natalia Delgado, Procurement Contracting Officer t Phone: 305.673.7000 ext. 6263 E-mail: nataliadelgado(8miamibeachfl.gov 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 htto://library.municode.comindex.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 ra fa e l o ra n ad o(W m is m i beachf qov. NOTIFICATIONS AND AMENDMENTS: Bid Notifications and Amendments are issued through the City's partnership with Public Purchase. To ensure receipt of all amendments to this bid, please make sure that your company is registered at: www.publicpurchase.com BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 4 SECTION 0100 DEFINITIONS Definitions: Whenever the following terms or pronouns in place of them appear in the Project Manual, the intent and meaning shall be interpreted as follows: 1.1 Bid: shall refer to any offer(s) submitted in response to this ITB. The terms "Bid" and "Bid Submittal" are used interchangeably. 1.2 Bidder: Any individual, firm, or corporation submitting a bid for this Project, acting directly or through a duly authorized representative. 1.3 Change Order: A written document ordering a change in the Contract Price or Contract Time or a material change. 1.4 City: The City (or Owner) shall mean the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139, which is a party hereto and /or for which this Contract is to be performed. In all respects hereunder, City's performance is pursuant to City's position as the owner of a construction project. In the event City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, laws and ordinances shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a party to this Contract. 1.5 City Commission: City Commission shall mean the governing and legislative body of the City. 1.6 City Manager: City Manager shall mean the Chief Administrative Officer of the City. 1.7 Contractor: shall refer to a Registered Architect and/or Licensed Professional Engineer that has been contracted by the City to provide professional services for this project. 1.8 Contract: The part or section of the Contract Documents addressing some of the rights and duties of the parties hereto, including but not limited to contract time and liquidated damages. 1.9 Contract Administrator: The City's Contract Administrator shall mean the individual appointed by the City Manager who shall be the City's authorized representative to coordinate, direct, and review on behalf of the City, all matters related to the Project. The City's Contract Administrator for the Project shall be the Capital Projects Coordinator. 1.10 Contract Documents: The official documents setting forth bidding information, requirements and contractual obligations for the project and includes the Contract, Invitation to Bid, Scope of Work, Instructions to Bidders, Supplements, Technical Specifications, Exhibits, Certificated, Closeout Forms, General Conditions, Supplementary Conditions, Plans, Drawings, Addenda, Award by the City Commission, Bonds, Notice of Award, Notices to Proceed, Purchase Order(s), Change Order(s), Field Order(s), Supplemental Instructions, and any additional documents the submission of which is required by the Project. 1.11 Contract Price: The original amount established in the Bid Submittal and award by the City, as may be amended by Change Order. 1.12 Contract Time: The original time between commencement and completion, including any milestone dates thereof, established in Article 2 of the Sample Contract (Appendix G, attached), as may be amended by Change Order. 1.13 Contractor: The person or entity with whom the City has contracted and who is responsible for the acceptable performance of the Work and for the payment of all legal debts pertaining BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 5 to the Work. All references in the Contract Documents to third parties under contract or control of Contractor shall be deemed to be a reference to Contractor. 1.14 Field Order: A written order which orders minor changes in the Work but which does not involve a change in the Contract Price or Contract Time. 1.15 Final Completion: The date certified by Contractor in the Final Certificate of Payment upon which all conditions and requirements of any permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by Contractor; any other documents required to be provided by Contractor have been received by Contractor; and, to the best of Contractor's knowledge, information, and belief, the Work defined herein has been fully completed in accordance with the terms and conditions of the Contract Documents. 1.16 Materials: Materials incorporated in this Project, or used or consumed in the performance of the Work. 1.17 Notice(s) to Proceed: Written notice to Contractor authorizing the commencement of the activities identified in the notice or as described in the Contract Documents. 1.18 Owner's Contingency: The Owner's Contingency is to cover construction related cost which were not specifically foreseeable or quantified as of the date of Bid submittal, including but not limited to the following: correction of minor defects or omissions in the Work not caused by the Contractor's negligence; cost overruns due to the default of any subcontractor or supplier; minor changes caused by unforeseen or concealed site conditions; and minor changes in the Work not involving adjustment in the Contractor Price or extension of the completion date and not inconsistent with the approved final plans and specifications. The Owner's Contingency is to be used solely at the discretion of the City. Prior approval by the City shall be required for the use of Owner's Contingency. 1.19 Plans and/or Drawings: The official graphic representations of this Project which are a part of the Contract Documents. 1.20 Program Manager: Not applicable. 1.21 Project: The construction project described in the Contract Documents, including the Work described therein. 1.22 Project Initiation Date: The date upon which the Contract Time commences. 1.23 Resident Project Representative: Not applicable. 1.24 Responsible Bidder: An offeror who has the capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. 1.25 Responsive Bidder: A person or entity who has submitted a bid which conforms in all material respects to a solicitation. A bid or proposal of a Responsive Bidder must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements by the bid documents to be submitted at the time of bid opening. 1.26 Subcontractor: A person or entity having a direct contract with Contractor including one who furnishes material worked to a special design according to the Contract Documents, but does not include one who merely furnishes Materials not so worked. 1.27 Substantial Completion: The date certified in writing by Contractor, and as fully determined by the Contract Administrator in his/her sole discretion the work, or a portion thereof, is at a BID NO: 2018-076-ND CITYOF MIAMI BEACH `X BEACH 6 level of completion in substantial compliance with the Contract Documents such that all conditions and requirements of permits and regulatory agencies have been satisfied and the Work is sufficiently complete in accordance with the Contract Documents so the Project is available for beneficial occupancy by City. A Certificate of Occupancy or Certificate of Completion and/or other authorization from the Cay acceptable to Contract Administrator must be issued for Substantial Completion to be achieved; however, the issuance of a Certificate of Occupancy or Certificate of Completion or the date thereof are not to be determinative of the achievement or date of Substantial Completion. 1.28 Surety: The surety company or individual which is bound by the performance bond and payment bond with and for Contractor who is primarily liable, and which surety company or individual is responsible for Contractor's satisfactory performance of the work under the contract and for the payment of all debts pertaining thereto in accordance with Section 255.05, Florida Statutes. 1.29 Work: The construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by Contractor to fulfill Contractor's obligations. The Work may constitute the whole or a part of the Project. Balance of Page Intentionally Left Blank BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 7 SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Bidders to submit their qualifications, proposed scopes of work and cost proposals (the "proposal") 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 Bidders and, subsequently, the successful Bidder(s) (the"contractor[si') if this RFP results in an award. The City utilizes PublicPurchase (www.oublicourchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective Bidder who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City has completed an assessment of the current conditions for its prestressed concrete potable water storage tanks, attached hereto as Appendix H. The purpose of this RFP is to receive proposals from firms experienced in the repair and maintenance of prestressed concrete potable water storage tanks. The work shall consist of furnishing all supervision, labor, material, equipment, scaffold and forms required to repair two (2) 4,000,000 gallon water storage tanks located at 75th Street Water Pump Station No. 23 and two (2) 3,000,000 gallon water storage tanks located at 451 Dade Boulevard, Miami Beach, Florida. As a requirement to responding to this RFP, Bidders shall submit qualifications, as well as the proposed materials, means, and methods (include detailed information on products and processes) for completing the necessary repairs addressed in the assessments. The City, at its sole discretion, will consider the best combination of qualifications, scope of services and cost in making an award. 3.ANTICIPATED RFP TIMETABLE. The tentative schedule for this solicitation is as follows: RFP Issued March 9, 2018 Pre-Proposal Meeting March 20, 2018 @ 2:00 PM EST Deadline for Receipt of Questions March 30, 2018 @ 5:00 PM EST Responses Due April 10, 2018 @ 3:00 PM EST Evaluation Committee Review TBD Bidder Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact Telephone. Email: Natalia Del•ado 305-673-7000 Ext.6263 nataliadel.ado• miamibeachf.•ov additionally the City Clerk is to be copied on all communications via e-mail at: RafaelGranado(a)miamibeach0.gov: BID NO: 2018-076-ND CITYOF MIAMI BEACH `V'IBEACH 8 or via 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 proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Bidders in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Attendance (In person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Bidders interested in participating in the Pre-Proposal 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: 9415468 Bidders who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. 6. PRE-PROPOSAL 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- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective Bidder who has received this RFP by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE OF SILENCE. This RFP is subject to, and all Bidders are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Bidders shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non- compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranadoemiamibeachf.gov BID NO: 2018-076-ND CITYOF MIAMI BEACH , , BEACH 9 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://www.mi amibeachfl.gov/city-hall/procurement/procurement-related-ordi nance-and-procedures/ • CONE OFSILENCE _._.. _. _....._ CITY CODESECTION 2486 • PROTEST PROCEDURES .. ... .... . ... .... ...... CITY CODE SECTION 2371 • DEBARMENT PROCEEDINGS .... ..... ..... .... .. .. . ..... CITY CODE SECTIONS 2-397 THROUGH 2485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES ....... ___.. CITY CODE SECTIONS 2.48'THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS. _ _ . .... CITY CODE SECTION 2487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR CITY CODE SECTION 2-373 DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT...... CITY CODE SECTIONS 2407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2374 VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES.... __.. .._... • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS& CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS.This RFP is subject to, and all Bidders are expected to be or become familiar with, all City lobbyist laws. Bidders shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFP is subject to, and all Bidders are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFP is subject to, and all Bidders 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. Bidders 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 responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879, the Bidder shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Bidder, 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. 14. AMERICAN WITH DISABILITIES ACT (ADAI. Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals 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. BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 10 16. PROTESTS. Bidders that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR. Proposals may, however, identify other sub-contractors or sub-consultants to the prime Bidder who may serve as team members. 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, 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 responsive, responsible Bidder, by providing such Bidder an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFP, the highest proposal 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 proposal pursuant to an RFP or oral or written request for quotation, and such proposals 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. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Bidder(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations. (1) The ability, capacity and skill of the Bidder to perform the contract. (2) Whether the Bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation,judgment, experience and efficiency of the Bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Bidder with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Bidder. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Bidder in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Bidders that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 11 21. POSTPONEMENT/CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process: or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the Bidder the contract or reject all proposals within one-hundred twenty (120) calendar days after proposal opening date. A Bidder may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Procurement Department prior to award of the contract by the City Commission. 22. BIDDER'S RESPONSIBILITY. Before submitting a response, each Bidder shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Bidder from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Bidder. 23. COSTS INCURRED BY BIDDERS. All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the Bidder, and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Bidders hereby acknowledge and agree, that the successful Bidder is considered to be an independent contractor, and that neither the Bidder, nor the Bidder's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS) which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Bidders are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFP. Failure to do so will be at the Bidder's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS & ROYALTIES. 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 BID NO: 2018-076-ND CITYOF MIAMI BEACH ,'..BEACH 12 exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 30. DEFAULT: Failure or refusal of the selected Bidder to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Bidder from the City's vendor list. 31. 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. Lack of knowledge or ignorance by the Bidder with/of applicable laws will in no way be a cause for relief from responsibility. 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. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor 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 contractor shall be liable for any damages or loss to the City occasioned by negligence of the Bidder, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Bidder certifies that it 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. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Bidder shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 34. DEMONSTRATION OF COMPETENCY. 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, including: A. Pre-award inspection of the Bidder's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. 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 solicitation. 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 BID NO: 2018-076-ND CITYOF MIAMI BEACH V,BEACH 13 material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. 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 such contract, to any person, company or corporation, without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Bidder shall obtain and pay for all licenses. permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. 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. 38. 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. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contractor agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The Bidder's proposal in response to the solicitation. 40. INDEMNIFICATION. The 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 contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor 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 incurred thereon. The Bidder expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. 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. 42. FLORIDA PUBLIC RECORDS LAW. 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 proposals, 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 BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 14 _ 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. 43. OBSERVANCE OF LAWS. Bidders are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Bidder will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Bidders 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 Bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Bidder entity or any of its affiliates. 45. MODIFICATIONIWITHDRAWALS OF PROPOSALS. A Bidder may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 46. EXCEPTIONS TO RFP. Bidders must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Bidder to comply with the particular term andlor condition of the RFP to which Bidder took exception to (as said term and/or condition was originally set forth on the RFP). 47. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Bidders shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 48. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Bidders at any time during the RFP solicitation process, unless otherwise noted herein. 49. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $5Q000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a BID NO: 2018-076-ND CITYOF MIAMI BEACH `,', BEACH 15 Purchase Order(or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank BID NO: 2018-076-ND CITYOF MIAMI BEACH 16 , ',BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original 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 proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, Bidder name, Bidder return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 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 Bidder unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the sections and manner specified below, Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non- responsive and will not be considered. Cover Letter& Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Bidder and Bidder Primary Contact for the purposes of this solicitation. 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum I qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Ex.erience &Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the Bidder submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and year(s) and term of engagement. 2.2 Qualifications of Bidder Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each Proposal team member to be assigned to this contract. 2.3. Certifications. Submit information on any and all applicable certifications that the Bidder or a member of its team (either firm or individual), has achieved that will demonstrate its competency in completing the required work. Scope of Services Proposed All responses to the below shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to complete a fully review and score the proposed scope of services. 3.1. Approach and Methodology. Submit detailed information addressing how Bidder will achieve corrections of the deficiencies noted in the assessment of current conditions (Appendix H). Bidder shall address, with specificity, the materials, means and methods to be used in all repairs. Detailed product descriptions on all materials are to be submitted. BID NO: 2018-076-ND CITYOF MIAMI BEACH -•,.`. BEACH 17 3.2. Compliance with Codes and Standards. Submit detailed information, as applicable, on all codes (local, state or federal) and standards (e.g., American Water Works Association, ASTM International, etc.) that will apply to this project and how Bidder plans on complying with said codes, standards or other requirements. 3.3 Staffing Plan. Submit a detailed staffing plan indicates the availability of the personnel proposed to work on the' Project. Bidder shall clearly detail the role of all sub-contractors proposed for the Project. TAB 4 Cost Proposal Submit a completed Cost Proposal Form (Appendix E). 4. Financial Capacity. Within 3 business days of request by the City, Bidder 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 Bidder. The Bidder shall request the SQR report from D&B at: https:llsuppl ierportal.dn b.comlweba pp/wcs/storeslservlet/SupplierPortal?storeld=11696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Bidder 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. 5. Additional Information or Clarification. After proposal submittal, the City reserves the right to require additional information from Bidders (or Bidder team members or sub-consultants) to determine, qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). Balance of Page Intentionally Left Blank BID NO: 2018-076-ND CITYOF MIAMI BEACH ,'.. BEACH 18 SECTION 0400 PROPOSAL EVALUATION 1. Evaluation Committee.An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. If further information is desired, Bidders may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the proposals only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Procurement Department. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received, with or without conducting interview sessions. Step 1 -Qualitative Criteria Maximum Points Bidder Experience and Qualifications 40 Scope of Services Proposed- 35 TOTAL AVAILABLE STEP I POINTS 75 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Bidders may receive additional quantitative criteria points to be added by the Procurement Department to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Maximum Points Cost Proposal 25 Veterans Preference - 5 TOTAL AVAILABLE STEP 2 POINTS 30 BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 19 4. Cost Proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Cost 1 • Example Maximum I Formula for Calculating Points Vendor Allowable Points (lowest cost/cost of proposal being Total Points Vendor Cost ' (Points noted are for illustrative evaluated X maximum allowable Proposal pwposes only.Actual points are ' points=awarded points) Awarded l noted above.) Round to VendorA $100.00 _ 20 $1001$100X20=20 20 VendorB $150.00 20 $1001$150X20=13 13 ' VendorC $200.00 20 $1001$200X20=10 10 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Procurement Department. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Step 1 Points 82 I 76 I 80 Committee Step 2 Points 22 15 I 12 Member 1 Total 104 ' 91 i 92 Rank 1 1 3 ' 2 Step 1 Points 79 85 I 72 Committee Step 2 Points 22 15 ' 12 Member 2 Total 101 100 i 84 Rank 1 2 1 3 Step 1 Points 80 74 66 Committee Step 2 Points 22 15 12 Member 2 Total 102 89 78 Rank 1 2 3 Low Aggregate Score 3 7 a Final Ranking* t 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. Balance of Page Intentionally Left Blank BID NO: 2018-076-ND CITYOF MIAMI BEACH `,,,BEACH 20 APPENDIX A Proposal Certification , Questionnaire & Requirements Affidavit RFP No. 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 21 Solr iciGtion No: I SolicitaEon Tide: • RFP 2015-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks Procurement Contact: Tel: Email: Natalia Delgado 305-673-7000 Ext 6263 nataliadelgado@miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Bidders of certain solicitation and contractual requirements, and to collect necessary information from Bidders 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 Bidder Information. FIRM NAME: No of Years in BLsiness: Na of Years in Business Locally: OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS'. FIRM PRIMARY ADDRESS;HEADQUARTERS): CITY: STATE: ZIP CODE. TELEPHONE NOr: 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 Bidder 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 Bidder to perform in accordance with contract requirements. BID NO: 2018-076-ND CITYOF MIAMI BEACH 22 1. Veteran Owned Business. Is Bidder claiming a veteran owned business status? I YES 1---1 NO SUBMITTAL REQUIREMENT: Bidders 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. 2. Conflict Of Interest. All Bidders 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 Bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Bidder entity or any of its affiliates. SUBMITTAL REQUIREMENT: Bidders 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. Bidders 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 Bidder entity or any of its affiliates 3. References & Past Performance. Bidder shall submit at least three (3) references for whom the Bidder 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. 4. Suspension, Debarment or Contract Cancellation.Has Bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- erformance by an,y public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES." Bidder shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions.Bidders 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. Bidders 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. 6. 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 Department with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Bidder,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: Bidder shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Bidder may submit a statement indicating that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http9/www.miamibeachfi.gov/city-hall/orocurement/procurement-related-ordinance-and-procedures! BID NO: 2018-076-ND CITYOF MIAMI BEACH 23 1. Effective January 1, 201$ coreredemployees must be paid a living wage rate of no le`c than $11.62 pe•hour with bona benefits, •-. • .. - . : . :.. .:. "•: . : : -.�. •-. • .. benefits ar^.ca in p -- .:- . : .. .. . :.•: : ..; ,..,. ( particular year). tnflerwage-Fequiremertt, - .. .. 8. 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. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES 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? YES 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 Bidder 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 Managers decision is final. Further information on the Equal Benefits requirement is available at htN:/Nnww.miamibeachfi.gov/city-halwprocurement/procurement-related-ordinance-and- procedures/ BID NO: 2018-076-ND CITYOF MIAMI BEACH 24 9. 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, Bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race, color, national origin, religion,sex,intersexuality,gender identity,sexual orientation, marital or familial status, age or disability SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach. Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Bidder shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Bidder agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement. Pursuant to Section 2-376 of the City Code, the City shall not enter into any contract resulting from a competitive solicitation, unless the Bidder certifies in writing That the business has adopted and employs written policies, practices, and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment, (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (hi) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Bidders or alter solicitation requirements. The City will strive to reach every Bidder having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda 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 i Addendum 7 Addendum 12 Addendum 3 I Addendum 8 Addendum 13 Addendum 4 I Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. BID NO: 2018-076-ND CITYOF MIAMI BEACH 25 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 Bidders. 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. Bidders 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 Bidders 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. Bidders are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Proposal, the Bidder 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 Bidder 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 Bidders 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. BID NO: 2018-076-ND CITYOF MIAMI BEACH 26 BIDDER CERTIFICATION I hereby certify that: I, as an authorized agent of the Bidder am submitting the following information as my firm's proposal; Bidder 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, Bidder 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; Bidder has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other Bidder or party to any other proposal', Bidder 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 Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Bidder's Authorized Representative: Title of Bidder's Authorized Representative. Signature of Bidder's 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 Slate of Florida My Commission Expires: BID NO: 2018-076-ND CITYOF MIAMI BEACH 27 APPENDIX B " No Bid " Form RFP No. 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note: It is important for'those vendors who have received notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid." The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified BID NO: 2018-076-ND CITYOF MIAMI BEACH ,r,�..BEACH 28 Statement of No Bid 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 PROCUREMENT DEPARTMENT ATTN: NATALIA DELGADO PROPOSAL #2018-076-ND 1755 MERIDIAN AVENUE, 3rd FLOOR MIAMI BEACH, FL 33139 BID NO: 2018-076-ND CITYOF MIAMI BEACH ,,,: ,,, BEACH 29 APPENDIX C Minimum Requirements & Specifications RFP No. 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 BID NO: 2018-076-ND CITYOF MIAMI BEACH ,.,.,.BEACH 30 Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Bidder shall submit the required submittal(s) documenting compliance with each minimum requirement. Bidders that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1, Bid Guaranty: Bidder shall submit, WITH ITS BID, either an original bid bond executed by a surety company meeting the qualifications for surety companies as specified in Appendix D, Special Conditions, or by certified check, cashier's check, Bid Guaranty Form, Unconditional Letter of Credit (Form 00410), treasurer's check or bank draft of any national or state bank (United States), in the amount of 5% of the bid amount, payable to City of Miami Beach, Florida. FAILURE TO INCLUDE THE BID BOND WITH THE BID SUBMITTAL SHALL RESULT IN THE BID BEING DEEMED NON-RESPONSIVE AND NOT BEING CONSIDERED. A PERSONAL CHECK OR A COMPANY CHECK OF A BIDDER SHALL NOT BE DEEMED A VALID BID SECURITY. Security of the successful Bidder shall be forfeited to the City of Miami Beach as liquidated damages, not as a penalty, for the cost and expense incurred should said Bidder fail to execute the Contract, provide the required Performance Bond, Payment Bond and Certificate(s) of Insurance, within fifteen (15) calendar days after notification of the award of the Contract, or failure to comply with any other requirements set forth herein. Bid Securities of the unsuccessful Bidders will be returned after award of the Bid by the Mayor and City Commission. ANY BID THAT DOES NOT INCLUDE, WITH THE BID, A BID BOND SHALL BE DEEMED NON-RESPONSIVE AND SHALL NOT BE CONSIDERED. 2. Bidder(defined as the Firm) shall have completed at least three(3) projects of a similar nature (repairs on prestressed concrete water tanks)for other public agency(ies) within the last five (5) years. Required Submittals: for all qualifying projects, submit project name, project contact information (phone and email), and narrative on scope of services provided. 3. Bidder shall be State of Florida Certified or Miami Dade County Licensed General Contractor. C2. Permits. The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work, including (at a minimum): 1. The successful contractor shall be responsible for obtaining a Building Permit from the City of Miami Beach Building Department. 2. The successful contractor shall be responsible for obtaining a dewatering permit from the appropriate agencies if necessary. 3. The successful contractor shall be responsible for obtaining any permits required by the Department of Environmental and Resource Management (DERM). C3.Assessment of Current Conditions. The Tank Inspection Reports for each tank are included herein as Appendix H as follows: BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 31 • Appendix H1 - Tank Inspection Report for 75k Street Water Pump Station —South Reservoir. • Appendix H2-Tank Inspection Report for 75"' Street Water Pump Station— North Reservoir. • Appendix H3-Tank Inspection Report for 25t Street Water Pump Station —North Reservoir. • Appendix H4-Tank Inspection Report for 25th Street Water Pump Station—South Reservoir. C4. Scope of Services. The proposed scope of services (to be submitted as part of Section 0300 — Tab 3) shall address any and all deficiencies highlighted in the Tank Inspection Reports, including all materials, methods and means utilized to address said deficiencies. If awarded, failure of bidder to address any deficiency in its proposal SHALL NOT relieve it of the obligation to correct the deficiency at the proposed bid price. Balance of Page Intentionally Left Blank BID NO: 2018-076-ND CITYOF MIAMI BEACH ,,' BEACH 32 APPENDIX D Special Conditions RFP No . 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 BID NO: 2018-076-ND CITYOF MIAMI BEACH BFACH 33 1. Prevailing Wage Rates & Local Workforce Participation: Chapter 31, Articles II and Ill, of the Code of City of Miami Beach requires that the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation. Additionally, the contractor will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. 2. Contract Price: The Contract Price is to include the furnishing of all labor, materials, equipment including materials, shop drawings, tools, services, permit fees, applicable taxes, overhead and profit for the completion of the Work except as may be otherwise expressly provided in the Contract Documents. The cost of any item(s) of Work not covered by a specific Contract unit price or lump sum price shall be included in the Contract unit price or lump sum price to which the item(s) is most applicable. 3. Performance Bond and Payment Bond: Within ten (10) calendar days of being notified of the award, Contractor shall furnish a Performance Bond and a Payment Bond containing all the provisions of the Performance Bond and Payment Bond in the form required by the City. a. Each Bond shall be in the amount of one hundred percent (100%) of the Contract Price guaranteeing to City the completion and performance of the work covered in such Contract as well as full payment of all suppliers, laborers, or subcontractors employed pursuant to this Project. Each Bond shall be with a surety company which is qualified as required herein. b. Each Bond shall continue in effect for one year after Final Completion and acceptance of the work with liability equal to one hundred percent (100%) of the Contract sum, or an additional bond shall be conditioned that Contractor will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Contract. c. Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Contractor shall ensure that the bond(s) referenced above shall be recorded in the public records of Miami-Dade County and provide City with evidence of such recording. 4. Qualification of Surety. a. Each bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent in the State of Florida and having been in business with a record of successful continuous operation for at least five (5) years. BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 34 b. The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with United States Department of Treasury Circular 570, Current Revisions. If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10, Section 223.111). Further, the surety company shall provide City with evidence satisfactory to City, that such excess risk has been protected in an acceptable manner. c. The City will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom of the Office of the Florida Insurance Commissioner, the City shall review and either accept or reject the surety company based on the financial information available to the City. A surety company that is rejected by the City may be substituted by the Bidder or Bidder with a surety company acceptable to the City, only if the bid amount does not increase. The following sets forth, in general, the acceptable parameters for bonds: Policy- Financial holder's Size Amount of Bond Ratings Category 500,001 to 1,000,000 B+ Class I 1,000,001 to 2,000,000 B+ Class II 2,000,001 to 5,000,000 A Class III 5,000,001 to 10,000,000 A Class IV 10,000,001 to 25,000,000 A Class V 25,000,001 to 50,000,000 A Class VI 50,000,001 or more A Class VII 5. Indemnification. Contractor shall indemnify, defend and hold harmless City, its officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Agreement. This indemnification shall survive the term of this Agreement. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. a. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description covered by Section 6.1 above which may be brought against City whether performed by Contractor , or persons employed or utilized by Contractor. BID NO: 2018-076-NO CITYOF MIAMI BEACH BEACH 35 6. Labor and Materials: 6.1. Unless otherwise provided herein, Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities and services necessary for the proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. 6.2. Contractor shall at all times enforce strict discipline and good order among its employees and subcontractors at the Project site and shall not employ on the Project any unfit person or anyone not skilled in the work to which they are assigned. 7. Royalties and Patents: All fees, royalties, and claims for any invention, or pretended inventions, or patent of any article, material, arrangement, appliance, or method that may be used upon or in any manner be connected with the construction of the Work or appurtenances, are hereby included in the prices stipulated in this Contract for said work. 8. Weather: Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to the requirements established herein. These time extensions are justified only when rains or other inclement weather conditions or related adverse soil conditions prevent Contractor from productively performing controlling items of work identified on the accepted schedule or updates resulting in: (1) Contractor being unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates due to adverse weather conditions; or (2) Contractor must make major repairs to the Work damaged by weather. Providing the damage was not attributable to a failure to perform or neglect by Contractor, and providing that Contractor was unable to work at least fifty percent (50%) of the normal workday on controlling items of work identified on the accepted schedule or updates. 9. Permits, Licenses and Impact Fees: 9.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to this Contract shall be secured and paid for by Contractor. It is Contractor's responsibility to have and maintain appropriate Certificate(s) of Competency, valid for the Work to be performed and valid for the jurisdiction in which the Work is to be performed for all persons working on the Project for whom a Certificate of Competency is required. BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 36 9.2. Impact fees levied by the City and/or Miami-Dade County shall be paid by Contractor. Contractor shall be reimbursed only for the actual amount of the impact fee levied by the municipality as evidenced by an invoice or other acceptable documentation issued by the municipality. Reimbursement to Contractor in no event shall include profit or overhead of Contractor. 10. Resolution of Disputes: 10.1 To prevent all disputes and litigation, it is agreed by the parties hereto that Contractor shall decide all questions, claims, difficulties and disputes of whatever nature which may arise relative to the technical interpretation of the Contract Documents and fulfillment of this Contract as to the character, quality, amount and value of any work done and materials furnished, or proposed to be done or furnished under or, by reason of, the Contract Documents and Contractor's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent required herein. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to Contractor in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, Contractor shall notify City and Contractor in writing of Contractor's decision within twenty-one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless Contractor requires additional time to gather information or allow the parties to provide additional information. All non- technical administrative disputes shall be determined by the Contract Administrator pursuant to the time periods provided herein. During the pendency of any dispute and after a determination thereof, Contractor, Contractor and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 10.2 In the event the determination of a dispute under this Article is unacceptable to either party hereto, the party objecting to the determination must notify the other party in writing within ten (10) days of receipt of the written determination. The notice must state the basis of the objection and must be accompanied by a statement that any Contract Price adjustment claimed is the entire adjustment to which the objecting party has reason to believe it is entitled to as a result of the determination. Within sixty (60) days after Final Completion of the Work, the parties shall participate in mediation to address all objections to any determinations hereunder and to attempt to prevent litigation. The mediator shall be mutually agreed upon by the parties. Should any objection not be resolved in mediation, the parties retain all their legal rights and remedies provided under State law. A party objecting to a determination specifically waives all of its rights provided hereunder, including its rights and remedies under State law, if said party fails to comply in strict accordance with the requirements established herein. 11. Inspection of Work: 11.1. Contractor and City shall at all times have access to the Work, and BID NO: 2018-076-ND CITYOF MIAMI BEACH 37 , .BeACH Contractor shall provide proper facilities for such access, and for inspecting, measuring and testing. 11.1.1. Should the Contract Documents, Contractor's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give Contractor timely notice of readiness of the Work for testing. If the testing or approval is to be made by an authority other than City, timely notice shall be given of the date fixed for such testing. Testing shall be made promptly, and, where practicable, at the source of supply. If any of the Work should be covered up without approval or consent of Contractor, it must, if required by Contractor, be uncovered for examination and properly restored at Contractor's expense. 11.1.2. Reexamination of any of the Work may be ordered by Contractor with prior written approval by the Contract Administrator, and if so ordered, the Work must be uncovered by Contractor. If such Work is found to be in accordance with the Contract Documents, City shall pay the cost of reexamination and replacement by means of a Change Order. If such Work is not in accordance with the Contract Documents, Contractor shall pay such cost. 11.2. Inspectors shall have no authority to permit deviations from, or to relax any of the provisions of, the Contract Documents or to delay the Contract by failure to inspect the materials and work with reasonable promptness without the written permission or instruction of Contractor. 11.3. The payment of any compensation, whatever may be its character or form, or the giving of any gratuity or the granting of any favor by Contractor to any inspector, directly or indirectly, is strictly prohibited, and any such act on the part of Contractor will constitute a breach of this Contract. 12. Superintendence and Supervision: 12.1. The orders of City are to be given through Contractor, which instructions are to be strictly and promptly followed in every case. Contractor shall keep on the Project during its progress, a full-time competent English speaking superintendent and any necessary.assistants, all satisfactory to Contractor. The superintendent shall not be changed except with the written consent of Contractor, unless the superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The superintendent shall represent Contractor and all directions given to the superintendent shall be as binding as if given to Contractor and will be confirmed in writing by Contractor upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. 12.2. Daily, Contractor's superintendent shall record, at a minimum, the following information in a bound log: the day; date; weather conditions and how any weather condition affected progress of the Work; time of BID NO: 2018-076-ND CITYOF MIAMI BEACH 38 BEACH commencement of work for the day; the work being performed; materials, labor, personnel, equipment and subcontractors at the Project site; visitors to the Project site, including representatives of Contractor; regulatory representatives; any special or unusual conditions or occurrences encountered; and the time of termination of work for the day. All information shall be recorded in the daily log in ink. The daily log shall be kept on the Project site and shall be available at all times for inspection and copying by City and Contractor. 12.3. The Contract Administrator, Contractor and Contractor shall meet at least weekly or as determined by the Contract Administrator, during the course of the Work to review and agree upon the work performed to date and to establish the controlling items of work for the next two weeks. The Contractor shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 12.4. If Contractor, in the course of prosecuting the Work, finds any discrepancy between the Contract Documents and the physical conditions of the locality, or any errors, omissions, or discrepancies in the Project Manual, it shall be Contractor's duty to immediately inform Contractor, in writing, and Contractor will promptly review the same. Any work done after such discovery, until authorized, will be done at Contractor's sole risk. 12.5. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences and procedures of construction. 13. Termination. 13.1 Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the Agreement, the City may, in its sole discretion, terminate for the City's convenience the performance of Work under this Agreement. in whole or in part, at any time upon written notice to the Contractor. The City shall effectuate such Termination for Convenience by delivering to the Contractor a Notice of Termination for Convenience, specifying the applicable scope and effective date of termination, which termination shall be deemed operative as of the effective date specified therein without any further written notices from the City required. Such Termination for Convenience shall not be deemed a breach of the Agreement, and may be issued by the City with or without cause. a. Upon receipt of such Notice of Termination for Convenience from the City, and except as otherwise directed by the City, the Contractor shall immediately proceed with the following obligations, regardless of any delay in determining or adjusting any amounts due under this Section 16.1: BID NO: 2018-076-ND CITYOF MIAMI BEACH 39 A!,'',gEACI"I i. Stop the Work specified as terminated in the Notice of Termination for Convenience; ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations; iii. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; iv. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials, services, or facilities, except as necessary to complete the portion of the Work not terminated (if any) under the Notice of Termination for Convenience; vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; vii. Settle all outstanding liabilities and termination settlement proposals from the termination of any subcontracts or purchase orders, with the prior approval or ratification to the extent required by the City (if any); viii. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and any property related to this Agreement that is inithe Contractor's possession and in which the City has or may acquire an interest; and ix. Complete performance of the Work not terminated (if any). b. Upon issuance of such Notice of Termination for Convenience, the Contractor shall only be entitled to payment for the Work satisfactorily performed up until the date of its receipt of such Notice of Termination for Convenience, but no later than the effective date specified therein. Payment for the Work satisfactorily performed BID NO: 2018-076-ND CITYOF MIAMI BEACH '.BEACH 40 - shall be determined by the City in good faith, in accordance with the percent completion of the Work, less all amounts previously paid to the Contractor in approved Applications for Payment, the reasonable costs of demobilization and reasonable costs, if any, for canceling contracts and purchase orders with Subcontractors to the extent such costs are not reasonably avoidable by the Contractor. Contractor shall submit, for the City's review and consideration, a final termination payment proposal with substantiating documentation, including an updated Schedule of Values, within 30 days of the effective date of termination, unless extended in writing by the City upon request. Such termination amount shall be mutually agreed upon by the City and the Contractor and absent such agreement, the City shall, no less than fifteen (15) days prior to making final payment, provide the Contractor with written notice of the amount the City intends to pay to the Contractor. Such final payment so made to the Contractor shall be in full and final settlement for Work performed under this Agreement, except to the extent the Contractor disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. 13.2 Event of Default. The following shall each be considered an item of Default. If, after delivery of written notice from the City to Contractor specifying such Default, the Contractor fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time, not to exceed thirty (30) days, after the delivery of such Notice of Default, it shall be deemed an Event of Default, which constitutes sufficient grounds for the City to terminate Contractor for cause: a. Failing to perform any portion of the Work in a manner consistent with the requirements of the Contract Documents or within the time required therein; or failing to use the Subcontractors, entities and personnel as identified and to the degree specified, in the Contract Documents, subject to substitutions approved by the City in accordance with this Agreement and the other Contract Documents; b. Failing, for reasons other than an Excusable Delay, to begin the Work required promptly following the issuance of a Notice to Proceed; c. Failing to perform the Work with sufficient manpower, workmen and equipment or with sufficient materials, with the effect of delaying the prosecution of the Work in accordance with the Project Schedule and/or delaying completion of any of the Project within the specified time; d. Failing, for reasons other than an Excusable Delay, to timely complete the Project within the specified time; BID NO: 2018-076-ND CITYOF MIAMI BEACH 41 V. BEACH e. Failing and/or refusing to remove, repair and/or replace any portion of the Work as may be rejected as defective or nonconforming with the terms and conditions of the Contract Documents; f. Discontinuing the prosecution of the Work, except in the event of: 1) the issuance of a stop-work order by the City; or 2) the inability of the Contractor to prosecute the Work because of an event giving rise to an Excusable Delay as set forth in this Agreement for which Contractor has provided written notice of same in accordance with the Contract Documents; g. Failing to provide sufficient evidence upon request that, in the City's sole opinion, demonstrates the Contractor's financial ability to complete the Project; h. An indictment is issued against the Contractor; i. Failing to make payments to for materials or labor in accordance with the respective agreements; j. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; k. Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this Agreement; I. Failing to comply in any material respect with any of the terms of this Agreement or the Contract Documents. In no event shall the time period for curing a Default constitute an extension of the Substantial Completion Date or a waiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 13.3 Termination of Agreement for Cause. a. The City may terminate the Contractor for cause upon the occurrence of an Event of Default as defined in Section 13.2, or for any other breach of the Agreement or other Contract Documents by the Contractor that the City, in its sole opinion, deems substantial and material, following written notice to the Contractor and the failure to timely and properly cure to the satisfaction of the City in the time period set forth in Section 13.2, or as otherwise specified in the Notice of Default. b. Upon the occurrence of an Event of Default, and without any prejudice to any other rights or remedies of the City, whether provided by this Agreement, the other Contract Documents or as otherwise provided at law or in equity, the City may issue a Notice of Termination for Cause to Contractor, copied to the Surety, BID NO: 2018-076-ND CITYOF MIAMI BEACH 42 ,..BEACH rendering termination effective immediately, and may take any of the following actions, subject to any prior rights of the Surety: i. Take possession of the Project site and of all materials, equipment, tools, construction equipment and machinery thereon owned by Contractor; H. Accept assignments of subcontracts; Hi. Direct Contractor to transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Agreement had been completed, would be required to be furnished to the City; and iv. Finish the Work by whatever reasonable method the City may deem expedient. c. Upon the issuance of a Notice of Termination for Cause, the Contractor shall: i. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished or partially completed documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; H. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; iii. As directed by the City, transfer title and deliver to the City (1) the fabricated and non-fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and iv. Take any action that may be necessary, or that the City may direct, for the protection and preservation of the Project Site, including life safety and property related to this Agreement that is in the Contractor's possession and in which the City has or may acquire an interest. BID NO: 2018-076-ND CITYOF MIAMI BEACH `,..i'(3EACI� 43 d. The rights and remedies of the City under Section 13 shall apply to all Defaults that are non-curable in nature, or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall not be obligated to accept such late cure. 13.4 Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the Contractor, the City may (i) make demand upon the Surety to perform its obligations under the Performance Bond and Payment Bond, including completion of the Work, without requiring any further agreement (including, without limitation, not requiring any takeover agreement) or mandating termination of Contractor as a condition precedent to assuming the bond obligations; or (li) in the alternative, the City may take over and complete the Work of the Project, or any portion thereof, by its own devices, by entering into a new contract or contracts for the completion of the Work, or using such other methods as in the City's sole opinion shall be required for the proper completion of the Work, including succeeding to the rights of the Contractor under all subcontracts as contemplated by Article 13. b. The City may also charge against the Performance and Payment Bond all fees and expenses for services incidental to ascertaining and collecting losses under the Performance and Payment Bond including, without limitation, accounting, engineering, and legal fees, together with any and all costs incurred in connection with renegotiation of the Agreement. 13.5 Costs and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing, to the Contractor's late cure of such Default), together with the costs of completing the Work, shall be deducted from any monies due or to become due to the Contractor under this Agreement, irrespective of whether the City ultimately terminates Contractor. b. Upon issuing a Notice of Termination for Cause, the City shall have no obligation to pay Contractor, and the Contractor shall not be entitled to receive, any money until such time as the Project has been completed and the costs to make repairs and/or complete the Project have been ascertained by the City. In case such cost and expense is greater than the sum which would have been due and payable to the Contractor under this Agreement for any portion of the Work satisfactorily performed, the Contractor and the Surety shall be jointly and severally liable and shall pay the difference to the City upon demand. BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 44 _ 13.6 Termination If No Default or Erroneous Default. If, after a Notice of Termination for Cause is issued by the City, it is thereafter determined that the Contractor was not in default under the provisions of this Agreement, or that any delay hereunder was an Excusable Delay, the termination shall be converted to a Termination for Convenience and the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the termination for convenience clause contained herin. The Contractor shall have no further recourse of any nature for wrongful termination. 13.7 Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Agreement is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. 13.8 Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or Amendment of this Agreement. A waiver shall not be effective unless it is in writing and approved by the City. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and the failure of the City to exercise its rights and remedies established herein at any time shall not constitute a waiver of such rights and remedies. • 14. Contractor Right to Terminate Contract or Stop Work: If the Project should be stopped under an order of any court or other public authority for a period of more than ninety (90) days due to no act or fault of Contractor or persons or entities within its control, or if the City should fail to pay the Contractor any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required pursuant to the requirements established herein, and if the City fails to make such payment within ninety (90) days after receipt of written notice from the Contractor identifying the Approved Application for Payment for which payment is outstanding, then, unless the City is withholding such payment pursuant to any provision of this Agreement which entitles the City to so withhold such payment, the Contractor shall have the right upon the expiration of the aforesaid ninety (90) day period to stop its performance of the Work, provided that Contractor has sent a Notice to Cure to the City via certified mail, allowing for a 7 day cure period. In such event, Contractor may terminate this Agreement and recover from City payment for all Work executed and reasonable expense sustained (but excluding compensation for any item prohibited by any provisions of the Contract Documents). In the alternative to termination, Contractor shall not be obligated to recommence the Work until such time as the City shall have made payment to the Contractor in respect of such Approved Application for Payment, plus any actual and reasonable related demobilization and start-up costs evidenced by documentation reasonably satisfactory to the City. Except as set forth herein, no act, event, circumstance or omission shall excuse or relieve BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 45 the Contractor from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. 15. Assignment: Neither party hereto shall assign the Contract or any subcontract in whole or in part without the written consent of the other, nor shall Contractor assign any monies due or to become due to it hereunder, without the previous written consent of the Mayor and City Commission. 16. Rights of Various Interests: Whenever work being done by City's forces or by other contractors is contiguous to or within the limits of work covered by this Contract, the respective rights of the various interests involved shall be established by the Contract Administrator to secure the completion of the various portions of the work in general harmony. 17. Differing Site Conditions: In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project site which differ materially from those shown on the Contract Documents and from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents; or unknown physical conditions of the Project site, of an unusual nature, which differ materially from that ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, Contractor , without disturbing the conditions and before performing any work affected by such conditions, shall, within twenty-four (24) hours of their discovery, notify City and Contractor in writing of the existence of the aforesaid conditions. Contractor and City shall, within two (2) business days after receipt of Contractor's written notice, investigate the site conditions identified by Contractor. If, in the sole opinion of Contractor, the conditions do materially so differ and cause an increase or decrease in Contractor's cost of, or the time required for, the performance of any part of the Work, whether or not charged as a result of the conditions, Contractor shalt recommend an equitable adjustment to the Contract Price, or the Contract Time, or both. If City and Contractor cannot agree on an adjustment in the Contract Price or Contract Time, the adjustment shall be referred to Contractor for determination in accordance with the provisions established herein. Should Contractor determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, Contractor shall so notify City and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. No request by Contractor for an equitable adjustment to the Contract under this provision shall be allowed unless Contractor has given written notice in strict accordance with the provisions of this Article. No request for an equitable adjustment or change to the Contract Price or Contract Time for differing site conditions shall be allowed if made after the date certified by Contractor as the date of substantial completion. BID NO: 2018-076-ND CITYOF MIAMI BEACH 46 BEACH 18. Plans and Working Drawings: City, through Contractor, shall have the right to modify the details of the plans and specifications, to supplement the plans and specifications with additional plans, drawings or additional information as the Work proceeds, all of which shall be considered as part of the Project Manual. In case of disagreement between the written and graphic portions of the Project Manual, the written portion shall govern. 19. Contractor to Check Plans, Specifications and Data: Contractor shall verify all dimensions, quantities and details shown on the plans, specifications or other data received from Contractor, and shall notify Contractor of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor will not be allowed to take advantage of any error, omission or discrepancy, as full instructions will be furnished by Contractor. Contractor shall not be liable for damages resulting from errors, omissions or discrepancies in the Contract Documents unless Contractor recognized such error, omission or discrepancy and knowingly failed to report it to Contractor. 20. Contractor's Responsibility for Damages and Accidents: 20.1. Contractor shall accept full responsibility for the Work against all loss or damage of whatsoever nature sustained until final acceptance by City, and shall promptly repair any damage done from any cause whatsoever, except as may be authorized herein. 20.2. Contractor shall be responsible for all materials, equipment and supplies pertaining to the Project. In the event any such materials, equipment and supplies are lost, stolen, damaged or destroyed prior to final acceptance by City, Contractor shall replace same without cost to City, except as may be authorized herein. 21. Warranty: Contractor warrants to City that all materials and equipment furnished under this Contract will be new unless otherwise specified and that all of the Work will be of good quality, free from faults and defects and in conformance with the Contract Documents. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by Contractor, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 22. Defective Work: 22.1. Contractor shall have the authority to reject or disapprove work which Contractor finds to be defective. If required by Contractor, Contractor shall promptly either correct all defective work or remove such defective work and replace it with non-defective work. Contractor shall bear all direct, indirect and consequential costs of such removal or corrections including cost of testing laboratories and personnel. BID NO: 2016-076-ND CITYOF MIAMI BEACH `,. BEACH47 _, 22.2. Should Contractor fail or refuse to remove or correct any defective work or to make any necessary repairs in accordance with the requirements of the Contract Documents within the time indicated in writing by Contractor, City shall have the authority to cause the defective work to be removed or corrected, or make such repairs as may be necessary at Contractor's expense. Any expense incurred by City in making such removals, corrections or repairs, shall be paid for out of any monies due or which may become due to Contractor , or may be charged against the Performance Bond. In the event of failure of Contractor to make all necessary repairs promptly and fully, City may declare Contractor in default. 22.3. If, within one (1) year after the date of substantial completion or such longer period of time as may be prescribed by the terms of any applicable special warranty required by the Contract Documents, or by any specific provision of the Contract Documents, any of the Work is found to be defective or not in accordance with the Contract Documents, Contractor , after receipt of written notice from City, shall promptly correct such defective or nonconforming Work within the time specified by City without cost to City, to do so. Nothing contained herein shall be construed to establish a period of limitation with respect to any other obligation which Contractor might have under the Contract Documents including but not limited to, Article 20 hereof and any claim regarding latent defects. 22.4. Failure to reject any defective work or material shall not in any way prevent later rejection when such defect is discovered, or obligate City to final acceptance. 23. Taxes Contractor shall pay all applicable sales, consumer, use and other taxes required by law. Contractor is responsible for reviewing the pertinent state statutes involving state taxes and complying with all requirements. 24. Subcontracts: 24.1. Contractor shall not employ any subcontractor against whom City or Contractor may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. 24.2. Contractor shall be fully responsible for all acts and omissions of its subcontractors and of persons directly or indirectly employed by its subcontractors and of persons for whose acts any of them may be liable to the same extent that Contractor is responsible for the acts and omissions of persons directly employed by it. Nothing in the Contract Documents shall create any contractual relationship between any subcontractor and City or any obligation on the part of City to pay or to see the payment of any monies due any subcontractor. City or Contractor may furnish to any subcontractor evidence of amounts paid to Contractor BID NO: 2018-076-ND CITYOF MIAMI BEACH 48 . ,, BEACH on account of specific work performed. 24.3 Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 25. Use of Completed Portions: 25.1. City shall have the right at its sole option to take possession of and use any completed or partially completed portions of the Project. Such possession and use shall not be deemed an acceptance of any of the Work not completed in accordance with the Contract Documents. If such possession and use increases the cost of or delays the Work, Contractor shall be entitled to reasonable extra compensation or reasonable extension of time or both, as recommended by Contractor and approved by City. 25.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: 25.2.1. City shall give notice to Contractor in writing at least thirty(30) calendar days prior to City's intended occupancy of a designated area. 25.2.2. Contractor shall complete to the point of Substantial Completion the designated area and request inspection and issuance of a Certificate of Substantial Completion in the form attached hereto. 25.2.3. Upon Contractor's issuance of a Certificate of Substantial Completion, City will assume full responsibility for maintenance, utilities, subsequent damages of City and public, adjustment of insurance coverage's and start of warranty for the occupied area. 25.2.4. Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by Contractor on the Certificate of Substantial Completion, as soon as possible and request final inspection and final acceptance of the portion of the Work occupied. Upon completion of final inspection and receipt of an application for final payment, Contractor shall issue a Final Certificate of Payment relative to the occupied area. 25.2.5. If City finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion thereof, such occupancy or use shall not commence prior to a time mutually agreed upon by City and Contractor and to which the insurance company or companies providing the property insurance have consented by endorsement to the policy or policies. Insurance on the unoccupied or unused portion or portions shall not be canceled or lapsed on account of such BID NO: 2018-076-ND CITYOF MIAMI BEACH 49 BEACH partial occupancy or use. Consent of Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. 26. Lands for Work: 26.1. City shall provide, as may be indicated in the Contract Documents, the lands upon which the Work is to be performed, rights-of-way and easements for access thereto and such other lands as are designated by City or the use of Contractor. 26.2. Contractor shall provide, at Contractor's own expense and without liability to City, any additional land and access thereto that may be required for temporary construction facilities, or for storage of materials. Contractor shall furnish to City copies of written permission obtained by Contractor from the owners of such facilities. 27. Legal Restrictions and Traffic Provisions: Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and Contractor's general operations. Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 28. Location and Damage to Existing Facilities, Equipment or Utilities: 28.1. As far as possible, all existing utility lines in the.Project area have been shown on the plans. However, City does not guarantee that all lines are shown, or that the ones indicated are in their true location. It shall be the Contractor's responsibility to identify and locate all underground and overhead utility lines or equipment affecting or affected by the Project. No additional payment will be made to the Contractor because of discrepancies in actual and plan location of utilities, and damages suffered as a result thereof. 28.2. The Contractor shall notify each utility company involved at least ten (10) days prior to the start of construction to arrange for positive underground location, relocation or support of its utility where that utility may be in conflict with or endangered by the proposed construction. Relocation of water mains or other utilities for the convenience of the Contractor shall be paid by the Contractor. All charges by utility companies for temporary support of its utilities shall be paid for by the Contractor. All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved. No additional payment will be made to the Contractor for utility relocations, whether or not said relocation is necessary to avoid conflict with other lines. 28.3. The Contractor shall schedule the work in such a manner that the work is not delayed by the utility providers relocating or supporting their utilities. The Contractor shall coordinate its activities with any and all public and BID NO: 2018-076-ND CITYOF MIAMI BEACH 50 ,>,.',BEACH private utility providers occupying the right-of-way. No compensation will be paid to the Contractor for any loss of time or delay. 28.4. All overhead, surface or underground structures and utilities encountered are to be carefully protected from injury or displacement. All damage to such structures is to be completely repaired within a reasonable time; needless delay will not be tolerated. The City reserves the right to remedy such damage by ordering outside parties to make such repairs at the expense of the Contractor. All such repairs made by the Contractor are to be made to the satisfaction of the utility owner. All damaged utilities must be replaced or fully repaired. All repairs are to be inspected by the utility owner prior to backfilling. 29. Continuing the Work: Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with City, including disputes or disagreements concerning a request for a Change Order, a request for a change in the Contract Price or Contract Time. The Work shall not be delayed or postponed pending resolution of any disputes or disagreements. 30. Changes in the Work or Terms of Contract Documents: 30.1. Without invalidating the Contract and without notice to any surety City reserves and shall have the right, from time to time to make such increases, decreases or other changes in the character or quantity of the Work as may be considered necessary or desirable to complete fully and acceptably the proposed construction in a satisfactory manner. Any extra or additional work within the scope of this Project must be accomplished by means of appropriate Field Orders and Supplemental Instructions or Change Orders. 30.2. Any changes to the terms of the Contract Documents must be contained in a written document, executed by the parties hereto, with the same formality and of equal dignity prior to the initiation of any work reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 31. Field Orders and Supplemental Instructions: 31.1. The Contract Administrator, through Contractor, shall have the right to approve and issue Field Orders setting forth written interpretations of the intent of the Contract Documents and ordering minor changes in Work execution, providing the Field Order involves no change in the Contract Price or the Contract Time. 31.2. Contractor shall have the right to approve and issue Supplemental Instructions setting forth written orders, instructions, or interpretations concerning the Contract Documents or its performance, provided such Supplemental Instructions involve no change in the Contract Price or the Contract Time. BID NO: 2018-076-ND CITYOF MIAMI BEACH 51 '>' BEACH 32. Change Orders: 32.1. Changes in the quantity or character of the Work within the scope of the Project which are not properly the subject of Field Orders or Supplemental Instructions, including all changes resulting in changes in the Contract Price, or the Contract Time, shall be authorized only by Change Orders approved in advance and issued in accordance with the provisions of the City. 32.2. All changes to construction contracts which exceed the Commission- approved contingency must be approved in advance in accordance with the value of the Change Order or the calculated value of the time extension. All Change Orders with a value of $50,000 or more shall be approved in advance by the Mayor and City Commission. Al Change Orders with a value of less than $50,000 shall be approved in advance by the City Manager or his designee. 32.3. In the event satisfactory adjustment cannot be reached for any item requiring a change in the Contract Price or Contract Time, and a Change Order has not been issued, City reserves the right at its sole option to either terminate the Contract as it applies to the items in question and make such arrangements as may be deemed necessary to complete the disputed work; or submit the matter in dispute to Contractor as set forth in Article 10 hereof. During the pendency of the dispute, and upon receipt of a Change Order approved by City, Contractor shall promptly proceed with the change in the Work involved and advise the Contractor and Contract Administrator in writing within seven (7) calendar days of Contractor's agreement or disagreement with the method, if any, provided in the Change Order for determining the proposed adjustment in the Contract Price or Contract Time. 32.4. On approval of any Contract change increasing the Contract Price, Contractor shall ensure that the performance bond and payment bond are increased so that each reflects the total Contract Price as increased. 32.5. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. 33. Value of Change Order Work: 33.1. The value of any work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 33.1.1. Where the work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of items involved. 33.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. BID NO: 2018-076-ND CITYOF MIAMI BEACH 52 ;' BEACH 33.2. The term "cost of work" means the sum of all direct costs necessarily incurred and paid by Contractor in the proper performance of the Work described in the Change Order. Except as otherwise may be agreed to in writing by City, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Section 33.3. 33.2.1. Payroll costs for employees in the direct employ of Contractor in the performance of the work described in the Change Order under schedules of job classifications agreed upon by City and Contractor. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on the work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by City. 33.2.2. Cost of all materials and equipment furnished and incorporated in the work, including costs of transportation and storage thereof, and manufacturers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless City deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to City. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to City and Contractor shall make provisions so that they may be obtained. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City with the advice of Consultant and the costs of transportation, loading, unloading, installation, dismantling and removal thereof, all in accordance with the terms of said agreements. The rental of any such equipment, machinery or parts shall cease when the use thereof is no longer necessary for the work. 33.2.3. Payments made by Contractor to Subcontractors for work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to City who will then determine, with the advice of Consultant, which bids will be accepted. If the Subcontract provides that the Subcontractor is to be paid on the basis of cost of the work plus a fee, the BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 53 Subcontractors cost of the work shall be determined in the same manner as Contractor 'S cost of the work. All Subcontractors shah be subject to the other provisions of the Contract Documents insofar as applicable. 33.2.4. Cost of special consultants, including, but not limited to, engineers, architects, testing laboratories, and surveyors employed for services specifically related to the performance of the work described in the Change Order. 33.2.5. Supplemental costs including the following: 33.2.5.1. The proportion of necessary transportation, travel and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the work except for local travel to and from the site of the work. 33.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remains the property of Contractor 33.2.5.3. Sales, use, or similar taxes related to the work, and for which Contractor is liable, imposed by any governmental authority. 33.2.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. 33.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 33.2.5.6. Receipted minor expenses such as telegrams, long distance telephone calls, telephone service at the site, expressage and similar petty cash items in connection with the work. 33.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. 33.3. The term "cost of the work" shall not include any of the following: 33.3.1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 54 -. general managers, engineers, architects, estimators, lawyers, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks and other personnel employed by Contractor whether at the site or in its principal or a branch office for general administration of the work and not specifically included in the agreed-upon schedule of job classifications, all of which are to be considered administrative costs covered by Contractor's fee. 33.3.2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 33.3.3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 33.3.4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same, except for additional bonds and insurance required because of changes in the work. 33.3.5. Costs due to the negligence or neglect of Contractor, any Subcontractors, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. 33.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 32.2. 33.4. Contractors fee allowed to Contractor for overhead and profit shall be determined as follows: 33.4.1. A mutually acceptable fixed fee or if none can be agreed upon, 33.4.2. A fee based on the following percentages of the various portions of the cost of the work: 33.4.2.1. For costs incurred under Sections 33.2.1 and 33.2.2, Contractor's fee shall not exceed ten percent(10%). 33.4.2.2. For costs incurred under Section 33.2.3, Contractor's fee shall not exceed seven and one half percent (7.5%); and if a subcontract is on the basis of cost of the work plus a fee, the maximum allowable to the Subcontractor as a fee for overhead and profit shall not exceed ten percent(10%); and BID NO: 2018-076-ND CITYOF MIAMI BEACH 55 BEACH 33.4.2.3. No fee shall be payable on the basis of costs itemized under Sections 33.2.4 and 33.2.5, (except Section 33.2.5.3), and Section 33.3. 33.5. The amount of credit to be allowed by Contractor to City for any such change which results in a net decrease in cost, will be the amount of the actual net decrease. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any, however, Contractor shall not be entitled to claim lost profits for any Work not performed. 33.6. Whenever the cost of any work is to be determined pursuant to Sections 32.2 and 32.3, Contractor will submit in a form acceptable to Consultant an itemized cost breakdown together with the supporting data. 33.7. Where the quantity of any item of the Work that is covered by a unit price is increased or decreased by more than twenty percent (20%) from the quantity of such work indicated in the Contract Documents, an appropriate Change Order shall be issued to adjust the unit price, if warranted. 33.8. Whenever a change in the Work is to be based on mutual acceptance of a lump sum, whether the amount is an addition, credit or no change-in- cost, Contractor shall submit an initial cost estimate acceptable to Consultant and Contract Administrator. 33.8.1. _ Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 33.8.2. Whenever a change involves Contractor and one or more Subcontractors and the change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. 33.9. Each Change Order must state within the body of the Change Order whether it is based upon unit price, negotiated lump sum, or "cost of the work." 34. Notification and Claim for Change of Contract Time or Contract Price: 34.1. Any claim for a change in the Contract Time or Contract Price shall be made by written notice by Contractor to the Contract Administrator and to Consultant within five (5) calendar days of the commencement of the event giving rise to the claim and stating the general nature and cause of the claim. Thereafter, within twenty (20) calendar days of the termination of the event giving rise to the claim, written notice of the extent of the claim with supporting information and documentation shall be provided unless Consultant allows an additional period of time to ascertain more accurate data in support of the claim and such notice shall be accompanied by Contractor's written notarized statement that the BID NO: 2018-076-ND CITYOF MIAMI BEACH 56 -?% BEACH adjustment claimed is the entire adjustment to which the Contractor has reason to believe it is entitled as a result of the occurrence of said event. All claims for changes in the Contract Time or Contract Price shall be determined by Consultant in accordance with Article 10 hereof, if City and Contractor cannot otherwise agree. IT IS EXPRESSLY AND SPECIFICALLY AGREED THAT ANY AND ALL CLAIMS FOR CHANGES TO THE CONTRACT TIME OR CONTRACT PRICE SHALL BE WAIVED IF NOT SUBMITTED IN STRICT ACCORDANCE WITH THE REQUIREMENTS OF THIS SECTION. 34.2. The Contract Time will be extended in an amount equal to time lost on critical Work items due to delays beyond the control of and through no fault or negligence of Contractor if a claim is made therefore as provided in Section 34.1. Such delays shall include, but not be limited to, acts or neglect by any separate contractor employed by City, fires, floods, labor disputes, epidemics, abnormal weather conditions or acts of God. 35. No Damages for Delay: No claim for damages or any claim, other than for an extension of time, shall be made or asserted against City by reason of any delays except as provided herein. Contractor shall not be entitled to an increase in the Contract Price or payment or compensation of any kind from City for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference or hindrance from any cause whatsoever, whether such delay, disruption, interference or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable; provided, however, that this provision shall not preclude recovery of damages by Contractor for actual delays due solely to fraud, bad faith or active interference on the part of City or its Contractor. Otherwise, Contractor shall be entitled only to extensions of the Contract Time as the sole and exclusive remedy for such resulting delay, in accordance with and to the extent specifically provided above. 36. Excusable Delay; Compensable; Non-Compensable: 36.1 Excusable Delay. Delay which extends the completion of the Work and which is caused by circumstances beyond the control of Contractor or its subcontractors, suppliers or vendors is Excusable Delay. Contractor is entitled to a time extension of the Contract Time for each day the Work is delayed due to Excusable Delay. Contractor shall document its claim for any time extension as provided in Article 34 hereof. Failure of Contractor to comply with Article 34 hereof as to any particular event of delay shall be deemed conclusively to constitute a waiver, abandonment or relinquishment of any and all claims resulting from that particular event of delay. Excusable Delay may be compensable or non-compensable: BID NO: 2018-076-ND CITYOF MIAMI BEACH . , BEACH 57 _ (a) Compensable Excusable Delay. Excusable Delay is compensable when (i) the delay extends the Contract Time, (ii) is caused by circumstances beyond the control of the Contractor or its subcontractors, suppliers or vendors, and (iii) is caused solely by fraud, bad faith or active interference on the part of City or its agents. In no event shall Contractor be compensated for interim delays which do not extend the Contract Time. Contractor shall be entitled to direct and indirect costs for Compensable Excusable Delay. Direct costs recoverable by Contractor shall be limited to the actual additional costs allowed pursuant to Article 34 hereof. (b) Non-Compensable Excusable Delay. When Excusable Delay is (i) caused by circumstances beyond the control of Contractor, its subcontractors, suppliers and vendors, and is also caused by circumstances beyond the control of the City or Contractor, or (ii) is caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Contractor, then Contractor shall be entitled only to a time extension and no further compensation for the delay. 37. Substantial Completion: When Contractor considers that the Work, or a portion thereof designated by City pursuant to Article 29 hereof, has reached Substantial Completion, Contractor shall so notify City and Contractor in writing. Contractor and City shall then promptly inspect the Work. When Contractor, on the basis of such an inspection, determines that the Work or designated portion thereof is substantially complete, it will then prepare a Certificate of Substantial Completion in the form attached hereto which shall establish the Date of Substantial Completion; shall state the responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the Work, and insurance; and shall list all Work yet to be completed to satisfy the requirements of the Contract Documents for Final Completion. The failure to include any items of corrective work on such list does not alter the responsibility of Contractor to complete all of the Work in accordance with the Contract Documents. Warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in the Certificate of Substantial Completion. The Certificate of Substantial Completion shall be submitted to City through the Contract Administrator and Contractor for their written acceptance of the responsibilities assigned to them in such Certificate. 38. No Interest: Any monies not paid by City when claimed to be due to Contractor under this Agreement, including, but not limited to, any and all claims for contract damages of any type, shall not be subject to interest including, but not limited to prejudgment interest. However, the provisions of City's prompt payment ordinance, as such relates to timeliness of payment, and the provisions of Section 218.74(4), Florida Statutes (1989) as such relates to the payment of interest, shall apply to valid and proper invoices. BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 58 37. Safety and Protection: 37.1. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Project. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 37.1.1. All employees on the work site and other persons who may be affected thereby; 37.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 37.1.3. Other property at the Project site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal, relocation or replacement in the course of construction. 37.2. Contractor shall comply with all applicable laws, ordinances, rules, regulations and orders of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. All damage, injury or loss to any property referred to herein, caused directly or indirectly, in whole or in part, by Contractor, any Subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by Contractor. Contractor's duties and responsibilities for the safety and protection of the work shall continue until such time as all the Work is completed and Contractor has issued a notice to City and Contractor that the Work is acceptable except as otherwise stipulated herein. 37.3. Contractor shall designate a responsible member of its organization at the Work site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to City. 38. Project Sign: Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines'. 39. Hurricane Precautions: 39.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or alert, the Contractor, at no cost to the City, shall take all precautions necessary to secure the Project site in response to all threatened storm events, regardless of whether the City or Consultant has given notice of same. BID NO: 2018-076-ND CITYOF MIAMI BEACH , '.BEACH 59 39.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 39.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 32, General Conditions. 39.4. Suspension of the Work caused by a threatened or actual storm event, regardless of whether the City has directed such suspension, will entitle the Contractor to additional Contract Time as noncompensable, excusable delay, and shall not give rise to a claim for compensable delay. 39.5. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to the Owner or Owner Representative a Hurricane Preparedness Plan. 39. Cleaning Up; City's Right to Clean Up: Contractor shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its operations. At the completion of the Project, Contractor shall remove all its waste materials and rubbish from and about the Project as well as its tools, construction equipment, machinery and surplus materials. If Contractor fails to clean up during the prosecution of the Work or at the completion of the Work, City may do so and the cost thereof shall be charged to Contractor. If a dispute arises between Contractor and separate contractors as to their responsibility for cleaning up, City may clean up and charge the cost thereof to the contractors responsible therefore as Contractor shall determine to be just. 40. Removal of Equipment: In case of termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of City, failing which City shall have the right to remove such equipment and supplies at the expense of Contractor. 41. Nondiscrimination, Equal Employment Opportunity, and Americans with Disabilities Act: Contractor shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. BID NO: 2018-076-ND CITYOF MIAMI BEACH `,'. BEACH 60 Contractor's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. Contractor shall not engage in or commit any discriminatory practice in violation of City of Miami Beach Ordinance No 92.2824 in performing any services pursuant to this Agreement. 42. Performance Evaluations: An interim performance evaluation of the successful Contractor may be submitted by the Contract Administrator during construction of the Project. A final performance evaluation shall be submitted when the Request for Final Payment to the construction contractor is forwarded for approval. In either situation, the completed evaluation(s) shall be forwarded to the City's Procurement Director who shall provide a copy to the successful Contractor. Said evaluation(s) may be used by the City as a factor in considering the responsibility of the successful Contractor for future bids with the City. 43. Occupational Health and Safety: In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet (MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: a. The chemical name and the common name of the toxic substance. b. The hazards or other risks in the use of the toxic substance, including: i. The potential for fire, explosion, corrosion, and reaction; ii. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and iii. The primary routes of entry and symptoms of overexposure. c. The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. d. The emergency procedure for spills, fire, disposal, and first aid. BID NO: 2018-076-ND CITYOF MIAMI BEACH 61 'BEACH e. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. f. The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 44. Environmental Regulations: The City reserves the right to consider a Bidder's history of citations and/or violations of environmental regulations in investigating a Bidder's responsibility, and further reserves the right to declare a Bidder not responsible if the history of violations warrant such determination in the opinion of the City. Bidder shall submit with its Bid, a complete history of all citations and/or violations, notices and dispositions thereof. The non- submission of any such documentation shall be deemed to be an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to it. 45. "Or Equal" Clause: Whenever a material, article or piece of equipment is identified in the Contract Documents including plans and specifications by reference to manufacturers' or vendors' names, trade names, catalog numbers, or otherwise, City, through Contractor, will have made its best efforts to name at least three (3) such references. Any such reference is intended merely to establish a standard; and, unless it is followed by the words "no substitution is permitted" because of form, fit, function and quality, any material, article, or equipment of other manufacturers and vendors which will perform or serve the requirements of the general design will be considered equally acceptable provided the materials, article or equipment so proposed is, in the sole opinion of Contractor, equal in substance, quality and function. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONTRACTOR. BID NO: 2013-076-ND CITYOF MIAMI BEACH \.BEACH 62 MIAMIBEACH ] BID GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiring: Date Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order of and for the account (branch address) of (contractor,applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: A signed statement from the City Manager of the City of Miami Beach, or his authorized representative, that the drawing is due to default in performance of obligations on the part of agreed upon by and (contractor, applicant, customer) between City of Miami Beach, Florida and (contractor, applicant, customer) pursuant to the Bid/Contract No. for (name of project) Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. of dated (Bank name) This Letter of Credit sets forth in full terms of our undertaking, and such undertaking BID NO: 2018-076-ND CITYOF MIAMI BEACH ,:, BEACH 63 shall not in any way be modified, amended, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this Letter of Credit that such drafts will be duly honored upon presentation to the drawee. The execution of the Contract and the submission of the required Performance and Payment Guaranty and Insurance Certificate by the shall be a release of all obligations. (contractor, applicant, customer) This Letter of Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce 0993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature BID NO: 2018-076-ND CITYOF MIAMI BEACH 64 - . BEACH MIAMI BEACH FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and • 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract BID NO: 2018-076-ND CITYOF MIAMI BEACH 65 V BEACH FORM OF PERFORMANCE BOND (Continued) or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: BID NO: 2018-076-ND CITYOF MIAMI BEACH 66 BEACH FORM OF PAYMENT BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. BID NO: 2018-076-ND CITYOF MIAMI BEACH 67 BEACH 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: BID NO: 2018-076-ND CITYOF MIAMI BEACH 68 BEACH APPENDIX E Cost Proposal Form RFP No. 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 BID NO: 2018-076-ND CITYOF MIAMI BEACH 69 BEACH APPENDIX E COST PROPOSAL FORM FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. City of Miami Beach !TB Price Form The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the full intent as shown or indicated in the contract documents. Any or all alternates, if applicable, may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division,which may disqualify bidder. 0& "4f' 41 n X114?' t ''',4x'T- ;ca .,7L4 '<.... �� .J f_� _ t,.1 f .S._ �3i,'�*'� '+Y67i . (E)l,: I f�t ii` fi i�1friit14.7Win ;0I d7iW i I:0i1' t 1 t"ld<k fiLt'�)Pi IA ) ` . '' q'UIL.41 afi,F.1i z .: u! North Reservoir, 4,000,000 Gallon Water Storage Tank Located at 75th Street Water Pump Station No. 23 $ South Reservoir,4,000,000 Gallon Water Storage Tank Located at 75th Street Water Pump Station No. 23 $ North Reservoir, 4,000,000 Gallon Water Storage Tank Located at 451 Dade Boulevard, Miami Beach, Florida $ South Reservoir,4,000,000 Gallon Water Storage Tank Located at 451 Dade Boulevard, Miami Beach, Florida $ Bond $ Insurance $ SUBTOTAL $ Allowance for City Indemnification $25.00 Permit Allowance $ 20,000.00 BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 70 * LUMP SUM TOTAL(TOTAL SECTION 1A) $ BASE CONTRACT SHALL BE BASED ON THIS AMOUNT ' '44 11 B Btade �rru �t�eyr-7;3em TIME AND M;CTER( iL COSTSF,ARkiliCIVAt:'cr.r'a 3e R3EB„ _'' "3p+ Er , �': m> rAnnual I Estimated Unit Total Item Description Quantity' U / M Cost (Quantity_X_Unit_Cost) Hourly Rate— Regular (Monday through Friday 7:00 a.m. to Hourly 1 5:00 p.m.) 40 Rate $ $ Hourly Rate—Non Regular(Monday through Friday after 5:00 pm. or on Hourly 2 Weekends) 20 Rate $ $ SUBTOTAL-LABOR $ % Mark- Total up (Quantity_X_% Mark-up) Estimated Annual (See Appendix D Item Description Cost' No.45) Purchase of Related 3 _ Parts and Supplies $1,000 I % $ SUBTOTAL—PARTS&SUPPLIES $ TOTAL SECTION 1B GRAND TOTAL(ITEMS 1A-1B) $ 'The estimated amounts stated herein are for calculation purposes only.Actual amounts may be greater or less than the estimated amounts. BID NO: 2018-076-ND CITYOF MIAMI BEACH .BEACH 71 APPENDIX E COST PROPOSAL FORM FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Section 2- Bidder's Affirmation: The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into; that this bid is made without connection with any other person, firm, or parties making a bid; and that it is, in all respects, made fairly and in good faith without collusion or fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. BID NO: 2018-076-ND CITYOF MIAMI BEACH 72 BEACH APPENDIX F • Insurance Requirements RFP No. 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 BID NO: 2018-076-ND CITVOF MIAMI BEACH 73 BEACH MIAMIBEACH Insurance Requirements. The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami, 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 as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 combined single limit per occurrence, for bodily injury and property damage. D. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with Limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. G. Additional Insured Status. The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Contractor. H. Waiver of Subrogation. Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. I. Other Insurance Provisions. For any claims related to this project, the BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 74 Contractors coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 1. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 2. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground) coverage. If any coverage required is written on a claims-made form: 3. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 4. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 5. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 6. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management(or its designee) for review. 7. If the services involved lead-based paint or asbestos identification/ remediation, the Contractors Pollution Liability shall not contain lead- based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability shall not contain a mold exclusion and the definition of "Pollution" shall include microbial matter including mold. J. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. K. Verification of Coverage Contractor shall provide the required insurance certificates. endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. L. Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. BID NO: 2018-076-ND CITYOF MIAMI BEACH 75 BEACH Certificate Holder: CITY OF MIAMI BEACH do PROCUREMENT DEPARTMENT 1755 Meridian Ave. 3rd Floor, 3R0 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. Balance of Page Intentionally Leff Blank BID NO: 2018-076-ND CITYOF MIAMI BEACH .J BEACH 76 APPENDIX G Sample Contract RFP No. 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 BID NO: 2013-076-ND CITYOF MIAMI BEACH 77 BEACH MIAMIBEACH SAMPLE CONTRACT: NOTE: This Sample Contract is for informational purposes only. The contents of the contract may change based on the best interests of the City. CONTRACT THIS IS A CONTRACT, by and between the City of Miami Beach, a political subdivision of the State of Florida, hereinafter referred to as City, and , hereinafter referred to as Contractor. W ITN ES S E T H, that Contractor and City, for the considerations hereinafter named, agree as follows: ARTICLE 1 SCOPE OF WORK Contractor hereby agrees to furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the work described in the Contract Documents and related thereto for the Project. ARTICLE 2 CONTRACT TIME 2.1 Contractor shall be instructed to commence the Work by written instructions in the form of a Purchase Order issued by the City's Procurement Director and a Notice to Proceed issued by the Contract Administrator. Two (2) Notices to Proceed will be issued for this Contract. Contractor shall commence scheduling activities, permit applications, material procurement and other preconstruction work within five (5) calendar days after the Project Initiation Date, which shall be the same as the date of the first Notice to Proceed. The first Notice to Proceed and Purchase Order will not be issued until Contractor's submission to City of all required documents (including but limited to: Payment and Performance Bonds, and Insurance Certificate) and after execution of the Contract by both parties. 2.1.1. The receipt of all necessary permits by Contractor and acceptance of the full progress schedule in accordance with technical specifications section, submittal schedule and schedule of values is a condition precedent to the issuance of a second Notice to Proceed to mobilize on the Project site and commence with physical construction of the work. The Contractor shall submit all necessary documents required by this provision within twenty-one (21) calendar days of the issuance of the first Notice to Proceed. 2.2 Time is of the essence throughout this Contract. This project shall be substantially completed within three hundred (300) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within thirty (30) calendar days from the date certified by Contractor as the date of BID NO: 2018-076-ND CITYOF MIAMI BEACH -"-''BEACH 78 Substantial Completion. 2.3 Upon failure of Contractor to substantially complete the Contract within the specified period of time, plus approved time extensions, Contractor shall pay to City the sum of eight hundred dollars ($800.00) for each calendar day after the time specified in Section 2.2 above, plus any approved time extensions, for Substantial Completion. After Substantial Completion should Contractor fail to complete the remaining work within the time specified in Section 2.2 above, plus approved time extensions thereof, for completion and readiness for final payment, Contractor shall pay to City the sum of eight hundred dollars ($800.00) for each calendar day after the time specified in Section 2.2 above, plus any approved extensions, for completion and readiness for final payment. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy and/or use of the Project. Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete the Contract on time. The above-stated liquidated damages shall apply separately to each portion of the Project for which a time for completion is given. 2.4 City is authorized to deduct liquidated damages from monies due to Contractor for the Work under this Contract or as much thereof as City may, in its sole discretion, deem just and reasonable. 2.5 Contractor shall be responsible for reimbursing City, in addition to liquidated damages, for all costs incurred by Contractor in administering the construction of the Project beyond the completion date specified above, plus approved time extensions. Contractor construction administration costs shall be pursuant to the contract between City and Contractor, a copy of which is available upon request of the Contract Administrator. All such costs shall be deducted from the monies due Contractor for performance of Work under this Contract by means of unilateral credit change orders issued by City as costs are incurred by Contractor and agreed to by City. ARTICLE 3 THE CONTRACT SUM [ ] This is a Unit Price Contract:` 3.1 City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price stated in the schedule of prices bid. The number of units contained in this schedule is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Work covered by the Contract Documents. 3.2 Payment shall be made at the unit prices applicable to each integral part of the Work. These prices shall be full compensation for all costs, including overhead and profit, associated with completion of all the Work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not BID NO: 2018-076-ND CITYOF MIAMI BEACH 1. BEACH 79 covered by a definite Contract unit price shall be included in the Contract unit price or lump sum price to which the item is most applicable. [ X] This is a Lump Sum Contract:* 3.1 City shall pay to Contractor for the performance of the Work described in the Contract Documents, the total price stated as awarded. 3.2 Payment shall be at the lump sum price stated in the Contract. This price shall be full compensation for all costs, including overhead and profit, associated with completion of all the work in full conformity with the requirements as stated or shown, or both, in the Contract Documents. The cost of any item of work not covered by a definite Contract lump sum should be included in the lump sum price to which the item is most applicable. `Note: Some projects include both unit prices and lump sums in which case both sections shall apply to the Work identified for each type of Contract. ARTICLE 4 PROGRESS PAYMENTS 4.1 Contractor may make Application for Payment for work completed during the Project at intervals of not more than once a month. Contractors application shall show a complete breakdown of the Project components, the quantities completed and the amount due, together with such supporting evidence as may be required by Contractor. Contractor shall include, but same shall be limited to, at Contractor's discretion, with each Application for Payment, an updated progress schedule acceptable to Contractor as required by the Contract Documents and a release of liens and consent of surety relative to the work which is the subject of the Application. Each Application for Payment shall be submitted in triplicate to Contractor for approval. City shall make payment to Contractor within thirty (30) days after approval by Contractor of Contractor's Application for Payment and submission of an acceptable updated progress schedule. 4.2 The City shall withhold from each progress payment made to Contractor retainage in the amount of ten percent (10%) of each such payment until fifty percent (50%) of the Work has been completed. The Work shall be considered 50% complete at the point at which the City has expended 50% of the approved Cost of the Work together with all costs associated with existing change orders or other additions or modifications to the construction services provided for in this Agreement. Thereafter, the City shall reduce to five percent (5%) the amount of retainage withheld from each subsequent progress payment made to the Contractor, until Substantial Completion as provided in ITB Section 0500, Sub-Section 43. Any reduction in retainage below five percent (5%) shall be at the sole discretion of the City after written request by Contractor. All requests for release of retainage shall be made in accordance with, and shall be subject to, the requirements of Section 255.078 of the Florida Statutes, as may be amended. Except as provided by law, the City shall have no obligation to release or disburse retainage until Substantial Completion of the Project. Upon receipt by the Contractor of a Certificate of Substantial Completion pursuant to ITB Section 0500, Sub- Section 43, fully executed by the City establishing the Date of Substantial Completion, BID NO: 2018-076-ND CITYOF MIAMI BEACH V. :7 BEACH 80 and after completion of all items on the punch list and/or other incomplete work, the Contractor may submit a payment request for all remaining retainage. It shall be the City's sole determination as to whether any of the items have been completed. For items deemed not to have been completed, the City may withhold retainage up to one and one-half times the total cost to complete such items. Any interest earned on retainage shall accrue to the benefit of City. City shall disburse the amounts withheld upon the City's acceptance of the completion of the items for which they were withheld. 4.3 City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: 4.3.1 Defective work not remedied. 4.3.2 Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance. 4.3.3 Failure of Contractor to make payments properly to Subcontractors or for material or labor. 4.3.4 Damage to another contractor not remedied. 4.3.5 Liquidated damages and costs incurred by Contractor for extended construction administration. 4.3.6 Failure of Contractor to provide any and all documents required by the Contract Documents. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. ARTICLE 5 ACCEPTANCE AND FINAL PAYMENT 5.1 Upon receipt of written notice from Contractor that the Work is ready for final inspection and acceptance, Contractor shall, within ten (10) calendar days, make an inspection thereof. If Contractor and Contract Administrator find the Work acceptable, the requisite documents have been submitted and the requirements of the Contract Documents fully satisfied, and all conditions of the permits and regulatory agencies have been met, a Final Certificate of Payment (Form 00926) shall be issued by Contractor, over its signature, stating that the requirements of the Contract Documents have been performed and the Work is ready for acceptance under the terms and conditions thereof. 5.2 Before issuance of the Final Certificate for Payment, Contractor shall deliver to Contractor a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all suppliers and subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment; the final corrected as-built drawings; and the final bill of materials, if required, and invoice. 5.3 If, after the Work has been substantially completed, full completion thereof is materially delayed through no fault of Contractor , and Contractor so certifies, City shall, upon BID NO: 2018-076-ND CITYOF MIAMI BEACH `d. BEACH 81 certificate of Contractor, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 5.4 Final payment shall be made only after the City Manager or his designee has reviewed a written evaluation of the performance of Contractor prepared by the Contract Administrator, and approved the final payment. The acceptance of final payment shall constitute a waiver of all claims by Contractor, except those previously made in strict accordance with the provisions of the General Conditions and identified by Contractor as unsettled at the time of the application for final payment. ARTICLE 6 MISCELLANEOUS 6.1 This Contract is part of, and incorporated in, the Contract Documents as defined herein. Accordingly, all of the documents incorporated by the Contract Documents shall govern this Project. 6.2 Where there is a conflict between any provision set forth within the Contract Documents and a more stringent state or federal provision which is applicable to this Project, the more stringent state or federal provision shall prevail. 6.3 Public Entity Crimes In accordance with the Public Crimes Act, Section 287.133, Florida Statutes, a person or affiliate who is a contractor, Contractor 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 Contractor 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 City purchase and may result in Contractor debarment. 6.4 Independent Contractor Contractor is an independent contractor under this Contract. Services provided by Contractor pursuant to this Contract shall be subject to the supervision of Contractor. In providing such 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. 6.5 Third Party Beneficiaries Neither Contractor nor City intends to directly or substantially benefit a third party by this Contract. Therefore, the parties agree that there are no third party beneficiaries to this Contract and that no third party shall be entitled to assert a claim against either of them based upon this BID NO: 2018-076-ND CITYOF MIAMI BEACH -?;l'BEACH 82 Contract. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Contract. BID NO: 2018-076-ND CITYOF MIAMI BEACH BEACH 83 6.6 Notices Whenever either party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand-delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the parties designate the following: For City: Procurement Department 1755 Meridian Ave., 3rd Floor Miami Beach, Florida 33139 Attn: Alex Denis, Procurement Director With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: 6.7 Assignment and Performance Neither this Contract nor any interest herein shall be assigned, transferred, or encumbered by either party. In addition, Contractor shall not subcontract any portion of the work required by this Contract except as authorized by Section 27 of the General Conditions. Contractor represents that all persons delivering the services required by this Contract have the knowledge and skills, either by training, experience, education, or a combination thereof, to adequately and competently perform the duties, obligations, and services set forth in the Scope of Work and to provide and perform such services to City's satisfaction for the agreed compensation. Contractor shall perform its duties, obligations, and services under this Contract in a skillful and respectable manner. The quality of Contractor's performance and all interim and final product(s) provided to or on behalf of City shall be comparable to the best local and national standards. 6.8 Materiality and Waiver of Breach City and Contractor agree that each requirement, duty, and obligation set forth in these Contract Documents is substantial and important to the formation of this Contract and, therefore, is a material term hereof. BID NO: 2018-076-ND CITYOF MIAMI BEACH •..�,,BEACH 84 City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or modification of this Contract. A waiver of any breach of a provision of this Contract shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Contract. 6.9 Severance In the event a portion of this Contract is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Contract. An election to terminate this Contract based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 6.10 Applicable Law and Venue This Contract shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Contract, Contractor and City hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to, or arising out of the Project. Contractor shall specifically bind all subcontractors to the provisions of this Contract. 6.11 Amendments No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Contract and executed by the Board and Contractor. 6.12 Prior Agreements This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements or understandings concerning the subject matter of this Contract that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless set forth in writing in accordance with Section 6.11 above. BID NO: 2018-076-ND CITYOF MIAMI BEACH ....,.,..BEACH 85 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: THE CITY OF MIAMI BEACH City Clerk Mayor CONTRACTOR ATTEST: Signature/Secretary Signature/President Print Name Print Name ATTACHMENTS ATTACHMENT A - Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B — Request for Proposals ("RFP") ATTACHMENT C - Bidder's Response to the RFP ATTACHMENT D - Insurance APPENDIX A: Required Forms APPENDIX A-1: Form of Performance Bond APPENDIX A-2: Form of Payment Bond APPENDIX A-3: Certificate of Corporate Principle APPENDIX A-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit APPENDIX A-5: Certificate of Substantial Completion APPENDIX A-6: Final Certificate of Payment APPENDIX A-7: Form of Final Receipt BID NO: 2018-076-ND CITYOF MIAMI BEACH ','=BEACH 86 APPENDIX H TANK INSPECTION REPORTS RFP No. 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 BID NO: 2018-076-ND CINOF MIAMI BEACH 87 ; BEACH CECS TANK INSPECTION REPORT 75th Street Water Pump Station South Reservoir 4.0-MG Ground Storage Tank City of Miami Beach, Florida CELS Job Na. 2017-S-034.01 May 17, 2017 GEES Cram Engineering Fr Construction Services Paul B.Penumudi,P.E. Project Engineer-Manager Joe Johns Project Manager CUM ENGINEERING S CONSTRUCTION SERVICES 6801 SW Archer Road • Gainesville, Florida 32608 . 352-548-3349 • Fax: 352-548-3449 A Division of Cram, LLC TANK INSPECTION REPORT 1.0 Executive Summary Crom Engineering and Construction Services (CECS), a division of Crom, LLC, conducted an inspection of the 4,000,000-gallon prestressed concrete reservoir in Miami Beach, Florida on May 17, 2017. The goal of the inspection was to review the status of the tank and its structural integrity, and to determine what measures, if any, are necessary to bring the tank up to present codes and standards so that the longest useful life of the tank can be realized in meeting the intent of Florida Administrative Code Chapter 62-555.350. Joe Johns, CECS Project Manager, performed the inspection and prepared this report under the review of Paul B. Penumudi, P.E. The tank is in good structural condition at this time; however, several issues were discovered by the inspector which should be addressed. • Exposed reinforcement was noted on the northwest overflow (Figure 15). • Northwest and southwest overflow screen frames are in need of repair (Figures 14 & 15). • Numerous minor rust spots originating from the steel reinforcement bolsters were noted on the underside of the dome (See USI-Diving video). Minor corrosion was noted on the interior piping (See USI-Diving video). • The control arm was noted as broken on the access hatch lid (Figure 11). • Mildew staining was noted throughout the exterior tank wall (Figures 2, 3, 4, 5, 6, 7, 8, 9, & 10). • Random pattern cracking due to plastic shrinkage cracks were noted in locations around the exterior of the tank (Figure 8). Approximately 150' of shrinkage cracks were noted on the exterior tank dome (Figure 16). • Bio-growth was noted throughout the exterior tank dome (Figure 17). • Shrinkage cracking was noted on the interior tank wall (See USI-Diving video). The complete findings from the tank inspection are detailed in Section 5.0 Conclusions and Recommendations. 2.0 Scope of Work The purpose of the inspection is to investigate the structural integrity of the 4,000,000-gallon ground storage tank. The investigation included the interior and exterior walls of the tank, dome, floor, and tank accessories. The inspection was a visual survey of the structure with no invasive procedures employed. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 1 The tank was inspected in accordance with AWWA D110 and ACI 350 to evaluate the present condition of the tank structure. The tank was physically examined for any visible problems, such as leaks or cracks, and any location that was questionable was looked at closer to determine the extent of the problem. The wall was observed for any deterioration, cracking, spalled concrete, and signs of corrosion or any indicators of existing problems, such as efflorescence or damp spots. The walls were "sound tested" to determine if there was any evidence of the covercoat separating from the core wall. Any location of this was noted and mapped as part of the field notes of the inspector. The inspector was provided access to the dome roof. The concrete dome was inspected for any cracking, efflorescence, spalled concrete, and signs of corrosion or other indicators of existing problems. Tank accessories were looked at to determine the extent of the weathering of the fiberglass and the condition of the bolts, fasteners, and screens. All penetrations were checked for signs of leakage into the tank. All areas of concern were noted and mapped in the inspector's field notes. The tank was fully surveyed and a record was made of all observations. Photographs were taken as an additional record of the inspection. 3.0 Tank History and Description The tank being inspected is a prestressed composite tank that was originally built by The Crom Corporation in 1998. The tank has an inside diameter of 170'-0" and a side wall depth of 24'-0". The tank was built for the City of Miami Beach, Florida in conformance with the report from ACI 344 on The Design and Construction of Circular Wire and Strand Wrapped Prestressed Concrete Structures and generally accepted design practices for wire-wound prestressed concrete tanks during this time period. The tank has a 4" thick highly reinforced concrete membrane floor. Floor steel consists of one orthogonal mat of #4 rebar spaced at 8" in both directions. The tank floor is joined to the tank wall with a bearstop connection. The tank has a composite wall constructed of shotcrete encasing a 26-gauge steel shell diaphragm continuous for the full height. The vertical seams between the sheets of the diaphragm are sealed watertight with epoxy. The wall is circumferentially prestressed by wrapping with pre-tensioned high tensile steel wire permanently bonded to the tank wall to contain the internal hydraulic load of the tank contents and provide residual compression in the wall after allowing for wall deformation and stress loss in the wire. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 2 Conventional mild steel reinforcement is also present in the wall, due to vertical bending moments induced by the prestressing and by seasonal temperature differential between the inside and the outside of the wall. Circumferential mild steel reinforcement to control shrinkage cracking during construction is present in the wall, as well. There is a 1" thick minimum shotcrete covercoat over the final layer of prestressed wire to protect the wire from corrosion. There is also a 1" thick covercoat on the inside of the diaphragm. The core wall is 3'/" thick at the top of the wall. Four layers of prestressing wires at the bottom of the tank and the 1" thick covercoat provide an overall thickness of approximately 10'/" at the bottom of the wall tapering to 4'/2" at the top. The tank is covered with a 3" thick concrete domed roof containing mild temperature reinforcement and 4x4 W4.0 x W4.0 welded wire mesh. There are four pipe penetrations through the floor of the tank as follows: • 20" DIP influent line • 20" DIP discharge line • 8" DIP drain line • 4" Level/pressure transmitter line There is no pipe penetration through the wall of the tank. Tank accessories include: four 675-sqaure inch concrete emergency overflow openings; one hatch opening in the dome near the edge with a hinged fiberglass cover; one aluminum 12' x 12' dome handrail; one liquid level indicator; one stainless steel framed manhole opening with stainless steel cover; one exterior aluminum ladder with safety cage, security gate and TS safety rail; and one interior fiberglass ladder. 4.0 Field Investigation See attached Field Inspection Report. 5.0 Conclusions and Recommendations The inspection of the 4,000,000-gallon tank in Miami Beach, Florida has been carried out in accordance with AWWA D110 and fulfills the requirements of FAC 62-555.350. The inspection of the prestressed composite tank at this location did not reveal any apparent problems that would cause concern for the structural integrity of the tank itself. However, there are items that should be addressed in order to avoid the possibility of future problems. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 3 The report will include subjective terminology in regard to the condition of various elements of the structure. Excellent would be considered like new, no remedial action required; Good would indicate minor defects, still operable; Fair condition is used to describe an element or accessory requiring remedial action before the next scheduled 5-year inspection, and; Guarded/Poor condition would require immediate action. (1) Tank Foundation: (Good) The tank is backfilled approximately 8" with an 4' concrete walkway. The foundation was not visible to the inspector. No undermining or damp spots were noted (Figure 9). No remedial action is required at this time. (2) Exterior Tank Wall: (Fair-Poor) Random pattern cracking due to plastic shrinkage cracks were noted in various locations around the exterior of the tank (Figure 8). These cracks are superficial and pose no structural concern at this time. In order to ensure the ongoing service life of the tank, these cracks should be sealed to prevent continued water migration through them which could result in future, problems. The next time the tank is painted, they can be easily covered. Mildew staining was noted throughout the exterior tank wall (Figures 2, 3, 4, 5, 6, 7, 8, 9, & 10). If desired by the Owner for aesthetic purposes, the tank can be pressure washed, any cracks sealed, and the tank repainted using a flexible, breathable coating that can fill and bridge the minor cracks and provide protection against driving rain. A waterborne acrylate paint, such as Tnemec Series 6 or equal, will meet these requirements. It is recommended for extra mildew resistance additives be added to this coating to prolong the aesthetic of the tank. (3) Exterior Tank Dome: (Fair-Poor) Approximately 150' of shrinkage cracks were noted on the exterior tank dome (Figure 16). In order to ensure the ongoing service life of the tank, these cracks should be sealed to prevent continued water migration through them which could result in future problems. Bio-growth was noted throughout the exterior tank dome (Figure 17). CECS recommends pressure washing the exterior tank dome at a minimum pressure of 3,500 PSI to remove the bio-growth, any cracks sealed, and the tank repainted using a flexible, breathable coating that can fill and bridge the minor cracks and provide protection against driving rain. A waterborne acrylate paint, such as Tnemec Series 6 or equal, will meet these requirements. It is recommended for extra mildew resistance additives be added to this coating to prolong the aesthetic of the tank. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 4 (4) Tank Floor: (Excellent) The tank floor was cleaned by USI-Diving. It was noted less than a 1/4" of soft sediments were removed (See USI-Diving video). No cracks or rough spots were noted no sign of leakage note. No remedial action is required at this time. (5) Interior Tank Wall: (Fair) Shrinkage cracking was noted on the interior tank wall (See USI-Diving video). Two locations of cracking was noted at the base of the wall (See USI-Diving video). CECS recommends inspecting these cracks the next time the tank is taken out of service for routine maintenance to determine if the condition of the cracking is changing. (6) interior Tank Dome: (Good) Numerous minor rust spots originating from the steel reinforcement bolsters were noted on the underside of the dome (See USI-Diving video). This corrosion does not involve any of the structural elements of the tank dome. No remedial action is necessary at this time. CECS recommends inspecting these areas the next time the tank is taken out of service for routine maintenance. (7) Dome Safety Handrail: (Excellent) The aluminum 12' x 12' handrail was inspected with all fasteners were tight and in place (Figure 11). No remedial action is required at this time. (8) Dome Access Hatch: (Fair-Poor) The control arm was noted as broken on the access hatch lid (Figure 11). CECS recommends replacing a bolt to connect the control arm back to its original condition. (9) Emergency Overflow Openings: (Poor) CECS noted that the northwest and southwest overflow screen frames are in need of immediate repair (Figures 14 & 15). CECS recommends replacing these screens to keep insects and birds from entering the tank and possibly contaminating the contents. Exposed reinforcement was noted on the northwest overflow (Figure 15). CECS recommends cleaning any corroded steel reinforcement, squaring off and chipping back the concrete to provide a minimum depth of 1/4", and patching with a polymer modified cementitious patching compound in conjunction with a bonding epoxy. (10) Liquid Level Indicator: (Excellent) The liquid level indicator was in working condition at the time of the inspection (Figures 8 & 12). No remedial action is required at this time. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 5 (11) Exterior Ladder: (Excellent) The aluminum exterior ladder was inspected with all fasteners tight and in place (Figure 8). No remedial action is required at this time. (12) Wall Manhole: (Excellent) The stainless steel wall manhole was inspected with the seal being leak free and no corrosion noted (Figure 6 & USI-Diving video). No remedial action is required at this time. (13) Interior Piping: (Fair) Minor corrosion was noted on the interior piping (See USI-Diving video). CECS recommends inspecting the interior piping the next time the tank is taken out of service for routine maintenance. (14) Interior Ladder: (Excellent) The fiberglass interior ladder was inspected with all fasteners in place (See USI-Diving video). No remedial action is required at this time. (15) Next Inspection: CECS recommends inspecting the tank by May 17, 2022 in accordance with AWWA D110 and to fulfill the requirements of FAC 62-555.350. Since CECS' inspection was a visual survey of the structure without any invasive or destructive procedures or tests, CECS cannot offer an opinion on the condition or performance of the covered or hidden elements of the structure not visible from the surface. The preceding report is submitted for your review and discussion. We would be pleased to discuss the results with-you. if you haus-any-q ast1ons-ac-concerns, please do not hesitate to contact us. Respectfully submitted, Crom Engineering and Construction Services 'iceVpieue, Paul B. Penumudi, P.E. Joe Johns Project Engineer-Manager Project Manager 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 6 •' Wastewater Pump Station 23 `'', 75th St Water Booster Station/W-2 Electrical/Generator Building Figure 1: The 4,000,000-gallon south reservoir was inspected on May 17, 2017. ` � �= —: - 1 j$4 . s hi Lu hh 11 Y-`? r t ; ' :# t X Figure 2: North view of the exterior tank wall. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 7 • • s' } _ ~mow . ti Figure 3: East view of the exterior tank wall. ''','°:i.rf,`.--7 r: 7. 1 -It '' i iiiiiiik fi, tillji4. , , —7741M7-,-" er •- !s ti t 't .1 �.." - 4' . . •.-, yy 1 .4.400.'• f --. .514;"."-.' Ptr ����..,,,y,�. 04..,444, t ': �,�jj ��••. 'ate-cY� y�.4 t-' X1 Figure 4: South view of the exterior tank wall. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 8 r i +y c ... ::::t1, LI } • •�, 4 1144 ty Figure 5: West view of the exterior tank wall. :,-'• • _ • a 6 * i _+ -, • s-. I,? i.I �. - ' t V ,.a i ->: • 41�i-_ , •..s s 5 _:_f < g' rI-.: . ' •C-.4': .f• Figure 6: One of two stainless steel manhole covers. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 9 ,f L I.fr � y -'-!-7:.-....: F t ♦.j�'_, ...Jul /•n 4g., r _ • LT . Figure 7: An area that appears where equipment has hit the exterior tank wall. *-______ IssoollPa.. t rj\ x77 , ; 4 ). . - or. 1 , ,- itigt : - s ,.. : ._ ir . . k . „._,..,,-- , >, 1 e }a� ex:i4F. i- z' .'.c .1•. r k g -,.k _ • r - Atir .. r ' 1 h \ N i • F / Figure 8: The aluminum exterior ladder and the fiberglass liquid level indicator. Minor pattern cracking was noted. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 10 it',. ...- , •. '-# . . V • . ' i�ce��}.� ►^~• - F r m • i .a -';-/.4..y O - - ,e---,,,------ As p!.k. Figure 9: The 4-foot concrete walkway and tank foundation. i . . • j /414 1 t ' c '' :'i i ,r �- - .: rs Sires • 4,1 As,.... - r.1t'L . . y]i++ - *.. ''E Figure 10: Bio-growth was noted throughout the exterior tank wall. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 11 - • • ---.,r-•V •:- - .:1!...-:17 .•,:l..t - .., • •: , • • " • -.-_-: 1.,. T , --' 7( t :.‘ -. ' . •-k 7-. A••• ..• il... -.: fr.* r' • .r• L., :',... ; i':-.•. • -_. • .. 44,..1... . .‘ . S .. , 4' .•.•- _. 1 5 -P',":-.•N- ,•:- ' '.' !' , .: • '•L-:''-' e --- 1. T' : • -'-i1):: 'AIV . 1r i .. i t r, . ---._,--- ;or , ..i. • , -4. ....•-.,, . . "I- --- . 4 • • .? iL, - 11‘.,/...• ...,„. ..._•(.. -..,.. '''' /-----. • W I•I -DIP:4 t,,,roxy."---- 1 - I ' it- , • ' • " '!AllMil Ill _:4 --,.....,- .... ••,- --•::4,_--. - ' ...AC -.7.• • . - . i "IR _,•••• 'N. ''\Ile 10, /-•''` ., • - ,.,- •• a_, .7-- ,f 3 , iri01 .. ,.....4 • -,-.i`. --- ilk.? s• ... bliji --....4,4 , „ ,A., +...•..., . Figure 11: The aluminum dome safety handrail. • . •• . - -- ',"---;--- i . . -to '... • , •:' t ' clime!, . •-, • 4. ,•. , I "....'t.A '" A'. ;.- .... ' -" • ' ./1_ . """ , """.•••., ••• t s. a I. _ ..-• - ,..'.........4-• -• - lis...,...._ - ? .....:.--...... ------- --- .., ' '`'''''. - --3 ..,.-- -- —.___—:L--•---- ...---- , • .N,...•._, ttl . ''• .*'f., ,:ry -r• 4..-;-",- - - ' ,. '`. - t• • r .s . - 1.,z- .--.1-rk, "%••1?-. . • " '•-, ',."---:.- -c;.; ::-! ;_.• - n.. • r Ir t • - - •z."" i. .d. .., : , ' -'..", ';1?",:t'5,,:. -4c).--,,.•.,',, , • 4.- .I.. ,,'• if •ig *, , 4., -,• 7...j !.• ..." - -.........,..7.......... Figure 12: The fiberglass liquid level indicator hardware. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 12 lir ,gam AO \ � '' e ice' ' yI moi. Figure 13: The 50" center vent the primary screen is in place; the secondary screening is missing. —21..i.:-.1, ,3111r-t- • - ::----- ± ,, / ,fi ,, 1 -7:4.,.. • 4 - 4 ..f'l -a, y Figure 14: One of four emergency overflows. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 13 f1V11 YN wwaty.wmm k y NN trM . ] r . , '. _CY N� t� ,. �,-� c - Figure 15: Exposed reinforcement was noted on the northwest overflow and the screening should be replaced on all the overflows. ..:a._;_ — .--_- -.-... '''''''':;;'-':''.1 -er:4i- •t j•.1)_ 7 - •L ,s Figure 16: Approximately 150' of shrinkage cracking was noted on the exterior tank dome. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach, FL Page 14 'Aid; xr-rr� } ;.s -rF "--.."-r-'".., - ' ed : w`a : - "`", rYsY r w 4 - -� . :-;,r- +rte a _itcr ] r^ .. �.; `.� }-„ _ —�.-c^ :S".- x +rs c i % . '=g•..--,-;'.;''',..---.. �' t'. of i1Y : .4•,,,,, -+"i 4. Y It x Figure 17: Bio-growth was noted on the exterior tank dome. ` K - r'� ;r'=' : . t �. :.`.: : `+ .: 4 , -.t--':_ a ` .tTir Si - w :.� —^----'._ate---4..;�,�.'�� • yam.. , 4. lik Figure 18: Discharge water from the cleaning process. 4.0 MG South GST Inspection Report May 17, 2017 Miami Beach. FL Page 15 APPENDIX: FIELD NOTES CROM ENGINEERING AND CONSTRUCTION SERVICES C E C S 6801 SW Archer Road Gainesville,FL 32608 352.548.3349-FAX 352.548.3449 Date:May 17,2017 TANK DETAILS Old Crom Job No.:1998-M456 Location South Reservoir-75th Street Water Pumo Station Owner City of Miami Beach.Florida Engineer Camp.Dresser and McKee,Inc. Diameter(ft) 170.00 Side Wall Depth 24.00 Volume 4.0 MG Dome/Open Top Dome Inspector(s) Joe Jonns Material of Const. Shotcrete Yes No Comments/Photos FOUNDATION 1 is the tank backfilled? ✓ Approximately 8" 2 Differential backfill? 3 Does the footer appear to be level? ✓ 4 Are there any gaps between the wall and the footer? Not visible 5 Is the footer undermined anywhere? ✓ 6 Is there a berm or sidewalk,splash pads? ✓ 4'Concrete walkway Additional Comments: Yes No Comments/Photos PIPING 1 Is there a separate inlet and outlet pipe? ✓ (SS)20"Inlet and 20"outlet 2 Are the inlet&outlet pipes located to ensure circulation? ✓ (SS)180 Degrees 3 Does the tank have a drain line? ✓ (SS)8"Drain 4 Does the tank have an overflow line? / (SS) 5 Does the overflow discharge above ground to an open basin or pad terminating with a flap valve or screen? ✓ (SS) 6 Can the tank be isolated from the system and drained? ✓ (SS) 7 Can the lark be by-oassed for maintenance? ✓ (SS) Additional Comments: Yes No Comments/Photos FLOOR 1 Has the tank floor been cleaned? ✓ (SS)USI-Diving 2 Waterstop type Bearstop 3 FlooNwall connection visible? 4 Are there any visible cracks on the floor? ✓ 5 Are there any rough spots or spalls on the floor? ✓ 6 Any accessories or equipment mounted on the floor? ✓ Grating over sumps 7 Is the floor coated?Type of paint? ✓ (SS) 8 Are there any sumps? (size and depth) ✓ Two 5'square sumps outlet and drain Additional Comments: Yes No Comments/Photos EXTERIOR WALL 1 Are there any cracks? ✓ (SS)Minor pattern cracks 2 Are there spelled areas? ✓ 3 Are there any exposed prestressing wires? ✓ 4 Is the wall painted?Type of paint? ✓ Two coats porters masonry paint 5 Are there any hollows? ✓ 6 Are there any stains on the wall? ✓ Bio growth throughout Additional Comments: Yes No Comments/Photos INTERIOR WALL 1 Are there any hollows? ✓ 2 Are there any cracks? ✓ (SS)Shrinkage cracks 3 Are there stains on the wall? ✓ 4 Was the wall coated? (Condition)Type of paint? ✓ (SS) 5 Is there a baffle wall?(Condition)(Material) ✓ Additional Comments: Yes No Comments/Photos INTERIOR DOME 1 Can you see dome reinforcing? ✓ Slab bolsters and at one overflow opening 2 Is there any exposed mesh? ✓ 3 Are there exposed reinforcement support bolsters? ✓ 4 Are there any spatted areas? ✓ Overflow locations 5 Was the dome coated?(condition)Type of paint? ✓ (SS) 6 Are there stains on the dome? ✓ Additional Comments: 1, The spelled area appears to be on the precast overflow. Yes No Comments/Photos EXTERIOR DOME 1 Are there any chips and spalls? ✓ 2 Are there any cracks? ✓ (SS)Approximately 150'shrinkage cracks 3 Are there any flat spots or humps? ✓ (SS) 4 Positive slope to allow water to drain off dome/roof? ✓ (SS) 5 Are there any attachments to the tank,i.e.antennae,etc? ✓ 6 Is the dome painted?(Condition) ✓ Two coats sorters masonry paint Additional Comments: Yes No Comments/Photos ACCESSORIES 1 Exterior Ladder ✓ Aluminum Safety climb device? ✓ (SS)TS Rail 2 Dome Handrail ✓ 12'x 1Y aluminum 3 Intenor ladder ✓ Fiberglass Safety climb device? ✓ (SS)TS Rail 4 Manhole ✓ (SS)Two large stainless steel 5 Liquid level indicator ✓ (SS)Fiberglass 6 Hatch cover ✓ Fiberglass Raised curb and cover with overhang? ✓ (SS) 7 Overflows ✓ Four 0675 at 90 degrees Screened,protected from rain? ✓ (SS)Screens need to be replaced 8 Center vent/ventilators ✓ Fiberglass Screened,protected from rain? ✓ (SS)Screens need to be replaced 9 Dome probes with curbs? ✓ (SS) 10 Aerator(size) ✓ 11 Specials ✓ Additional Comments: Yes No Comments/Photos SITE SECURITY 1 Is there a fence around the facility with lockable gate? ✓ (SS) 2 Are access hatches locked? ✓ (SS) 3 Are exterior ladders made inaccessible to intruders ✓ (SS) 4 Is the site remote(no on-site office)? ✓ (SS) 5 Is the site well maintained? ✓ (SS) 6 Are there physical features that could damage the tank? ✓ (SS) 7 Potential sanitary hazards?Proximity? ✓ (SS) (i.e.bird droppings.sewers,standing water,animal activity) Additional Comments: EXTERIOR OF TANK inner Diaarr 17000 R CYaanYeree. 53407 R VeYns of T 0. 4.000000 is 004 00'nwy 170'or Lrm ode aqua Ren noted on da edNw awr dome ny N D Biaafeed,was no noted Sr0u0u1 MORIN 4 Te a.tenor:anr dura 11001V Ci • 3 LAWN) CRACK N PATTERN 7NCKN3 1 a 0 n043d*AREA \ • EFRORESCENCE O OONCRE1E SPALL B O O 7 PEEING Few:COATND ff. EXPOSED WSW RUST SPOTS TOP OF DOME raid wore eve noted 2..30 A! Patterncauw nq a-mad on dv s,4try nrn Rall. I re warm ar mat S1w0. 24.00 R 24 22 21 19 • t9 u u 11 10 Rti 1 I I I I 1 I A B C D E F C N A EXTERIOR TANK WALL INTERIOR OF TANK ..WtDba.bn 120'00 ft C2CYN Mw10o' $34 o2 n "ow.of 1400 .f.ttr qa 20.Cv Mrwb P OP.4..wnwn"wo.* E E 0 F Cro F OO 1OaTM21E�wwEranbrew.om arrbb0 on0010 b.n 410 xun. 1erby,I AMMO.awb.*MwoHoc.' rwbbrH row Me0CD tLGEBO 0.41 a,xut to, MA(TERN CF.xWNG 1 0 HOLLOW AM 1 Co coma VALL i 16uvc MINT'ODA HSC 0 B O M f%M(nfD NfiN'w'w,1019 B • M 2rr0vartand sumo .� A A TANK FLOOR UNDERSIDE OF DOME • 9rxbtOt ends owe ato Naha w HA bo a w Two baaobbl..xbww w.co nn.Tera nfbd fnaa w V.=bat a M maw ant a.[. 9WO. 24.00 2r.. �' 22 ..-- ..+ 2 1 1 1 A B C 0 E F 0 X A INTERIOR TANK WALL 1 TABLE OF CONTENTS, 1. TITLE SHEET 2. SECTION—ELEVATION & NOTES 1 dll111111Ihk +I � .r!, � 3. SOUTH TANK PLAN 1117 li NORTH '�� „�, 4. NORTH TANK PLAN M7fA".N' E A l� , . • 5. TYPICAL WALL DETAIL & JOB SITE--....<\ = r PRESTRESSING SCHEDULE l <sLt a 6. ALUMINUM DOME HANDRAIL, �s.ro "on"wo JOB SITE '!j 20" DIP INFLUENT, TRAM— D imi4 SITION RESTEEL DETAIL & N.sty L a TYPICAL PIPE ENCASEMENT I #1 DETAIL JOB SITE—JP 73n, 7, 20" DIP EFFLUENT & 5'0" 1 .1-, I SQ. SUMP DETAIL . ` 8. 8" DIP DRAIN & 5'0" SQ. ,,E CRO„CORP014411011 SUMP DETAIL TO 441 Y,-45 `D - - „"�0n�;,MC RESERVOSIS ,� 9. ACCESSORY DETAILS V PUMP STATKIN UM KICK a 10. TANK PERIMETER DETAIL & 4" DIP LEVEL TRANSMITTER DETAIL R i '11161111111111..' THE CFIOM COFIPOFlATIOm I PROJECT: 75TH STREET WATER PUMP STATION '''.1111111111 ....o. ..c ..ft r.r. i.fZ.7 k i ,2_," '99 I OWNER: CITY OF MIAMI BEACH, FLORIDA 3 :`1 5.EE-5 :.3..9: •o i •,2 , 3 CONSULTING CAMP DRESSER & McKEE, INC. x' ,23,m """' ' 3 ENGINEER: MIAMI, FLORIDA -� 98056B 1 >10. il ACCESS kM11:34 18114 / !VAR FIBERGLASS " ) OM 144/011.40- 1 EDI EL 2113 , SAS Rut 0.M -LAMER 04TE �- A `rte i _r ® d I -11 /M _ COMCRE'E SOONER 11W.11 AROUND EMIRS *001 a00 Z O+ .� '7- --�40 PERIMETER OF 75830 '�[I-ao MO RESERVOIRS Ir rOPoE I E4014 00011.AM 3 uNOER AR0.3 0 (x1.QSO>MOM RAW a) Imo' D%240'SRO QTIQN-EinKve0N «a:� OTT OF 4141 BFACM.FL 75Th ST.MT/30 PUMP STATION N.10.15. SEAM SEAFIGRNO4 Met**t**a F3rd414d Om y Cann 0.854,0s4 ..! 4ven443. m 0. n.aa 441331 CAMP ORECIER 2 r0* f Uo f°*dl/oe•ol d oentorN+d�d 1•11.1•11. 1. 410 and Boa a 134�ot�-aim AwMq 4.41 mndruc4. 1�eKF NC. 3. Inp3nsd.0.1 2. 06014a a Bear-arm well Pnpr.w f 4 4.304040* 4414411.npMA E Rea**Sat Ya4.14aI4 t 3sN.44 F3Ndrd a 7M Cron Car5or51a14 I. AS 4-413 prase 40.343 32 d.n4,41. r I 403+3. [n 1. 0049 d 54 Pt*eaewalbl.1R aorm..Wn a en**an 4'horse 44 d flow 1145 2'ma 10141.4.Rn Pell a sown Roar n44to4t deb an0210'34, 3.11.3. ___ 2. 74.719 and d41d.Ww d 454. F r 0.0403.w..Iron(s�49v 7».e *vox SNP m 3. Fled 40011* pig,owe*h9aa/and Rona 2. Ols 0.1!x0' 2/11/1e 1 IlW4.o4,41451 231.000 poi A. canon*144.T/5.II Csnst 33, S•.j' . ..k 11%000** A ACM matt FOR 1.4000 43.1 4111 3/4'•OYp•a 4r 48o. dorm Aral 120.000 PAI I.DG1101O. 2.4000 4/.rte 3/3'.Wr.f•44*alp 4h hr do ROAMED r RIDE 4 3 2500 34 101 P444034400.110. Pah S.I..es I!'MEP M0. M . I. Eder*a*melao4. Om cod'Tharw4al'. 0 03* 0DEEP r war 4 Shae.da wore U.Type U 0.n.t fl-4000 Pd 145'DEEP ROC1 m R 44. 1420 341 2. Men. 4'MO4 r 3.[P CONCRETE 50101141.K. s 1. 4405 PS On.t d.4310 7 1/2 apo asnsel/404. a Aea4e.4144 FC003 UOOFJ140082 C. Ma**i 1. 50 fbs'4o .11•11040, TO E%fEleole /27/! 1 0.'o, s(4 4Fends4 M)�440 d 7 dey.,44o d 25 dock 2. 375 5.4.4 wen 44.8.44 0mla4.4 madand .{^./21/00 143.31E maw Won 434.eln% 41...0e44, l 4 W 4r Rorer. 4. Me*RVr b. *Odor with TS*My MI d 2 w 3.r denla S. Ens*ah.r4a4 4434.40 73.dory rot 4,x..4.. T 2. 3+414r404(4 101100*R 40) .0. w d 7 dere t0.d 2s d514. 3. 5141 nrdlde ..,,A= 3.33.3- and heel ere. 7. .w-1.140.:.r1 an A. 4 eb 1.r orA4A4 owe*IL I. *44 3.5540 II.Maf .M P•4oed eAre 3.1430.r e.a1v4 NC .near.,M.7.2.00 ."` d 2 444 M*Ms aen 4aL t0. IllPln`04!3.44155 d 3.344 ti�,.o 4334 01...40 C. 2 0.4 M 3.54.1 neat 1D'dY y x5„�a> 20'ap Outletr di.Orta w�a.or,....ft 4'die lel SA*. 2'O 5' 10' 8f 3/32'.1'0' �`` 980568 a... ),r. 4v a.....cor.,..a.. 2 ' 10 • 11111111 A,RM�61R1,E ,Al Ilk. C R 0 M °"ER1°""'"ail 400124 torm s or.offwecr® NORTH muv a CAAFFE• ®ICCESS MEM 11TH R SS IOU.YANfOIt® �.Fl�14IO 1 % ( IOGtE) i� �orwraRc-- A1;11RRUY OOYE ®AMNO RAL �j��� ` // \ ,.. . i / \ / HTS PRECAST CONCRETE 11//90 OWIflDM3(4 REQ•1Q)WY 0.\\1 \ \ttas:tt�' if N / 1.0-14.0 YoRtsfmaacaYattrEaoEvwx ,(1/1 rii.. I at '\ ,\ i I / / POE oiuEiARR®`� naoRFOAYo.AA • CMY SEAM FLiir oP ORAIII\ r.xxrtR\\•\1' /// ^! ® scmon NM SEACFl FlO NDA • / ROUVO \ sr>4 aRtr ® nwxCARP MESSER / \ trxtr raFRa woe` /' H \ rr W KKTO` .'VIDE.rOEP /' \ =CRUX SOMA /, ,\ j_4/27/C0 ME 1 •'4d I v .. . \ 3 ' ...1 R.0.00...WT.k Pt.11, .M 9019..14.0. Y secror r.r .[- +.nm a COWES oEMOrFS aCEire RUYBFR :'44�I 2r OP COC1w6E®t Sr m.AAP WIRE tAL OKRAStl}. m . .' CM. o 3 ACCESSORY PPE awes=moo:nue 4'0 tr m 1 VINO Es INE EMBER 1/sr.tro• 5 LOCATION wm �Q_V_TH TAM PLAN. »est secaoM WEN* `�• 980568 i DI000271 PRIOR yTO PLACEMENT. 9•w.•12 An R K:d z............4 3 10- ............ 11111111111 MEMO 4.1141114Ull CROM Al LA000t WrrN 13 ....., NATOI IfIll Eit, a FWEACUSS COMER L,CC/Ot Gilt l'' 1', AlIi 1111003.0115 MS ,,—AUAIFFUll 0011E %.tala.poiciart .....4goihh..._11_p, KM°4•41 40...1"tex"H°tE.TE) NORTH q)20-DP INFLUENT . •,..., / .,. g173 NE:CAST CC/CRETE All OVERFLOWS CA CCU 0 X!)WU art.11/23/111 \ ,,• \ , \ 1,'7nIf / ,,, VOW GIC ato,m.t., , J , , , .,„,,,,,,,,„41 , \ \ / , ; , , I .3 / 1110-4.0 NO RESONCIRS • 14 .i \\„.2 . 123. . /\ v , NA illeIRINO \I 1 • 5 // / Imo 0 X 2.0.9,0 .\ \ / CONCRETE JC. •, • / 09 \ , A ,..,.....w. O5 All , io 14;2€11:. 1/C WM COIPCMISP X I • LOPOPLE.,/10400. , \ \ ' / • ---.. . 41, \ • \ I ' ./ ...• . • ‘ , / MN OF WNW KICK TT- . . . \S•' 1 / / 7STII ST WATER aOP DRAM ,,\ • , Sr FlICNIXASS 11 PUle STADOV • \\\ . /, WNW*ACM n.orreA , 411TWOR , , .• I, • . CAMP ORESSER . / / \ re*so.sup $ : raw It*KEE NO . iliNal.ROMA • , . \ 41, ,/ \ , • , ./ ' \ , , 4, 90,01ED Ir NEC.1 , \ CNNIXD 0 011t x , . , .' 11.DEEP INDCK TO / \ e WICE s I"GEV , , i • . CONCRETE SIDENAUC , . • • , ,‘ , ; „ I , , \ . . , .„ . •• \ I .. . • ''''...„,.. . .• •••IT -...WO I...Mb W`K • ...,• on.or......rx. " .,.,.....,,,,,ousACYCO•004 It Wei 4.:LID e •,./I 30..A.Pomo IIIIPIA f.MO I<00.1•4 WOW,CI 4 IM 1'Ai 11.T.MOM. 20'o.DISOVIRCE (7\ DENOTES JEW.*Amor OPAIMIX OINEIMMI•110., A 11i 5.0.SO.PAP kJ} DENOTES he..EvLANNDI liNERE OCAl_APPEARS ". SIEVMESI / NOTE F€.D WAIN ALL V 0 IV 20. T ,NDEZSSORT It PPE <>DENOTES SWIG.LETTER • 1/11rwrr ' LOCATIONS NMI NORTH TANK PLAN mons MI MUNGER 1.! DIGNEER.P.00IR • 10101E seam of3/413 ''''.980568 i ro PLICE1100. — coNiar G Nes A.ve vow x•Aure•Z‘.wan wows 4 10 OMR SHELL THPCRi 3 AT i e HIOY AML ---- 1 I/2-59)-I AIRF MR 9JPPORIS ALL MONO AT — P FRO%DOME EDGE 10 SUPPORT RUNE . — .... 1:'....."' HELD SOC OUTSIDE VTOL RESTER.10 PROVE _ I'IOIM4M NPO r IMAM*CONDI —•, __- 0 P 13.0 66DE3) 2 IZIZE 1111.1111 At 293]TOP of•%1, , ARE FABRIC EMENDED I. SNOTCETE SHALL SE APPLES Sr OR UNGER DIRECT C R 0 M 391/CINNAMON TO WIN A PO1V mION a rozaortN CERTIFIED w ACCORDANCE TOP P3/SI¢1___.�.,-.). - p I ,/2'of DOPE EDGE MDT.CI QIUE11E5. SMELL OMP14RN1G11 I 1± \�-4-/S CIRNIfEREPRAL 0MS AT r 2. SIMI ELE MIXT-READING _ SSING ORE SHALL SE YEASIAED !f • i:i. i __u v N.jjr�0 ACCURATE TO AM*21L SPRINGUNE - II-1 REO, unr a D01e aAND —I N ORCUYFE7iERML MI6(3 OUTSIDE.3 NSW) PRESTRESSING rREs IN I.SEM.001E RR MOTET N CN016 3.P70EIRM N I /2 w 03.0•ALO P PORTS -Jr-, 2 TIM a COME RILL MC 1 DAT ON T 1/2-1-I ARE MR!!/PORES 9MEDIATELY PRICK 10 CASTING 001* FROM A'NN/9 2 1/F•1191COAT IIntR BONDING EPDXY(390) HITCH�q ra II/23/1111 01R4OE VE11RG1L RESiI. I 2 I/o' L a�wm 0410. CORE AALL m3 1/r AlAT TOP or TILL - _._-159 CONTINUOUS SNEE13 231'LONG OF 26 ONGE // y"P'tly.1 STEEL 31101E OMPHl( .Na NORIZOMAL JOINTS. V' DOyE RING DETM, • . r, .1.... .-Pia" SWOT APP.OF 1'COVER ear OVER 6 EL MM.29.13 n0-4.0 MSI RESERVOIRS PRESTRESSING'MRCS— i.1 I I•COVER MU D1* oi. RIPPLE PATTERN ACCEPTABLE 373.000 113 S:YEARS • l� r aaNNPa 1 PRESTRESSING*RES II �,1.. .. Tom) OCTAL THIS SHEET 170'0'C E 14'0'M L _ HORIZONTAL CIRCUMFERENTIAL RESTEEL III ', I �`� ® ^ NM it.* OON IMA'ORAr BOTTOM 3 OF RAL--— „ 50 AS.ROHM 1I wRfEFOCT ]0.000 —21 CN10E DFa SMELL OMP9IATM Aro OIJIE wmx RE"TEII: a•'r I �'� �1 m I � POBOTTOM IOUSPAAIIENT MY a 11ALTERNATE 27'k 29'LONG MRS I`�l 30.)30 �1�NO N019ZONTAL .94.7TER (274 EA.REO.) - 52 IE VFRT%.4L RFStFII: •!' i m1/%NI 9110E RDROR ALTERNATE 13'k 15'I:MG S4i5 43.000A . I r COVER SL2140 HELD IN PUCE WmI SPEC:4L CL.PS I•COVER OVER STEEL SA/IRMOMERTICAL MRS k PRESTRESSN•AIRES 1 ( 0 .REO.) 34000 CI ANO 1EIN EACH LAYER OFPRESTRESSING AIRES 90.000 O CAMP 0RESIIV EIR III 4 N.030 1 O ' PRESTRESSED COMPOSITE*M.1 SIMM pg� STEEL sHE11/SHOrCRErE CONSTRUCTION It }IORIZONL9L WALL SECTION *NOTE 7200° 1:11:1 -I •+^a I.a ADJUST LOCATION SP VERTICAL SECTOR O yy�1 .,' .'-4': OF OE%6TOP 70AS91E HORIZONTAL 11,000 O . CORE WALL A 7 I/2•AT BASE OF MILL-- t ku �LAYS 9 ��NIMPAG01 97.010 OO 711 _TT,,.,, 090E VERT04L*STEEL 4 I 2m 0.110E STEEL 9411 ORPHANS* A 93.000 CIO N• -SOFT 910014 MCP 1450E NO OJTSCE. OUTSIDE VERTICIL RFSTEFL - 11 511001 IAN.1•CWEA OVER RSDE 99.000 mm RPM.'94112 N ACCEPTABLE 9470E PRFSTRESSINN0 WIRES l GRttIENF'ptIX1UL 54RS {{yy r�COtl11r4aU5 ONSIDE) 101000 OO SEE HORIZONTAL SUL SECTION UYO6 1r 11'( '90Q M MO �� tit O etc 7"'. NOF VC TH6 SHEET MRI DIAPHRAGM WITH OP COAT OXY(S O)OF 114.000 MA41 OR 'I'MOE fjYAJal10. 15 m3•1 I4 �OMPMRN•M OSTM BOSOE EPDXY LS. 8 moo INSTC L FILL All JOINTS SRN i3bRE SHOOTING NSIOE COVE SILL 195.000 LORE WALL TAPERS FROM 7 1/r yy AT amid TO 3 1/2'AT TOP 9100TH MOAEL MASH `• ; i r.r CLEAR T' 1I- 219.000 '®OO VOTER WELL— I,I / I SMR OF•Nmnwassr 0 ERIQ ' I p m--ocruwFAFIEMLLY NlOOPt Stm ' EL 9.I I SS 0ALL WANHOLE__ S�s3: ` \ ~ # •roc A•9rocLw7 �/%Wa fr&%-0. a$ " s-os•r csicim 1Y 1c Y i N9L NL/ twos C OOOb ,"'°•ryV.'.00,6.'4 Mr a RAMAL MRs r DC r0'=I —— -� I 2war O�ETAL OAS SKIT FLOOR AML }N w A.N AN m' �� c (017 REO. -_- - -- ,ff 0��� 11 ,w..... Nx La44- r 4171 v aa+ffo,.Aa4r,, AMYL RIs•roc ��- W. R "�'°-'°"°"'"'N S 1/4•-OPCU-3 MIRE SM 44'0•AVM!)�1 //55 ' .... ..u..i.,... J a.POR-IN TWO RINGS (MEASURED•eer MOMs) I 2 SUPPOR9 A•E BFR s-/O•r GRQYEIIEITMLLY 3 3/F ��O• 3/r I•HOFUER MO / r L .• ASI wIED I EACH ANY.wAr.SE Fr BROOM /4 mite SLAB MORS • A 1y4 (900 REO.) ® FLOOR-WALL DET TMTa90ON RESTEEL PRESIR�5$I NG-SCHEDULE 1• o '• H•r P 133•LONG - 3/e-1.0• �"98056 i•.or__. TYPICAL WALL DETAILS ®N'"'E RAE AS`LJOR Sim(032 REO.) r- --0-'o�A ,r-ai -.1""1--5 ' 10 +I OIP N.4d...-A..M ACM. 't,___-f2.O --J� PUCE IYI.LONG BARS TO SKr RAGS N TPANSTIIXN OF � ECCE 0v DCEer ONO-- 1 ••e- ` .'r 1' it i It OOR ME701ESS m SAIF PLANE 4Th REGULAR'EXI 'TOR rsUSE/A•a'.OW AT MA WATS 3WE* IIIIIIII g CLOWN ONE 4 1 zoE I ONLY ONE REM REQUIRED1,-- CRO M - - - - ; 1.31 DONE ONE ONE REaAR REQUIRED WI MAT w I era. wn Aroc-ewRO I I 'N I. ter, 70'e• IMO 3/e .O 4'7' 1 \. / 3/e••a•A 1'2'AND /,\ 71 E± SA)_ Zfl jpi no.N8IDE-a0ut0 I -,J (13 REO.) 4.--!!! awe NEO.M ADJUSTABLE FLANGE(TVP.) .- IICI I ' /x AeFJLQAR Ae� O i PPP.KK gMIL• 118t1 MU. 0 wools* OIIMORANf _ W,eu.+r A 0110-4.0 WO REmW:IB 37 1 3/8'•10•SS ALL-11eRMa. (2 INK)MIM•8 MEC ' O NOD NUTS AND Nur �/ - _ 171Y0'l0%24•0'SMD O ALL-iNKIC FLAN M/MlIS 4F— - x aE OM osaeM w I.U . � NEOPRENE PWS ALL ACS Tv.) rNz �M SRw L i1CN6Meeosaa CITY OF NEEP 9E1CN Fl.. 75T4 SrST04TENSILE M1J eMl (Tii 410. f TON 2.ALLOY l I i/Y SCHEDULE G, '-+a.w ACJ.FIANCE(TMPJ TAW NM eE.CIT AI.Jde rPIK M R WN •••••'.•••••••'•3. ICE-�,E�S TO e �RANSI110N REST DETAIL A.1 • SE SS&WICK Cl E �/Ancry NIS ANOEONS YAK KOREA ALUMINUM DOME HANDRAIL Y 0 Y A' �`(— 1T1 I 20'S 90' err 00115I 114 1 IY WWI CONCRETE ENCASEMENT A 5•0't- I Aa'OffACOMOR r K I J'0' rw/A SANE RAEAS FLOOR STEEL -I-- I I I f — � ,((� \li4•e Fl0N MAY.E%IEED N'NMN. 9 1'I . A'TWA FLOOR SECTION 7µK Awl- i 1 I I 2 FTM.P. 117 II�7.,--ir _ - PL 1 �eRMe� - NOIC KME ENC\57E?1EYf R.. N: A� s�0 Ar mot(MAu ID © ,� -. wEvtrr Uf 0E1E1e1 fC _ YM' I ^ , JN— EL 111 J33 . moi 90• RwO�. lO ' ` PIPE SCHEDULE ' s'ENE, l l — `� .:E .:e,Gec+.u1�,.. . — -- _-. .-�p,3.GQ O -3.. - ... I. • le 9.OuV TM OWN Illgi. am —_—_—_—_ PE•/MAtF71SI0P 45.0 Ia• o.ur 1..oc.w..clm EL 1.10 fRdl FU:. 7 �'• IOO foe'i�.NrecWVM s+u • TOMO?MOTO S.' • 1 EAI�COYPACr)20*OP Kr F190M. Y tiNG If m.o.1•al • - --.12'1N.CONCRETE RESTRAINED4.20 OP Kr(KU.FONT AA 1 grantszmwr , oicasoden e armalcN 1Y NMN. ,..,. A��G• 3 te TYPICAL PIPE ENCASEMENT s NO=® NO20" DIP INFLUENT m -- .�. ® 1;2.-IGD. 98056 -.1.•.___• - "' s —ia - li IIII r Cr 1Y CROM 1 ir- r0• /,ri re ® ',..3) r'r• •r leer A.sa) w m e m•OP �^ EFSLMENE� • A'0• ° C YY HOOP(2 S .+ „/23/se 0 ...... r �YY7E7lSI00 esa 3.7. (s�•r s7' • • • . - A __Jr •a�r.a. • . . , • © ° �` © ,ro-wo Mo sE3E7E+ows ' ,70'0•D x 24'0•aw e 46 O e,r MN. D ..�• caMuenE yAiaswic,'o::' J RESTED SCHEDULE arc a WY BEA NTS HIS arse 737"ST.RATER PUMP STAMM Awe BEAM RCP'S* r 110M F1BERCLASS 0Iw1110 x 4•11•S0.WOW AL.NICUO a....,„..m. Die CJAP DRESSER 7r1.RAMS ,y 1 WO Ani 'i 3'Y./oOmOA • 2MI/ Ax 2wlieOUN ,/A•SS err l ,mea I:3. re p49(FIBERGLASS GRATII83 A 1 ST STEEL J-AACHCO moat curl A Tr S0.SUMPI 4, CLP a e SEEP OARS. „/9a 1 I / ' 2 BED.EACH SIDE(S ill 2.33•are MMS SEL w76• R i sear 0 AL .rnl .t,.0 °:R m1eL ("- IFr 1 o I EL zso I i r CLEAR iomig _ ., .___ :k; --W • i 1 3 yr 1111111111111111111Wg&ii' '7 :-'•11 -----.-ii 'itemmv ' . .j --NC. jliz. —.. MOW 51.0000 1R01114141. ru..�w.. PIPE SCHEDULE i immoisommgols AMMO..a VI WO°wc.�c- 11r 40 DA*sILIITA S%.0 ro /►0y k�\ m OP X r7r�n /� j 'SNP AP• O B 710 7 ° ,rI 3-Se/_] :,,,,47pcgB1Ell'a T.MP.1E0 f01'M 00.80,7'! U ,r 3-0.-3 Ill '� '�'O"`Jr 'k B'FR011 P.E. xc. I 0 AN 0 ON ::�x 3 ,/r-rr i ® 20" DIP EFFLUENT & 570" SO. SUMP "`98056A $ •0 41.re re a.xe.nm......,.•®." ,'"` 7 10 II ! I( YrIt 1111rr I CRO M re- O QA rr 0•r (32 I I ' 9 a'D iss2 riroo°.) RED.) II le i a Tr OIP cow-, YY O IFS HCOPS ,� „/2s/9s NIA jPI ( 0 � - A y•o _ . 1111 a.� (49 REG) 9• ~_ .I f r 0 I //ba©•r ,rp-..0 w RESExwre y, RR RE04 a, 0 I 170 0 O x 2•'r$Rp 4 I 44.2.4 67')I2. ,r wN D RESTEEL. SCHEDULE ^•�.o�uc NAM. 11 NTS MY Of ti Mt ST.WA74R PCR/$TAt10R 1 1/2;1111C IC FIBERGLASS ORATING WY MACH.R G 1 PIPE SCHEDULE App AN E01/4 PAT a RESTED. ••" $a RSP COATED A.A..uomm 1.r 0P,M•D•lII RUE •Su!KAP(AS FLOOR REQ • cosy DRESSER 1R FLEE TEEN•KU. f H•r EACH TNT,canto •2A• ATTACH NM 1/Y•t s/•'SS •MAME NC. wTOESTa RING r tw ORO MEAL FLOOR ExPN,$gN ANpitli6.,r a/C KIK FLORIDA FRpy P.E ,}TIM rf t�Y 11142(FlERC{A• SS CRA1,N0 ..- 2,/Y r 2 1/2••f/••SS • o I .•„•SG NSP OOAIED ANDIE AEL AROUIQ ..I I n, �SfA94ffi$TFfl..!-MICIIOR a,PKRYDEE " JL ADDED SSJ- !'0•I90UARE r P.0 !; $'0•SQUARE 4 2 RED EACH�E 04 TOTAu ANDIgR CVS SLUM F10OR ® WARIEroP t TN' I MANGE a.FN. 2...................... .......-- =" ��,,.....,,........,....., r. 2 2 FST 443 S+AP ro �rg a O a an i® • �r!1 1 ~r Lw SCHEDULE RESTIEL E E rr•�.E 2 GROUT A D ! (El ••},, A I 2/11/94 '1/4 YMiDKTO/ / �1 ' _- 7/ rDP. IaNc � I Ij" /�1 �'k r arc I r mica .0•r•.•.EACHw1w .,4r;i.4 ..- 101.No 801TC41 rao 610,TNT y01.4,410 ..44.4 Na BMW :XS 44 aE '�t o Y . 1.4 Momper 1x4A0444. F 0 ON O ' pN yWI-=w"` J e ;' QIP •'• N A_1 '•" Q MP ""f98056A • IVIA www. 11, ......7•73, • rip.Y ./.•.Mr:000.17:: ..........".":::-..:111.:.....'::"."..2.001.121"77.... `" CROM 4222 9102 rs son,Oa 20.40.01...:.... ii:.2..0.22.••<al ; 0°,1111111t°' '1-:1111111.I �J Il I . NI 1..II ■: SC" nom.-002 00 j , s04a sY r ., — ac ti/x3/9! 11 A xY1' I +� M ,....,kJ, N M▪ 3003.2 1111.�a �,! \�9 SO' FIBERGLASS VENilUT4R .4.04 f I �I a i >�dJ .,... r�o �7anaa � &� � OMai. i !! .-- 4:me iv. 02 r f { t.[.1 y .��... 9oc1aou ENOT"c"' F � r amp ,n..•a� IVO'O x:.d sw 0.20n3 320 0.2 I m _ .o t SS.00 a 201111/000 cwar rrm� 0 "ever enm.a-0..+r \ IMO O. IK m 0 NOM rewa,... aM..... swam;11DI.0. ® INfFRIDR I-RERGIASS L►DI:ER — -"03.90• .` :7-..r. �.� = 1 .r an or save n La am..V VIII*Ku Oft�1► aa�_ • rmt n.wrtR na,.,_+..,_ SECTION PIMP STAMM '▪°'w",....• .• ' - A. --- -- e FlB _,TCH COYER suck naive .u..w n Y. vs aru- 7.,..ea CETu.-w S• ',. ACAMP oIESSfR a.ao-,ver\ .� rve 0.` .ver ` ErO�O. 2 .AM.am • 'I .t :a vsa002 .220022.0 9202 AAs .a..w, '.0.1a .„r 1. 5, ' F r ININ NOW.w ' ® Q109 32.2 am 1020r ta. . aaa. x02,COI w MOMS.+a 04 m 9... msA. G�ws e .w 7D 0. AraeAAA um* EL 0.33 MS � I I p! / Iwa STANLESS STS WALL A44NHOLE 2309120 a.a mowr urm El650.14/21/00 90 9002.0020 .20 24°:y,l_ 3... a. 11111111 . cam ave r.r.3rs w .n eco•.+0.0/0 !7 ,.N oe.a. :i 1:11 1 rm..02 II A f -•,£ =7:10.,t .ore, _ , OETu.D. , Amy.' tw Y.,/:�M.. le- ,/r AM•,w 4 w@.o.0 .,ry•.Sr II� -::I '''''''Ar. 11,.,r24� ECW."". •0022.2$100 3..0001.. V .y �,9fK aa'. .�I ,•Mn,f Y' r� `A; r . 9000..„M 1 El 20220.30301 02 NM.0 00- r lit 1.11 tl soerKx fno24r ' neo° ."� ' `°m:sLCi J. .H An . : ..0.. m ,3 s'�00.331 0202•IF r»n. i IXIXENSION /.s 02.10. X 9 t'x' ,.wa02s-aaian A�� • 'oac ave k'\ NTS g ilf.& r 501.w Ma anrtN 9,21": e• e EXTERIOR ALUMINUM UDDER RRECAST CONCRETE OVERFLOW • ®; € c LIQUIQ LEY I R "98056 B 1 NIQH S FEIY PM. R LADDER GATE a me a w a..........y.o.,MOVED9 10 glik CROM r ccican aOETPUI i El.0..11 \ n raa TALL WOW _ a= art 11/21lf11 10 dl.POErETAlDE OO.1PACTm EMI I100-..0 111 NESDNaa WOO ANO warnC MEANDIT me a x x1.0.9K0 ' INTRIII woattai°A 1• 0 I. _ 7/1•.1.0' CITY a YEW BACK It. 7sM ST.tIATO PUP sTA110. ate TANK PF�IMET , TLC/110A CAMP WESSEX a 14WEE C. 111.11{.aa004 a.) wow.. 1;i. ii, Norma ars BOOED TMK I_110.0•OPUS r PF7.E71y2L KAm 0ISTRAAENTATION M I fT10•WOW I CREW wxoNTnActa7 ,r I i PIPE SCHEDULE R M►♦ 0 • t.1'O8010,All. 8 a ., �. I 1. 2.1.CV x 1P's0'GY lO f10.PE r.r. 6f.X. x - a a, , . 1 IA.�f0•W I(co ).VACT s mnt�os�sZO V r r YIN. I .T.OP x s.r La.P.E.P Tr r x a•OP BO'Exaor,w w .ICInen4,.c 1111 a o VP x rr LO.ALO.P.E. "O0"'" ors w 1 GP cararN01 i e oEt T./-or ap ELBOW. la nn On.. A. +�.AM AMI,DOACIaTE . ;A""w.woman eve WOW TO A ETc E//T e a.•OP GTE VALVE ' �_� 0 two a OICASIIOIT /- OM.. • g e 4' IP IrEVEL/PRESSURE TRANSMITTER b NOMM r o r r vr_rr . ."0 980568 3 corvort a......<a.Immure-.on waohc. 'm-10 '• 10 ICEGS TANK INSPECTION REPORT 75th Street Water Pump Station North Reservoir 4.0-MG Ground Storage Tank City of Miami 8eaEh, Florida CELS Jab Na. 2017-5-034.01 May 20,2017 CELS Crom Engineering 8- Construction Services Paul B.Penumudi,P.E. Project Engineer-Manager Joe Johns Project Manager CROM ENGINEERING S CONSTRUCTION SERVICES 6801 SW Archer Road • Gainesville. Florida 32608 . 352-548-3349 • fax:352-548-3449 Owrsior, o/Crorn, LLC TANK INSPECTION REPORT 1.0 Executive Summary Crom Engineering and Construction Services (CECS), a division of Crom, LLC, conducted an inspection of the 4,000,000-gallon prestressed concrete reservoir in Miami Beach, Florida on May 20, 2017. The goal of the inspection was to review the status of the tank and its structural integrity, and to determine what measures, if any, are necessary to bring the tank up to present codes and standards so that the longest useful life of the tank can be realized in meeting the intent of Florida Administrative Code Chapter 62-555.350. Joe Johns, CECS Project Manager, performed the inspection and prepared this report under the review of Paul B. Penumudi, P.E. The tank is in good structural condition at this time; however, several issues were discovered by the inspector which should be addressed. • Northeast quadrant of the tank—the 5' concrete walkway was beginning to be undermined (Figure 2). • Random pattern cracking due to plastic shrinkage cracks were noted in various locations around the exterior of the tank (Figure 8). • Mildew staining was noted in numerous locations on the exterior tank wall, dome band, and exterior dome (Figure 4). • One concrete spall on the exterior ladder boss was noted (Figure 9). a There are approximately 150' of shrinkage cracks on the exterior tank dome (Figure 13). • CECS noted several locations of exposed corroded wire mesh on the exterior dome (Figure 14). • Shrinkage cracking was noted on the interior tank wall. One location of exposed wire mesh was noted on the interior dome (See USI-Diving video). • Two of the overflows were noted as having exposed reinforcement on the inside face of the precast curb (See USI-Diving video). The two overflow openings in the southwest and northwest quadrant are noted with torn screens (Figure 12). The fiberglass interior ladder was inspected with one nut noted as being loose on the bottom of the ladder (See USI-Diving video). The complete findings from the tank inspection are detailed in Section 5.0 Conclusions and Recommendations. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 1 2.0 Scope of Work The purpose of the inspection is to investigate the structural integrity of the 4,000,000-gallon ground storage tank. The investigation included the interior and exterior walls of the tank, dome, floor, and tank accessories. The inspection was a visual survey of the structure with no invasive procedures employed. The tank was inspected in accordance with AWWA D110 and ACI 350 to evaluate the present condition of the tank structure. The tank was cleaned prior to the interior inspection by USI Diving Inc. The tank was physically examined for any visible problems, such as leaks or cracks, and any location that was questionable was looked at closer to determine the extent of the problem. The wall was observed for any deterioration, cracking, spalled concrete, and signs of corrosion or any indicators of existing problems, such as efflorescence or damp spots. The walls were "sound tested" to determine if there was any evidence of the covercoat separating from the core wall. Any location of this was noted and mapped as part of the field notes of the inspector. The inspector was provided access to the dome roof. The concrete dome was inspected for any cracking, efflorescence, spalled concrete, and signs of corrosion or other indicators of existing problems. Tank accessories were looked at to determine the extent of the weathering of the fiberglass and the condition of the bolts, fasteners and the screens. All penetrations were checked for signs of leakage into the tank. All areas of concern were noted and mapped in the inspector's field notes. The tank was fully surveyed and a record was made of all observations. Photographs were taken as an additional record of the inspection. 3.0 Tank History and Description The tank being inspected is a prestressed composite tank that was originally built by The Crom Corporation in 1998. The tank has an inside diameter of 170'-0" and a side wall depth of 24'-0". The tank was built for the City of Miami Beach, Florida in conformance with the report from ACI 344 on The Design and Construction of Circular Wire and Strand Wrapped Prestressed Concrete Structures and generally accepted design practices for wire-wound prestressed concrete tanks during this time period. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 2 The tank has a 4" thick highly reinforced concrete membrane floor. Floor steel consists of one orthogonal mat of #4 rebar spaced at 8" in both directions. The tank floor is joined to the tank wall with a bearstop connection. The tank has a composite wall constructed of shotcrete encasing a 26-gauge steel shell diaphragm continuous for the full height. The vertical seams between the sheets of the diaphragm are sealed watertight with epoxy. The wall is circumferentially prestressed by wrapping with pretensioned high tensile steel wire, permanently bonded to the tank wall to contain the internal hydraulic load of the tank contents and provide residual compression in the wall after allowing for wall deformation and stress loss in the wire. Conventional mild steel reinforcement is also present in the wall, due to vertical bending moments induced by the prestressing and by seasonal temperature differential between the inside and the outside of the wall. Circumferential mild steel reinforcement to control shrinkage cracking during construction is present in the wall, as well. There is a 1" thick minimum shotcrete covercoat over the final layer of prestressed wire to protect the wire from corrosion. There is also a 1" thick covercoat on the inside of the diaphragm. The core wall is 31/2" thick at the top of the wall. Four layers of prestressing wires at the bottom of the tank and the 1" thick covercoat provide an overall thickness of approximately 103/4" at the bottom of the wall tapering to 41/2" at the top. The tank is covered with a 3" thick concrete domed roof containing mild temperature reinforcement and 4x4 W4.0 x W4.0 welded wire mesh. There are four pipe penetrations through the floor of the tank as follows: • 20" DIP influent line • 20" DIP discharge line • 8" DIP drain line • 4" Level/pressure transmitter line There is no pipe penetration through the wall of the tank. Tank accessories include: four 675-square inch concrete emergency overflow openings; one hatch opening in the dome near the edge with a hinged fiberglass cover; one aluminum 12' x 12' dome handrail; one liquid level indicator; one stainless steel framed manhole opening with stainless steel cover; one exterior aluminum ladder with safety cage, security gate and TS safety rail; and one interior fiberglass ladder. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 3 4.0 Field Investigation See attached Field Inspection Report. 5.0 Conclusions and Recommendations The inspection of the 4,000,000-gallon tank in Miami Beach, Florida has been carried out in accordance with AWWA D110 and fulfills the requirements of FAC 62-555.350. The inspection of the prestressed composite tank at this location did not reveal any apparent problems that would cause concern for the structural integrity of the tank itself. However, there are items that should be addressed in order to avoid the possibility of future problems. The report will include subjective terminology in regard to the condition of various elements of the structure. Excellent would be considered like new, no remedial action required; Good would indicate minor defects, still operable; Fair condition is used to describe an element or accessory requiring remedial action before the next scheduled 5-year inspection, and; Guarded/Poor condition would require immediate action. (1) Tank Foundation: (Fair) The tank foundation was inspected with no undermining or damp spots noted. However, on the northeast quadrant of the tank, the 5' concrete walkway was beginning to be undermined (Figure 2). CECS recommends filling the undermining location and inspecting it frequently to be certain the undermining does not progress. (2) Exterior Tank Wall: (Fair-Poor) Random pattern cracking due to plastic shrinkage cracks were noted in locations around the exterior of the tank (Figure 8). These cracks are superficial and pose no structural concern at this time. In order to ensure the ongoing service life of the tank, these cracks should be sealed to prevent continued water migration through them which could result in future problems. The next time the tank is painted, they can be easily covered. Mildew staining was noted in locations on the exterior tank wall, dome band, and exterior dome (Figure 4). CECS recommends that the tank be pressure washed with potable water at 3,500 PSI, any cracks sealed, and the tank repainted using a flexible, breathable coating that can fill and bridge the minor cracks and provide protection against driving rain. A waterborne acrylate paint, such as Tnemec Envirocrete 156 or equal, will meet these requirements. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 4 One concrete spall on the exterior ladder boss was noted (Figure 9). CECS recommends applying a polymer modified cementitious surface repair material in conjunction with a bonding epoxy to rebuild the ladder boss back to its original condition. (3) Exterior Tank Dome: (Fair-Poor) There are approximately 150' of shrinkage cracks (Figure 13). No crack had a depth greater than 1/16" and no cracks were visible from the underside of the dome. In order to ensure the ongoing service life of the tank, these cracks should be sealed to prevent continued water migration through them which could result in future problems. The next time the tank is painted, they can be easily covered. CECS noted locations of exposed corroded wire mesh on the exterior dome (Figure 14). CECS recommends repairing these areas by chipping completely behind and exposing any corroded steel mesh, chasing the corroded mesh until 4" minimum of clean steel is exposed, sandblasting the exposed steel and concrete surface, and applying a polymer modified cementitious surface repair material in conjunction with a bonding epoxy. (4) Tank Floor: (Good) The tank floor was cleaned by USI-Diving, with a 1/4" of soft sediments were removed (See USI-Diving video). No cracks or any indication of leaking was noted. No remedial action is required at this time. (5) Interior Tank Wall: (Good) Shrinkage cracking was noted on the interior tank wall (See USI Diving video). These cracks are shallow cracks, less than 1/8" deep, which are common and do not pose any structural concerns. No remedial action is required at this time. CECS recommends inspecting these areas the next time the tank is taken out of service for routine maintenance. (6) Interior Tank Dome: (Fair) One location of exposed wire mesh was noted on the interior dome (See USI-Diving video). This area is approximately 1-square foot. This area of exposed mesh should be sandblasted and any exposed mesh should be removed. (7) Dome Safety Handrail: (Excellent) The 12' x 12' dome handrail was inspected with all fasteners tight and in place (Figure 18). No remedial action is required. (8) Dome Access Hatch: (Excellent) The fiberglass access hatch was inspected with the fasteners tight and in place. The insect barrier is in good condition (Figure 11). No remedial action is required at this time. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 5 (9) Emergency Overflow Openings: (Fair-poor) Two of the overflows were noted as having exposed reinforcement on the inside face of the precast curb (See USI-Diving video). CECS recommends cleaning any corroded steel reinforcement, squaring off and chipping back the concrete to provide a minimum depth of 1/4", and patching with a polymer modified cementitious patching compound in conjunction with a bonding epoxy. The two overflow openings in the southwest and northwest quadrant are noted with torn screens (Figure 12). CECS recommends replacing all overflow screens with new polyester screens immediately to keep insects and birds from entering the tank and possibly contaminating the contents. (10) Liquid Level Indicator: (Excellent) The liquid level indicator was inspected and in good operating condition. All fasteners were in place and tight (Figures 10, 15, and USI-Diving video). (11) Center Vent: (Fair) The screening needs to be replaced on the center vent (Figure 16). CECS recommends replacing all the screening on the center vent. (12) Exterior Ladder: (Excellent) The aluminum exterior ladder was inspected with all fasteners tight and in (Figure 10). No remedial action is required at this time. (13) Wall Manhole: (Excellent) The stainless steel manhole was inspected with no corrosion or leaking noted (Figure 7 and USI-Diving video). No remedial action is required at this time. (14) Interior Piping: (Fair-Poor) Corrosion was noted on the interior piping (See USI-Diving video). In order to avoid further corrosion and section loss of the pipes, CECS recommends sandblasting and coating the pipes with a protective epoxy coating suitable for use in potable water tanks, such as Tnemec Series 20 Pota-Pox or equal. (15) Interior Ladder: (Good) The fiberglass interior ladder was inspected with one nut noted as being loose on the bottom of the ladder (See USI-Diving video). CECS recommends tightening the loose nut on the ladder. Since CECS' inspection was a visual survey of the structure without any invasive or destructive procedures or tests, CECS cannot offer an opinion on the condition or performance of the covered or hidden elements of the structure not visible from the surface. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 6 The preceding report is submitted for your review and discussion. We would be pleased to discuss the results with you. If you have any questions or concerns, please do not hesitate to contact us. Respectfully submitted, Crom Engineering and Construction Services 1 ;/C-+fQiirice" Paul B. Penumudi, P.E. Joe Johns Project Engineer-Manager Project Manager 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 7 r• !! .t•.•Ka...p�: :' +. i t± :a.i' <•.v+%, - Wastewater Pump Station 23 75th St Water Booster Station/W-2 Electrical/Generator Building Figure 1: The 4,000,000-gallon north reservoir was inspected on May 20, 2017. ;: - _________________________,' % -t~�. . A. s .. ; ti .,-N. - ' ..► MiY t,j. s•! ,-1/44--tr.,, ,-.-...„....• ...,_ :....-- •-- ..„- -..............,,,, �r •pk:• �+s '.. .. ,,...‘,...„...,_ ' -3.-.-tom % . - ........ .... :, ...,.... .„...,_..„....„ ., : ,,,,„. • .. , ...„.. .4.• -'• torS ` • •-5..-i'. '- •• �- '-+ p J *14 . .. ' + ,elt eta- <:. � r "�4":. ' , _ Ea- ", ''-.i •k 4,-.. t om,;��'��r►►► r I'. � i r * ��. 3� `#.,...7,-s -.1, e w tg, 4 altj.1s'. ; fry .4s It S Atp ,"- -r AI`,"= I. ".... liPi4'.a a 'Cc'9.k`,.V1.,.......•r y -. � r Figure 2: One location of undermining of the concrete walkway was noted on the northeast quadrant of the tank. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 8 y • e:.� 11% '4 I • • Figure 3: North view of the exterior tank wall. ' yi:✓-l' -.1. . • Figure 4: East view of the exterior tank wall. Mildew staining noted. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 9 jlo r• • • erg ^C4' -fin i - �.�• ,��1,,a��C._1-`� • i._.,.Z i•." ran tE:'*t•*-:21;:t".� } ar-,.-^ �•••• �._ ..a.•0,1 • ri Figure 5: South view of the exterior tank wall. • • h•..�•d.."P", ,�Ha 'fci.;�ttia�.,} ‘1, ' & --.+:!• • .- `• - !__ - I — - v+,�. Ire+ .- • e Figure 6: West view of the exterior tank wall. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 10 .19 • - _ !kik••`,i i l :,. •;5; bi , ;•.,-,,t: ;•--.......-..---- Figure 7: The stainless steel manhole frame. 4_' �"' xy tip. . ' .Ili,."_.!:-1' �4. r• s. tt�N rys , j am+ „We f a t. «. � y]it'rte.... rr[moi. J Figure 8: Pattern cracking was noted in several locations on the exterior tank wall with bio-growth. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach. FL Page 11 i- 16 - ' ..A. '•`. -• - 4 , f .6. '‘• . • • 4 • .• i 4 • . • 1.4 - e .; . . • ,., at ,^ - _ ar;04, A' , 0, • , 1...' t, •, ,;i 1 — I: . 1 . .• A•I.: .; ...,. •. r ..- 1 - • - - .1 7 "• _ zs • - -;,„%zi,- --.. . • 4.• r:I. . • . _ - er„.1....-,:i;;;.7., 7.0 ‘._ ..., '"' -;• ‘ '' • t . - - • • ii , - , 1 , „. -r- • . - assial..1 1 i• Figure 9: A spall was noted on the exterior ladder boss. ,A I :i -.6..* 1 se f,- ,1, . ) - • 1 4 . . . t. • it voil — *4 . fet :' 4 •4^ — ‘ 4 i . 6 4 - 1 i 1 t i • -.: ,;..- •,, . ,., i• . .. , •,, , _ 1..?, . •• '41 ; .) ,t,s- ' ' 1 : 'x •! r`' ‘ '. 1 '-t,-fi•'I. ..4.„-' . •1 • .14. , • 4 / ke^17- . 6 i - • . P.- 4-6-.• eJ44. , • ..-: _L f• 44.. Figure 10: The exterior ladder and fiberglass liquid level indicator. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 12 ror- liono 'Lek* jj _ Lf ', Figure 11: The fiberglass access hatch. Figure 12: One of four emergency overflows; the screen is torn in two of the overflows. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 13 ite: - ; - 44' '2.''i`.1-g . •",' .,• 1 •-•7 Pk , . ran * ''''' %.f, .• , *. • 4 1 At ilill 'ION -A' f; . 1. p. , .:,..1. ..0.,"* .1' tit , ' f , e t 0 ,. .-- ' ` .0 -."vol eigir - . .0. - , .. _•-' . t. •, 4-4,1- - • i os" • . . ri-...•.. ' ‘. 1;• • IV • r4,,,, , -, . ... 4 . F , % .4.) It.i, .4„, -.., i .....: . ,, ...1 • * 4 I - t"'"' - s 1. vo t 4 .. alert "0 44-icy! sIff4rA, ...I! : .,;,,*-:;;,, ' t,-4 ,,,,,... . , ... . ,..„ N.-. r ,. ....e ii,..., . „ ,„-. .,,,.. ..,„ fe. tL,'" '' .';:#1f,,x • .., !., ..4, , , t 4 ' lf4 ; ' - :' s, I Up ' ' ' '4 , - ' -‘4''.g.s,,. 1..•- .. e A kit A k,..- er onk ,..,: . 1 • 46 114- . i 4 0,elt.. --., • - -*-- .1",44- 4 :- . _ ___..„47i-' .> -'-1.1.e.I'f." _ • ." _ . -- — •.- -- • - i Figure 13: Shrinkage cracking was noted on the exterior tank dome. t11 ; ( . .- •9.1".- . , i 4 , 't ''' i 1 i t Figure 14: Several locations of exposed reinforcing were noted on the exterior dome. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 14 • • • Figure 15: The liquid level indicator fiberglass hardware with mildew staining noted. Figure 16: The center vent secondary screen was noted as missing. The primary screen was in place. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 15 t1c 4 s Figure 17: Exposed reinforcement on the exterior tank dome. _ • • • • tai I :44'4j sr i Ivry Figure 18: The dome safety handrail. 4.0 MG North GST Inspection Report May 20, 2017 Miami Beach, FL Page 16 APPENDIX: FIELD NOTES CROM ENGINEERING AND CONSTRUCTION SERVICES E E G S 6801 SW Archer Road Gainesville,FL 32608 352.548.3349-FAX 352.548.3449 Date:May 20,2017 TANK DETAILS Old Crom Job No.: Location North GST- 75th Street Water Pump station Owner City of Miami Beach,Florida Engineer Camp,Dresser and McKee.Inc. Diameter(ft) 170.00 Side Wall Depth 24.00 Volume 4.0 MG Dome/Open Top Dome Inspector(s) Joe Johns Material of Const. Shotcrete Yes No Comments/Photos FOUNDATION 1 Is the tank backfilled? ✓ 8•• 2 Differential backfill? ✓ 3 Does the footer appear to be level? ✓ 4 Are there any gaps between the wall and the footer? Not visible 5 Is the footer undermined anywhere? ✓ Walkway in one location 6 Is there a berm or sidewalk,splash pads? ✓ 5'concrete walkway Additional Comments: One location of the concrete walkway was noted as undermined on the northeast quadrant of the tank. Yes No Comments/Photos PIPING 1 Is there a separate inlet and outlet pipe? ✓ (SS)20"Inlet/20"outlet 2 Are the inlet&outlet pipes located to ensure circulation? ✓ (SS)180 degrees 3 Does the tank have a drain line? ✓ (SS)8"Drain 4 Does the tank have an overflow line? ✓ (SS) 5 Does the overflow discharge above ground to an open basin or pad terminating with a flap valve or screen? ✓ (SS) 6 Can the tank be isolated from the system and drained/ ✓ (SS) 7 Can the tank be by-passed for maintenance? ✓ (SS)• Additional Comments: Yes No Comments/Photos FLOOR 1 Has the tank floor been cleaned? ✓ (SS)USI-Diving 1/4"sediments removed 2 N/aterstop type Bearstop 3 Floor/wall connection visible? ✓ 4 Are there any visible cracks on the floor? I (SS) 5 Are there any rough spots or spalls on the floor? ✓ 6 Any accessories or equipment mounted on the floor? ✓ Fiberglass grating over sumps 7 Is the floor coated?Type of paint? I (SS) 8 Are there any sumps/ (size and depth) ✓ Two 5'square 20"outlets and 8"drain lines Additional Comments: Yes No Comments/Photos EXTERIOR WALL 1 Are there any cracks? • (SS)Pattern cracking in several locations 2 Are there spelled areas? • Ladder boss 3 Are there any exposed prestressing wires? • 4 Is the wall painted?Type of paint? i Masonry paint,2 coats 5 Are there any hollows? 6 Are there any stains on the wall? • Bio-growth throughout Additional Comments: Yes No Comments/Photos INTERIOR WALL 1 Are there any hollows? __ • 2 Are there any cracks? • (SS)Shrinkage cracking 3 Are there stains on the wall? • 4 Was the wall coated? (Condition)Type of paint? V (SS) 5 Is there a baffle wall?(Condition)(Material) • Additional Comments: Yes No Comments/Photos INTERIOR DOME 1 Can you see dome reinforcing? • Two overflows 2 Is there any exposed mesh? ♦ One location,30'to the left of the interior ladder 3 Are there exposed reinforcement support bolsters? • 4 Are there any spelled areas? ♦ Two overflows 5 Was the dome coated?(condition)Type of paint? V (SS) 6 Are there stains on the dome? Additional Comments: Yes No Comments/Photos EXTERIOR DOME 1 Are there any chips and spalls? ♦ Several locations of exposed wire mesh 2 Are there any cracks? • (SS)Shrinkage cracks,approximately 150 LF 3 Are there any flat spots or humps? • (SS) 4 Positive slope to allow water to drain off dome/roof? • (SS) 5 Are there any attachments to the tank,i.e.antennae,etc? • 6 Is the dome painted?(Condition) I Masonry paint.2 coats Additional Comments: Yes No Comments/Photos ACCESSORIES 1 Exterior Ladder ✓ Aluminum Safety climb device? ✓ (SS)TS Rail 2 Dome Handrail ✓ Aluminum 12'x 12' 3 Interior ladder ✓ Fiberglass Safety climb device? ✓ (SS)TS Rail 4 Manhole ✓ (SS)One stainless steel 5 Liquid level indicator ✓ (SS)Fiberglass 6 Hatch cover ✓ Fiberglass Raised curb and cover with overhang? ✓ (SS) 7 Overflows ✓ Four#675 at 90 degrees Screened,protected from ran? i (SS)Need to be replaced 8 Center vent/ventilators ✓ Screened,protected from ran? ✓ (SS)Screens need to be replaced 9 Dome probes with curbs? ✓ (SS) 10 Aerator(size) ✓ 11 Specials ✓ Additional Comments: Yes No Comments/Photos SITE SECURITY 1 Is there a fence around the facility with lockable gate? ✓ (SS) 2 Are access hatches locked? ✓ (SS) 3 Are exterior ladders made inaccessible to intruders ✓ (SS)Security door 4 Is the site remote(no on-site office)? ✓ (SS) 5 Is the site well maintained? ✓ (SS) 6 Are there physical features that could damage the tank? ✓ (SS) 7 Potential sanitary hazards?Proximity? ✓ (SS) (i.e.bird droppings.sewers,standing water.animal activity) Additional Comments: EXTERIOR OF TANK nntr 01.tn.ler 17000 . Cncun4renctr. $3.07 0 Volume of Tank. 4.000.000 94 _E O © k F ► O NORTH .O c 0 !40TIE0. CRACNMOMEAEVALIE SPALLNNt.•RUS kESN•Rosy sPon y TOP OF DOME smo gnaw..Rae 03400_ 1 Palbm alcbm9 M noted on DR wan,r tank real - I 'n..ae.nur•.mk.a. SWO• 1400 R. 24 a 1 1 1 1 1 GO 1 1 1 I I 1 A 0 C 0 E F O N A EXTERIOR TANK WALL INTERIOR OF TANK mar Drow .7000 n Craa.lrrar 53407 n won*of Ta* r.4•.••• Y I.,ono+a nolN.mnaiq 1r DP.M. r DP wwro.•Pw moment ^E E 'M umMrY4•4•nnw..nM 0 O F D �aolcb O Q ,0011Th 0 1 3 T Ema... _ s 2 roPan.rN I 5.anal sv�ore.ov.Ea.TM .0001.000,0 00000 n 00 rw•o.a o C a tEGEM 0 PAR..0 CMAIaNG 1 1 D NDLLUW ARIA 1 4 49 arn.,79.6.4CENC5 C. CCNf9ETE TALL L1 = PEEL0N00,00%C PA NI/li57.Nc • O v O N eGVEw/Ai'TT.11M1 B • N Erb 20'3009/Nag nano A TANK FLOOR UNDERSIDE OF DOME I>.n••a.cream 00te nowa.to nob 5WO• 1100 I. b �—_ a 21 10 E u 11 10 E 5 5 1 II I I I I I A B C D E F C N A INTERIOR TANK WALL TABLE OF CONTENTS 1. TITLE SHEET Ike 2. SECTION—ELEVATION & NOTES QI dll�uii�liil,. ��.t�,1 3. SOUTH TANK PLAN NORTH "0. xi *' =t � 4. NORTH TANK PLAN je 414) RATERRAN F_gw 5. TYPICAL WALL DETAIL & JOB SITE c.,,:. 'e ow PRESTRESSING SCHEDULE MAROON 1 6. ALUMINUM DOME HANDRAIL, awe JOB SITE !I 20" DIP INFLUENT, IRAN— o U _ �� SORESTEEL DETAIL & SATK srr .m TYPICAL ITIN PIPE ENCASEMENT i DETAIL iI JOB SITE 1,,,,,, I 7. 20" DIP EFFLUENT & 5'0" IP, II SQ. SUMP DETAIL 'f{ 8. 8" DIP DRAIN & 5'0" SQ. INC a,a,�„ro,,,,,,,, SUMP DETAIL TO u+ S+-95 _ _ I H S CO"°�+wTA 9. ACCESSORY DETAILS I 73T11 A.Y B K A SMf10N WY BLKI,.Il 10. TANK PERIMETER DETAIL & 4" DIP LEVEL TRANSMITTER DETAIL A TWO=4.0 ma STOR&OE '&I-JkilKS 4 THE CROM CORPORATION PROJECT: 75TH STREET WATER PUMP STATION ��� ^-°....°oMPOp'N. 3 I SAIErS 2319 S +0 1'22';27" OWNER: OWNER: CITY OF MIAMI BEACH, FLORIDA 1 NEST Nwm ANA Cast t AIN rowan".wF.rsw. raw.aas.*RAINED a",a.w.. CONSULTING CAMP DRESSER & McKEE, INC. x'/21/RN "`..NA wo aENGINEER: MIAMI, FLORIDA 980568 1 >10 r rw... .. ,ro.A.01.....40,11% -30• i wmAT99e ACCESS 41201.n - ••"`�Y:REO.:p)ALlaNitai DOME / CRO M NANORa�•-•..-S. \ 1.11.401 I wagon 444, IR/ ii LOWER 3074 75 Nal 29-13 l .m °TENOR F1eER0LASS uooE/0 ® ➢ • I ell iAE, ,4'a. „/u/99 e 4 'VC a V OW A ,...,,mj_ ►c4'OMET R Of TANK I 1ZS�o w�S� 1110-4.0 w e�ohaeo TOTEA.Cirtif. TEACH OVERFLOW•ova Al10U10 TANK (a_<3.30>FIKA.Kim'eu) t 70 0'0 x+24'0'910 5ECTIQN-ELEVATION wraoiuL Rama CM'OF NW e4ACM.Ft. 75711 ST.MMFR PUP STA1tOM RTES 441.11KC&Ftp xr.ru-e spot WWNr a Sa r °Furnish°e4'To Cron,Cessation SOoronb,are a Curlew Caan DRESSER 1.2. 4'a m°aa aM A�Vad 44 ate rt�otos 2.40. Roar and Iv to be x-400"`"4q IMk ee"4*144.. •U 3. P•oasrardq 4 oarr.dlata ieald.Ft99Rl04 C. Kohler Yq 2oai wrrar a swrlo.r a4'es a4'To corn Corporation: 2. Asn 4-013 O da IS. .4'>Z arn.ra a 7 vat.„ n 1. O4wM a,M Orta.a.aw,Ian.IS.aonva3 m,to an aeration 4.°row too at Moor IM 3•rats soatwa aM pinto 4 some floor na4at eros an a 410'dM..are40. F. .� 11.41' fl.FTO 2. Taraq ono alarm.4'n of tore. P"wd^a•a'e 0 r.aea n Span.R-Q,-n Typo a FL a4'SLAV TO 1. Aon:OA20e aauwa iadr(e ew.s.) watt 3. Fiaaalandonayi.e,e.naat.Meatal arr Mono 2. ole 0.1e20• 2/11/99 at Wl A. Cannata Ur.TYoa R Cw..M. 4. frac 143.10074 A AODM NOTE FOR S. Wotan aroma oak 114000 oat IIIENCIPONIK Jmadam r 2. ena Me:,299.000 atl I.x000 W we,3/4.4904.9°.far Moor. 3 2300 will far pq a avenotato 1141P m4 far aanw. a Paw SMW4 ler OUP primo a 1. &War.ocoa c5040005 Ona coat•Rracootsr '.0o coots it DEE0 r 4 1 ro 0 a 9rerata Vow u.Typo a Cwna,t re-.000 Pa mo.r7 Paid. NEER ROCK R b- ,e20 04' 2 Motor whom Nana CONCRETE 90E1.1X t. 4000 PSI Oroot nit Oat 7 1/2 boos owned min. H. Lt00E7t GATE ,� C. llehrlat Teri.¢ No t-!races•.rrleor 10 EOENO1/00/0. 9 I. Caaoa(4 a7d deo and had arn�a Mr at 7 aero too at 2e Sola. 22. On 541 me. Polon aos� 4 raid ....(_.4/27/00 i A.♦w for Roar. w ooksto Mrrr IMdewl ledd..44.TS nrWR d 7 ado r lama a Fares ernieat w4'atm WS°fab 4'w owe a-rearo oaaca.as re 7 2. 9rtaate(4 eland.w eat)Tont ane at 7 ee7a beat 2e doya S. Wall 0*0*4 b.oe as and 44 ono 7. Mfr.EON Vol NAueea MM ironer*can t-rfon4 .......xao.rt- y ma o- I.aee..r 4861 A. a ora tor aft°,owe.M. a .WniMwr aMrr MMIrN me s*.er+,wear 4'r. 9. 2 ora r NON oval vol. ,a Impacts S'auea.of aft0*,p 441044.C. 2 w4 lar 004 toot. 20•eh Notx..U44...i4.64 a ago owe i r01,Ora., 4'w*x�.. w•d4 Lora Saar 4 4'o r 10' q 3/3x•-I'0• -" 980566 a a-.alto otoc..a.-o.r., on "' 2 ' 10 , • ellri S1 4.DW LEVEL diIIIIIIIIIN. CROM L•ININSWTTER DTERION ALUTINUII AM/14000T WIli rs se OW INFUTENT 8 NORTH Valli SWETT IWL• LADOOT SAM plobvccres NATITSI WO \i/FIESTRGLASS •• , SS WEL IIINNOLE*(•• ensocuss uouo 46 ... coauaamula acme AiN,A \ , , /23/1111 . ••••KAC , • \ I // d ....A / : \ ' . • . 4t \, • / / rao-ao IA0 X RESEINCWS , • •••www• • • 170•Cf• 240'WO \ it / • CONCRETE CLIC. • • I ••••wow II \ \ •‘• / / e WOE t Ill.DEEP eDik, AROUND ENTIRE TANK ONNWALIX•NARDI ', lili' • . ww OE \ \1, / / . QTY CIF IXIM•WOO I'L \ '1. ST.WIER el 11.DW ORAN,\ I `, V,I / / So.FEKROLOSS ‘ ‘.." ' VOILA= ED MAIP STATION WNW KEW TICINO* ' V • \s.s.ni •••••••••••••••••••••••• ......m.•••••••.evempas it --••----•••..- ---.-... .• ••••--—- ,..., • 1 • \\ re XL•WW A* . ., ARCOND TANK .ICAO COMER a maKEZ.M. liam.N.CRIDA i • I • /44,. Or ' ... 0 I Maws . ' . //// 1. \ \ A ROWS)e we. ie DEEP CUPS OW/CED IF IXCE t I \ , 11.OEEP NCO(TO r roe.a"cos. CONCRETE STIZITALX. ././i' 4•3 \ / ..: I . 3 N........................................____: .. . ,.... .. . 1 O.0 ITO..$10.00.1.4 YR m OilOir oll•'ZOO ZOKO41.1 VI.C.410.4,Il Oft.ZOO XV- eit o. 1.0.0 la VOID.Pe POOZOO Ne sumoome sm..,"1.0.1. 1 i ILIZOO•Of Oto. ....MA*0 MoOMO ZOOM, #s000 n.••••••••A...OM OI 2 NC SZO S0000001. 20 W= v (-1. OOT MOIL Numeat Ye ..0.X KOMI. it *CAP MOor a SO'z.SAW 00101E3 PAX NWEER WERE DETAIL TPTEARS ••••el• •• ..° Pi•wi i NOM FELD VERIFY All .0 COSTES=OW LEFIER 0010TES PAX RUINER 4'0 Ur SO' tile.re a ACCVSSORI•PIK SOUTHTANK PLAN WERE=NCO APPEARS / LOCATIONS MIN '" 980568 i DOWER MOOR TOPUCENENT. '''• 3 ' 10 cow...13•••••.-var comoa•-.4 an mum. •-. 11E111 °TERP3R W CRO M t\U00er r1TN 79 .•.,- INT01 WIN�y s>.SAFETY RAIL a E10ER0..ASS OMER \) ® uooE11 aTE FIMERCUSS LOW •-ALLIINKAA 0C4KE ED LEVEL INDICATOR MVO ROAL ®p•D. NFLIFNT . NORTH \[•E TRANSMITTER �' / 1 pi, O.astmcar ® REQ. l .7.„/v/9r �•/ \ \ 711?-770 / \ r44,44i \\ \ \,\ W I K // iW0-.A 110 resaP.ale `\ ,\11.7 ' / �.. •Ylj`. ago.oa \1t •` I /. / ,70'0'A X 2+'O'9110 �\ I / COIClRTE 4..... gEM�e 1M ODs a0MOMDr '\ ` \ /' ARp1N0 ENTIRE TANK yMp1Y;110i. 4. \, `\ � / / \ / COY Of dm lKN.FL 79M ST.WATER e 9.Or'DRAM \'\\\ i%// WOW �g ® PIMP STATION - WAIT BEAM FLORIDA ........... 3r - --- ------------- -;iii R .110010 CAW 0IIESSO1 % \ 90•>p Sur e iNllE • 1a1EE ILC /.. I ,\ IPM.ELFLORIDANC ,.,(\ /„../ \ -� Woo Ee r AVE w \ Ir DEEP CURL • swim r woe r • /• I `\ • r DEEP MOCK ro 47 ram c r OUP ' =CRETE 1100114.A. • a /' i 1, 01 A.00..Mei zooteArow Ix.0.09 P¢.u.aa sena n.Os mwwu. i 20'OP 0,9C1vACE f r[o a nava Ooem OAGE ADERt Ike$ Win' ®!!'0•m.Alr O poem PACs NW10L7 ailE i NOTE FIELD vID•FT ALL WHERE OETNL APPEARS r+...•0 10' m' I /0CDGTIONS MT11 DENOTES NUIFA DOWER t/1r.1'0• D� P NQRTH TAMC PLAN wHE,E 9CC .y q 1011 APPEARS 980566 To P,.CUOR. a• 'm 4 a 1 a.m.., .�w x,d x«•..�.+.on+.Pas 0011E WELL MK:MEfSS 3'AT 4.0'FROM WALL 1 I/2-S•-•1 WE BM AIPPORIS ALL MIORO AT et_ 5'FROM DOZE EDGE TO SUPPORT IIESTEEL n FIELD BET€come VE7OX•1L REM TO MONDE r{} 10 1•MMM€2'MOWN COVER -' ■13.0 WOOED MEM n����MINMINIMUM WIRE F1Op.EMENDED 1. 94O1C TE SHALL SE APPLIED IT OR UNGER MGT CRC M F1.2i.JJ TOP OF WRLLrie_ _ _ pY#0 iA SUPERVISION OF NOZZLELON CIXRFlED N ACCORDMICE _T70P OF SEEa n 1r1 - - I 1/2'OP DOME EDGE 'N WRM ACI L1CCIM3 SNELL DIAPHRAGM .---•-..1 2 'IN" NPR NE DIREC WIRE 911,1 BE IIEIQURm Nic `-4-0 CRCIM ENr.HL 340+5 AT i AT Al QICORGII C DIRECT-AE1011HT'OTRESSOME7E.R SPRINC.IiIE -. ei t ---p d M'2 jr0' ACCURATE TO WORN a (150 TDO.). • 121�OF DDMME BAND / •"0-H CRCLAI EOOfUL 5(3 CLIME 3 INSIDE) PRESTRESSING AIRES 1 LI 1=s:t SE14 DOME Me~cat atoms Y m1cRE E ooME/2-«.11].0.403.0 WELTED 2.SMOBLA9T TOP OF CORE WALL AND 'MRL FABRIC ON I 1/2-SB-1 MRE BAR SUPPORTS YIEDIAELY PRIOR TO CASTING OPE SPACED Arca/a - 2 I/A•VOL-I COAT 11TH 901ON0 EPDXY(Seo) ACCESS HATCH ROI n Art-11/23/+8 OUTSIDE VERTICAL RESTED. I I . CORE WALL-3 1/z'AT'OP OF MEL 2 I/A' HED X41= is - - 15a CONITEOUS SEE15 2'1'LONG OF 24 SAUCE / aMoo.1=4 I1. STEEL SALOL 04P11R1LM.NO HORIZONTAL JOINTS. DOME RING DET�Jt, '' 9HOOT MN.of I'COVER COAT OWER 2• _-_, . iW0- OA MS RESERVOIRS PRESTRESS11HG•1116 - -- 'I'I ;zit OSIER DIAPHRAGM. m]LAYERS .. `.� - ...ewe u RPPEE PATiFRN.YCCEPTABE2 `173.100 •J2 312E 004E_ PRESTRfS9M.AURES A'• -'1i_ '� 9P OETAE MWS SHEET 170'0'O X 240'SMO Ir 444.4. HOROCNTAt CMCIAMOKIMIL=TEM - II '� �' ® ARE ORM COOMMI11 BOTTOM 3'OF 4ALLin R STT T CAL�OMPHR/W:ONTS ARE SEALED 30000 m 1 b OWE STEEL SALOL DIAPHRAGM WHo t Dad -- amine VOETIOAL TEF3Tm:p•12' II �' Elf m EPDXY INJECTOR MFROM BOTTOMR U.S�NOW an OF 111.11 BUpI,FL (i714€4. 2Y)M 2B•IGNO MRS _. -.. 1 30.000 m Na 3.150.171.NO WRIZOnFAL TS1N W.AMER II 7 /{ 4 JOINS ALLOYED. WMP STATEN AL1 LLTFJNATTEE YEMEN- 9,e•EWNO iW5• U.000 §X MMW BEACH FLORA SOOT MN. 1/r coma scrim HELD IN PLrTM SPECIAL SPS m ,-COVER oVL'R STEEL DIAPHRAGM 1OTOCML SIRS A PRESTRESSING SIRES (SEB EA.R,0.) •000 AN0 O 3EVEEN EACH LAYER OF ,0,000 LMESSER PRESTRESSING AIRES .I •IM RHC. II 3a 411.(203I U' i C !I PRESTRESSED CCIAOOEE MALL MRM.FLpmA t STEEL 9HE..L/SNOTCRETE CONSTRUCTION HORIZONTAL WALL SECTION *NOTE: aE 7;000 CHM `L4 I . —•- If; ADJUST LOCATION OF VERTICAL SECTION 81.000 LIG �' OF BE1RSTOP TOASSURE HGe20NTM. '.Ie �©II , RE WALL-7 ,/2'AT B1Fµ ASE OF 1 -- t LIIMOVE' SECTION LAYS Fur AND DIAPHRAGM 87,000 R CORRECTLY=MED. MODE%EMIL RESTEFL - —20 GRADE SIM-SHELL DIAPHRAGM G 91000 MCI ---SOT!M0011 FINISH MS=AID OUTSIDE OUTSIDE 51X11214'ESTEE. —SHOOT MN. I'OCMDI OVER INSIDE )t- m� RIPPLE PATTERN ACCEPTABLE 0E PRESTRESSING WIRES GM RCUMFORENL BARS 00.000 yA 7-{5 CNCUMFERO11YL MRS N MO 3-p CO 111110US CRIME) i 100,000 Y CID SEE 4 ZONTA.WALL SECTGN 1At AT I1'(OUTSIDE) ,` .AN ONIRMAEPOM(I1 TO TYPE N TTOIAOP O MES SHEET UO1411AM GM I/MI 41.Coa 0111116 EPDXY(tO0)OF 1,.,000 a CICI I• ATE OY 11'WTOI T!1111R-423E I /. EJVRE SEOOT1Nq pS10E CORE MSL 1p,0006. CDD RLNATDC FILL ALL JOINT!X111N 1AST3 OR CJAAIOM.�� Ill CORE MALL 10 1 FROM 1101/2' r*FAR 0210'R.(� :mow -®0m0 AT sorrow ro 3,/z'Ar EDP 9€0111 TROWEL MON 1, ..,»4_.��_..•UNDER Mil • \ CRCIMFLAF}IMLLr •RIGOR rut / , �f EL 9.18 SS MMOL LONHOL.E_ l 511. 92 1• I� � �i r CC r y•ebCFN� //% /�A . s-p•r C11LCL111/F7�R111LL(I TEL TMH.FL' 240.000 CICIQD >r I ok YAWLS,nce 7..a+o aw MC I . _ �;/ SEE FLOOR Wµ` ^ Pon a.OR Oxo Mt- #3 RADIAL eon r a 2b'S _ ll _ ,_.. .4.:-..' 2a.00o © i , / DE A..406 SHEET ACM.a SWORN+woas M IIMOMP TRIC 4NN1 II..0 -TGE 5.00 }- ��Ii Y, "N I Ami mewl: 53.10'H .14 TON•RMOIlmtm S 1/4-OCD-3 AIR,610. •� RAONL SAR!•r oC SUPPORTS IN TIM ROM ( eMr RIORHS fa •se:-RMMd) --. irk ems•' I 2-SBP-J 4011E BM .-5-is•r CRCu4VERFMIALLY 5 3/A4.- O 3/4 M-CONCRETE FLOOR NOM/.W r *� 3 SUPPORTS•4'0/4 Kir SLAB RADIUS A CH MAW.9717 BROOM FN9.� r NOM 3 ----'— T PRESTRSSING SCHEDULE FLOOR-WALL SEOUL TRANSITION ro t' H•e 4 Tri'URC — 3/0'41'0' '"4 98056 I 1•.1'O. TYPICAL WALL DETAILS ® ceSPx`""REEo��0d' r o 1 _r z.Y�a u — STEEL a-et I. _..4 5 10 c,—___-lY0 -_.—_.,, PLACE ,YI'LINO BYO TO tire MOWS IN IIWASTEN OF 4404111111111.0414. �I� 'OCL OF 0.-Y[ 1.0- * •-0, � ROAR 7T4 TJ4. H SH,E WANE MTN 9ECIWAt SLOOM REIN OS 4T.USE j4•4'.CAW AT E%IM N413 OVER L 1.11111 �`° ONLY ONE ,REWIRED CRO M - - ZONE 8 ONE RUM REpJ1ED EACH WAV a I >I or wo s/Iee.4"F• j I ,\ / r 1Mo'I m Ur ti ORNMET(4 NEW----"""--.1.1 /..\ 1 -4 N0.Al-S TOE-CARD I I .. 1 0' f iTj I (13 REO.) �— 1 we 11/2.1/16t11/2.1/16 NO. AIST AIE FLY=(11}.)xi j 1. ' NGA WON COYER . >r r.1 FIERELASS x.i2a3 \ OI :j wove.WI. b .E MCAwawF i O \ ! �owm-Y i laid MIIi"73711 44.4.4.,J10' iS-WEAD �^r • - O 170'0O E UIS a SS E11TS EACAWIEA° USH W/NUS.-- -111 � E— ioTAK a r.____ j \-NEOPRENE..as �19AI,ST 040.9 11«-f�JO1E1'.9 1. 404 I AT ALL SRR ACKE-5;rP.)MOLE ALUMINA 'fin Cr 5411 IrACH.F1. ALLEN'FITTINGS * -NO.Ae AW.RANGE(TMP) rm.( 71Aube 1N ST. at 2. 1 ,/r SCNE'�UL£ 1211 WNW N4na1eDA .0/Ea+-T4 EXIEROR a TOEBOARDS TO SE OOQi TRANSITION RESTEEL DETAIL 4041-NI ALL/at/UN p1 NDORMER \- Nrs GAP ER A.USE SS EXPANSION •*KEE 4C ANCHORS NSA4.FLORIDA l AL, MINUM 9Q tly,F HANDRAIL — `' .'.l wawa i /•'-'o' 2' 0 2' 4' --'r._ I E mw I-x WR•W NY1sM 14-f-' ,r MINIM CONCRETE E,CKOICW 11 }'0- clic,SNE A•A11[A9 FIIOR 1_ I I • —__---r- �� roof EACH WAV.E%rC`1EO 2•'WN. q' I 1 iNCK ftIOR SECix)N i 441- A� • J�Sm r YM.i y---i----.1� 4.* - P044 �4r n4�� Nom rum WCA1EYorr �.� �nMS0 AT TANK MALL TO . 7 'V ...•1,OE 1 .1 2'+,_ PROW'UNOEM..IY IM°�• �® Yr — PIPE SCHEDULE FLOOR 1 r ilk. _ ° 1 6 EL"N.•• 40.7.1 a O I 1.30.OP x 90•ELBOW.FL M - • W1. `a '"^'•^ f7 1__.___ ___.—.—�F°�209— r — s E M�EFRS10�REq,C 4I. r Mu u •IL,.,° 1 •.• F1EW Fl0. , +•MOW '4 A*ow•X2 q x 3o aP 9v aeow,w �x .4:19,..V • • •• • YASCO1P•rn 4/MO • • - • _ • 13'W. •.40 OPE 9.1'LA P! r CONCRETE RE511W1EO SAIL JCNT "". w t 04 410. w.•. ( gf0r S - T a QLVA110N Ti'RIK ,, e ` QIP INFLUENT e TYPICAL PIPE ENCASEMENT A9 NOM - - Nrs n, . miss /3'-r0-I. ` 98050 .wvw D.—sire s mww:f'Aa wow ao 6 1 0 ♦0• 111. "1r s0• l tr, CROM 46G rr /B•r EZDcsu,arr� i^ ,L 'd \ •- .. P3 • x 11/23/N "' ~ 34 � o fa L �wNERSNnP lR10 s•r 3'7• 1r 3 7' PP Raw . . • • y '� n �!© ,.0.0 In sEsnwas` • iE o h In 03 r......A.4.4 4. 1770 ID x z.'r SRO gr trl. O CN 3•303.capamproy ~MAL Pao. ..� EN J RESTEEL SCHEDULE an OF l-. O.1a.FL NT 2334 sr.wIER PUMP STAT MP BECK F10RG Y NICK RBENGu6s G ARNO ..'11.50.9 IOFD ALL.ROUND .11....1 e.6. 1 CAMP DRESSER I Ws'mous Ar 4.,,il ATrACN*RN 1/Y.2 3/4'SS •BAKEINC. [TTSOI N i/f •If SC AMIE,FLOIBOA ` 2 1/z•■z t/z•.t/.'SS t._1 ...,.a (CS. rY f1RC7(FIBERGLASS CRAMP ALL AROUND •1.11•92.BMOC FAL.IROUNO —SIMILES!SIM J-AIK:MOR A mom ss J.. I Sr ANP/ , MPLEEP SCE( ANocR cups l/3. AI EL An• 1_123•BYA•NADNs w 7.Ls0 s Y I I 7. r I DR w,3 v IMIIIIIP.1 ` P{L. I t•3 t/Y '.:.,.• .l I^3 1/Y r -'t ig." PIPE SCHEDULE __ •�k •�,,R•+1..110... / 1.1611.0 aaa0i.r.soi- L-grana3ra zw oP x rtr io �y 40r-N / "Am..1161....11 ' �TO mow¢FAtlR1AY/ O I }�sBP_} �%/�Lt74%7DFla�P 1lNO TOP.wD amp. Y C I lrt 3- -3 .a aui p.p.."s.'a nom. TOP +41L� ••/ROY P.E ocnoN o ,...a....,. Cr 3 1' 0 1• Y 3 I/Y.r0 20" DIP EFFLUENT & 5'0" SQ. SUMP ''`"98056A $ —.A.t,"•..x�.<a..a.p.....0.o... '� 7 ' 10 .101111.1111116... rr MIN CROM r,• ® p Ye" pp(u•r • _,1, As2•) RFA.) S I 14.0. 12 r2• C r•CeoRAtr� I r ) O IN u ) j a.¢ „/2.79! ,..• A•r) 2*r 0 -"'.° ppf 1111111L_I al ir .........1 /y© TIM-4.0 NO RESERVOIRS �!1 RI s 170.0•io X 24S SMO MS REM) B tY,rLo C REST E1. SCHEDULE xSO mL MIMS n ® NYS -. OTT OF MIM FEICK it. MTh S1.MIER PUMP STATON NAM SE=.WOW I 1/r NICK FIBERGLASS CRATMo r 411•S0.NSF CONED , PIPE SCHEDULE ADo AN oma MAT of RESIEEL ......ma "• "..e Sc SAME PLANE AS FLOOR STEL: ,.r OP.a'1'to RUN � 4•r MN,Mr.ORM 2a' Ulf ATTACH VIM ,/r r 2 J/4.0 •t/c1lFE NC. • WATE18TOP RPM r' P DRESSER TR MEC TEMA IN�• ON.5410,YPC5L FLACK r • . _..r ON WN macs•12 ./a MIL MEMOS FROM P.S. I TANK I ,1/2•n°at F IERGU ORATING *. 2Nt/2 2 1 Fra 1/••SS 1„I more.. 1:x � r60R 4fAt53 STEEL J-.NCl5aP POR r oozy arR7. A AIMED IS d- 4. °rl9o,uaE r AAIII�.k "sou"E I 2 RET.CM aoE(s T0I1.) acuoR OIFS SLAP[nom I y, n n ® 0P ,l.' r y n MIK a FL.AT CLAGSUCI T. 40 ► T _ _ ` AS ii .111 MOM • 0 11 2/11/92 ri• � 1/r�Y °• ' �YiIs �` ! � �cif_ ' 3es /2 7,moommunicasin.t. *i r or NQCFw -R •'— r)orifi Fr am „2i• OO y�_s (Ty.) i 3_40.-, .e.,...,. = ram.FAoS WAY to•r....EACH LSV MAPG.AMMINWORMER TOP MO 80TTD. 10P AO BOTi01artancrom et. Y o*.w tel.ett]Am. � IisaF Jr - 14.310a MR IM _ ini .. NL N a..:o"e•”Al,.o.., 1 v r 0 ,' r O 8" DIP D' N A �" �. MP —98056A a $ 0,.".WI Cd ..roar 8 '-10 ...m.s.o...�•r a.. yr.021 =MU 7-4- 11;ii 1,1 1.:0.al-\[ 40 m v : .. 111••;' � I �-: , . -02gal . CRO Mim � Sr . a�J�. 1 ..:I !:4;..iT 0..11 KM ma is men m ....174. IT: ..w. � 030..1.„ r N MI.'. .,II ii A.........,2....: ..... :4",47 � 50' FIBERGLASS VENTILATOR M.! � "00"01" I • �i11=11I qt no- ro x�snnaa r 1 .° .:r OI ,I O= 1:3-7:71 r a Y'•' '•" 170.0.a x Zee s /CMSoI tri / II Ve, LAcu..*4002 wat A..a..... .r..o 01 4101 . >..^1001.. M' C01000.21OI. "p'Twr00" '" i M 40." �nao.r�a0002 mow 0 M..w 211 M 0000 '_ ' aw r I.201.1.00..un a M.•000 M o.Tce'NRIOR RSD R i "" 0` 00105 ila ,. _• � 20• _• I. • an OF wr PEACH.a. e JS-Se�ffN R V .44.o n 1010 . s. a "cn N a .ren a FlB HATCH COVER WM MOS FLORIDA w o- i lih.!., •INKEE NC. � eans 100. nn,,..o..me0 00 1 ii3: x0 ns�.re. 01 -\ CWP DRE SSER MO i SPURR u VIA S. amen..a.020.1 ti wr ADM r / /..•,3010.o........,. ; 4.0110403 010 KIM 00 W./0 U.�,IIII./.,•••,,•• •6-,II.oz. ammo 1 uacce GPI 70 KUL S. a.w w 1.,i /I ' "` IIs' aNN SIM MULL_ +91E. 00/090 001.WOO." I�, °00.00<.:� a ua A 4n.7� R �..P.08 ., In I } I :,I:'t o.... ss,�,�2. OEtNL'B' .. •,/%}�.�,� Ff.. (.2M r../i N..1G7 0 0 2001.1 0.W If ''i DIY 10!•..'.OL 0,0*Y 2u .1?.If 1.-�A` l...pp 44001.. A.R..me 4 ,t II OA r® : `:•`. .."gym."'� 1 '? I �t 4 '�m`uF'�� I F ,.�0010. J..wi =,Y mo I�..4y .'ioaro�"m.i a'°.i.z .- 11•000 Yct� :0.100` xis amp II s.m•..a.. : 000110l.11 100 ao Y S116I6X C =KLAN �.� .so.WImmo aglellik l M�l ,.<as-\ +t 100000 14 ei°Cu.�...[�+0110.00 vP•Y 0. a OICNlOM SU[DAL •DAA. A7u. Op}.a • 22'0' o f1 ",r 02..10 0Dn fi .".01010.0,A » ..M......,, I .. � ? 'o9i.i./.-f • v.e IF 10s \ y. ,,,///,. 2.- C re. ........1.. scraL peAL TOP UPT1113e R UWINIJN LADDER, ®T87 �CAST CONCRETE OVERFLOW ®�„ g g� 1 ` ♦ R FBERGIXS UQUID J.Eva NQS u"980568 I SAFET( RNL k LADDER a...q ...x m•o...m., 020.0 "R 9 ' 10 Ilal CROM r ca„oscTE snavwx EL w Pca+n„aus WIDI, TANK WAIL \ \ W V\ \ \ "Y, /j\\/j/\ \//\\</ . .MMM"' to AIL POLTEIHTU E COMPACTED Erin, MaAVTOR 0 W s�a,LLs MO ANO MFAB%OOE 111201/00 170'0"0 x 2.•a so) SECTION sit MI MO..„,MIMMAx who. t• o r _ DIV OT WAY KICK FL 7.011 ST.WATER Ft STATION A e TANK PERIMETER AAM,°F"O1.H°1°°" aCAW C MER 1•022 WO MAI.FLOW A mama cuts OCTAL ADDED TANK NOV'•nus Pa+rc„c4.O na . /r7/oo INSWILWENTCRC* • sr uausONOPCTOR ‘/— • 7 i i2 ' I PIPE SCHEDULE . r D. p ,..•or o ELBOW.MG.-0�1 }11 'S Ft NL P ,1, 1 4.DV OW a w(COMPACT). tig; 14 T"'yM. 4.r OPx rr LA W.E.EL 3�_'Cfl: e I s..-or OCT w.w :47'Memo tears .sott Y T rr a.•ar x rr La ALErcAMA.A_IONAVII AAA= °' t CAP WRING le VAAAAPAIN sou. Co,B,+4,CrLOM ,t•CO,CPE7E ! I a,S�T ® a.•OP UTE VALVE WO"OPUS TO le attw Amman. 0o v OCTSE10( AS g ® 4' DIP EL P- - -• MI R NOTEDo r ,n-..a "`"980568 a....0 u. woke .a, 10 10 CECS TANK INSPECTION REPORT 25TH STREET GST North Reservoir 3.0-MG Ground Storage Tank City of Miami Beach, Florida CELS Job No. 2017-5-034.01 May 22,2017 CELS Gram Engineering B Construction Services Paul 8.Penumudi,P.E. Project Engineer-Manager Joe Johns Project Manager CROM ENGINEERING S CONSTRUCTION SERVICES 6801 SW Archer Road • Gainesville, Florida 32608 • 352-548-3349 - Fax 352-548-3443 A Division of Crom, LLC TANK INSPECTION REPORT 1.0 Executive Summary Crom Engineering and Construction Services (CECS), a division of Crom, LLC, conducted an inspection of the 3,000,000-gallon prestressed concrete reservoir in Miami Beach, Florida on May 22, 2017. The goal of the inspection was to review the status of the tank and its structural integrity, and to determine what measures, if any, are necessary to bring the tank up to present codes and standards so that the longest useful life of the tank can be realized in meeting the intent of Florida Administrative Code Chapter 62-555.350. Joe Johns, CECS Project Manager, performed the inspection and prepared this report under the review of Paul B. Penumudi, P.E. The tank is in good structural condition at this time; however, several issues were discovered by the inspector which should be addressed. • One location on the northwest quadrant of the tank, undermining was noted in the concrete walkway (Figure 17). • Shrinkage cracking was noted (approximately 40%) on the exterior tank wall (Figure 7). ■ The inspector noted approximately 150-LF of shrinkage cracking on the exterior dome (Figure 16). • Exposed reinforcing steel was noted around the southeast overflow opening (See USI-Diving video). One nut was missing on the safety chain eye bolt on the top at the handrail opening (Figure 13). The spring on the self-closing gate was noted as broken. Minor corrosion was noted on the interior piping (See USI-Diving video). Several nuts on the interior ladder was noted as being loose (See USI-Diving video). The complete findings from the tank inspection are detailed in Section 5.0 Conclusions and Recommendations. 2.0 Scope of Work The purpose of the inspection is to investigate the structural integrity of the 3,000,000-gallon ground storage tank. The investigation included the interior and exterior walls of the tank, dome, floor, and tank accessories. The inspection was a visual survey of the structure with no invasive procedures employed. The tank was inspected in accordance with AWWA D110 and ACI 350 to evaluate the present condition of the tank structure. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 1 The tank was cleaned prior to the interior inspection By USI Diving Inc. CECS used an ambient air monitor to test the quality of air within the tank prior to entry. The tank was physically examined for any visible problems, such as leaks or cracks, and any location that was questionable was looked at closer to determine the extent of the problem. The wall was observed for any deterioration, cracking, spalled concrete, and signs of corrosion or any indicators of existing problems, such as efflorescence or damp spots. The walls were "sound tested" to determine if there was any evidence of the covercoat separating from the core wall. Any location of this was noted and mapped as part of the field notes of the inspector. The inspector was provided access to the dome roof. The concrete dome was inspected for any cracking, efflorescence, spalled concrete, and signs of corrosion or other indicators of existing problems. Tank accessories were looked at to determine the extent of the weathering of the fiberglass and the condition of the bolts, fasteners and the screens. All penetrations were checked for signs of leakage into the tank. All areas of concern were noted and mapped in the inspector's field notes. The tank was fully surveyed and a record was made of all observations. Photographs were taken as an additional record of the inspection. 3.0 Tank History and Description The tank being inspected is a prestressed composite tank that was originally built by The Crom Corporation in 2003. The tank has an inside diameter of 137'-0" and a side wall depth of 27'-3". The tank was built for the City of Miami Beach, Florida, in conformance with the report from ACI 344 on The Design and Construction of Circular Wire and Strand Wrapped Prestressed Concrete Structures and generally accepted design practices for wire-wound prestressed concrete tanks during this time period. The tank has a 4" thick highly reinforced concrete membrane floor. Floor steel consists of one orthogonal mat of #4 rebar spaced at 8" in both directions. The tank floor is joined to the tank wall with a bearstop connection. The tank has a composite wall constructed of shotcrete encasing a 26-gauge steel shell diaphragm continuous for the full height. The vertical seams between the sheets of the diaphragm are sealed watertight with epoxy. The wall is circumferentially prestressed by wrapping with pre-tensioned high tensile steel wire permanently bonded to the tank wall to contain the internal hydraulic load of the tank contents and provide residual compression in the wall after allowing for wall deformation and stress loss in the wire. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 2 Conventional mild steel reinforcement is also present in the wall, due to vertical bending moments induced by the prestressing and by seasonal temperature differential between the inside and the outside of the wall. Circumferential mild steel reinforcement to control shrinkage cracking during construction is present in the wall, as well. There is a 1" thick minimum shotcrete covercoat over the final layer of prestressed wire to protect the wire from corrosion. There is also a 1" thick covercoat on the inside of the diaphragm. The core wall is 4" thick at the top of the wall. Four layers of prestressing wires at the bottom of the tank and the 1" thick covercoat provide an overall thickness of approximately 93/4" at the bottom of the wall tapering to 51/2" at the top. The tank is covered with a 3" thick concrete domed roof, containing mild temperature reinforcement and 4x4 W3.0 x W3.0 welded wire mesh. The tank was previously inspected on May 25, 2011 by CECS. There are two pipe penetrations through the floor of the tank as follows: • 30" DIP influent/effluent line • 8" DIP drain line There is no pipe penetration through the wall of the tank. Tank accessories include: four 675-sqaure inch concrete emergency overflow openings; one hatch opening in the dome near the edge with a hinged fiberglass cover; one aluminum 13' x 13' dome handrail; one 8" dome probe; one liquid level indicator; two stainless steel framed manhole opening with stainless steel cover; one exterior aluminum ladder with safety cage, security gate and TS safety rail; one interior fiberglass ladder; and one 50" fiberglass center vent. 4.0 Field Investigation See attached Field Inspection Report. 5.0 Conclusions and Recommendations The inspection of the 3,000,000-gallon tank in Miami Beach, Florida has been carried out in accordance with AWWA D110 and fulfills the requirements of FAC 62-555.350. The inspection of the prestressed composite tank at this location did not reveal any apparent problems that would cause concern for the structural integrity of the tank itself. However, there are items that should be addressed in order to avoid the possibility of future problems. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 3 The report will include subjective terminology in regard to the condition of various elements of the structure. Excellent would be considered like new, no remedial action required; Good would indicate minor defects, still operable; Fair condition is used to describe an element or accessory requiring remedial action before the next scheduled 5-year inspection, and; Guarded/Poor condition would require immediate action. (1) Tank Foundation: (Fair) The tank foundation is backfilled approximately 11" and was not visible to the inspector. However, one location on the northwest quadrant of the tank undermining was noted of the concrete walkway (Figure 17). CECS recommends placing some rocks in the area of concern and monitor this location. (2) Exterior Tank Wall: (Fair-Poor) Shrinkage cracking was noted on the exterior tank wall (Figure 7). The cracks are primarily located at 10' — 15' above grade and span approximately 40% of the tank wall's circumference. CECS recommends that the tank be pressure washed, any cracks sealed, and the tank painted using a flexible, breathable coating, that can fill and bridge any minor cracks and provide protection against driving rain. A waterborne acrylate paint, such as Tnemec Series 6 or equal, will meet these requirements. (3) Exterior Tank Dome: (Fair-Poor) The inspector noted approximately 150-LF of shrinkage cracking on the exterior dome (Figure 16). No crack had a depth greater than 1/16" and no cracks were visible from the underside of the dome. In order to ensure the ongoing service life of the tank, these cracks should be sealed to prevent continued water migration through them which could result in future problems. The next time the tank is painted, they can be easily covered. (4) Tank Floor: (Excellent) The tank floor was cleaned prior to the inspection by USI-Diving Inc. Approximately 114" of soft sediments were removed from the tank floor (See USI-Diving video). No cracking or any other indications of any apparent problems were noted. No remedial action is required at this time. (5) Interior Tank Wall: (Fair) Shrinkage cracks were noted on the interior tank wall (See USI-Diving video). These cracks are shallow cracks, less than 1/8" deep, which are common and do not pose any structural concerns. CECS recommends inspecting these areas the next time the tank is taken out of service for routine maintenance. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 4 (6) Interior Tank Dome: (Fair) Exposed reinforcing steel was noted around the southeast overflow opening (See USI-Diving video). CECS recommends removing the exposed steel to the edges of the curb opening, and patching the edges of the curb opening with a polymer modified cementitious patching compound in conjunction with a bonding epoxy, to ensure that adequate coverage over the remaining reinforcing steel is maintained. - (7) Dome Safety Handrail: (Fair) The 13' x 13' dome access hatch handrail was inspected with all fasteners tight and in place. However, the spring on the self-closing gate was noted as broken. CECS recommends replacing the stainless steel spring so the self-closing gate works appropriately. One nut was missing on the safety chain eye bolt on the top at the handrail opening (Figure 13). CECS recommends replacing the missing stainless steel nut. (8) Dome Access Hatch: (Excellent) The fiberglass hatch cover was inspected with all fasteners and insect barrier in place at the time of the inspection (Figure 12). No remedial action is required at this time. (9) Dome Probe: (Excellent) 8" PVC dome probe was inspected with the precast curb in good condition and all fasteners tight and in place (Figure 15). No remedial action is required at this time. (10) Emergency Overflow Openings: (Excellent) Emergency overflows were inspected and all screening was in place (Figure 10). No remedial action is required at this time. (11) Liquid Level Indicator: (Excellent) The liquid level indicator was operational at the time of the inspection (Figure 8). No remedial action is required at this time. (12) Exterior Ladder: (Excellent) The aluminum ladder was inspected all fasteners were tight and in place. The security gate was in good working condition (Figure 9). No remedial action is required at this time. (13) Wall Manhole: (Excellent) Two stainless steel manhole frames and covers were inspected with no leaking or corrosion noted (Figure 6 & USI-Diving video). No remedial action is required at this time. (14) Interior Piping: (Fair) Minor corrosion was noted on the interior piping (See USI-Diving video). CECS recommends inspecting the piping the next time the tank is taken out of service for routine maintenance. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 5 (15) interior Ladder: (Good) Several nuts on the interior ladder were noted as being loose (See USI-Diving video). CECS recommends replacing the loose bolts and nuts the next time the tank is taken out of service for routine maintenance. (16) Next Inspection: CECS recommends inspecting the tank by May 22, 2022 in accordance with AWWA D110 and to fulfill the requirements of FAC 62-555.350. Since CECS' inspection was a visual survey of the structure without any invasive or destructive procedures or tests, CECS cannot offer an opinion on the condition or performance of the covered or hidden elements of the structure not visible from the surface. The preceding report is submitted for your review and discussion. We would be pleased to discuss the results with you. If you have any questions or concerns, please do not hesitate to contact us. Respectfully submitted, Crom Engineering and Construction Services 26,t VAL, Paul B. Penumudi, P.E. Joe Johns Project Engineer-Manager Project Manager 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 6 r ay�- { • 1 x M• 1 `4. .. yet -, 1 Figure 1: The 3,000,000-gallon north reservoir was inspected on May 22, 2017. uY w- r«fir i t r et.y4 l.f. W k h, p r �. • • .: 44.4 Cay V`C fl`f�(�`et'4J 1 • siT..y T:X 4 .4. r r .e ai 35c.. J`"'3 :111 4 Figure 2: West view of the exterior tank wall. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 7 c l `a. V, e r if jj J.! 4 r1 "_,..,........._. ■ YYr i - .w , Figure 3: North view of the exterior tank wall. x 4111010111011111011101111040 _ V.V S'- 7-7 Figure 4: The east view of the exterior tank wall. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 8 y •� Figure 5: The south view of the exterior tank wall. • L _ Figure 6: One of two exterior manhole cover. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 9 ....''-4.,.:...... ',.- -- ... . . -''". "- - '''.0,:rz-•,..c.1, - -•• .. ,,,...., ait.,....,..,,,;.,q,..F.'d. -;41..-"',,,,,,,.,,'', -...,----..-,.......„4.--4e. "*--"T.''• — -'`4,'''..."'...40r --•:'„.',-;.' , , .s'•-,4,i4 ,...,4' .. _ .••,,...,. 2.-,•41.4.1?.41:1:; • , ;. . -', .t:17141At ,,• - •,,,,,,*- ---, ....., , - V•:1,./.....t.„.?.;, _..._ . • ..--- - _ .....,..---..__-- .*'" ' •:`,' -':‘,",f,i• -''," t - ' ,,_•••1•c„.•;'-'•• •'.: .-",.` ' '' 4"..':•S,' • . . '-•1 •---- , c V . ":. ,-...•..'.. . . '- ''-,- -- ,.''.:...'...-::.".'....--z :-',-.....y' :,:"--,, -412 -' : ' ; •- • - .. . Figure 7: Shrinkage cracks were noted-40% of tank circumference. . .1,-,.:,--1,.,...::::r.,-• ..,„(kcjr ,.--......4...% e:11.C.filr- e•'S• ,;......;;;;. 1 i. .....,.. ,.., – - !▪ k . k • . -_ . . -.• .-'' ), :7' . -• - II t :;.; 1.".. ;. 4f- 11- , j. i. 1..1. . - .r.- . i . .k-4. • k Itilltve Figure 8: The aluminum exterior ladder and the fiberglass liquid level indicator. . 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 10 - y •Y -may Figure 9: One location of efflorescence was noted on the south quadrant of the tank's dome band. , x., r♦ 1 j JTn i,M1( k £ ` sti1 F ` • i}1t Figure 10: One of four emergency overflows. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 11 FAi - ILL,. ■■■/ . " :?+! . _ mo'.. ' - _� �` j • i. _:i t_�l t i- �� 7. •--- - ~- , •-rte-4 • � `•1�." "-• _ J ,�, A , 151° _. T. : t i _. - Figure 11: The 13' x 13' dome access hatch handrail. . ,`F I a 41 4 / -• Figure 12: The fiberglass access hatch. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 12 • F Figure 13: One nut was missing on the eyebolt for the safety chain on the top side of the handrail. . i • Q . 1 d •• .jyy Y Figure 14: The 50" fiberglass vent. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 13 • : .. - }} ;tom ;-.1; .e4011101011411°' Figure 15: The 8" dome probe. • • $iz `f k t s • Figure 16: Approximately 150-IF of shrinkage cracking was noted on the exterior tank dome. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach. FL Page 14 , _ .;... • , NIIIIIK- . .: • 3 / ►'`L t //le ,, • S S prtlik$4- -., , -,'_^. i. Jt•> -may... y,.. -L �^S, r i !4r "' _ sr r Figure 17: The area on the northwest quadrant—minor undermining of the concrete walkway. ;kr Tr T.% J • Figure 18: Discharge water from the cleaning process. 3.0 MG North GST Inspection Report May 22, 2017 Miami Beach, FL Page 15 APPENDIX: FIELD NOTES CROM ENGINEERING AND CONSTRUCTION SERVICES CE t S 6801 SW Archer Road Gainesville,FL 32608 352.548.3349-FAX 352.548.3449 Date:Saturday May 22,2017 TANK DETAILS Old Crom Job No.:2003•M-049(North) Location North GST-451 Dade Blvd.Miami Beach.Florida Owner City of Miami Beach,Florida Engineer Camp.Dresser and Mckee,Inc. Diameter(ft) 137.00 Side Wall Depth 27.25 Volume 3.0 MG Dome/Open Top Dome Inspector(s) Joe Johns Material of Const. Shotcrete Yes No Comments/Photos FOUNDATION 1 Is the tank backfilled? I 11" 2 Differential backfill? 3 Does the footer appear to be level? ./ 4 Are there any gaps between the wall and the footer? Not visible 5 Is the footer undermined anywhere? I 6 Is there a berm or sidewalk.splash pads/ 1 Additional Comments: One location of an area,where the concrete walkway was beginning to be undermined,was noted on the northwest quadrant of the tank.Reffering to line 5. Yes No Comments/Photos PIPING 1 Is there a separate inlet and outlet pipe? 1 (SS)30"Inlet/outlet 2 Are the inlet&outlet pipes located to ensure circulation? ♦ (SS) 3 Does the tank have a drain line? 1 (SS)8"Drain 4 Does the tank have an overflow line? I (SS) 5 Does the overflow discharge above ground to an open basin or pad terminating with a flap valve or screen? I (SS) 6 Can the tank be isolated from the system and drained? I (SS) 7 Can the tank be by-passed for maintenance? (SS) Additional Comments: Minor corrosion was noted on the interior piping. Yes No Comments/Photos FLOOR 1 Has the tank floor been cleaned? / (SS)USI Diving video(1/4"soft sediments) 2 Waterstop type _ Bearstop 3 Floor/wall connection visible? 4 Are there any visible cracks on the floor? I (SS) 5 Are there any rough spots or spalls on the floor? 6 Any accessories or equipment mounted on the floor? / Vortex breaker on inlet/outlet line 7 Is the floor coated?Type of paint? 1 (SS) 8 Are there any sumps? (size and depth) ./ Additional Comments: Yes No Comments/Photos EXTERIOR WALL 1 Are there any cracks? / (SS)Mid-wall horizontal shrinkage cracks 2 Are there spalled areas? • 3 Are there any exposed prestressing wires? • 4 Is the wall painted?Type of paint? ♦ Two coats Tenemec-cryl series 6 5 Are there any hollows? I 6 Are there any stains on the wall? J Additional Comments: Yes No Comments/Photos INTERIOR WALL 1 Are there any hollows? • 2 Are there any cracks? • (SS)Shrinkage cracks 3 Are there stains on the wall? • 4 Was the wall coated? (Condition)Type of paint? / (SS) 5 Is there a baffle wall?(Condition)(Material) ./ Additional Comments: Thight shrinkage cracks were noted on the inside core wall. Yes No Comments/Photos INTERIOR DOME 1 Can you see dome reinforcing? • Southeast overflow 2 Is there any exposed mesh? • 3 Are there exposed reinforcement support bolsters? • 4 Are there any spalled areas? _ • 5 Was the dome coated?(condition)Type of paint? ./ (SS) 6 Are there stains on the dome? • Additional Comments: Yes No Comments/Photos EXTERIOR DOME 1 Are there any chips and spalls? • 2 Are there any cracks/ _ • (SS)Shrinkage cracks 3 Are there any flat spots or humps? / (SS) 4 Positive slope to allow water to drain off dome/roof? • (SS) 5 Are there any attachments to the tank,i.e.antennae,etc? • 6 Is the dome painted?(Condition) • Two coats Tnemec-cryl series 6 Additional Comments: Yes No Comments/Photos ACCESSORIES 1 Exterior Ladder ✓ Aluminum Safety climb device? ✓ (SS)Cage and TS rail 2 Dome Handrail ✓ 13'x13'Aluminum 3 Interior ladder ✓ Safety climb device? ✓ (SS)TS rail 4 Manhole ,/ (SS)Two stainless steel frames and covers 5 Liquid level indicator ✓ (SS)Fiberglass 6 Hatch cover ✓ Fiberglass Raised curb and cover with overhang? ✓ (SS) 7 Overflows ✓ Four 675 at 90 degrees Screened,protected from rain? ✓ (SS) 6 Center vent/ventilators ✓ Fiberglass 50" Screened,protected from rain? ✓ (SS) 9 Dome probes with curbs? (SS)8"PVC and precast curb 10 Aerator(size) ✓ 11 Specials ✓ Additional Comments: Yes No Comments/Photos SITE SECURITY 1 Is there a fence around the facility with lockable gate/ ✓ (SS) 2 Are access hatches locked? ✓ (SS) 3 Are exterior ladders made inaccessible to intruders ✓ (SS) 4 Is the site remote(no on-site office)? ✓ (SS) 5 Is the site well maintained? ✓ (SS) 6 Are there physical features that could damage the tank? ✓ (SS) 7 Potential sanitary hazards?Proximity? ✓ (SS) (i e.bird droppings,sewers.standing water.animal activity) Additional Comments: EXTERIOR OF TANK beer Dr+.Nr 177.00 9 Cre marc• 430 40 R volume of ryr. 3900.000 9N E 41111F;;;;Miliiiiii Emmgenoy overflow bur 4190 oe0 Acme*Mico D F • Exmoor Leder NOBTN 1 ©�• T C( 4. 6 \ 1!0!10 --:RAGA Manhole*•••••''''''.4.1,11111111111111111111. 1 FATIMICRACRNO 1 \ 4 0 ROLLOW AREA • EFFLORESCE/ICE / / O CONCRETE SPALL 50.Cooler rani = Pat./4.141!COAl111D B O ^ \ O N E%P09E0 MESH.RUST SPOTS TOP OF DOME • oled Subbase creeds were ale more eOce mowed �.../ be exmw UM wet some enrerpe aew�,..roN9 n it oaMe ara. swD• trzsn. L*o to 13 �. -"— U -- — r -— —"'— �' 13 11 9 r s • s t 1 I 1 I I I I A B C 0 E F 0 N A EXTERIOR TANK WALL INTERIOR OF TANK Woe 04•61446- 10700 I C.26.1464nor 43040 R Volta..of 7466: 3.000.000 90 pp....buy Iif 10f1 d.4m.,r am wn4,a Woe MM..W.00.4 E Som lr mM Soot No POYc ford. on MN MO or loot E 401111° 94,0TO F 11012711 OOO.94uuO C 0 G • © O Ll0 10 �� CaA.0 .X PA TURN CUEING O 0011.094 AREA I 4 • YZYIl)REC 9VCE o CD0CRETE0ALL 7 PFZIAC PANT.COMM:. gip .. EnPt*OJ 4E440 RVR 4015 0 Q p H Eaoss.4,onrls w 0004 do 4 146 90.001 Meg..0... A TANK FLOOR UNDERSIDE OF DOME 14694 44949444 oSI400.4 0afp rood do 10 CII or on n Aol,plop cram 610100. and caw no ppICW concern M M Ipnp. 9940• 2725 A. 271 --- 24 n 20 II 16 10 "" --- 13 II 9 7 0 A x I A 0 C' 0 ET F' O1 H A INTERIOR TANK WALL TABLE OF CONTENTS 1. TITLE SHEET WI a....Sn ,- Jar . "�°• �, �+1 2. TYPICAL SECTION—ELEVATION .r .��.r���� . �.r ILII-__ 1 / lI . iF� ='y» 3. PLAN I "" "�� 4. TYPICAL WALL DETAILS & S . PRESTRESSING SCHEDULE 5. TYPICAL 30" DIP INLET/OUTLET,4, i ,6\ TYPICAL TRANSITION RESTEEL DETAIL, F11114 TYPICAL FIBERGLASS VORTEX PLATE & TYPICAL PIPE ENCASEMENT 0\\JPOUBBLISCITEWOR AT WALL \\ KS ' YARD 6. TYPICAL 8"A DIP DRAIN ,4 7. ACCESSORIES THE CROW CORRORA11011 .Oe kErliiP 1.0E-AOGN ' 111 ORO-0,000.000 G3110/1 OROI.NO STORAGE rAKKS WY KAM.FLORIDA T IN O-Nig©©©9©©O aniLLOUV 11V GZ1 U EW avOJVLaaE T&l1VWU e yam1_ THE ,POM CCPPOPAT,'ON PROJECT: 25TH STREET GROUND STORAGE TANK =i/�� EV �.c''''' .*:r'„. - --- AND PUMP STATION 7 + RE,SED_So»cEsvxn SHEETS 1.L].S.S k 1 y0/'0/00 3 � � nni .c) OWNER: CITY OF MIAMI BEACH, FLORIDA ' I CONSULTING CAMP DRESSER & McKEE INC. -... ~"a .0, 1 ENGINEER: MIAMI, FLORIDA6 030498 1 , 7 r 'WEER 114171 13 surrr WEN GAGE e e �lt�t AND LOWRIE DOOR _ [] !�/� ALLMMAI WY,ORAIL® „ MTS O'RECA4'Af A ,_ C I 1 0 V I A 1.!171 MTN® _ a.3 - P ice. I 111 II I lul L4L Y4*73INTERIOR u I !1111 1 �aM.• �. �i h 1 Iii I cin.OF,MW MACH. F1OR10. _ ..' "i . s -, \ !'r AL�L ace OM v,a'yet�y:ANu `ITE�L.G91�5fR.l I CCM O2O90T OEL11L RU4&4 WM.ADRW OENOI'E4 PATE 1RJ1t0ER TI.11-1°/ PVERIFY M- WERE MM.APPEARS .�ax...o. ACCESSORY t PPE AR0111,0 LOCATIONS Mn. TYPICAL SECTION-ELEVATION , 20MO SECTION LETTER O ao-D. GROUND TANK ENGMEER MICR -- I 0040104 PACE NUMBER 3101MOf RESORVYI (37 0114ER.S) TO PlAC01ENT. MIME SECTION A 7,7EAAS „., 1770'0.2Yr s o lo.T 7/3/0.3 NOTES ,bl.M 6 Sow. 3p M'.Gema Contractor D. Al REvism CO..373.CRETE AND I. Goran;d Me Rte..,mravon.m,compaction b m 1. Ther end.eve to b..ater-cr.d Owl.tan. A00©MING NOTE. 0.wNon A'lie..•Cop af favor yap an to 1&EaM4t./arca. aanprtMm. 2. 3..Mert,,or Mw 163'Saner vont an.3"a.r.a 2. Deme b be vote-oared,rad preN..eyng.oam0Ma 3. na,. .maab won d.and aped Mara.meat.Mr MI rtl,q 6/16/0] e .e. 4. v 4444 ty for n 1Y (Moet.no moMan and motel.. E. RI. AS4-473 Cede 03.rap 36 9omotra .. Man 10'from.pan to.). 2. L.z'you bolo.,.M Yob to..overt Mor notal. i 3. Tooting and 93M4.e0Mn M•a & FIM 3x4111,walkway and laa.copyp. F. Pt.o' 'Apt Moto ASTI Soot.A-621-43 TR.9 ` 1. ..,0.0204 we.roan(e Om.) r Net.fey It Se.ke.ranee. 94 i'.Coo,Corporation: 2 Ob:0.,620' A Gono,ee Ileo Typo :en.nt 3. Uttinab.p... 231.040 pr S &1.3000 poi vitt,3/4'Norma.for Dar. 4. MIN Maes '43.600 Pe T. 2.300 p0.M 3/7.034r•4ote pump raw.Ir Boma 3. 4onun3 Neva treat 113,000 Pe & SON..472.. Un.type i/7 Convent ;dfE.3000 pd dom.rang: 120,000 0• 3 I. Pyne rad,04, 7,/2 bog.oan.tt I . 17,5 poi 2. Point 3 no..a.Woo.One coot Tarawa',Ma roma .cv'otot n wt C. Mate.imet►ng;(Pak for M O.MER)(Por end.wnt) Trermo-Cry'sew.6(Paint Pear a be se..a 0r am.) ,o•0',crr..oro.e.anun. romac NI NOW-ALZ...non 4 1. Cama. (3 cylinder,pr.M)Tet on.at 7 day.. i. Aoa...rwa(pr..cn 0.t4) me mem wormams SM.. le swo..012 IA, - A e OM tar fler.�a aM now aM 2. 673 more root pn.aa.t emelt..M Mat.Mod moo.4 p.d ivy'MY mea a C. 3 ego far da,... 3. P..o04 aae.•••'Wean ars.a.Mares cove 3 2. 32attonte(3.0lnde.per.M)TM an.at 7 days 4. Manor Pb.'e..Myer vM MM...e Mel T3 whey nal we mat m 4 a rem one at 28 demo and,aold A. Ave mote s aa...04.bre Me:,..rd.m...e1, e. t�d (2me.) .w..pretr=v.DOOM gate t s.of.er rod a two e.b mimeaat. 7. Tory...;gee 3.06:Moo. -�. 73 3' t0' Speed Aco..As(pr ern bank) 1/!.t'0' I. A menu t dem....rad 2. 7 dam.prep.(far add w...Otter pre.td.d by aaere) •u a O3O49A A.1. P.p. I. 60 DP dietn t,drawn fllttnpe .44.44.43.mo... .a.nrrw.a arm ewe. aim 2 a 7 2. JO'DP Waut1M qll IMO CROM SISOIL E I'Y.N.OCIIPRIMSAEILE DTPANSKIN W RNI(BY OTHERS)3ETVEEN TANK •K1 1 lsrr ANO PFRNIE,FR CONCRETE moose*,TIP. g ay yio-y I L ,—Y n0[PERNEIER CONCRETE lit/CA V AilaiNCLE I I (4 RBI At Mr ----- ' (BY OTHERS)ED rnOzR � ,�� G 0.01.6% „. `` COMPCM C.1E5 //fiBn PRECAST CONCRETE ...o 8YO610W5 _..__. ({REa Ai 90y \ I' \ REP ),NT B. % / s‘‘, .10...3•0130 F , / 41 i ' ACCESS FNTCN MTM ` . `\� `\ MM.FLDR4t 13'WOE / I I• / noota.ASS COYER 1 L WORK RMO • ono CENTER ISe = • 1 pLL AROUND TANK/ 1 / TANK C°13b (B'/OTNFR$) / -::i.Ti I I MIL -'133.17 I our \ IRO J.0-w0 ORDIMO • 13'WIDE g �RESfR40Rt I T(WV GRIM k' _ (�OTHERS) II BALL AigUNo TANK ..arra. _.__T_ _ _•_._.__ ._)_.______— _�_(BY"'CRS) 1J70'IDM 373•7D I '°•rTeERDULa \ " I. 1\.J� ! Ns T/30EL/WE ®'oR PROSE CURB r Daae I muss>r1 ...pt.. ` • ,\ �\.\ \ (:REG.Ar loot' ; • ,;� ® r Dort �'"._ \ i .J mow. )II; L A*��\( . A 1 1 \ RELATED ICaSSCNICS. \ , / \ • I '[ \ Pg�' RFIDCATm INTCN Ano S '�.\ RACIALLY `\ y f i r pr®\ 'Q MgM1Y ,\ �'• rj1AM® Ste/CURET�S� •Or PER fit= ``, p�yN ` M. IVl (,�fj:'�yj 0 ``IT �• 10'5 �!?" , ® `�� IQ' '�7�``i� ® SwEfYOURAIL II 00S SPl • LAMER � ORNN MAN PAD . OR AN, ' MN APND $ ..rr (BY OTHERS) ...r+"A'R (9Y OTHERS)) 11/111/03 e `,�� / ALUNWM.r®7 MJJD JM 1 1WIORAIL ^� �� ' NAND All e I It MLT/r J1IFT � ACCESS MATCH WTI® ACCESS HATCH BON FIBERGLASS COYER FIBERGLASS COVER r /rOpASS 30•Cv ODOtlOR sUOIKD Al'JIRIIUY® a N<<'�dfn2f wI/fEEp FIBERGLASS r, _ _ BM7R.,LEWE TORe ®SMFETY CAGE MO TM RAE• O`EVEL j•AIOR i ®LADDER e SME'Y RAL• .wan a 4000 weo+s- 3-D_IJC LOCKABLE DOOR _.D-LNC =WILE DOOR SIFETY C•43£ANO Y sutomirR.M..sou E GRCUND WAT_R STORAGE TANK rRCUND YaT1 �CRACE T,A K .e. 44.1.0 3•0111041 . 11.2 i OI AAl As Norm a ;moo- m u< 03049A my...•41.00:law.4 ...•0.,NrIcr. - 3 ' 7 DOME SHELL THICKNESS;I'AT 6'AND S AT 19'- -- - 1 19. tr.1 WIRE 9,R SUPPORTS AIL AROUNO AT � S'.9. 13'• 1r FROM DOE EDGE TO SUPPORT RESTEEI. 61� A1�� 1. SHOICRETE SHALL 9E WINED CIRCUMFERENTIAL STEEL __ MIL / I T OR IR10ER aamCT sLacmaDN 3'=CRETE OOE 0tH Ma 03.0 a 03.3 ACED AIRE FABRIC ON 1 3-,3 9 FROM it-itt MARS:OM 3'ro 1% rwt miE EDGE 12TH RISE D01 '� z RJI F ESS Iwr4Or NOZZIENEN CERTIFIED FA .a/wMtrt-se-1 yRE 3w A.PPams CROM MOLL BE MEASURED 9Y MI PBERQ.6e COVER-, FIELD ENDOOUR*AWE 2' vmrXx ROMA TO PROVIDE %�' t.A RJ.O a•3.0 WEIDED S1q�CTRC4CESSDIETFF ACCURATE ACING I.AMOUR 410 2•wlowAl COMA wK Fo.mAIRC EIOENDED *MN a D.TOW 33.42 __ ! I • 1/o 004 F 10 1RR6N meq,.+ �� � ./•%. - r 1/r OF 001E EDGE - w.+ $NEIL DIAPHRAGM RACIAL AT 1'S'.20.o•LON10 � 344_, MNL v.• •71:_''• f---4 7 if at t _. l304 REO.),y a s t12f gEOJ �' .v,N .Aa MAD m= 'r 4.0 1 LAO OF 7-/A CIRLTAIfERF31RAL MRS N r. %////////!/////////•L s- OE'ML OAS 99�4N� NG Z PRES•RE55wG MRE4 , (a 0UT9t0E 3 IBOE) b.000 m AA 01 .xv+AP*ON t- jiGar,1.SEA&COME RIS BRACKET AOCRS m a.AtSAIL.1.010.111111 30.700 26^.,UGE STEEL SHELL DNPI.RAG4 cOmFE'er'w''.n r MM. r 2 SANDa,A9r TOP of CORE MAL AND SEAL FROM BOTTOM:O IOP 9Y OUTSIDE WRIGL RfSila "r i IMMEDIATELY PRIOR N CASING DOME JO.J00 m EPDXY KEETON PER U.S.PATENT •-• CORE WALL.1•Ar TOP OF RAIL 1 2 I/I* COAT ATN BpN0Ma EPO0r(590) IO.3.130,33,.NO HOM201ITAl r 33.300 m .A NI3 ALLDAD, CRY OF YIA1A MACH. �/S!Ar 9'.rr tDNC Ar 10P 129 CONTINUOUS sums 2rr LONGCf 21I GRAM 39.7oa �� (IN90E oR Ou1910E OF pMPHRARI) I NO NNDR NGL J�OMTS FLL DIAPHRAGM. ® .Pa..c.,...u. (Seg REO.) XIIE RINE: oFTAI j 4s.3ao if r COYER OVER stm SHELL OMH RAGM 6,.300 Qy m N mu ACCT PRESTRESSING GLARES T Q� I I PAITER)1 AB-CCNER OVER R14M.RIPPLE Sa.300 ,� CI ,I ` NNW.FIORIW \--PRESTRESSED RESSED C011POSRE MALL PRESTRESSING LAKES I 1 r. • 1,,_ A. e0.300 2 In to© td i SIM SHELL/SNOTCRETE CONS IJCSO1 „,g RAG{ � M OIMGE skim.CMPHI91CI: 'M• 3.0-NG GROOM 8M07'011 3ORIZC 3'OF CTaCU MEMORIAL RESTER.. c SEAL FROM 9011011 TOP 01RESERVO „ALL /I TO EPDXY HECTOR PER U.S.PATENT 1 72.000 3 OM 137'3 MSWE 01ANET3_.\._ w 3.13.10.6oe M0.8.150.3.31.Iq NORRONTAL 6' 13rr IO.273•TRO OUTSIDE.vIX1X'AL RESTED., 9933 AT JOINTS AIMED. 7D.000 u� TO 1/2'ALTERNATE 32'0)A'LOIC .... / BARS(254 EA.ROI) MSIOE NODICAL RESTFF.p Ar 12' 1 I e,.°co N� 7 3�3 ALTERNATE IS•I1•LONG MIS A m OEA/WL SHOOT WN. 1/e•COVER SEMEN HE1D R1 PEACE PM SPECIAL Cl3! ; 37.000 G O� _� —SOFT ERN AORLE!MOOE atomca vERr1(;AL gats 9 PRESTRESSING AIRES (222 EA.REG.) oracaoPRESTRESSING EACH UYE3t OF MCI xTc.s-x.c AND BETWEEN 'FOIE '93.000 V iALUM IDCwT10N OF vEArCA.SECTION HORIZONTAL WAL cTir_.TIpN SECTIONOF BEe�'uaPYs UrASSLRE D1HORIZO010. 99.000 m0 y-. SEE HORIzoNrAL'RAu.sE I100I "I m"'^1p' I T,•.1f,, i CORE WALT..7'AT USE OF MALL ---7-1 GROOVE 9 CORRECTLY LOCATED. IO0.J00 MB SHEET 000€VERTICAL RESTED. 26 GAUGE STD.s/E11 ONPIWACM 109.300 m MCI A OUTSIDE VERTICAL S. P TREATIG MIRES �f ; SHOOT MSM.1 OMR 9K10E 136.300 a ®�� A{BOtRTW�TAPERS i TCP r 6-IS CiecuirwRLL MRs no Too I 3-b c omNuOus OF6DE DIAPHRAGM) 199.000 g DOD ` L,YEJ6 AT 9'(OUTSIDE DIAPHRAGM) • �� i 1•RACK a-ieao-FS Wa.no( i ^"^ � 3 01 / / / j � �1J 2 90 ALS 91,1E VNNIIQLE •10'WEE MU.4 JOW14 LAM FOIE SNC019K7 ASEE COTfE RAL _ ' MASTIC OR CAULKING. 1303 A Y22 000 ?1 s IDDTH rttD11E1 magi • r CLEAR ._ ,�� 222 000 � � ,,-SEE 0ETAIL ICOR TVALL of WEER WALLIMP .,� Itir EL 3.73 ' 1 1^ FLOOR STEL 01-4.-Li"-.—.7- 'S.�N.n_5.•� �` 9 p Ai SE G1dAfFRDRWtr— —• ------. ........L. p Ai 9'OCEYI �� ewer; �a p RAWL 9A6 r of.2'r - -V-W111.0......- $4 NEI.FI.%TT A•CONCAVE FLOOR LATH / .m..arc.ewtO Q -_ _ _ AS AT e' 1 M,u.P..�t1�O.ot PLA. 9i tlt.6 X963 REO.) _ -.- _ �1' FXTI,MY.SOFT BROOM FINISH. w..WI ..1 .r / TYPICAL PRESTR��SING It 31,..... 9 3'9 /PP Otto 6 TWO MRE 11411 RINGS /L �•'• 2M+(- as RACIAL was d 9.OC }I SCHEDULE IE ,�'w•"" (Me.suno a 70j'�•1'maw) .... 3/r-I'0• —. -3 MIRE Nilt 2-SDPSUPPORTS 3-/3 AT e'CMQIMFERomot3.r s 3/A•HC t,4e 2/A' 2' a 1' 3' AS NOTED 70'Y sue RAMS .I JY (9113 REO.) t — �' noR-wa I QFTAII 1' 0 I Tawar,� 03049 /.AT r a 113'4 LONO 1'HI•o' TYPIcAL WALL 0 AILS OT SAAE PLANE AS FLOOR® --- my(679 REO.) ...How'D am or x aw.:or..m.-...ur,.Haman 4 7 I .01.11.111.1064. 1 i1'Y RAMS '1r- PUCE,Y.•LOfi NR!ro 7O't'acus al mammon as p1 IaOO AN oma MO OF RETIED. FLOCK'lalsO ESS.SWE PANE arlN REGULAR POOR U /a AT r.COOT AT E%Oa iMrs ORM f.„�,o.l.n I 4 Al. Ems"LANE COM STEELE' INK CRO M r EL FN.CR...� w'oa'CCN PmR 4>rI1D11 jp1E I 'JILT PIE LOW REQUIRED (WN.) zoME 8 ONE aE9147 RESu.Eu G,01 WAY r• 9: f n.lw.n,s.n 3 EL 4.50 r I I I . IIMMIEMPEEME . eL 4.31 IEuI �.i_ j s•wok SII Se_Ica• l . . J r j �Et 93z l)� �M C701.1 331•01.7011... • ` 2.0•121711.12.UM.vl..arz n .n • • rw.mann 79.2 9 - or�Eoaolr ES.D 0ER• us'ENc�T—•r e 30. cm oPMAAR 3FACN. 71'1'PIONS(NORM Tama A 71'1'RAMS Isom(SANK)11-- m " TYPICAL 30" DIP INLT�OUTLET "* 0 30'371 . " cal O /z.fG 1. 1. O �— r pp,scrfFnu F FOR 30•SP w FT/OM T INN WIC P. SC••RAO61S FO I TRANSOM NFL 114C%NESS OI nsota.�LOGO PLATE ALA 10,07 SWAPO A® S'or.vit.LONG.PE-PE Ar.anm WA1ERSTOP 10•FROM PE E STOOGE RESEROR O O O 30•OP O=WE 3OO.u,-.4., PNM "l. Irv07 0 .srr sw A® 3r OP.Yr IA'RUN.PE-PE(SOW too() e TYPICAL TRANSITION RESTEEL_ DETAIL, ." 7/3/07 4..............o ®® it .Y OP 7'11'.0 RUN.PC-PE(.oRM ra?() K15 ..../..0%,�/d 3-MEG WO +.0.�Z.J \\:,..1 • C7ih+ NOLOOIED SOD3-eima°1 {1 1111001111000111110001r PER Fyp ' • I I 1''.± r . COMCRElE oatacer 0/I41/03PLANI i I 3 r— I I S t .7-- TNN(AND.^, g . '1 fI T. 110111=1,110111=1,1001s AT TANK PAA.O.ID Y %+/ I =-. 1 MUT 100080106Y 1111Fir FLOORRr M ..• • IK 'n�0�e'vfO141717 tti�YY"fCtr �Y i (4CI. E 3 lir• •r1/•• / F`�QASS -kW • 10 1itm�w.na ' 9oLiEm POOR)aIIN t/2./ �. 30•°P MT sos x TCHED POE z 3/.'SS F36•AN51O11 �`"~ OICRS OR REa).—% SECTION .�r� r LINL a 70TEO 3 2 TYPICAL FIBERGLASS VORTEX PLATE GITYPICAL PIPE ENCASEMENT AT WA .,..>, `, E9 NTSNTS 03049A f ./111111111111.1111.. , A t.r fnfroulr rm.IT 2L...1240 111 0 0.0.4O O0.0.4u QT r DP.011 ,/r L .PE-FE S O'�v�rwu'COOKISMILE pw I 61'e'RAdli Q r Oi(LPV.C7)ee DECREE SENO.11.1-161(2 REO.) C R OM pm 0 I no 01 CORA WT OF RESTFn Or Dw.rJ•LONG.FL-PE IN SOME AMIE AS FLOOR SIEEL /l AT r out WAY.COEN0 24-YIN. Q r t 4'DIP=CENT=REDUCER.EL-F. R I MO r TRICK.LOCH SEC2O1 `� W SERVES AS WATERSTOP ) O Q r DIP w 7ECREE BEND.RSL �� I O7 r co euroffur vm.w.ft-ft O I ' ©,PP+a DECREE BEND.FL-FL ORAN SPLASH , 1p e r OIP SPOOL RODE.Ir Low ft-tor INREADED PE PAC:BY OTNERS) O % inns ---� ®P/QWE NM SYMONS)PACK COUP:M. ua. 0 it M Ac m� mPTGR b WI ,....c. 3 j41. e I7rF(Mito ,r... r YN.C01.CWE cm - -of IDOL O TYPICAL 8"_QIP DRAIN ` B � ,/2•.+y- ISO• 1 I. 0 I' 2' i Alb• 4. r0• , 40' 1 I T•O• QM EDGE OF 0011E I MOW Halm. .r — mr CIOSw ow ri P (� ——Ili --4lAuoaE }1 SIOWE RESER C R .31., I ,3Y0'0.273'RAO pleteamai Na aC-e TOE-BEAM ,04--- O1 w/ s" 7/J/0J BRACKET(.REQ.) A * Ell I`j I wok / =-N •• ice-ei4*ALLIANUMrFo(CPC A---- ^! ;-- ---- y�. Ara.4444.4o )J r /� EACH,'1 ) AMO m 1T �•• n e1_�—- \ ryji,e•OP GOWN MAS/2- 101° � A C 143 001141.1 NO.w A0.MGdE FIANCE.T? �F ,�� > CONNEcrNa RS'RP0ORR uIE FDR 4 ' PI�'J11E f.1EG (17 REO.), 7pF{ATCN CO.(q� //( ,tt (1 MINERS)AW DP r►Yc pre K 1'r LONG. r DOPE PROBE ELM a/+a/0J P. 1 fl-PC 21114 I O RAMC .Ply . 3 NOTE:PLACE PIPE PLWB b e 8 DOME PROBE CUR@ NDATVP/SF/En EAD4.GRIND ;y y • t NTS AEBES: FAD EWA/II/NUTS. 0010 0�3 T 1. SE NOLIENYM AILYRIRIrl'YNININKR _ALLOY FMINGS 2 USE 7 ,/2-SCIREDUIE ��' I awa.. /.D e:e IN `C -i2 50100.0110 nmys'an�iW'.cim AO(.- AY RPE x Wri.00:04100>w. 1 ROE-ROODS TO SE _ NRI,-A Y.:A1.14,Y PAD AT ALL APTE7R R.gTAW7KRR yam, y��P A USE>S EXPANSION T4 gip) FLANGES MM INSERT 0111U.NO. 44 40J. x coy a.°�•"`Rpw .44004,'� A,RCf10115 I101I am 2'-IONc +..t...c..s"... s BRPCKETS.fro.(A REO) Joa SS MOIL AN.reR. 9 calm* lAOOER ELEVATION NOTED 11 TYPICAL ALUMINUM HANDRAIL .. 9 2' 0 r_ /� 03049A a._4,P....-...n.-..ftr,, 6 W 7 .60000 it 04..../7.404 - ro' RP AY 040 0011011.1.110 MEM 003 • a.•.,� • w4.4.4/OFF. Or 0011.:�•„ CROM •r� _""' ^r ; - , : Y 10 10::.,41, err r ,1 - . X .., . I l' `.IY.cw �1•„ 1? ., W 000 000 ' r s . A %y., : --- 111 0 $14171''''t14 aa f;,. ,_. yjj W•I llT�i�l�• �1 fly n.ta u 1111... T I C ....../—&1:`•. 14 00 r Fri l• r .... III 0 00 04 _= r�f� ¢101 w OrtO*mar •'•„ •I r•• �.___/-",.-o .4....„...,,,...,,i............,......: v/r�E 9D.W*o� • 440 - — - OCii�� 6.11 ,50-._._�ERCIASS VE*�nLAT� r .�, j S' 11 wo oa I �I- •� © -” fm Of WY er�cr. u r r 4• m�n'•y%w.oxen _ ^` ` rtoRIM . a a IIi�i r � � r .40.404.r KR y i e 0 .,.00,--, ILYN.FLORIDA .a•....e�. Oerr���..a� '. 1010. 00 In NM JH R14 FIBE4CUSS LAj C) 00 04415 01,40... r Y' F41::"a' •,•.' v , L, n.o 3.r41C:Ramo O 'kfil-T .56ETY RAD. 010100 r•..• I r maw, O SECTION N'a^^ STORAGE s[m aR --AM • —' FIBERGLASS HATCH COVER - `" ,.•ran- ' 0 1 4 00.VOL 1370'0 v 27T WO 1 Im atr :/10140 w •'mow R wen.R.tA .sr-vim. Vre WWW - OETAN--A we 7//03 • a I. crc�� 1111 ..OW.ea.•e.' Y.r O• 1 'c�r ,+0[Nlw.e n...e"<r 00 441101/ .011".40.oia ,anryy(4137 rrmoa,..a fs,r4 ergs .LT / , /•'•,,/•.Y P.reo.ren '�'r.31V1'',I °°"I C 1077... Q O rY,..M...Y.,.r .,: EEGS 0 TANK INSPECTION REPORT 25TH STREET DST South Reservoir 3,0-MG Ground Storage Tank City of Miami Beach, Florida CECS Jab Na. 2017-S-034.01 May 14, 2017 LEGS Cram Engineering E Construction Services Paul B.Penumudi, P.E. Project Engineer-Manager Joe Johns Project Manager CROM ENGINEERING S CONSTRUCTION SERVICES 6801 SW Archer Road • Gainesville, Florida 32608 a 352-548-3349 ■ fax: 352-548-3449 s1 L>rvissor, o/Cro,r. L L C TANK INSPECTION REPORT 1.0 Executive Summary Crom Engineering and Construction Services (CECS), a division of Crom, LLC, conducted an inspection of the 3,000,000-gallon prestressed concrete reservoir in Miami Beach, Florida on May 14, 2017. The goal of the inspection was to review the status of the tank and its structural integrity, and to determine what measures, if any, are necessary to bring the tank up to present codes and standards so that the longest useful life of the tank can be realized in meeting the intent of Florida Administrative Code Chapter 62-555.350. Joe Johns, CECS Project Manager, performed the inspection and prepared this report under the review of Paul B. Penumudi, P.E. The tank is in good structural condition at this time; however, several issues were discovered by the inspector which should be addressed immediately. • Shrinkage horizontal cracking was noted in multiple locations on the exterior tank wall and ladder boss (Figure 6). • The inspector noted approximately 200-LF of shrinkage cracking on the exterior dome (Figure 19). Additionally, the following items must be addressed when tank is taken out of service for maintenance. • Minor corrosion was noted on the interior piping (See USI-Diving video). • Several nuts on the interior ladder was noted as being loose (See USI-Diving video). The complete findings from the tank inspection are detailed in Section 5.0 Conclusions and Recommendations. 2.0 Scope of Work The purpose of the inspection is to investigate the structural integrity of the 3,000,000-gallon ground storage tank. The investigation included the interior and exterior walls of the tank, dome, floor, and tank accessories. The inspection was a visual survey of the structure with no invasive procedures employed. The tank was inspected in accordance with AWWA D110 and ACI 350 to evaluate the present condition of the tank structure. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 1 The tank was cleaned prior to the interior inspection By USI Diving Inc. CECS used an ambient air monitor to test the quality of air within the tank prior to entry. The tank was physically examined for any visible problems, such as leaks or cracks, and any location that was questionable was looked at closer to determine the extent of the problem. The wall was observed for any deterioration, cracking, spalled concrete, and signs of corrosion or any indicators of existing problems, such as efflorescence or damp spots. The walls were "sound tested" to determine if there was any evidence of the covercoat separating from the core wall. Any location of this was noted and mapped as part of the field notes of the inspector. The inspector was provided access to the dome roof. The concrete dome was inspected for any cracking, efflorescence, spalled concrete, and signs of corrosion or other indicators of existing problems. Tank accessories were looked at to determine the extent of the weathering of the fiberglass and the condition of the bolts, fasteners, and the screens. All penetrations were checked for signs of leakage into the tank. All areas of concern were noted and mapped in the inspector's field notes. The tank was fully surveyed outside visually and a record was made of all observations. Photographs were taken as an additional record of the inspection. 3.0 Tank History and Description The tank being inspected is a prestressed composite tank that was originally built by The Crom Corporation in 2003. The tank has an inside diameter of 137'-0" and a side wall depth of 27'-3". The tank was built for the City of Miami Beach, Florida, in conformance with the report from ACI 344 on The Design and Construction of Circular Wire and Strand Wrapped Prestressed Concrete Structures and generally accepted design practices for wire-wound prestressed concrete tanks during this time period. The tank has a 4" thick highly reinforced concrete membrane floor. Floor steel consists of one orthogonal mat of #4 rebar spaced at 8" in both directions. The tank floor is joined to the tank wall with a bearstop connection. The tank has a composite wall constructed of shotcrete encasing a 26-gauge steel shell diaphragm continuous for the full height. The vertical seams between the sheets of the diaphragm are sealed watertight with epoxy. The wall is circumferentially prestressed by wrapping with pre-tensioned high tensile steel wire permanently bonded to the tank wall to contain the internal hydraulic load of the tank contents and provide residual compression in the wall after allowing for wall deformation and stress loss in the wire. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 2 Conventional mild steel reinforcement is also present in the wall, due to vertical bending moments induced by the prestressing and by seasonal temperature differential between the inside and the outside of the wall. Circumferential mild steel reinforcement to control shrinkage cracking during construction is present in the wall, as well. There is a 1" thick minimum shotcrete covercoat over the final layer of prestressed wire to protect the wire from corrosion. There is also a 1" thick covercoat on the inside of the diaphragm. The core wall is 4" thick at the top of the wall. Four layers of prestressing wires at the bottom of the tank and the 1" thick covercoat provide an overall thickness of approximately 93/4" at the bottom of the wall tapering to 5'/z" at the top. The tank is covered with a 3" thick concrete domed roof containing mild temperature reinforcement and 4x4 W3.0 x W3.0 welded wire mesh. The tank was last inspected on May 16, 2011 by Crom Engineering and Construction Services. There are two pipe penetrations through the floor of the tank as follows: • 30" DIP influent/effluent line • 8" DIP drain line There is no pipe penetrationthrough the wall of the tank. Tank accessories include: four 675-square inch concrete emergency overflow openings; one hatch opening in the dome near the edge with a hinged fiberglass cover; one aluminum 13' x 13' dome handrail; one 8" dome probe; one liquid level indicator; two stainless steel framed manhole opening with stainless steel cover; one exterior aluminum ladder with safety cage, security gate and TS safety rail; one interior fiberglass ladder; and one 50" fiberglass center vent. 4.0 Field Investigation See attached Field Inspection Report. 5.0 Conclusions and Recommendations The inspection of the 3,000,000-gallon tank in Miami Beach, Florida has been carried out in accordance with AWWA D110 and fulfills the requirements of FAC 62-555.350. The inspection of the prestressed composite tank at this location did not reveal any apparent problems that would cause concern for the structural integrity of the tank itself. However, there are items that should be addressed in order to avoid the possibility of future problems. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 3 The report will include subjective terminology in regard to the condition of various elements of the structure. Excellent would be considered like new, no remedial action required; Good would indicate minor defects, still operable; Fair condition is used to describe an element or accessory requiring remedial action before the next scheduled 5-year inspection, and; Guarded/Poor condition would require immediate action. (1) Tank Foundation: (Good) The tank is backfilled approximately 11" and a 5-foot concrete walkway is around the tank, making the foundation not visible to the inspector (Figure 7). No undermining or damp spots were noted. No remedial action is required at this time. (2) Exterior Tank Wall: (Fair-Poor) Shrinkage horizontal cracking were noted in multiple locations on the exterior tank wall and ladder boss (Figure 6). The cracks are primarily located at 10' — 15' above grade and span approximately 85% of the tank wall's circumference. CECS recommends that the tank be pressure washed, any cracks sealed, and the tank painted using a flexible, breathable coating that can fill and bridge any minor cracks and provide protection against driving rain. A waterborne acrylate paint, such as Tnemec Series 6 or equal, will meet these requirements. (3) Exterior Tank Dome: (Fair-Poor) The inspector noted approximately 200-LF of shrinkage cracking on the exterior dome (Figure 19). No crack had a depth greater than 1/16" and no cracks were visible from the underside of the dome. In order to ensure the ongoing service life of the tank, these cracks should be sealed to prevent continued water migration through them which could result in future problems. The next time the tank is painted, they can be easily covered. (4) Tank Floor: (Excellent) The tank floor was cleaned prior to the inspection by USI-Diving Inc. Approximately 1/4" of soft sediments were removed from the tank floor (See USI-Diving video). No cracking or any other indications of any apparent problems were noted. No remedial action is required at this time. (5) Interior Tank Wall: (Good) Shrinkage cracks were noted on the interior tank wall (See USI-Diving video). These cracks are shallow cracks, less than 1/8" deep, which are common and do not pose any structural concerns. No remedial action is required at this time. CECS recommends inspecting these areas the next time the tank is taken out of service for routine maintenance. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 4 (6) Interior Tank Dome: (Excellent) The interior tank dome was inspected with no spalls, cracking on exposed metals noted. (See USI-Diving video). No remedial action is required at this time. (7) Dome Safety Handrail: (Fair) The 13' x 13' dome access hatch handrail was inspected with all fasteners tight and in place. However, the spring on the self-closing gate was noted as broken (Figures 12 & 13). CECS recommends replacing the stainless steel spring so the self- closing gate works appropriately. (8) Dome Access Hatch: (Excellent) The fiberglass hatch cover was inspected with all fasteners and insect barrier in place at the time of the inspection (Figure 12). No remedial action is required at this time. (9) Dome Probe: (Excellent) 8" PVC dome probe was inspected with the precast curb in good condition and all fasteners tight and in place (Figure 14). No remedial action is required at this time. (10) Emergency Overflow Openings: (Excellent) Emergency overflows were inspected and all screening was in place (Figure 16). No remedial action is required at this time. (11) Liquid Level Indicator: (Excellent) The liquid level indicator was operational at the time of the inspection (Figures 9 & 15). No remedial action is required at this time. (12) Exterior Ladder: (Excellent) The aluminum ladder was inspected and all fasteners were tight and in place. The security gate was in good working condition (Figure 9). No remedial action is required at this time. (13) Wall Manhole: (Excellent) Two stainless steel manhole frames and covers were inspected with no leaking or corrosion noted (Figure 8 & USI-Diving video). No remedial action is required at this time. (14) Interior Piping: (Fair) Minor corrosion was noted on the interior piping (See USI-Diving video). CECS recommends inspecting the piping the next time the tank is taken out of service for routine maintenance. (15) Interior Ladder: (Fair) Several nuts on the interior ladder were noted as being loose (See USI-Diving video). CECS recommends replacing the loose bolts and nuts the next time the tank is taken out of service for routine maintenance. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 5 (16) Next Inspection: CECS recommends inspecting the tank by May 14, 2022 in accordance with AWWA D110 and to fulfill the requirements of FAC 62-555.350. Since CECS' inspection was a visual survey of the structure without any invasive or destructive procedures or tests, CECS cannot offer an opinion on the condition or performance of the covered or hidden elements of the structure not visible from the surface. The preceding report is submitted for your review and discussion. We would be pleased to discuss the results with you. If you have any questions or concerns, please do not hesitate to contact us. Respectfully submitted, Crom Engineering and Construction Services lt. Paul B. Penumudi, P.E. Joe Johns Project Engineer-Manager Project Manager • 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 6 -- *t ; _ .. ___._moi Figure 1: The 3,000,000-gallon north reservoir was inspected on May 14, 2017. t< -4 4 . Y s.. a1I'f ti` 1lY• l ii{ % 1 .' ' 4 1 Figure 2: North view of the exterior tank wall. 3.0 MG South GST Inspection Report - May 14, 2017 Miami Beach, FL Page 7 1 4a4 ._- -/1 l . i t i . r gill • 1 n it Figure 3: East view of the exterior tank wall. 1 •-• ___ _ ..... ..... ... ....„.,44 ...... i i _ ..,:.;.,.. 21... ' Figure 4: South view of the exterior tank wall. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 8 •C Jr, Y • .. '. • 42.-V • Figure 5: West view of the exterior tank wall. Figure 6: Approximately 60% of the circumference shrinkage cracking was noted on the exterior tank wall. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 9 4�• 'S', 1 � D'w. 'SLY 4 -R�p+i. L�.Y h 1 1 w 4 \tt • Figure 7: The tank foundation and concrete walkway. Y.� Figure 8: One of two wall manholes. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 10 L - w •J 4l ; _ ,•,.;!, 'i.-......,-.1. -.,, _-' -,' ,,„ , , , - • --,,{f 71,- - 4 ' '•. - '4. ' • - s, ". ,••• ,.....--.4„,i,-.-,....: ni, . . , , - - -'- '' '`) - : • ,_ . ,,..;;,i l4.,::-. - 2' -,--0.,..A:•q,'.'t,Y;!-"-Ak.i' ,, , • ,,R,;•,-rv..*-t-Ay,-.:--; -.,, -0,0119".7r.7;.".--- •., ,,..-1,..,.,, , - ••,• • ..f'.-. .-f;'..t,•','- 'r ,0 -t•,.:*"..11.*0 ., .- '•'" 'S .et',--,;':s 4ki4,4•44--s , 1-'le •t -'i -f ' z• "- - ."- -',Tr: V••,"' . 14.....2-,$ ., •. .,,,,,H,• 1. -; Y,.... :440." t ',..,,,f.L4f,...#•.: -,.•••,,, ••..„.... , ' • '"..** `:41 r •'" '4f^, - •: :-'4,4-'',3t,17,y-.. '.st- . ,• t '41, -", ,I.'-‘-'''.' ./<''- ' '''- -.:/A3":: ".‹ • • , . ,,:,P::-.:;$,.,.....3,-.. 34.."': '' -k•-, ...-;.i. •••.,‘ '....''-' /••, , '...".... : -• L' '' , .! i' -:.4.. .. ' ' • • • •` 4" • `'. e...'. 7.4.i.k —. .'...k.g'".' :. • ' ' Figure 11: Areas where it appears some equipment has scraped the tank wall. maji 4 z---717 - :-' --• ,.--• . : 7 I . ' . --- ti _ ; - .L Sai ,,,:•Z__21. hd**-1117. -.140i -.rtil — art'. - c ..;:-._: ; _. _11 -2-..... --.- ' -.....- - - . -• - ..-- .......,..• veer'', .,S; ....._ , • a oz.--L - _ , • • . Sirj - - . ". "-S - .r1 _._.., • --- PIP. / ' V11 •.,eilliiiIIIIAr'----- "!"---........._1 ag..".....e.- _ — - qiiir amp r . ik.ad ir A ... .1"- • t-.._ - -...."'- ` -----.4-.. .. -N,... -,, •--,„, ''---, , , Figure 12: The aluminum handrail and the dome access hatch. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 12 r , -+t, i iii,....3' " i, 1 tiolge *,,. /. j, C , t !y` ''n4.; .4L -R . i.. 4i. L.t'4 t - • .� Figure 13: The spring on the self-closing gate was noted as broken. . bait A(°.lak,' ‘ C34 NtlittItti i "Nikk l i 1 I r , t ,. f v, It ,A riff -. Figure 14: The 8" dome probe. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 13 NIS `TA . • 4 i. I t 144. r ' '4 ^..,, . Nz': fit. ':i.. -. r .. Figure 15: The liquid level indicator precast curb. }. '.,q I I , _ y f •Pr / r Figure 16: One of four emergency overflows. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 14 ..r wy' 1 lir • PLI t , Figure 17: The 50" fiberglass vent. 111.ItAimassia Figure 18: Lightning protection with no defects noted. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 15 Figure 19: Shrinkage cracking on the exterior tank dome. Figure 20: Discharge water during the cleaning process. 3.0 MG South GST Inspection Report May 14, 2017 Miami Beach, FL Page 16 APPENDIX: FIELD NOTES CROM ENGINEERING AND CONSTRUCTION SERVICES GEGS 6801 SW Archer Road Gainesville,FL 32608 352.548.3349-FAX 352.548.3449 Date:Sunday May 14,2017 TANK DETAILS Old Crom Job No.:2003•M-049(South) Location South GST-3.0 MG 451 Dade Blvd. Owner City of Miami Beach.Florida Engineer Camp,Dresser and McKee,lnc. Diameter(ft) 137.00 Side Wall Depth 27.25 Volume 3.0 MG Dome/Open Top Dome Inspector(s) Joe Johns Material of Const. Shotcrete Yes No Comments/Photos FOUNDATION 1 Is the tank backfilled? ✓ 11" 2 Differential backfill? _ ✓ 3 Does the footer appear to be level? ✓ 4 Are there any gaps between the wall and the footer? Not visible 5 Is the footer undermined anywhere? ✓ 6 Is there a berm or sidewalk.splash pads? ✓ Additional Comments: Yes No Comments/Photos PIPING 1 Is there a separate inlet and outlet pipe? ✓ (SS)30'DIP Inlet/outlet 2 Are the inlet&outlet pipes located to ensure circulation? ✓ (SS) 3 Does the tank have a drain line? ✓ (SS)B"DIP drain 4 Does the tank have an overflow line? / (SS) 5 Does the overflow discharge above ground to an open basin or pad terminating with a flap valve or screen? ✓ (SS) 6 Can the tank be isolated from the system and drained? ✓ (SS) 7 Can the tank be by-passed for maintenance? ✓ (SS) Additional Comments: Yes No Comments/Photos FLOOR 1 Has the tank floor been cleaned? ✓ (SS)USI Diving Video(1/4"soft sediments) 2 Waterstop type Bearstop 3 Floor/wall connection visible? ✓ 4 Are there any visible cracks on the floor? ✓ (SS) 5 Are there any rough spots or spells on the floor? ✓ 6 Any accessories or equipment mounted on the floor? ✓ Fiberglass vortex breaker inlet outlet pipe 7 Is the floor coated?Type of paint? I (SS) 8 Are there any sumps? (size and deoth) ✓ Additional Comments: Yes No Comments/Photos EXTERIOR WALL 1 Are there any cracks? I (SS)Prestressing cracks mid-wall 2 Are there spatted areas? I 3 Are there any exposed prestressing wires? I 4 Is the wall painted?Type of paint? I Two coats Tnemec series 6 5 Are there any hollows? I 6 Are there any stains on the wall? I Additional Comments: Yes No Comments/Photos INTERIOR WALL 1 Are there any hollows? I 2 Are there any cracks? I (SS)Minor shrinkage cracks 3 Are there slams on the wall? I 4 Was the wall coated? (Condition)Type of paint? I (SS) 5 Is there a baffle wall?(Condition)(Material) I Additional Comments: Yes No Comments/Photos INTERIOR DOME 1 Can you see dome reinforcing? I 2 Is there any exposed mesh? I 3 Are there exposed reinforcement support bolsters? I 4 Are there any spelled areas? I 5 Was the dome coated?(condition)Type of paint? I (SS) 6, Are there stains on the dome? I Additional Comments: Some construction debris was noted on the dome wall joint.The mention of spalling was noted around the access hatch and emergency overflow openings.The areas mentiond were not spalls,but where the cast concrete got under the precast and the finish was rough in the USI-Diving video. Yes No Comments/Photos EXTERIOR DOME 1 Are there any chips and spalls? I 2 Are there any cracks? I (SS)Minor shrinkage cracks 3 Are there any flat spots or humps? I (SS) 4 Positive slope to allow water to drain off dome/roof? I (SS) 5 Are there any attachments to the tank.i.e.antennae,etc? I 6 Is the dome painted?(Condition) I Two coats Tnemec series 6 Additional Comments: Yes No Comments/Photos ACCESSORIES 1 Exterior Ladder ✓ Aluminum Safety climb device? ✓ (SS)TS rail with cage 2 Dome Handrail ✓ Aluminum 13'x 13'access hatch location 3 Interior ladder ✓ Fiberglass Safety climb device? ✓ (SS)Stainless steel TS rail 4 Manhole ✓ (SS)Two stainless steel large at 180 degrees 5 Liquid level indicator ✓ (SS)Fiberglass 6 Hatch cover ✓ Fiberglass Raised curb and cover with overhang? ✓ (SS) 7 Overflows ✓ Four precast-90 degrees 875 square inch Screened.protected from rain? ✓ (SS) 8 Center vent/ventilators ✓ 50"Fiberglass Screened,protected from rain? ✓ (SS) 9 Dome probes with curbs? ✓ (SS)8"PVC and precast 10 Aerator(size) I 11 Specials d Additional Comments: Yes No Comments/Photos SITE SECURITY 1 Is there a fence around the facility with lockable gate? V (SS) 2 Are access hatches locked? V (SS) 3 Are exterior ladders made inaccessible to intruders / (SS) 4 Is the site remote(no on-site office)? 1 (SS) 5 Is the site well maintained? / (SS) 6 Are there physical features that could damage the tank? 1 (SS) 7 Potential sanitary hazards?Proximity? I (SS) (i.e.bird droppings.sewers.standing water,animal activity) Additional Comments: EXTERIOR OF TANK mer014n44e4. 13700 0 Gau4bu00: 430 40 R Voi m of TAM. 3.000.300 ql ERrn2MCT wel11 01 four M 90 MQIIM / ' M nate 0 F Q Exlmor 1400.4 NORTH J 3 © / I it G , 0 LEOENO ^•CRACK NMno1e PATSERN CRACR.1G 1 1 \ 0 4.01,40w AREA • EFFLORESCENCE O CONCRE'E SPALL50'Canter.neM 9 Q ^_ / O 7 FEELING PANT!GOATS° N m EXPOSED YEAR,Ru9T SPOTS TOP OF DOME Preetr auk cram ere oleo a e now n.4. an 41100.100 un4 w1.Some X494 cram no.1a n the door eur. Sw0• 27 25 n. 27 `.' 2s 20 22 20 IS I6 —Mir 9 Mir 7 till S Mit 2 A e1 CI D EI FI O HI A EXTERIOR TANK WALL INTERIOR OF TANK Mot 0ten8407 13700 R CielmMenos. 47040 R Vgana of Taw 3.000000 VI wpomesty or sort.adxN.r win.080443 E tan n.NM lox No Edtecte mow. E Alp teORTx OO1i Ofr sten 0.w�nlatwaalC • t, O c 0 „„LEGEND .X PATTERN CRACKING O NOUDW AKA I 4 • EFIDREEC NCR O CONCRETE WALL = PEELING PAP?i COATNG MP" .205133 MESIO rtIMS LST A 8 Q O N A A TANK FLOOR UNDERSIDE OF DOME Minor.M1t.adt mate.an noted an 84 ~of t. .r.Thaw a.ea w Woke. . and faYY no Mrvo4te oucan L to low 3W0• 27.25 R 24 72 20 I I .4-4, I I I I I I I A 8 C 0 E F 0 N A INTERIOR TANK WALL TABLE OF CONTENTS ..x.5'1 ..a... t. TITLE SHEET "It. ,...., AWAIT*_ , +t 2. TYPICAL SECTION—ELEVATION r II _ � ' /i — & NOTES ,s ya 11��1 F� 3. PLAN 3' ' ,,�.. 72a vEAa 4. TYPICAL WALL DETAILS & i PRESTRESSING SCHEDULE 1 1119k . ; l \�- 5. TYPICAL 30" DIP INLET/OUTLET, NO TYPICAL TRANSITION RESTEEL DETAIL, TYPICAL FIBERGLASS VORTEX PLATE & TYPICAL PIPE ENCASEMENT �BE,c JOB SITE AT WALL "' 1 PUBLIC WORKS YARD 6. TYPICAL 8",\DIP DRAIN , j 7. ACCESSORIES URPORAI1044 MO-1,000.000 GALLON CROlNO STORAGE TANKS WY XXX.FLORIDA Th9©- 39©00009000000 L ©.r. ala° T n sTom a aE T nMX3 y y THE CPCM CCPPoPAT,o4 PROJECT: 25TH STREET GROUND STORAGE TANK —111l1M �. ` AND PUMP STATION g 3 GS A41.5h.rmI 1. 7 3O#4.c w .V 25 i OWNER: CITY OF MIAMI BEACH, FLORIDA A As=:h.al CFIA�LES 34,301 1 CONSULTING CAMP DRESSER & McKEE INC. AGG.'%1 ""'"a` Gwe i ENGINEER: MIAMI, FLORIDA —46 03049B 1 > 7 . t ,-009tH*1MIIM X90'FIERQI = 1E 9 MOLE CAC ll 00011 'cm_a / �� t -ALJAIIMMI 1HMlpitfi® „ raw. OdICA77E�)�\ ��CA C M 1 r•ACCESS MATCH.l �_J 0,411i1.0�3 \ � Fl�A COrE)t - � i I I!� SEL Y11L 32.42 Nj II _ - I1 I 14717103R FRERCLSS _ 00001 MRN `"•• n sII 66.0163.0816.601.08 iren RAL ~"x ac.241,688110811 Wernr-Alt 63.1873 e IL- I UTY OF WOO BEACH. IFLORIDA I- reset r E3.CONSTR. _- • o - . 74°VC 163 I DENOTES OCTAL l0JNW I OE710TFi PAGE MIAIBOl INC.FEIRd HN.M01IC NOTE:RED VERIFY ALL M I RE OETA.APPEARSAREA , .',12'AROUND ' VTR TYPICAL SECTION-E) EVATION o SEGIION SERER ma ACCESSORY•PIPE riMO 3.0-w GROUND TANK O CNG7t PRIOR '---- O MARES PACE AM/ER STORAGE 404344 014 (BY OT)- ) TO PUCELENT. WHERE BECTON APPFURS * tiro'D.27r sem 7/3/03 NQTFS , w,...1F.J 1444.1s,I So..91 N.God Cont Doth. 0. Cue.: A• RMEDt:IT NOM.MRD I. C1.nn4 it I..b.0,1..,..0.oonpec0an.. 1. Roar and.nee to bo.Oto-0r.0 Arun bolt RICCI P0010 1101E. M..aGT,a'*.No.mod now CICO on too 1A7'dbn.er dnA.F mnw..ctbn. 2. D..abnrq it 0,o 16S 1om.to writ oro M f..ded. 2. Oar.to a..1.-aero ,,to pnotreee ng•000100. a/I6/OS - 3. Fun..44400/44....AST.a nP.•4.19•.14.e to. 4..• ortatrotian > .eo�i..o orRty and (taoated.more loan E R. .Ki11 415 rod.io.Up SI dbn.We. 0,.,10'nom.d,:Corr). 2. L.2'Moe 101010..a alab to support Roar noted. 5. 7.t1q are dn.rd.ctbn at mot 41. Rn.100111..al0.ay and'aaew0Yq. F. P.O...Moe:INC.ESTI Save.A-921-13 1Ype/ • I. A.:0.0200 sera Ace(a gmn.) Mato*.•Sena.Fanae0.d M Top Cram Csnaredoo: 2. Mx 0.1620' ` 4 .,f Aeon.lM. )0. ,t I Cpa 0ew3. Mena.p.. 231.000 0/ ' 9 Lit.3000 M ant Onpr. to lop Roar. .. heal 10.01.3.300 p. 2. *700 P..0 3/11.m.o.poop mer for don. 5. Morten Orme.walk 113.3013 pet I/1 C Ty. 0. Snots..UTO..U.. p. C4811614. ;Ars.5000 Tei dens req:1204100 pe{ a tg . 1771 pM G 061/6 50,e0d. f 1. a..n.a.mf.wtl,7 1/2 eoga moot me,. I. Wb woo..seem.0...ooat fibro..'.too mob .aR eP.r..oNr s.611 ' G ,Nat.f10 t.e.e'.,a(Re.4 for It OPER)(N.4444 moa) Tn..-GyN s.+.I(won Darr x!.ara,d by a++.) ava.c .Cor sv I. Canor e. (3 ay...of e.)T.ane at 7 stc..�e,.i.a:- 't aaFa N. ..0o...Ho (P..a.,mot) n. aeaR.ao.s.. .=Inimilmml 6,60181 a•Cautp ,t A. 4.b for Icor.�'ad nod a.. I. »R.,+eY� ir.oe.t Corm...a*ono..I.r cn..,a 4 no-1 no urfao 00 m.. a. �] C. 3 ab fa Corn.. 3. P,.ea.Cee...nets,,are.An IL.rye..Dan. x ,.a a.e.me 6 2. 9amnfs(3 o44rd..p.wit)186L ab at 7 dols A it nor Tope.bdd.01A 04.....000 TS+htt AR e0.0 000 a a.aw. as at24 dam a+d . 5.hold of Exterior OOwn..bei.faith wateryg.loco.. Is watery Taco.. A aeon"nal _ A. RMA.eb cut*.*Toro.Na.s. . i me•oaol ae. . . t. o mM.e(2 r.0.) 1eeb...at. 7. Mania.load end 15000 4912•401444.o • 2'0 5' 10' IL sp.ald 40o* ..(P..0e 1.0) ,/11..1'3' I. 86.0.8068,1 dant a 54000 i 2. 6'dant no(far Oral bid Can...b.r p,ore.d Sy al...) 04., 03049.3 i AJ. (NON1. r OOe •A d ..101y . 2. 30 ONP .t/aan. :..r- l.on n x 0.a,om. u AOaa 66,688 - - ..../1.11.1111... Z CD IIIIIII1 70 C R 0 M 11, 01 NOM PROVIDE i•NIN.OHAPAESSABLE PAPISM74 1•11TERHI.',EN'OTHERS)3EVEDI SS r NO AMMETER CONCRET J. 1E NAUCHITE TYP a„avSTALTI SEUL I WOE PER COW YET WALKWAY (T OTHERS) ter) NE OM CCOMMTI .....,, MOMMLLO,MOM* ...."....... ---•• CIEWMCWIE...0..VS ...... ... geWcscAfl. Q.AT aol ,';;;00 . ----1 ------. '''', , '' ----- • ---.--- ------- ''• a.i " E"' • •..". (4 RED.AT 9E77 crn OF ANA BEAM e / ...---- .., . , . , ... .. , \se TI. , ,,,... . ,.- S , .• ,, •• e...,... , , n -...., •,, \ . , % CCM . ' \ F' , 1 1 I • \/ / ACCESS BATCH I1114 1 ' . \ • , \‘'. \ i r DOE 111044 ROMA I r 11/0E A : , ,„ , EBERCLASS COVER i I I MORK ROAD / : SY FERICIAIS • *AIR COMER \I . / TANK MEM \I VORA=.0, IALL AROUND TA*I . 411 .17 . ... 1 rcp• ; .3.-.COELHO (BY OTHERS) ' i -3.33.6263 EILIF STORAGE RESERVOR t • (FlY MHOS) \I . . (BY MEM) II 7 1 1 NJ.AROUND TW •••.6.... . "TO.0 rn. . 1 . , (BY°THEW I 37.0.0•27.r SAO . _,.._ -----1-- :— _ _.__ ;It -------- . . ———.—. SO'reeRa.Ass ;\\• Ar : ri rD1 \,j4r VIDIMATCR 1 . ow 1 • , STEM i j ....jig/PROSE CURS ; •. t ......-1o,..). roow i , • x . . 3°"(k. \ EDT .1 A \ ED? Efl.'DH.' '.3 ' eir) . r OONE .7*1 ••••-•IY i'7"-A 1 , • 1 , \ / / I I 4 \ / / PROBE CLRB % . \ • @ED I 1 , • . RELATED ACCESSORIES.% ro. I i \ \ ,A . . , 1 \ ' •1 / / \ . 2. ' // tr ORAN WAS I r IT • •..," R40101U.Y . ' • ) % aritrxeux I. . " 10.; r apt?. REVISED JO*or g • INLET/ouftEr Pm • rm.. .L.riA \11,,74,,rcirED ,‘, N,.....,, nr. Li ,0..,:z4 , ..,.. PELD REOUROAENP3. g • .•.... •107' , „el 13 SAFETY ANL • '•• ---gr--A— V-.... -. v-r:dr AXED M ECIERKIFT 7-'',•10 „. , LAMER / • s• I.-.. ... ORAN TSPLASH PAD...• -..... , ORABI SPLASH POO a ......... or°wos) ' -------:'1: ..,..... , , Off OT ,..... HERS) iv,voi • 1 -... • -- ALUIDIAM nil NATIORAIL EIW, '• . ALIPAINUM Bat A HAMRA&Lt./ 4 MLR/UTLET • ACCESS HATCH BMA AMIN ACCESS HA1O4 WIN,TIA I I IRBERCLASS COVER 41117,, nostaiss=KR ,twp, ...„ . —PeetCLASS COERPOR 1E9 9 INLET7OUltEr FIBERGLASS UOLA NJAIRMAI LAUD /MN PALOINU74 e 1 LEYEL 1010- IMO/ /./i.uootot*nr TSSoun,fra. Iv .rcg® A UODER 7NITE TS sorEn amt. NOICATOR monoom mo on.moo...C- . SAFETY CAGE ANO SAFETY CADE AND SMISPOIG 311 9•01tll,MCISCI 10'''VC? LOCKASLE 000R AI a-"K2 LOCKABLE DOOR MO MOM M.O.Mam m. Or MM.. ..a.CLUII ./NLHEE/ ma MOO NO 3,.1.1',WM= •1 WO 14 01434..0.11r,3, pRooNn WAT7R STCR AC;r TANK GROUND WATER STCP.AC TANS ,t Mid COPIKM,r. iMR 1 JNE Al,'RI 18.4•MIL I i PLAN AS NOIED 3 to• g 20' _,03049A i- - 1.1•20'0' "---., --- v....on .?,Nal re...e m moomram. .o awn+nom .... COME SMELL THICKNESS:4'AT 6'AAO r AT 19' I 1/2-1111-1 11111(MI swears YL ASCAND IT rhe �NN• r,9'. 13'. 1r MAI NOME EDGE TO AaPCFT RESTEEL 4��■�Ip I. 901CREIE SHALL RE APPLIED '41 9T oR Imo cony 9DEAV13 ON 3'=CRETE DOME MM h4 W3.3.W3.0'WELLED 6-E FciacurovateE 0g�'FROM SOME EDGE 12TH RISE OO� OF 60z eI OEM6tED N A TSE CR 1 1/2-58-1 MRO BM AP PORTS CROM/� 3- MS AT PION 1'U 4'MII 001E DX( ACCORDANCE Arm HO 71A0Q145. SPACED Ai A.A/P C R O I V 3- We 0 FICas 4'TO IT FINN DONE EDGE � 2. TENSOR N PRESTRESSING AIRES ACCESS WARM'Mill • F1E0.3 BSO WSW VERM'x RESTEEL TO POE �`-... .. WILL ELECT(E AFWIECTD E4 w �BERGl.ASS CWFR ELECTRONIC ONRECi-ANAOWO I'60SAM N10 2'OIDIUM COVER-� ■1.14`3 63.00 00 Foam DrIENDED �RESSCARTER ACCURATE 10 S EL TOW 32,42 Tpp pF Win} nT � %2'CF DOME EDGE SMO! _ r, _ . H>t I z,+ (3 ;SowEGL AT Fr 30'0'LONG ..-...... ® i I � %%n�illl 12aTREQ! `Joa REO.) �� ( ) 1 H i//////// %/////////////////4 \ i SEE 70NE ICBG la+r Es'_LIG BARO 7-N=EtlI FERENHAL BARSm DEIN.TM5 SMEE1 PRESTRESSINO MMES *II (4 OUOE7 1510E.3 N4A0.000 "^ MMME}CY�>IeA� t— NE 30E1 I.SEAL DORS BRICIET NOHOphL RS I m ;.• . ,120. 30.300 IT AN. 111f11 TIHORIf 26 GAUGE STEL SHELL CAPAMe. AGAI ••••swr . d It N SEAL FROM BOTTOM TO TOP SY 2.SANOBI T0.TOPR OF CORE WML ANO 30.000 m EPOrf"LECTOR PER U.S.PATENT OUTDO(VERGCAL AubIL pp 9MEDMTELY PRIOR TO CASING DOME CORE WALL.4•AT TOP OF ROLL b I 2 1/4' COAT 11111 a011DM fP01fY(560) 33.3a0 111 JEWrsISONO 110RE0RAL CRY OF MMI 3EACSH. FLORIDA FOAM 9',6"0'LONG AT 'LCNG OF 24 STEM.SHELL CONTINUOUS SHEETS 2r01� L 30.300 FOAM OR OUISOE OF OPPHR404) A NO NOR20NTAL.ONTS x m _ .re..a a++a ((369 REO.) 45.303 S ® I•COVER OVER MEL SHELL OMP+RACY DOW RING OfTAII S 61.000 $ W coo SCOT 1'0:1MCOAT WER I 1111I 1•COMauCIAW,wCM.RIPP'_ M 'JRIOA PRESTRESSIO TARES PATTERN ACCEP'AMI�:. 8 '5200 ., © 1j PRESiRPRESTRESSED�MMSOE WMl AI,ELPRESTRESSING ARES • II1 .' . 90.000 O q SSTEEL EL../SNSCTCRE'E COTRUCTION ,....or,.` 110 10-YC C110.40b QlAOE SHELL OIAPNWNA1t 36.000 © "� FORAGE RESIDING* NOR20NTAL CIRCUMFERENTIAL RESIEEL 1 SEAL MN SDTOM TO TOP SI BOTTOM 3'OF ANL 1 , 1 EPDXY INJEOTION PER U.S.PATENT x 72000 O� '^� H3TO' NICE OUME:.R Ar /3Yr D 2T3'SND 11 NO. N0 AIOItlZONGI t 74300 O' O©. 'sly1 u OUTSOE V LTIR'NA E 327/St 1y AT X 7/3/03 IO t/2•ALTERNATE 32'!34'LONG BARS(254 EA.REO.) NSIOE wrack REI I 15 AT 12' 1 61.300 igin 7 ' ALTERNATE 13'!11'LONG BARS scF'T snow F7NMH PRICE AMD WISIOE. >y••CFA IAL SCOT MIN vs.-COVER BETWEDI MID N PUCE`ITN SPECIAL CUPS ; 67.300 �Q RPPLE PATTERN ACCEPTAaE Pow +maw VERTICAL OARS I PRESTRESSING IVES j/ (222 EA REO.) AND BETWEEN EACH LAYER OF E RNOTE 93.300 i 1111:1 a PRIM-TRIMS/NG'MESS A I' y. ADAMLDCATON OF VERT CAL SECTOR 99.300 a aKry )•n }IORI'CNTAL WAJ I SFCT]Cf.( SEH ariAmP RON IAY3 R.ATSAND 43 AL RAcM1131:3 $00 lCffiZC TAL WAl1 s(cT ON A GROOVE IS CORRECTLY LOCATED. +05.300 N5 SHEET 6�C 7'Imlay. ARE41m OF MALL 26 GAUGE 5100.SHELL DIAPHRAGM 104300 ' �� x DI/ESUS VERTICAL RE3fE5 - SCOT 4N. I'00000AR SER riIIOE 134000 o• CORE g ©© I AT BOTWTO�11 TAPERS FROM TRIP 7' g PRESTRESSING MIRES I r CIRCUMFERENTIAL BARS 13,- S AT 6•DTE(OUow HRI TWO 3-15 CCNINUOU5 ONSIDE CfAPHRACM) ;04300 /72 ` JON DIAPHRAGM TO TYPE N SEARSTrn / r. I �. �I /WORE RM EPDXY(S BOT.COAT BOTTOM(5 6•of j �j 1 ,/ H3.9.00 54 wLL MNWOLE t I'DAM R-1a00-F7 RU9Ara 7 IOM 901NONG FPOIfY(Sao) 73 4 10"ME OiE F o JOINTS rN so01NO NOCE CORE WALL X SA10OM PROWL FINISH j tE, J. -r o.o. = ~'''R'I(- 222.910 ���� SFE.1.301-WALL g u10ELE you. - . 222.000 DETAIL TNS SHEET 'o" * UYR DF PRESL++ES91/o MIREAt I I a- aECIRSERENnMLr ���� •� E OF a.n ~ �M !OC ✓ r 1 1 _ H'N.R I' 3 "Sr Ar../ __. I H,T"STEEL rY , r-1 XMA.a.X.Pd K S 445 Al r:0cumassRNILT— 'ME -- 1.i e za ` wary MACLIM 3 b RAONL soar oC YY = `-�� ♦ /''S.FN.Fl 3.17 4.CONCRETE FLOOR MRN HAT S' A4.110o.�wEe1.1.0.1.1 EL COSTA. (663AREA) . - -.:T - �4'1 EACH MAY.DNF-MOON HMWSN.�' �:s . .. OR Ml a I/i I,,.D., ,, \, TYPICAL PRESTRESSING SCHEDULE ' 1.'�">•Xerox 1/4'-CICU-3 MIRE Bw }� 1S RAJ BYES AT r OC 3 SUPPORTS N TAO RINGS / (REARMED AT 70'1'VOW _'L�aZ J/r.i'0• r....4 `_� -3-/5 WT r CACUNFERErTNLLY I fY 0 I' Y 2> R17 VOW SW 6, W / , s 3/4.,_C-------.9.1r___�6 3/4' AS NOTED > 7017 ILO RAMS d (663 REO.) i 4C FEL'TOR—WAI I CFTA( • "1 TRAROI1ON REST EEL o r m 44 AT 6 Ire LONG -, 03049 t•-t'O• TYPICAL WALL DETAILS (es AS E°0R ® a.. K z om, 4 7 _ } I E1'9.4}A$..-1I"_ TRACE 171'4010 s TO ANE 11TH REGULAR N R�ALOOR Oi I \MOD AN EAC WT OP ve 2 PucE 11CI01Er M SWT P7.NIE RNmrPLJOR REWCRCEME?.USE M O'r.OMIT AT WIS OVER H VANY. 1HEIF%I0P R!q ,,JR.t{ T r 2A �1. AVE Et�.�1tS CRO M EL RN.GR.EM 17/40{'TIECX iL00R SECTION ZONE O ONLY ONE REB•R 4EOLRED S (1W.) 11‘11111- 1 } ZOITE 2 311E PEW REOURED EACH RAY S EL 4.30 r / r .. - • ,•.4{J1 KNE i -r Igo- ' • . fit. O .I • rM�1�t•0M110" a 0.32 (1411° m"o o f ro.9. E-mei.CONCRE'T j �'� ENUSTMPT A `"' W9EAO17t'r WOGS(NORTH Tp11O!71'{•jfOIUS($OUrl TAEM)1,e7 TYPICAL„ 30" DIP INLETLO LET pid""E YOO'O�„ '� 1/2'-1b i 1 l'i.- 1a{11E n3RE. r r O2' TA.K I„p r0n%AF PTR 30','11P or,--',MRI rrWA' Tll TTUNSR,AN M 7ML7fN63 OI A9EACIASS WMFOI PLATE e I TWO 30-410 21p.AO STORAGE NESE/9A A 0 30'OP•I'll.'LONE PS-PE WtlDED WATERST 10•TROY PE TANK AN Am R O 0 0 30'OP 90 OEOIEE BEN0.111-,AJ 1310 El•213'000 ®© 30'OP•rr W 0M1•PE-PE(SOUM DNR) O TYPICAL TRAINSITI0N RESTEEL DETAIL_ IA® 30'DP•Y1t•W RIM.PE-PE(NORM TAN) ;in- - 'K 7/3/3//1o1aA1 ............... ... 3-11ECA ILO ;-' O • xsams Val .. 1r, AREA=APE SPED. i . . FOUR r P D. r 0WE1FRHOLES i-rif PER FIELD RTA. 7, i 9•IMAM CONCRETE ENCASOENT 1/10/03 v. PLAN �I 1 Me' , ) I I s I • I TANK"All. I 1 : 5 3/6.0.CX n I AMI -- �� - NOTE FUME ENCASEMENT -� AT TANK emus TO 5 1i� , 2 ' I PREVENT UOEAu/+9c a FLOOR O �i - a'NV., P.IMaUMW.MN.. I' EL ANC Al_II 7 _ Al MOM OMI OEM COOMOM 10coulma MI 010 ARO.01- • • I • • - •Vn. i10100 0 N>.r 2 I/2••2 I(r.1/{• • I I ,t' ( 0 001-04 00000 0 i[aov swan. I (S�SS�ANOF . LANG PBERG0OTOI T :Rc,.... 2 IOJ II ATR. lI)'wErI 1/? !. 3r or 1 E�snE TO r.c 2 • AANCIU18(S REGI.). °” SECTION _CLE,TON '•"N. `s No'ED 3 e TYPICAL FIBERGLASS VORTEX PLATE e�YPJQAL PIPE_ NcASEMENT AT WA J„ 03049A NTS D -Y 00:00..4. u 00n.. .". 5 ' 7 ® OCNOL F, t r Ira 0 0 30'* 0 r OP.0'9 1/2•LONG.PE-PE B p2 e'or(coAMKT)90 DECREE 900.141-41(2 AEO.) C R OM I J ,-NIL GOMPRESSMLE I EVANSON MATERIAE err RIDBA A,— Q r GM.III"LONG.PE-PE II (er DRQ)— .00.N EMI MAT of KNEELSI PANE AS FUCA STEEL O r CM.YNG.FL-PE o `\ Y T M Y EACH MAT EXTEND l'LO24'MN. Q r.4'OM COICFNTPC REDUCER.FL-R. PTO A'THICX FOOT SECTION TN OL COS,Ml' W SUMSAS.NTEPSTOP ©9•co 90=PEE SENO.FL-ii. 0 p7 .'OM euTT01RT MALVE.P.-il. 111M �! 0 e'or Aa OE^..PE BEND.FL-FL ORAA.SP1A511 - 10 O r OP SPOOL sEs , . LONG,FL-APT iNRFAO©PE PAO(BY Mee) R, 1' P Fumy sin'STMIMRO CUM COI P K _ 0 \(_ .Y, ;L 1(��, -------_. el `n.[vow 7ol0ar,v _. 1w m 0 'fit 0 _.. r Tal Ca IMI CM OF Will BEAM �LA\O TYPICAL, " DIP DRAIN e>NAw�b,E B �,",�, $ ,rr t/2'-ALG' I. 0 1' r t . t,.D, CAy EDGE OF OOYE- INN PARDOA I i i _i_j• Z. /_ MI=Soo ONE iVI ....... /� • Nu Ny00. TND 3.0--ALO p1at,N0 r f — — �{app(N y7` I =RAGE MEMO urna.zrrso 044-4 511'11'MMus ` NO.40-11TTSE-BONDOM CO eM�nAcxEr(�REM) 2-/3 HOOPS TO/E-1100/10(ONE I 4"•4'ALUMINUM1, , r EACHnue..1 4 14 Id NO MOi.... . . i. 1011"LOIN)) .i 1:3 sr s's It r cr.lam Fps tr j MA1 h/}00.F05 N0.N AMAUSTAeI(FI.r"G�in. - CONMeC1NG lik A!`ASm79D1A�.FOR �7Pf: PRECAST CURD (17 FEN) 1MTCN OO'.ER�, 0--kr- (B toms) Cr• PVC PPE. Iv LONG. r cow PROSE aHm �EeD,,+' sit Vas g FL-Pc MTh BLIND FLANGE IM . f NOTE PAGE PIPE 0.U! air.10•SS AIL-DIEAO , L 1 SKSHERS SOL GRIM e I ' QOME PRO@E CURS (HEAD NISP3 Pe 4 SS RAT �/' NTs ALL-t1ABEA0 FLUFF B/NUTs. ° • 5 n ans: —111 0000 1.TAE FFOILAElOR M,GII TENSILE MUMMY _ ../....... ..xi _ I USE I I/2/2'SOACJUE M'1111101111111 I / :. .00 MI- '.2 AUAeNW PPE MM.:s"¢ina+rens NE vr.r 70cscu.r.w a TOE-aor os ro 9E lim AFTER tNsrALLNION wAxAp••*°"A60 00 101019 N.M. 4 SON-Te ALUMINUM eB� PAD AT ALL F!ELD aaL NO.N ADJ. +e 010"000"•'a'^JO .i A us[Ss oPAF4ON PI''/�1 moan.TW. I7 Km) FLANGES x0 maw %.N�oo.:Aram MOWS '1 ANO Ai ALL TO[BOAIO. s/!r.2'-TONG �r.A sI a+�� BRAPIm RP.(A TEM) .s0.ss cam.PN,rm. la NEW ELEVATION m WED eTYPICAL ALUMINUM HANDRAIL �rz I/4'41'1' . 03049A _ r a r .• r x.d -au.04.1 N...� ' 6 7 010 0111004 • .0111111.1000. .033 <„ f. S • , I � ..s.o. MEMj i : o ; .,� ., ,� C R OM — II ur.r . % th%iiilla."0.3.0330 O 0.0.1300 •r.N oig.711h 'Q. ill 'i -_ 1g WI0 �., ,~ -����a._ _.__.. .4 liV, ill rr .L ..., 00. I�� air 1111 . o ERO -••--- �° 1111 IIINg ION 101.1031.1 r... IP r eA 0,. Of.:v 1111 I1.' N m, — 0.0. ��I•T SO'FlBERSd,65S vErmN�4fi IIIA IIIA �V�, iE•�w.n< f-N r r On. IL II II • Cf1Y n 0 WOE. _ _ �L J' 10 SIM& AIL eMINIfs411MI ,K.r. SIS RRDMf NEW _ tri c.�. cm r.a lie�w. COY KW / .r�,r....eaf ae.-..a a .a,wm..IMO rr ■'.loans 0 M� a N 1.1•3 1NH.flJRl�. ort11,9110. 41-3Ei4 WRH TS SAFE fY RP1L rr.rr :'rr,`,'aa •./r CT10N N'�, g ,GE xeSFAvdR -- tMI ` \l FIBERGLASS HATCH COYER • °W137 E/.. Y s� 27 .D . PG 0.1,31 PM an-- / 7.11.10. w.c A. r roo......... I I r• ....06VWL p.,r K..I gir r. i 040.464 N.m VW 16.016 'mg- r I'••"."� .101 wn[w SAM mn uu an..a. ` l N•.f lie±;t„LCIP ..,iarmq. wRAC TO met ' I a...1 IP" (./,. t� .u.10�*1.111.003 CYK SEDROY Y IOy .1" e3 313.ft 1.‘1411:411".'"' P. ▪ s¢s �� y m. N ui OVA.111- — r i LllhIi cI `I S • • - 1 Mme.•WW I „" I •...011111 moor swum \ v.Cc AAA... 4 .�..� I �'°' I <�... WV VW..o m.. s.wr°'•• "omit .'ac�1°'.i°0°°.�cxKii A fro•.ro•.r :::-: -'� s art r.oa+ a+.•o s,ecw,o....r. i l.° ',.fj° I. mwssrl CN.E 1T 1IMED fECTON yrm —, "�^"' t N m+ �.>s nuJ.131....,le c0w0.03...+°. �r I $I) � (1 °�°P..00150a IMP°� /ate[ O2S3-ON SON DU.! .<.m.+..mu[ -r ./�-.I/.•. IF a,�l c A 23'D' O 12YYea w 0.1 . o ,.�.n.. '�"'.a'0.,a.� �"° ' 11 f .• 10.31 .M_, a el. S c re v;rs' mai": ere 3 _ DErr� v rrnr ro. a emroY . y D(TERIOR ALUMINUM UDDER wml TS RAI` X575 per' CONCRt 0` L_ - ♦ Fl ERCUSI /r INDICATOR 03049 A s ---- ��JJJJ ♦ H TANK7 --— e �---- q �. .t e SAFETY CAGE ANO LOCKABLE DOOR -- — „o. .),o.,,,...,•...",........... ....,.'no.. .' 7 7 ATTACHMENT C CONSULTANTS RESPONSE TO THE (RFP) Detail by Entity Name Page 1 of 2 illff�.org .,- r r Ceoartrrert of State / Civ,sior of Corooriticns / ares / Cetad 3v OoG,rnert NumCer/ Detail by Entity Name Florida Profit Corporation SHAMROCK RESTORATION SERVICES, INC. Filing Information Document Number P98000062912 FEI/EIN Number 59-3523763 Date Filed 07/16/1998 State FL Status ACTIVE Principal Address 27091 OSAGE STREET BROOKSVILLE, FL 34601 Changed:03/09/2001 Mailing Address 27091 OSAGE STREET BROOKSVILLE, FL 34601 Changed:02/19/2011 Registered Agent Name&Address REYNOLDS, MICHAEL 27091 OSAGE STREET BROOKSVILLE, FL 34601 Address Changed: 03/09/2001 Officer/Director Detail Name&Address Title PRES REYNOLDS. MICHAEL 27091 OSAGE ST. BROOKSVILLE„ FL 34601 Annual Reports Report Year Filed Date 2016 02/07/2016 2017 01/29/2017 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 9/5/2018 Detail by Entity Name Page 2 of 2 2018 02/10/2018 Document Images 02/10/20 t8—ANNUAL REPORT View image in POF format , 0/129/2017—ANNUAL REPORT View image in POF format 1 92/07/2019—ANNUAL REPORT View image in POF format 01110!2015—ANNUAL REPORT View image in PDF format , 01/19/2014—ANNUAL REPORT View image in POF format 01/20/2013—ANNUAL REPORT View image in PDF format 01/07/2012—ANNUAL REPORT View image in POF format 92/19/2011—ANNUAL REPORT! View image in POF format J 04/03/2010—ANNUAL REPORT View image in POF format 91/30/2009—ANNUAL REPORT View image in POF format 92/11/2008—ANNUAL REPORT View image in POF format 92'19/2001—ANNUAL REPORT View image in PDF format 02/08/2006—ANNUAL REPORT View image in POF format 02/11/2005—ANNUAL REPORT View image in POF format 92/23/2004—ANNUAL REPORT View image in POF format 04/19/2003—ANNUAL REPORT View image in POF format 02'17/2002—ANNUAL REPORT View image in POF format 03/09/2001—ANNUAL REPORT View image in POF format 03/21/2000—ANNUAL REPORT View image in POF format 03/02/1999—ANNUAL REPORT! View image in POF format 91/11/1998—Domestic Prov( ! View image in PDF format .,r.1a LO.i ar!neilc or jCart, C./Mar/MIS http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 9/5/2018 2018 FLORIDA PROFIT CORPORATION ANNUAL REPORT FILED DOCUMENT# P98000062912 Feb 10, 2018 Entity Name: SHAMROCK RESTORATION SERVICES, INC. Secretary of State Current Principal Place of Business: CC0323000188 27091 OSAGE STREET BROOKSVILLE, FL 34601 Current Mailing Address: 27091 OSAGE STREET BROOKSVILLE, FL 34601 FEI Number: 59-3523763 Certificate of Status Desired: No Name and Address of Current Registered Agent: REYNOLDS,MICHAEL 27091 OSAGE STREET BROOKSVILLE,FL 34601 US The above named entity submits this statement for the purpose of changing its registered office or registered agent.or both,in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : Title PRES Name REYNOLDS,MICHAEL Address 27091 OSAGE ST. City-State-Zip: BROOKSVILLE, FL 34601 I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath;that tam an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607,Florida Statutes;and that my name appears above.or on an attachment with all other hire empowered. SIGNATURE: MICHAEL REYNOLDS PRES 02/10/2018 Electronic Signature of Signing Officer/Director Detail Date 1 TAB 1 Cover Letter & Minimum Qua►ifications Requirements 1•l TAB 1 . l Cover Letter & Table of Contents SHAMROCK 1 RESTORATION SERVICES, INC 27091 Osage Street, Brooksville, FL 34601 e-mail: info@shamrockfl.com Tel: (813) 505- 7839 Fax: (352) 754-7282 Authorized Representative Panagiotis(Pete)Samartzis cete,EE shamrockfl.corn Tel:(727)846-9510 TABLE OF CONTENTS SOLICITATION SECTIONS: TAB I COVER LETTER& MINIMUM QUALIFICATION REQUIREMENTS 1.1 COVER LETTER R TABLE OF CONTENTS 1.2 PROPOSAL CERTIFICATION, QUESTIONNAIRE,.: REQUIREMENTS AFFIDAVIT(APPENDIX A) 1.3 MINIMUM QUALIFICATION REQUIREMENTS TAB 2 EXPERIENCE& QUALIFICATIONS 2.1 QUALIFICATIONS OF PROPOSING FIRM 2.2 QUALIFICATIONS OF BIDDER TEAM 2_3 -_CERTIFICATIONS-- -- -_-_ TAB 3 SCOPE OF SERVICES PROPOSED 3.1 APPROACH AND METHODOLOGY 32 COMPLIANCE WITH CODES AND STANDARDS 3.3 STAFFING PLAN TAB 4 COST PROPOSAL !,2 TAB 1 .2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A) APPENDIX A • A A 1 r. A \ Li Proposal Certification, Questionnaire & - Requirements Affidavit RFP No. 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks PROCUREMENT DEPARTMENT 1755 Merdian Avenue, 3*= Floor Miami Beach, Honda 33139 BID NO:2018-076-ND CITY OF MIAMI BEACH 21 MAC ISoliataoan No Sofataom Ti :ile RFP 2018-076-NO Exterior Repair and Coating of Prestressed Concrete Water Tanks 'Procurement Ca,tac: Tet I Email: Natalia Delgado 305-673-7CC0 Ext.6263 I nataliadelgado@miamibeachfl.gov PROPOSAL CERTIFICATION,QUESTIONNAIRE 13 REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Bidders of certain solicitation and contractual requirements, and to collect necessarj information from Bidders in order that certain portions of responsiveness,responsibility and other determining factors and compriance 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 Bidder Information. FIRM NAME:SliA ROCX RESTORATION SERVICES INC. No at Years in Busu+ess:ZO I Na of`!ears.n 3usness W dF/ 0 ti OTHER NAAE(St BICCER HAS CPEERATEO UNCER IN THE LAST to YEARS: NONE FIRM PRIMARY ACCRESS;HEAocuAR*ERs;:27091 OSAGE STREET cm' BROOKSVILLE STATE. FLORIDA ZIP COCE. 34601 TELEPHONE NC.: 113-505-7339 TOLL FREE NO.: FM NO.; 352-754-7232 FIRM LOCALAconss. WA cm' ISTATE. ( ZIP CCCE. PRIMARY ACCCUATRE'RESENTATIvE FCR THIS ENGAGEMENT: PANAG1OTIS(PETE)SAMARTZIS ACOCUNT REP TELEPHONE No. 727-846-9510 ACCOUNT REP TCL:FREE NO.. ACCOUNT REP EMAIL: pete@shamrockfl.com FEDERAL TAX CENTIFICATICN NO.: 593523763 The City reserves the right to seek additonal information from Bidder 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 Bidder to perform in accordance with contract requirements. Bio NO:2018-076410 CITYOF MIAMI BEACH 22 EACH Veteran Owned Business Is Bidder claiming a veteran owned business status? YES ?( NO SUBMITTAL REQUIREMENT:Bidders claiming veteran owned ousiness 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 a United States federal government,as required pursuant to ordinance 2011-3746. 2. Conflict Of Interest All Bidders must disclose,in their Proposal,the name(s)of any officer,directcr.agent,cr immediate family member (spouse, parent,sibling, and child)who is also an employee of the City of Miami Beach. Further,all Bidders must disdose the name of arty City employee who owns,either directly or indirectly, an interest of ten(10%)percent or more in the Bidder entity or any of its affiliates. N/A SUBMITTAL REQUIREMENT: Bidders must disdose the name(s)of ary officer,director. agent, or immediate faintly member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Bidders must also disdose the name of any City employee who owns,either directly pr indirectly,art interest of ten(10%)percent or more in the Bidder entity or any of its affiliates N/A 3. References&Past Performance. Bidder shall submit at least three(3)references fa whom the Bidder 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: I)Firm Name, 2) Contact Individual Name 8 Tide.3;Address.4)Tel 5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Bidder ever been debarred,suspended or other legal violation,or had a contract cancelled due to nciformance by any pubic sea agency? YESl i SUBMITTAL REQUIREMENT: If answer toi above is 'YES.'Bidder shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions.Bidders are expected to be cr become`wilier with,the City's Campaign Finance Reform laws, as codified in Sections 2487 through 2-190'of the City Code.Bidders 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 cif their Proposals,in the event of such non-compliance. N A SUBMITTAL REQUIREMENT:Submit the fames of all individuals or entities(including your sub-consultants)with a controlling finanaal interest as defined in solicitation.For each individual or entity with a controiling financial interest indicate whether or not • each individual or entity has cotrbuted to Ibe campaign either directly a indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. E. Code of Business Ethics.Pursuant to City Resorutron Yo.2CC0=2337 S each person or entity that seeks to do business with die City shall adopt a Code of Business Etics ('Code') and submit that Code to the Procurement Department with its proposal/response or within five(5)days upon receipt of request The Code shall,at a minimum,require the Bidder,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 Cottty. W I Tw CO`tS C G C SUBMITTAL REQUIREMENT:Bidder shall Submit firm's Code of Business Ethics.In Neu of submitting Code of Business Ethics. Bidder may submit a statement indicating that it will adopt,as required in the ordnance,the City of Miami Beach Code of Ethics. available at http:f/www.riambeachfi.gov/city-hall/orocurementorocurement-related-ordinance-and-procedures! BID NO:2013-076-ND CITYOF MIAMI BEACH 23 EACH benefits: benefits: baneitd I1 . i • ..} •J•. . - .. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding conmetitively 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 outsid of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. ^ A A. Does y1otr/company provide or offer access tc any benefits:o employees with spouses or to spouses of employees? l I YES I I NO B. Coes your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners'or to domestic partners of employees? YES I I NO C. Please check all benefits that apply to your answers above and list in the "ether' section any additicnal benefits not already specified.Note:some benefits are provided to employees because they have a spouse or dornestc partner,such as bereavement leave;otfier benefits are provideddxect(yTo-tfie 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 i i Sidi Leave I Family Medical Leave 1 Bereavement Leave ( I If Bidder cannot offer a benefit to domestic partners because of reasons outside you control,(e.g., there are rto insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, ycu must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reascnacle Measures Application will be reviewed for consideration by the City Manager,cr his designee.Approval is not guaranteed and the City Manager's deias:on is final_Further information on the Equal Benefit requirement is available at h-1p•!/•xww.miamibeachff.aovlaty-halliprocuremerticrocurement•related-or?inarce-and- orocedures/ BID NO:2018.078-ND CITYOF MIAMI BEACH 24 S.:CN 9. Public Entity Crimes.Section 287.t 33(2)(4 Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been pieced on the convicted vender list fcilowng 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 puolic 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.297.017 for CATEGORY PNO 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, Bidder agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list 10. Noir-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will rot engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from.or otherwise refusing to deaf with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orentation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT:No additional submittal s required.By vir..ue of executing this affidavit document,Bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375. the City of Miami Beach, Florida. prohibits official City travel to the states of North Carcina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Bidder shalt agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or ser ices it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document Bidder agrees it s and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement Pursuant to SecScn 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation,unless the Bidder certifies in writing that the business has adopted and employs written policies,practices, and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V cf Chapter 62 of the City Code('Fair Chance Ordinance), and which, among other things, (i)prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment(ii)prohibits advertising of employment positions with a statement that an individual vrth a criminal record may not apply for the position, and (iii)prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT:No additional submittal is required at this Wee.By virtue of executing this affidavit Pilmar certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees t'o provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breech of the representatiors,made her eiasball.consdhite a.matetlal breach of contract aril shall ee • e C ty tate.trernediatereaiaition. for cause of the agreement,in addition to arty damages that may be available at taw and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the sofctatfon which may provide additional information to Bidders or alter solicitation requirements.Tne City will strive to reach every Bidder having received solicitation through the City's e-procurement system, PublicPurchase.ccm. However, Bidders are solely 'espansible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowtedgement of Addendum section certifies that the Bidder has received all addendum released oy the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. wow b Cadfrm kraal x Calf= Ini5d to C r&in R — Recent Romer } Addendum 1 Addendum 6 I Addendum 11 Addendum 2 i Addendum 7 I i Addendum 12 Addendum j Addendum 8 I Addendum 13 Addendum 4 I Addendum 9 I [Addendum 14 Addendum 5 Addendum 10 ) Addendum 15 If additional confirmation of addendum is required,submit under separate cover. BID NO:2018-076-ND CITYOF MIAMI BEACH 25 . =.BCH DISCLOSURE AND DISCUSSER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the'City')for the recipients convenience. My 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 cr after receiving oroposals,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 Bidders.It is the responsibilit,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. My reliance on these contents,or on any permitted communications with City officials,shall oe at the recipients own risk.Bidders 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 aporoval. 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.My recipient of this solicitation who responds hereto fully acknowledges alt 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.Infcr^mation is for guidance only,and does not constitute all or any part of an agreement. The City and all Bidders 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 parses.Any response to this solicitation may be accepted or rejected by the City for any reason, or ter 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 shalt be subject to disclosure as required by such law.Ail 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,ail documents received by the City shall become public records. Bidders are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Bidder 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. Eactt.Bidderce1iltec.thailheinfcrmtatiomoontained-athe Proposal is tree,accurate and complete,to the best etitslmcw edge:inferratierr; and belief. Notwithstanding the foregoing er anything contained in the solicitation,all Bidders agree that in the event of a final unapceafatiejrrdgmentby a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any resocnse thereto,or any action or inaction by the City with reseed thereto, such liability shall be limited to 310,000.00 as agreed-upon and liquidated damages_Tre previous sentence, however, shall not be construed to circumvent any of the other provisions of tins 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 consaued in accordance with the laws of the State of Florida. BID 610:2013-076-ND CITYOF MIAMI BEACH 26 _ BIDER CERTIFICATICN I hereby certify that: 1,as an authorized agent of the Bidder,am submitting the following information as my firm's proposal; Bidder agrees to complete and unconditional acceptance of the terms and conditions of this document,inclusive of this solicitation, al attachments,exhibits and appendices and the contents of any Addenda released hereto,and the Disclosure and Disclaimer Statement;Bidder agrees to be bound to any and all specifications,terms and conditions contained in the solicitation,and any reused Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Bidder has not divulged, discussed,or compared the proposal with other Proposals and has not colluded with any other Bidder er party to any other proposal;Bidder 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 Statement of Qualifications Certification.Questionnaire and Requirements Affidavit are true and accurate. Name of aicaer s Atdecrzea r?eprese 1tartve: title or Succor'a Auaronzea.Reoreseetaeve. PANAGIOTIS(PETE)SAMARTZIS ESTIMATOR I AUTH REP &gran:re of eicder's AuScr resentac• o Cate: 7• 05102/18 _.__ State of FLORIDA I On this 2 day of ni ft-1,20LZ personally appeared before me < i ct who County of Pr-�� c� ) stated that(s)he is the ;it , ' rte ,-_ . of�til 2ce. . g$a corporation,and that the instrument was signed in behalf cf the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed.Before me: 10.66\?a 4\0 I e)V7/e✓f,.c �. CA711EAINE NOW Notary Public fir the State of Fiocida I "ait. y l hty Commission Expires: c e r 7 r) ' z Nora Public.Stas o1 Honda Commission•GG 0272U '. .o My Comm Espen Sib 6.2020 Acrald rnrougn Valioaa Molar Assn, BID NO:2013-076-ND CITYOF MIAMI BEACH 27 jE1CH 1.3 TAB 1 .3 Minimum Qualifications Requirements APPENDIX C 014 : \ AN \ i 6. 1 ,..--L.A 1/4„_.,.., _......... Minimum Requirements & Specifications RFP No. 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3r Rcor Miami Beach, Horida 33139 BID NO:2018-070-ND CITYOF&VA JI BEACH BID BOND (Percentage) Bond No. 63613833 KNOW ALL PERSONS BY THESE PRESENTS,That we Shamrock Restoration Services, Inc. Of 27C�iCsa�e Street; 3rook.3yilie,_FL 3 501 _ hereinafter referred to as the Principal,and WESTERN SURETY COMPANY as Surety,are held and firmly bound unto City o f Miami Beach --—__ .hereinafter referred to as the Obligee,in the amount of Five Percent of the Amount Bid ( 53__.._ ),for the payment of which we bind ourselves,our legal representatives, successors and assigns,jointly and severally,firmly by these presents. WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for R_P 211187p7.;;:ND Exterior Repair and Coatinq_of Prestressed Concrete --water Tanks NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall,within such time as may be specified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding or contract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee the damages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond,then this obligation shall be void;otherwise to remain in full force and effect. SIGNED,SEALED AND DATED this 30th_,..._day of Agit 2028___. • Principal Shamrock Restoration. Services, .Inc. - _ Surety WESTERN SURETY COMPANY �' Robin olds-ei ,Attorney-in- act Forth F4595-8.2001 Western Surety Company POWER OF ATTORNEY-CERTIFIED COPY • Bond No. 63613833 Know All Men By These Presents.that WESTERN SURETY COMPA.YY,a corporation duly organized and existing under the laws of the State of South Dakota.and having its principal office in Sioux Falls.South Dakota(the'Company'),does by these presents make.constitute and appoint Robi.f`. Go_l_d tein its true and lawful attorney(s)-in-fact,with full power and authority hereby conferred,to execute,acknowledge and deliver for and on its behalf as Surety.bonds for: Principal: Shamrock Restoration Services, Inc. Obligee: City of Miami Beach Amount: $1,000,000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Vice President.sealed with the corporate seal of the Company and duly attested by its Secretary,hereby ratifying and confirming all that the said attorney(sl-in- fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. 'Section 7. All bonds,policies,undertakings.Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary-any Assistant Secretary.Treasurer,or any Vice President or by such other officers as the Board of Directors may authorize. The President,any Vice President,Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies,or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies.undertakings.Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile.' If Bond No.S I n t 3 R 3,3 is not issued on or before midnight of .7111V 29t1,,_2018 -._ ._`,atl authority conferred in this Power of Attorney shall expire and terminate. In Witness Whereof,Western Surety Company has caused these presents to be signed by its Vice President.Paul T.Brunet,and its corporatlrt tfo be affixed this___3Q.1L_day of__-?o= 1 _ 2011. . 00° • "...o WES SUR Y COMPANY t;44QOR4l'oS. 4-4 7 W' Z=Zi Paul T rutlat,Vice President SS' C."'^ I a. On lIgonw30411__day of_.._.. 7{ci i I ,in the year_201 g _,before me.a notary public.personally appeared Paul T. Bruflat,who being to ate duly sworn,acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation. wwoteew.w++wwti++ti+++ti • J. MOHR • NOTARY PURLIC ^ ; 012 SOUTH DAKOTA sit i — Notary Public•South Dakota • My Commission Expires June 23, 2021 I the undersigned officer of Western Surety Company,a stock corporation of the State of South Dakota.do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable,and furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof,I have hereunto set my hand and seal of Western Surety Company this._..,_.._.30th day of , _.2018 WES0. SURF'"Y COMPANY Paul T rtd1 ,Vice President To validate bund authenticity,go to www,cndSur_ty_ca m >Owner/Obligee Services>Validate Bond Coverage. Foam F5306-10-2017 amu:rSTATE OF FLORIDA l� '- ` DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION s CONSTRUCTION INDUSTRY LICENSING BOARD (850)487-1395 2601 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 KELLY JOHN JOSEPH SHAMROCK RESTORATION SERVICES. INC. 13303 N ROME AVENUE TAMPA FL 33612-1348 Congratulations! With this license you become one of the nearly one million Floridians ficensed by the Department of Business and P-ofessional Regulation. Our professionals and businesses range 41.+- STATE OF FLORIDA from architects to yacht orckers.from boxers to bartequa { •e_ DEPARTMENT OF BUSINESSAND restaurants.and they keep enda s economy strong. PROFESSIONAL REGULATION Every day we work to improve the way we do business:ri order CGC03612? ISSUED'. 08.16/2016. to seive you better. For information about our services.please log onto www.myftoridaticense.com There you car find more DER i IF IED GENERAL CONTRACTOR information about our drvtstons ane the regulations that impact KELLY.JOHN JOSErP r you.subscribe to department newsietters and earn more about SHAMROCK RESTORATION SERVICES.INC the Department's initiatives. -- - Our mission at the Department is:License Efficiently.Regulate Fairly.We constantly strive to serve you better so that you can serve your customers Thank you for doing business in Florida. IS ::Sat FIEO•:ade,-ire ororsioni ur C^ 4231-a and congratulators on your new licenses " + . ALC 31.mrn cce aacrr<.= • DETACH HERE RICK SCOFF.GOVERNOR KEi4"TA7MN.SZ--CREFARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION -—Z.:— CONSTRUCTION INDUSTRY LICENSING BOARD i ; '11 L K !NSE NUMMI CGCC36;27 ! `� ' ! • The GENERAL CONTRACTOR . -71.4-' -•• Named below IS CERTIFIED K' Under the provisions of Chapter 489 FS. Expiration date: AUG 31,2013 Q '• Q KELLY,JOHN JOSEPH ,1• ;�. SHAMROCK RESTORATION SERVICES INC t- - 2,091 OSAGE ST . - : BROOKSVILLE FL.346C1 ,. ,:-�{� 21 , cii ' ate°- ISSUED: o2it8(2ot3 DISPLAY AS REQUIRED BY LAW SEQ x 13508160002479 Shamrock Restoration Services Inc. 27091 Osage Street, Brooksville,FL 34601 813 505-7839 Fax 352-754-7232 Web:v.w.shamrockrestorationservices.com intaa sharnrock 1.coni Tank References Project name: Painting of Water Treatment Plant Storage Tanks and Piping Description: Completely remove to bare concrete all coatings,resurface with MasterSeal and recoat 2 3.000.000 gallons tanks.Prep and recoat as per SSPC-SP2.SSPC- SP3.SSPC-SP6 multiple pipes.Sandblast per SSPC-SP 10 to white metal and recoat two clarifiers. System: Concrete: BASF MasterSeal 581,Tnemec EnviroCrete 156 Pipes:Tnemec Epoxoline 66. Chembuild 135.EnduraShield 1095 Clarifiers:Tnemec Surfacing Epoxy 218, PotaPox 20, Epoxoline 141 Address: 980 NW 66th Ave.. Margate FL 33063 Client: City of Margate 901 NW 66th Avenue.Suite A. Margate. FL 33063 Phone: (954) 972-0828 Fax: (954)978-7349 Contact: AJ, Abidemi Ajayi,Tel:954-972-0828 e-mail:aajayi@margatefl.com Value: $528.102.00 Completed: 10%left to finish the project. Project name: Coating System for Ductile Iron Piping,Steel cnd Miscellaneous Substrates Description: Prep as per SSPC-SP2.SSPC-SP3, Spot Blast as per SSPC-SP6 all rusted surfaces and recoat above surfaces System: Tnemec Chembuild 135, 66 Epoxoline, 1074U EnduraOShield II Address: Pahokee, Fl. Client: Palm Beach County 50 South Military Trail.Suite 110,West Palm Beach.FL 33415-3199 Tel: (561) 616-6800 Fax: (561) 616-6811 Contact: David Guerrero Phone:954-821-9512,Email:dguerrero@pbcwater.com Value: $27.675.00 Completed: 08/18/17 Project name: Interior and Exterior Painting and Coating Services.Two Projects Description: Remove insulation and recoating of interior pump station and 2^d floor Filter bldg @ WTP#8. Prep as per SSPC-SP3/SP7 and Recoat exterior of WTP #9 System: Tnemec,.Tneme-Tufcoat 114 HB,Enduratone 1026.Epoxoline N69. Endura- Shield 1074U Address: 1500 North Jog Road.West Palm Beach, FL 33417 Client: Palm Beach County 50 South Military Trail,Suite 110.West Palm Beach,FL 33415-3/99 Tel: (561) 616-6800 Fax:(561) 616-6811 Contact: Richard Gallant rgallant@pbcwater.com cell:(561) 707-5973 Value: $ 184,694.00 Completed: 6/4/17 `: Shamrock Restoration Services Inc. Project name: Surface Prep&Coating system for the WTP Description: Prep as per SSPC-SP3&Recoat concrete tanks, buildings.metal package filters,clarifiers,silos,pipes. tanks.accelators,clearwells etc. System: Tnemec,Typoxy 27, Elastogrip 151. Enviro-Crete 156, Enduratone 1028/1029 Address: Three different locations in Tamarac. Fl Client: City of Tamarac 7525 NW 88th avenue,Tamarac, Fl Contact: James T.Moore jcmes.moore@tamarac.org Tel: Direct: (954)597-3758 Fax: (954)597-3760 Value: $202.645.00 Completed: May 2016 Project name: Repainting the Lime Silos s)Combee&Williams WTP Description: Prep and Paint 2 Metal Silos,Canopies&2 stucco bldgs. System: PPG Amertock 2. Amercoat 450. Pitt-Tech 90. Address: 2450 Old Combee Road.Lakeland Fl 33805 1501 Kendrick Ln, Lakeland. FL 33805 Client: City of Lakeland 1140 East Parker Street, Lakeland Fi.33801 Contact: Ricky Jaynes ricky.jaynes4lakcleandgov.net Tel: office: (863)834-6720 Fax:(863)834-7347 Cell: (803)327-7359 Value: $28,449.00 Completed: September 2015 2 TAB 2 Experience & Qualifications 2.1 TAB 2 . 1 Qualifications of Proposing Firm SHAMROCK ti :. RESTORATION SERVICES, INC 27091 Osage Street, Brooksville, FL 34601 e-mail: shamrockrsinc@belisouth.net Tel: (813) 505 - 7839 Fax: (352) 754-7282 COMPANY'S HISTORY At Shamrock Restoration Services,customer satisfaction is our primary goal-every time!commercial or industrial painting,see how Shamrock Restoration Services assures a customer experience that will delight you! We provide services for Residential Communities, Multiple Story Buildings,Plazas,Shopping Malls,Government Buildings,as correctional institutions,hospitals,military bases,potable water and waste water treatment planta power plants and much more since 1988. Our expert full time employees as coating applicators,inspectors,Quality Controi and Quality Assurance Supervisors will make sure that our company will provide high standards and quality work. At Shamrock Restoration Services we can proudly say that we have satisfied customers not only in the Tampa Bay area but in the whole state of Florida as well.When we need to travel we rent houses or hotels depending to our needs. Customers as:Florida Department of Transportation,City of Margate.City of Tamarac,City of Lakeland,Tampa Housing Authority,City of Bartow,Pasco County BOCC and much more entities. Pre-qualified to provide services for Palm Beach County Water and Waster Water The company holds over a million dollars in assets and we have held performance bonds up to S1,CCO,CCO.00. We have in place:Quality Control Quality Assurance Program,Workplace Safety Program,Drag Free and Equal Opportunity Policy,Confined Space Entry and EPA Toxic Control program. We are qualified applicators for products as Nvo part epoxies,urethanes,zinc and much more including Electrostatic Coatings,by paint manufacturers asSherNin Williams Company,PPG,Tnemec and others We providing coating services in the state of Florida for over the last 20 years. SHAMROCK RESTORATIONS SERVICES INC is licensed and qualified to provide all goods and/or services requested under this ITB and as stated in the bid to complete the Project;(please see attached General Contractor's license) SHAMROCK RESTORATIONS SERVICES INC is able to and will provide the required insurance and bonds for any project SHAMROCK RESTORATION SERVICES, INC 27091 Osage Street, Brooksville, FL 34601 e-mail: shamrockrstnc@beilsouth.net Tel. (813) 505 - 7839 Fax: (352) 754-7282 EQUIPMENT OWNED BY THE COMPANY EcoQuip Vapor Abrasive Blast System Dry Blasting System F250 crew truck (2) Chevy 2500 crew truck Heavy Duty Trailers(2) 4 Floating decks 2 Craco X70 sprayers Ransburg Electrostatic system 8 gas sprayers 2 Craco X70 air pump sprayers 4 electric sprayers 8 pressure washers 2 high pressure washers (7000psi) Elcometer testing set Air quality tester Negative Air pump with HEPA filters Salt Water Tester 20' Barge deck • r••• Shamrock Restoration Services Inc. 27091 Osagr.Street. Brooksville,FL 34601 813 305-7339 Fax 352 754.7382 Web:wuw.s hamrockrestorauonservices.con: trifoo sharirock:.corn Additional References Project name: Bridge Maintenance-FDOT Class 5 Applied Finish Coating(Concrete) Description: Prep and recoat 32 bridges System: Sherwin Williams DOT Class 5 Texture Coating Address: Multiple places Client: City of North Port 4970 City Hall Blvd, North Port" Florida 34286 Phone:941.240.8050 Contact: Ramy Kornai Tel:941-240-8084 e-mail:rkamal cityofnorthport.com Value: $61"754.93 Completed: 4/19/18 Project name: Melbourne Causeway 20"Water Main Aerial Crossing Rehabilitation Description: Prep as per SSPC-SP2.SS?C-SP3,Spot Blast as per SSPC-SP6 all rusted surfaces and Recoat 2 pipes 250' 20"d over the river System: Tnemec Chembuild 135.Tnemec Fluoronar 1070 Address: Melbourne Causeway Client: City of Melbourne 900 East Strawbridge Ave.Melbourne, Fl 32901 Phone:321 608-7062 Fax:321-608-7319 Contact: Marty Koehler Phone:321 288-0867.Email:marty.koehler4mlbfl.org Value: $58.305.00 Completed: 10/25/17 Project name: Moss Bluff Dam (S-251) Gate Rehabilitation Description: Sandblast per SSPC-SP 10 clean and recoat 2 Water Gates Prep as per SSPC-SP 10 all surfaces and Recoat 2 gates and alt associated structures System: Wasser me-zinc,Mc-Tor(red),Wasser Silver#100 Address: 16255 SE 96th Lane Rd.Ocklawaha,FL 32179 Ciient: ST.JOHNS RIVER WATER MANAGEMENT DISTRICT 4049 Reid Street. Palatka.Florida 32177-2571. Phone:321 409-2156 Fax:321-722-5357 Contact: Jim Rider Phone:321-984-4941 Email:jrider@sjrwmd.com Value: $35.783.00 Completed: 7/21/17 Shamrock Restoration Services Inc. Project name: S-253 Weir Rehabilitation Description: Sandblast clean and recoat 250'weir Prep as per SSPC-SP 10 all rusted surfaces and Recoat the weir S-253 System: Wasser mc-zinc.Mc-Tar(red).Wasser Silver#100 Address: 16 Miles West of 1-95 on SR-60 Client: ST.JOHNS RIVER WATER MANAGEMENT DISTRICT 4049 Reid Street,Palatka,Florida 32177-2571. Phone:321 409-2156 Fax:321-722-5357 Contact: Jim Rider Phone:321-984-4941 Email:jrider@sjrwmd.com Value: $48.130.00 Completed: 6/2/17 Project name: Coating of Lift Stations and Portions of the PGA WWTP-2016 Description: Sandblast as per SSPC-SP 10 and recoat 6 lift stations,prep as per SSPC-SP3 and recoat multiple pipe systems for PGA WWTP System: Tnemec Chembuild 135.Endura-Shield 10740 Address: 11498 Nursery Lane. Palm Beach Gardens.FL 33418 Client: Seacoast Utility Authority 4200 Hood Road,Palm Beach Gardens, Florida 33410 Contact: Brent Weidenhamer rwattsOsua.com Tel: (561)627-2900X367 cell:(561)876-4563 fax:(561) 6242839 Value: $57,049.00 Completed: 1/19/2017 Project name: Pasco County Painting Services Description: Prep and Paint Metal Roofs. Beams.Ceilings System: Sherwin Williams Loxon Conditioner,Universal Metal Primer,Cool Seal Address: Multiple parks Client: Pasco County BOCC Fl. 7750 Congress Street.New Port Richey, Fl.34654 Contact: Mike Smith,msmith4pascocountyfl.net Tel: office:(727)834-3278 cell:(727)457-6125 Fax:(727)834-3277 Value: $25,236.00 Completed: Octobec201.S - _. -_--- - 2.2 TAB 2 .2 Qualifications of Bidder Team SHAMROCK RESTORATION SERVICES, INC 2709 f Osage Street, Brooksville, FL 34601 e- mail: shamrockrs,nc@beilsouth.ner Tel: 813j 505 • 7839 Fax: (352) 754-7282 RESUME Name: Michael Reynolds Title' President/Project Manager 'Sales, Estimating, Inspecting, Bidding'etc. Board Member of"London Young Managers'for 15 years. Special Education relating to construction Construction Educational Classes with SSPC 18 years painting experience Multiple Webinars with JPL List any license that you hold relating to construction and/or your position: General Contractor's License CGC-036127 Provide all Supervision and Decisions of how to complete efficiently and reliably of all projects Experience: Indicate Firm Name. Years Employed and Largest oroiects you were involved in as key individual: SHAMROCK RESTORATION SERVICES INC. President since 1998 Toho Water Authority City of Kissimmee-Fire Hydrant Painting Services • City of Lakeland-Prep and Paint Electrical Equipment • City of Margate-Painting of Water Treatment Plant Storage Tanks and Piping • City of North Port Bridge Maintenance-FDOT Class 5 Applied Finish Coating • City at.Melbourne-Causeway 20"Water Main A._rial Crossing.Rehabilitation • Palm Beach County-Coating System for Ductile Iron Piping.Steel and Miscellaneous Substrates • St. John's River Water Management District-Moss Bluff Dam(5-251) Gate Rehabilitation • Palm Beach County Insulation Removal and recoating of interior pump station • Seacoast Utility Authority-Coating of Lift Stations and Portions of the PGA WWTP ▪ Palm Beach County 2^d floor Filter bldg WTP #8 • St.John's River Water Management District-S-253 Weir Rehabilitation • Palm Beach County-Interior and Exterior Painting and Coating Services, Plant #9 • City of Tamarac-Surface Prep&Coating system for the WTP • Polk County-Intigent Health Care&Clients Service Buildings Painting • Sumter County-Jail Intake and Release Building Painting • City of Lakeland-Repainting the Lime Silos s Combee&WiNiams WTP • Pasco County Painting Services ▪ Tampa Housing Authority-Arbors Exterior Painting of 2 story buildings • Tampa Housing Authority-Exterior Painting of Bay Ceia Apartments SHAMROCK Ce RESTORATION SERVICES, INC 27091 Osage Street, Brooksville, FL 34601 e- mail: snamrockrsinc@bellsoutn.net Tel: (813) 505 - 7839 Fax. (352) 754-7282 RESUME Name: Pete Samartzis Title: Sales TechnidaniEstimator.'QC 'Sales. Estimating, Inspecting.Bidding"etc. Education• 4 year college graduate Special Education relating to construction: Construction Educational Classes with the City of St. Petersburg Certified Bridge Coating Inspector(BCI)by SSPC Level 1 Certified Quality Control Supervisor(QCS)by SSPC Abrasive Blasting (C7) On the Job Training Multiple Webinars with JPL License relating to construction: QCS, BCI Level 1 IDtf44045 Experience: Indicate Firm Name,Years Employed and Lamest protects you were involved in as key individual: 2013- Estimating Bidding. Inspecting and Consulting.Shamrock Restoration Services Inc. 2003-2013, Estimating,Bidding Inspecting and Consulting, Harry's Painting&Enterprises Inc 1999-2003. Estimating.Bidding,Office management,Olympic Painting Contracting Inc. Protects Involved In as Key Individual: (There are too many to name,so here are just a few recent) SHAMROCK RESTORATION SERVICES INC. • City of Lakeland—Fire Hydrants Painting Services • City of Margate—Painting of Water Treatment Plant Storage Tanks and Piping • City of North Port—Bridge Maintenance-FDOT Class 5 Applied Finish Coating • City of Melbourne—Causeway 20"Water Main Aerial Crossing Rehabilitation • Palm Beach County—Coating System for Ductile Iron Piping • St.John's River Water Management—Moss Bluff Dam Gate Rehabilitation • Palm Beach County Water—Interior Exterior Painting&Coating throughout the WTP • Seacoast Utilities Authority—Coating of Lift Stations and portion of PGA WWTP • City of Tamarac—Surface Prep and Coating for the WTP • City of Lakeland—Painting of Lime Silow Combee&Williams WTP HARRY'S PAINTING&ENTERPRISES INC. • City of Lakeland McIntosh Power Plant'Rail Road Trestle" • City of Tarpon Springs—Pipeline Painting • US Water Services-Various WWTPs • Hillsborough County-County Center Garage—Phases I&II • Hillsborough County—Lake Park and Fawn Ridge WTP • City of Lakeland Larsen&McIntosh Power Plants"Recoating Ext.of Units t. 5 and 8 • Pasco County Various Locations: Painting of WWTPs. • City of Tampa-Howard F.Curren Misc. Pipe Painting SHAMROCK c. *7 RESTORATION SERVICES, INC 27091 Osage Street. Brooksville,FL 34601 e- mail: shamrockrsinc@bellsouth.net Tel: (813) 505- 7839 Fax: (352) 754-7282 RESUME Name:Kapllan Zenuni Title:Foreman "Supervising all projects' Education: Highschool Diploma Employed by Shamrock Restoration Services since 2014 Projects Involved In as Key Individual: SHAMROCK RESTORATION SERVICES INC. • Toho Water Authority City of Kissimmee-Fire Hydrant Painting Services • City of Lakeland-Prep and Paint Electrical Equipment • City of Margate-Painting of Water Treatment Plant Storage Tanks and Piping • City of North Port Bridge Maintenance-FDOT Class 5 Applied Finish Coating • City of Melbourne-Causeway 20"Water Main Aerial Crossing Rehabilitation • Palm Beach County-Coating System for Ductile Iron Piping.Steel and Miscellaneous Substrates • St.John's River Water Management District-Mcss Bluff Dam(S-2511 Gate Rehabilitation • Palm Beach County Insulation Removal and recoating of interior pump station ▪ Seacoast Utility Authority-Coating of Lift Stations and Portions of the PGA WWTP • Palm Beach County 2^d floor Filter bldg @ WTP #8 • St.John's River Water Management District-S-253 Weir Rehabilitation • Palm Beach County-Interior and Exterior Painting and Coaling Services. Plant*9 • City of Tamarac-Surface Prep&Coating system for the WTP • Polk County-Intigent Health Care&Clients Service Buildings Painting A Sumter County-.loil_lntake and Release Building Painting • City of Lakeland-Repainting the Lime Silos 4 Combee&Williams WTP • • Pasco County Painting Services • Tampa Housing Authority-Arbors Exterior Painting of 2 story buildings • Tampa Housing Authority-Exterior Painting of Bay Ceia Apartments • Bartow Electric Utility-Prep and Paint Decorative Street Light Poles SHAMROCK 1 RESTORATION SERVICES, INC 27091 Osage Street. Brooksville, FL 34601 e-mail: snamrockrsinc@bellsouth.net Tel: (813) 505- 7839 Fax: (352) 754-7282 RESUME Name;Kapllan Zenuni Title:Foreman 'Supervising all projects' Education: Highschool Diploma Employed by Shamrock Restoration Services since 2014 Proiects Involved In as Key Individual: SHAMROCK RESTORATION SERVICES INC. • Toho Water Authority City of Kissimmee-Fire Hydrant Painting Services • City of Lakeland-Prep and Paint Electrical Equipment • City of Margate-Painting of Water Treatment Plant Storage Tanks and Piping • City of North Port Bridge Maintenance-FDOT Class 5 Applied Finish Coating • City of Melbourne-Causeway 20"Water Main Aerial Crossing Rehabilitation • Palm Beach County-Coating System for Ductile Iron Piping,Stee'and Miscellaneous Substrates • St.John's River Water Management District-Moss Bluff Dem(5-251) Gate Rehabilitation • Palm Beach County Insulation Removal and recocting of interior pump station • Seacoast Utility Authority-Coating of Lift Stations and Portions of the PGA W iVTP ▪ Palm Beach County 2^a floor Filter bldg @ WTP #8 • St.John's River Water Management District-S-253 Weir Rehabilitation • Palm Beach County-Interior and Exterior Painting and Coating Services.Plant#9 ▪ City of Tamarac-Surface Prep&Coating system for the WTP • Polk County-Intigent Health Care&Clients Service Buildings Painting • Sumter County-Jail intake and Release Budding Painting • City of Lakeland-Repainting the Lime Silos @ Combee&Williams WTP • Pasco County Painting Services • Tampa Housing Authority-Arbors Exterior Painting of 2 story buildings • Tampa Housing Authority-Exterior Painting of Bay Ceia Apartments • Bartow Electric Utility-Prep and Paint Decorative Street Light Pates 2.3 TAB 2 .3 Certifications --~ter-- ,.-� n � r - -s, ►�.+.•`tom• .+.� '..+.•�t"�-4•+• �~ • •+ ✓. •....,) 's+ i � l Ac .0„z.,.....„41... op,•:. .tea ., P. r -+� .�is��•-. ..• .........r. a...z..w. • ��ti „I.: �1 -=iii .ti: Pin •..,(1.Z•kkt .44 tea O.% ' o 3 4.4.% i t.:ier-41,,...” 4.1 ••:::.#1'3".-- 8 •ty poi• 4.1..i.t -7-i,AV.) .-..r---: ... ii:6-7 E ta ......‘ ../...:". 6'67\51. til ::::.:%t. ham. Cn D -.. vri \ gill ki:::1 Z:' i 03, _4-I.::: 7 H p 2 v..•♦ a, ill, t4 EiS:::al 1-.:7.;--:. �:;:x U) Co .5 m ISI04% am. _��._� a"o f CO ate+ ~ �' r. ; V') L (0tc tis �� gW > ^ a(4 C7 _.- CA Not A 11 401:73. ; o (6 =i*: 3 ==:0-- -',C x'11. .il*: (1.........e. '•447" wit 00;`~+ .`_ '."' •••._ ••••,-.; ' .•.'r fr�i,... .1.0" • i co .... C CJ oZ D ...... __. V ,___, 6, ..,rt N 3t s =id I. al mm Z < Ei m N I"; o a m .1•••• al co, a (D - [ray - •z'' 3 ..t •••••• +t _ , n �y a`~ CO,te �^ _. rr O; *on trt 10.1 Gw-_r" Ye'...t <�i9 rn �"!• �� VI _ •q�1�y! .47-1/ ..,12) =. �77,",..! r. a (n �• v-' a••rr ; 1 coCu `�f♦ co . n /°�/ ..� — cli co a s CO �... ,-.••• at n CD Cl)w II. cu i N 17 Ol c 5' N CO al r. UM C.") ^ PC a J1 r r) i' , .r. V r : .it �... r n Q A. MI 7: me C • am* rM n• h O — _ y vs C- - mad- - r A C r -+ y r �, .... rj s.N y in '..1• O .,r C M U. " n• ^1 = �.. �• V/ r Was11 LA WINO 1 imml 1 l C /; 22 IMO NM — C �. v ►C ,.1.... c, ... .- sw.P. i az in r V c� rr m• r11 `.1 .4 ft r: C T. . t �rJ. N 77 " ^ i rr oa > -0 = _ ; C_ SA Y• . — V r < 1a,/ T• :` N Na b a ' �rl ' ,� w • • .ice VI 7 �y m b f t� 0 ,._, ..... ^ ....... .... n ry) 111 :. /fir/ PM. C tit 7::: ::: \\\ 4 r__ �1r+ = V H.: .. for . O-� -� w .rINA � ► Lori )11.11( OS• *"1 r 4.) Vi 2Con )II•14 Cr ell n 1w ONO AnA — • —' ..r. C rr. ...." or CA )171.1 ow rime- V• �, ►.r 1, r—U Cr, V 1 1 r D1 77 iTh f',..) j..v `, a .M., Q N Y �s M ten , ? J n f in © (111) i • on 41 ~ _� C4 CZ• t� T n co `n s C C .. (' .v raIllmir Ira" mea Boo -...4.‘ J CNW QV il C". rt 3N at - � a O O N W 01 '� at �+ • NJ N COtail 666N W CO tn C C .,- ...i r? b NJ C Z N 'C + H S C C. P �' 2el A X D .� 4 \ L 5 4 Lam.-j '� n V Q. s :/: �' N 3 c A r �' C3 7s"cn vu Inm1 w z v, et 3 ell ;A 1a 4Z t 3 TAB 3 Scope of Services Proposed 3. TAB 3 . 1 Approach & Methodology SHAMROCK C14*? RESTORATION SERVICES, INC 27091 Osage Street, Brooksville, FL 34501 TeI:(813) 505-7839 Fax:(352) 754-7282 E-mail: infoOshamrockfl.com Web: www.shamrockrestorationservices.corp Specifications Painting Four Prestressed Concrete Tanks City of Miami Beach DESCRIPTION Of WOW( SHAMROCK RESTORATION SERVICES INC wit:urreh all materials 'abor,eewanent,and uc:dentats recurred to pronde a pecrectwe coating system for the surfaces listed herein and not otherwise excluded Al surfaces shad be included within the scope of;his Section The work includes concrete repairs,surface preearation.prime coating and painting the exterior surfaces such as roofs and walls on pre-stressed concrete 3tcve grand water storage tares Two four miftcn piton and two tree million gallon tanks of potable water storage Colas of paint wilt oe determined by the owner FIELD DUALITY CONTROL The Owner reserves the right to visit and inspect the progress of the work and to ensure the adequate protect=of occupied and unoccupied areas acpcent'o the site of the work. DAILY PROGRESS L WEATHER REPORTS Shamrock Restoration Sernces Inc.wit provide every week.darty progress reports nctucrg weather conditions Please see attacned sample report PRESSURE WASHING Use pressure-washing equprnent with 3 maxurum pressure of 3.:CO PSI Aptly:o designated areas using the maximum pressure necessary to clean the surface but rithout causing unnecessary rage to that particular element or to aqacent surfaces and materials If necessary to protect agacent surfaces and materials,erect temporary waterproof tamers Diluted chemicals shay an used to remove fungus.mold.mildew dxt and other exstng deteriorated surface materials In locations where pressure viewing s unsuccessful in removing certain stain,soeaai cleaners shad oe used 311 worked neo the surface with a scrtlkrng brush before nnsng off Ad cleaning agents shall be environmentally safe or diluted to such an extent SURFACE PREPARATION All dirt.rust.scale,sprinters,'Pose panicles,disintegrated int•grease oil and other deleterious suostancG shall be removed.`ram al surfaces which are to ha coated Hardware.hardware accessories,machined surfaces.plates.ligntng fixtures and soda items arid surfaces not to be painted which are el contact with anew* surfaces to be painted snag be removed masked,or otherwise protected prior to surface preparation and panting cceraticns Before commencing work,the painter must make moan that surfaces to be covered are in perfect condition and must obtain the approval of the Owner the Owner's representative to proceed Should he painter find such surfaces:mposstle of acceptance,he shall report such fact to the Owner or the Owner 3 representative.The apclitali i of paint shag be held as an acceptance of the surfaces and ecrking conditions and the painter wilt be held respcnstle for the results reasonably expected from the materials and processes specified Program the:leaning and pairitirg so contaminants Iran the:leaning process will not fall onto wet,newly-painted surfaces Concrete Surfaces. Careful examination of the old coating,s necessary in order to determine the conotmn of tie ccaung prior to recommenang the degree of su'ace preparation that and be needed.The ad coating should be shaved with a knife:o ascertain its present adhesion to the substrate,as wed as the flexibility of the film if the old coating has a tendency to powder or shatter easily inder the knife,on drbcrx's freely from the.substrate or underfikns.it would°Pirate total removals necessary COATING MATERIALS PREPARATION Mix and prepare painting materials in strict accordance with manufacturers recommendations and threaten,stung materials before and axrg acplicaticrr to maintain 3 mixture of uniform density,free of film,def and other foreign:laterals Except'mere otherwise specified,thinning snail be done only if necessary for the workability of:he coating material and then,only m accordance with the coating manufacturers most recent printed application rstructidrns Lse only thinner prcnoed by coating.manufacturer If thinning s used,suffcent addronat coats snail be applied to assure the required dry film thickness s achieved The manufacturer's recommended thinner or cleanup solvent shad be used Icr ail clean-up Application by brush.spray airless spray or roller shall be as recommended by the manufacturer for optimum p erformarce and appearance APPLICATION Paint al exterior concrete surfacee of inks schwa/red for pealing whether a net colas are designated et sctreduses.exeepraerer!the neat rua'orsir ct,rarerar ls oiviousty intended and specifically noted as a surface not be painted.Where items or surfaces are not spec(rally mentioned,paint these the same as agacent snnnlar materials or areas If color of finish m not designated the Engineer all select these from standard colors available for the materials Systems as specified. Colors for Multirsat Systems Each coat shag be applied:n a different color or shade from the preceding coat to aid in determining the uniformity arc coverage of the coating The finish coat calor shad be selected by the Cwner a Engineer Ad paring shag be done by skilled and experienced craftsmen and snag te of highest quality workmanship Appy paint in accordance with the manufacturers directions Use appacatcrs and techniques best suited to the type of material being applied Al equipment shall be mantaned is good working order.shad be thoroughly cleaned and inspected dark/Wan spray roafes.Ips.etc_shag be replaced regularly Effective oil and water separators stag be used and serviced cn all air:fres Ad paints and coating materials shag be stored under cover and at a temperature within 10*F of the anricpated application temperature arid at'east:'F above the dew point. Appy additional coats when undercoats.stains or other cemctons show through the final coat or pant,unul the paint film sof uniform finish,cola ard appearance Paint strait be applied:n a neat manner with finished surfaces free of runs,sags,ridges,laps and brush marks Each coal snarl x applied n a manner that wt produce en even film of uv(prm and proper thickness Allow each coat to dry thoroughly before acpryvng the,ext coat:follow manufacturers recarrmendarens taking No acount temperature and retatne humidly Refcucnng Existing Panted Surfaces.Existing painted surfaces damaged by the mocificatte n work or other operations of the Contractor shall be remuched to conform to the above coating systems and blend in with the new and existing work.Damaged surfaces shad be repainted with not less than two(2)mats.and other existing surfaces that are listed shag be repainted with the coating system specified Z CELt'YERY,STORAGE AND HAPDLING Cerner store handle and protect al products n accordance with Product Requirements Carnpty'cnth manufacturers aderng instructions slid ead-lime regiments to avoid= stt'tc'An cetays Stare and protect mater'containers from harmful weather conditions as recommended oy the manufacturer Protect front a mage airing construction and wntte stared orsrte APPLICATION RESTRICTIONS Compry pith manufacturers recammenr�ahms as to environmental conations under which coatings and coaling systems can be spored lib ccatngs snail be applied when the air suface.and maters]temperature s below 55'F or atom 35'F la 24 hours ono;to and 24 hours after ccanrg acelicahcn Surface temperature shall be at!east 5'F above the dew pant fa 24 hours pnor to are 24 hours after coating application The dwcont shall be ietermined by use of a sting psychrometer n conjunction with U S Weather Bureau psycnometnc ables Do not sock coatings when the relative humidity exceed 35 percent or to.:amp a wet surfaces.unless dherese permitted by coating manufactures printed instructions Norntng shad x dere wnen Me surfaces may become damaged by rain.fog or condensation or wren d is anetcpaled that these conditions will prevail airing the crying period unless suitable enclosures to protect the surface are used.Where heat s necessary.d shall be supplied by the painting apolrator and shall be of such type that t will maintain an air and coated surface temperature of 55'F minimum prior to and after the coating apple:awn as described above.and6 F minimum during the cue stage.f hot as forced Dung a recommended by the coating manufacturer'or special coatings Further die neater shawl be of such ype as net to contaminate the surface area to be or being coated with=intuition products The Contractor snail sucory Wdittes to run etech•c or gas heaters Any surface crating maged by moisture or rain shall be removed and redone as directed by the Owner Do ret apply finish,n areas where dust a being or will tie generated airing aopkcaecn trough full sure Spray appkcation snail xcur only when wind+elcc:hes,rcft ng gusts.are!ens than 10 miles per hour Ail materials.equipment etc in the vrcrity of spray application shall De protected from overspray Reparations to public or private propery from oversrray shad se the respcns>bwly of the contractor to remedy Appecation of materals shall be done only on property prepared surfaces as herein specified Between any two coats of material,unless specifically cover n he coating manufacturers most recent printed application.nstruct ons,.f more than one(I)week passes between subsequent cats,the coating manufacturer will be contacted for his recommended preparation of the surface pray to application of tie next coat This preparation mignt.ndude brush-off tiashrg.steam cleaning,a solvent wiping(with an indicated solvent)and shall se specified.n writing by the materal supplier and followed by the applicator Any surface coating damaged by moisture or ran anal be removed and redone as directed by the Owner In no case shad paint be apcued to surfaces wnict snow a moisture content greater that 14 percent The presence of moisture shall be determined prcr to coating by testing with a moisture detection device such as a Celmtwrst Model DLhCE MINIMUM COATING THICKNESS A.Coating thickness snail meet or exceed the specified minimum dry film thickness(OFT):n ail areas The average codling thickness as determined pry mudOe representative CPT measurements snail meet or exceed he mid-point of OFT range If Selcw Ma OFT varve.the surface shall be reccated with at'east the minimum OFT until the total OFT meets a exceeds the mid-point OFT B.Coverage rates are Mxeoretical as calculated by the coat ng manufacturer and are,therefore,the maximum aftowaGle. C Apply a prime coat to materwi which s required to be panted or finished,and which has not been prime coated by others C Cn masonry,application rates will vary according to surface texture,however in no case shall'he manufacturers stated coverage rate be exceeced.Ca porous surfaces,s shad se the painters responsbilihy to achieve a protective and decorative finish either by decreasing the coverage rate or by aociymg additional coats of Dart E.Recoat permed and sealed snails and ceilings where there a evidence cf suction spots or unsealed areas e:first coat to assure a finish coat wMt no burn- through or other detects ate to.nsufficient sealing FINISHES A Pigmented(Opaque)Finishes Conoletery cover to provide an wage,smooth surface of uniform finish,coo,appearance and coverage C ox:Iness spotting,holidays,taps,brush marks.runs.sags,ropiness cc other surface imperfections will not be aaeptabie. 8 Complete Work Match apprised samples fa color,texture and:overage Remove.reunion or repaint work not in compliance with spe ific ren creme nto PROTECTION A.Al oiler surfaces shad be protected*hie perming, 8 Protection of ad cblecs equipment,fittings.and accessories shad be provided throughout the painting xeratton.Remove at electric plates,surface hardware etc.,before paintrg,protect and replace when completed.Mask all machinery nameplates and all.machined pars rot to receive paint.Lay dcp cloths n ail area where painting is being done to adequately protect flocnrg and other work from 3d anlage CLEANING A.The Connecta shall perform the work under this Section while keep:rig the premises free from accumutaticn of dust debits aux:rubbish and sized remove ad scaffold g,paint cloths,part,empty paint containers,sial brushes hem buildings and the pngect site when completed. B Gearing-All paint bnsned,splattered,wiled or splashed on any surface net specified to he painted shall be cleaned and removed. C Upon completion of due project,the job site shall be eft real and clean EXTRA STOCK A Paint To Se Supplied To Owner Upon completion of painting work,the Owner shad be furnished at no adat ore]cost.unopened containers promdrg a minimum of one(1)gallon of each type and color of linen paint for touchng;,F.Mut-component coatings shall have moi component succeed.n separate containers boxed together Paint container tatters shad be complete with manufacturers name generic type number color and location*nem used COATINGS StrpeiSpot Coat Tnemec Senes 156 EmvrroCrete As Needed 1st Coat Tnemec Series 1026 Treme-Cry12.0-30 mils OFT 2nd Cat Tnemec Servs 1026 Treme-Cryl 2.0-3.0 mils OFT 3 CONCRETE REPAIRS SPECIFICATIONS AND REQUIREMENTS Compliance:Fcdow manufacturer s specific safety.health and environmental recoanmetxateins per most recent Material Safety Data Sheets.tecnnrcai auttetms and rs:ratans Hande 3A solvents in compliance with EPA OSHA and VCC requirements regardxg health and safety standards PRODUCTS Horizontal Surface Repairs(no exposed reinforcing steel) A.Thicknesses from t14'(rainimum depth)to 1rT:.MaSterSeal NP I by BASF B.Thicknesses Greater than 112':telasterEmaeoi N-125 by BASF Horizontal Structural Repairs(exposed reinforcing steel) Thicknesses Greater than 1':MasterEmacoB N 425 by ASF General-purpose structural concreu bonding injectlon repairs:Mastertnlect 1380^y Bast VerticallOverhead Repairs MasterEmacc i N 425(form and sour integral cannon nrubtor)by BASF Accessory Products A EaoxylCement Bonyrg agent.MasterEmacoo P 124 9 Epoxy.Cement Protective Coaling for Reinforcing Steel MasterEmacol P 124 EXAMINATION A Verity area to be repaired and subshate coneitans are acceptable for epoxy npectrcn n accordance with the manufacturers mstrucxns B.Cetemune acceptable removal techniques for contaminants harmful to epoxy resin such as dust,art.grease oils.curing compounds.form release agents ;enhance.and previous films or water repellant materials.Prepare ad surfaces.n accordance with manufacturer a nstrucasrs Al surfaces:oust be:..eon.dry frost-free and Aust-free PREPARATION A Rat out or cut out,sng elect is saws or girders.311 static cracks:o a minorum depth of%•ext Holes shat be drilled along the length of the crack.5-inches to t2-inches apart SPECIFICATIONS AND REQUIREMENTS with diameters to ccrresscrc wtn npecion posts(approximate y L2-inch)and to a depth of t2-mcs to 3x4-inch Thcrougnly clean the pack are pressunzed as or water and allow to try clew out ail,rust,loose particles and other debris using oil-free and moisture-free compressed air APPUCATICN A Insert infection posts unto'huh with the surface of surrour.Crg concrete Sear:he pack and infection posS with ti-mod epoxy gel to a width of 12-nch cin either side of the aack Allow the gel to cure and harden n accordance with the manufacturer a specfearons B Inject low viscosity adsesee epoxy resin through the infection posts until the crack in tui The n)ec:en posts shall be sealed as the resin fills the'ergth of the crack AJow the resin to are for no*as;tan 24 hours Remove the epoxy gel and sweeten posts by heat scraping and mechanical grinding to leave a finish that matches the surroundrg concrete as closely as possible FIELD QUALITY CONTROL A Where recurred sy the Project Manager provide manufacturers field service consisting of penis=Ste visas by manufacturer or;herr drrtutor recresentauve for observation of ecoxy resin vlecton. B The Caner reserves the nght to complete recommended testing required by the manufacturer at the comotetm of the work to assure warranty requirements and contract compliance are net. • SPECIAL REQUIREMENTS A The purpose of using a oxy a ecton a onmariy to restore structural ntegny to static cracks Larger Paces,or dynamic cracks.should be brought to the attention of the Owner ardor his representatives pace to omectng s medtod of repair Dynamic Racks ralr recrosra a!foiblerunt filler st c t as 3 urethane sealant.and where necessary,the,nstaitation of backer rod. 4 Location #14 Cate: Wednesday 112018 I Page$alt I Weekly Report Project l20"-0„ `ar Foreman: KAMAN'ZENUNI 1 0 me 0 oter. t Project Parsec of Wakv Treatmau Plant Storage Tarim S P+pn, Painters:" ROBERT MARCEL Oz. Q_ Cfent Cay d Margate Ntadmerts. Location:Sensate Flmda _y 0 Cesccecru: 0 Cartraaa:Sttatnroce Restoration Straus loc. Spec t %man t AIT `1.Cs.�.4\4r \`nQ„.o.%2 ❑t.Pressure Wash 0 2.Surface Preoaraaan SS?C•SPZ SSPC- 1 l S c i✓ /,.coo ,s ..1k�.e. 1 ❑1 Stnpe Coat LE,1Go `�' a 1 e - gr.FistCThermo stg 0 c ■S.Fnish Tnemee Enveo-Crete 156 @ I60 gig ".....7 &Fnat tau�ups I\\ ❑7.Grade Ceding Removal / ❑8. 0Nee ©*leen aneeQPrimerRse 0AraDyrCue_ Tare `� f?A Cp L Sleet 0 Galvanize Sammie 0 Oma Cry 3r•!Terry. f S p 0 Hazard 0 Sample Report 4 wet Rob Tera' 60 El Cegee of mr:wsraticn- '.Relative Hundity T C(0 Test: Q Ct ;gkor"torsion) 0 Fe-corn 0 or;- Surface Temp' i -7 Ct 0 Cegree d Carosw+: Cew?mt Tema' -C' ❑Scale O Pei:Vides O Crevice G Sharp Ecges 'hind JrredorwSoeed S w /..*TG7 0 Weld_0 Hosttse 0 Cis LI Cther Weather Ccnemcns Mr J 0?lint ed Semon*Condaon: ....--z-'2_::- --'. ._, .:::7- - `_. -, * Cry to:O Tot d+ :pate* ❑Reooat aa:Tine Fyu! Tire:-- Est ae R ❑Cry,Cver Sim 0 Rurssags G?rhdes 0 Hdidays 'I:primer/S ore Coat Q:ntenneda e Q T„•oeoat 0 Toudt-Up Q Abrasion 0 Fall Out ❑;then .� .a' Generic Type: A(�.„(4:C I Cly\fired: f{ .' R si11t1 tip Ulu. 1:1 e -e'e C Ratio. f /i4 _ Start rine:"roti Ftk Tine: Eat Sq Ft Pros Name:-11-e.,_ -L e--414 medx4AV/4 ❑Solvent Clean p Hand rod 0 Power Tod .Prod is '15- G searuSatee: .-1 Q`lP'' Par ❑oe'e Cotte:- -6era •tlaserialra*4 Pro F. Abrasive alts; 0 Abrasive Type 0 San gie K4 Sz/Cand: NA Sweat-In Tme: k ,t4 O last Hose Size DNorte Size,PSI Shellac d art Pa!de: /IVA O Air Srx+dy CFV 0 Au St.pply:leanlress } -7.J .B Reduce": WA7 2 O'A'a1mAaTrap Died 0Ecttaret ncbc=Glace W CtyAdded: e. N r CMaNinQa;cad P1oU�itiam'ieme"..� lei %ay Vci 5-cl (]Job Soaked= 0 sF."_HAt~SP (C) Sieceed WFT Avg:err 2 S. 0 33PCNACE SteaVsual 3143 0 Reducer. Acreeved wFTAvg••ret Z c 0?rode Ch dt DOLSC 0T.4e 0 Gage p Aitesvcam Spay ©anon 0 Roder p atter !Q Specfied ink avg/Acheeved mils Pomp Pct: rose Diameter. 1 As Otedc 'Q St rface Elec.!en CF'i GaSe,8A1R Iris !RatiaSize: Hose Length: (SEP/Trap: f---... 7 - Fu ..c_c1YlesiiDf tai9O GPuCPN: (SPIVG6n. ,Flier 1 seir woe Iier`,••as fl allot PSI: i Tp Size: !Agitator f 1 i Foreman Signalize: ,rrG . r--- Date:L7/1d ete COV:?-6 RI3: 1 CITY OF MIAMI BEACH OFFICE OF THE MAYOR& COMMISSION MEMORANDUM TO: LAWERENCE LEVY CITY MANAGER FROvI: JOSE SMITH 9f CO:N�1SSIONER DATE: APRIL 4,2000 RE: RESOLUTION REQUIRING THAT CONTRACTORS ADOPT A CODE OF BUSINESS ETHICS BEFORE ENTERING INTO A CONTRACT •WITH THE CITY OF MIAMI BEACH Please place the attached resolution on the agenda at the next meeting of the Mayor and City Commission on April 12,2000. JSCm Agenda Item R. Q Date RESOLUTION NO, 2000-23979 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIA.tiII BEACH REQUIRING THAT CONTRACTORS ADOPT A CODE OF BUSINESS ETHICS PRIOR TO ENTERLNG INTO A CONTRACT WITH THE CITY OF MIAMI BEACH WHEREAS, the Greater Miami Chamber of Commerce ("GMCC") adopted a Model Code of Business Ethics(the"Model Code");and WHEREAS,the City of Miami Beach is a member of the GMCC;and WHEREAS, the Model Code, attached hereto as Exhibit A, is a statement of principles to help guide decisions and actions based on respect for the importance of ethical business standards in the community;and WHEREAS, the GMCC encourages its members to adopt the principles and practices outlined in the Model Code;and WHEREAS,the Commission believes that each entity which does business with the City of Miami Beach should be required, as a condition of doing business with the County to adopt a Code of Business Ethics. NOW, THEREFORE BE IT RESOLVED BY THE .1�+1YOR AND CITY CO.MLtiIISSION OF THE CITY OF MIAMI BEACH,FLORIDA: Section 1. 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 City Manager or his or her designee prior to execution of any contract between the contractor and the City. The Code of Business shall, at a minimum, require the contractor to comply With all applicable governmental rules and regulations including, among others, the conflict of interest,lobbying and ethics provisions of the City Code. Section 2. Tne Commission urges the Greater Miami Chamber of Commerce to require that all of its members adopt the Model Code of Business Ethics. • Section 3. This resolution shall become effective immediately upon its adoption. 1 PASSED and ADOPTED this 12th day of April 2000 ATTEST: fAYOR (1(iWkk rat CITY CLERK • APPSOVED A3 TO FC AM&LANGLUci t FOR DSECUTIOG i /y, ./1! _7-ci2) • • { 5 GREATER MIAMI CHAMBER OF COMMERCE. MODEL CODE OF BUSINESS ETHICS STATEMENT OF PURPOSE The Greater Miami Chamber of Commerce ("GMCC') seeks to create and sustain an ethical business climate for its members and the community by adopting a Code of Business Ethics. The GMCC encourages its members to incorporate the principles and practices outlined here in their individual codes of ethics which will guide their relationships with customers, ciients and suppliers_ This Model Code can and should be prominently displayed at alt business locations and may be incorporated into marketing materials. The GMCC believes that its members should use Lhis Code as a model for the development of their organizations'business codes of ethics. This Model Code is e stetement of principles to help guide decisions end actions based on respect for the importance of ethical busine3s standards in the community.munity.The GMCC believes the adoption of a meanmgfuf code of ethics is the responsibility of evey business end professional crga.izstton. Compliance with Government Rules&Regulations • . We will properly maintain all records and post all licenses and certificates in prominent places easily seen by our employees and customers; •• In dealing with government agencies and employees, we will conduct business in accordance with all applicable rules and regulations and in the open; • We will report contract irregularities and other improper cr unlawful business practices to the Ethics Commission, the Office of Inspector General or appropriate law enforcement authorities. Recruitment, Selection&Compensation of Vendors and Suocliers • We will avoid conflicts of interest and disclose such conflicts when identified; • Gifts which compromise the integrity of a business transaction are unacceptable; • we will not kick back any portion of a contract payment to employees of the other contracting party or accept such a kickbadk. Business Accour.tir,q • All cur financial transactions will be properly and fairly recorded in appropriate • books of account, and there will be no off the books" transactions or secret • accounts. Promotion and Sales of Products and Services • Our products will comply with ail applicable safety and quality standards; • We will promote and advertise cur business and its products or services in a manner which is not misleading and does not faise!y disparage our competitors; Going Business with the Government 1 1 1 • We will conduct business with government agencies and employees in a manner which avoids ever. the appearance of impropriety. Efforts to curry political favoritism are unacceptable; • Our bids will be competitive, appropriate to the bid documents and arrived at independently; • Any challenges to contracts awarded will have a substantive basis and not be pursued merely because we are the unsuccessful bidder • We will, to the best of our ability, perform government contracts awarded at the price and under the terms provided for in the contract. We will not submit inflated invoices for goods provided cr services performed under such contracts, and claims will be made only for work actually performed. We will abide by all contracting and subcontracting regulations. • We will not, directly or indirectly, offer to give a bribe or otherwise channel kickbacks from contracts awarded, to government officials,their family members or business associates. • We will not seek cr expect preferential treatment on bids based on our participation in political campaigns. Public Life and Political Campaigns • We encourage all employees to participate in community life, public service and the political process; • We encourage all employees to recruit, support and elect ethical and qualified public officials and engage them in dialogue and debate about business and community issues; • Our contributions to political parties, committees or individuals will only be made in accordance with applicable law and will comply with all requirements for public disclosure. All contributions made on behalf of the business must be reported to senior company management; • We will not contribute to the campaigns of persons who are convicted felons or those who do not sign the Fair Campaign Practices Ordinance. • We will rot knowingly disseminate false campaign information or support those. who do. Sk?.AM CEcreefl c 4 ( Company Name Corporal Officer esioZ//3 Oate tf SHAMROCK .J RESTORATION SERVICES, INC 27091 Osage Street. Brooksville. FL 34601 e-mail: info@snamrockfl.com Tel: (813) 505 - 7839 Fax: (352) 754-7282 EQUAL EMPLOYMENT OPPORTUNITY POLICY STATEMENT It is the policy of SHAMROCK RESTORATION SERVICES INC. not to discriminate against any applicant for employment, or any employee because of age, color, sex, disability, national origin, race, religion,or veteran status. SHAMROCK RESTORATION SERVICES INC.will take affirmative action to ensure that the EEO Policy is implemented, with particular regard to: advertising, application procedures, compensation,demotion, employment,fringe benefits,job assignment,job classification, layoff, leave, promotion, recruitment, rehire, social activities, training, termination, transfer, upgrade, and working conditions. SHAMROCK RESTORATION SERVICES INC.will continue to make it understood by the employment entities with which it deals, and in employment opportunity announcements that the foregoing is company policy and all employment decisions are based on individual merit only. All current employees of SHAMROCK RESTORATION SERVICES INC. are requested to encourage qualified disabled persons, minorities, special disabled veterans,and Vietnam Era veterans to apply for employment, on the job training or for union accommodations for qualified disabled individuals. It is the policy of SHAMROCK RESTORATION SERVICES INC.that all company activities, facilities, and job sites are non-segregated. Separate or single-user toilet and changing facilities are provided to assure privacy. It is the policy of SHAMROCK RESTORATION SERVICES INC.to ensure and maintain a working environment free of coercion, harassment,and intimidation at all job sites, and in all facilities at which employees are assigned to work.Any violation of the policy should be immediately reported to your supervisor or the company EEO Officer. 4411104I /5- 7//S . PANAGIOTIS SAMARTZ1S ESTIMATOR/AUTH REP " Signature Date Shamrock Restoration Services Inc. 27,iV i C):i,i JC.'SCI th uolis'.... EL 3-;c,U S 13 505-7839 Fax 352 _, •72S2 «I'Cb:w.Cwsharnrockrestora ionaervices.cuRl inf asharnrockfl.con:: Quality Control Quality Assurance Program DEFINITIONS Quality is defined as the degree to which a product or service meets or exceeds a customer's requirements and expectations. Quality Manacemeit is all activities of the overall management function that deteimne quality policy, objectives, and responsibilities, and implement them by means such as quality planning, quality assurance, quality control, and quality improvement within the system. Quality Control(QC)refers to the operational activities put in place to control the quality of a product or service.These include such activities as providing clear decisions and erections,constant supervision by experienced individuals,immediate review of completed activities for accuracy and completeness, and accurate documentation cf all decisions, assumptions, and recommendations.Quality control procedures,if followed,should ensure that the work is done correctly the first time Essentially. QA is what is done to confirm that a QC program is effective and provides feecback upon which further development of the CC program can be made. Quality Assurance(QA)refers to the certainty that products and services meet the requirements for quality. The objective of quality assurance is the continual improvement of the total delivery process to enhance quality. productivity. and customer satisfaction.Essentially,quality assurance describes the process of enforcing quality control standards.When quality assurance is well-implemented,progressive improvement in terms of both reducing errors and omissions and increasing product usability and performance should be noted.Quality assurance should function as a*voice'for the custcmer who expects a certain level of quality to be provided. Quality Control Plan is a comprehensive,well-defined,written set of procedures and activities aimed at delivering products that meet or exceed a customers expectations,as expressed in contract documents and other polished sources_A quality control plan Will identify the organization or individuals responsible for quality control and the specific procedures used to ensure delivery of a quality product A quality control plan will also detail quality assurance measures and the method of acccurtabifity and required documentation. The quality control plan contained in this manual is a model only and should be expanded upon and tailored to fit a particular provider's organization. Quality Assurance Program Quality is the result of a cooperative partnership between the providers of project development services(engineering services and technical reports)and those responsible for Quality Assurance.Those providing project development services must implement Quality Control to ensure that products and services meet or exceed expectations of quality.These responsible for Quality Assurance must review or audit these products and services to ensure the Quality Control efforts are achieving desired • results.The overall outcome of these efforts is continuous improvement in the ongcu;g quest for the highest quality engineering products and technical reports with the most efficient use of resources. SHAMROCK RESTORATION SERVICES INC's Quality Assurance Program has beer,established to ensure continued high standards of quality for re-coating projects.It will seek to provide toils and to manage provider performance for the benefit of all concerned,but especially the client's interest Timely reviews will be one method used to manage quality.These reviews will,in effect be an audt of a providers Quality Control Program.While Quality Control is performed for every project,Quality Assurance reviews will occur only for a representative sampling of projects.Quality Assurance reviews will consist of more than one level of review A QA lite'review will involve representatives from all dsdplines to review a shorter list of project elements that are considered to represent the overall quality of the work.A QA'Detailed review will involve a larger group of representatives frau all dscipiines and specialty areas for an in depth assessment of the quality of the work.There is also the possibility of a lite'review with a discipline focus.This means that the review will be fundamentally based on the elements and process of a lite'review,but will also include a detailed review in only a par5ailar discipline or specialty area.There also exists the possible approach of one of these types of reviews being performed cn a collection of work from a provider•meaning more than one prefect•when this is felt to be appropriate.The details on the criteria to determine the type of review are yet to be determined. All QA reviews or evaluations of quality will be done in a consistent,objective,programmatic manner based on the Quality Assurance Review Guidebook This guidebook will document standards and cnteria for all types of Quality Assurance reviews. These reviews will not be a factor in a project schedule. More about QC/QA Quality is the result of several ongoing processes. It requires many indviduals performing appropriate activities at the correct time during the plan development process.Quality control does not just consist of a review after a work product is completed Quality requires performing all activities in conformance with owner's requirements and expectations. Quality control is an ongoing deliberate process,planned and carried out by the provider of design services.Quality control is based on the belief that • Quality control should ensure that the wcrk is done correctly the first time. • Quality is achieved ty focusing on preventing problems cr errors rather than reacaeg to them. • Quality is achieved by quaii*ed individuals performing all work functions. • Quality is achieved by providng proper trairing of personnel and ensuring that all perscnnei roman current on the knowledge and skills needed for their position. • Quality is controlled by adequate planning,coordration,supervision,and techrical direction;proper definition and a clear understandng of job requirements and procedures:and the use of appropriately skilled personnel. • Quality is verified through checking, reviewing, and monitoring of work activities, with documentation by experienced, qualified individuals who are not drectty responsible for performing the work. To implement a quality control plan,a project leader;manager. • Selects and assigns qualified professionals to perform the project tasks. • Assigns qualified specialists to oversee all elements of the work and carry out a consistent,deliberate program of quality control. • Instills a sense of ownership and personal concern felt by every person on the design team towards quality and continually improving the quality prxess. • Makes certain that all personnel involved in performing the work have a clear understanding of the scope and intent of the overall project,and the appropriate design criteria and environmental concerns, in order to ensure that the work product meets or exceeds ODOT expectations. • Makes certain that all personnel involved in performing the work are aware of the project schedule, and understand the irvcrtance of meeting intermediate deadlines as well as final completion dates. • Makes cerain that designers and reviewers have a clear understandrig of the work requirements and of their responsibilities. • Arranges for peer reviews to be conducted by qualified personnel outside of the design team. • Documents the quality control process property.to the degree appropriate to each project • A quality process must achere to three basic principles: • Prevent errors from being introduced.At least as much effort should be placed in preventing errors as in finding the errors later • Ensure that errors are detected and corrected as early as possible.Therefore,quality controls,which include checking and back-checking procedures,must be implemented during ail phases of the work. • Eliminate the causes of the errors as well as the errors themselves. By removing the cause. the quality process has been improved. All providers of ergmeenng documents shall have a documented Quality Control(QC)plan in place.Sub-providers shall either agree to comply with the providers QC plan cr have their own documented QC plan in place. MR Design Quality Assurance(QA)Program will provide an objective review of projects to ensure consistent quality and standards for all projects and to provide feedback to all design providers.It will not delay nor prevent project schedules from being met. The Design QA Program will use defined methods of project selection to conduct reviews.These methods will also ensure that all providers are scheduled for reviews on a consistent and fair basis.Reviews will be performed based cn objective and defined standards.These standards will be documented both for reviewers and providers.Design providers will be managed according to standard application of expectations and how reliably these are met Project Sampling The project sampling model,or how projects are selected for reviews,is underconstructicn.Quality Assurance titerevievrs wiff occur cn a regular cycle for providers,as will QA Detailed reviews,but this cycle is yet to be determined Many other factors to be considered in the sampling model are known now.These factors fall into three main categories:sampling-based.indicator- based and hot items-based.The factors for selection criteria are,in no particular order. • Feedback from project leader • Change orders on prior projects • Delayed bid operings due to contract changes • First time work • Fundng source • Alternative contracting • Level of effort for quality control • New technology • Representative of provider mix(higher percentage of work equals higher percentage of review) • 3 • Random • Representative of project mix • Feedback from other agencies The completion goal for the QA'Lite'reviews is ten days.Reviews will usually occur during a window of six months to one year after the project is let This is to allow for hrnely feedback to providers and timely corrective programmatic action for any chronic errors or omission Quality Control Plan Model This document provides a model Quality Control(QC)plan for alt SHAMROCK RESTORATION SERVICES INC'S projects.This QC plan is a model and represents the minimus requirements for quality control activities.Providers are strongly encouraged to develop their own QC plan specifically tailored to their organizadcn.There may be specific situations for large,complex,cr politically sensitive projects where the provider is encouraged to develop a QC plan for an irdvidual project CC PLAN • The provider shall submit a QC plan to the owner that incorporates quality control for all sub-provider design services for review and approval • The QC plan shall include a minimum of. Project q ality control requirements Project Deliverables and schedule Organizational chart showing responsibilities for design services and quality control checks.Quality control checks shall be conducted by an independent person qualified in the specific area of review that is not ccrectty • associated with the development of the project Communications plan.The communications plan will outline the protocol for all communicaions related to the QC plan. • Format and schedule for checking design reportscalculations,plans and specficatcns.The QCptar shalt make provisions for review of reports.plans.specifications.and estimates provided by sub-providers. Format and procedure for documenting all comments,issues,and responses provided as part of the review process. Format and procedure for certifying that all of the requirements of the QC plan have been met and that al comments and issues have been resolved to the satisfaction of the reviewer(Statement of Technical Review). Check all documents for accuracy and completeness by using prescribed checklists,standards.policies,and procedures. The provider is fully responsible for all sub-provider's work as if it was the provider's own worts_ 4 SCOPING PHASE • Ail necessary disciplines shall be included when seeping a project. • Keep a list of seeping attendees on file. • Perform a QC review by all necessary disciplines on a project prospectus to insure completeness and adequate funding is provided. PROJECT DEVELOPMENT PHASE • The provider or sub-provider shall provide written certification(Statement of Technical Review)for each report or product that the apprcnate reviews have been conducted and the requirements of the CC pan have been met. • The Owner's Project Leader,Consultant Project Manager(CPM),or other contracting authority may at their discretion,and is encouraged to.st.trnt any intermediate or daft report or product to the appropriate technical discipline experts for review. The provider shall respond to all comments and issues as part of the overall CC process. The reviewer shall provide the Owner's Project Leader,CPM.or other contracting authcnty a wntten statement certifying that all comments and issues have been resolved to their satisfaction. Required documentation The provider shall keep a record of all comments and responses provided during QC review in Me project fill. •Issues may care up during review that will require a charge to the technical design report due to construclon, • staging or other issues.Any modifications to an existing design or additional design work that is required due to comments made at this stage are required to go through the QC review process outlined in the CC plan. FINAL PLANS,SPECIFICATIONS AND ESTIMATES(100%)FOR CONSTRUCTION PHASE • The provider is responsible fcr the primary CC of art work provided by the providerand sr.b-crcviders.in aeoc ctarce with the QC plan. • Typically comments received at this point require an addendum letter to fix any last minute ercrs,omissions corrections,etc. • All final reports,products and required deliverables are cn file with the apprcprate Owners technical discipline Electronic fomiat is strongly encouraged whenever possible. 5 I-0-, Shamrock Restoration Services Inc. 2'M)t Osagr S e»t,8ronks.:1'.e. FL 346O l S i 3 505 7839 Fax 352 754 282 •t;:www xharnro kresntationsetvices.con: ink*:stiamrock!l.cota WORKPLACE SAFETY PROGRAM Section I Management Commitment ezIn.okement Section 2 Safet. Committee Section 3 Safet. and Health Training Section 4 First-Aid Procedures Section 5 Accident Intiestigation Procedures and Report Section 6 Record Keeping Procedures and Forms SECTION 1 MANAGEMENT COMMITMENT AND INVOLVEMENT POLICY STATEMENT T The management of this organization is committed to providing employees with a safe and healthful workplace. It is the policy of this organization that employees report unsafe conditions and do not perform work tasks if the work is considered unsafe.Employees must report all accidents,injuries and unsafe conditions to their supervisors.Such reports will not result in retaliation,penalty or other disincentive. Employee recommendations to improve safety and health conditions will be given thorough consideration by our management team.Management will give top priority to and provide the financial resources for the correction of unsafe conditions. Similarly. management will take disciplinary action against an employee who willfully or repeatedly violates workplace safety rules.This action may include"verbal or written reprimands and may ultimately result in termination of employment. The primary responsibility for the coordination,implementation and maintenance of our workplace safety program has been assigned to: Name: Title: Office Address: Office Phone=: Senior management will be actively involved with employees in establishing and maintaining an effective safety program.Our safety program coordinator,myself or other members of our management team will participate with your or your department's employee representative in ongoing safety and health program activities,which include: Promoting safety committee participation Providing safety and health education and training;and Reviewing and updating workplace safety rules. This policy statement serves to express management's commitment to and involvement in providing our employees a safe and healthful workplace This workplace safety program will be incorporated as the standard of practice for this organization.Compliance with the safety rules will be required of all employees as a condition of employment. Signature of CEO/President Section 2 SAFETY COMMITEE Safety Committee Organization A safety committee has been established to recommend improvements to our workplace safety program and to identify corrective measures needed to eliminate or control recognized safety and health hazards. The safety committee consists of an"equal"representation of supervisory and nonsupervisory members of our organization. Safety Program Coordinator Supervisory Employee Member Non-supervisory Employee Member Non-supervisory Employee Member Responsibilities The safety committee shall determine the schedule for evaluating the effectiveness of control measures used to protect employees from safety and health hazards in the workplace The safety committee will be responsible for assisting management in updating he workplace safety program by evaluating employee injury and accident records,identifying trends and patterns,and formulating corrective measures to prevent recurrence. The safety committee will be responsible for assisting management in evaluating employee accident and illness-prevention programs,and promoting safety and health awareness and co-worker participation through continuous improvements to the workplace safety program. Safety committee members will participate in safety training and will be responsible for assisting management in monitoring workplace safety education and training to ensure that it is in place,that it is effective.and that it is documented. Meetings Safety committee meetings are held quarterly,or more often is needed.The safety program coordinator will post the minutes of each meeting(see following page)within one week after each meeting. . Section 3 SAFETY AND HEALTH TRAINING Safety and Health Orientation Workplace safety and health orientation begins on the first day of initial employment or job transfer.Each employee has access to a copy of this safety manual,through his or her supervisor,for review and future reference and each employee will be given a persona}copy of the safety rules,policies and procedures pertaining to his or her job.Supervisors will ask questions of employees and answer employees'questions to ensure knowledge and understanding of safety rules,policies and job-specific procedures described in our workplace safety program manual. All employees will be instructed by their supervisors that compliance with the safety rules described in the workplace safety manual is required. All training should be documented and records should be maintained. Job-Specific Training Supervisors will initially train employees on how to perform assigned job tasks safely. >> Supervisors will carefully review with each employee the specific safety rules,policies and procedures that are applicable and that are described in the workplace safety manual. Supervisors will give employees verbal instructions and specific directions on how to do the work safety. >> Supervisors will observe employees performing the work.If necessary,the supervisor will provide a demonstration using safe work practices or remedial instruction to correct training deficiencies before an employee is permitted to do the work without supervision. All employees will receive safe operating instructions on seldom-used or new equipment before using the equipment. Supervisors will review safe work practices with employees before permitting the performance of new, non-routine or specialized procedures. Periodic Retraining of Employees All employees will be retrained periodically on safety rules,policies and procedures,and when changes are made to the workplace safety manual. Individual employees will be retrained after the occurrence of a work-related injury caused by an unsafe act or work practice,and when a supervisor observes employees displaying unsafe acts,practices or behaviors.- Section 4 FIRST AID PROCEDURES Emergency Phone Numbers Safety Coordinator Poison Control: 1-800-282-3171 First Aid Response: Fire Department:911 Ambulance:911 Police:(911)or NPR:727-841-4550 Medical Clinic:HOSPITAL Address: Phone: Minor First-Aid Treatment First-aid kits are kept in the front office and in the service vehicles. If you sustain an injury or are involved in an accident requiring minor first-aid treatment: Inform your supervisor Administer first-aid treatment to the injury or wound If a first-aid kit is used,indicate usage on the accident investigation report. Access to a first-aid is not intended to be a substitute for medical attention. Provide details for the completion of the accident investigation report. Nonemergency Medical Treatment For nonemergency work-related injuries requiring professional medical assistance,management must fast authorize treatment.If you sustain an injury requiring treatment other than first aid: Inform your supervisor Proceed to the posted medical facility.Your supervisor will assist with transportation,if necessary. Provide details for the completion of the accident investigation report. Emergency Medical Treatment If you sustain a severe injury requiring emergency treatment Call for help and seek assistance from a co-worker. Use the emergency telephone numbers and instructions posted on the first-aid kit to request assistance and transportation to the local hospital emergency room. Provide details for the completion of the accident investigation report First-Aid Training Each employee will receive training and instructions from his or her supervisor regarding our first-aid procedures. Section 5 ACCIDENT INVESTIGATION ACCIDENT INVESTIGATION PROCEDURES An accident investigation wilt be performed by the supers isor at the location where the accident occurred. The safety coordinator is responsible for seeing that the accident insestigation reports are being 6lled out completely and that the recommendations arc being addressed. Supervisors will investigate all accidents,injuries and occupational diseases using the following investigation procedures: Implement temporary control measures to prevent any further injuries to employ ccs. Review the equipment,operations and processes to gain an understanding of the accident situation. Identify and interview each winless and any other person who might provide clues to the accident's causes. Investigate casual conditions and unsafe acts:make conclusions based on existing facts, Complete the accident in'cstigation report. Provide recommendations for corrective actions. Indicate the need for traditional or remedial safety training. Ace iden t i m estigation reports must be submitted to the Safety Coordinator within 24 hours of the accident Report any fatalities or hospitalization of three or more employees within 8 hours to OSHA at 1-800-321-6742 Section 6 RECOROKEEPING PROCEDURES The safety coordinator will control and maintain all employee accident and injury records.Records are maintained for a minimum of five(5)years and include: Accident Investigation Reports >> Worker's Compensation First Report of Injury or Illness » Log and Summary of Occupational Injuries and Illness as required by OSHA's Recordkeeping Regulation,29 CRF 1904.2: i. OSHA Form 300(Rev. 1-2004)Log of Work Related Injuries ii.OSHA Form 300A(Rev.1-2004)Summary or Work Related Injuries and Illnesses iii. OSHA Form 301:Injury and Illness Incident Rep •;)t1.1+ (01114.1l1f; •. :,.to 7i•' :;;,.1f :1l §!1,•:.115 !Nr U:1!, ::rl April 26. 2018 Shamrock Restoration Services. Inc. 27091 Osage Street Brooksville, FL 34601 .Attn: To whom it may Concern Certificate of Applicator :ipproNal This letter is written to ensure the great workmanship capabilities of Shamrock Restoration Services, Inc. Shamrock has demonstrated satisfactory applications of Tnemec Protective Coatings for many years. Shamrock Restoration Services, Inc. is an approved applicator of Tnemec Coatings. If additional information or discussion is required please give me a call or write me an e-mail. Regards, Blake Holmes FPCCI/TNEMEC NACE OP Coating Inspector No.68739 BHolmes(amemec.com (954)648-2787 7%! 11 I t INEIL ENVIRO-CRETE SERIES 156 • P193111t1'KIRI . iMIC Mann 1i,wiA:t•1 VfJkitxrrn:a.,vlJtc Fktrt it tee nle.d a....mug pliatualh Li 4..11.tar 411.1,,u...111.1/1.11-.111 rdl anal ienlu• ..r i.ut hue.1 uk. hx.111.nr ...1.1.11 encs:.111,11....1.1‘1•1 JtLun,l•luamp I dlrtfAlr n:•rnnpslun ul Old 11'114.111.11.1CS 1 c+•.ul al.+l Ivr.cost.t,4 Irna c•+alar.arta4 narrr.at ten.,rd•n1.4 Alkyd wat.nn fl'!tlift. Ref.?in T08,11.1 11(1.8 think..Irn.•a 14....d..,ac.uLd4v In MI UI hi linnet I).sg,• 11591 man.-:,nuw/l, i ACM 111011.111.41013 sent,Iin.n.:J•A.r turner a 113 1 reatulmnaen,.t M.N....lawns::41rcgM•a..Ie.-W uMi:t lupe.I: I I alai Letuo.51:cat Jac.. L .I ava,lapit .ra1JSOU'r..3, YOU, 1..,rpe.:u.ten.c.ulta MOS Concrete,Meounry and Wood,S.iPprourg or.vnc,i;1.:.i i,:lir' Mazer sad Stucco:cin..1;1-0'4 :S' s • Split-rate and Split-Fluted Blank,?.!I pnu.mg•,r Serf...l 4i's0. Secd'Cnc,:-.1i Sl. \4f1 \OeF.Iia" I AMF •1.:.1'•).11,(1 I Ii I;,U II MiF Galvanised Steel&Nun-Ferrous Metal:Sent,111.Uri.(c.4 51tr1 NW?, !I; Other:.,.•n1..1;1.n tr.vd t. an 4.1111.,11.1.4•41 .It5U.1II h,g!tl,i.e./Into.ud.4t,1100 u-.1.111nreeelr-.1..tu1J rit,tnag 111 ..lung. ii . SIQ ISS@1 iid.i to Peron[pram/tit(data ait..Iu he,ut(.u.pnp.tatlnn r\..Antll.nY.dl.ell &t1lilliall Mt j(((I(♦ Sur(xc Is.•II..rAu.m r nmattendlu.ru 4111 vJ.q Jrpl:uJn01,w1,td null•A141 etpu.ure.•1.dul..do (...nu.!V.Su 1'ncuIt, 1 Mate miDil ,ail...CIIL.tivc aw 11Itn,C.1 tdiiiicJ1 kll'I..',. t (1/aS Fall tu.tl.tr a,.If...lel.111.111 I.(ii nth I 1 nun.V..111.1.1 N1141101/I41ICc 1 tell UNn 111.111 111v•r t.,applym)t Irne.I;o neer 1 • /he.nnum.ue.t In I?.:n.1a1 11.1.1 1w1.‘inerc.'Jld.Iry dval 1..4 1.1.1:1 1 inn;,iln.k FM,rt:k.only?dun I Ia n.h 14 I mm:and,::r Inning.r.rtka.lfap+1u1 v./:an_:er•n oncre u.1.wuee 111 rntme.tir• Refer 1.•relies I;_pnduct<131.4 eheet kr ile.ul. Nine:C.1.Sear,I4.in.•ra+ell 7fietue•T Ips pane in I.n..tiling i,eh I'•.. Z a, chalk And Id<I result tint!Wale bond.J 1., /411.111. Spple I..1 p.a.h Co i!a14 1.11,..ort Sa Mute hk.Ivan.J,V and(Cw:.i no nae.a.•. t.win r.ic...e Ayenle 111i nil,...1tLnufjfL, 111,,e;etw lull,lett.p4,1cr I gu..V atwl tl.r.VnrY I.I..gr.I I Jar. :eve'patennu el.me.:.•1..1111-(Leber NJIC..int„UI,,.uw NJtJ.Ci.Jn Ile.Ilghl(C .1...4w•Ires1 aril,•Iran vales R pr.elu,I is d.51n4,..hs.l.g1.dlV du,-til;ortli'•nee, S.-....Iii u...0 uugrenr tIhcwarl.41 1 111.411 cull It,* Feu:ttn a•S•14 NPI$t N.11 t,4 l T131•N1,110D -- _ ._. . . . _ _ • - VOUS*SOWS i0.1 t z 9i t f nicomme T I 1.T I'1tt.M.)auk 1 Lira,,,h is nwpl ••r.Mat { (113116111 Tta,perature Tr Touch 1.0 Nardle To Recon 1j "IF/_i C. I'lhuw ldh.nu. t I hnu. 4r•:.Rei.:uar Hln.rluv t i t:toneRIsaac Ilt....1L..usaU iC4i- ••1..0151 tsutat.iwuu:,p And.titan•lu.ic$Ic". 1 it 111=1 Mil*01111106116 l'ntllitured-1 1 t Ihw Linos?1 an pr.,nu ktn•1 1 TtIMIEIT 1 ai alts 1110 nut ni ft 11.11 t 1.)9 atri L at ti amazon.. 1 11.M:11..aectAge will Van(own AI1,ut Ind in l)'ii it•r Sur 13.,11.1.5131 4311.11 Jrper..k•,t upon pnwhtaa.uuta,(r1te and I ....lug;tdlisknaa ' I are.raalHa „,r PlaMs ;plInn•l.c•d:1 rt.&Alin I g di.,n•."II...An. Yield 4 q lions.nut l talk tit ayttinreae. E1(Te mull tt",t ntSill.,s s•la 1.}kg,t iS1MAGETel9elE Ninunum 1i'F I SL.•talmna III)F a t<C., I UpEAIll IrrOaj ti Irv.C nunU.JJe 1'5'F l")(I IntrmMtar ISS F.Ni' I f 1Nf It )i enr,nd,at IR.r11nbended.t.,rlge tanadn,stoic UM MI-SED `4.1 i i 1 NAM IV Shy Punt prr,.h.cts a•+nt:un cllavlw..l me,1•<ti1Y1,chub n1..,eadn<II h.aJrd•.r.> Rn•al.!•ea:n:er L,t.l.V 1111111*.11111\L1t•tul ...dery lank.Nile.?(an Mops.1.,14 Lr.dtt and.at IV ml,nnl.mr a.cll..is.the irk..4 dt.,pr,dual Krep.wee of the reach of children. . I i i 1 $ i i 1 ©W 30,20)4 by Nom(=pa►MII. Pdisiee! lee.1 Jr...oral....we.a1,e•...,e.-....1 r•..rw-.,.,awe n r Reber•nd-'e P1q�T of 2 w,serer ../tv n 0.6.1 be,Is-sere,be nv wee..1.•e•.L.L+.p 444 s.••.Mal. s ••I con.etur 1.r-•a •1..v ••V•_.a•....-rt, r •J t1. r.,ere..,.a. ;61.9^9tT Dir!;N;;T 1 ENVIRO-(REIE.._-_. I SERIES 156 1 (S - Very Mab(Microns I Watt Mil..(Nit..reins) • ScLt/Gal(nl4/Gall • SU:1V,4,d _ „I.•I:Pi 1.,'I t.:.. 1i .'.,11(',) {{{; t ,Um i .11 I h.I 1 .411::m`•, _ 1 I.1.,a l) )1 { tt.axinilun II x1,12.;1 .n',I a;;. I 1112 •1;, t • Iii.at 11'in-41E-111,n levet,anal.111)44..a,,.wtniantle- R.,l.:.r 1,11011.tprlranuan:tuc ee u..r nlydt:nle^teat to obtain rrr,nrnrnelevl idol therkn,..s.ingrnt.int Prob.el un rout.):I.• hie tree rein and.ths r u..ireetmg and thawing at • :4ram.vl-%!Jan reaornr n.,ry:hrd:u tura I axnlnnnca.rcnr!-!m (1:111 Th:c.urnA most hi.hnWuzl.wlkrd,r..prasc d and ba.kn,A.J onto bi..-k Cynic,.ut'core.,)111.1 114:11 Ilk..k oto.,:Of Iv a.I,.d Ti..,.'au-c at.nunruliv rf.e.tantao.rtekel for I.g iw'oliln tit henAltic Work Spkttux and..pler rioted hi at nm-bc f4lcd a ontatl tour Tnir„et reprcacrv.tavc ft. ciao r.aeutulyy)F"tesee rcuauntirJaL,.na Aloe tIuaknc;a ee n,u:IJcJ la,the urinal 12;11111..r;Inrxnee Feta.t:e.:ns-...> Mr s 41.111.11A,1 h.1111 Iiia vi rt.:.d r,psut.. Mete...n,me11P.1 I.1 it,u,.nch.nicaamonv,:lee:(lint lila knee era,4 thee.,a..ltrlg 1rPhaY(.,V.-1.11 yeah:n.tv guy 411.11.11.` •!'t 111 111141.4 ...truly het..nntllnnun,4 Iii4'r.nUtiu vee I,nultrnelrei tic taint alio kat.•aa mat i.i':rt•e!v.Jit.11n.11Wt poi elm.)^a.' s wars Nei lrmlrnu'le 4 und.4111 rlertll.trn:,. AAS Veit Re,-4111th 1111a1 r,:u'pi waxy Pnnln'Q hlAilic L,en41.•a,,L.r., Than!u.!.a,.r 1471'.:,(11.,1'puna s tl•p.rnalt.n,c.ad. .Mehl]).'waifs MPU(1111112111Pitir Airless Spray Pump I Tip Orifice ` Atomising Pressure I Mat'!Plume t0 I Manifold Filter_,• 1 firm,.t; nor _) 11 Si u 'to am m I ; .1 ni 1(1' l I " r.h Ii a "ehl.ti,11 r11 1.1141T1 1 IN..sl'(:nl(n M., J 1 1-!.:11-.1.11.1..... :1)i mm, .11111 mica,ans. I • • ,e.gepinlatate op motte14ng JIV.ao41r 1..11 eei4,rlenr0l 41111sa.:(a r.d'annnte.Intl arath.'1 cmeliwn I Sealer:I'.. I i 1.1:e•)i Holt tee. 10111.o1',Vnitn11.U11.U.^n mil)tl:. , ^ l()n44'r env.r I'4'14414,T top oust.cc M,r•mat l .nrfattw 511.1t1(,It..vac.may lee Imposed If,a.itlal',h.tillarKnd.',11.10,1111 lancat...4r1.r:41lu g.41 al,Pln 4,5'4':lnaitls 504 realer nap SI:'r Brush:I••.1 plx11l epa4kli intim ale T)Yal,.fes 1111:1!4'.41.41 lifialeglail tieruulutn nrF a s t') .tt.ienrpun Loll F t1x't e The.unue'Pio.idhethy Ind nleest iFliI'e :henrtin.ors,cant ME, Glean rrPl:rnlrm oulneJaunts iitrr 1Lar elf•.•hee.mJ warm.*.di lug.l.apy outer:grrty eIIcurmers L.t.aheaen i Pump wn rl:r..,nutenai horn apnpmeew.Ina)lane. I 2 1,11111;,ill g alla's,11ot.1.4 dc.in xurr thnat$11 uri.,.s polyp:e ,, c. ,v.•ntn,ii.d 411.in•, (41111 area!lir.. I 4 R.,lea.:preftenie iroin pump or pe.hare.(tank and 1 tsar)all(orb and vuia.r. 1 I Rea sensate.and Plash oath e.14-an a'ats Fanuit'Mat,a einai Ilud,.,l.tilt'...rt as.pn.(gt aknha I (,Mn Div we..,praV haul be w.pcd,w ivad,eJ Hien ownI.ulfaa.o v1.Ja.L44 Jct'tail 1,erf.,mun.,.4rpe1t•upon',c. •teal an el: wealleer ee folItn.el..intniIllrar uliir41rlr111 ur2 lP„(L.1 illlmtxllc I.ri 1,4:..at.apfah...Yar t-t,ll..w. ,fr iv Seem t; m.:;fret x.w 1111.it.nn.,411:1111r. liar',Law, ai.r.,Jr elk!.,•.,Ids wga•.a, !Vote!re.,,.mtl tie ahs.aer.f11 1 1.1 1 ,tuftce. hit.a..steam+11,nverylr.n,f,nm hers.of I.era hefts,.lacing a.,u.. he rat,re th at rtlrn.s.111(x:+irons..store-, I a.tn Ir tali/Farr than an n•ug,ef.:mlrr ii.u, .e'nee I:1 Sic.t•r»d.ro.'y to anew-lap mafi„when err it arrilyd au Lome rLt wld.trr.dins line w 4udwr 1-'minmu•r lay n.uk,•Ln'.,was tern.do..:t nmhglii 1,er-w,1 nttw411) .1,11tr.t.-c 14.. tooting a'1th clews wumr and lightly tut kmil with;:4 n.IP P,IIiT•t:111111.ellaa:v behead"ptiv i_phcan<+. tt Valises Wray vary with colt(. I 1 i r um STS a tarn'.'.na:s.•,r at ui:n tJ.,Int t IN Tonin..', rarer::. ..1...,a.e i... ,.l 0,...,....•vi.....,,L. .,...a,r,.e.,,L.e.n..n41.t..a r1::...i_..,1...:v Iris :My .r.RR txTY'WV;RIRPrI'4 Tile tIIf7Y,•.'t%IAS.41N.If H.IN I,P!: V,:nl+ler V t'f:,,a-Y t-\.Vr.illryl!te lVrred,lana el rarxi In.T*for II•lrhtt TI, .Vt nW WI'. wine.YTv:)I trvtt:i i s Vs t Wt:Tv a l FIls:P.:etR a PHTRf.11 at n ot'o,c t'me try•Y VC tt,..w rr•ZI sT F\T••Y e.r,')sr•-Tit PCA.Rf'Tt1 I rtv Il w Tg.c tiriv,'v n.. hu,in,.le11•:.w.v-..,.,sew:.*cones T.,n.r r...t.een-', 4The.for...l.eme.a-a„e.•:vet.....M...n:re A.A....,• snl.....L,a4• ;.44. 1•.4v,N n en env ett( • .1..ne ruse.,. AI....Kit...,.d 4,.,.(. 4,(11.4 lilt• (ii Wa..r._i .vet 111 u-...,,,k '. . k .,.4•a..,e�a .. .e - -.. . -,it T11,,lose,\way111,,.ATII.I K•.Ftn'a Vt it try; MT..i,.7 I.:tn to'rI._t.'e Isar•Tal..R t,.c.c,!r'F VT1ar 1.At:t,.[a..R I1 tit MP a,t.V,•..t_r-Priv,'r..PtPv,Q a.h Mon r'1 )1..,R.+nlr':'.i len 74C••.w t'.\•.tt'Y1 OW 1,1'?ITA& till....,,t.dTMT1AL LI w. J Gtr.P4 a'.,tLMU'T1.I'm....MI T.l.. r,•J,1 .4. .....w. • . ...I.•y.l..l., I..)mei r .. '... ,te hese.(-, a 4.,+....a 4,J .1.a....rim 4.1.1.as•1.....Mr,. T.i t a' ew...n.h:rJ.e 141..1 I I.n'.-.....w..l Sea 1..4,t,r..e..Y. e=IV set M'.SI.1.4,1 .1..w A...al....a ,er.n.J`n,.L.e' .r...:.1.n.f.• .. ,Y..i,i.,. - ray♦. •••..I :'.C)(Vrjal:brie r_-',Is ity,Ma:ctal 611 X'.311 1.8CW'NEVIC T fa :'.C-4313363 -ram to f :ith ©AO1)30.2014 IN Isamu(slpuy IRs. PDSTSG Pbgs Zof? T'kg EN<< ENDURATONE� _SRS. U2b... 1 ! ram rn ',/n*, 1 GOOK osail9011 ;Lri•I..Fn.uL.a.n COMM LISKE1 du,atle.ane.t,..it,.mita,:•.LiedI.nlat,L41rt>tIII I14bI.!,•nuI..mnjtut N••Ii.it1...1t.Lllait I'donate. E..c!h:nt .a:.i u•panS1 i i stuerrwdAalc-c•.et:n lo ` ll-:.nt..cr.ter:..uunJ• 'n t.ii .it.10k11 tprh t'd til rNMMt L InnhW t1It EVA'K' i 'Lrrlr h .no t5 roller .Indo.5.1.. ..(15,r.55111.3'.I.tv. •dot Ind', : W d a qu.. o's makel' .tttle...boon.nn limo m.tural I .mol onknni.d pnnrr.e.Near:AprIt•rltuoi'wawa,uuhtrh- .Its-4,11' •tats•'.•ttun''twtdmtaa iw.•1fe(ALra11.xlt 1 (Q06 ict't to Tnctn:t:Cohn good: i mu Nam. ?SKr ttaef:•anr.I .:,C,I1 mi ,n'II> iv, I•aF \,at -c.riF ...F••1. 'n.,!- •n-=n ac;.t K•i 'i►.f(.l 'n-U.,al Lt-.l+i.1•.1. t6!4,.:4 CNC:G.t w•1.1. 1 Drywall:a-lt-prsiunp,iI. I is Concrete Sal Iaufune.I+1 1.51 1 Vote:,.4.,.4.n...,1. sOW..OW..• do e.urctlaa, •.n ...JAN a J.pcutg tId .at+1,11,4.a..111.i. n.: .a . and no..d.:..at..Jae Pructlu•�,.ut sat.tJ lit.n Ow Naim;.;.Iv1 famtl.intt..a4t.uh(4 Jiifcrolt I TUEOATS 41..+vl.111,8 and I:)l1 MI(ONQE(E A CAW Wow to csfa'tar:.S d.tc- LOLJ)XiWn,rtta alfa Ituntar tauter OITMJl1 i.4114 holo I.anfl.:YnJ,..tonali Anal f.ill•.r mJ.c I FAINTED 3U1fACS (.ttt.v.•.baN:and aid paoa n..t tu;l.dc holtied W Ow auras ;unit-ta,:a a.,..1 1,14 te..nc bolt,oris nut gan,t 4111 at rc ALLSUIfACS filo...I.rdem.Ary lml rime•d .1.Ire r •w•ties. hum 101'iw Igrnt.:.n:l.0614 rrmLumatnt. . toot. ere,. :m.,K „toot . ,".� .«... '�,'tic; ,.;iah•-rC�" ... •:. . � .w!..w s��.'� aur.':...:..--�-c' . .. • .•• _... VOLUME iO1 S i;.):1"- 1E(OIINE]IDOO to L7 to 1)lulu 144)to-i..u.1..121 put.•a1,ntlto:NUn.txt a/Laud-aat/ v.l.nra.r..unumnerK_gni;s-or With suL:Uate. .Ijt.lia.n it•t math."1 LIM!cfl....1111,I.nn u t t^nt Tnrmc.ill'mer11 am•, i (7CNG P.NE Tcnlpersiurc To Touch _J To Handle. } To tomo 1 ;'F IAt:.. ai'.nota, I I AInwur 1 l! !•,wtc Ctinng tntu tvna•c WW1 sulttcr tutI(wmLttr.',Lr 1u.MaucnL lutneulrt:•MCI olio::1.::n... Water Tank Exteriors:Flrc date•or mina tlellilg MIA'tupnrcd I,cnlrc f1N1n1 n1:1/o nt.r i)YOWII<OIOANI((Otlin OS Cnthinnad:it ti:1..l:Alto..I ii I!mina Wm' Thinwed !1 tga.pilot,Ili4..I l.grim:.titre•- 11APS Cnthinned:t) t If,garb at CI i;lout..Lot-. t Thinned)t:n of Ibc:gal(rn•1•grim,.lura•'I THECtEf1OL(0YEIAGE Ira,nul Ai tL 4.d t;t.!in (.x.i mum 41,,sett\?p114.:.l:1t i,7 for..n.:rag,rut,, r If MEI Of(ONIPONEITS .tine PA(IAGiNG IS gaa.in t:UK.Lm iron..n Rubor:t 15 01.1 pada nut I u111.11 4 i"al,<At, KT'N0fNTPEI61110N II''n:O:Sillsti5%: tt111; t Q0IAGEIEJPE1AT11IE Ninon to"F i i el N.rnmunt I in r.1;i".1 I TEMITIATEIEIBISEAN(F Ilry•1(:,•n1.nur.L..t-u•F 1"c1 boomtown Dan F i,:t t SHELF UR 12 months at eetnnement.rtl.tomo;anem:min. • R ASN POINT-SETA V..1 HEAR&WRY ..•amt pro.flcd,a..rnaln t1l.ntual mltarli.lrr+ails It an taxwJ.nJ h.✓aaknl.I0.aai aalwam.t Lt,l,•a1oulLt JAW'.fat.:ul .dare Ire.,Ilio.)?.•r uull.rtnlA Ir:aitle nnJ...air;tom:cud:mu maw 40 Ilk U....4 dwpnwlunI Kccp out of the reach ut'children. 1 I i 1 l 1 1 1 1 J Uecemoar I S.201S h hem(=Pew/Inc. .I.w w..:,.n....,I.c.:. i.... ..1..R w.1''''1;•:'' n.+,.at.r l..n IV. pygs T of I Y P / t,<....r.:n.,,,,.S-•Ur•�•.,vt..-ou.t, .,.• .ltito,....1.,�'..•.. .aa-,.,-. .. ENDURATONE`j I SERIES 1026 • ... - .... .. . (0►fLGf LIE1 Dry Mils(Manias) T- Wet Mils(Microns) I S4 Ft/Gal tierVGal) 1 , W.:YtMtd f _� :I,; _ .111 LV•! i l'',.;. :i is i 114 sun. _41:,:� ;nit.;s 41;:11., 1, M.xnnu111 t.1 I'=' '11.1110' 1 .1 it 1.144.fir •,....t14.1.% .0d.sal h..r,,tYals=au'. Fico hack..."...t,.....!..11 44 the neaa'4 u;111111111,111.1•r; u-lnl. %prl c4tu41:'1 1 0•4.04 Iwl1..•nunhInurl. a 11.09"1 .suan1 In:almen.lrl h.!ii'..:hk kn1'as.0ul Id-real. 'Him i 4110.1 oinurtt'• I MIXING Msr IC.:OU mu•::1,0,4.n.,y.1111,411-111,1/1114 LI:n11:1144 s.01 I.4111 .1.l.N9I S Iglitlgy 141111441,11.1.141114 1x.Iukit,4 mulaisc (.4.44.10 eater Fie..Ir Islay.aa•c 'x480.rwlcr tar hluoli.thin up Cu;%.x h...r!7Sll 11111 per.)IJi.f1 i? UCl110l EQUINE"! Air Sprac •- ! tion j Fluid Tip Air Cap ; Air Hose ID 1 Marl Hose ID ►rtsm eg Pot Pressure IIl, of r 1.: 11.1.41' I ):.._.•.1l rl (Id:1It t,...% 1 I F I . ''n or'•^ •:<x l.' I:'J.x<I:mut' °‘ nun. tt�` .) i tC1 •' -..I /h.lc• ! 1 t 'saute..n1LL i.:A auexr.LLrc..it k..,','L•a x...cyc.rc h.'... p.4 1.0�4uS Airless Sprat .. _ ( Tip Orifice Atnoutiny Pressure Marl Host II) Manifold Filter t II WO' r'Ist::.II�.1 1.'.711.1.:• 41 mesh fS t .Vitt-0i 1104.110.. } 11.11..:'. ,It 1 1ate'1 1 tune, I I.:11 nrnelln,.. 1..t.p)xtgn.l,lip.ulnlnn1, 4,, 111 .00 for:4nlplutnt.A:pl ) u hr...stumps 014 Ws.lh.r tufdnlat. Aute:$11114.11 44 001 4141.1•.M1F n).0'+Yi'M.-.J)xmlcr..ppr:.Oct 1114.4..ut.4 x-txa 1t1.b.0•J.11..w lull-huhhica w .ase 'C lion i.ulid.,JLsapx-ll to 1:u.11tlnute. .ppI .lull•X14:....1..4>L1.,1.:1 Mid 1(11a'.411e>. golfer.I_K!;alt y0.nly eneltrll,w.NCr11L:p.:41.1..;b.a 0•..p I.4.rt...th 4111(x104 L.4..4 til).114 1.4311.1111..4. O..ii teller,.nes.111 A del it.rerr.10e p ar11 I'.41l•up.l'.ur111.trpll,It..11 11iLL6l1:;:,e!SS Rh till.114:1.110'11.Ii l•11111t•!a 11,.:!.'11nJ1a'a W.L,4114 t..he 111 w till 11..11•111,•1••(!1111?1•104tI'tip:4.J11114 ' April.(fled SUtf1Il1J JAAUt1 Mmm0A1;':'F•I'r'(.I %LL.m1.1.1/1.11 F'144.1 I Il...utt.c:.11,4tk!440 d1% ant!11 l..gat:F F.i Cl' 4 nn,, Ile( :Is-x point 4F11UP 14,...1,mid.loan all cyunsllcIli nnnlcd.nciv'altar u.1.11l.a•ucr (.01101 IMT.aVayn.V L.n t)..•w1)xll.4 a7111u1111.110104 An 1.:1...., nw7.:.t:.4y do I.!?pethrnr.nxc depend,opts,het j,t'.d t ir.rl,wra ht t mkt... r'I11111itKlll u1fL411.c.1t l0•,!(*.Tv:11:11.11111M Low4:Its•.'t.tune nul Inid1 Institutive ire.4 73 palurtll,lt:..stem Tat 1.1.p:1.tprh..01.11 1411.11.x. .pl..,.:in en 14 10 K 1480;011...ud•phut.•111311141 Tits aeiva•,..d then.h.,11.11.1 4Yv.4(Note,I!:•..1...m!u.c-ill.,v.i1,1...I. Milt.,.R %!4a.•1.1...m thy.nrnrra 111411 Ins w0lats•c IwI'n•6..tml•r earl 8.'1..de dui este,.,;.114.11:'h0:rei Wiles ran N.higive:h.ln ut tat11p91.144410 t ?Values may vary with 14110t1e. i l / 1 ' I 3 i 1 to 141180.IlwTATIG'I it aIOW;1LACUllll ;9.+11..'..U4..,11. .1114 . ..I.:. .1. .1:...+a.'.1. .. .1104,,.1.14.1.16.• rd. it. ..4.411w.rr.14,0 n. . . 4 . rut 1 1114 aNn' ».._161110 n ills.1VTtr*4.1.k.:14t.:1.1:1 hr Ih:111:11115147:•x+ . 4111141.:11.,C.1^,4104Rr..►1::MI,4111f?.ntu,r'11..1111\01 numll T(4.01.V/"41r• ,1 r\R1.MY OF'RIC/i.::\h!T[p ITNF a(CO 11•.31111,1 LA l0."3,O.i fl(Ftr.0f's.rAi:.1\tlr-T I Ir;•"‘1,,,11 li1'•4:111 7111 Iwxitr kri 1)14 rr-1 ts_F II72,414•Taa t•.era r lc r.4.^1.n..ne.1.,..a.'0'180 rtrw...'.'1.444'+ ...1:IV I'..1.1 rev rot:. I'.'1.•.1441 a 041:.19.1'..•.....h.••••...1.,...,........••.9.1.4.11w...r.l r..r.wll 111411.,.'woad%,t.M..n l.a... ....rd t.•.191..1;or 0•11.+4I T.w.n.'. •..411...,I...s........)u.:h::r.Lml.••11111.14.4141.1'4,,.111(1 111.41,14..1\14 111.11x1 FT N4 Ir L:\IITrl.T.1,r:.11.t`TAL'.111.Vsrt'r%Vtta f I..Ill4..E, '1411.1.r 041.117.11. .i:L•14'IS%TI.1•e1V•...t Pt.:leery f•ev a•.t\Irrat.co,-Rif,.41 451..ft1T1 01'1'r•tTuL. '.k.'••.r14-TU17.IL:,'...IIALL Of,AIL\11LC T'.7114 MIN MI T..F11. .,d wei.r'•.nl'.'w.. .1.•,.L.I:.he lw.t.'...4 *AL-L....."•w,t1...,44..4.l0, .1.4 'r•4+....w•441..x..,,......bas T.4w.•La 11+41.414....dna...I....r.1.mni...I . . . •our.w.l.. .1t...114.1. 4,.•••..a•4.4 0 0..-4..w. ..n.11.......•.,......-. I.1101.4,111...1 r.114 rd.(80011au.......-.'r Anil.it, 4....•e.. .. •1-I r 1.....11.. it. +..in : . . 65Q0(agcst CNC (c2scs Cly. 641i0.1372 lir,VNE'F(1 1a 1'3144 369 ivri P se:a l December 14,2015 by inane((=buy Inc. P115102S Pegr2 47 O • BASF We create chemistry Technical Data Guide 3 430,00 Llaol,mrKe of Comate MasterEmaccf N 425 Non-sag concrete repair mortar• wit'? ;,--it.eijral corrosion inhibitor for vertical and overhead appications FooklEky GEi PATI f,•PAC/Cl DESCRIPTION -'43 4104V( c+e-s6 tags Mas;erEnaca N 425 is a aavd-grade.liyrtmottn.cehmer•mcdiffed.Soca kont-er•ta,ced:eGaw sra;ar TBS with an integral cortosux'it tutita. •,ttt3xasGDCog _ PRODUCT I11611LIGNTS Naw TO APPLY STORAGE- •Non-sag 2onsrsterci able to be placed rn SURFACE PREPAaAT1oN K M eiaperwe=t iters n a 2"151 mm)thick lifts 1.Substtnte Tcs•,be str c:crab sound and fully rt��1ii,6Y Y� - •Rcatay sculpted.staved.and fhmhed to math cured(23 dais). ?~» existing substrate .Saw cut the permeter of the area being •atZrl Krt:ee owf •Very low cnlonde oermeau,lit,and an integral reeaired into a square with a minimum depth corrosion inhibitor protect:,remtacinq steel of!4'f5 mmt. vOC CONTENT •Oily requires the addieon of perade water i T rte surface to to repaired in..st he clean,free • o ort ria ester and s.onp 5rwer•J • •Low shrinkage produces stable.durable Bond of laitance and saturated surface-dry ISSD) •Lightweight microscopic beads imorcve yew( following ICRC Guideline no.310'.2 to permit and overriead watrability pcper bond. Jr •Polymer ntodilicaeat improves adhesion andREINFCPCMG ST`c pr moles increased freeIGih 1w starlity t.P.abut all cneatsen and scale tan sloe exposed reinforcing steel in aa:crdance with .•r w., APPLICATIONS ICP!, Technical Guideline No,3Tt2.1R. 2Fx adcbtiarat ontec^on tarn fl,ture c:xrosicr, •Irtera and exteror coat the prepared reintcrang,steel with •Vertical and rr.er"ead •Above and below grade klas;erProtect P :.,O a;? 55.0.4.40*- •Spatconcrete s or holes in •Ce.enurated edges SUBSTRATES A •Concrete x x `•-'<I • •Masonry - •Structural Concrete MASTER° w ?mss,�wr,a ))BUILDERS raaneutrsrirde s+cloansDast.w SOLUTrOPLS reeves,Isla 41..te Ineveirebeee•IlIOS Techaical Data Test Data Cameasition ?F.:ARTY Rat7S TEST.11674.M. klasterF:naca N 125,S Car Dc.Sed Or • ‘0car12:silica and Fcrtland zerrent. Compressive strength,psi:NW's, mu:Mea t Pay '2.'.5d 04.8) F days 5.600.38.61 28 lir 6."xl;4631 Modulus of elasticity,asi APT, 5.6 11.N3.6511 AST:g e 15 Typical Properties . Splitting tensile strength,nu 4.1Pai ASTM;".:496.malted*Ares arm • I=y .110 ti Working time,Tin 20-31) cays 560-:.3.9) 70-Fi21'Cl 28 1.TA Flexural strength.psi AlP1, MTV C 348.mcildien' day 500 3.4) 7 dayS 29 day:, 1,i!C(F.r, Bond strength.psi AsPal ASTM C 8/12.modified' I day 901.1.6.2) scri Med'nes sir:smart /days 1.90C(I 29,kr,s 2.4501)6.5! Water absorption, :?I3 days 4 ACTM Cia2 Chloride permeability, Very en/asç t311Q 1-277 Accuttng ,xxiicircres *51 r,12.52.Mae Length change,v, cn.set can ASI C r57 day +43.319 /days 41.:.128 2Llay 4034 Length change.%.Suln. y ctito- ASDA C 157 I lay • • -0.326 Mys -1)11 28 lays -0.15 - • linear coefficient or thermal 5.3 10 fiSINI C:531 expansion.»OrrF Freeze/T ha,.Resistance.%PCM 98.3;% ASTM C 666 A Scaling Resistance,rw.,11,1i9r1,1 0.0 Mt)Na Stang ASTiti C 672 50 eyes 01 66%'ogee',a:vitt lestVICAS are hrea;cs sessinal,roer!Aviaries.prenri.Agawam gralarn Puma:eras Was,RAM ialass rA ummarisillesialesuLie Ml1A1G FOR BUT PERFORMANCE UNITED'NAP.OAOTY!1OTICE r.Preconctitwn matenal to 70•F :5'(21'C:31 •Do not bridge moving wads rr;ants. 3.U:warrants 7u predict to be tree than before mixing. •Do not overwork material manufichanxt defects and to meet the technical 2.MecranicaRj mx at slaw meed with a'i'ail •Do not add plasticizers.accelerators,retardets, properties an the=rent Tec a cal Data Dace, and moving oadde or other additives. it used as directed wenn stied lie.SatistaCmi a.Adc appraomately re guars i2.5 i.i of potable •Do not extend with aggregate. results depend not oily an quay/txoduc5 but eater;rbc a jean rnratig container.Gradually •Bonding agents are recommended to forge d_o won many factors beyond our contra BASF sift In powder';at a time*hie mixing areas as well as permarerdy dam areas M<E3 NO OTHER`ArilAitITY CR G APANTEE. ccnhnuously at Stow Meed thigh sneers nlay •Protect tan freezing for 24 hours atter acdcattor.. EXPRESS OR INFt,'ED.WCLUCING 4vapiwi' S entrain aim.Mix for a Tmunuin of 3 minutes to •For professional use only;not for tale to or use CF ME r'RQ+A,VTAEM.[TY OR FITNESS FOR A ensure a uniform.hump-tee consistency.Do by the general public. PARTICULAR R.RFCSE WITH RESPECT TO RTS not exceed a total of 3 quarts 12.8 l;of mixing •Make wain the most current•tenors:rt PRCCUCTS.The;ate and exclusive remedy of water per 43 lb.t 9.8 kg)Dag. product data sheet and SOS are Deng used; Purchaser for any claim concernrg this protb;et. visit www.master-budder,-sclutinrs.Psv;:s to inch:dog but nit limited to.claims alleging APPUCATWN venal the most current versions. creach of warranty,negligence.stat tiaClit( t.Dampen the surface with potable water.it •?•aper application is the resccrsibitity of the or eternise.is the replacement of product or must be saturated surface-dry(SSD)with nu user,Feld visits by BASF personnel are for the refund at the purchase once,at the sole option of standing water purpose of making technical recommendattons BASF.Any claims concerning this product nest 2.'Mrth a gloved hand.ecruo a small quantity only and not for atceresirq or providing quality be received in writing Mthm one(1)year from the of mixed material into the SSD substrate. control on the(cbslte. date of shipment and any claims net presented Thoroughly key;n and work the material within that period are waived by Purchaser.BASF throughout the=ity to promote bond.Co MIL NOT BE REa"CNS 8LE FOR ANY SPELIAL not apply more of dye ocrid coat than can be HEALTH,SAFETY ANO ENVIRONAIEUTAL INCIDENTAL.CONSECLENTWI(INCLUCING LOST covered with mortar before the bond coat ones. Ped.underlaid and tem all Safety Data Sweets PRCFITSI CR Pt;NITiVE DAMAGES OF ANY K110. 3./poly material in lifts of t4-2'(6-51 mm). and product label information for this product Purchaser musdetermine the suh atxifiy at tie Avoid featheredging.For optimum mechanical prio to use.The SOS can be obtained fly visiting Ix duals kir the.nterxtd use and assumes bond on successive lifts•thoroughly score www.master-bum-sok:cons.basf.us. yi prys and iItes in connection therewith. each lift and allow to reach initial set before e-mailing your request to basfbscst•rtAasf can This;nfamadm arra all niter technical Donee the next layer is applied.Placement time is or caling 1,800)433-9517.Use arty is directed. are based on ms's present xrowlecge and 20-30 minutes at 70'F(2t'C)and 50% Fur medical emergencies only, relative humidity. call ChemTreca 1(800)424-9100. experhQnae:however.BAST assn mos ro!haaiiC} &Trowel.shave or shape material to the desired fa providing atoll internam and advice ffnisn after initial se!. •ncfudirng the extent to which such nformabah g.The recommended=Oration range of and advice may relate d existshg third awl MasterEmace N 125 is from IC to 90•F(4 to ntelledual tracery rights,espec:agy Patent 32.4fcllow ACI 305 and 30E mr hot tY cid fights.nor stall my'egal relarorsrip be coated weather guidelines. by or ate from the provision of such n(u�r,afiurx and advice.Rimer reserves the right to make any CURING charges.carding to technological progress Cure with an approved water based curing x further devekpments.The Purchaser r#the compound compliant with ASTI4t C 309 a Product(st rte test the prpct C(s)for suitability preferably ASTM C 1315.a the repair area will tor the:mended act licatkxh and pupcse receive a coating,wet curing is recommended. tette proceeding with a lull apdicatiaa oldie prcittt(s).Performance of the product descabed herein should be verified by testing and carred CUM UP out by malted' . Clean touts and?Gnapment with clean Witter immediately after use.Cured material must be removed mechanica l ® a BASF We create chemistry Technical Data Guide 3 .,,..„,,, „.:, Maintenance of Concrete Masterinject 1380 General-purpose struct.u:iai concrete-oonain.g injection resin ;CR 4EPLY SC8 CCIPSNE'1380 PAOlA6iSG DESCRIPTION 3 peen ll•i;iD NiasiennleCt 1:.).80 is a two-component low•'LcCosty 5pt:iC epoxy adios'e'or Cresco*intecaco Faun PRODUCT HIGHUGHTS NOw TO APPLY x STORAGE t%r •Fast cure rate.quickly returns repaired areas SURFACE PREPARATION Sees a+aiasP`ot a unCoixd to serrice 'CHG"+E crR rrs n a m daft Of area._-a •Law.iscesry.can be inlected;n cracks from Sut trate may be dry or darrp.altrcu4 Ism teem 0.005-0.25 0.125-6'rem) dry surfaces product mtlmum iesrdts.clew SW ti'EIFE .. . •Solvent tree.environmentally ir:ercP, concrete mustt a tuft;r3lred 123 day n irmumt_ 2 •Htgn heat•dertectrcn temperature nn. provides;rcraased resistance to creep and aBIX1 G VOC CONTFUT ',..i-= . stress relaxation t.The mix ratio s 2:1(A:S).Mix only tie amtx:nt ' 0 rgit less loge and exempt vure is . ' •2 to I mix ratio.easy to mix art_se of^raterial usatie Deere the pot lite evees. Thoroughly stir each component before nrecg. rApproximately 20 min at 70 Ft APPLICATIONS 2.111easue,ratio;each component carefully and •irter±o(and ext2ricr Men add Pact 3:tardener)to PartA res4nI. •Structurally rebondIng tracked akx Par's A and B using a few-speed chit l€ ' concrete ectons rpm)and mreng paddle te.g.,a Jiffy mixer). ""'" `""~`�"�...-.6.............". •P.ebonding detarurated concrete toppings Carefully scrape the sides and bottom of the •Filling porous or honrevcombed concrete or grout container while mixing.Keep rhe paddle below •Arnchormg hems,dowels.and rwcrc ng bars Me surface of the material to nod entrancing air Proper mixing will take at least 3-5 remotes.Well-mind material*if he true of • SUBSTRATES streaks or lumps. r- -- •« •Concrete r. s. MASTERS t,,,e..,oe„. , mgo »BUILDERS e.r.w Si;LUT..?r:S VadRMN1G'ism Technical Oata Test Data Composition mast/,' FEirs 15111:Si SPED 'FST unto ' ktive nee;1 ?Is 7 tw-mirocrect iuvrvi5Cii/tp - 'Nil Y 32:rf i +cuC:rixT x/ eslve. - _ Compliances Viscosity.ze x,,r, ;,.u,max ASTM 0 23393. •ASTM C 981.Free I.t.IV Y.Gram 1 :.....a...;9 ani' Gil- ,— --_. ._. _ — ASTM C881 Total Properties dt%F f"r , i IS Davlrn,(n 77"F k5'cI 14 3 nxrvleurl v1pDBut VW Band strength,WI AS'xl C 882 /Mx ratio(A to 8) 2 days 2.791; I.01A) By Ave 2 to 1 14 lays 3,070 I.moo 8y TOSS 1 CQ ht di _...__. ._ _.._�. Absorption,i 04- I.Q.ITax kind 0 570_. Form Lewd Linear coefficient of 010021 •1X15 max ASTM 0 2566 Pot Its.60 g mass shrnxage an cure 77'f 25'Ci,mm Compressive strength.psu 18.:,10.1 !itdGO nmamtan ASTM D 695 100"F(38'C).mr 4.3 __-----..__..T___. TT1i1t-iNn tact kw tlme,ms 3 Compressive modulus,osi 5.is 1? .. . 2.0 .TO'- . .' .ST\t 0 695- 5 rids(125 mlapmeterst Heat-deflection temp,mrenwn 134'=, r CI 120'S 148.7 Cl ASTM 0 618 at 77^F 125'C) - --_-- --- Thin-86p fuN cure time.c•ay^ 7 Physical Properties of Cured MateriaP 5 mils(125 T roretersi 31 77'F i25'C) parr 1>E911S TzSiltflM70 Thin-111m hull cure lime,lays ii Tensile strength,psi;),Pal 9!001671) ASTM 0 6313 5 iris(125 moor etersi Elongation at Mesal,% 2.5 —~-- ASTW D 638at 4C'F pd'C; — �__.._...-.. —_--- -- ..__ .. ....... .- FIeeural strength,psi 1141,7I 12.000 t82.31 1,57A1 D:)0 Flexural modulus,psi tWili 6.3,tO':5.1 x 10-1 AS310?9th Slant shear streeglh,psi thiP31 - STD T•23i• 3 days at 411'r;a'C).Net. 4.000 f27.63 80%Adhesive F3dura i days 3140'F i4'Q.Ant: 4.5CC w3'1 '•ell's Comite Padua 1 day At T?'F(25'Cl.or.., 5.000,'3.1.1 1:)t1'e Ca+c^te Fable The ardaser may mecty s nswn,:m v1'ine a 5 rmtlm Ia'tee ft ei•en atarone armorreare,mum.ore tlorsee 'gwxnee are eta MJ'days.r, v.2 c ten•s'.i.s Jr ane:ges x'arad seer aoower,arczr.Ewes .na ee..ems rs !sins.,?Crouse iMed.-e:1 senTps wee eau 7 rags 51:1'=23'CI rd 5.'.±,,',Cava tiar:Wi. Yaws NAciers ir.urs,t+'.tSF rnamaals-MYderrooYnru.liastm APPJCATBON FOR BEST PERFORMANCE UMIIED'NAAAANTY NOTICE •Ai x!iCal 1 temceraue range s lie?to 1 GO'F • e not adv.Avert 'eater.i;r ti'',%::ser:Plater a1 RASF Mirarta 7115 ttroMkt to be'fee trim (4 to 38"Ci. Precondition all com cresta to to the procto. manufactu ig defect and to rreet the technical 70°F for 24 hairs before using. •Fa proiesionat use only:not.`cr sate tri a:;se eremites rr the curer'Technical Data Gude. aRESSLHE RIC FICAt)F slurs ay degeneral pubic I used as directed within;nett fire.SaOstactcry t.Masterinlec;1380 is •fermulaldd for •Makcertain the most curtest versions of results depend not qtly on quality oro;ucis but mixing and applica (sill automatic Jata sheet aid SOS are being uses: also upar many facers beyond or control.BASF pressure inleCbrn equipment.Follow the ASR master-b 'tders-sokstiors.basf.us to verfy magES NO Orr,E?WARRANTY CP.GUARANTEE. recommendations ar d directions succliad Dy ole most current:erstat. EXPRESS GA&FUEO IICUUCING WARRANTIES •Primer applications the re.sponstillty o'.the CF tlE;?C'ANTAEILITY OR FITNESS FOR A the eryacnrert marctac:user. user Feld ansits Cy 3ASF personnel are for the FARTICIAAR FY.PCSEE'r'ATrt RE>'rEr TC ITS a Teel the parts and cracks with an appy bids ate outocse of mating technical recommendations FRCCUCT3.tPe sae and exckcseve remer:r•of pasts epoxy. qtly and are not or supernsmy or Orsvnlmg FurCiaser is airy claim concerning this prok.ct. a.When the paste as cured.inject Mastertryect 380 using stained pr:ssure•inle;min quality=trot en the jobsee inducing cut rot Iii idea to.claims alleging equipment a by gravity feed, meat of my negligence.strict liability 4.For injection with Olde-by-side dispenser,hold m a otherwise.is a replacement of Product a an upright position s and use continuous s aessure HEALTH,SAFETY Ar40 ENVIRONMENTAL refund of the purCnase pi:ce.at ale sale MCo,of to avoid t improper mixing ratio. Read. stand and Wm all Safety Data axon n BASF Any dims concerning fes product mast and product label information for mis product be recen e2 in armrg within arc(Ii year from the RAT c a3 MORTARS AND GROUTS pia to use.The SCS can be obtained by visiting late of etement and any claims not presented r.'„se washed.Lain-fired,and Dogged graded wont Taster tuilders-solubons.bast.Ls, within that pence are waived by Purchaser.BASF silica sand.A carefully selected blend of sands e-mailing your request to bastbscst'basf.mm 'Ml NOT BE RE CNS&LE FCR ANY SPECIAL. with a low void=tent require less epoxy or calling 1,800)433.9517.Use only as direxted. fNCLCENTAL.CONSECI;E:VTIPL(IFKiUCING LOST for a given volume of rnaar compared to For medical emergencies only, PRCFTTS)OR PUNITIVE CALIACES OF ANY KN. ungraded sands.A good'Pep'gradation to call ChemTrec•1(800)424-9300. paCaser muC deb3 rtlirv,tie;Lifotobty of die low void carters is a blend by weight or 2 pars products Mr the mended use aid assumes *12 or*16 mesh;o t part 480 or N 1 GC mesh. ail;sits ard!craRes n caTeccer terevetf:. When graded;anis are not available.a good This nrcnnation and all further teCxtical adace general•p rpnse sold a o30 mesh silica. are based an BASEs present vradeLte arc iThe maximum placement depth a I'(25 mml. excer''erce.Flowerer.BASF assumes no liability fcr providing;Loh aliumatfat and advice CLEAN mita ing bite extent lc which:LcIr infotmaticn • and advice may relate to exetng dtird party Clean all tools and eisiipment immediately will rteltectuai;meaty rights.especially patent xylene or mineral spirits.Cured material must Oe TettlDved Nitta nor;rad any legal refatiasnim Be geared Cr orate from die 2Otisiat orst.ch frdornaGon and advice.BASF respites the right to make any charges aaproing to tr c acicgical arcgr►„ss or(utter devetccmerts.The Purchaser of the Procfic:is)must test de products)for statatiity for die intended application and purpose before proceeding mat a full arelicadat st the pr.Cuctai.Performance at the product descrbed herein should be.enfied by testing art carted out by qualified everts. 0 • BASF We create chemistry Technical Data Guide 7 07925C Joint ' Sealants MasterSeal NP 1TM Or e-c.c'npvlent, e{aSU'1 ie(i;:, gun-g<<_1ie polyurethane sealant *OPMEP1,Y SONCAASTIC•NP t°• LlAGCAM . OESCRWTION 30Ratp4tf attcartrtopes.30 • klasterSeal NP 1 is a one-xmponentn.per!rrance,rce-pcmi rig,gun-grade.elastemerc eandepeipsnaoa'srd : polyiaetha:e sealant.It recuires'a=mg and t pr ally te,;uues no Griming to bond!o many '"i2 aria_ materials,a•ctut4ng concrete and masonry -56CafQOtago Pme*:, _ **—.0*- PRODUCT HIGHLIGHTS APPCICAT1ONS FOURS •Cre•cy!+porerrt tamula renurres no mixing. •Intent and exterior _5egtr411ttimestone4tarrr, helpny to reduce labor ta<s •Abeve and bekw grade TarkA 6alyIllwlrn •Joint movement capability s35 4 brevertes *Immersed in'maser filir*�SoidiE RedrAocd . • excellent Itexibility to keeping moving *Expansion ctr,.s Uejfihdc*Ifitir- joints weathertight •Panel,earls kr*act mita; carr r 'nC •Easy to gun and!cel,speeding up acclh a.to •Precast units and making neater joints •Aluminum arta,mood window frames •available in PrOPaK,reducing OCsite waste, •Rooting TB3 towering disposal costs •Fascia a}.Sr�j 3loi_trim •12 standard colas to match a wide vane/at •Parapets rammcn substrates •Vicryl siding 75 :4. '._ •No primer rewired to most xnst uctton *Store trent assembles l _ prones4ailijiteilikiatolocLackpmaterials loweringinsta aticn cos s •Weather resistant-For for:g-resting ?t? weathertight seals SU8STR.1ttS redriimt /ie �._ �: •4Y;t18 temperatur:application range rnar<rs •Concrete 51ELFt>Ftc MasterSeal NP I suitable to all Gema es •Mawr! eaeaga and toFarc •Compatible with iron•ngrd coatings and •Alumi run *0'tprwxn vmay suxrad. •-• can he painted •Wt3od nOCfB1T• � •Superior holding power for long-lasting rut •Clay&Ccncrete root Ices ,r�r are�nnr�:�tas•ts tile installation •Stucco t kess •UL listed:Passes 4-hour,4-inch,Lire and •Natural stone hose stream test when used with Dina Bleck a mineral word •Suitable for water;mmers:en'm!n documented peitcrmance v.fret areas •Meets VOC requirements in all SO states MASTER. Wier ken.:1ur,.so,n.s ))BUILDERS waw ww.w iraw9-arrrasar.w SOLUTIONS r errs ala i.a a4eterSee'Pr* Technical Data Test Data Compositl0" WICP Y MMUS • mulatto,. - MasterSei AP 1 s a ane c xnpor.nr m est re-ca r5 mar us_ ne. Movement capability,% c3- ASIA'C 7t9 Comgdances tensile strength,ps1 kiF3; -_T 3543 N ASTM 0 it1 •ASTU C 920.Type S.Grade I'S.t '35.UseA.i,0•and I lex strength,;u 50-------------- ASTM 0 10C4 -- •craerat'*L•C ataa Ti-S-002300.Type ti,Class A -_.-_ •Corps of Engineers:717-C-5:1.Tyne 4 lass A Ultimate elongation at tweak, Y 0 ASTM►D tt. •Canadian feelitataf C.W GGSB•+9.)34487. Rheological, fi,sag ASTM C 639 Oassingc-cn AICCr3-25-A-14.ha 81026 rag n tertCai asci&:err'ent; •CFI=nod at 120'i 135• •USDA=char, Y se r.meat ace aarb!7t�s Ertrudabfllty.3 weer: Passes Aga;603 •dretenwlers Ladom res nes;. .aas aMd __ _ ._ . . .. ..- fire resistance arM Hardness,ihore A ASTM C 66, •SO t I6r)C.F.2 LM At standard•:oncmcns LS- •Re(O v sum*.n:A'a••0 :r ,fitter nett a ati 'pax Shore 4 r7 2: Weight loss,after heat aging,% 3 ----- ASTM C 792 Cracking and Walking, Nam ASTM C 792 aver neat iSn4 Typical Properties Tach-lree time,hrs, Passes ASAI C 579 P :PFC. - MuE ir-aninum 72 Mil Service temperature range. •4.3,o t8C Stain and color dung* sasses ASTI'C S10 P•- - (4003221 _._ .�._ — - . _.... - - .-..._ _..-•--- -_._ Y.- _ Adhesion'in ped,pli[min 5 pal 30 ASTM C 734 Shrinkage None - ---- -- . -. .... _--- - • ..-. . - ---- - Adhesion"in peel alter Passes ASTM C 734 UV radiation through glass 7nr.5 pe! Artificial weathering, Passes ASTtI C 797 '(_nun arc.250-UN'S Artificial weathering, No:Airfare.'ae-trrg ASTM a 25 'Amu)35c•3.i,CC lfy,r,', Water immersion,;27 F;SC-C. Files 10 Mess with ASTit:124': nwement c;cing ?wee a tem.rnrreoear rJWtea q.i.st:A;,9::G.,:Ariane TC Vuorun now,•res•.P'71 req minis an hot*4nireaenarreiBeer raeaaorrannoy.lI:aver ravrss',as se neeCeo. TABLE Joint Width and Sealant Depot :XINTY",k. overarm Irma 'x iOOclasia s4-) t6-?31 4(6) h46 tt3-t9t sa->y(:6-101 a-r(19-25) A tO-i 1-1:5(25-38) �i r•3) doNlb. Quay Arms Siitur;A,,s i swu mew-AMeirtmiiiii Aaeest us Yield UfaE.m FEET PER GALLC41- 10v,s- 3i • "t 1f . 44 3' 34 . • . 't 1l4._ .. 2 s' - 1% 308 lex ,54 t 22 - - - - - - - - - 82 68 58 51 ._.. ..- -1/4 - Va - - - - 51 44 38 26 IS 12 METERS PER LITER .Jd/i -t JO aimed f MN '7.: }6y_ 6 . TO 13 II 19 22 25 31 - 50 75 6 24.8 16.5 12 4 9.8 - - - - - - 10 - - - 6.6 5.5 4.7 s.n - - .. .._ 13 - - - 4.! 35 3.0 2.2 15 0.7 HOW TO APPLY SURFACE PREPARATION PRIMING JOINT PREPARATION Substrates must be structurally sand.Lily 1.Uas erSeaf NP I is xnsdered a non-inning 1.The product may ce used in sealant joints pure d,dry.and dean.Substrates/vole always sealant,but spiral cacu o roes or subsirates designed in xcorance with SWR institute's be free of the following dirt.hose parades. may regUre a primer.It a the user's rr perstdiy Seatants-The Professional's Guide oil,grease,asphalt.tar,paint-wax.list. to check the a&esion at Me cured sealant oa renin optimal conditions,the depth at the sealant waterproofing or cuing and parting compounds, tyLwal testjcirts at the protect sloe before are should be'h the*OM of the 1ant.The sealant membrane materials and sealant residue. .doing applicadcn.Refer to product data sheet font depth Treasured at the centerI should Alli]riiYi�i ALL NRti un MaserSeal P 173 orbtasterSeal P t 75.and always fall between the maximum depth of.tSTW mr'.sUt Tedinical Serace for additional ntar aticn. triravid the minimum depth of W.Refer to Tablet. Clean b7 grinding,sandblasting a:ire iris mg 2.For immersion accftcabons.MasterSeal P173 to anon deep joints,the sealant depth must be expose a sound surface bee of Witarttinabnt crust be used. and controlled oy closed cel backer red or sort laitance. 3,ApCly prmer:WI strength with a brash or rdeart backer rod.Where the joint depth'Ices not W000 doth.A light.uniform coating is s1ltTcient!br permit the use or Packer rod,a bond breaker New and'eeathered' *d must be clean,dry most suraces.Pcrous surfaces require awe (polyethylene step)must be used to prevent and sound.Scrape away kr se paint to bare prnwr.however,do Oct over-apply ttwee-point bonding. wood.My coatings on wood must be tested to allow parer to my become applying MasterSeal!JP 4.10 maintain the recommended sealant depth, verify adhesion of sealant or to slrterrrine an 1.Cependirr)of temoeratue and timidity.prmer install backer rod by compressing and rolling appnvriate prrner. vell be txk-bee n 15-120 irontes.Priming are it into the joint clnnnel without stretching:t METAL waling must be tone o1 Me same day. lengthwise.Cosier cell backer rod skald be Remove scale,rust and loose coatings from about W(3 mm)larger in diameter than if le APPIJCATION metal to expose a bright white suttee.Airy width of the joint to allow for compression Soft 1 MasterSeal NP 1 comes ready to use.Apply backer rod should oe accroximately 25'1,larger codlings on meat;hist be tasted verify using professional grade caulkinggun.Co adhesion of sealant or to deteriyne an in diameter than me joint rreiti.The sealant apprcpnata primer. not open cartridges,ProPaks or pails el w does not adhere to it.and no separate timid preparatory were has been completed. breaker is required.Co not prime or puncatre 2.F1 joints from the deed Point to the rAnface the backerrcd oy holding an approenately sized note against the bark of the tont. r nelty!bre!d rwererseer VV. try teeing is recommended.Proper!enling •Co net appy over freshly treated wood;treated LIMITED'vemtnatirr AOTtCE results n the correct bead snare.teat;bent,. weed must have weathered to at least 6 mal s. BASF vYarrants tis product to be ne tan and cetmat adhesion. •Co not use n swimming pacts a other sotmergec mar of stung defects and to meet the technical tFa roof the applications apply a tread of •:mol itkrs wore Iv sealant Al be exprse(1 to Properties at the c trent Technical Data Guide, MasterSeal NP sufficient in size to metre a strong oxidizers.Abed submerged miaow mere 4 used as directed Mthn shed life.Satisfactorr bond between two tiles on the upoer surface eater temperatures vnl exceecc 120"F FQ'C) results depend net only ce quality products but N the down slope ale.Install She upsope rile •Sd.tstrales such as copper.sLunless steel wet also opal mar/tatters beyond at cavzd.Bel.V and cress into the sealant bead to ensure gocd ga?aaized steel typically require the use of a MAKES NO OTHER WARRANTY OR GUARANTEE contact between the sealant and ban tiles primer Mas:erseal P 173 or MasterSeal P t 76 is ExPFES S OR PAPL;ED.duCL!ZNuc WAPRr4VTIEs acceptable.For K fruit 500 based coatings,use P OF MERCHANTABILITY OR FITNESS FOR A CUIUNG TIME 173 tidy An atesimr tel s reCrAr ne:ce.1 for PARTICULAR FLPPCS aATH FESPECT TO ITS The curs of MasterSeal NP I vanes with any Aim Cuestcracle costate. PRCCUCTS.The sole and exclusive remedy c4 temperature and numwity.The hilkre ng times •MasteiSeai NP 1 pan aromatic urethane.as Purchaser ler wiry clam r onu.trnng this product, assume 75'F(24'C).509E relative Mimicry, ouch:t may discolor over tone wrtn LV excosue including tort Oct limited to.claims Acne and a cant t3 width by 1/4"depth(13 by 6 rnm1. Where rearrlann:g a true white appearance is oreacn of warranty,negligence,strict Iiatidly -Skins:overnight or vein 24 hour crucal.use MasterSeal NP I50 or Masters,eat or otherwise,is:re reclacerrert at product or -FrN cure:approximately 1 week CR 195 sealarts. refund of the purchase once.at the sole mew of -tmmersicr service.21 days •MasterSeal NP 1 can be applied below freezing BASF Any dawns ccrcum rg this cdctuct must temperatures only it substrates are completely be received in writing withn ore(1)year fro.^,the dry.tree of moisture and clean.Contact date of tipment and any clans not presartee CLEAN UP Technical Seeded a mea infatuation. within:hat peed are warred by Purchaser.BASF tJmmediatehj atter use.clean eguprnent •Lower temperatures and hunacities will extend WL• NOT E RE3PCNS SLE FOR ANY SFEL3AL, enth MasterSeal 990 or xylene.Use proper curing times. duCICE"ITAL.CONSECLENTIAL tlNCLLt*G LOT precautions when handling solvents- •Pursuant to accepted industry standards and PROFITS)OR Pt.MTNE DAMAGES(YAM 00. /Remove cured sealant by cutting with a practices,using rigid paints and/or ccatirgs Purchaser must determine one:rtatutr of a e sharp-erined tool. over flexible sealants can result in a loss of y 1R-emove thin films by abrading. achesien of the apotied paint and/or coating, a luta ra the rtetx:ed ase 3176'tunics ad risks and fkTbdltles n ccnrectecn rerewrth. due tov the potential a movement of the sealant. This:nrermatron arc alt further tecrnrcal admix However,should painting and/or coating be FOR PEST PERWU W1ICE desired.t is•egurml that the acolicator of the are based en BASFs cresetrt 1erwleege aux: •Do not allow uncured MasterSeal NP 1 paint /or coatbng conduct on-site testing to "'fiver'BASF stores ori x nor tar f to come into contact with alcobol•based determine carpatibdity and achesion. a oro ndr g Sudo:ricrmater ext au^a� materials or solvents. •Proper application;s the responsibility of the nc udxhg exert to nhx 1;trGh n4arer ateat •Do not apply polyurethane sealants in the usei Field mils by BASF persamlel are for the and trace may relate to rasa g 7xrd:on"t nc:mty of uncured silicone sealants or uncured purpose of making tecenrcal recanmendatons ;ntellectual property netts.especial,'patent MasterSeat NP i 50". only an rnor far surer/Weal a prcvereg euaRy Pips.nor shall aryr legal oetabattilia be seated •MasterSeal NP I should not come m co tact =trot en the jobsde. oy or arise from the poem/1 surf irfarr ata with oil-based caulking,uncured silicone •Not for use in glazing ricators.Do not appy; and err Ace-BASF reserves Ile rr,M to make any manges according b tedttncla xal progress sealants,potysulfrdes.or Idlers impregnated an glass and plastic giazrg panels. a furter developments The Purchaser of tee with oil,asAhalt Cr tar. •Protect utepened containers f ori heat and Prot uc(s)must test the piaci p(s)foe sate, direct sunlight HEALTH,SAFETY MO ENVIRONMENT,. fa rte intended apcliwton aril purpose •In cod a cold weather.store ca.amer at roust Read,u tieemed and`cgtw al Suety Data sheets before proceeding oath a frill apclicalfau ct a e temperature 1cr at least 24 hours before using and product later nrrmanon fa thus product products',Per1cmuance of the max:deserted •When MasterSeaiNP 1 s to be:wed in areas one to use.The SDS can be obtained by visiting heren Sou IC Oe ter1 ties ing ahartfeC attest to continuous water immersion,cure �rrurw.master'tt elders-sciutons.bas.us, cut oy qualified expert.attest fa 21 days at 70'F(23'C)and 50%relative e-mailing your request to basfbscstvebast coon humidity.Allow longer cure times at lower or coding 1:EOC1433-9517.Use only as directed temperatures and humidities.Always use For medical emergencies only, MasterSeal P 173 call ChemTrec•1(8E0)424-9000, PASF Corporation 389 valley Pune Dine.arakcCee WI 05370 Custom broke Id3(,YT4333.9517 Construction Systems •now.araster-bultders-sokrtions.basf.us TedrriealSeniat 8rt72a3.a,9 M I A M! BEACHProcurement Department 1755 Meridian Ave,3fd Floor,Miami Beach,Florida 33139 'Nww.miamibeac(tf),gov ADDENDUM NO.1 REQUEST FOR PROPOSALS NO 2018-076-ND EXTERIOR REPA;R AND COATING OF PRESTRESSED CONCRETE WATER TANKS(the RFP) April 4,2018 This Addendum to the above-referenced RFP is issued in response to questions frcri prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only(deletions are shown by stiike+llrough and additions are underlined). I. RFP DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday,April 30, 2018.at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for trafTic or ether delays for which the Proposer is solely responsible. II. SITE VISIT. A site visit will be held on Thursday,April 12,2018 @ 9:00 a.m.,at the following address: City of Nhami Beach Public Works Department/Water Pump Station No.1 451 Dade Boulevard Miami Beach,FL 33140 The deadline for receipt of questions is Monday,April 16,2013 at 5:CC p.m.(EST). ilii RESPONSES TO QUESTIONS RECEIVED. 01: I just would like to clarify that this proposal as stated is in fact for the exteriors only, based on the Chrom report there are some items on the interior of tanks to be addressed.Will there be an addendum?Or the interior will not be a part of this proposal. Al: This proposal only seeks to have the exterior of the tanks repaired. 02: I don't see anywhere in the bid document anything regarding product specifications. i only see existing coatings from CROM's the reports.Some reports mention Porter's Paint and some Tnemec's.Please specify products. A2: As stipulated in Section 0200, Instructions to Respondents&General Conditions,Section 2. Purpose,Bidders shall submit proposed materials,means,and methods(include detail Information on products and processes}for completing the necessary repairs addressed in the assessments. • Any questions regard?ng 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 RafaelGrarado@miamiteachf.gov Contact Telephone: Email: Natalia Delgado 305-673-7000 ext 6263 nata,ra adce&nia;r;ioea sc'�fl.cov RFQ No.2018-076-ND Addendum#1 4/4/2018 MIAMI B EACHProcurement Department 1755 Meridian Ave,3ra Floor,Miami Beach,Florida 33139 wwa.miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the'Notice to Prospective Bidders' questionnaire with the reason(s)for not submitting a proposal. • Denis • $ • :nt Director RFQ No.2018-076-ND Addendum#1 4/4!2018 SHAMROCK = $ RESTORATION SERVICES, INC 27091 Osage Street. Brooksville, FL 3460 e-mail:shamrockrsinc@betlsouth.ne Tel: (813) 505 • 783 Fax: (352) 754-728 DATE: 05104/2015 To whom it may concern: I the undersigned, hereby authorize Panagiotis Samartzis to sign on my behalf in all manners relating to bids, including signing of all documents relating to these matters. This authorization is valid until further written notice from SHAMROCK RESTORATION SERVICES INC. Sincerely, Michael Reynolds President 2 4 Qom 1OIL1AN4 = MCaw e.rR.•D.ctMIS I c.......,,.rues rt ( fit ktittclzi_ NOTARY i/ 3.2 TAB 3 . 2 Compliance with Codes & Standards SHAMROCKcAt? RESTORATION SERVICES, INC 27091 Osage Street, Brooksvtlie,FL 34601 e- mail: info@shamrockfl.com Tel: (813) 505 - 7839 Fax: (352) 754-7232 LAWS/ORDINANCES SHAMROCK RESTORATION SERVICES INC. shall observe and comply with all Federal, state, local and municipal laws. ordinances rules and regulations as well as all resolutions or directives of the City that would apply to this contract. 3.3 TAB 3 .3 Staffing Plan SHAMROCK ►; RESTORATION SERVICES, INC 27091 Osage Street, Brooksville, FL 34601 e- mail: info@shamrockfl.com Tel: (813) 505- 7839 Fax: (352) 754-7282 STAFFING PLAN SHAMROCK RESTORATION SERVICES INC. will use the following employees for the referenced project. Michael Reynolds/Project Manager Pete Samartzis/ Quality Control Supervisor Kapplan Zenuni /Painter Daut Zenuni /Painter SHAMROCK RESTORATION SERVICES INC. is riot planning to use any subcontractors. 9 ._ TAB 4 Cost Proposal M I AM I B EACHProcurement Department 1755 Meridian Ave,31'Floor,Miami Beach,Florida 33139 wkw.miamibeachf.gov APPENDIX E COST PROPOSAL FORM FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND(IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Section 2-Bidder's Affirmation: The undersigned, as Bidder, hereby declares that the only persons interested in this bid as principal are named herein and that no person other than herein mentioned has any interest in this bid or in the Contract to be entered into;that this bid is made without connecton with any other person,firm,or parties malting a bid;and that it is,in all respects,made fairly and in good faith without collusion cr fraud. The Bidder further declares that it has examined the site of the Work and informed itself fully of ak conditions pertaining to the place where the Work is to be done;that it has examined the Contract Documents and ail addenda thereto furnished before the opening of the bids, as acknowledged below; and that it has satisfied itsef about the Work to be performed; and all other required information with the bid; and that this bid is submitted voluntarily and willingly. The Bidder agrees, if this bid is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessarf materials, equipment, machinery, tools,apparatus, means of transportation, and all labor necessary to construct and complete within the • time limits specified the Work covered by the Contract Documents for the Project entitled: t Company: SHAMROCK RESTORATION SERVICES INC. • Address Line 1: 27091 OSAGE STREET Address Line 2: BROOKSVILLE, FLORIDA 34601 Telephone: 727-846-9510 r Email: PETE@SHAMROCKFL.COM W " Signature: J�- Title/Printed Name: ESTIMATOR/AUTH REP/PANAGIOTIS(PETE)SAMARTZIS FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. RFP No.2018-076-ND Addendum#2 4/23/2018 M I Ai' V 1 I B EACHProcurement Department 1755 Meridian Ave,3'd Ficor,Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO.2 REQUEST FOR PROPOSALS NO.2018-076-ND EXTERIOR REPAIR AND COATING OF PRESTRESSED CONCRETE WATER TANKS(the RF?) April 25,2018 This Addendum to the above-referenced RFP is issued in response to cuestions from prospective proposers, or other clarifications and revisions issued by the City.Tne RFP is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. RFP DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m..Friday.May 4,2018, at the following location: City ci Miami Beach Procurement Department 1755 Meridian Avenue,3P1 Ficor Miami Beach,Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic cr ether delays for which the Proposer is solely responsible. II. REVISION:Delete Appendix E,Cost Proposal Form,on page 65-67 of the RFP,in its entrety and Replace with Revised Appendix E,Cost Proposal Form,attached hereto as Exhibit A. THE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED WITH THE PROPOSAL FAILURE TO SUBMIT THE REVISED COST PROPOSAL FORM WITH THE PROPOSAL SHALL DEEM PROPOSER RESPONSIVE. III. REVISION: Section 0300, Proposal Submittl Instructions and Format 3. Proposal Fermat, Tab 3. Scope of Services Proposed on page 17-18 of the RFP,is hereby amended as follows. Scope of Services Proposed Al!.responses to the below shall be in sufficient detail and include supporting documentation, as applicable,which will allow the Evaluation Committee to complete a fully review and score the proposed scope of services. 3.1.Approach and Methodology. Submit detailed information addressing how Bidder will achieve corrections of! z the deficiencies noted in the assessment of current conditions(Appendix H).Bidder shall address,with specificity, the materials,means and methods to be used in all repairs.Detaled product descriptions on aft materials are to be submitted. 3.1.2. If acolicable, submit proof that the Bidder is a certified applicator of the manufactured product(s)proposed. j t 32 Compliance with Codes and Standards.Submit detailed information, as applicable,on all codes(local,state or federal)and standards(e.g.,American Water Works Association,ASTM International,etc.)that will apply to this -project and how Bidder plans on complying with said codes,standards or other requirements. I3.3 Staffing Plan.Submit a detailed staffing plan indicates the availability of the personnel proposed to work on the Project.Bidder shall clearly detail the role of all sub-contractors proposed for the Project. RFP No.2018-076-ND Addendum#2 4/25/2018 MIAMI B EACHProcurement Department 1755 Meridian Ave,34 Ficcr,Miami Beach,Florida 33139 www.miamibeachfl.gov IV. ATTACHMENTS. Exhibit A:Revised Appendix E,Cost Proposal Form. V. RESPONSES TO QUESTIONS RECEIVED. Qt: How to obtain access to utiiities during project? Al: Public Works Operations will provide access to the utilities for pre-scheduled work. 02: Working hours,any restrictions? A2:Work is to be conducted during daylight hours and preferably between 8:00 a.m.and 7:00 p.m. 03: Are they are details of any structural repairs cr who will provide such de.aifs' A3: The structural repairs needed are addressed in the inspection reports, Appendix if of the solicitation. 04: What type of product specifications fcr concrete repairs and waterproofing details? A4: As stipulated in Section 0200, Instructions to Respondents 8 General Conditions, Section 2. Purpose,Bidders shall submit proposed materials,means,and methods(include detail information on products and processes)for completing the necessary repairs addressed in the assessments. 05: Is there an equal products specification for concrete or waterproofing details? AS: See response to item 04 above. Q6: Crack detail repairs? A6: See response to item 04 above. 07: Is there a specific color? Al: See response to item 04 above. 08: How many layers of waterproofing? A8: See response to item 04 above. 09: Do we need product applicator approval from manufacturers? A9: Flease refer to Section III.of this addendum 010: Any type of special insurance umbrella? A10: Please refer to Appendix F,Insurance Requirements,E.for umbrella liability requirements. 1 RFP No.2018-076-ND Addendum tt2 4/25/2018 MIAMI BEACHProcurement Department 1755 Meridian Ave,331 Floor,Miami Beach,Florida 33139 w.wN.miamibeact:tl.gov Q11. Can we work the two locations at the same time? Al?: Yes,both tanks can be worked on at the same time. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention cf the individual named below,with a copy to the City Clerk's Office at RafaelGranadc@miamibeact'.fl.gov Contact I Telephone: Email: Natalia Delgado 305-673-701:0 ext.6263 nataeadetcadc.^cmiamibeach8.coy Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. PetentiA proposers that have elected not to submit a response to the RFP are requested to complete and return the"Notice to Prospective Bidders' questionnaire with the reason(s)for not submitting a proposal. Si /, Der'. •rccu tent Director • E BE REMINDED THAT THE REVISED COST PROPOSAL FORM IS REQUIRED TO = a BMTTTED WITH THE PRO• • • • RFP No.2018-076-ND Addendum#2 4/24/2018 M I AM I B E AC HProcurement Department 1755 Meridian Ave,r Floor,Miami Beach,Florida 33139 wArw.miamibeachfl.gov EXHIBIT A Revised Cost Proposal Form HE REVISED COST PROPOSAL FORM IS REQUIRED TO BE SUBMITTED.WITH TH PROPOSAL RFP No.2018-076-ND Addendum#2 4/23/2018 MIAMI B EAC HProcurement Department 1755 Meridian Aye,3'1 Floor,Miami Beach,Fiocda 33139 www miamibeachtl•gov REVISED APPENDIX E COST PROPOSAL FORM FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND(IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. City of Miami Beach ITB Price Form • The TOTAL BASE BID amount includes the all-inclusive total cost for the work specified in this bid, consisting of furnishing all materials, labor, equipment, shoring, supervision, mobilization, demobilization, overhead and profit, insurance, permits, and taxes to complete the work to the tuft intent as shown or Indicated in the contract documents. Any or all alternates, if applicable, may be selected at the City's sole discretion and based on funding availability. BIDDER MUST SUBMIT THIS ITB PRICE FORM FULLY COMPLETED, INCLUDING SECTIONS 1 AND 2, AS PART OF THE BID RESPONSE. FAILURE TO DO SO SHALL DEEM THE BIDDER NONRESPONSIVE. In the event of arithmetical errors between the division totals and the total base bid, the Bidder agrees that the total base bid shall govern. In the event of a discrepancy between the numerical total base bid and the written total base bid, the written total base bid shall govern. In absence of totals submitted for any division cost, the City shall interpret as no bid for the division,which may disqualify bidder. s .. .,:. i,'.17 .°'r t—_ North Reservoir,4,000,000 Gallon Water Storage Tank Located at j :. 75th Street Water Pump Station No.23 { $ 75,560.00 South Reservoir,4,000,000 Gallon Water Storage Tank Located at I 75th Street Water Pump Station No.23 I$ 72,908.00 North Reservoir,3,000,000 Gallon Water Storage Tank Located at I • 451 Dade Boulevard,Miami Beach,Florida S 51.839.00 • South Reservoir,3,000,000 Gallon Water Storage Tank Located at I f 451 Dade Boulevard,Miami Beach, Florida j $ 50,201.00 Bond $ 8,394.00 Insurance : $ 5,200.00 SUBTOTAL $264,102•.00 Allowance for City Indemnification $25.00 • Permit Allowance I $20,000.00 'LUMP SUM TOTAL(TOTAL SECTION 1A) $234,127.00 • RFP No.2018-076-ND Addendum>r2 4/25/2018 M 1 A M 1 B E AC HProcurement Department 1755 Meridian Ave,31 Flecr,Miami Beach,Florida 33139 wtm.miamibeachfl.gov BASE CONTRACT SHALL BE BASED ON THIS AMOUNT - _ YY - • Annual Estimated Unit Total Item Description Quantity1 U/M Cost (Quantity_X_Unit_Cost) Hourly Rate—Regular (Monday through Friday 7:00 a.m.to Hourly 1 5:00 p.m.) 40 Rate $ 45.00 S 1,800.00 HourlyRate—Non Regular(Monday through Friday after 5:00 pm.or on Hourly • 2 Weekends) 20 Rate $ 67.50 ( $ 1,350.00 •• SUBTOTAL-LABOR $ 3,150.00 %Mark- ' Total up (Quantity_X_%Mark-up) Estimated Annual (lee Appendix 0 Item Description Cost' ,,,ss) Purchase of Related I� 3 Parts and Supplies I $1,000 I 15 % $ 150.00 SUBTOTAL—PARTS&SUPPLIES $ 1,150.00 TOTALSECTION1B 4,300.00 GRAND TOTAL(ITEMS 1A-1B) $288,427.00 'The estlma amounts stated nerein are fa caIcu atcn purposes cniy.ACI2larnoun may be greater or less man zne estimated amounts. 1 1 RCP No.2018-076-ND Addendum*2 4/23/2018 ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX F M I AM I B EAC Insurance Requirements RFP No . 2018-076-ND Exterior Repair and Coating of Prestressed Concrete Water Tanks PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 BID NO: 2018-076-ND CITYOF MIAMI BEACH MIAMI BEACH Insurance Requirements. The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami, 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 as required by Florida, with Statutory limits and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, contractual liability, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $2,000,000 combined single limit per occurrence, for bodily injury and property damage. D. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) E. Umbrella Liability with limits no less than $10,000,000. The umbrella coverage must be as broad as the primary General Liability coverage. F. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. G. Additional Insured Status. The City of Miami Beach must be covered as an additional insured with respect to liability arising out of work or operations performed by or on behalf of the Contractor. H. Waiver of Subrogation. Contractor hereby grants to City of Miami Beach a waiver of any right to subrogation which any insurer of the Contractor may acquire against the City of Miami Beach by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Miami Beach has received a waiver of subrogation endorsement from the insurer. I. Other Insurance Provisions. For any claims related to this project, the BID NO: 2018-076-ND CITYOF MIAMI BEACH 69 BEACH Contractor's coverage shall be primary insurance as respects the City of Miami Beach, its officials, officers, employees, and volunteers. Any insurance or self-insurance maintained by the City of Miami Beach shall be excess of the Contractor's insurance and shall not contribute with it. 1. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 2. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground) coverage. If any coverage required is written on a claims-made form: 3. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 4. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 5. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase extended period coverage for a minimum of five (5) years after completion of the contract work. 6. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management (or its designee) for review. 7. If the services involved lead-based paint or asbestos identification/ remediation, the Contractors Pollution Liability shall not contain lead- based paint or asbestos exclusions. If the services involve mold identification/remediation, the Contractors Pollution Liability shall not contain a mold exclusion and the definition of "Pollution" shall include microbial matter including mold. J. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII, unless otherwise acceptable to the City of Miami Beach Risk Management Office. K. Verification of Coverage Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Section. All certificates of insurance and endorsements are to be received prior to any work commencing. However, failure to obtain the required coverage prior to the work beginning shall not waive the Contractor's obligation to provide them. The City of Miami Beach reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. L. Special Risks or Circumstances The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. BID NO: 2018-076-ND CITYOF MIAMI BEACH ,.BEACH 70 Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 1755 Meridian Ave. 3rd Floor, 3RD 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. Balance of Page Intentionally Left Blank BID NO: 2018-076-ND CITYOF MIAMI BEACH 71 ,' BEACH APPENDIX Required Forms (Post-Award) ATTACHMENT 0-1: Form of Performance Bond ATTACHMENT D-2: Form of Payment Bond ATTACHMENT D-3: Certificate of Corporate Principal ATTACHMENT D-4: Performance and Payment Guaranty Form: Unconditional Letter of Credit ATTACHMENT D-5: Certificate of Substantial Completion ATTACHMENT D-6: Final Certificate of Payment ATTACHMENT D-7: Form of Final Receipt CITYOF MIAMI BEACH MIAMI BEACH 92 MIAMIBEACH D-1 FORM OF PERFORMANCE BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Performs the Contract between Contractor and City for construction of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains as a result of default by Contractor under the Contract; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever Contractor shall be, and declared by City to be, in default under the Contract, City having performed City obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if City elects, upon determination by City and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and City, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract CITYOF MIAMI BEACH MIAMI BEACH 93 D-1 FORM OF PERFORMANCE BOND (Continued) or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by City to Contractor under the Contract and any amendments thereto, less the amount properly paid by City to Contractor. No right of action shall accrue on this bond to or for the use of any person or corporation other than City named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 WITNESSES: (Name of Corporation) Secretary By: (Signature) (CORPORATE SEAL) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: CITYOF MIAMI BEACH MIAMI BEACH 94 D-2 FORM OF PAYMENT BOND BY THIS BOND, We , as Principal, hereinafter called Contractor , and , as Surety, are bound to the City of Miami Beach, Florida, as Obligee, hereinafter called City, in the amount of Dollars ($ ) for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of , 20 , with City which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if Contractor: 1. Pays City all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that City sustains because of default by Contractor under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by Contractor in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION. SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to Contractor a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with Contractor and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to Contractor and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against Contractor or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the Notice and Time Limitations provisions prescribed in Section 255.05(2), Florida Statutes. CITYOF MIAMI BEACH 1`r1IANI i BEACH 95 D-2 The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of , 20 . Contractor ATTEST: (Name of Corporation) By: (Secretary) (Signature) (Corporate Seal) (Print Name and Title) day of , 20 IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney-in-Fact Address: (Street) (City/State/Zip Code) Telephone No.: CITYOF MIAMI BEACH MIAMI BEACH 96 D-3 CERTIFICATE AS TO CORPORATE PRINCIPAL I. , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says •that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by CITYOF MIAMI BEACH MIAMI BEACH 97 D-4 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL LETTER OF CREDIT: Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami Beach Amount: 1700 Convention Center Drive in United States Funds Miami Beach, Florida 33139 Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) at by order (branch address) of and for the account of (contractor, applicant, customer) up to an aggregate amount, in United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (contractor, applicant, customer) agreed upon by and between the City of Miami Beach, Florida and (contractor), pursuant to the (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes. Drafts must be drawn and negotiated not later than (expiration date) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami Beach with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the City that this Letter of Credit will expire prior to performance of the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or CITYOF MIAMI BEACH MIAMI BEACH 98 D-4 agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the . (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature CITYOF MIAMI BEACH MIAMI BEACH 99 D-5 CERTIFICATE OF SUBSTANTIAL COMPLETION: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor : CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: PROJECT OR DESIGNATED PORTION SHALL INCLUDE: The Work performed under this Contract has been reviewed and found to be substantially complete and all documents required to be submitted by Contractor under the Contract Documents have been received and accepted. The Date of Substantial Completion of the Project or portion thereof designated above is hereby established as which is also the date of commencement of applicable warranties required by the Contract Documents, except as stated below. DEFINITION OF DATE OF SUBSTANTIAL COMPLETION The Date of Substantial Completion of the Work or portion thereof designated by City is the date certified by Consultant when all conditions and requirements of permits and regulatory agencies have been satisfied and the Work, is sufficiently complete in accordance with the Contract Documents, so the Project is available for beneficial occupancy by City. A Certificate of Occupancy must be issued for Substantial Completion to be achieved, however, the issuance of a Certificate of Occupancy or the date thereof are not to be determinative of the achievement or date of Substantial Completion. A list of items to be completed or corrected, prepared by Consultant and approved by City, is attached hereto. The failure to include any items on such list does not alter the responsibility of Contractor to complete all work in accordance with the Contract Documents. The date of commencement of warranties for items on the attached list will be the date of final payment unless otherwise agreed in writing. CITYOF MIAMI BEACH MIAMI BEACH 100 D-5 Consultant BY DATE In accordance with Section 2.2 of the Contract, Contractor will complete or correct the work on the list of items attached hereto within from the above Date of Substantial Completion. Consultant BY DATE City, through the Contract Administrator, accepts the Work or portion thereof designated by City as substantially complete and will assume full possession thereof at (time) on (date). City of Miami Beach, Florida By Contract Administrator Date The responsibilities of City and Contractor for security, maintenance, heat, utilities, damage to the work and insurance shall be as follows: CITYOF MIAMI BEACH I\ALAMI BEACH 101 D-6 FINAL CERTIFICATE OF PAYMENT: PROJECT: Consultant: (name, address) BID/CONTRACT NUMBER: TO (City): Contractor: CONTRACT FOR: NOTICE TO PROCEED DATE: DATE OF ISSUANCE: All conditions or requirements of any permits or regulatory agencies have been satisfied. The documents required by Section 5.2 of the Contract, and the final bill of materials, if required, have been received and accepted. The Work required by the Contract Documents has been reviewed and the undersigned certifies that the Work, including minor corrective work, has been completed in accordance with the provision of the Contract Documents and is accepted under the terms and conditions thereof. Consultant BY DATE City, through the Contract Administrator, accepts the work as fully complete and will assume full possession thereof at (time) (date) City of Miami Beach, Florida By Contract Administrator Date CITYOF MIAMI BEACH MIAMI BEACH 102 D-7 FORM OF FINAL RECEIPT: [The following form will be used to show receipt of final payment for this Contract.] FINAL RECEIPT FOR CONTRACT NO. Received this day of , 20 , from City of Miami Beach, Florida, the sum of Dollars ($ ) as full and final payment to Contractor for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. Contractor hereby indemnifies and releases City from all liens and claims whatsoever arising out of the Contract and Project. Contractor hereby certifies that all persons doing work upon or furnishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, Contractor may submit a consent of surety to final payment in a form satisfactory to City. Contractor further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. [If incorporated sign below.] Contractor ATTEST: (Name of Corporation) • By: (Secretary) — (Signature) ----- ---- ( 9 ) (Corporate Seal) (Print Name and Title) day of , 20 (If not incorporated sign below.] Contractor WITNESSES: (Name of Firm) By: (Signature) (Print Name and Title) day of , 20_ CITYOF MIAMI BEACH `,,1,;A.`v1. BEACH 103