Loading...
Contract with Tecta America South Florida Inc. MIAMIBEACH CONTRACT THIS CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida, ("City"), and Tecta America South Florida Inc., 1431 SW 30 Avenue, Deerfield Beach, FL. 33442 ("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 Bid Location 2, the 12th Street Parking Garage, located at 512-12th Street, Miami Beach (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 will not be issued until Contractor's submission to City of all required documents (including but not 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 ninty (90) calendar days from the issuance of the first 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 Consultant as the date of 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 five hundred dollars ($500.00) for each calendar day after the time specified in Section ITB 2018-232-ZD Waterproofing, Traffic Coasting Services for Parking Garage Decks 12th Street Garage (Individual Projects) Page 1 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 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. ITB 2018-232-ZD Waterproofing, Traffic Coasting Services for Parking Garage Decks 12th Street Garage (Individual Projects) Page 2 [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 $425,000.00, consisting of a base bid in the amount of $375,000.00 and a separate line item in the amount of $30,000.00 for Permits Allowance and a separate line item in the amount of $20,000.00 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 and permits allowance, 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 ITB 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 and City. 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 ITB Section 0500, Sub-Section 43. 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 ITB 2018-232-ZD Waterproofing, Traffic Coasting Services for Parking Garage Decks 12th Street Garage (Individual Projects) Page 3 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 ITB Section 0500, Sub- Section 43, 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 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 (ITB Attachment D-6) shall be issued by Consultant, over its ITB 2018-232-ZD Waterproofing, Traffic Coasting Services for Parking Garage Decks 12th Street Garage (Individual Projects) Page 4 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 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 ITB 2018-232-ZD Waterproofing, Traffic Coasting Services for Parking Garage Decks 12th Street Garage (Individual Projects) Page 5 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: Property Management Department 1833 Bay Road Miami Beach, FL. 33139 Attn: Adrian Morales - Director Phone: 305-673-700 Ext. 2932 Email: adrianmorales(amiamibeachfl.gov With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 ITB 2018-232-ZD Waterproofing, Traffic Coasting Services for Parking Garage Decks 12`h Street Garage (Individual Projects) Page 6 For Contractor: Tecta America South Florida Inc. 1431 SW 30 Avenue Deerfield Beach, FL. 33442 Attn: Enrico EastmondNice President Phone: 854-227-0715 Email: wbisognani(a�tectaamerica.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 Section 28 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. 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 ITB 2018-232-ZD Waterproofing, Traffic Coasting Services for Parking Garage Decks 12th Street Garage (Individual Projects) 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 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. ITB 2018-232-ZD Waterproofing, Traffic Coasting Services for Parking Garage Decks 12th Street Garage (Individual Projects) Page 8 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 county shall enforce the Default in accordance with the provisions set forth in the General Terms and Conditions, Article 16. THE REMAINDER OF THIS PAGE IS LEFT BLANK ITB 2018-232-ZD Waterproofing, Traffic Coasting Services for Parking Garage Decks 12th Street Garage (Individual Projects) Page 9 IN WITNESS WHEREOF, the parties have set their hands and seals the day and year first above written. ATTEST: 3- P. .......... pit HE CITY OF MIAMI BEACH, FLORIDA - . oe TINCORP ORT " * 11billi"."- Rafae 7)S AT :' City Clerk 4� . /. �\ ••',`"J amyl . Mora -s, City Manager ,h,�Cf •26�� �� ' ATTEST: ' h �M ' TECTA .MERICA SOUTH FLORIDA INC '7)2,a_f_,,e)L- 96 Signature/Secretary Signature/President rf &c-A-e c e fl dam. cS ' �b t r t Print Name Print Name / /7/7d '— ?C/ q Date ATTACHMENTS ATTACHMENT A - Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B - Invitation to Bid ("ITB") ATTACHMENT C - Bidder's Response to the ITB 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 1 i i 1.L- + City Atto•ey `r Date ITB 2018-232-ZD Waterproofing, Traffic Coasting Services for Parking Garage Decks 12th Street Garage (Individual Projects) Page 10 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION MEMORANDUM Agenda Item C JF MIAMIBEACH Date 3 I� Procurement Department, 1755 Meridian Avenue, 3"'Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov, 305-673-7490 COMMISSION MEMORANDUM TO: Mayor Dan Gelber and Members the City C mission FROM: Jimmy L. Morales, City Manager DATE: February 13, 2019 SUBJECT: REQUEST FOR APPROVA TO AWARD A CONTRACT PURSUANT TO INVITATION TO BID (ITB) O. 2018-232-ZD FOR WATERPROOFING - TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES (INDIVIDUAL PROJECTS). RECOMMENDATION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Manager's recommendation pertaining to the bids received, pursuant to ITB No. 2018-232-ZD, for Waterproofing - Traffic Coating Services for Parking Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages(Individual Projects). ANALYSIS The City currently owns and operates parking garages located on 17th 12th 16th Street and at 1755 Meridian Avenue. The lanes and decks at these parking garage, especially the top floor, have develop cracks due to expansion and contraction,which with time get larger and allow water to penetrate the concrete and oxidize the rebars. This process can cause the concrete to explode over time. Continuous monitoring and maintenance to upkeep the parking garage is critical. As a result, the staff prepared plans and specifications to seek proposals from qualified firms to provide the waterproofing — traffic coating and concrete repairs necessary for these parking garages. ITB PROCESS ITB No. 2018-232-ZD,was issued on August 13, 2018,with a bid opening date of November 9, 2018. Nine(9)addenda were issued. The Procurement Department issued bid notices to 127 companies utilizing www.publicpurchase.com website and 341 via email notification. Seventy-nine (79) prospective bidders accessed the advertised solicitation. The notices resulted in the receipt of eleven (11) responses from: Alpha Insulation & Water Proofing, Inc., Florida Lemark Corporation, Florida Construction & Engineering, Inc., EZ Caulking and Waterproofing, Inc., Tendon Systems LLC, Tecta America South Florida, Matcon Construction Services Inc., Contracting Specialists Incorporated, Cunano Builders, Corp., General Caulking & Coatings Co. Inc. and Restocon Corporation. The ITB stated that the lowest responsive, responsible bidder meeting all terms, conditions, and specifications of the ITB will be recommended for award. After conducting its due diligence,the Procurement and Property Management Departments verified the four bidders listed below as the lowest responsive, responsible bidder who met the minimum requirements of licensure and bid bond and submittal requirements, which included proof that the bidder is a certified applicator of the proposed manufacturer and that the bidder will comply with local workforce requirements (as applicable). Below is the list of lowest responsive, responsible bidders per Bid Location (see Attachment A for Bid Tabulation): 101 Commission Memorandum ITB 2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET,AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) Page I 3 KEY INTENDED OUTCOMES SUPPORTED Build and Maintain Priority Infrastructure with Full Accountability FINANCIAL INFORMATION Expenditures will e based on previously approved funding. JLM /MT/AM/ D/B/ AG T:\AGENDA\2019\02 February\Procurement\ITB 2018-232-ZD Waterproofing\ITB 2018-232-ZD Waterproofing 20190205.doc 103 Commission Memorandum ITB 2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET,AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) Page 12 • Bid Location 1 — 17th Street: Florida Construction & Engineering, Inc. • Bid Location 2— 12th Street: Tecta America South Florida. • Bid Location 3 — 16th Street: Tendon Systems LLC. • Bid Location 4 - 1755 Meridian Avenue: EZ Caulking &Waterproofing, Inc. Below is a brief summary of the lowest responsive, responsible bidders as provided in their responses: Florida Construction & Engineering, Inc. According to the information provided by Florida Construction&Engineering, Inc.,the bidder has been registered to do business in Florida for 20 years and licensed by the State of Florida as a general contractor for over 30 years. The bidder has also worked on similar projects in scope for the Merrick Place Garage and the Museum Garage in the City of Coral Gables. The bidder has also provided in its bid that the expansion joints used for this project will contain 15% recycle material. Tecta America South Florida Tecta America South Florida stated in its bid that they have been licensed by the State of Florida as a roofing contractor for 18 years while also registered to do business in the State of Florida for over 20 years. The bidder was hired as a subcontractor for the Miami Beach Convention Center renovation project by Clark Construction to perform waterproofing and traffic coating services. The bidder has also worked on other project similar in scope for the Brickell City Centre and Coco Walk as a subcontractor for Juneau Construction. Tendon Systems LLC According to the information provided by Tendon Systems LLC, the bidder is a Georgia corporation that has been registered to do business in the State of Florida since 2005 and currently licensed by the State of Florida as a general contractor.The bidder has performed concrete repairs and traffic deck coating for parking garages at the One Coca-Cola Plaza and John Marshall Law School in Atlanta, Georgia. The bidder will also attempt to hire at least ten (10) local workers to complete the project. EZ Caulking &Waterproofing Inc. EZ Caulking & Waterproofing Inc. stated in its bid that they have been registered to do business in Florida for 10 years and licensed by the State of Florida as a general contractor for the same period. The bidder has also performed concrete restoration and traffic deck coating for the Northport parking garage in Fort Lauderdale, the Miami Dade College Interamerican campus and Baptist Hospital Parking Garage 3 located in the Miami Dade subcommunity of Kendall. Although the bidder is headquartered in Pompano Beach, EZ Caulking will use already hired employees from Miami Dade County. CONCLUSION After considering the bids received and the evaluation of staff, pursuant to Invitation to Bid (ITB)No.2018-232-ZD,for waterproofing—traffic coating services for parking garage decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue garages (individual Projects), I recommend that the Mayor and City Commission of the City of Miami Beach, Florida, approve the award of a contracts as follows: Florida Construction&Engineering, Inc.for Bid Location 1; Tecta America South Florida for Bid Location 2; Tendon Systems LLC for Bid Location 3; and EZ Caulking &Waterproofing Inc. for Bid Location 4; and further authorize the City Manager and City Clerk to execute a contract. 102 ATTACHMENT A:BID TABULATION ITB 2018-232-ZD FOR WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET,AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) Bid Location 1 Bid Location 2 Bid Location 3 Bid Location 4 Bidders 17th Street 12th Street 16th Street 1755 Meridian Ave Cunano Builders Corp $1,349,250.00 $784,860.00 $2,488,745f—.00 $2244088_,1-_90.00 Alpha Insulation and Waterproofing, Inc $1,167,490.00 N/B N/B $1,725,000.00 Florida Lemark Corporation $841,711. $589,076.51: $2,297,183.60 $1,560,620.58 Restocon Corporation $772,407.00 $748,167.00 $1,896,021.00 $1,371,445.00 EZ Caulking& Waterproofing Inc. $703,559.00 $466,924.00 $1,649,808.00 $1,023,872.003 Florida Construction& Engineering, Inc. $703,315.001 $670,885.00 $1,901,690.00 $1,761,100.00 General Caulking& Coating Co., Inc. z $711;155.00 irk/B $1,040,160.00 Contracting Specialists Incorporated $1,667,585.00 $947,450.00 $2,582,230.00 $2,367,360.00 Tendon Systems LLC r : $962,510.00- $489,370.00 $1,632,976.002 - $1,695,989.00 Tecta America South Horid $767,500.00 $425,000.00' $1,735,000.00 $1,542,000.00 Matcon Construction Services Inc. -',$912,551:00 $464,641.00 $1,659,481.00 $1,124,607.00 'Lowest Bidder for the Bid Location and recommended for award. 'Lowest Bidder for the Bid Location and recommended for award. Base price submitted by the bidder is$1,502,976,plus Permits Allowance of $90,000.00,plus owner's contingency of$40,000.00,for a total Lump Sum amount of$1,632,976.00. Therefore, local workforce and prevailing wage requirements apply. 'Lowest Bidder for the Bid Location and recommended for award. Base price submitted by the bidder is$888,772.00,plus Permits Allowance of $95,000.00,plus$40,000.00 for a total Lump Sum amount of$1,023,872.00. Therefore, local workforce and prevailing wage requirements do not apply. ATTACHMENT B SOLICITATION (ITB) AND ADDENDUMS MIAMIBEACH d Procurement Department, 1755 Meridian Avenue, 3 Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 9 INVITATION TO BID NO.2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES (INDIVIDUAL PROJECTS) November 2, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). No further questions will be considered,and no further extensions will be made. I. MODIFICATION(S): 1) Product Substitution/Approved Equal The following products/manufacturers have been additionally approved providing that the bidder, with bid or within 2 days of request by the City, provide a written warranty from the manufacturer against defects of materials for a period of ten (10) years, beginning with date of substantial completion of the project. • Erie Metal Specialties, Inc. CST Traffic Grade Pre-Compressed Foam Seal II. RESPONSES TO QUESTIONS RECEIVED: Q1. How may I have access to the plans /drawings? Having reviewed Having reviewed Addendum No. 5 will garages 16th Street and 12th Street garages becoated with the N.O.A. Urethane system consisting of (74 dry mils) and not the epoxy with sand systems (123 dry mils) originally in the specifications. Please advise. Al. Yes, the 12th & 16th St Parking Garages must be coated with the 123 mils product. These garages are heavily traveled. Q2. Concerning the Question No. 31 of Addendum No.5, "Will the City Require N.O.A for Expansion Joints?"and Answer No. 31 Yes, the City will require a N.O.A. From our research we cannot find where permitting requires a N.O.A. for Expansion joints, nor were any of the expansion joint manufacturer products have been granted an N.O.A by Miami Dade County. As was done on the Traffic Coating systems, please provide the expansion joint manufacturers that have a N.O.A. approval. A2. The City will not require N.O.A.for expansion joints. Please disregard response A31 of Addendum No. 5. 1 ADDENDUM NO.9 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 15TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) Q3. There is currently a project on the street for the 17th street parking garage for all the structural repairs which require all of the concrete repairs for the top level. This would reduce the scope of this project. Please confirm if the concrete repairs are part of the scope for the 17th Street Parking Garage. Per the Crack Repairs Specification in Addendum No. 5 Exhibit C, shows a structural repair to cracks that would be under the New Traffic coating. Performing a structural crack repair per your Exhibit C can cause the concrete deck to crack 4 to 6 inches on either side of the structural crack repair. This would then deflect into the new traffic coating causing the coating to crack, this would not be a warranty item, repair cost would be the responsibility of the City. Normally performing a structural crack repair would have a Licensed Structural Engineer involved providing a signed and sealed detail due to the seriousness of a structural repair. In the industry it has been acceptable to route and seal cracks with an urethane sealant and then the application of primer and a 4 to 6 inch wide ban of base coat over the sealed crack(see detail attached)acceptable to the coating manufacturer who is providing the warranty. A3. The City's structural engineer has noted specifications on crack repairs in drawing provided within Addendum 5 Exhibit C. Contractors shall follow these specifications. Q4. Should we use the least expensive System as the Base Bid and provide you others as Alternates Systems? A4. Contractor may use alternate systems, provided that the manufacturer provide a 10 year material warranty to the City. Q5. Or should we keep Sika as the Base Bid product? A5. Refer to response A4 above. Q6. In the three new systems deemed as approved, the Epoxy coating option is not included, will Sika 720/22 Low Mod still be used or just the Sika 720/745? A6. The 720/22 Low Mod and 720/745 Sika systems or approved equals are to be utilized on the 12th and 16th Street Parking Garages and 17th and 1755 Meridian Ave Parking Garages, respectively. In addition, all manufacturers must provide the City a 10 Year material warranty. Q7. In Addendum 5 specified the use of Emseal DSM as the chosen expansion joint for all parking garages, but existing systems are Emseal Thermaflex, and some are just backer rod and caulking. Should we provide pricing as if the intention is to install the DSM in all of them? Al. After further review, contractors need to use Emseal —Thermaflex expansion joints, on the 12th, 16th & 17th St Parking garages. On the center of the top deck of the 1755 parking garage, contractors need to replace the existing caulking like material, with one of equal quality. Q8. Also some of them have an aluminum cover, should this cover be included in all Expansion joints? A8. No need to include coves in 12th, 17th, 1755 Parking garages. Existing covers have to be removed and replaced on the 16th St Parking garage, after new expansion joints have been replaced. 2 ADDENDUM NO.9 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) i Q9. I noticed that many of the Ramps to the Elevators, and the wash pours around them at PG 1755 Meridian are cracked and loose. They need to be demolished and rebuilt. Some of them have more than 4" thickness. Should we include this in the Bid? Is there going to be an Addendum about this item? A9. No need to demolish & rebuild the wash pours. These are not structural elements. Contractors only need to coat with the same waterproofing system to be applied at the parking decks. 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: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson(a,miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si�� AI:x Denis Pr• u - ent Director • 3 ADDENDUM NO.9 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) MIAMI BEACH rd Procurement Department, 1755 Meridian Avenue, 3 Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 8 INVITATION TO BID NO. 2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) October 30, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, November 9, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(amiamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson(c�miamibeachfl.00v Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the 'Notice to 4eelY pective Bidders"questionnaire with the reason(s)for not submitting a proposal. 2....../(/„...1 . D s Proc ent Director • 1 ADDENDUM NO.8 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO.7 INVITATION TO BID NO. 2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) October 25, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, November 2, 2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoc1 miamibeachfl.gov • Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext.6943 zuleikadavidsonmiamibeachfl.qov A Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Pro ective Bidders"questionnaire with the reason(s)for not submitting a proposal. in e ly, ce lex De,' rocur� ent Director 1 ADDENDUM NO.7 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH,16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 6 INVITATION TO BID NO. 2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES (INDIVIDUAL PROJECTS) This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, October 26, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado a(�miamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidsonmiamibeachfl.qov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that ha e elected not to submit a response to the ITB are requested to complete and return the "Notice to Pros c _ Bidders"questionnaire with the reason(s)for not submitting a proposal. Sicerl , 7.10 g-• Ale Deni: Pr cure - Director 1 ADDENDUM NO.6 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 5 INVITATION TO BID NO. 2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET,AND 1755 MERIDIAN AVENUE GARAGES (INDIVIDUAL PROJECTS) This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITS is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). No further questions will be considered,and no further extensions will be made. I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, October 26, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. II. DELETE Appendix E, ITB Price Form 1 through ITS Price Form 4, in its entirety, and REPLACE with the Revised ITB Price Forms, included herein as Exhibit A. Failure to submit the attached Revised ITB Price Forms (REVISION 1)shall render the proposal non- responsive,and said non-responsive proposal shall not be considered by the City. III. ATTACHMENT(S): 1) Exhibit A-Revised ITB Price Form 2) Exhibit B-Pre-Bid Meeting Sign-In Sheet 3) Exhibit C-Crack Repairs Specifications IV. MODIFICATION(S): 1) Product Substitution/Approved Equal The following products/manufacturers have been deemed as approved provide that the bidder,with bid or within 2 days of request by the City, provide a written warranty from the manufacturer against defects of materials for a period of ten (10)years, beginning with date of substantial completion of the project. • Tremco Vulkem 350NF/346/346 • BASF Products 2500 System • Lymtal International, Inc. Iso-Flex 780/750 Waterproofing System 1 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH. 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) 2) Section 0400. Bid Submittal Requirements and Format, Tab D. has been modified as follows: • Manufacturer Certification: Bidder shall be a certified applicator of the proposed manufacturer, if applicable. The City may require proof that the bidder is certified by the manufacturer as an applicator and that the bidder has been trained and approved in the handling, mixing, and application of the products to be used. If required, certification shall be provided within 2 business days of request by the City. V. RESPONSES TO QUESTIONS RECEIVED: Q1. How may I have access to the plans/drawings? Al. Please refer to Addendum No.1 published on www.publicpurchase.com. Q2. Our Surety company is looking for clarification on the Bid Bond requirement. Are we to submit a Bid Bond in the amount of 5% of the proposal for EACH garage individually or for the total amount for all four(4)garages combined? A2. A bid bond is required in the amount of 5% for each project Prospective Bidders submit a price for. Each project will be considered for award individually. Q3. There is currently a project on the street for the 17th street parking garage for all the structural repairs which require all of the concrete repairs for the top level. This would reduce the scope of this project. Please confirm if the concrete repairs are part of the scope for the 17th Street Parking Garage. A3. For the 17th Street Parking Garage, (under this ITB), only waterproofing of the top deck and the ramp leading to the top deck are part of the scope. Q4. What is the turnaround time for payment on approved work? A4. In accordance with Section 218.735, F.S. Q5. Is Douglas Wood Associates the Engineer that performed the design for all the below garage restoration programs that are going out to bid? A5. No. Q6. Per the ITB summary it stated to go to public website to download the drawings and specs. The only item posted is the spec/bid form.Will there be any repair documents being posted to look at? A6. All attachments pertaining to this project have been published through publicpurchase.com. Q7. Also, were these engineering services procured through an on-call contract or an independent solicitation? AT. Neither. Q8. Is the pre-bid meeting mandatory? A8. No. 2 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) Q9. Please provide information about prevailing wage rate(s) applicable to these projects. A9. Prevailing wages are applicable to each individual parking garage whose construction costs exceeds $1,000,000.00. Q10. Please provide a Pre-Bid Conference Attendee List. A10. Please refer to Exhibit B of this addendum. Q1 1. Is one bid bond referencing each project sufficient or should we submit four separate bid bonds? Al1. A separate bid bond is required for each parking garage a Contractor may be bidding on. For example, if bidding on all four(4) parking garages,four(4) bid bonds are required with the bid. Q12. Please define working hours for each parking garage. Al2. 7:00 a.m. —7:00 p.m.-Monday thru Sunday. Q13. How much of the deck are we allowed to close at one time for each garage? A13. Before partial closure of the parking garages can start; The ENTIRE top deck and exposed ramps leading up to it, except the 17th Street Parking Garage, needs to have concrete repairs and be waterproofed. 17th Street Parking Garage top deck will only need to be waterproofed in two phases, the West and East halves. Partial Closure of the lower decks will be done as follows: 12th Street Parking Garage Concrete Repairs: Shall be done on the North half of an entire floor, when finished continue with the waterproofing of the parking spaces ONLY (to be done in 2 weeks). Once the North half is completed, then continue with the South half. Once completed continue to work with the other floor. NOTE: Any exposed areas in second or third floors need to be waterproofed also. Contractor to include M.O.T. 16th Street Parking Garage Concrete Repair of the outer half of a parking deck and waterproofing of the parking spaces only shall be done within 2 weeks. Once completed, Contractor will do the inner half(2 weeks). Once completed continue with other floors. NOTE:. Contractor to include M.O.T. 1755 Meridian Ave . Parking Garage Concrete Repairs of the total area (described as follows) and the waterproofing of parking spaces within each area) shall be done in a 2 week period: EAST— 1/3 of 2Nu and 3rd floors, CENTER — 1/3 of 2ND and 3rd floors, EAST 1/3 of 4th, 5th and 6th floors, CENTER 1/3 of 4th, 5th and 6th floors, the EAST half of ramp on the 2ND and 3rd floors, the WEST half of ramp on the 2nd and 3rd floors, the EAST half of ramp on 4th, Stn and 6th floors, and the WEST half of ramp on 4th 5th and 6th floors. NOTE: Contractor to include M.O.T. 17th Street Parking Garage ONLY the top deck waterproofing and ramp leading to top deck are being requested in this ITB. 3 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) Q14. All four (4) garages have the same ITB 2018-232-ZD; are we obligated to bid all garages or just the one we're comfortable with? A14. Refer to response A2 above. Q15. Who will coordinate the closing of the garages? A15. The City's designated Project Manager. Q16. How does the City anticipate awarding this project? A16. Refer to Section 0200, Instructions to Bidders, Subsection 10. Method of Award of the ITB. Q 17. Will the City provide the signs to block off all of the areas for each of the garages? A17. No. The Contractor(s)are responsible for maintenance of traffic(MOT). Q18. Work for parking garages at 17th Street and 1755 Meridian Ave. cannot run simultaneously. Can work on the other two, 12th and 16th Street garages be at the same time? A18. To be determined after award. Q19. If you have (4)awarded contractors, one for each garage, what would be the City's priority for each of the garages taken into consideration that work cannot be at the same time for 17th Street and 1755 Meridian Ave. garages. A19. The 1755 Meridian Ave. parking garage will be prioritized. Q20. On the concrete repairs the quantities need to be provided so that everyone bids the same, are items and quantities available or will they be provided? A20. There are no quantities available. Contractors need to visit all of the parking garages and estimate quantities. City will check each area before waterproofing is started, to make sure all cracks have been repaired as per specifications. 021. Usually it is an industry standard to have linear or square foot area. Are there discoverables allotted for this project? A21. No, the City will not allow additional linear feet or square foot areas as discoverables. City will allow an owner's contingency line in the solicitation for unforeseen items. Contractor must notify and receive prior approval from the City before doing any repairs on unforeseen items. Refer to Exhibit A of this addendum for the revised ITB Price forms. Q22. Would you stagger the start dates for all (4) garages so that you don't lose parking on all at the same time? A22. Yes, the City's Project Manager will stagger the dates for all of the garages as it deems necessary. 4 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH,17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) Q23. Since you are asking for a 10 year labor and material warranty, can we get a written description from the product's manufacturer on the definition of material defect over the 10 year period? A23. No. It is the Contractors responsibility to obtain the 10 year labor and material warranty from the selected manufacturer that has approved and qualified said contractor to apply and warrant its product. Q24. During the Pre-Bid meeting, it was mentioned that all slabs are to receive vehicular traffic coating. Please confirm ground floor slabs on grade are not included. A24. Confirmed. Ground floor slabs are not included; no coating. Q25. Confused as to the scope of work for this project. Are we waterproofing all decks for all garages? A25. Yes, all decks excluding the ground floors. The exception is for the 17th Street Parking Garage which requires waterproofing on the ramp leading to the top deck and the top deck only. 026. The project description mentions conducting repairs to the expansion joints. However, there are no specifications for expansion joints. Please confirm. A26. Contractor needs to use Sika or EMSEAL DSM System for Expansion Joints or approved equal. Contractor needs to supply the necessary materials for indents, also. Q27. Is the 10 year warranty required for the expansion joints as well? A27. No. Manufacturer of expansion joints and installation Contractor need to provide the City with a five (5)year warranty on materials and labor for expansion joints. Q28. What manufacturers can be used for the expansion joint repairs? A28. Sika or EMseal - DSM Systems or approved equal. Refer to Section 0500, General Terms and Conditions, Subsection 59, "Or Equal" clause of the ITB for instructions on submitting requests for substitution. Q29. Do you have a standard warranty with language that you want signed or can we do the warranties ourselves with our own language? A29. Refer to response A23 above. Q30. Expansion joints will be hard to provide for a 10 year warranty. Please confirm. A30. Refer to response A27 above. Q31. Permits are necessary for the expansion joint repairs. The systems require Notice of Acceptance (NOA).Will the City require an NOA? A31. Yes, the City will require a N.O.A. Q32. An option may be to acquire a one-time NOA.Will the City pay for the one-time NOA? A32. No. 5 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) Q33. Is there a permit charge consideration? Will the bidder be expected to include permit fees in the lump sum? A33. The City will include in allowance amount as part of the ITB Price Form per garage. Refer to Exhibit A of this addendum. Q34. Are Contractors to provide the approved equal brands prior to the bid if they so wish to present one for approval and then everyone will know it has been approved or are we to submit it with the bid? A34. Contractors may submit requests for approved equal prior to the bid. If submitting with the bid, Contractors shall refer to Section 0500, General Terms and Conditions, Subsection 59, "Or Equal" clause of the ITB for instructions on submitting requests for substitution. Also, refer to Section IV, Modifications of this addendum for approved equals. Q35. Will you let all the bidders know if another product has been approved? A35. The products/manufacturers that have been identified thus far as equals have been listed in Section IV, Modifications of this addendum. Refer to Section 0500, General Terms and Conditions, Subsection 59, "Or Equal" clause of the ITB for instructions on submitting requests for substitution. Q36. It may be to the City's best interest to provide quantities so that all bidders provide a price for the same. A36. The City will not provide quantities. It is the Contractor's responsibility to visit all of the parking garages and estimate quantities. The City will inspect the concrete decks to assure all cracks are taken care of before starting the waterproofing. Refer to Exhibit A of this addendum for revised ITB Price forms. Q37. There is a lot of concern regarding the concrete repairs of this project as you can have a spall that turns into a massive structural issue and will not be an aesthetic repair which can completely change the entire scope of work. Has any consideration been taken towards any forms of forensic imaging, core samples, or any form of premeditated determination as to what could potentially be in the slabs, hollow slabs, and delamination.Would that be the City will be looking into? A37. No. If a normal repair uncovers a major problem, Contractor must stop and show the Project Manager for evaluation. Associated costs with approved repairs may be included as part of the contingencies allotted for each parking garage. Q38. These are multi-level structures. Careful consideration needs to be given on what may be underlying issues for these parking garages. Will there be other types of repairs than just crack repairs? A38. Yes, there are other concrete repairs to be done such as rebar exposure and broken slabs. When the Contractor finds partially exposed rebar, it needs to chip around the rebar, brush to remove rust, coat with cementitious corrosion inhibit primer (Almatec 110 Epocom or Approved Equal) and then fill hole with repair mortar (Sikatop 122 Plus or Approved Equal). Q39. Will water and power be provided to the Contractors by the City? A39. Water will be provided by the City. However, electrical power will not be provided by the City; the Contractor must provide its own generator for power supply. 6 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) f Q40. Will parking be provided at no cost to the Contractors? If so, what are there a maximum number of allotted parking spaces for each garage for the Contractors? A40. Yes, a maximum of 10 parking spaces will be provided at parking garage work is being performed. Q41. How about storage area for the material for these garages? Will there be an area where we can store our materials? A41. Contractor shall provide its own storage container. The City will allow placement of the storage container outside of each parking garage. It must be removed from location once work of project has been completed by the Contractor. The City is not responsible for damages, losses or contents of the storage container. Q42. Will we also have access to the electrical room? A42. No access will be granted to any of the electrical rooms. Q43. Are there specifications available for the concrete repairs? A43. Yes, please refer to Exhibit C of this addendum. Q44. Will ready-mix be acceptable? A44. No. Q45. What are the minimum requirements for concrete repairs, past experience? A45. Refer to (page 14) Section 0300. Minimum Qualifications and Requirements of the ITB for minimum requirements. Q46. Is there a specific warranty schedule for the concrete repairs or is directly conducive to the waterproofing coatings and the expansion joints? A46. No, it is conducive to waterproofing. Q47. I noticed that 12th street garage had two separate garages within the same building. Neither one of them connected to each other and the entrance to the one of them was not 12th street. Are both of these garages considered one or is it in fact two separate ones? A47. The police garage is not under consideration; the buildings are separated. Q48. On the 17th Street Garage will waterproofing be applied only on the top floor? A48. Refer to response A25 above. Q49. On the 12th Street Garage will waterproofing be applied on all floors? A49. Yes,waterproofing will be applied on all floors, except ground floor. 050. Are all the corridors that lead to elevators and stairs are also to be painted? A50. No. 7 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) 051. Can you please confirm that the contractor warranty on this is limited to one year and this 10 year warranty is a pass through from the manufacturer to the owner and not an obligation of the contractor/surety? A51. It will vary by manufacturer. Q52. Our bonding company has notified us that in order for them to issue the bid and performance and payment bonds in the amount of $5,008,900 (Total estimated amount of this bid), they require a funds control company to maintain an escrow account to control the finances. In that scenario, the funds control company will utilize the approved schedule of value and distribute the payments accordingly on every pay application. This scenario is in everyone's benefit as all subcontractors, suppliers and services will get paid promptly. In order for the above, would the City of Miami Beach approve either a joint payment agreement and issue joint checks or accept the contractor's request to assign its receivables to a second party (i.e.The Funds control party)? A52. Payment and Performance bonds will be required by garage awarded, not in total. The City will not approve joint payment agreements. 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 RafaelGranadoa..miamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson(a.miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sinc:- ee Alex Penis Proc rement ector 8 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) Exhibit A- Revised ITB Price Form Faijure to submit the attached"Revised ITS Price Forms (REVISION 1) shall render the proposal non-responsive, and said non-responsive proposal shall not be considered by the 9 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) A-1 City of Miami Beach ITB PRICE FORM-1 (REVISION 1) 17th STREET PARKING GARAGE Location: 640-17th Street, Miami Beach, FL 33139 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. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-232-ZD: Waterproofing - Traffic Coating Services for Parking Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages (Individual Projects) Waterproofing Parking Spaces Only $ Waterproofing Driving Lanes Only+ Maintenance of Traffic (M.O.T.) $ Permits Allowance $40,000.00 Owner's Contingency $ 10,000.00 • *Lump Sum Grand Total(Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) xZ Section 2 - Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Note: Prevailing Wage Rates & Local Workforce Program Requirements are applicable for each parking garage whose estimated costs exceed $1,000,000.00. Refer to Section 0200 and Appendix D for additional information. 10 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) A-1 City of Miami Beach) ITB PRICE FORM- 2(REVISION 1) 12TH STREET PARKING GARAGE Location: 512- 12th St., Miami Beach, FL 33139 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 nn 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. Section 1 — Bidders Price: PROJECT TITLE: ITB 2018-232-ZD: Waterproofing — Traffic Coating Services for Parking Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages (Individual Projects) Concrete Repairs $ Waterproofing Parking Spaces Only $ Waterproofing Driving Lanes + Maintenance of Traffic(M.O.T.) $ Permits Allowance $ 30,000.00 Owner's Contingency $ 20,000.00 *Lump Sum Grand Total(Total Base Bid) $ PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFER! LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID)- Section 2 - Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Note: Prevailing Wage Rates & Local Workforce Program Requirements are applicable for each parking garage whose estimated costs exceed $1,000,000.00. Refer to Section 0200 and Appendix D for additional information. 11 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) A-1 City of Miami Beach ITB PRICE FORM- 3 (REVISION 1) 16TH STREET PARKING GARAGE Location: 100-16th Street, Miami Beach, FL 33139 The TOTAL BASE BID amount includes the at-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. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-232-ZD: Waterproofing — Traffic Coating Services for Parking Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages (Individual Projects) Concrete Repairs $ Waterproofing Parking Spaces Only $ Waterproofing Driving Lanes + Maintenance of Traffic (M.O.T.) $ Permits Allowance $ 90,000.00 Owner's Contingency $ 40,000.00 *Lump Sum Grand Total(Total Base Bid) $ PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2 - Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Note: Prevailing Wage Rates & Local Workforce Program Requirements are applicable for each parking garage whose estimated costs exceed $1,000,000.00. Refer to Section 0200 and Appendix D for additional information. 12 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) A-1 City of Miami Beach ITB PRICE FORM-4 (REVISION 1) 1755 MERIDIAN AVE. PARKING GARAGE Location: 1755 Meridian Ave., Miami Beach, FL 33139 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. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-232-ZD: Waterproofing — Traffic Coating Services for Parking Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages (Individual Projects) Concrete Repairs $ Waterproofing Parking Spaces Only $ Waterproofing Driving Lanes +Maintenance of Traffic(M.O.T.) $ Permits Allowance $95,000.00 Owner's Contingency $40,000.00 *Lump Sum Grand Total(Total Base Bid) $ PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL(TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: Address Line is Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Note: Prevailing Wage Rates & Local Workforce Program Requirements are applicable for each parking garage whose estimated costs exceed $1,000,000.00. Refer to Section 0200 and Appendix D for additional information. 13 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) Exhibit B- Pre-Bid Meeting Sign-in Sheet 14 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH,16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) AA I ANAL BEACH J N CITY OF MIAMI BEACH >.7. 2"g PRE-BID MEETING m-i m SIGN IN SHEET vXIDCn Z M o z 3 DATE: AUGUST 23,2018 o z opo o TITLE: INVITATION TO BID (ITB) 2018-232-ZD WATERPROOFING - TRAFFIC COATING SERVICES FOR PARKING �Z 1)-,-„,.-15 al GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES (INDIVIDUAL ' PROJECTS) D-1-1 z-Ti z NAME - COMPANY NAMiliiisiw PHONE NUMBER EMAIL ADURCBS m n Q (PLEASE PRINT)'y g: 0 o o 1 ZULEIKA DAVIDSON CMB-ROCUREMENT 306-673-7490 ZULEIKADAVIDSQN(d?MIAMIBEACHFL.GOV N 2 ())Ott 0 z N �i1111�A ;s2)0,420; l vTl(� D J1' 8�}25R- 3?1 1 �2/rl f3ta?� iQ.f� Sock-fir- n�7`' env ' 3 L.,Zer� f(")c1/)e2 GSLS )n i - e _ \cr R y rf-. 96 Gnunc2e' aSos C.us om I q l w4r�2 • .rut ,ti►r e 4 F_•� ,s,-,c_,,,,,,_ /.K,F .� r-7+".».r..si S S 9'.4,vo.-cc-3 L: ' 5 5y Amadity :sCwY«c F•..4c,. ec.a-, L P Z. )51227-U t c cmn l'a. rr Ca( fi" - - �? SCS .�a�l 7` U",le , C.n in X.0 �et A-1 L 'Io MA '�i s—i o,-) "?99 6 S -�?v� Co ( ri CORA 1 `m 7 to ►.1 C--Wit-LES At.,9 �r�i 1► o�.ATw�i c W r -it(-%S%`72ir Ihy A. r. yik4.1,� corn_ � co 0z I 8 -d A _,P(My_l»Scfa {. .� me ifa7--�/0}-.0e9' Jc% (wg(phgrw�_c� y Las vN1a t,.1. .4 �n_R�,41 C r,4 RC1,W 671AIGI;i0"1 e3 1'3 'Sc 1. (4.ie,m,ry"�c +CQ�S2ayeT.ord- e-a or. 10 7LSyrtlLlrl (0 440 e- -Ear¢...i riff ►�y.-._.. . .btJ 1� 15 1Sj1u4I'& GKCbt1l,>1 1 °fr'h�°. 4orr1 m11 r' —. m ankle P scual er ree M1. +pbolrs j 1Sb -4*- 42gp ,uill tG"mo vAtF- j •c.„,, C) 12 :eN COSTIS L'oricAel; RIalt't11• +s_Ra�IA'1M► °_,Sit-f'Lf(- i{(3S$ bCorbse Go4.Crc�GCL:c.., ----- — -Dt 13 co>R4e 4v,o..ieJP.z. P _oftt.47r-( 1-4,44-14.4.6..-1 an' /SG-5°10- zo46 _NT4446 Ct—!••±_0oc. 4104//66 �t,-.4aJ m 14 Iv i lifrr, /• fek_. ,T_r1r t Mq,�lw.s�„,,,y ,.r����zv-Gg�S p�;R,� Mr.• .�r� M M4es>r..y..."-L_.S•‘,/ • IV 15 _ __- - >a./ P v u/ . - c r,..._..i , 7 Po - 367-i/D 2 R ,,. Q„r erre,_&M�M _ Aiir4tAA 4e- s 16 "faairy Eit 4% �'- V-411 ,1tI{et rarC;,a 6Z3 1CG a,= 17 /r,/(��lgr 2, - v k4L—_.- t2 ia.� __.1, 305 a_144 D 7.24...__._ 4L ;Jiket.6-6V,? _ ITB 2018-232-ZD Waterproofing—Traffic Coating Services for Parking Garage(Individual Projects)IPRE-BID MEETING Page 1 of 2 4 to r i J w d' $ H i 10 g aBedl LL3w1 d18-31idI(spe(aPt11 d trnov (Memo Bl U�-'d aol sa3IAJ S&g1eo3 ogled-BugooulieleM aZEZ' Z- 9 t()Z 811 ° H JN N.H co ± H N b Ll! .____. �.-.-� oI 8E F- co w *-40/CCOWKAAITWIMOakiNV• y 0 -z2W. hoz W c'`? i a C d ' ' lc o 14o. :R1Mip- i Xai - `21y '. Jt1wwJ vtowirco i_ J. r IAo �ZZ£"'1 "hob 1 S �K} 9£ 40, 'tom;id- �►, s oihT21.,A4 a6Z'1 L//4 IlL r,wd ; WI 1 t•Nytili nr i-.1 - s ,f et al , 1!77-=1, - J� . -'5C.- ,--;. 0:,4,1r9' s/0,. � '® a a •' 7 U-' sa/r7 gb .Lj,Z"J,c/ ji (Iw��I -_ �jy iP's •�� °a a.5--,uta,! :;)7 �,-^� \`o gZ�i'�,C � !x t;-1— —,r j. i;0 i T w o V am- " +-''m•t'►`� t JIbh=fib `� " Pr�yt ‘ ■ 5- 77 . ' •e t 6 /}",�`j oma,. r..-,op •,..�,y:raFi�+DtnlJ�''� rn► n33 ey54 neY ,y aD "' r N 0 ovo • xbaga./70.3c cS ?...101V/sii l� 49.44"n06 74-‘'6 - „y v 219,r .5' "A/f. 19 i 9Z*P.44'.5- Pet LZ c8• 6 - — -.44c,-, ' — .ei� OZ t»i '/•Zsv •J t 'vow _57-,60.9/15" 1' z u_z ._- ©) '--)vld7 -aj-}- 1P `VS r' oShL-z .t"-lag^ - o-, ..L, '` �Q ��=?hlbi _ — _ 19Z • 1 z r� .. e-99. -e/�,IS i/Ze. 344/ -7 4W pz .00< —11114 mzo r .,® ipuo e b Z -OLe- 4S /17-712°'7 l £ Zowo szoom _.4 - 5vPa v . ,r 1$ �S 010 •�1'_w * It o ai. a)'1\ jsvD oo �C16 -L`2 ©Z } '�77 skaf sus r.oZr+1rL , sw �isr4Z �a. 1-: - _e 4 - `y`e-w Ls __ ,� '-"-S2 .a C\\14,0 w'� w az c 0->° ¢0 Q k .,,MOS'3.7 �3rji 3}-4 .z z w. '94?1'l L?rf! (1,Y 'Ot t b/nor 9 c' Vtar'DO 61, ` �)pp _ 84 Exhibit C- Crack Repairs Specifications 17 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) CRACK REPAIRS SPECIFICATIONS: EXTENT OF WORK t CRACKS TO BE REPAIRED APE INCfCATBO 44 THESE CRA'NINGS. 2.CO NOT REPAdi ANY CRACK THAT XS LESS THAN C.S06 WHAT RS INCEST PONT,LION. S TANCAROS. ASTM C et 2 STANDARD SPEC:FI ATCN FOR EPDXY.RESIN EASED BONDING SYSTEMS FOR CONCRETE.' PROCEDURE V THCROUGII.Y CLEAN ALL DUST,DIRT.CIL..GREASE,CHEMICALS.WATT AND OTHER DELETER10US MATERIALS FROM AREA OF CRACK TO BE REPAiAEO. R1SCORE FILLLENGTH OF CRACK SET APPROPRIATE tNIECTION PORTS.SPACING OF PORTS SHALL EIJAI.THICKNESS OF MEMBER BEING INJECT)ORAS OTHERWISE RECLINED TO ENSURE PROPER INACTION N CF CRACK. V!SEAL PORTS AND ENTIRE LENGTH CIF CRACK'BOTH SIDES OF CRACK tF CRACK P€4ETRATES COMPLETELY THROUGH CONCRETE NEMER,BY APPLYING HGH-STRENGTH,EPDXY G3.,CONFORMING.TO ASTM C EBt TYPES I.B,IV OR V,Aho GRACE T CLASSES B AND C).APPLY NEATLY AND SMOOTILY.FCR CONCRETE WHICH S TO BE EXPOSED TO L'EM. EXTRA CARE MUST SE TAXER TO KEEP PASTE IN CRACK ONLY APPLY WITH NARROW,TPPEED.MANUALLY OPERATED CIJUGNG GLN MOTHER APPROPRIATE MEAN i TO KEEP PASTE OFF THE EXPOSED SURFACES, TALLOW SEAL TO CUTE 44 ACCORDANCE WITH PRODUCT REcc ETZ AP,CAIS,USUALLY AT LEAST 24 HOURS) C>INL£CT LOWS CCEISR"Y,HIGH.STRENGTH,EPDXY RESLN ACHESRE CCNFOFIAI NG TO AS-M C AET TYPES I.B.IV CR V.AND GRADE I CLASSES 8 NC C USING AUTCMATED IN-EC-NON ECUPNE.NT ANO STEADY PRESSURE FCR VF TICAL AND INCLINED CRACKS,COMEIE CE INLECTTCN AT THE LCYYEST END CF CRACK AND PROCEED UPNIARD. COMPLETELY FILL CRACK WITH ADHESIVE IF FLOW FROM PORT TO SUCCESSd4E PORTS CANNOT BE ACHIEVED. REPORT TO THE ENGINEER.TEN MINUTES AFTER INITIAL IN.ECT,LYN HAS SEEN!COMPLETED AT THE NIGHER ELEVATION PORT.REIN ECT AT THAT PORT UNTIL NO ADOXTICNAL AGNESIVE CAN HE SRIECTED.FOR ALL TYPES CF CRACKS(VERTICAL,;NCLNED&HORIZONTAL),REPEAT TIE REINJECTION PROCEDURE:INTI AL'PORTS REFUSE E UEC1ILW AGHESPJE TEN MINUTES AFTER PREVIOUS ItLECTION RESULTED IN THE PORT ACCEPTING ACHEW.IE. REMCNE WJECTCN PORTS AND PATCH SLRFACE GRIND ANY EXCESS SEALANT,PASTE ANOICR EPDXY ADHESIVE BCH THAT THE SURFACE KIMEDUATELY ADJACENT AND AROUND THE REPA:REC MAO(IS FLtEI4 ANC SMOOTH.MATCH EXISTING SURFACE TEXTURE iN AREAS WHICH ARE EXPOSED TO VIEW. ,3�,CLEAN AND RE4ACNE ALL SPILLS AND LEAKS OF INLECT!C$4 AO'HESNE ANO STAINS. NOTE:USE ALL PRCOLCTS IN STRICT ACCORDANCE WITH MANUFACTURERS RECCAMENCATTCi4;. NOTE INJECTION PORTING DEICE REMOVE DATING FINISHES AS CAD SEAL EPDXY IN.ECTiCN SCORE ANG SEAL FULL NECESSARY TO PERFORM LENGTH Of CRACK °..A'IST.BOUND REPAIRS AND REPLACE CONCRETE FRONEA TO,MATCH MATERIAL. TEXTURES,CCLCR.ETC.; _=1=S.i—= EXIST:SOUND STEEL CAP SEAL NECESSARY REINFCRCEMENT IF CRACK PENETRATES Cts t.^_ETSLY THROUGH CONC.MEMBER TYPICAL REPAIR DETAIL FOR EPDXY INJECTION FOR HORIZONTAL AND VERTICAL CONCRETE CRACK Additional Crack Specifications: A. If cracks are less than.005 inches at it's widest, NO repair is necessary. B. If a crack is larger than .005 inches and up to 1/16",then follow procedure attached. (labeled Typical Repair Detail for Epoxy Injection for Horizontal and Vertical Concrete Crack). C. If cracks exceed 1/16" then cracks need to be scored and apply Gravity Fed Resin. D. Previously Repaired Cracks: Contractor needs to remove old epoxy from cracks and fill with New Epoxy Resin. 18 ADDENDUM NO.5 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 34 Floor, Miami Beach, Florida 33139, wwma.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 4 INVITATION TO BID NO. 2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES (INDIVIDUAL PROJECTS) October 9, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, October 19, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(cz�,miamibeachfl.dov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidsonCa?miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. 7S" ely, lex D I U4i Pro r ment Director !t! I II' 1 ADDENDUM NO.4 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) MIAMIBEACH Procurement Department, 1755 Meridian Avenue, 3" Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 3 INVITATION TO BID NO. 2018-232-ZD WATERPROOFING —TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES (INDIVIDUAL PROJECTS) September 19, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, October 12, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson(c�miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and re t e "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si a►-I , I, / le De., roc ent Director 1 ADDENDUM NO.3 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3a Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 2 INVITATION TO BID NO. 2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES (INDIVIDUAL PROJECTS) September 11, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, September 21, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late bids will not be accepted. Bidders are cautioned to plan sufficient time to allow for traffic or other delays for which the Bidder is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson@miamibeachfl.gov Bidders are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential bidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. 7erely, exiof nis Procurement Director 1 ADDENDUM NO.2 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH,16TH,17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) MIAMI BEACH Procurement Department, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov, 305-673-7490 ADDENDUM NO. 1 INVITATION TO BID NO. 2018-232-ZD WATERPROOFING —TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES (INDIVIDUAL PROJECTS) August 24, 2018 This Addendum to the above-referenced ITB is issued in response to questions from prospective bidders, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ATTACHMENT(S): • Exhibit G- Plans • Exhibit H-Wage Table(s) 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(cr�miamibeachfl.gov Contact: Telephone: Email: Zuleika Davidson 305-673-7000 ext. 6943 zuleikadavidson(c�miamibeachfl.gov Bidders ^are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potentialbidders that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. Sincerely, Alex Denis Procurement Director 1 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING—TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) APPENDIX G Plans 2 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) • isRwCf pfFt er.' GAP/ 1 a.g _ _ - �` __�.` - — is r i _ `_1—� _ 2 }� 5- - � •.� _ k'- .f y I .4.Fw^-ems+ _ _ •s --- - — ,_ - ii - C'TY Of MIAMI REACH t ,- ,_e � .,,Derr oma.. � CITY OF MIAMI BEACH - CAPITAL IMPROVEMENT PROGRAM COuuI55i0Mf R5 ? L.r..."•IC-..t. �Howe�- �� Multi-Purpose Municipal Parking Facility mow- !y!y yi R.E;tt Jr /^�(�` BD PACKAGE 04-TENANT BOLD—WT 1 d •low MANAGE., / _ —-- — — — --- --- 1 a - -—::::11" PERKINS ' : "�� .MS W I L n. L J 5 Eftram ~Aim Do. DoOem•I AMY PA JAImW. dot IK LND 1lir Nob DrA1 Room I M Coma. AOSS oworfai IIwo w+ 1... � u210 , r,,, YAMisu/P I'!0500/03 r/05 sM mol ss6 /002 iw.wfrl rxse:ss r PGRKiNS -I— sr= i l 4 .. . +wl« .—.__— I—. ! , Is wa-PVPnN I T.:.. I City of s--. :: _L ! . Komi Bosch :� i 1 1 ----ia _ f= t ' I I I t I _ I =tsAJ .q.,= --..1,-.1----- . 1 IX { I -4 — __ —_ € C _ _ ,.. ! l F -L 1 F +�—": F I I I ' I ! — jos•it^.'!� ;'y=am = W i s } r ,_Rewws � 1E i.:: _ `?=tet--- —1 a aM. RTa • a , :v- u S ( INDEX I DRAWINGS I 1! r a i I G-001 I, PERKI ABBREVIATIONS twee MATERIALS SYINIOLS MEM REFLECTED CELINCI MO GENERAL NOTES NS +WILL /111•111•1•111•0 NM OM•0.1•••••OM MA=•••••WO 6.0•01.0111M 21141.1111 I 1111111.12111.16 alaCoCaus_SLY•MI ...Pre .,AVIZZ.V.17Zr'"""""''"'• """" . 7.-7-- ...... .........„ i...... .11=4::=71.1=1:::=. --= • 10,112-7-.7 s--i-:........., . a•-__ b.,171- 7-,:-..z-47- - [3.---...."•-= .(e.^.4 4 .,_..... ..... ,..,_ ',----4 ..............- Muitl-Purpos• rM,17, .m.., vuniciPsi .• r"'.."'.' ; .f• F...74" l''' ... ...""'-- :,..,=..-..... -- il11.11=0/021M .... 1.2%:=1...........1==.1.4:.".'..... PalitilTg Faellty • # FID-•- IS 32.57- 5 5.-7 5-. '-.b.-'7 -r. .- 1 MIMMILMELN RWL- t-..- .-. = I .. 772. I:1 1 Q =:=1.,'..'.--''''" 5'.. .V.- .,..., .5'..„;=...... ' rt.-- kilz.•-. EEE--- ....... 01•11.1.1.1 .............. 5...1-...,... , 1 r••••=--- I a•'-‘ I r....--- .. 77,- --• c4761 =,0... , , ....-..............-.......-. ea r. W..IV'• p....ra..art ,:. 11.7 r.• = .4.z. _ -77.7..=7.7...., - - - - r---- .-- Gay of ' k--al- 112 ...z•-•.2- i EL% L-2;2-- ._.........._.......................4 iprz) : ,I, fieLle FIRE PROTECTOR LEGEND =1,1=':::::==.1"....... +.,-.....c.,........ ..................- ' ir f•-7.: z Et- ' L Lrr.s. : -- =-- .- 0l'"------- ;...,•-•=. ..-r..--- - rt.= 4. a.. ' -•-=-", ............ -----,--aii ' r ars- !,.. rr-- ' : zr.-- , z. tr...-••••• larir=. 1 1 1 : •••- -.-. , ...... .-- ; r i• al t. 47- 777 I..••4 ....... "Aa.' -7-a . z =-z.• :.....,:fr..... -...._=...... i. S. -11.-,.. 5., 5,7%-- 7.-?••.%-- _____ . „., i ft7 7 ; r. ar,,,_ r , MUM= 5 E._ 11. = ,7.4• ... 1 =tr.- •'-e,---.' -' '( -....x,:-.7,- 1 --a= ?...-7.:-:..- ..,,,/--_ ..... , ..... i..... ,,--77217Var .....9i2li 5. '.1.•'.'1 e.•A'. : 7.".÷.•• l:I:.:•a••..... I.•'"Tr.••' ' r AT". '. • I te....r.• • =.7.• F-.1-.:.-.. sw.rm.- ...•••7-- 7,-;,..,7, --.• '4LT....,_ ram- r•-•=r-. z ..-r•• 'LI-..L••••••• i --- -,:.*..•:•;:-- ' i'••• :4- '4' .1z-- :+:5Fr- -- Mini RIME OF I 011111.1111011 I - .. F.:....... 7 = O . I-I, rr:'-',:.4.''''•'• : :7.....- L '3'.:"'•' F .I..., .----,--- •..A n•" I c:D I 1 ..'r' , i ea —,,,,-- 5.•:r-al..- 52$3...t: .„_A—,_ 1 PARTMON A DOOR NOM ____........ • Z•ar • =la kir•••• 1 -J i tr. i*miff .. 7. F.._ g = ! ,r,SF-% ____ 1 -,..- - ......., z ..... ,-....................-...,1 - r.r..1.-- i. ‘• ,. ,z,._,=._ 1 @ DRAWING I W w • 4 --"=" ' 2 51.--. I- - ' YE"'"-- ,--- 1...T.Irrxr.:=.-4.------ • 7.• .&,.. ..... 44.i..... m........me • . .... ............. ...,:. olialialiVill 5 L15 • • - . .. . . ---- Es 1' .......i- : '-'-' ___ MANN 3:1—.4.1"Zr 111111111M= .7 C.... .....,_.,77,,...,,..,. ...... 4k-...... I =mom mom= E. =,... .= — mum. ..-- —.,-- .......... * il•S• II. GI) 116.Y • I,.. . n --- -11 ... 1..1.".". '--' \-.....••••• i Iam n• !Maw ii''-- N I ... I lsiga mums a ...... . ...... . ....... ..... ..... ... ..... ti - 1 OFFAIIL.. 1 ABBREVIATIONS, SYMBOLS I El I ARO GENERAL 1 IMINIM 1 NOTES I tEDI I A-000 1 • . , . ......---- • l](I PERKINS .1 _— _� —' — _ I L� • I G NfRAL PRO EC': 'NFCRMABON 3. CONSTRUCTION TYPE • 12 —Jh1wG R=OUIR.MET + '� Pec —�Ar. — _ _ 1- _...� MIL _ =';,.....".127..1...74'.04....': _ r, _.,.._. .: a.... ` I�—'.. ;.,..�'- �..,...r. �~ msI. 's !_- - :1 u,:tw'-�u.�w.•... Y _ 2En,NAING i' kflE_— _e ...h.=5..17 ...�, .......• . �.= .+.rtnt ,�. ....7....7•,...•••_=_ _r .... . .. . . .. 4. FIRE PROTECTION _IIell KBE '''''"4:=137,'—=24-4:„. CONS .. _...a. ._ ,. _ 6••• ....—`� •, _ " •. r: CMN= a •••06••• YIv MIN w� •C4 I 2004 FBC GENERAL NOTES -MN _ ..1!.r_•••rw I PARK:PG REOUIREIENTS , —. : _a.••••Y..I1.r_._ww••w_ �+... ...a _ _�� i. .nom._ .....1 • �. LEGAL)ESC 7IPOCN• •I..._..a.a.w•s I �"•��••�++•��" ..•.1 I� __ .. 1 •�: �c.tfi ti� - .06. F�r.a..._ .ala aon.aa,..rl i I a _ ......•••••••• .,•.,� _K n 1 t I "y� ....r... ....�. �.� t 41 • : IL 1 �� =RE tESISTANGE RA'wG5 A.CHASES AND PAR9nONS FFPC GENERAL NOTES a. e'er w=�awaiwrrr�.IND`n. •IAOOPUIN 3E:U7" ''S4611611111” MI•••••• _.....<, -- >•.�....�. as I El is EF:-.171---7-Eat. a. .�._a_._...�. I ,a I 3.7_ L � � �� 2. OCCUPANCY CLASSIFICATION .. ar 1 Z...164.6=6"01=4:=6=01.6.••••oo-ma w••�..NMI CBE NFA • • I�.. ........,.._.o .r:+ a "a«"+•_ter . 6. BUILDING OCCUPANCY LOAD 7. EGRESS REQUIREMENTS I �8 .4TRAVEL DISTANCE 19.CCMMON PATH 10. DEAD END II :`r. w _`• liMLfnYL: 1 c ' IRI P. 1st elm, . r' : „ri .n av I — ®� .n _ v E A..kn Cl�"ai -—--D .� 411 .0 .iS:fw�CLN..7P+.47 �00� �� ` P d.°kn•Ptn�Y. A f �Q�.J�0�0�® ZONING ANO t em n.,.• O� 09�0�0 .� .•. BUILDING CODE I II K. . •• : , ..n.��ppOCJJ000G©GG '�O�ZCI000�Si� .. CGMPUANCE ,.n&,.:p.. .I NOES .r. I : .. . .. I• I • I MESS NOTES: _._ ...r :I'OIEE m ANALYSIS ����,, .....•.a.... . A010 PERRINS _ ___ ___.__ `_ . _ I------- - - - -_� __--.. 4M--- t GENERAL PROJECT INFORMATION 1 1 COIISTmici10N TYPE I Q. MI NG REQUIREMENTS ir NC fobs WO U. Yom if •1 1011 ,PLY_... -�1e1�--- ,r ra ` n• tin Oa �eAWTeB MOM r+., 011.11 =M111:1 T!O�������; °..rn'�"�.�IMO '::'�• ' iS:i. =rte ,�.i^ ParkYq F.y iMIoo�00000O =1=1=' BIM IIINO.0111.11111111 rI �= oom©oo© 4. PIE PROTECTION maacmcztEtaa=cmoczuN'.r .1;ipci:_ erl _=s. ity.w „ ...a s. �manam 0000 we r .r ..AIMIM!COLEY MI tm®1:36:16111:11:1aO CM W ...----- -- - MI000 0 Y..... Remi Bee* nom,illik'gra BOON ------- ==.11:211Moo0000 rne« - - 2-00-4 FBC GENERAL NOTES - _—;moi la::m. • _ - _ :r�oo©moos L r.r.w s�+a r =-- - I MOM IOBrw —••• --TIM .- i� i-- I...r -.ed ow*�.•••so warm - -- er. I{B1I OIOI r iliall 1 Mak,..�a. ... - -- -- - Y••-••• ....�. w al.rr.�r. 1 .•.. 1 _� w 1 .�i�wa.�w -a .. �..a I ▪�� - .sur-- s Wwr. MEM et , I� 1 �r�rl M.w. 'y.e. r�=▪ s .sYp '— --- - - ---- �R.� _ Iiw P TM M11 AT 0rrs-Me PAM= FFPC GENERAL NOTES �7^ ..-•_• PLOWMAN MOled111 - __..i ,r141•1111.0. a. 1. rw.,s s...aa ........• urW .... , .,.fS e7 ae a .•r r. _ -. =...........o i=== ." "_.- _ 4"?.""',<>.M . "I 2 OCCUPANCY CLASSIFICATION RC NPA 6. 'WANG OCCUPANCY LOAD 7. EGRESS•REOIRBIENTS —w 8.TRAVEL DISTANCE ! S.COITION PATH&DEAD BO -• j SIA I IN IL derkal Iw s r.. - I . : 1• ori r� rf Ir'-I..,.Lr,.r,a+—i n .�� - 1-.. ., .. • .n .e F �. — swlnn I ssli s's Ng I rIr+r.• JOAN.r rr II I .'r mei .n - -T-vmn n I I r ^ 1 ZONING AND 5 ID IL lah iMle�w..-�--I' 1•Iv(_II .i.j sr r-_I it ll,.��1r L 1-1; 1or:�---ma, .. , .. ., - • .. .. . - _ I wOlMc ANCE 'a'rl•I _Iv I L -C�1. 'I A I`� �" COMPLIANCE F IeTRMN NOM j , ANALYSIS Ammo J ! .s,...._,�r,�..w.....s,.a..r..,wam - ..74.:46,A;11'"r,�..... l ”— _ -- ___ 010 • Syf'l PKItWK I L_ + � S_ __ - , __-- _. 'KQ '`file __ IF ,�•N e��. I ��,i .�� �4-•J l r.-mai _� a — — qr t 1P6 — - - E - �-Fr x - ti 1111111Ii-÷4 w Q c� ^r Z� , - I Ih j ^- I • i ' I ay d I. .4 A j ,__ I Ilg - !_ ` I' �7-_-__Li M. LRE SAFETY FIRST FLOOR E r , 1 4P t o 4- . .� ,� .4 f i b S S S .Z ., t SECOND PO . �1 SECOND FLOOR UFE SAFETY PUN A-0012 -- ,,,, " O iIRST FLOOR LIFE SAFETY PUN O �• • ' PERKINS LL r• 7.7.:14.11 Ir ..'.'Alar. Multi-PvpOS _ Municipal Parking Facility - Z, . n ...r,....~ ,'2.2,..••, City of 7.2.1=1::::............ -l= n • I III. ...6.------..C.- : s '� -- z • VII •- �. i• — ‘=":111.1. PSI , __ G Alla _,r�-.._ :,� _ — hiA *. , I'- •S ! ',A .rl.t•_r 0. +w, N. I 1` Vic,— Y. _ Y IIHIEill � •. I C=:J_ _ IIlli r i IW-la , a �". s 40, 4 • '—_ Jy`y I FIRST FLOOR I SECOND FLOOR I 1(j O • SECOND FLOOR LIFE SAFETY PUN O FIRST FLOOR UFE SAFETY PUNCD �A-012 PERKINS . EA--. t"'" +WILL .g 1nM rear= L. i J i - iii.. ,11.11 �w 1 I-s.�.----� .+�«Alal: .2.s. .. ° �....-... .. a —1 9 ----- U s • - --J N s �. NWAESS ST 0 - " __ L- _ . FMa NIKKI I iI El I rg I ,; II — r I - -'ala �.- • — —Y. H 4 I 9 /.� I i .saFg I g----1-.1 - Int: - A �•1' all .fttlAi 1 . I - TPT_ 1 I _ i UFE SAFETY 1 t-- .- L a—_---i-124-,- --- THIRD FLOOR .�� II h FOURTH POO LAN f�: I -� I ; I .I) 1 b; 0 ¢ 0 6 i1 ©FOURTH FLOOR UFE SAFETY PLAN m 0 THIRD FLOOR LIFE SAFETY PLAN CD A-013 PERKINS 4 W I L L S Ii l r I—S.tiSR=I ' . I ..... ' MYtI-0InPo�� 5 Facility Municipal PNfl ,4 MS= C C I; 0` Cltyof Miami Beathu -•� -- - — :f i T � . 1 {1 I� x r L', . I F—' 1 / s �%P 4 I r!! 1 �8 1 1 M 1 1 sr ya -- - fir.. .li — IS "' — j — ''—V - -,� THRD FLOOR 1 d FOURTH FLOOR i A A PUN i ... I O FOURTH FLOOR LIFE SAFETY PLAN (!THIRD FLOOR LIFE SAFETY PUN CD A-013 PERKINS � -� 1 _-_tea w 1mi - w10Of4ZT I II■ ' iii ..- , ' +CIO; t ;. I pti. . . iI T I iii-- LIFE SAFETY FIFTH FLOOR ' PLAN # O FIFTH FLOOR LIFE SAFETY PLAN m i �I A-014 IMR I PERKINS —WZILT.�. MtltFP,pOM .Ja El...—. Municipal . Parkin FedMy 4 tram p� I ...w.: !yam p, I 1 City of i311471.1r-T...............�I Miami Beach _-- Taal Ara--471/1271 ----"'i_ l i t. • I isil. I. d { V ..... •a., LIFE j FErf FIFTH FL R 1 PLAN ®Fr,FLOOR LIFE SAFETY PLAN •( "' 1 `'J IA-014 PERKINS +wt-• 3 Multi-PvpoM Municipal Perking Facility ea City of - a . T • ' Naini Beach I En �� -A 1I .p - - • - ;::a;<.. . r-. _--5gin �.. �-- ,0-,,A..,.d..i . -� -^' - 0.. a-� - ism _ _ -- . #ar< .*mow At _ 3 i1 '-' I o .-. N ,jar c .e ' � '—ice • - - •ten' --' . _.__ _ i i• AR SCHEMATIC PLAN - 7Th PARKING FLOOR (2 FAR SCHEMATIC PLAN -SECOND fLOOR I i-3 ® lo--' i T T , - • • A tiI I' -« . - �: -- �� :---1 -1:':--::- - - 7"'"Z—T--- w�++� �- I i -It ofea -a I a r Ara z ©[Jin®m®0a©mOm • " e - 2; y _ e _�®OOO®momi =100162=1171:20202620211:11=1 ,I lif ! ®pppOO�O� si -_1"F _ • : i ce_ s CALCULATIONS 1 aim =mm®®m ,►'� • t��:#�' �..•. ) - f -• ., ;.. . . a _ 4A-021 I ('1 FAR SCHEMATIC PLAN -TT.PARKING FLOOR(3RD-6TH) FAR SCHEMATIC PLAN -FIRST FLOOR i U r•• _ (3RD-5TH OFFICE) O r•' — • PERKINS ♦WILL. = .kilt(-F.rp,., F_A v LEGENC I PLa. ,"__ gym✓ r M ' ', M_ i{,ul C a . Crb 3 ..-... M)__ / -—'Q �7 lR'y�- -4 __1.—E ▪ &• In- C'`--- --- ---- .1, .p4 -- - — 4-7 naASI ,., 1i L " .$ i. �__ A ' _ 6; r7- � -.=itaC"�.LT, PCA"JNV `J 4E '�1'- • ~�� :574 ; �' • T- 1 1 ,tINTERIOR�'c .-2 OFFICE PIAN ‘.-\)(s/ FIRST FLOOR i ®-------1- —P " -' r — OR N I� A-250 , SS +WILL f tt Multi-PWpON PLAN LtGf!RD I PLAN NOTlB } Perking Facility Municipal to I i O _— - PIIIKINS +WILL _r I a \o_ I II Iii i _ t;.!...••••--,.......1 'z CI 7 I E.E.Q. r .„4„.._, J � i ,. I-as nom°•�! 1 ' _ — ET:=Mais'i11R _ ( 9 % i ___ r f I jl 1 a �N 3-i9--i I Ill 11(1 U , '41' 9-... .JP. 1 .I hau11[ss II' "."`• 1 , , , ' ! IL AMP JCJU>anlCr fA'iS,FlCa T!ON �1® G ' ::::,,...---.°.,‘,7,... ( 0 — R ',1 ® it = "^: III) � INTERIOR OFFICE PLAN i 111 ,IMalSECOND FLOOR F,;12--- it i® '' I ! — A-251 SECOND FLOOR PLAN/0 ewe r_-__— -_ � PERKINS C +wiLl PLAN LEGEND PLAN NOTES III -s.-1g r. ... v NYaMdPer PalkYp Fenny a I $ city or 'B ?:0 .22S ' -- I - -- Miami Beech z:r: �7 PLAN GENERAL NOTES .{.. - I. C1 i �i�f1� 1 SI - C _ _ .------ I illi a-•=ter- 1 OCCUPANCY oI wrrcwrwN � -a 1, _ [ , ,,Amore,..... '—'' Jae 1A' ow t 11 III I, ' �, I1 1 ml INTERIOR j �� OFFICE PLAN I j a.i SECOND FLOOR IJ. I I - P'�f A-251 SECOND FLOOR PLAN C� V -— Jl' �� i,, ,s 3.. r- _. PERKINS +WILL � �EGE4r �o ,SES �"pM �„ II -_._ -_ • -9( - iifi° I : I? �S.3iI R■ _..:ate' c _ 'I 'i •_—ss-v —` - , { '.R� , iX } ` Ir .CcpPgNC __ i4rCM N i I I. �,y ... Av IY. 0 .------+ ' 1' ... `" } C - - - .....4. pr 'I qw ; INTERIOR 'f OFFICE PLAN -. THIRD FLOOR :.1 kt -. A_252 THIRD FLOOR DEAN O w•-- r • • _—_—.1–_ PERKINS +WILL PLAN moo I PLAN NOTTS I i F. ""' ter ^ ' Multl-Pwpww ' `+ I Ii1® •E�.1�r.., municipal = srVt '!I Perking Faut1 - - -I ._ K _ �= 7.;f.• ; . I, ., a city or ynT 0---—- ----—---H- _ _—_1 %,!• ;, ..Be.dI Com' CSSJ.TZrI , PLAN GENERAL NOT!! -7611 41bIP1FlNI! _ ( Jj� 1 'Y =niGil GENERAL ARCA WON/ATM _ ' fi- It--'.----:-----t-• _..Rx{ 1 II +l.V '1,.'.; Irate! El-- fir. OCCIVANCT CLAIIPCATION r Q - INTERIOR Y OFFICE PUN 1 7 r THIRD FLOOR ' —tG Y4 a 1— =;. ,. A-252 THIRD FLCOR PUNS t -�r^^^�.• PERKINS +WILL i'i_nN I P tNC 'C'r; 1 4.4 `�' .�.� •�' —_ gli 'sem.'• 1 , 7.,t3S all j__vt .,E^,E ....."ZZI ti/ PLAN moo I PLAN NOTE!ito `, i t--- 2 i W I L L __ �� � r Z... 1 '. ' r Municipalr . 0.r -:i?:CL p ..,e n [ Parking Facility al =»r• 7 Z�= tri"'-------- --- ,_ Want LOAM PLAN GERAL NOTES �a EN !1 ti, i.. airLiVill SAL AREA MOIWATON ''' _ u 'i . 11.1 _ ------T- - I- ' �Al� • t, i r.. _�u I .At F OCCUPANCY CLAINOACATION - - I ?: II : I ' !: I y Y.y 1 tme Nemo. ®-------t. ,, a { j =�_ INTERIOR FLOOR PUN L . - FOURTH FLOOR 1 A e `+ A-253 FOURTH FLOOR PLAN O ••••.-- ,, PERKINS .r --=',4.'1..7471., 1 t. '-' a ss i 9 I - � _ �' f --_ r.s,=_---• FtiiC' i I l issmzin r I- - = - ...warn Y IiCJ 0R.4 - _N, -.- I la •••••• I � s l ..... _ 1 b. f r' 1 1 1c_. 1.'...yr t. �,�4>a�. INTERIOR OFFICE PUN FIFTH FLOOR 1Im I . :TT"' k...• !' FIFTH FLOOR PLAN „.1.„ -•- PLAN LEGEND PLAN NOTES ,F ♦W I L L `' =z.-Ani-. I 1;I Ii_ ' PskYp Facility Municipal • —. (_'>P..B.—..'Sm. 1 0- �-.— _i_ 11 i- _-, ,.... s C...1.[Sim—.—. /A. _-—__— _.�_ i ia u.%oT City of Elf --Z L ."w;:-— Fii _ —. .__ I. .-�_. #.. Waml Bach j --- =— Dv---- ; _ ---- ��..,.o.. PLAN GENERAL NOTES ! I # II • �., _=__==• _= 3------ - -- I I —mss o , ? 1r. _ { . I. �u AArA Marwaor ;� °°-"44 H IthY nal MR NMI I A. MlANCT CLAMIICATION t / 1 OO ' _ -.moi' ��`ur—.yy-1 2 i A . . A ...... ......... ....... ......._. .I, i 1 i . - _ A _ INTERIOR I I illir OF ICE PUN i `-!n •__•_, FIFTH FLOOR • Y{H ® �` A-254 Yj — FIFTH FLOOR PUNK O ...•. .......... 3 I'"115 PLAN LE END .7"s;S, 5'.-IED1:'_- SSSS �_� N>O11PI MI KM= WM +MILL .� w y_ a _siva__ "_'.. w �• _ X 1 1 r a r..F.. �. 1, ___ 3=s=aa n- r ^ 1 _"r71Y�T1-� ela T' t __ ! ^+ « I GENERAL MILLWORK NOTES I i I.4.iat.I • , ."re,iii.xe,, a-.4.3.7_,..ajg.....:_z.;_za-,—. i • IFr• !mons YI • ==-.-.....— T r _' _ 69m R.WADY "t13y��� i_ssr_ mss_ a 7� eta._ - • }---______ -4-- — — _ ,n.-. i; s- _.._F _ _ ="'"'""--4 5 Y. =i�:7y a I • ` s HASH PIAN KEY NOTES -,-.N - _ = , _�...-•. • pr I �_-—-—- ^T \ INTERIOR t:- -.,'w.. -- -- y-t-^ -:'—-,w 'FINISH PUN GENERAL NOTES - WI= ri. FINISHEST LOOON O FIRST FLOOR FINISH PUN _7..".".2=4:47.."."'"""''"'"""` - '-_ 97.7' 7...A., ... j`' =".'.. .�- -.r......, ..1--,gon4 Epi I ........... HMI PLAN LEGEND I FINISH SCHEDULE PERKINS . E3----— - - - --- o j'N'Y3fe11d.puna iUfC=M �IIE ♦w1-1 s---- — = s a r...:::: w:_ g x ►un rw�«. p I it -y, H A.... ., N`a r r1 -y_ i - .. parking FacSty k A .A _r_- =�- MILmmI Beach .11 1. _ C ay of - - ter, =..- _- saa- __ '.I -GENERAL MILLWORK NOTES « -- a 2r2, j'^- ~�� I. r -. _:s=__��_.-._ - « -- _ __ "4fi1 I' 4 -'Ears:_ — r.- — ... _ - x _ is _ _ ._ _«_.._ MS Rte. 3 '.G g�__ _ _-_-.� I -7-7 .' -at: === •-- -4- 'far "E'r-.Z :i: i L 7. "�` _ r. .....01 r.-. tea , am , 1., \ 1‘0, r ' ' 4.---•::a7.-.7=7.7---z..---- I _ ___ z7,,,,--- -_`� \. feei FINISH PLAN GENERAL NOTES LE:+YS-- - --- I I 1 j) 0........................... INTERIOR 0-- - • FINISH PUN - ' � FIRST FLOOR H ^ FIRST FLOOR FINISH PLAN `• - =r. --. II lJ .... « vaso_ A-260 ;11 - �s fi=r_ j FF - v.. t -,.,.,. .',_i, PERKINS � -r--'- -. - " = y NCJo6ana'xllu I SPERM RIW +w I L L SI I .__,..—au —. _ I _�xL- - _ s ~I HI ., y. !cam --- i i- s 3i =�Q 0- Lit r``rt+ �._.. j• i--.- ^--..-a I ' , .,,. 1 „1 I` -..-- I « --.- ri,,;;3:s,i I Ca_ • I Ell - } I -...-- I --. -.. �CmmSS _7_72-'7-F:_. - L« _ �__ 1--' - GENERAL MILLWORK NOTES .. .. ?`�---` ` _. I�•:+_.--....— ., —_. -- :Kaca it ko a MVO ' I , r_ S 737x: I 1 , 11 C3_ fi_., FINISH PLAN GENERAL NOTES #- ---- -r_Atu- - 1 • 1. II I IIS b 9-..�...,-...-....... -. - INTERIOR 1 f!1 .._ - I .. .«- s- 1 FINISH PUN 1 • + !'I� ='._ I FINISH PLAN GENERAL NOTES im-- I SECOND FLOOR G" E � _ - -- - - _- FT,ISS? I -i I 1F.-147:7+7.11.27,1-71'.-7:01,:=,---.. -- -- - A-201 if, e!) OSECOND FLOOR FINISH PUN ..• _.,,,,.,a,.,,.,,,-+„.I.F.,.A - -- I-- i=1„y'• -.-•-,- . � I• -T.-__ �P--••— PUSH/LM LIMO PLASM SCHEDULE PERKINS I. l I — IrE� : TX N4'4n7I NGitlA 96fUA01 ORS +W ILL •I. III 111 Y A ..Irl tee. 7, _ _ "I.ill I ' Illin- O Parking Municipal 1 a- - r- - Evrrte-: i 1 ........... « _-. __ _ =_ I City ot �..�� -. --- -- s'».T- I --_-._ _ p..---,..2..--. I- .,:,�.. ---- • s- I-- ' p I i1 GENERAL MILLWORK NOTES _. — =tom—_ III II Y II .j i = -- r - _'�...- F ..._ J. ??..:-.7-.7-,7,..;;..-:=7=:.-•- =.•••=s= i j �D _ I I .�70 ''-- T .__ FINISH PIAN GENERAL NOTES _ F. ,�_ =A M-- ••i• tF Ji -� ,w .- g = •............-- - i•- —S,- —ttc -�« INTERIOR � II � T. i .. --... Sts'i FINISH PUN E I 1 ..•--•-• '� SECOND ROOK 1:1111 I 1. II,III ' w '--71 waw G ii O ''SECON' D FLOOR FINISH PLAN „ M --- ,wry- 'R-` __ _ Fr.- J .-. rr. ' :H: I, y_ rrIw r+1� PERKINS...-I.- - vF _— "+--3--........•=41 it MCP*lOCCO' iN^Fum 1 RUNK +W I L L 131 X - 1;•:•.:-..r2:4-117--: I _ II —=.. = • -_ _ __ I --9� j " -- _ • - _= 1[..,... -- 11.04-7:.-, __ 1 ...__ t 1 _...- ISI-i-- - Im s="1 past` !i► _� i — ..- 1 - I 1 _I -, - I M -- `I -- 1-- -- I - .3 u l ' G_NFRAL NILLWOR‹ NOTES _ 3.....•.............. - :ail - --- 1 - .._....-- I I ,1,-1..1 "'.---',., - -- 1 ..1.... I-:71'.9-. '.. rK . _��-�. I's: .20.4',....Z.7.4.1--=',.........11"..- _s..1.-___ s:�t. I-1--- an ;s a = s 11 � i 4 :.._. �o ,_,E-____:_,-,:_ _._ ..s.. _ L. ,x-,4•--------� _# _ .a z. - I . I- I_ sr---_ * :2_-- � - -.-.-. = 1 Ili+� - 7 .-..--. P. . -- '2-....-.-. -. �— —_- _ J n- _ FINISH PUN GENERAL NOTES 4..I�,. L- 7 ytl i 1 • I y ')-........ ....'......'^..-".. ..� -,-.-.. .. -- ��`- INTERIOR 3 s. -' - - FINISH PLAN GENERAL NOTES "s^ .�=; FINIDH PLANO ] 1 - ....... THIRD FLOOR I s ]t —= I, -LO ','h I (1 h THIRD FLOOR FINISH PLAN " I.. - .Z....1.: 7T- -.•-.-- A*. -{JI — - - _ FINISH PLAN LEGEND FINISH SCHEDULE InPERKINS R � --- W Irsr .01011' ;Is= awn 1 a- 1"7".i.-'''..7:= I ♦WILL Ire s' ...,. razz" . - I I 1 I I 1 Multi-Pvpo..„ Municipal 4 1111 ...- - . - • i Parking Facility ^a _1 r r-7-1 -"..� c. City of .�4..-- Miami Bach L.-- i s�� g- I-_ 1r I . bin', NE —_ - -- --' i:---- - (r _.._.-- I. . _-_. !'T' . -• GENE3AL MILLWORK NOES .. .- - tea-.-. . =kTil 1 'L _.— - Lt 'pfd'. - _ - -▪ ..--- .. - .,a �.�...�.:. '_ 41 ice■ - ==L=:.1.=-4^-•-• .. am ®s • Ii•-..,.....,..4.- �_ - - - — .=.--,.I. :i T I 7- is �I. ari▪ T- L .. - — �.-_ 414.1410. { l4 ---_- - -- ------- I -- --= _ i .„ - II�FINISH PLAN GENERAL NOTES 5,6.SX-- �e - -- 1 ' 1 I I -- - '- ' - .; 0,-..--.-.----. . 1 .1 -..:. , '*.. ' 1 r....r. 1 iNTERIO[ I tjI _ Ik .__' I + .- ..- FINISH PUN II� �l__ 1 -_ a=--'Y THIRD FLOOR 1111 O THIRD FLOOR FINISH PLAN •+1--�- ..�� i y•_y- , . • . ----- - ! ;;;•• ; • "i• - ,.,i, Fc..,..r. ! _.,.... ..-. - ............. , ......._......... .... I RIRKINIS +WILL • ...-.-::: .-“r.1.7. ....... ._ . X - 1....- ,"-- -"±,--• ---- arl .. ..._,. i-.. i tr..-..-r•.B-.-1 . - • 1 4, . .. .7:,,,,,,,i74-4.-,-.:,..7; ,. -,•• - .---.- 1;---- -- filar-E,':,•''• I • --,,.- , , •-...:...;-.. - ,• f . i; i ---5.1i . i searielmr-7., , I I- -... -.... !T7-1477..-TIZ. •----.. _ I i -_ i !?- ,_..-:- • 11W.C.b74 - 1-I-." '''''''. I&'........-••••••i =•'•41E •"."-...••=7.-:= _._.___ ' ".4.4-A6.•••••-,—•••••- I • -.16"ii GENERAL wCRK NOTES V 1..... ,- .....i A '2 , .........== ... --..... , im..-2:$-=•...--:..-m-....”,..;:r...r.r.:..rf- ; :.z.-...=..--..1=1.^.-.J...--.7...-.1.-.--- 1' -- - .1‘ ,..-...7..-==r4.:.:.=%1•4=--- •I'Ili liti•47-....7 ii, ...._._.._..._...... ii- --.. - ;:f..7.4 -2.4, -IT.:-.......-:•-.-^-'-—--•- !.. .........1.... :*3::471.....-.A:,.2. -• I i 't•-_,;i7.7 1..'.....I.,, .-..=,............... i .. _,_____ 1 , .. . i f ;.... ..: 4.',.",0*-.:: ,.....,.... .._„„....,_.....„.. 7 , ...,-.....r.e.r.• ... 1 , i •' 1 ".,"..,,/..4 -..-.-..- •------------- c_^. ,T.1" I Ev -:.:-.G.:•.:1::7. 1 1 1 ,.. •• '" "'•!•• • 4--,i.---."--;---7,-;:7-.7i:..7.....---•-.--:- • -......, -...."--Z.:- - I -?-•'---! I ',':, i • i,i ,.=-.12115.....:Z.,..F...--•--Y2,,,---"t-= ..,"-- --__ :....:..---I , :::::.---.......:=E=7--"="7.' ..6, ' .... ; 6, ,,i • •i Eit-••••• , . - 2-2 11••••••••••••.••,1 I . it - I 2....... *........I....% :•,:l."......."--T.7:.=:::.2.17.27-•••••• 1 i 4 ,— - 1.. I=Jr'-••••••••' •.._ _.-.,.I.r:.._...:.-=-:_.....=. , -::=:. ---- --:: - - 1 ----i--. ...- .- 1 SV..--:41.- 1 ., ...- ,,,,,,,,,,,2 O : . .,.... . I. ..-.---fl. 4' ,............_-__.____.... .... I • J :1:rzt.r..;==.1.:.-- ---.I !.... •77-4.i.".-7.ii."24-z221-."-.. .. ''.. I-. I Ir...... ...... -.—- i .L.,....: "..r :14 dicaiiaztr..7.4.-.;=..-......--- 1 ... -... I 2.1...-...."-'' ..._,.., .-_ _,..„.. . f ,., ,. . , , -..,,, - FINISH PtAN GENERAL NOTES .f. ! A... ........ .=.. !tz.t _ I, , ,.----- , •,...................... , ,. __ ...__ ._. - 1 . . i ,..---.-.-----.-, iNTERICR • .- 1 7INISil PLAN -1M2,... FINISH PLAN GENERAL NOTES .e.: - : I ;OURTH FLOOR ............15 '' '''''"'" rr. .H=E'..7 1 j . lrall0.P i ;"'' . _...............-................ '•ThartrIL,ESE,':-7.477:7'2'14'24. --- ___= ,A .... i'1.....:.:=1.'r.1----."-•-.....-. " '..--. 21... Al.,;..7:-. •---, ;OURTH FLOOR FINISH PLAN I'1=Str....1.==."-"-°"'*• ---, — 'I •-..t:.-...:- 6,-- `. '''.-- -7-11 flia- . I .-— \.._..., L.••• , ,..... a, �. _ -4, ROSH PLAN LEGEND - FINISH a-ICAO LE P[R Kr;NS �- ,�,� �}--••� K 3501!*p-ICAO avalnl [tl! ♦wI L L . , - - ( - ,- - __ - -47:::::::13::: , SIP Pally, " cu:n -e. ,� w �.. >.r ,.. .-.,.^ City of ‘6,—-— --- « _>� r- :Y: Miami Beach l� -—-— - �YG--•' � I GENERAL MILLWO.< NOTES -. •""A =UTa I. •_-• _u - I S.ai 1—..-.a'.ori 11 •.•- I - - +vim s ` _ + !:=: FINISH PLAN GENEWLL NOTES !.. - •• %�a .> =A -? FINISH PUN FINTERIOR •- --•- --�.-, � FOURTH FLOOR 190— - _ - - A-263 .!I O FOURTH FLOOR FINISH PLAN .. -+. �? J f .: I PERKINS T,- I J _ :uaI lUiN 117LINM�- [w115 i�1-� � F T L F ! .5 I~ I.� I. .. ,# _-- __,1_ )1I$ Eta n� I _ - Fa ' I 1 _I I ry I rY E.,1 LIZ Z ..y" I erl " - _.. .__ rima 1 I ! I .._• _.,_ 1•I..I.,. I- r=-_=_, .,_. '..7";--_,may' .3 ! z ...--.— I -'- ;-. T2`.TC. -64 _ II _ _ '�j_ __ --.-v L �,F tau 5,:.:' FA �ILLWCRK NQ'iS I..I_- ; .1.-w�__ i ..--riga I !�e I w....-_..........w... • ..1. Iii x�S�'a I -....R:S. • I;''.-- '- =mow.. I 1 _.I AP 1....-.....-.=-='........... I r_ 7Z-•1-14."....4...72-2.1107:72.,"... I 1 ir ii:Arsx_rz_ 'w I 1 Imo;_._ ',-,i I J .,s's'_sFavt r .a X .. rte_ !S...r.r. �d 'FINISH PUN GENEFN-NOTES If ''"'I"IL"" 1 rir."' s•-- L- _ 1i'l F I INTERIOR i I - .. I I FINISH PLAN FINISH PUN GENERAL NOTES � jjI '� I FIFTH fP00R az 31 .a --_-__ .� .,I .. __ ra_ =_-- J �FTH F109R FINISH PUNww........l.a..- �,11. ,.�.. t � { ....... MOH PLAN LEO. APISH SCNEDILE ►[R N I N s ' 1.-1r]I Ci . = _ vti.--�-,_ 6 I3SIRIW t lld r 967W91' iON -wl l- .5 -o �E= X_r•w ••'- , •• "',' MMItFPurposs - -- -- - _ J —"-- - --- -- - ' city of .,1 m+.4....... - Mand Beach ® _ _ .•r— •. --- -- -mar- ��T_�—' ._ L .- _4 Tar! 2r.' '22117 .41.Z.:7 aiirrlig ��: - L � , •�� ":4 AL MILLWORK NOTES __ ...• _ 4IEN 1° y`� �t =- —_�._--- . . Y — _ e tI - • � 3 - _--.w�s2 I.1_—J I -per; -74 ! --..- s I — = -_--- - -- wars: - - _ y FNJISH PLAN GENERAL NO1ES �. —_ _ - �• I _ ., - - R l�_� r p.-..-......-._—...... INTERIOR �— ....FINISH PLAN LI - FIFTH FLOOR es iiI --_� FIFTH F100R FINISH PIAN= -_ — _. _ • ___ _ -- -•, „ - —--- - - ----------- PliltiNs - - +WILL .""7:.1i1ist I ...1....i: I ..---111.41r WT. ig•W —— Multi-Purpose = 1 1 ',', i : 44 pinim,Facility .. ./.....-1,,--...-=,t, t- ...,!•,_- __ _ =. 11_ 14 E.!_E•wioti G CONFEICE124_ ,*9..E.v.aTioN a COIN COLgcTIONS ;01f I_10RT4 ELEVAT1ONA CASHIERS 107 r-m ELEVATION II_ELIPLOYEE AREA 110 ...., City of 1 "-t. CM CEO ,trlIZIe '-- - -- -VII hum Baach Ina amain C••••Do* I.' .il .IMO...WO VIM 1:...1"-I'-' .."., _.....7., ; i'.-/' _ 1 . ....i............. .....-isi rd. . :...-/-• 1 4, . r •--- , r 1il.1 1 1 • . .. _ -.; ,. -r. r-- • - Z...,- 1-,4 mielliiii ..nim ii_EIAVATION 0 VESTIME 103 (10_!EST,ELEVL4TION 07A.1111RS LE, ri•ELLV0TIL 0 LCENS1NG AREA 111 \,:!, .?•• .... _ - -I..= =-_.=.•:, - -I '!;;a':' rit,•-'to -.; 1- i am --4.E1,--, € ' an ! ... „..,,, •,.1.-.:! , 1.1g5.2', .11. 01111101111, i ....., ....TM Cr")EI.ST..ELEVATION #LOBB-zwArrisc IA : I I, , I (77)4.01.1TH ELEVATION 0 CASHIERS iciL ,,---,sgvAtior4 I UGENSING AR _1 1 ',..1----' ' l..3}•••-.. -. 1 II- -.,-- --._-_,J-7,=.- ; -•._.- 1 . ......., . 1, • t i I ; 1 L..4,11J • 1, ,j '_!.! • 1,1 If I ••-...n..-:,...gh.„_:'_--, , L' ,i 1 -.7-..._ 5..ourH E.... .1,910Y_LNAITING 106 6 4LEVATION 0 COUNTING AREA 1.10_ (-41 EI:EV.ATION 0 LICENSING AREA 111 0 END VIII_ -1. 091#31-\ •=.• r. :747\-'1 - '1 •-%ICi 1 `-'=, , ), ..,;"Ar.' k - -•--• .1 12r --!.-_-_!! • 1,E. ii-yorl, .,,11,- ____,_• ‘ _ _. ..,,,T_____,___,! ., ! !rt. I 4;)-711, i FI:ST""'"FLOOR =23e.' E---1* - ' - - -1- :-.I '' -.'- W - - 7-r_.- '-.=7,;-..-_A --_ix.1- _=_.--fa".--•_.1. --i- =,'-• = E-- 2.:,-;!`_.4-_-I_-_=•:.-!_ 4=_-_:•Et= . I ly.A T I ON a LICENSING AREA 1 a A-510 ;11 -—— — -.— _ ——-— - — 1` — — -- _— -- _ — — — PERKINS ' .._.� +WILL I6 I — nr r i 1 � i NOT USED rKtl-Purpoea Muniapal I I Perking Fa<Aty ~ r AC ST ELEVATION 0 ONFERS 202 �� -.� sl SOUTH ELEVATION 0 ELEVATOR L088Y — O L/ • City of Efi) Miami Beath — (- t-rI J-- C C� .—�..�..- y i f f c✓v _. // 1 r I• _a,_11 •_. ..- � i=- go : ... = � -'{ I '+s' �+ s,-ay ' (\SOUTH ELEVATION 0 CONFERENCE 202_. ! U E.LEVATION 0 BREAK ROOM 222 U�" O C4ty_ ELEVATION 0 RECEPTION 201 "�'� :..l.'=i.�E 4_� ' _i yti.�. ----.+ w i ILL 1_2=____J I=- i IL= l II i� ,� ELEVATION 0 FALCOPY 216 cip.NORTH ELEVATION 0 CONFERENCE 202 WEST ELEVATION O RECEPTION 201 I I l 2.....=:d71762.71.. -- — — ¢—II —m — m— — I�I: r::::-.4:- I' i ,i �! ' I NOT USEDii H • ELEVATION 0 VESTIBULE 212 - , NORTH ELEVATION 0 ELEVATOR LOBBY /I'�.SOUTH ELEVATION 0 RECEPTION 201 IW N' ' — I -- — —1-1 — CI) " —I `_ iii 3IljJ' NOT USED 1 I ! -/i � .i ;I id ,- i 1 I '"-1 I ,Ig9YI 1,1 SECOND FLOOR INTERtOR j L�'— j=— —_— —1 _I I L L. _ —lai ! �— ��,�il ® �J4' ELEVATORS e! ! `'1 vLEVATION 0 WORK AREA 217 @,_EAST /1 vI ELEVATION 0 ELEVATOR LOBBY .EVATION 0 RECEPTION AREA 201 A-511 • , • . . I I.- - PIRKINS *WILL ri --- , , Ihill•frposs ....,.\ . : 1 ,, •i IF I II • 1 1 * IMAM,Roe* I ! .. . 7 .I -w7.-.,-, L.__ SOUTH ELEVATIO-N 0 TRAINING ROOM 314 cli. ,.... 17w___v4TION 9 EXECUTIVE CONFERENCE 313 I ER/ Gay of Miami Neck ow c.o....dm IMIst Oft i ! , m Ift. , ,• " , .:,, •,,,_ q A ! ..._..= •,._-. ,• - WEST ELEVATION▪*TRAINOJO_NOM 314 ® _!LES!'ELEVATION•BREAKOUT,..OUNGE 301 i ,..!..., ...••••• --'rliai 1 1 i Mtl 11, /7: I Neiri• I I . •,=\ /7, • ,* 1 , ' .•* f-- 7-4-- I i . r. 1, i. r ,---f•-,-:-1.--.:.+ .-,-+ .+4i-I •,,__,....,_._,.., ._...........,_._,-.—_=--- _......_. -. .=_ =v......77..... 1 1 Iro SOUTH ELEVATION 0 TRAINING ROOM 303 ....-0,22,E...L.EV,ATION•EXECUTIVE OFFICE 302 0 NOT uSED - 1 _....-_, ,..... s '.,, . TEDDM CX] 1. __ , ,....,..-„,....., .. ... ,., it, ..-,,...„......,„.., , i =__- . ... ---___...-.=1.-- ......-._ ,...-..\_z_-..,...-- ,...- .-,_-__-4.=-- ----___ .-- WEST ELEVATION • AIRING ROOM 303 jatm....,___.m.-L.--Itif—---i.,.....• 0 r ELEVATION ill BREAK3UT LOUNGE 301 tr44IV *4.mom I r 1 i i :÷___. .•••^1...t ! t• ...1;;o ..-.. THIRD FLOOR I I INTERIOR ELEVATIONS , i 1 j sr 1 ;1 OOT USED A-512 1M _ . • • . AI PERKINS '. +WILL ' V.,./ ,-- ....MP ......3. . .1 1 ' _..., 7-TOL,e1POIKP,11P2itlillriall I I --..?...7. I .. 1 Multl-Purpos• • 1 1 MA%., • • . , j? ark AIMunicipal . , Parking Facility , . ....••4111.1a1 , . • rrn 4•••••.....• I Nam ea..,ft.••••....• 1 • ''--11111116111111.. t• ----..---1-- .._ ........ -..........n., ... ' ...,_ 'trim— *E.AST.ELEVATION 0 TEST LAB 405 ®WEST ELEVATION•HELP DESK 402 all.. Nana each nes e.a...•...eke 1 Y —, .. :. In M --7.„-- 1M" .......... ..........=.'s tommi::::,...___:::"---77----:LA EAST.17 ,.....11.. , . , Rimy i . .. -Aldi _ .... , "Tail 0 E„AST,ELEVATION 0 HELP DESK 402 ---mr= .••...anal , .-.......=.7 _ MEIMINNIIIP.. tacei, ' am ____ ''' .1.1. ,r.-77 1 '. I ,,, 1 *MIN IR pl.1.11.11 w:,2--alnii"P " 1 r I I L *1 i 115 • I --2a5— -- ....... .., j I' WEST ELEVATION-11ii ®WEST ELEVATION 0 WAITING AREA 401 1%,^ 1.•. . 1 p- , 41 .. Oh . • „. .._ s i C...,.,= 11 I _ ®SOUTH ELEVATION 0 TEST LAB 405 ® .Th4S4__,ELEVATION 0 WAITING AREA 401 . .....•••• ... ... • -- ,- . - - _4---- _ ---&--- A `• 1 :-, 1 ',>. I .-- ....... '' ,'••• , '',. . V M•II . .1 N • : , & I ••:. ''.., l• ,::, , ........ ..- '•,,, i-0ffl-1id4:._.1i=ll~-/".."?'sn. 4 FOURTH FLOOR , INTERIOR ELEVATIONS L - —1— — r--- , i F ,i, ... *-•'11----- ---'---1 - ...... --7--= _ — f cit. WEST ELEVATION 0 LUNCH AREA 407 0,ELEVATION 0 LUNCH AREA 407 A-513 i. .11 ,...•:,...•'.. rvi.•••••••••• 1 PERKINS Alf +WILL , - --r. IMulft-Pl.wpos CIT ', I Malneelpal Parking Facing . =„7: w ......_—.,... , !.-..---..., (Th NORTH ELEVATION 0 COPY/FAX 518 /-\EAST ELEVATION 0 ADMIN.ASST.502 S.}..„.., City of Mena Baledi row.......•••cm.woo iwow ifta 5.5.WM IMI Mi I=1 I ------ jI45.11 14 .e... . ! 1 .—........ ..,j s., ,,, • 14' r 1 ! , --- , 1 m . _...–V.....-7 ,ew . ___---- \ --5111 .14 EAST ELEVATION 0 COPY/FAX 518 ®NORTH ELEVATION D ADMIN.ASST. 502 --'rillial— 1 /Lk _......= 1 Vt." —_, 1E3 WirfriNVIRICIO Ciji I M CM CI 7-7 I IF -l 7 maws wr 1 MIMIC ; . . . , .. mi.mi. wis mar ,i law fel Et. ' . .555.5 -.. ' I MilliWiM MUNIBil::: MIN MN ___.MN Mill_ ._. _. - I ______ .1,1.1..A.P•51. s.5.. 0 ELEVATION 0 LUNCH ROOM 509 ®SOUTH ELEVATION 0 ADMIN.ASST.502 --La- , 91' r - -4Prort , , _ „,.,, .., : © ,, ,E, . ! ,_,, ., ,,,.., ...... ,., . , P. _ ...... 1 j 4 A C..,I r . 1 1 iiii A , , I istimair 11 : salawis- — 4 - 4 I ,, , -, ...... ,.,.. 0 NORTH ELEVATION 0 COPY/FAX 522-A ELEVATION 0 CONFERENCE ROOM 504 0 ELEVATION 0 WAITING AREA 501 51.•51151115.01.05. —40---- -_■113/sie I. .,t I ir .. M. 1 M M i ..*. .."°.•. ..”..,..< I 1 ...., .,. —_ 1 - ' I ; . ___ _ _ 1 F IFTH FLOOR ,1-71 ,71.,, i .1e., ..,..,•: ,--r t /1' INTERIOR ELEVATIONS ',,, i ..---..- 2-- —_ II ,. .14 SOUTH ELEVATION 0 COPY/FAX 522-A (ii)WEST ELEVATION 0 ADMIN.ASST.502 \..1..," ELEVATION 0 WAITING AREA 501 A-514 :II ...,...--. % ...; PERKINS +WILL QIET/PWNBG FXTRS MOUNTING HEIGHTS " . — W _ - ., • I ��- - M +411:.wArraO,:7:11:=4.+•1•741•n"'."'' - ^ ELEVATION -2ND.3RD.4TH &5TH FLOOR MEN'S RESTROOMS ea TOILETy�TURE LEGEND G= '''"""`' ADA MOUNTING DIMENSIONS MOTES -�� i C4)ELEVATION -2ND.3RD,4TH d FIFTH FLOOR WOMEN'S RESTROOMS " i '- /i..;-.7;^ I , y „________ 1 --'01111111.-"m "- ra'` =TCP%E. ', ELEVATION - 2N0 3R0 4TH&5TH'i•FLOOR MEN'S RESTROOMS -, ELEVATION- 1ST FLOOR RESTROOMS \ /'--•••••::::: - '911,Malla Inn • ,'.11,41 .1, - -- — " R- a Nei DETAIL-GRAB BAR WALL MOUNT e ELEVATION 2ND.3RD.4TH&5TH FLOOR MEN'S RESTR000MS ® ELEVATION - IST FLOOR RESTROOLLS . :. a o RESTROOM Q›, '�1♦ i � P �. as «.i ELEVATIONS r I 's�MM■ _ �� I� ■�� u ACCESSORY ' a Nom. , SCHEDULE II j (isELEVATION - 2ND, 3RD,4TH 5TH FLOOR WOMEN'S RESTROOMS O ELEVATION- 2ND,3RD, 4TH&5TH FLOOR WOMEN'S RESTROOMS (l ELEVATION - 1ST FLOOR AESTROOMS A-515 h1 . . �. ..,. I 1 1 _______ --_ —_.._ __------ — PERKINS TOIPLUMEING FIXTURES MOUNTING HEIGHTS • f Parking Facility , ,1 a-li pf ,-, :. „El .rxr.rxr. ,.'-i ! ,/ 1 —.......-- """"""""-".'�"'����'-' `"--"+ • (�ELEVATION - 2ND,3RD,4TH 1 5TH FLOOR MEN'S RESTROOMS ( TOILET FIXTURE LEGEND C=^::" "— " ""' • " ;:ADA MOUNTING DIMENSIONS I u'- I v; B..d. City of •••• �.T-(� `".i 1 —" 4 Mama --- f ea _ -- 7=' t17a z s- _--- r. _�.__ T' ,...—. ,.r 1' .ter. " NOTES ��.......——4n,...........— I C ELEVATION- 2ND,3RD,4TH&FIFTH FLOOR WOMEN'S RESTROOMS -•" 'LJ. �MOw Tria I 1 rnELEVATION - 2ND, 3RD,4TH d STH FLOOR MENS RESTROOMS uELEVATION - 1ST FLOOR RESTROOMS I • -• sem - ■��MI .._ —___Ir `-' SNIMIIIIIII if 1 .tilll 1 i.. 1,:_1•,. 10r •DETAIL- GRAB BAR WALL MOUNT /1 ELEVATION - 2ND, 3RD,ITH&STH FLOOR MEN'S RESTROOOMS ®ELEVATION - 1ST FLOOR RESTROOMS �i • ... t/ SCHEDULE 11 EL..E. WOMEN'S RESTROOMS VATION - 2ND, 3RD,4TH h 5TH FLOOR /"\ELEVATION - 2ND. 3RD,4TH&5TH FLOOR WOMEN'S RESTROOMS ETION - 1ST FLOOR RESTROOMS •#� s; Q1 ELEVATION ...A--515 PERKINS —fir I I'/ +W I L L s 1-1:.:Z•4=7..... I -rte I --:�_: • mKms::. ...'-i ! MI _ tt 3i�- I I S� ku"° °°.. ty Y -I �w ,— t' :T ... PxkiplMNci al ..� :3'rr. fir.. I .� : 'Si.... CRY of /a.TILE/CONCRETE TRANSITION BASE CABINET DETAIL _ I-0 TILE BASE DETAIL _ (�WALL TILE R ELEVATOR LOBBY DRYWALL CEIUNG ACCESS DOOR MagniBosch .27 TESINd ---d .rr-_ `�I i Y.s- _ _ �r- III,----5�. II :I '��..,- •?.5��' (r` �IITT M L'ii'.Y- > -'�-I'�__- I - I te ' i,.A. .�. ._ - I I S SL • itis i . tfill 1.f..-_-:::"'' . , . s..-zzer.ar.: '-'9'1111 *WALL SHELF DETAIL TILE BASE DETAIL /1 WALL-HUNG CABINETS&PLUYwNG:REINF: = /1 SUSPENDED SOFFIT DETAIL mom RR -I lir ,. I `J r —Nam.J 1 I ' in ± 111 L ( j ""11=1:4"."627 j. iI4 7: COUNTER DETAILI O SECTION R ELEVATOR DOOR FRU *STONE/CONCRETE TRANSITION • -'111 t ,� ITIILrc1L ( 1� _ '._. "13!:3!"7;37 .: =J \ :7--...VIM'. I' ..+� I I F - I'raa - .- =RAM �-a..- �--�fc >: I27:7"....7...."... �( ..1•.T..w sari I I�: 1 kr'I I -r R _ �— = -. - wSCELUNEOUS '� _. & 1 - INTERIOR 1 I q r+-iii-1� :Jag 3'�r- .•... ---- si1e.. _ r =_ _ DETAILS :t it, BASE CABINET DETAIL /:.l SECTION 0 ELEVATOR DOOR FRN /.SECTION 0 TYP.CWN CEIUNG /1 TILE BASE DETAIL /1 RECESSED FLOOR ENTRANCE MAT DETAIL A-623 PERKINS S MILLL NN4tl-PvpoN :.'U Municipal ' 17,= Parkm9 Faulty ell I .. ( ... CRV of r Mlaml BNchj =. O CARPET rTrO CERAMIC TIL . J `�.... _. ,las 1Y- = _^ __ zt' I =s' I x� DETAIL-COIN ROOM SECURITY DRAWER 1 :,� ' O CA�PET..10 V ` 7 s Nilli ri�:IL�.'C--' .... ... � .� O CERAMIC TILE TO CERAMIC TILE I .� . j ®DETAIL-GWB SOFFIT all ( 4.,__J DETAIL-CASHIER TRANSACTION WINDOW ®VCT TO CERAMIC TILE ®DETAIL-GWB SOFFIT =1 ___,.._,L._..,;"-z-- .. ; S.- f... 'a_ •... __ O CARPETrTO WINIII VCT O VCN TO C=NCRETE�'_ .�" r vat «: .mss —Tr t � � FLOOR 1 11 1;".. I ~ TRANSITIONS 1 fff Z� Y� INTERaR �_ I DETAILS i ! DETAIL GWB SOFFIT ` j 4 r _G •i C (1 CERAMIC TILE TO CONCRETE O CARPET TO CONCRETE A-524 ----- ---- PERKINS +WILL y - MALFPvpoN AI Parking F.p Fae0ly I Amok IMO 14 .. '414IIS �rm_ . City of I .3 � / li -,Fob ./�1 DETAIL-BASE CABINET 0 SINK y .M ` _"', �/ VLE All-MILLWORK 0 LICENSING DESK viq b iia FIEF= MOM- rAw111 1,.._ ',1171.11/111 L'...-•=r, ITIr tIMIMIM• 11 ""=" E 1 tirrom. P 111:;""" *:......=T B.1 T. _nim, � ........... , IN �I DETAIL ABAS ' �R-. MI 2,~ , ®DETAIL-MILLWORK*LICENSING DESK 1 z w.. immemwa — , ---lifi : ,,....-2. --F- I ark .— ...... / . ( ' I MOM P14- : I 'd .. • MILLWORK M.!.I � —? DETAILS E I. j MILLWORK SECTION MILLWORK SECTION ( O7 ,.,,� C n, 0FLOOR) � RGED MILLWORK PUN(FIRST FLOOR) IiI A-525 i V— __—-___.-_ __-- `— PERKINS S iis • •z:--..----=:�_.- ;.;` lam{ 1- --N- Parking Facility e_ - • lo� i .-..� —_— — y. Ila, c] ,E7 u ------ - '4,11I,, Ell:4 _.__�--- City of -� TLS '.»..E ...�.... ow Mimi oar* ■ 1RIA2 _ IMIIIIMII 4161. is______ __,,L ___dri-r- r-,11.11-1 ,9119.13i---m---------—-7--'"'"'"'"""--'"- -...---= t II ri� , 1 my r _ ;;f t ann. '�� _ iiii I U 1_1_1 - k __—_— - • ```' FIRST FLOOR __—_,x REFLECTED CEILING PUN FIRS?FLOOR REFLECTED CEILING PLAN a A-610 CeL."429412-1MUM (§)--- _ =a6i i PERKINSKLL El • nom ijit -I.E.: II - 1 WM-Purpose . •I""w 1 Rf,3.`�I..^..��.-.--. III. I, '"-IL.. Municipal xiKy .I I NS. C"— al 1 ,,,www. ,: .-. I -- ----- rr G'f Mani Beech EM - 11 1_1 is '��afrs -r ---- I ,, ..._...= ,f 1 ..... 'se's.=.-.._i- I C1i v Vnt RIM II jp -. 1I 11 1 "1_ I �Ti iol 11 ._ ._.. .... • 1 IIII IIIA _ I11®1l1 1 11 '`'.. ......E=At 1 i 1 ..._._ ...... 1 1 0 - ,: _ F ; I' II - , .... ......... h.e�1 n, $a. rI- REFLECTED CEi I � I I SECOND FLOOR I I; CD- IIIIA-611 `_ _ _ _ SECOND FLOOR REFLECTED CEILING PLAN',/1 —.-— I'. Clllq LIMO � r_- _� —_'.ii.: PERku11L '.. ' • a =--s�:ysNiliaV M— • -- =x=== �. ,� s w+ s•-3,:.•:,......... I ,.giit Parking Nicety ✓ -- ®-- - �' ' W m • __.� o- l ' City OI 8— — — MUM 11Me N _.................... �_— y- .. e 1 e 1�'.T�.�.iiT.i'177%�....._ 19)—_—_—_,' .I e,l (p ----lig il I j1 pg,sniwwww: '3i 'mom or .ey' , 11111111•111, 1 1 t. _ .1 • I �, , —mow"_ d!gilltrom f. 1, tp x: - I ,�i nr 1i _ r.r re. am ' REFLECTED ( . CEILING PIAN 1 THIRD FLOOR I � I uo-- A4172 ..I THIRD FLOOR REFLECTED CEILING PLAN^ ............. CEILING LEGEND _.�.w g-. ''""" PERKINS � ° +MILL l .I ° '..." _ `�I _ ▪ S I a ICS.4TSS:S2 ° — .E� mss N► L.=et- Mt WKFAIPYM . o I rw ifv'3 '..C.'$��.w _ IA.UeIP.I • I ____._� _.-.—- - ° Pik`FFF y EMI _— mo= — — C 1—,... rm" =1 I rIli T itE I1 NI'1 1 11 ,f I ,• ;iiIf11 ' z Cad— - - t17 E 'f - ... II 1 TNI'!. I-I ILII - REFLECTED 1 j � CEILING PLAN F I I I FOURTH FLOOR BlEi ii IIP PS A-613 REFLECTED CEILING FOURTH FLOOR PLµ/1 —•- 's v...=_ l _...-,= s 0 ns-r s:� a lsll iane� =7.37.1=411'.= :Co - o:101 l� • oemsPkingFestay ty ^ ' - • e1 im:ra�� .: ma■IICI i I • —_ _..�-- Cr------�._-_ Id iIuI�IIlY1 City of �� WNW Beach _ 1..----- 4111%711uu1 I — _ki ee�-� �' 11111111mriftimici 1 _ o_ �9— IICII 1•icaullEp!iIciiiirk t- /.. CIS = . iii li • 1�� IN 4 -.'"Ir I p ICI - " I �^� 4iiI.nii: H ----4_. /1111111 ! p 1_ . 1am1!Ih 1 i -s.: IIIIEIIIf I • I 1 0 1 I , ium11101e i• .` - ,.=._—_ REFLECTED I E f IOhIOIll! 7.1 FIFTH LO"R -- �����E���� .! 4 —eu NI REFLECTED CEILING FIFTH FLOOR PLAN lJ �.— - .. J 1 _ 1 DDDR SC EDUEL PERKINS ,. :....„..„-- ss l .os ....: . ... , -,:i7-.E- l (WY.-- - I_..y ... -�_I y- �� or f I ,4--L' i. .Fn • -?; -' = +� - ~r-• ,xia[¢z , M',,.-"7":::;-.1' S -'-S+j ea 3 I Z2.2.23."-.. c M Citi — .-.S -.•JAMB DETAIL i�a+.u1 JAMB DETAIL v _...- — Imo{ ; y� _:-_,I.,_-M,Dirt Y-.r _ ...._.. --+1�i erlJ)NEAD DETAIL 7 .... ... QTS 7 .i'� j -r �{y,'-. ,( _ . :f_"-G.. . j w�7'J I I .y 3..4 .__ yy 1 -.. c....":-.7- 'S�-1 F1•7Zi.f:-- _1+s.- 44.. I I ---71 , 7. I •w•�\ „�„ JAMB DETAIL FRAME PROFILES .. -� r -4;-.4'.211 S� ,a____ _ I i "...-7.— ,I , ten Y. Ir. C I ;t ;El __ 1 - • I •� » M"1' IOW •!I ' .'riAY.• • ��-� .4. m��-I r�.��a , �'-MiiTn__.__._1 �091iY� VERTICAL SECTION I el DOOR FRAMING M-S _I is,'" {' �p DOOR uwnc, - I , L ' ."-.7.:-,AV l IM h_-..':..".:1-, —�---i �; - ' - ice_ ` II� . s!■ll: -1.MC - -a pp - _-• , n'1 JAMB DETAIL ® HORIZONTAL SECTION /1 NOT USED 0 &ROL-UP SHUTTER _` .J 177 .,". 2 Pi X81:'1 ! - -:1 __ ;g - l� . 1 -� DDDR Y .,t _' '- -:,r. ~� r'=' INTERIOR DOOR SCHEDULES { , 1 ::ate - — flQ1iji { 1 R Noes �' ::::::.:2:-.....r..14.;•.------ �,DOOR&FRAME TYPES �- A-31 2 R • _:'pli 1911 6t O1 — _ ,f is co I, F1 FI fil1 1III1ii it11. ---- . till I �ii l�iwiiIIylyiii�I i.trttIlilhlli�i`II;�iiliiliilijlili�l1�i�Il t 7IS71-ISI:_I:7-I-"1:771:7 :17S77i7��7�:71717:=I='IS��==S7:7-S77'7.17'1=17y77S 7.5{-7}t 4g r}IttfRlr tkrlr Y tt iii 1I14_1n k f ai l i Of f t r r f t r t r m ina Fifth ltlr ilititr i'ilil L til till. R l $®F PitititlitifilitfiiiiiitlrF tFlttiitt�FrtrttttFtt:FttttFtpill,flt'rl11(11/T t I yllitr3.�T11l1 4Frtiga • Ittlrt,F�rttttfFittittlFrltt�itiittlisv FttTtt�t�tlrtkilittlttltFliilrlttltltr i€FIF _Itfrr�tltittiAF♦�rFtFQ4lltf©art'flttttit{i�li�t�{�fttFiFf�i--tl .1,z"..'"x"'"•'" W 21„i„1 ffil„1,,,1,,, 1►1„1„i1•„r1,1 i 1,1,,,1,ii,/iifffItl, =1E,+ 1:1 t11�tk1•-11.:,.1.. T [ErtililM1300f11MilFi i1E1rf1iI1/Ogg1, t TFi$tTttr41 /ltFrfiitli1.l—m IA X99,,,,9„9,99,999,1,919,,,„Y,,,,, tt.„.„,,..,,,,,„,1„„,,„,,,„„, o. l..l. l I .,,-..1....1..1 � ..... - ,_L , i,—,.l.l.-. o S „,,,},,,,:}}:1:}}bL}}-f}}}ig7IlII'I}L�w}�,}l.}lig::ILlp.*l�:' la}}}',,,,y,,,,L}I}}4}I p�r Al A A A AIF ., IAIwILkw�A1 I I 1'AlY1J..l A F k ll-IA IAI I.ItiIFl4lwl\�el`Iw�T�'1, ; y T f`ya, b!<b Tltil,}i„, }}ti}bbbb}} ,„g,IL L}}}Fb Lbb1},,,„„„ }4I}_IA4I`bbb1--I.t}11�*I}µ'}L f ,. ,YSp 1 r _ _L��•,, ��. I �'t'�,' I.w ;sll 1~kT* tt,l I`II'l '•1*11* i � t��s�111a2PEli .. 1,1114101111. ,��1�ii��Il�6k�l1�k�f�l��l;r�lk��tl��°., !� 0 �a���'cIQ � N I�II��1 ;C l� 1 ..9 1 i —16m l I1�I :I,l 1. �i 111 1-+ ILL ..ne.,.1.Y,6 9911.- polbgllasass_;�aalze -R Rll„ IIRLa3Rj 'fIsHaf3�'k`:1 .S �Ri Rin d ti theIleaa`9'e„^..F.TAriiinpiRa.13:cRIAIRRl,1 RITIzlsltltil3<15. 73799RRlaRRR §1+1I Ei � Iilll1�l �ll' III1 , 1 1 Jill II I �IIIII � , I � lI . 1 ,11,1111,1i� 11/11P t,E �{�I �;i IIS '�l _` I� K k�ilifl till Fri4-11-I-- ,I, ': all: i 1 3'x f NI i iei. i�,.,.® . I iI 1'!1 t�j��l 1',l'� jl NPR!:! (t 4.,.. ... hi ,• Y t; e ® 1'l 1 1 1 1 1� 11 ,, ' 19 iI 11 11 ii 1 II Z4 ®®pp I I I! 11111 s - =I . t J ®ii T,. 1 , 1 1 i .1 1 ” .1 i i 1 id II L g IQi� ., i;= f. 1) (1 iii:]-1111 Lra �.r DSI op Iif1 i� I;'•, �•� I ,iAS Isi !, 81 i I , 1111. ill!i 1 ii,IsEii i i...� is 1 „111Ir A.—.,, 1..,. , . • :i .,,,,3. 1' L .A. _ Oro) I 1 1 3 1 1 1 i iliiiktlM�Mf~. I 0` '1 1 _. NI 11s i�M lir y`�' l'si li iII1 h m / ' !h -- Huh —. l W ...s k o -- �� . -,9 A r.-I'll a I,i -.I1i 1 0 11-4-4-. !IN, ! I =, I , ,�slt1 I ,1111' 01 L1i91'1il+.• t. —'._,.,.—---1 +� --.r- ___Iii Il !1:•iiiiik L J PIIIIKINS I=• _- ,; 117no 1.".' I�! �•rss_ ♦wl-�ll —":1 WOK �_ i s3 !S . _ a t .�� MuHFPUpw• . cod ___ I��OA®a',�� S.:r.r 10�eAl _ Parking Facility d, • .. O ..king..:.... NI f- -... . . g, - ---ii j am- iiii r= = • .-4-471 r arses. 7-..:...m. .. -- L=am +SFr- - - -�!"11F 11 IV--44't•wwvw0 ��-... Irat .. •E_�7.7L=:8117 +.t. 4-__ --IND 111 i Lir- 1=711111M01110:11I ..y 1=1 ! a �:ass:: , vo1 WALL TYPES I ® SCHEDULES ®L'• . I� a.--. A-831 :t '... I +.••••••IT = , .z.:=.• ',. ...,.. ,Ci. . '="..... I*'.....'.., 1 i nimmr••.• , 1 ••••• •••••• ,irat7.: 111 ' .= C-..."---.1'", WV . Z:=• 1 WS,1 fil 1 ......L.::r•""=•• 1.....ilBr. IV .......*"..X•7.7 . .-. , .......••••. CA I PP ' ..." ---'.....= .....-. P/PP ••••• I ,, , ••••••.• 'GA.1•05 =1: -0,1„..4. .................... ow...a...m.4 Pi aa t,•:= .,.....- d PIRRIMIS +WILL +.•-•••= ...I= •_... • 1 ... ( .,.. EiND- ---,-, L, . •; , 1, (.2T- 4r:-. :—.1-. , 0-----rAl 413 Pn ! • 'Y. I IN"' ! '! LA-. , • 0.; *••••'`'-**** , •••...- c, • 0, , . •*•••••• ••••••••••••- - , ••••••+•••••••••••++++. ---/ '-'0.•/A .....-....-.....+.r....-.. • 9-7.-...........'''''' 1........................_.. . • ..........---............- •---.-.....-- ................---,...... ' ....=.7.77.=7"-"Z:-...= ; .....-............ .1""'•=="'"1-2=7... === CA . ....--.....-..•-. -.-.-..-- - .......,....._„,_„. .....-.---......— .........._. ."......=:= .........._____ •••••••— ThrlIPITOP IPM. re',FIMPOP PM ''.1111Pti at. PIIIIMP OEM C,..,114 MIPIPP MP/ . ,. 1pi = 1 17:-..-...,-....-,' I; ., 7........ 2.1=.!• ! "..... .... ._.• St =•.=,..-: =„,.- _._ .'--,Wral I e.z.,=, ,=-•• , .....,....... . I ... m -.... ,......... no... , , L__,...a.......... ... , ,....- ..-....,•••., ........ I -=...:.= cum ••••••::: WIWI ".... ...... camp ••••,...,.= ....... IMMO .=:::= . Mu PO ,............. I ........• • fie-rail - rolg_t, 1 .--cp2L ...„..-_- ..-•• I * ,A, --' r ! 0 1E 0 i 0 1-':ijtj 1:4Li 1 GEL o 0 .........._...= •**-7-.....•••••***- Ii==...."...:- A..............-....... . •......r.--,,.......-... .—:::::==== 7.":7---- I.---::....-:".--:------.:-.-----•.-_-^ :14:...-:---=.---z----- -"'•-.11 •- t •------ ;V-=.,.-r•',- IS,-r-1A-LI-T. :=-17-............_ •----- ••••• 1•.--------_ i sz. . ? :7---:=-----= ----- --- "------ Is----7-2-'-.=-.=--L' •- - ....------_-_.zz.. • -----__- i .ff ....r .... r z:.._ =_-_ 1.-:._ _T-..%..- ........—_-... z.----- 1 :. --_-- . .....=,,,...__ .........____ ----- IMMO OWL --- 'MTN PIM /Th PIMP woo- 1 mirror rem 0 PPM PrIa. nrs,&,.. 1 ; isi , ....4-.2*.,..- -- v 47—..........,•-• ==.67_,. ii) ',:arzrz- =i ----......."-- i=sac i v -•-....a=.....,,,--- ! - , 'Ir..= i.... .............. ,,_-..... II01 IWI .44...74. '''''. .... r.::::.., . .•••••••• Pm, ....... ."..... ...... '"... a air .7••••'7.r. ! .3, A 1 Orinitig L*I l:;.i 11-. ej ' ,02 •........,=„.....••••••••L •••••••••••+....... an 8 . . •+.....................-- . --.._._: g • 'I pl"=.--. ...:=F'.-rc...-....-.. •'IT":=•....:.Fia a---:- •• •,......-....... •...............-- ..----...- •..........--.....-............... „if .--.-__-- _ ••••••••••••••••••••••-•-•-•". '..g rirr."L'..,....arr_2.s._.T.T. i.....„-7,==.------.---- •...-------- ---7--- _..__ .....-:-_-....z..--. .-._ ,•—______— — -- — -... ....,___ . li` • ,...., IMOTOP OWL ',, MUT.PTA (1)paw:arm c 0,MINIM ORM (i'...,\,meow cam •-.) \-/ ..... . .................. . ILI -===.. Irt .: =. fflit :.-T i--7.----- V 1 "=:. = -7.7. WI* W i ..... ••-••=0 wr ......... ' =-'- — •,rw..-.-r- wirw .......... •-•••••• .‘vis •••••••• ...... WM. .. MOM. ar,.. ' ". MM. ..........,...: '.... rd...4. ,.....• ..;"*":—•"2" ________ mgiE ... --...7...1.- Irem ..r. . - . 1....... e ..-. ..... - -A-. J , 0.0 . ...... . A. ,, IP' .._.. I . mon ‘v Neu 1 . wwww . • i • PENETRATION 's••••••••••••-- •....... .. ....................w........... .......... ......-....... ....._._........._.... ......... ..FIRESTOP 1 -------- ....... ..-.... ....= crWL. DETAILS ............-...-...-..... r............... --........ 7 . I .,.....---,...._.. • • -----------r- ......... -- .....-.......-....--. . ...... - ................,_ *27-7..=----—-- •••• .• — ....-•••-•-•-••••••• -••• .........................-....... ......--.. ---.- I 1'i Ci.•MEW*CorkL ®POMP ORM . ®POMP MAL (I`,PROTOP KM ii fIllESTOP CV. A-8 2 < .._i •._., __., ;±I .....— • LOCATION MAP .__._ .-_- -- PROJECT DATA 1 • Anchor Place _ _ m, } • Shops & Public ParkingGarage MAX , p9 • Sixteenth Street between Collins and Washington Avenues,(Miami Beach,Florida . -- n _ Sid Set „� -- .. r...._. i March 19,1997 List of Drawings: Symbols Abbreviationsr O... mum.. MDNIMefil ROM.IlrI121L® — .-,-._. V L w 0..... r.r. , .......... M Mrow N,.DI.rr.ala 2 ".., ` .r - CO V J C:tJ ......a.... 1. Ora ylM..r.. III.006OM.T — ...... �• MIA 5REAKDOWN ril-t:�_ -_...... 01.00.1..... r M.P.O. '..110M'N! r M. PIM �rr.wri .••r _ .-- - -_O -Ma.00.._.h • a.m.. .....rr ti....... �.�.. _0.11...+.2-- . 1. Mr.. Me .. .... ...m _. .10...0. a ... Oa.M O.gmoMSN.Ya PAwe II.TDICM011IIIMIC. �.+... a '. M nM ..a. +•. r4 nn r.�a.aw..w.� vr.1.�Yo !. T.m� .e.r.wes +. •� n•. 1 sac...... ...a.lEcnw.l m r ywo .. -MOO ... • �.a .r 11K0 Mw.. r ,.a >yeew ) .FIN WMO I O.—I.iVs nu a.titi :T -� ...Erg...0. 01000 �MIC6 C ._ r•i • ms TWO Ye !4- -- _..- t m ,..wn.ur. Me s.....uarNMI. f • `veryza MILER OFlO.311140 .KTw.lK *- •••.•• ._. _ 1 ......1.1.11./r. •...y..�.....r..C1.r. A . _E,MR004.aa- .... _ f U: i 0..1.100 SANS! �r ... -'---.0010%O1•INN IPM 0 l\ M. PNP ASS StATE3 r i°°a 1 MO .w.rr .... .,. .a MM.. .r.r I 1 .:rr MO P......• 1 M1.I.lr I.N .. MM..MS N11009 • I Ms ...Pr..Y.UMCWrEZMOULD DEMON/ - - a.a. y-ti...rM _- . at. s.l..Gw... /a nr T.r! M,r rva.M..i R IM NOM KM.O! A ...pall, m •+•••••••'•• ... ..M.... WINDLOAD DATA FOR W11dD01Vd5 AND DOORS r...ar..F "°m ""�'r' MOO .w...... m W....a.r S' M .. 9E MIDI2OIwr1 2rllm r.. RN WITIN006g . N +IN ,.. ..N.s. 0. NM O.1 4:1 - I m r.�rF. .-r M.MOO.. .r F , rl`..SI M.�.....wzm m nrom. 00. -- . -. - - m ...a. -r.-- r 0110.1 ..Y! • .O. s000M.v I { City of Miami 8eacn TM . alsowga s s. .Mao_ - Ml.o l' • Redevelopment Agency + M.r w.M........rr -.IN..i i Ai PO rrm- _ MINS Corp.DAM lO,gl—.-� 011-17.1.:7- 000.1 I.Iw9 f S.Moritz Fbld Capr .rt0,10. >.•I M w -IWliir! _- .. I MOM • r::— 'AVE ...1 - — — 1 I ..S Par..0r...r0. _ _ :4 iii:. .. .. • iFI ,1i .t . ... spillO ® © ® O O® ® ® O Q ® © ® 4 ® O „ „ � ., ..! Ii ` • i �� rt 1 t 4.., 1.:_j ill „"� ___ ,:•,,,': y� • • . , ' • 1 I ' 11 1 t 1 1 ; i ! , .. . ......... I 1' � a o a ---e---c - - --4----o-- I I •0 -----------� .---T-_—__:::d — a ...-a-....:=1"-- . i � � F . �', to �, $ " �_ I+ I I • l 'I !I . f ; ! I . OL ' , : I ._ ' "' Anchor Piaci, j I:; wL Shops and r'Sking 14a► jI. . Sr ,..�......... I I ` t _ a1aa�o.a _ � _ _� .� 11� a. _• ._t -.3 ....• `_� . . t . .um.- — `3. a 0-. 1 0._.. -_ 11 h r I . 4 • N • ® iaARoar MrIII A .307 .. . ,....... 4 Tp 0 0 0 0 @ 0 0 p a 0 0 a) 0! ® ® ® 3 ---iJ 4' ' 2 • i I I. • 1 • I-7— '--75-------:--1: il , ,....,._____.4...___ ------7 I !" i ••• ' , i! : • ---— --- , . - 1 ,____ e - +-4- -; --- 1 , II -••••••• , .=,7-:.,7-Mill4 A- I ' i : ' i ' if I . 1 . ' •1 F..;........ • . • ; 1 : • 1 I 1 I_ 1 I • iiya=ili 1 J L I 1 4 ;, 4.; •pm. I , .!'" -"•. -rn "" , -* — e-, -7 --I i i.• -4. .11 . ...==..–tt-...— ,,. I r.i I II I I 2 • ; I I ' I I Er..4.S.•...• • ............ .. ' 1‘. ' ' • i • i • I i ' , I ..I -1 i i 1 . • ' j I ',---ji---1..Mttei i • STSXTLIF•i1Z4FiF" • I 1 17----1 , ' ' 1 I ' ' 1 1 ................... .........-_ :.--•=1.--,---4.-:.-.... .,-.! -1 .,'' 1 - ' 1 i I ik , , I , ,. , , ..,..„-............ 7.,..„..7.... . , , • - , .:___ --_,-.,-.., -n--,-".. .---------- a • - m so •- ix- -- a :.1:.,.li .), 1 , 2_1•_..".....T . . • 1 1: 1 1 \til 1 I ; 1 ; % • i 1 ; "7'711-1'1"'' • I 1 1 I 1 ; . ...........- I ....=;;.44. I ' 1 1 I 1 ' • . 1 I__ 1. . 1 . . 'gig 1 7 4_-__,, • i A rtroopr.P.Izio • ; : '3:1%71 it siL-! ! i 1 ' ,1 1 a: • —ii- !t Parking 1=-1'-----'2_ I. ...I ._I. I I.. ...j.i!____: [ . . . _..__ ._ •_777_7_1_ ai „,„,._..„,,','"."-•_,;—",_, . ....• , 0 ..-- r•-'''''--- . • i i 1 i --." . , I - 1 1 I I : ' . ,. 1 i ri l t 1 I 1 : I I —\\\\) /= 7 I - i • 43 RIM R3er PIN A — .,•4 I Cowman Ocomea I. law - - la* ion . . . . A. -308. . ;. . O a ® O ® ®® ® ® Q ® ® H ® O O w w .♦ w „•••••\,. • w w _ .♦ w ..w RI1A1 • i , 4' ,,,i' I ®— — I 1 I) I j _ fs I t I � • i_ ry^ 7,0 11;i II� .I _ji r .:I I + IAnchor Pae d _; I ...saws /,V Shops and Parting L - r� i �- 4dWm/ am* ---- % InewwMio.nv • - I I arra`o.. a7 , I,;t=ir.L.$ . .I.•••••••••••6 1 I I , Y, uu;�n A -- ; } _ , I ` � ` ® P. FM Floc Plan B (1, nnanaOa RAN II _-_ ------ Coren=mr oo....l ktey v.ra A 30•.` i 0 0 O O `0 O O 0 Q O ® 11 O QT.© Q tet— .. •i,� 1. I - + man I J --t- tl! 1 —_ _ -- — – ` piT . _ ti �■®— r� ■ate f�-- I ` o- — 7 i r \ _ i -- _ _--- •-. ...........;. _ . II __ —=.1%-.41=....-,�� '. i i f .Awes� Tr—iI i iI I I ( , I r i ' — 4---i.,,,, mss. � t . ±I' �. s -- , i i. '7 1 ' �� I :7lssA i ! t f I ,iI I .i Ii! �I � I " � i , =__S J _rww_ 0 ' - I. —a,/1 i i I 1 : I I ! I Anchor Place t i 1 /,, ,I i I ! Shops and ossoassiams 0 i .,. ' - n _ j , 7—a- - •' - uw.� 11 di i *h.� I I , i 1 iii i i t ate^cw \ . i . ti ..�', !j I I Irl i� 1 •. 11,11: I I i ,I I • I i 1 _ `7. — - _ _._ -_- — _ . \ 0- _■..r.. — _.—S._, .2 ..,_.■�r e -■ .ten--■ _ — '.� i^.-rTa LI 4 I • , \--__/' ........... SSah Rom PW A Gbrn,mm(Mamma r . AI31Q. 1 • ® ® ®® o ® ®® ® ® o ® a ® ® ® Th------ -1------\T 01•.•oft air it, 1. /...... 4+7 (� 1 i 1a'RZ7drS t U u -i! ❑ m ❑ I ❑I I c :. ,,....,... ...:;-7,z..... I , l' . 1._ (: . I \I =—W , Anchor Placa PaAd■and g Iat hewn!Br* -- j •.:c `" ..Agway 91.INN Corp O i = tLi_ .; N /a.. SIN floor Pima B A .31 i • 0 0 © ^ - O O Q „ O O O ® O e O1 0 ®0 ° WOO �• i i - -_,_� _ - - ., ,..,,,,,..,-tadr, a-- .... .. - -- --- -Lf-- tJ tri-,—. _ _ _. __ •.,. . . e -- - ■ ■ -. ■ - a _ ■ ■ , . :ate_ .,� �; i . 1 _ '�.• ,.1 I. I L. ! 11 d I I Anchor Place Shops and © __T__,• ._ i I i Parkin 1 _ _a _ o---- r--- 1 -- -_ ___ ---�---_ ____ __+i I�. z.��� "it a 1 __ - • ...... - ----� 1, O . 1,,,,, - -. �7.-gyp.' �'1 ' w�r�T I; i '1 I : I '✓,NI • i : i (. l4- I rt n--n n n m- rill- -rr .. m (iiii N -•. man,. rwe Ewa Riot MA *IvI -- — _ C .w..�Omw15 -A 312 01 ql 0 0 ® ® . 1:-no 7. 14.Z1 WU: /.14 Vrakrr AZ sr , . I! IL— ! . . . . . . _ .. ... • ... -.....-...- 4.::..:;s__ , • --a- 0.....••••••maew 4 . i 9s 1 ......_.. • 1 ......___, II ........... ' '''....=......... ....... ... . filow•••••.4•111h. . :::44.2.... .• .......... : ••••• ••In • 1 .........=... \-...--.....•••••... 1.1 I., a a at Ln,;ow n...----,, .1 0 I I I ' . '''\ 1 ........ .. :=Ziorftressam <•• • =It? 1 - I! , - . : . Anchor Placa g ,,• shops Parkins .1.. Mo.. Ory at WWI BONN Retrwimment pimp ...•••me I .• .... ' - . I .. . 0 .... _... S hiblVI Caw ty..... 40 ----1 I , ' MIMIIIIME •al \ 1 77731C'VES U - ' =...:.---7.-:-Z....=.i.. ... 111111ri4eni-M"- . 0 I .., • . Afl. ......... Pax Pr 2 • •ta vi;--er-'-- . _...- =- __=-....._........_ -._.______ . .-..._-...._. _ . .... Conlmselien Dienainl• .... A 313 • . . . • _ — ---—_ ...._. _ _ ..._ ...... , 00E1 V 111 .-MairilIniellagridEE . - ----• ...... r. ..... 1...-MI61 VIM 4•••••.1••• ••• , ilillailiUUMMO '•••• 'Pra74 I.v. • DX: •3NX 21000 IN31`.3/1a11•1.11. ldril 11/ 14 .11/1101[001•113.100:19 . .._*___ --_ =--,------7-m- - --,•-:•-•....-- --`,. vrfiluntrotritie—t V fald J001:11PLIMIB ‘i --_-I I LA „..,.,....:: — ._-_ ,....-- --..------ --___._ - - ... 44.-.4,„,,.. ......::.% -...Z........ ;":„ ........4 ._, . •-•_. \ ........:.,•.+:, \ ....,, ... -..--•- 'Eam ____ fr.., ---,-- 1,, -r*-It, 1-.,...,•,/ ------..:,' , i .. ., Aimenomminow..—--IVA ..--.--.-- .- -•-- -11 11- --11---M— '11 13---1- "'. ' ' og---2------aa. e- -. - -- ------_-• ''''="'", ,,,i: 7 I , ci• ., , ,,,t .- .. -I -- ..-r. ..• 41:.,:_-4r4,_--__ ' I"I' 4-4 -- ,. . I i JP.t44---F-7-1T.' I t . c_rt I Lr1 . 1.7===7„. , •. i t 1,I I ' 74: 1---- -. @ • : - ' ,,„ I . m I • j:1-1 I, ._ 1 ,-. la ,..... ' 7 . , m• , i c . . 4 t.4 ..6,6 , ._ , I --— -- .- _........-.... ..., i-G . .1.01.1111111111111 ......= g` '--, / - I -T-------1 • ,,__.,.,,,T,,,„.r.:i ir-.,.........---,r-w......,,_''F..._-.M_"k-l___1$_•.1.+.•1tI •`":.... 1 Eft--••-,q71.r...1--/- - .. •,.: ,.. ,. W.A...••••IP.. Amor i __ I ..-ile;••••rt.i. I .. 7 , • • I - --..-- . MIMI.•••=4 M .- ...11.11,....4 . ..... -../ • -e, .- ---- - Is . _ , .. -,.4-----.---• .. • .. • ..-r /4"--77""'""""'"' ,, .1,- ....^•• ,,: ............-- .. 1 I '..."ar...`""".. 1 4 ........z.u„.., —,-.,_v% .....,... . 1 o . 1-.3 _ CI --• . n c-..,....o---- d_-0 0-4-0---- 0 z 0 0 BI-.-!: _ 0 I-1 '4:I. • -'4 'i) ""•"..=4"::: , - ................. I I: ........,.... 4. COE A 3u 22!, "4'•"•••• ,74„.;.,,',...,-. , . •. .1 .. •.--•-•--si • ...w.7-.. - - -;• -, -':-"'''' '•.,-''. .. ------:".. . ...,--. -.,.-,- - I, I 0 -lir ' 1 ... .. .....„4,== . ,.- " 1 • ""..1.7.="...."-=.1 I t .71.-.......Z.r. ...1 - „ • I •••••••••••• --33 . .................r..41 1 , n , ft t t-T'''.......,","'• t'' It st ,rt...... _ at _. C'- - VOIIINIVFNI......12 i : T,' -........ _., .- .__-: - ,. .. , =-- - 4 -• , C t--I---.—- v - : -__,_._4.--_-- ._: -- _ ,i , ;•• ..... ki;;Al.s.„I -r -It•4/- ._, _ „_ i----- ;.1.....:. .,„i ,E f.:4„,t--,--i., # • _: . , - , 1, a 4 a 1 ,,1 Y.J.. r.. .,- --r..., r,-..7?-... tr. .: 1-__ .-..... .,..; ..,,, : ,.....,, ---- --I. ---"*.•pa :-, i...." pa- L'iaillOrg s 4...._ 'co • -.. _.„ . • • - I •; ---. - I . •••••••,. ' 'ill F-4---- - ;Ia.- 1'• • C;,. ......-... 0 J-r- : 4 , '77 .!..1-4-r:•'A..-- ' v-.---'--ty. -,.-•...,-t.1.-..1:--'-'.4 ---- 'I.--"L' --- •" •A-4-..:-11' 4 '''''-44/- tt• '. ,1-----el '-.7 4.;:i `1' 1.12-.-•• ..,..7.12 I., 3- __-- _ ..-,...",•4 - 3. „ •> ,.... % .,..--, "=-11.73j4., ...• -.---- ... . 1......_ ---"1...1.1-,..k._......,.„.42.f....._ --....re, .... 1 7 0. ........--7-4. •• — - -- -77M7AM 0 4) i qO - . 'l - 7 •-e• , . • . . ..,--7.4- •• __2•_______,.-4.4',. i--f-:•-i-H=-T----'-.-7.---'-., . • I, •-• 7 s._• . . • . i .:• , •!•1 r.:•) ..... I • .. . , . W-,, 1 • -,..,.... :,..0.- 1 4•41,,IMO i W4 •i 001e. i 1. .i .1 ..h ..,•,--. ,1 . J.....J_„_.... •.......a.. . +, r .i.;.-IC:3;.r..S t OrX1 ___LL--.-L. ..-__.—.:_.-_-.......-. .,--.- eftiLLe - -., ticAid .n‘.11d po-r-...IL. , MIMI*a••••••0.4.4ji ... .' 31?' . r4 - • i • , I , , , ____.. . , ein , E.,.... .,... '." 'I qr,- 41 2--,Zt ..4.-t-41.- .., . . 1trksprisLitgemo .krI:t.f.. .--Tjlifi , • r '---,--7 ' -- . , : . ,.....,..........,-1 j --',--•• i s,I. : . 6 i , 'I,,s E.,..I: II . 7•--- ." . ..t.- ... • .._. .. 1_:-)11 1 TA.- I.4-1 . ,7 - i.: --; -- .i_ ..i .1.;..,.. _ :-.! i 1 • ....,, -7f-1- . - -, • 1. i . i ,... I 11 1.4,.'' 1, 1 ,11 11 IV-'. • -LI__ - ri....,-.-1-. i;i - ----- ,>,.,..„ ,., , I ..•.I—I::,„..,...,..14:5.41.%.).!4w,sola•pwt..oj....ad....,....1_:',,......1 i' " , .-f"-'-4 f ,. i.....—..:4:: c 41i • . • - i....-,.j-^,---7- :-.:._.,', ---!*-...r.--*If .,J., .._ ,' ,...... ' : . - 1____ ..C:7.7.:,-:::: - 4.---1.---'',... -...`"--i---.-"•.-.:",,,-i . 11,\: -, •,:.•.n.7.-..:7 I - ' ------1•.; . :-,, '-!.:7'..,../,-* :: A• ' "./. ==== •, ' VI ,- ., 6. T-: • .•••••,-z.z...."--....v 4 • .,. .4 .. 1:1 , 1 j ..„-^,.---0; ...—•,-...,•—•••• „.........._4.Li , 1 ' t,-1....14 ''.1 ,', : ' r ..- , . ; .. ,, . 4f.t ;..:4,-....-::...1, 4. • ;_ .,-,, . i. ''4 '. r '-3.4..--41 •.- ; - ,:.; .- •• :-.7,4: i _)..o.,..•-• -••-.4, • . . . , ,,.;: .. - -,,,,-,.......„......,. ,- :- :. • t..i3,-....-1.- -,!, "-E.:Zt-,: T-- -- , 1 ......1......c....,•,....., 1 I ; . ______. . - 7:'" 'T..-*.''' n-' '''.- .‘•'-' I'• 1 : - - '.:77.'-'4-.7,--..-: -,-t"-i--. . i ; .,,,,,..:%:: .,•'..,7-.,!..,,t,..7 , , . - - ; 1 i: • :i , ---- I . 0,.'s i--'•7-.'t...•• •'• .• . .1 ii771 • . 5•'....-t ; I • .......... 1 . ' i' , . = - . = = • ••• 1 li:,== I! :. a_ -_ =_ •Vig ON•111•.....44 WA% , '' '.S. ' - . --7- : . • - -.......... ,L 4 , 4.-- i I LI Y, IP : — . -''' —7-r•-:„, • -7) .,,, -• • - '', . ' .t 1 : - r,7#1...1,,,,,Zr%•..,,. ---s'---'-----j-- , ' ,1)'4, - 4-2•'''-'' ' -:' ' ' Ilt,_ - •,„.47.,' . ..-'.k .•, - •--... -;7.-7-.1 L.C.::-.;-.•----1;LZ ILLLY--- - ' t,,,,:- .. 't t 0' I..........L.; • Fr-" I.mg.' i . ' . 11.3-.S•i-------‘;,---`-'!i-- ,,., tt . . Ii-,--: • I 1,1 I ":"--; ',"' ;\'''••-•.‘ 7:-,t7.-..-,•,4__1...,._4..,,k•- ' ___.L.:I'• t • , ,..L ..,.., ; 1 .........,..._ ....211.f.. 1''..-. ........... }...l..,: 1 771....'...':'-'74:.,4.=:' ':..:.14...'.•:-'*': ".....'.... .- ....7 : --1--:S'.'""--i r ' / I f 1 ..,::::''Z.'s/. A',,,, ,•,,, ,01.1.0.'•.‘,.#'110 ,. ._ , . • io.........,•.•—,-- . I .. ,, , . . , ,, • : ' ' ' .-' • "----.------,-----. ,. ,, . II i' : .. I 1 ---• 1.4--..>,,n...• ....1,..:„./„._,...f.::.... .4.... of,........4-..,...- -...— ,- ;.--. -- --?- g 117,--c\---- .j •-t, ! • • ----4--- ----,,:.;;;11.-;,;.-.. 64',)- 4E' 1 . 1 -...-• ....,7- ! : 1 IIIIIE # * ____ • __.--.---- . • • . / I - ' . ....... -.ZOC lif . • . ....,, lemmonsmono —Ailk ---_----- — ___________ ___—.— — — ....•.rk *it V illii Aft ii...., —...-- _ -ct, . ,---I.1.11•••••••••• ! T -- , / - ...—,.... . _.---,—.-=: imil— riTit _ --..--r-- op I ----- ! I i . . _ 0.• "lir ''''''\ i ' • I i 1 :1 i _ . _ .,.. . i 00. ,mll' ir" 1 ) .; .•M , M.11•11.Is Oa,„A.._.I, .• :1 I, 1• 0 . M4 . a . M /0/8.10,41.2....41 .........• ...,....7.....s. ,. .. i ,1••••••11.•0 11 ••••••••1•011KO.M...4 . Z 11•1•11411 pull edema , • i r--. ---:.•=r.:., 1 I 1 . I 1 1 1 j V-T .c.-= __,.... --....-..---= 1 I 1 1 i 1'• : 1 , Am..= A . • .... ,,,,... ent :37:— --,„== ir— 1 . 0 c---:... ,. --/J.t.. , ..... , .."?.......4==: 1 ...—=.= " i 1 41 1 ; , • ` ‘ -.........4 11 ..,,..„, ____, i . 1 • .......... . --.111:—=.4. - . ---1:--- "'' .............•...... I • mooromm, \L i 7 1 1.:.. I .....Z=Eli.F=411174.... 1................ i 1 Ti i : i I I , .11•1.84 In IlmiLIT:4471:1 S. j 't.-- ••••••••... ....—..-4 * ..r ..... •••••••• i ...Now imelawmd....• _. : 15 , • . I --..,..• 4--- _______.4. --"' ,t, - ------, , • • • 1 4. 0 Va WRY MIMI= e , : . ; ,.....„. .7.... 1 , ,311 !: atici1 i, I 1 I . ' ' -4,-;. 4-.4.-...... " MAR! --17', , ._. . • - __ _••.- lilitl...N.111.* • I..-__..!!=---1 • - - 111=1111011.11- a i i - Qi,„•• ••1•1•”21.-. '.,1 . . : .-......4-..'-" . i ,..: 1UC r, 21-.1". " 'F- ; V' 1 i -. •• ___/ IIIIIIIrm. \. a z , -• j -... • - ___.... ! ! .....-.1 ;-....... k .,111.011• . 1M1 I ,__...:==..... .1.•••••• I ,-AO•••1•Wa *I aar 4. I Li --m. • ... •--arr-1—.a-1 .4 ' .6.. T ...---, ... ... ...: , .,.. . ._.___-_--ett .., - _._ _I ___.. .... o o o 1 o o o o o o o ® o o ® O ® ® o o o 6 - • 1 . , ... • r o ® q ® ® ®® ® ® o ® ® a ® ® ® ® o - +— ff .. - ' - " • -_;- r• - ,. �� -® I Q O 'ice ' r:l .., t �I�I II.�.r.r1 Y I 1, .-'1 1 !� -�&-7sa � ti 'i i rrts" a..\ scovi I N ,.1 1. 4_ _ .�_. I 9vr777`sssaaaa ..�— �4 ..��: I I i' ! 1 I �1 _ =� . , . . I • 1 1.., t N. ....t . . F. . i ,. ..... ,. , '+ R f :ti.:: *xi I i .... ,I ,.I I I I Ill' w.fl Anchor Placa � I \ ' • Shops and I - / - ...�,� I y rkln�...,.., ,. RIR.01,11•Ill PON, ' — t awn Cow `ilr� lj ! friI t IJ1ç _17 aana ._a-_.Qa_- ..a.--.cam«- -- -.- ----a ..— d� ,� �si..� --:• temAAL 1 •- "'* ...-1. • D iTh .aama..a' .- a oikoncamokkiroa A 303 l . , . - - NEI 00 0 0 0 0 9 0 9 9 0 0 0 9 9 9 9 29 0 • • I i .,,, ..... . . .. I . ii=iia= -------1 ' MN= r"--- - _ — __ o" —1. I - i 1 "iii,411 .' 111111111NIM--- -11r7' -7111a 1,11 jink ' ' Ill ' • --"11111111111111111116. !.r. 111 li ps , in, am I I " --„ ,;111. - f j ' , . . i i 1 I 1 ! ; i 1 I • . - . - CIE i •„.., 1 i. i , .1 , , i ! i ,11.-- L. i ' .,4 ._,_- _ -.. .-. =, f-,. --7---.-1---,-..I;._ 1-.1 ti I ..: t . _ 1,._ 0,- ! . I • 1----4-- .".."' ' i ; =7........,... i i • , t , • 1 •; . -.2•.„,.. v la El.---:-""-- 1 1 ; , • ..-----,...-7.-x-- (----------------" __ : I . ! . u g 1 ,.-4- 1 , ; , • • , . 1 •••'" I I' • I ll ; 1 Z.::="rm''' „„...rammt........ _ .i .. , i • ........, :S.',11......4..., • 1 - . i . , 111111111111 i , . ............... ! ,.....„......._ , , .............. :0.. . .s... ._. . ._._•_•. t _ omm igiroir ._•....! .___.____.—a-.1--a —•— —a •—•.—.1: .""......ir.s - 1-1,---. , . — ..... ..-=-7--.-- . : i — HI 1 1 I I , . . , I ,,1 , 1 -,- . 1 , ti•,,, , ; ' I - I • Anchor Plum . -. / t 1. • , • 11 1 . I Shops and a. ; • i 1 :',t•• I ' Parking I i ' , . . . '• j-:.-. --L.-4 ! \ • ' car dm...lama IIME -'- IC- MI il.,....t•ri i ', . I .,. .........., ". -11 ill I 1 I 1 1.tmar.... - I IL kale M.Caw a... 1 ll 61:10 .. ... , 1 .• i .• . , 1 1 : IngliElli Z 0 II..or ...-_-__L- 0131.ko_-_ •-_... 9_,... 1.........11=1 :.... . ..111,. .)..,. ...13,. .111 .....................-- -WINNII IV:111141.R. ] ............., , ' ir...."Fr...+74 I i 1 ' . N. An •UM PAM --AMER-- lid RON PIN A --- -- , ••••••••alamoll . "'. ,.. . A 304• 1- • • . 0 ® ® ® ® ®® 0 0 0 0 ® 0 ® ® ® Q ® .' 1 .. 1 .. / .' - MIll (! I I ; I . mJu /I �cx-ate+ o- I i i !I i ® i I Mo1-rho►Mao. iji I I # j �— i'` Shhoie�ld and i la". I is • ��^ I • a.M.. 11.1•Mrprom par. It -1.• •�- i i PAW Smolt amna�ma.. QI """1". + I i j I �/ �...� „, ; ./., .11/.11..i . t .41 ■. Kr: a —� ■ _..a a — _ 1■11 - F - a - —•i r: - 4___ Salo N .t v 1 N Cil,—>yR- ' ThYd floor Pin 6 r Oon l a■m Comm. WA—W.74 a . -A 1305 90£ V I ria ms N = '{-:Tr.• i v % /r ...�,,.�. ,.•�,.�.�,.. , • dip m,7 • ,�tr� — `-' - V mp.w au.1� I I Ili 11 i I I, ��i .am... 'I I .. L ,Some.,u.e.w.0 .��_ _—_ _ a j Lione M•14 p aro pus saoy4 M MOW.10118111/ j 'et ae. 0 .ie✓-m i i j I j i .. i 11 {I • I j I ' I 1 I I I �.� 1 =SSW, _... � . I it �; ."../1%...= Y_ _._.-•-.•- ■..- s. •e_ -s c m`--c-_ _.__ -.___riJ-._-Li----'[,t '–c' .�_. � t •Z. Q L.-___L '_ ; I 4i I I i `\ I 1 r' • ..... — — E - r-� -- U II" - -O .:.>�=rez. -O _ j. ,__.L._ , {� _ ° _ iic� to i 0, IF o 1, I 0 ` — { F,! 1st 71 MO '�'.... j I . ' I r ® ® ® o_1o o © © ® o 0 6® b © b o ©o 0 • YA3131SW CP/112V3 _ ..,. —- _ —_— ,.:.. El r — I„,r-_---,----,i � --- ,_ =rte, supped Four*cloy, 1 Yagd io4aYY --- 4 .. .. is Yrs =...3.`.. u --__TMT'.”— I �j���_{vI 1+\L, � ' •...... - - I '1117 i{i' SIS i b}t,t:31_, �J 1`,_�_. - y. ,3 l[ 'y.: I w:V+ --, .,. l''; - - , = F . - k 1 I I 1 ' i I I :: I 1 g 1,1! iglt ;ill 2:21 14' -I 1 , 1 r... 2P11 1 11 11 1111, '1 1 I I, E ii c_ii, "iiiii! !I 1 i i 1` iiiiIiiiiiii'fli'11,,' 0. 1, . 11"01111111 -11 I pi I. la .. finf,, 11,I I i 1.11. il r II? 1-i girl!? I. tli,',41, 1111112! 1 1:11 , t 1111 ;1111 ' •11111 II111 , 1111 111' 1 111 ,1 :111;' :11I,Ii' ll IH11:1,1II:1 Ildill' i iill!", 1141 : i flii IIIII10: ,LIT' 111111! ! iiiII : I , :.:{1-1I I : i, '" 1,1 , ;'1. WWI ' I- • ' ' . '"I' • I l '' . • -1-• !! i . ., , , ,j, ',„i I. „,1 I.,. I 1, 1.. . . ,...; ill i 1 it ii•, Hi . iT.,11. ' 1, ; 111111 l'IT .i' l IIIIIIIIii :dilITI 111WITI 'I 'll I!A II, f3---:-77f:!"•':-is--‘••••••Doe.•MAT-•••••,.: _-,...:- =3--•:,-•,•el•,•:_•_,.... tg e ---2-7,,,::,.,-.T?. OREMErege--t -,:i " -z•-1-•.'-'7:-ffl-T•12'-- " i• i:::.....''i' 41—'1.. '.................... ,0-:,5_E21;iiis..:....... 1' iltii 1 I --Ili 111-7-, 11171111 F,,,17..7.11 , -.,, ,.„,...,.:!Y.i,I. ss,if,-,-,-..— .-.• . ,,,,,,,-,±..--,-;i:,----t± UM. , --.1‘f471.-4;:-. .,..!1 ::.,,i,....7.... .122,,,...LJ, • !VIII j I' ! • I! .....,1,:!1?.',..I'',tr.r7.'t!.7!!..,'..''.!•,"...v!..1:.,:,;,..:..!,..i.1,41•1! .2.4. 1 1 1 Mil ii 1 -- ;;!"',i1;:rt:'1,1:ri ' 1 I i i "'"-,11-r. ,-t.,1--,----•—•-- , &-' 'ig ••••"--41-4,--- ,', ' :_ _,LLI i 4.. i I-i;"r0C114'1!!?'01P 4 ir.4511,.,V V??.,.r:f's..,,.1.03014 1111111A itilStsiti"AV 610. ii i i 'IL I 7, 71 JII. ,., : ._...._ . i 191:0 if ti h --------' ----- 1 1 ---- -- - 11 Pa f1.1 li CI 4i if . . ., . I • L , i , , L ,I, , , ,,.. , L 1, , • , '----1-j----- : 1 - :, ,ii, 1, . ...,__ i ---•==.1 ' • , (:. 51 ,,... , i. 0 ii ov '",,i• i:71t,i r - 7. I 1 ' 0,i•I, ii, It I II 1 ' •- k , .im 1. i 1 li ', 1 IIIPI ill 0 p :1 hi 11 I ilii i' 1 11 q • I M _fa...;11 14 ill shsi:i t ;1 It -.e. ! -I i'l ' • .1 '..-S'I'',',13::' I [ • .;1,, - 114.74 y 1;' I , 4 i. — — : .'" - . , L i _____.. •_,.._,_, 1 H , . • • , , i t, , q -----2-- . 1 ' ! 1 , !------ -lit:5 lel gi 15 iii I: iilt ' i1.t.51 lit i , I I _ ,,, # . , , .. .i 4 :,• filial-1" i 1 i ..i..t .,, I II 1; * . r• 1! h 041; 0 0 11 all 1 b !kJ , 41. /10 ...,, , I I II -----J 1 I 1 '''' .I..... 1 - iI I 41' 1 I L 1- '-',1,:4 .„ -.; I tst 1 ',.! I X, -.1.1,...2 _•____—) I ' :•••,' _ , L i ;it 10 lip , •-o• 64t . 10 -••••'I n . . • . . --- --=--:-• t . . . • . i. . / . • /1^ 1, . ,. -- ,P) rr . i• i r 7,;:''.1, At..44',,,,•I, ,- ' '114 I ' -- ----.-t. - A- " ; - -;- , - ; ; i-t- - t - • - ii ..•.- i; '1 r•-) (•-)it,' ,i-F: . ri ,, .: {, .• ! 1 j -• ,it, 1 j 1;; ',, •21 • --,11 --- - - .- --) , „ _ , .3 * 0(_-,) -,“.--2).. . ) 0_9 - --t-- Fla- .14.— • • ' I niii; .:,. (41•Plt.lti-; ‘; , 1 iliiiir. I - ' 1 Rio 1--, ! i --1----1 1: i It • .1 immi . . 1 , lit 1,11, , =NI 1 , 1 .'` __A ' ii I I' .:.:-•1 i ! • 1 ,-mild , . , , . , ; ow : :• - , .1 !!sit-,) • Il I I, -- , ,:. . mi • 1 . is 11,1 .....„.. ! 1 .... :11 — Q.:, s h — . . (iilli. '04 Ili!9 ,.I' - ! .4 7411 0 le `11: I, ' NT4i1 1' j:311 t7-1: '' 41) 1 i • tri kill 1- - Ell 1 , i — • 1 1 _-, 1.1 ' 1-i 11Ill-) 11 —1-7 ' 1 i— ' 1 1 1 I f:.'- ''''.'7777."7"r1 1 MEM 1 lir 1* , • .-1 _ i-- ....„ ,.. .-, • , , I* .. ;114. H, .41 '''1•I • 1 ,IC •r?. .._ _ . Li. ,. .,,,,it,i . .: ;we ii :.,.,-. -I I-. , , -- MI 514 7d1b. I i f; 11;:- • '',.'''..' '?‘44- ' •t—-1--_-_-_+_„ "--.-_--1 --4-- • ' t t; :. -4. - - il : • i, • i•,:•.• 1:, 1 : if) . 01'-') • , , *,• •• ; ' .• .-'111 , .• • Y ; , _di ---- ,- (.- -,,,,:: Fa : , 4...) • , 0 - E:- :. •. • ' , /72 ;' <./ . . .. , -4k,44.-:-.14 i 1 , . r-L--,T; ,,,' -ri,-:-T,„,,,,...: .,,.,. ., r 1 r --7-----4 ,.. --., , • , , .,:,-,-, ,,.,...: ik) • I 7. _b: ri .,4i:t.c..lii. , (-2. . , 4 (s_,, 4,.) , , 4,) 4)4., 4) ., •Er.o. _ _ ___ . 141 11. .11 --- 1 , 191 giliiiiiit iliiiii,11011EINItil •5ih, f a .:sr 0 i 0 I sip i 1 1 17 0.,1 II 1 I 11!; 11 i 11 1.1 i ' 1 i Igi ' 23 1 V It i Illi ! fa „Al Ifiro• it Isis 1 • • : 1 ' i 4 1_ 7. 1 _weg„icit,,_., IT_ .1111,:,,:i;. ,i_ lei ‘-. - • - _ _ ------- i il ,, I ' trt ig ift.. 4-4 4e,r a yr •vea .4,..I i 1 • i .... -44.4, • ,._I li - '1—t 1 1 ' ''..I ., • • ,--Ii-t . I I I I , 11 I: 1-. ' Ir. r - _,,R — -1 . , t i i • ''') ! 'i.) .'!".1,,i. . 1: !':':.1t },''.'',1_, i!i 1 ! II 'i• .1- is' . - • • 1 •6 4.1 I i 1 i I I 11 !i!! • ! ''' :‘ i, ,r....f i Fi , i i 1 ',t1 1 ...... 1__ --tia. . , . i li 1 I 1 r - . , ! „ ...,_ , , , , , , , 14 IP 71. ! Il• 4 1 1 1 gm- 1 A lh,. 14 i=. ,t2 ig _ - - 1 I 1 1 I V--- .. ,. . - -I--t #1ri! --L----- . I • ... 1 . ' i • I 1 I 1 iii 1 - • • --ill 21 2,0... hh 1 i r . r I) pil% i 1 4', r r , , , „„, , ril 1 ri' ; . ot it4:, it , 1 1 4 1 11 •'1 ' 1 1 .. _.:r._ . I . . la ; i Aiiie4.1,...a...,Fix, i : 1 1 1 I i 1 4 •4,44c, v•4o. ,,4 4,4-1, • i iv.•-.1 as ,...0., ' a . --4- 2 1 ,:i I I__L , 1 . i, ! , -—le.li TV-1.1' .7M17-re'' ""1114iL • ' ....-' ! $1h)d o,ID 41,i4) , IV i 1 I illr)4 +4440, 4 ac ,4444',-'sv•••• eve -11- .izr . . A' I 2, -- X1 '' • .. 1-'" / 4 - . a• , 1 ;'I' ,.i.F 7: • . ... . i , • ', .. 111,• • , . _ ' 11 - [r- 1 , • . 1 i , : -r I it- • . ' I k. 4. ! a. :El , I ir _ , 0 4., 1 . ... . '. I I: , i• „,„. • .!.. liat ,,P • 1 . I •I . -__j_- 1 ,I., k qk . I f .,1' 1 — 1 t_li tt gr. A------ • -------- I- j k.'t --i. --v.-- 0-) ... , '41 I t 1;til I Mil . ...-•,....i , f. • •..,-- ! et.1 ,.....2 4.4444,4- 14 4•4. '. ,I I I 1 1 ,'-'''''''' ' . I v , 4_Il .. I ., i. , Jrt-M----r i.1- -rt IL. I k 1 . , 1 . 4Mfl I I TAI. 1 I 1 _ _... . ... . . , 1 .11 f 1 1 , ;1 1 1 ! 1 : 1 . , 1 s IP .' -F. MI iii• 1.-,L.__ -_ 4 . . __. ill"II vi > ' 11 It 1 11100191On or pH 1 'poi iv iii i . IN I IPi ' 1 14 .. II, 41 1 1-8 1 1 ,id 11 fill lid ;114 ii i ill (yip; ii III ‘,- i I f(iiiiii i , 1 i I 4 ,-_;- :-.,:-:•-.1 I 4141 I I 6,1 . _ _. • i , P. p i - s i<i °i I P. �. �. + 1.-_ ":I I . t , '.'-'' . ' !II.0 ti V I I I 1 t • 11111; i igtil3 :� 0lifi i.'lit rt' e , : , E I. a DRAWING• INDEX 6 ARCHITECTURAL STR U CT URA L MECHANICAL Al LOCATION YAP - IMI TEST BORING PLAN 1IMI FIRST LEVEL FLOOR PLAN i A-2 EXISTING ]ICF PLAN1 ---_ _--41 II_LEVEL RAM 30th SCALE _ N1 SECOND\THIRD LEVEL FLOOR 1.1.1._•1_11 1 � 11- 43 NEW SITE PLAN 52 FOUNDATION•FIRST FL FRAMING PLAN PART I 19 MFOURTH LEVEL FLOOR PLAN 40 SITE DETAILS1 S•3 FOUNDATION•FIRST FL FRAYING PLAN PART A 1 W ROOF LEVEL FLOOR PLAN trJ N LEVEL FLOOR PLAN ISA ROUNOATIOU•FIRST FL FRAWNG PIAN FART Sl i YS DETAIL! i t. A4 And LEVEL FLOOR PLAN S! FOINOATION SPIRIT_FRAYING PLAN PART II I ; O ••i 4) {{{ 3N/41n LEVEL FLOOR PLAN FG SECOND FLOOR FRAYING PLAN PART I N SIR(ROOM LEVEL FLOOR PLAN 4T SECOND FLOOR= 1 FRAMING PLAN PART I R i 1 A MR S.M CORNER IFI/2M PLOOR PLANS I. SECOND FLOOR FRAMING PLAN PART 1 I I 5 •n 410 111 SE. /N E.CORNER FLOOR PLANS �» MONO FLOOR FRAYING PUN PART I f 3 MI MAIN ENTERANCF IFI/2.FLOOIILP ANS 4MOTHIRD FLOOR FRAMING PLAN PART I I 412 NORTH ELEVATION I SII I THIRD FLOOR FRAMING PLAN PART= 413 SOUTH ELEVATION 1512 THIRD FLOOR FRAMING FLAN PARTS E L E C T R I C A L MA EAST ELEVATION 1513 1 THIRD FLOOR FRAMING PLAN PART El -. - N WEST ELEVATION MG I FOURTH FLOOR FRAMING PLAN PMT I �E-1 FIRST LEVEL FLOOR PLAN CONVENTION -- "" CENTER 4M ELEVATION-SECTION-TYPICAL DETAILS 518 i FOURTH FLOOR FRAMING PLAN FART N E3 1 SECOND LEVEL FLOOR IUM,__ MT SECTIONS --__— SHE]FOURTH FLOOR FRAYING PLAN PART32 F3 i THIRD LEVEL FLOOR PL. • ---f 1 N FRAMING-__�— J 517 I FOURTH FLOOR FRANG FLAN PART II EN I FOURTH LEVEL FLOOR FLAN 7 .■■ e N NIR STAIR I0FLOOR PLAN 1515 LROOF FRAYING PLAN PANT 1 E9 ROOF LEVEL FLOOR PLAN ------11 Y - • ----1519 1 ROOF BRAYING FUN NAT■ M I RAMP Sf CiIOM =W 6 ^`_n.0 N.W.STAIR 2M FLOOR FLAN - - - 3 AGI NW.STAIR 3M/MSA/3111 FLOOR PLANS X520 j ROOF FRAMING PLAN PART i EEM I LINE DIAGRAM • SWITCHGEAR ROOM <u i 422 SN STAIR MI FLOOR PLAN 1521 1 ROOF FRANING PLAN PANT II EG LEGEND•PANEL SCHEDULE 4:3. �__RR NG A I a TORSI F• AM] S.[.STAIR MI FLOOR PLAN 1422 1 STAIR ROOF PLAN!• DETAILS GG j PARKING SIGN DETAILS •SCHEDULE _ f ?:i 4N N[.STAIR M FLOOR PLAN '523 FOOTING SECTIONS•DETAILS I I i r Am TYPICAL STAIR ELEVATION '.• SECTIONS + i 4213 TYPICAL STAIR SECTION 5.28 SECTION! "-- __. AEI STAIR DETAILS 523 SECTION& • I R AG�_RAILING DETAILS 00011 DETAILS --^152) STAIR SECTIONS I 1 PURE ES •R15 AYSNI�� NTMO LEVEL 1,AR NG i i. 423 F METAL FASCIA DETAILS 1523• STAIR SECTIONS ---- 1 7 L E915 MR}� s P30 METAL ENTERANCF SIGN S-2S-SECTIONS 1 / I' I jl4!, _ 3'",.., I'RI( R O trN CONTROL BOOTH 530•DETAILS 1 1 432 SIGN POST/GRAPHIC! 5L DETAILS I W Q 1 532 NOTES • SLAB SCHEDULE I IiIIMmal • •� ,..3 0 5.33 'COLUMN SCHEDULE •OAA MALL 1433A ALT. COLUMN SCHEDULE 1 Si •Q W U I • 530 REAM SCHEDULE N-NSA ALT. SCAM SCHEDULE 1 LINO• M MALL j HOP' SATNIOIS V Z t= ii 1 1I ROAM POST TENSION SEAM PROFILE] 1 I <s1< !-A Z TRANSFORMER VAULT DETAILS 1•_ Z 1 RI 4\ i I I i LOCATION MAP hd 0. U 10 SYMBOLSMAND LEGEND Og 0 1 C -•-COLUMN GRID-NUMBER OR LETTER 13.0 -ORAD[ELEVATIONS In---1 Q^CONCRETE J U z ANA.yr ems_DETAIL NUMBER n.-ELEVATIONS ®^—ALUM II 6 .--SHEET WHERE DETAIL IS DRAWN .�MP 11.4.11114 //4 SECTIO PARK ��- PLYWOOD n+�=F"AlNP. 41ML.---SHEET NERC SECTION IS OAAWX PI 11••LL�i SHEET WHERE SECTION IS LOCATED 32 4e.--DOOR tYPE "-"X".-----s 11 r l 1 0 N 1 �nne. ] ^--DOOR ICN[DV L[ nuMS[R "731;8"." • •;:...'-f--:.:__. t $gVENTEENTH STREET , ._ / ID'-P 4 SEtiI' . P1-P' M'-I' i I IS'-9•, H-I' L'.P M-I• IS'-9' .r-.• _If MI IFPP -i. . '-I .2Y- i __ _ r ft/KM UN[ I . 11f IT. 1 I L 1 T.i __� 1.. II y1 y �r __ CAFI __ __ �H1__I �: , _ WI 320 I :-"I 1 i xoSHAEA9 aroR IV�- _ .su 4E9 ANO%Run 1 ._•G y 1 o', � OO r rceFcvO r icn I.E.i .a-.: r.F of .+ Ea... -_ I _ STRUCTICE �� '_I_ � ' _T - i___� __ r •. ____--� ,, .....I ,,- ' REFwNo.,H1.rnEo . e i:: aWVOUTTER 1 mil i• CIE0 EFIST CO. ON ,ROONE USE COURSE C I AMYCTIC FR.RIENT _�__ ___ fil. O ERIS 910CM ME I I i X ii I TIIE ARu I _ FORK i� _ r.IT ., l . .,R« ENTIRE NE ® — En�,.'u�,Ex�S I , I , I I 1 , • Inc/MX OF RATER ,1/ 1 AREAS m.[vle[1 conrAc{m 'N I i j OTHERS TO CONnMAINS MU IIN aE w, ® ®� 1 ® �i[� I URL`; I� �), `' 9\ IDX ® Fj 0..EIK...AIMS C9 CROSS• * 11_I l I f L____�__. I I• ' Ft ARE nEwAYi�u ® I I arm :fa I ix __i 1 ,.„ 1.♦ y THY wY uwu WTI .� 11-32F-1 CONTRACT I :7� 1 u 1� I = YSTER NAI. 1 I ; E Y. , r- I [NIST GR•.ES 1 i r� I I I j j 1 Qat a :CHS C 101 FENT ' I ® * M• I mic 1 a 1 ♦ � F. .LAN4sm MO Act L__ J L _...I i1 1 S u 6Y ..:E MAINTAIN MOM I I 1 rY�rYWI,EWYR vsrvtl _ „ ' K.nu*E NAm :I Sis I E, Tr_____�;_� r________1 , I i A SE ® QIDI �� -1 I— 1.1—�a:f�C' i./ N I +'E GtloR M Jt1R.91 NE CORNEA �♦ I F i r 1 AX.C Y NY 1 I NIST MUMS I —I—V2'GELv I I I Are , , I =V i V TO r RELOCATED I ro r FruuTeu I Y LXADOn-. ms IDH RYIOq ® ME ',1 ® 1•T «a x: I 1 KC r, 'fl rr r ® ii:., /aTwsnl, roREYUY . I I r YrKv MEI 1 . LW 01..1 '' . LEL, LL A IN ,:„-;i cn 0 ® q• '® 1 # 411 L OM I, 1_331 _1 9a Cuvort 1 ® 111111+, Q W u Z Fr k t 11 le _,ig EI D.+NE,.n•ASNEn J•ADF:LEW N 10!J19,_ \ter" ```4__, 1 mg I_.__j MISE �c e's' ,3,� . - •._ ',•'�� Y - T..... ee. s z+TOR OF FaXIODIM wanrrs _— i7 N Jl I�S�I ` OMR VAX uls ruNw ' �- 1-4 • - .�Y1L� � a sTwcTur ro a RETw.m +� «I., DOW,E START a tiorPacTwN q • FM - — — /Y 4.v.e. FL T Oo VE,A mrv.y Anox nolir urn ..NY_2 FCA mNRY:TIon nfi7in I:`.` .ro. MIL ® ME Lig ® ® — TYPICAL SECTION COMPACTION PATTERN ® S It LINCOLN LANE 3111 ME 121 ® ® I+— —s' rF 32 (FOR DENSITY REFER ID flR:.W.I°F91 EXISTING SITE PLAN IA=20111' .I.,R., `731;6" • (% BOWLINES MERIDIAN COURT I I I .. I in-n.-=.__.------___..__,-,r I I. .7 _ ... ___(-, ______,_.... PLANTER .„(,--; --`" a _ TTi _ _ I�% 3 i • m ■ z • o m . 2. Q r1 - -- 'iiI1 _ r , _ _ lllsi Z _ I IIIlH. a. � lk m ;m (/) — ' ti e 1 ' cL - -1 _ - __o_g - - P g 2 . + frl w . y 13 i I I- Z _ elm `_.� 4iI� r 1 :. all F N Tim 'a4�EU71#Al proro maquima sempa ..-PIUU — i . I 1' I 1 11 1 1 .1 I 1 i.lt.ET. .a..11.1.0 F i J_'I I I"1 I 'r r F— • — z1 -11 ilj j i i I I 11) j, 1 EN IC gr, EPARKING GARAGE alff A NYI7RAY,INCCONSULTING iNGINSAIIS. .o.w..LA RILL .ASSOCIATES ' � s LINCOLN LANE • WEST '" i -U,1:•. 1 CITY OF MIAMI BEACH, FLORIDA I IMAM• � STINSON•"'' ''"°`"` , P1 , CONTRACT N .YAMS ...mom..................II r. (1 4 ..1) N000 _ �[•: Y-•• {[•j [[ 50 1--y3E cL flIC I ,., PLANTER �1 RIPxAPAVEMENT I PROJECT LIMIT I'-10• _._i.1 : :...,. . EGO.. .—SU[ RASE ~. VAR-- TO _ ^. ;OAT N0 __11 �• '' _ .JOINT FILLER'• ',.'" IFI LL•. ' ' OO ...edge'. iJ- 1 MDMA LTIC PAVEMENT ' .•� •:Y ,• r. �-. ..%OR FOUNDATION FOOTING! AND SASE M.I.C. LrILL ' - REFER i0 STRUCTURAL DR.!, • 1 - 11 EXISTING ROAD jII l W..O. +S f [-A' ['.' PROJECT LIMIT I ilIDE rCONC. LANTER N.V.STAIR•ELEVA TO1 NO.I. 7117:7" ;I PI U K7 N•CONE _ N -...I,:.; • SIDE4ALR cJ • Ci pl T R • FILLER:. I T 1 _ 11 :tow' IN ' • -ELf g1TM MT MALL 11 . r LFILL FILL-- ASPHALTIC PAVEMENT O FILL �,. 0 SASE N.I C. 30,.o• '• E.p• { E.S• PROPERTY LINE 10 SIDEWALK y S• T'1• I S. —ARPHALTIC PAVEMENT PROJECT LIMIT 1 ! f { CONTRACTION JOINT , ...u._,.....11_, , E CONC.- PLANTERIS r CONC. , [.O SUSE SASE COURSE DETAIL HALF FULL SIZE II EXISTING 0R 0E' i J r 1 I-TUSC A�TII(4 L • Y I ,._,. 11 .. •Nr Flui� To J r •• Fa V:D -_ • • FILAilat ate•. —FILL `CONC CURS ASPHALTIC PAVEMENT rIl g 'r SAS[ COURSE PROPERTY LINE 0T. . O [�0 - I.SUS BASE 12L1,1 =2_ - - PROJECT LIMIT •a 35.'s"03: Pow�3y4 °°dam c•:;I;• el0iwXiK lo- • 10. • R o J _ C N • --ASPHALTIC PAVEMENT I 0Q Q. w-se •�� CONE CUSS I i SASE COURSE ' N a I PROJECT LIMIT CONE • • CONE. •!' 'I [.D 1 TILL ( - I �L�u�f W K r jI COL,EXIST.GARR GE { 'll I/4.JOINT fILLIR� Y. Q••,,,,,1 �' 'r —, JOINT a EXPANSION '~•• • f" [ % , DETAIL NAL?PULL SIZE • _< . rILL—t FILL J® auk-4a[ Q Z W o .. . 111 V Q Q z {(I ! 1• { 1'�A 0• /�•} TAINT FILLER � I�'''SA•[ CO RSC V[Y[NT U• J m U • Imo-PROJECT LIMIT I r4Ma CONC.-7 } /CONC.--iSte! I II=1 I 1 U Z Z Q F • 1I t I r— 1' ��-.•��.�-i I I I } Y ce O f g r _� t t n:tea:o:• d«da&rb '�'� Q V 0- ... 'ILL—, 1 PLL-. - a Z) -Sus SASE 1. • . J y ,----ASPHALTIC PAVEMENT ....N•N Osr 1. MSE COURSE *Ammo A • PROJECT LIMITSUS SASE NN.ix'TA ' IWRIE� CONE. ISLE SSVOXD • I-EXIST.CATCH•11•LN GE 4.1?P V —' S•A_4 PON WWI. ••3S0 ':d'Vb9. So 'oJ.. V?I✓✓:O.t sr 32 I1L SITE DETAILS 3/4 II OR I"N ...•7• -s-7‘7.•7--. ' "54:—" • if 1_ gr", 2h- _ ___ : ?±;iiJ;JIdJv.., wI.j. Y a L--- -I I 4 l— -Il -I � _ I I I a - _L_, _ I111Ij � I 1 1 C I I -q I .1 II I I , I• ♦{� o ..1, ! I� J . I. I-®, I I4.» =r• , , .--1—,- .0 � i. 'iii — _.4— %,� — — - -—.ir: it • OI € I -- II i i � __� i ; y X,,.•rte_ -z e ii_ iO i lii . * • • • \ 1IIII I i .x- �.� �.�� _ -10 I L __ tk m r tibM NIL 1: 1 Li I gF I 1 ... ! 2 J If 1,M 4JJ. ga q Iz • rell- b .: �1N - I •r -_S' K- J4-3 iQ-i" 143"-N-JL_L4-3" '�'. tl'-'1 --3' L'C-3" lG-7' .L9•-a'• i3.:!, ,4-S" 14.i K1 !9':Y• M•_3• M'-Y' �q-2.1-•• Ill © " —_o b m o © m o 0 0 . boo z, b q: 0 ....: 4 q: 14 xi x= :; I' m$ _ EBB k �1 44 Fa Ya :i °1 Si ..F 111 maadg m_ mig-' agF 3Ili. i. i k s 11 • l-1 PARKING GARAGE SASS i NTITRAY•INC.CONSULIEERS NO•NAN EA Gil LEN•ASSOCIATES • D:-`--' LINCOLN LANE • WEST ..,.<,.....,'.,..,IG :'.�...o.,.. (Il'y' 3 CITY OF MIAMI BEACH, FLORIDA MOAN•STINiON•MUM.I.ASSOC INE Vf 1 CONTRACT No.IA.65 ....,.o co..ou..,... V,c,s.-,Hc •'"' ,,,.•, No.... EP 1— Til;-.) .,.... .. , - - . I -i dm 1.1; 1 ,i, Qom_ � - --. ',,,•�gf Id • ...: t. 'o�v I'a . I ! � A t ' ,D Al 110 a I . o 0.61 1 I.� — — . . I 'I — ' = � C- = ll I ):— - — +� I -- i _ - ---: ,- — :-+ :_ l - - I I , I' - � I F__�. .r-1_- Q ;,, <I .1_'m —it:1 — } _ I TS"' / I ' i c --I -- 1-.—_ ip_ — ---•-- _ .—• --1— a_. _y. —_ _ — — _._ I— f 0 I_ LI 1 I . I i : 11I ilir , • " EIll T : 1 __1"..1_,.....k F._ . : ::. '1106.1 )'€ 1 "."1" [ / ,-9 i • 1 .- - • . V . _ _ _ • IflT1TII1 I �� . l IN k...1,...1,... ___I_+' l i _ p li- r ' IIICI P I_ 1 _ UIWIHIL 1 I® 1 I II . III • _ e o- w U-1 1 I I I • !` I ' III al III I I lie i1.i_of-S' 4.S'. -w_Y 143- YEW4r_ w.i `_]' • Is-•1lir PlilIG - -.S " ..-..A" -- r'-s'.M -.- TS 0 —. _— - --.— 1 --- J2@-4- ri vm s..N1 . -4 = 3 1 - PARKING GARAGE suss LNYITRAY.INC. .I10141%101144 INUIPIIFSS ,.» ..•• ..... .u,..,., N D'- LINCOLN LANE • WEST •"•'" `"" •"" '""""•' �. IC F CITY OF MIAMI BEACH,FLORIDA He °�"°•per•X1"4`a ISKC,� o'•f 1 CONtIACT Ne.PA.a5 .................,. �" ..w .••• .... .. 1 — ' .....�Y.a. ---- - __.. __ I \ 2n-o S — of;l y u y o ©IseI ; i MI +"re �x� ill 1 . I . ,„ ID Pi ....,:4,,,c %,,,.. ....D g 1 I / _ •1 •••••••• ••mionigLomilt_ t . -0 n N.IR nll. �r �o. - t.mi H I� _,— - - — - - sial_ r — II II= -r EVIMMI flT IN aa.• I drx.Ell 1 ill ---"-M- I-• l • •--- ====111310=j - — H looms a E-E..H- �- 111 f. I i i I a4 tN5 it -311 �i` 1 § h iii illigilielpili --jr- .--- 111 - '. - In- lit MI- . O lY nrigot y C L f 041 .. � I a I ii V s Y�I.*j'l i4 1! 14 5' 14-2_221 140" 14- PH -S..S-J' MS M-�' w 3 I4 1 14-]".M-Y 14-.3" M--Y' 19_2" .19.7i—le• ( (" Edll = o O CD 0 0 0 i ® ® o•, 0 0 0 0 0 © 0 0 - ® O C 7 R ii> idyy'•Iy I 7R• PARKING GARBAGE SUSS y NIITRAr,INC, No o..e•a CONSulrim4!N.M.AS D = "'"""^" ' LINCOLN LANE • WEST . ..,•..L...�,a . .... .,.. .,.... -.1:,- 1 CITY OF MIAMI BEACH, FLORIDA ., a CONTRACT No.PARS }_ --ST—a- – -- -- -- ---._2TE17=- -- -- : dn I 41. I4.i III t'1_II_II ,IIi. IIIr SII II IliI III 1 _ D LL.ii L 1 . 1 __ i. 1 1 r I 1 1 'mu wil - f IiI L1*__"IFMA - # Il I� I u. i :1 ' . -_ t_– __. .._ _- _ ._ g1. 1—1 . ! H HI– 1 I I q0 1r 1_ 1 ..ri.m.Lii:-..- : ! I1I , II. I1:_.__.__.II. [M.'I. L� . I ,. A 1 . 1. I_t7, Ili. . ,iPom 1 ,...., . , I� I, I_ i11111 ap .,. :„., , . a I I i Iii i i I I .=�0 _ I. .oma: - � I _ I � 1 IIIIII; r! 1 .• t. T-1 -1___I _1 , . . 1 1 1 , oeh, . . I1 � � �, 1II 1i I Iii ' i . Y- f II 1,.`rE iii I - t 3 F PARKING GARAGE BASS a NnnAT.iNC. I I •-•' . - '6°_ Dt t. _ ' LINCOLN LANE • WEST ..,.:.s� , ,. .,:., ... A I aht:i ! CITY OF MIAMI BEACH, FLORIDA ..•.". ,,•., ••. I' ..,• ..... ,. : \i p CONTRACT No.PA-65 0 @ 0 • /1z/1-1-1 22,-0 l , .'----'Hy--A 1 -_,_ 1 i-- - -•, .L. / Ch it _ --1 4> Ll i 1 .6 A o ri / . „,4 __ 4-44--- - ° o ' 36 1 7._3.,• . /17/ • / g t.-- - 1/// • . 0 .7 rms.;1, .,._:8. ill 10, %514\ 1 4 ' 4** -. // 0" • `.• - / . __It____ ___.0 0 / mum // • ///' 4kk, , i)1 A „. . 1 . 4. JR , , , ., i_ ;...,.. / :I i Cr) H 1 /-,,,f'-if'fr 0-A • • _.0 04_ IV.oill i 1.V__1_:- . . 0 0 ' ----4-2-. I. X 1 ' . - S. ''. ' 4. ..i.71. .. ' 29"6-• 11 IV..,0* _ ...N.,r - - , i 1 - f @ 0 0 0 0 2 C/1 2 t . QD I .. 11111 co 0 ii11111-. Wr-11.1 fi 4._ji=13 410 ZI o % ii V z 1 a 0 , Ain 5 1 mu . :' 0 0. ,z, 0g . .— - --- ------ -- 1 t 1 . h 6 • I t. ,.., 't".‹. ' 4 . I ii • ,- . \-- 1 ----1 co 0 --1- '' ' .4 .. i 1111 ."-- 1/:,,V i; ; • . 0 — I! I 1 I 7'3' 3A1 ___21L2121L _1___ItLad_ -Ii 2 PARKING GARAGE BLISS l NYITRAY.INC. CONSULTING SWAMI" NOTGAN At GRIER•ASSOCIATE ••••••••Iv••L$$$$$$$$$$• ' 'I LINCOLN LANE • WEST , r• 1 : (D ?-1 1 CITY OF MIAMI BEACH, FLORIDA co..,... ..c OMAN•STINSON•NAITION2•WOG WE fs 1 I CONTRACT NA PA•65 - . r.STUCCO , I§, ,21 r;,; . I 1 I I I I • I CONCAVE.-I I-B.00.4.m.. DETAIL® g I. . . ; 0 1 .„5. 2,0"R. g 1.3..0. W.41.2.1611.19:43=,,,,EXATING 0 (:) I 44;sliolt . c, Ne-o" Qc.JDAY 1 t .4 " •• • 2 1 1 40— -... t--. ; 0 G • . • ....x4 ,,...... 4 . 3,." I3- " . '. -. i441 rrtzlf 1-1- 23•-d• '•i•' 1 i I? 1 11 1 . . 1 i I. ' ' : I day - --- -1---- —F-1 ' 'I• ' II .... '5=CfR 111 .1' —11—. ---1 .:,. ""ill. ! © ' cr_ - " • -:%_ 1 04---- , li , 5,00 3.42! 1 , , 2...cr 0 _..... .. ..._... :_;,. . . '14'-',.INPA 1,_. ) ,... : •,.. , o I, I M61 e ffii" ;r01_,;8" i '7A1E °:.11111M ..r': t-•Prear 8'2'4 1 i il r ! , ! in 11 - -H-','$x --i .!••,,'i 4 ' I .. tA. - .‘, ..-.. — . al 2. .•.•.. WAV !SEMI -.": 4 ' ---- ---ggigg irt.aurf 3,3,...r.I , In 1.7;Ig rf 5• : , i-CONCIPAILIMP.t 4 V.2,_ , ..,. .7., KAM . _ _ . I.:. - -• —2-1- F.1,! ; 4 sorra,' 5' 1H---0 ,----- - i ii SCORNER SECOND:tc.....,L.,,EL LEVEL Hi7Tinow:ci.fo -in- .......S.E CORNER PART PLAN .1te :1:411 „0..S.E.ICORNERL:. To,H01.1i1).,,,,..,...,L,E,..EL (F04.1RT H t.,..._._EvEi.x-IISimit_aiittosE7EiThsscr:ri...FLANAsTLEFr) za...4(Sce ; .rt5), 7....i.„ , w.,:is. ..:,, ,,,,,i, , ..., 0 .FOU.12,TH LEVEL ' • .•-.,; ; \ ..-;a 3 1,:• . ;41 I- " t• . , 1 0 0 .4 I 1 i-Mr. 1 8 i 1 ! 0 0 , 1 \ PMATIMA COLUMN . c4 • ±, ,441 17.-21s° 1 ; 23.4 rv.6-. t: . . ..,i_. PL•ATEA .1., I 4--.-----.P1---.-- , .- ' I -AI 1' . , 1 I in I 1 I ,.,;„;•,•„ 4 ..... v_ 1 I 1 . , •O it 1841 •,,i . = 11 1 1 v1 llor .,111 4 ,r^rzefiTAITI,[PISMO 1 1' 1 I I I IiI. -- 1 .. -- A-I _ 11._I _____Mtralliallill—r--—41114—Wnlif'.111161171111-- - FIRVE ST LEL ' SECOND L 1 a •••••••••••..• :' X 0 1.-P r0ElagrOPer.441Phr. N.E. CORNER .. — 10 SE.CORNER FIRST LEVEL 32 -- SE & NE CORNER PLANS 1/8,-.r-o"- -....7'..:',7.7: — 'vsra-- .... • .._. 1 .- --- ii' : + -1, r. -n ..- _ . ) . 1:1 ._ . ... i___,_ ItS tr, -I -11 - I N __V - 71 . _ .j. 1 -ri I- • r , o . o m i 2° I Z a , V / .i 1 I ! 1 1 0 I .; ; -N \‘‘.....46.• [. , ., 6 __..._ 2:- . I * m E -1 I my,I Id Zit a 4 A 1----I - m 1 • -I e . . SP , (J) . 4 . ... _ 7/V 1 it,•---== t . I(. .. : NI.: 1-- i . : ,: : 4 --1 ; - , . 17._ . .. [ ,i 1. z i 1c' cn ,.... . I1I ' 1-- ._. IF. tili ti - ... ' Go -7- Z Ct I.•A.,—k, 11 . I11 1 —1ii=.. .: :-—r---- . 0 0 I . \,.... II I ! T. IF i Li_ . , 1U111 .71 2 2 i 1 PARKING GARAGE !LISS&NY!TRAY.INC. CONSULTING NNOINHOS NONONAN NI GILLEN••SSOCI•1ES LINCOLN LANE • WEST --"---"^—"-- , .. ..L:c. . •Ai 1 CITY OF MIAMI BEACH, FLORIDA .A.,,co...„,.. ,,, ; , CON TRACT No PA-OV UMW•STINSCN•YAM.•ANSOC.NC .-- _ - f I Ii r--ELEVATOR LONER X• iCONCRETE STAIR RAILING a i _ I r Oon e a ::::;4 w A g 3 1 •' I I I. ! I lXPOSEDI COM. RET[ I I plA I *.\ - e . DIEM L 1 I . I —EXPANSION Jd�T IEXPO=I COMMIE i I I ....J �_FI.00 EL.]T!' _44•= 3 • I I l E \ »i _, EXPOSED co«c COLUMNS r I I I I 1 i ...-.-J ���PLooR EL.TM •i 1 .',.Ii'' IEXPOSLD:CONCRETE ' I I • • "" An MEAL RAILING t i I ,mmU '--�e_s—>_\I�EX�.— , L.[ *Loo4.e_.I[s I um. "OMA i I 'EXPOSED CONCRETE ' '- METAL FMA-. / 11 I j • 1 ,o.[» _ 1 IETAL ENTRANCE SIGNS O.[x OPEN w J IRI ILOOR�AL.E.O' N L EXPOSED CONCRETE PLANTER <O i • NORTH ELEVATION PART I I/8" = I'-0" 1 W 'i!: _ (1 E F O e N Y 1 �,■�■� [LL VATOR TO'RER i 1 I - coxcRETE STAIR RAIU«O j I-. o �� I i L9 O 1� '•�■C EXPOSED COMM + iM' $EL.4" Q . aEN _ OPEN I a W MIIIIMIl,' -! i [YPAN ION.1001I EXPOSED.ONCIIET 1 i 116 IL0011 AFL..)T!' V Z m J_ !: 11__1 : EXPOSED CONC.C• .11111111.11111111MZf a — QIMMINIMEMI Q' °eL..l[. a 0MIII=M1111.1MINI;IM% � OPEN ' rr OPEN. I 1.1 FLOOR ,[L..10' EXPOSED CONE PLANTER � �" - I Mr WI WOO !'t 1-a, ® \.ART E PARI It NORTH ELEVATION PART II I/8"• I'-0" NT E Puri A-12 • NORTH ELEVATION I/EP= 1.-0"(i ..,..... NST `°71'17°'"°' • TPI n e _ \7— 2 —11 = 74 Z ii - - MI- _ �- — — - ' p • El t II _-_ _._ ___ H co 1 m PO _ ,____ ---- _____0 ,z., 14- . _ _77_ ___._4__,=. __,.. , ________.0 -W u i 11 ....,;_1_ 1 _1_1 I_ F A _ II 2 -C _-_ _ -'- I. i E - II cn r ;I — L — I - -- o o 0 2 —� d : 1 ; -1 4 -$ii--$- .-- F . ___I_ -- I z I _ = =� .., m ____ . _._____ _ ..„, 11 ...____ _ [ 1 . . ...... . ... N 1 I ir _ � I (AI, __ .., ii, i 1, I, 1., . , 2.7 E .k 111- : li i I 4/.. ! ! '; . ik -• 1.! F F. `I I I F D° PARKING GARAGE BLISS\NIITRAY,INC. w w' • oµsmoec• " m W I _ LINCOLN LANE • WEST .r,.�x. ....,..'•...x...w,.. :;:" • �t �pJf .NxOs CITY OF MIAMI BEACH, FLORIDA ar •rwu /MAIM • .Cu Smo•.c CONTRACT N..PA-66 oN.. eCi - •• • -4 • i y .-1 —1I —� - µ D D -i —I . /.7>Z:77/1;r ,A1411 PI PI Z T—_F F z ii ai 13 . 1 _ —i C Iii 14 C. . " " i a c a o o ? A j . 1 1 1 t. I- —._ �._. _. _.-- —__ —___ -11 0 is T' Y, Y AI I� �� ;o ;. • 8 £ 1 D: I PARKING GARAGE BLISS i NnrpAT,INCCONSlillING .NS bO.rA.=.4MU.wsWtuus v. I ' LINCOLN LANE • WEST `""""" d• —,i, LINCOLN CITY OF MIAMI BEACH, FLORIDA ..ac..a.....�.........�..... swm•c=w014•..nri•roc.c ' � jsI i .a .......... ..•.. .... f CONTRACT Nu.PA65 ................... .• .�..a r..... I ..,•- . L,• i•:- k .."• 1 I i / / 1€m ___.. ____..= , 7 m to -I — .i I- I- IN Pt ' < .fss Pos L 11-._ -. -, • 5 __—_2:1--. --. -------—0 • z z . yr. . • _._ 73 —SL • — -4 -4 I--• . I-"'. —6— s s . g i 1 A 1— 1 r — :o. 7.7 = ..._._ ----- —C) ---f-— — -- — --- —(;) 1 .. 1" . c c 2 1 c i c 7- i 1_i_.., _i_• _I .- i . k 1 1 _ 1 -fs A Nag --g 1._ 1 , P ; 4 1 ; T........ 1 iii.)-1 i Amy)--41 Ma =Jr) Ei P1 I- m - _ - :- 1 < _. .. : —t 0 --I 'Iii [ 1. 1_ - • -7r,_--..— • a _-',-:' Ilk . 1 '=- - . T•A ;i_ ' 1--- -- _A._ .... 1 1 '.....-=-,..- - T,,,, — — --, — OD_ so- 1 i — _ .— —---—0 I II ..i 1; I; 'IP k 1 .41". I 1S 1 IS 2 IP Ig 7= •; :i P 1111 .. 41 2 >i 1 1 PARKING GARAGE RISS i NYITIAY.INC. CONSULTING OLGA NOONAN N GILLIS•N.0... aSTN,,,,,a.k........•••• a..........••••••• LINCOLN LANE • WEST -------"-- i Ul:it 1 CITY OF MIAMI BEACH, FLORIDA MIN.•SOWN•liA1101•2•MKS INC CONTRACT N. PA-45 RANI CONSULTING SLAVIC..INC TaLs....•.....N.•......Ts,N• ...W..•...0....f o.i.AN.1 .......U....• --4 • n.I, • T- 9 A A x ¢m �� Tm AA . za xa R y 2 R e i i i 8 y i ; F $ i■ R J : 4 S J o Y NN'Jl i 1 • _ I`X I q 6' 19 5- .__R-°---_ ...._ _. C - -40 a-e v-r RI il a•N • • ( . gam . r . . a A 8 A ; • I: o a i i al ( -Z-- Li. . 1 • C •4 id • 1 ;r zn --- a _ —_ _ . _ tO Ap" `r I r • F ?� CoA !'.—.-.....I Iii-Fn Ip I_ .g fi--r-1- g�0 l l!lIIl 1. €a ` ' W d; t • i I PARKING GARAGE BLISS I NYITRAY•INC. "o „ `osu.,iNu P D - LINCOLN LANE • WEST ..,. .. A.•.,..�:�:`.;�a,o. ":.':::'".. —,..,;t1 1 CITY OF MIAMI BEACH, FLORIDA .,••�,e a.;Yl.wo•-I'.-••„'• •Nwo•;r,e YAMS/ K I CONTRACT Na.PAes "•• - i tr7M it 1 ‘41 • !__ . / 0 ▪ # a LT Y Ill ✓ Y-�—_ -0 g i _ • ), . ;+ _ "",i } _ ,� 13 fl:. — 111.111111111111W11111•111= 7. 11 . 11171191 / [1.) O p Z i — �- Y i.3'-1-• If 1/1 •p ' I I II i F 4 0 LII er --p-- co i° 3 _ i nt - �'r,� ,----;{:,;�; j ,,L1.-„I \ _ IIII , , 111 _ _A- 11 Ali irk P lb- ©IA ~b # ,i ' Cx _d ii I PARKING GARAGE :Liss a NYITRAY.INC. x ,w..A..o<,A,E. �'" 3:2.!''' LINCOLN LANE • WEST ....{.A..A.E..x,nY,•.A.Y.•a.- .,..,.......,..,.. 1•'' pe CITY OF MIAMI BEACH, FLORIDA 'x'O0N'.w1wz{AYoc.c • �/l Y1, ` es PA CONTRACT No .AY.COx{Y..,xO{fEvltEf..xC. •..... • r.o•,. .e.• . . � .. 0 a ----- 97.... P Fp�r r s•-r r r.a• nr r.? •-• e . L I . • - . Y Y1 I ; . I . Y NI ss yy — i i, II i l ra• r f: J }t li i 1' t:1 4,- i' _ _J 7 i t: �P FI. E ,FI 1 k lif 2 _.. ._I,hoiiWNllIll141 11111111111XIt111111 �-,' ,;..:-.:.� ;.,..r-..:'.•... -P •-• _ lr r r• r r r-4' r.. , - ii, I ... . — 11 1IIIIAI 11 IIa11611F 11$ 1111,' IAIII I IIIIII1II •i i1 .I IC .. "t k _ • A r•' o ;I .II , a Y I I1 10 PARKING GARAGE BLISS•NYIfiA7.,NC. moors...aa a,LL,a•••aOC,AL„ COMMA,IMG 444141443 I• J.Pi r, � •r, LINCOLN LANE • WEST ""L•••••a.. ""L"ra,a• ▪ CO::: 1 CITY OF MIAMI BEACH,FLORIDA. ,gra co+,u,n.e aeav,c�,.i„e. •LL. aY4N1OC IMC.,1.1 a • CONTRACT N•.PA-46r•.u••L•n•u••,a. LL..•.. ....•..,•..•. 1 © d Q a ,, { --s ---t7• V-6' 7-9' -s -e'a -- k•% INIIIIMB 4.. 1 f4 r. F. — ittikillfM*41- .' 4. illill t_ gyp '�: flt t it IN l' !. immi_..---.. _----.----i pos RI_ Pill ..: k li 0 !IL .. _t :-._.4.. 1 .__ . ._....__2:1, ,..L____,,....,„„pli___:_,.. 1. I_ i :--_g,.v.:,- .. ., ,, morrail --__ ...- 1.„ .7, 6. I l' - t 1- i . ' Z. : ,. t7 •t1� I �I .— V- PjII�L — ; Fi Y- .-. IF ._ la _,, Szr itl .. '3',:. ti ,1 kr 7 H r LN (/ ' • c Q ( . I! III PARKING GARAGE SUSS a INT.GI.INC. " •u • N▪ D' LINCOLN LANE • WEST •...•.A,.•...•,.••.,•T...••A.• .,..,...•...•..,.. _ 2 iL i •..�..•A..a•.•••Nu•AMC.•r (�•1 CITY OF MIAMI BN, PA-ST FLORIDA •.•.........,•..•.�..••.... ••.•�.• ..... CONTRACT Nu. • a 0 • I • M•_Y_ __ts _. - U 13'-3'_—_ 6' IS g _ _T-'x ' I — — —_ 0 4 _ Iii' 4 I .) .,,, ,_ _ 6 • ill. II I. t I — k U e co m z E U r p R- __ ' ''1 6'3 1 — J1 - - 0rn — x winii‘s z j trim �sc�-. A7 :J\\ _ _ _ O -o1111111111I0 r It zCQ � R ' CP _ ei o igii 0 _ • D: 1 1 PARKING GARAGE 81155 f NYITRAY,INC e1:":a^�.,.eoa•aaR N ' LINCOLN LANE • WEST 4°'—"A"CONSULTING a"`"'"e�"`"t"° ^ O•'�' i CITY OF MIAMI BEACH, FLORIDA RA , oewuiwo aureus. .. ANON aMn.raa MK.INC °71 1 CONTRACT No.PARR . II1A!Mk 1;,1 . A 1 I !1:: - •i __ _ _ 00 M El _ . ,....i. _ I • ZE.51-4 ).--4 Pi.iti • -2 P ' j 21, i ''''' 0 • I Z ''''ier.L4a, .ogr • --. .1. I, 0 so _r_ZAL .A.: " , -7. Mr -n 0 Xi I . fmimi -4 x I.- q 0 0 1P(4' ..L> . ,iLi, • —- 0 ...0 -.:. I" D p . 9 I-cr . ___ILr___ --41 -. 13-9- 7.-3° A • --- - ... -;•. trip j 81 I _, --- • I IS MIS• • _ _l _ 0 IR— :".rIP 44 I 1 . 21 _____.... A... % 4412— 1 "Itk _______ —_-------- 0 . . ., I7t 14 ... . --4 . co T- T- 111EIT1 I . 0 x e-s• . 44" eV 9,-r 6'-T mil 1I 11°m 1- III o o zi _-. T• ---- • 1 12) ....; 1 II .•, - I PARKING GARAGE HISS A NTITRAY.INC. O MO 11401..... 100EASAN AT Gillen A ASSOCIATES 71---2 LINCOLN LANE • WEST -----...----.-- . CITY OF MIAMI BEACH,FLORIDA .A.,c.....„.. CONTRACT No.PA- „.„,...,,,,, MOM•SWAM•IMAM.il AGOG St .1 ••••••••••i•......ICA&ONO" ' .* A . • PA-RR • i • ,I , , • 0 0 0 ,,.. !..-, .... '-a -' NT-O• V-1 FA; —• i7--- ' "I 2 ---H . ii „ . i rn l _, F • u) I I: , § ill 1 11 . ... imim ........ li 1 . • •IIIIN . • i' ^ - ,: • • Z I li I + ••• , / EL 11 : B•n:i ..„... ritr, ..r. .,, \\ ii II I —3 4 MI tz- p 1 L '3,:.! • ,-....,—,_.,t-.., ':1 — , --,-- 0 II _. SEPIEIN , z it • Ij Eilitird,r' 1 7 .,i . , „ T _.. rn,-..y'.'1 4 .. 'Ai _T-11........." /I • --A- ..." - + __ ''''''r (,) • ' - 1 i , 4 • 1 i I ! ' ; • :sLipEA _118 .r, :a ! , i 47 • ,, .en . •-• 01 ,I, , 1 ) ..• i• --0-4. 4A'—If 4-tr.3. fr_.4"__. C._'... • . —• ..-1,_ F. 1 -p: • .-1 . . 7 F grzg> a1i , _ .. . • _111 ' 1' '1( 6-! .. - 4 . —7;: ' ______ CA / NORTH / ii4.1119 .„, ... 6. 1-r_ .I- 0 III I I 1 I _III I I I •. !! I I PARKING GARAGE BLISS I HAMAR.INC. CONSULTING!NW&&&&& NO.SAN St GILL.•ASSOCIATSS 1 j,-1-1, LINCOLN LANE • WEST "“`"•""'."'"'"""."`"'" CITY OF MIAMI BEACH,FLORIDA „ ,,co„,„„„.„.„„„,...c UMNION•SOWN•SWIM IL PAM NC .- CONTRACT No.PA-AS AN,A•co.,,,,,•141•..........•• • .. ..".. . . . — A • _-1,pI_ �tL�{{IIr. 1 ga isman L___________, I liti _ _� °__ CaAs1WR�Y:,"faN_ 9Vj3 vraas111s • 1oa 0 t. .rj_r:- • ce-4 m y o ill 1 2.,. zt. El ., a.--11-'_rn'iTi:^-.7-:IIIIIIIIIIINI11NW411111IIIIII.,., .' �`` p 2 f--111111111 -8 iltiZ w ilimmmomm• 14 IV N *l, „ • 2 N !cf) 1 1–I —I �I L 1ft iSLLLLJJJ.Y-6' - J • .- 8 „'t9 a,z_• sofl flit,' Ir.o 1-s i( O. m Axa. tt tt _ L . �11 w< x Ilill us E1 -''T . . i 1 ;i02 3.::______y I . II II PARKING GARAGE KISS L NYITRAY,INC.CO 66666 1NO SNO1 M 01 SOGAT.{ D°6 i LINCOLN LANE • WEST ..............,A..,....:::;..,.. -,..... ..,::-. ai N• ;1p 1 CITY OF MIAMI BEACH,FLORIDA v,as.INc .... AA°0CC - .. . '.'CONTRACT N..PA..1 ....,..co...................... .,..,......... ... . . 6) 0 cl“ itl 1 1 , .„. I 1 -1171 --, -1 i- - 1-- - ,--r--- ------L-L----;" 1._ ,,.._ _.______. 4 i RIM r_._ I N0 ,..N _____-}-= *- --2-. ' , I. in -, .17-7--. , , , - I 1—r- E R 1$ 4 . ! 1lip 1 , , 4 1 , 4-, 1 ..,... ,, .1. 1 • I I. --I- i 1 • T— . , v $ _ '1 i •I lg I 11 I j/.i I 1 ,,,.... 1 1 I _I' 1 • 1 , .. , , , , --, [ , , _ r ._• 1 ml iN • 1 . • .*6- 4 -r-icr ..4 : - ____ I• .._._ T j- , - .4.....arel•AW..- •• . , E •• . .. it,ii • It --I -- 1-- 1 .1 1 — po 1 $ LI -•-• a . 8 —• ___AA , .o.g ._ ):.• . 61 j cr) r---- 1 - - _ g › __ _ I . midi! I ... . . I 1 ft--__ I 1,:. 1-__:, i —r----. t -n Ri r" .1 a 1 - —cog , 0 F- - ::-.. Z \ . " - I V °I ' ' I z-o•itt i • • , 1 ... TT - •• Q al 11111-1 1: r L .111111 :I1ei. - a 0 .• e• . .4..ir- Er V-Y -$, • ----. !Hill PARKING GARAGE /LISS i NT ITRAT.INC. CON1.1.4.0.61.3 NOMAPO•$ ciiiLea• 0CIAle, LINCOLN LANE • WEST - - rs.u-z--- , : _p,.,1 fMON o SIMEON•*NU 4 ASSOC INC CITY OF MIAMI BEACH, FLORIDA .„,..co..u,„,...„„.c„..,,S CONTRACT No PA-IS . . • 0 --T— T 25 E .2.. II ON• I i —-�1 - F SMOOTH FMISN CON[ J ®-- — LAif FE APOBE M C • •-----EXPOSED CO C FINISM aISOI iIYI SI�IY I>D • ```II ISMOTN FINISH CCM I EXPOSED CONC EXPOSED COOK I. k ISO,-- --• ' FINISH 501-- r\\\'lF M SIM FLOOR LA I ELEVATION•A •,.GROOVE b i=]�._— PV Ye Z'_[YI____ SEAN.SMOOTH FINISH .I -'t n r 1j •---COLUMN SMOOTH FI • t._.I;'.I V i JN..—...._A�"1• .. CONCRETENISn . b_ t DIMENSIONS ALIGTCAL ALL FLIGHTS ' -7, ., A.FLOOR LA - \L ELEVATION•\ � -, � . _ N I ®V :: E: li000.5.1 •---- --- \I\ ROO10o.• -------WINDOW-.._.. ,!)'I____.... Ii I IDL••--ELEVATOR CO 1E 11. FINISH Na.1501 O EM FLOOR Li'i . 7HtE�^ _MAN-MOOTS FINISH (A HAMM-FINISH x•100/1, OM ` :11: CO d_ TM man, 11. I 1 NOTE, e I CONC.FINISHES ,MOWN - TYPICAL FOR N.W. STAIR/ELEVATOR No.I ALL STAIRS ELEVATION MERIDIAN COURT H FINIl11 r•.. R[IFR 'SiP000 LIIILRS AS MANUFACTORF0 T•INTERFOR11• 5 SEE 4. STAIR•FLEWS OR DETAILS ELpIATION TYPICAL FOR ALL STAIRS UM0 N• /1 I I w D. PARKING GARAGE [USS[NVITRAY,INC. HORN•• WEIRS•ASSOC.,ES NI sP LINCOLN LANE • WEST -“-^--•----::: I N.. .L...•.......... (JIo': i CITY OF MIAMI BEACH,FLORIDA •:«7Q 00004140 a 501040,INC. SOMANAloe'51•CI Aroc NC. ! CONTRACT No.PA-65 . •MI•YIL•1 •I.r ' ..• 0 1• ' er ' i e!i I at, 4,111•NITEASEETTEGEMAL... . COGRETE COVE ELEINI 0. . NESE -I-. . , • 1 • t I ...LA.-- .;4SNI—.?,r....'.'..}, 9/ I __ • I _-___ ‘ 0 camera/411.18011— _ I —. . DEN PYRE I.WON•EWEEEI.—lt.-.0.-- _ AllOW. , . NEMO • ELEVATOR WEN OEM NNE- EL.•*SAE .. _ ____ .,..... . ...'.wyr.2eim .. .....—_-_ _Ill ...,..... ,:. ...,... ,.11.111pir --i . -IS . 0 > El.•ET S. .• NINO 1,0001 1 I— _- _ _ 1 t.i.,_,,,--e-..7.:..-zori.Animmasi icimit______. a) III c 17; .11I I XI 00011 MUM i.17-'. --.--,•;-71,;; ...." . a / (n . . au. 'ii --1 o IACONO 11.0001 Z I _ CONCRETE EVAN INA KANT,--., EL••E. -i_ill 1 _ ,..,. iiii I . ',... :.;,, L..,...... ___,., ._. .,....,:„.,:et4:1,;......-•.,K:44...s . . 1 • PARKING GARAGE BLISS II NYITRAY.INC. CO LLLLL MG INGINEEES .OMEN•ASSOCIATES iiE kl 1 !-2-2- LINCOLN LANE • WEST -"—^-.-^------ g ...- CITY OF MIAMI BEACH, FLORIDA ,A.„0"„,,,„0„.,,,„, ,„ .........•PINSON•maw.:a AMY.NC CONTRACT No.PA-45 o.‘000.,...•,,,,,,.o.,....... - . • ._ II MIT PIN STRIPE , t-- cosc„c, tee,» n„» _;,;,a•;°, ,+x„» I� ONATALMNI ." KKer.rn-l. IN CONCRETE FINISH N0.I501 "'feu:!:+:E�a.�.xG 1;M 00.11 ��,sx GONG. \ w .-,.0 sr Ram NOSING a ° ' • '{..! - . .....,_____,_.__.___i J.1 �, ego v__. :� a"o::r_� I\ •E/G.T.awrx FINISH GONG. 'k'. I �_i 4 'I , o.w• o vy�„ 'T:e.+r�s.os.a«sss 41 s r.»<.L ss'" +.,. - TYPICAL TREAD 8 RISER DETAIL Q>• • s GROOVE NO. 1706 AND TYPICAL CONCRETE ''''1"T""'TAWS -• CONCRETE FINISH NO.1509 STAIR RAILING -7--.?' t t HALF FUEL sac .r-o• '1 __� W 1st . TYPICAL }STAIR SECTION ` ewe,Z„,o», eo,e„re eor '•-0' r-- I' t : t _ Erss mos I MON 5 1 .1s to z. `— I C� . -.•. -• :p "-H. wra"Gnu• .r w ee (o i I ilii-IA// �. I 'v j orouo cwc»sr �� =V' V t J w.l-:irs•.r..r.•-1--r15 L�"�1���1: j • ELEVATION SECTION U'i�=' ALAIMO OVAL Leuxas /l=S HANDRAIL DETAILS - HEAD 0 1 HEAD 0 ? i • - :IL' .'a. ;/: it`ai.iir' 1I xi us+a• l 1 a 1 .f LU Lu 174 7 ZIE-a"G•,s•,„•• HE. I .I a 11 I aE..e» .oe I "ril.»f»v'r Q a e MJN u GLAZING uus,—_—_...11 —r caul�� zl 6 o A I�._a xnaru• \\ aw sees--rl Ir:igi is°a Q W a a • �° '`n`wu r na»w.wG. v• \ I /CCC u J m`u num. Our.r—» 0 4 ptI • HORIZONTAL MULLION xp JAMB' • : 1 a" ' • , 2�- ( J -z A s: :ens / EXPOSED AG o•�nssG• I _ ! �' >, 'd c•w, I� Q o 0 C a Z Y J y v _ ,� PLAN SECTION AT ELEVATOR TOWER CORNER Qo ni © • O L_musses.use SI L AT 0 -- — Q-27' ' SIDEWALK a FLOOR DETAILS METAL LOUVERS DETAILS •• 32 »•LF FULL SIZE - a•• -0• wI �.. STAIR DETAILS ......•.. 73116 e..w •.-.. ,...4 — H ,_ .. _.. sr sr .. 1....r.-.9:_l_ t=y—� fi I t,MEL wPO T- T— I� —L_ w I 1 Ir„ I n > i_ III r� �' I II til �:ivinv:irDD M I ' !': Li-nix,DP MP 1 B , - 0 + `r- krn w.mm , I �! _� * L.... _ . _ y } l, •,.rc 3_: •I I • • ;!I iriL e Ern. • r.r _ EIo r-r.__ I ,frrn�E-j;,[ra 1' v e IT DETAIL Q3 TYPE Oq •wl'a O. O O ' - i —_D..0 - I I r r—„1-.., ruseLi�mm.nuc ..o , ,1 POST t•STEEL PIM WON"D SECOND FLOOR RAILING ELEVATION --, II DOOR 30 E A SCHEDULE MANES EO E[,wLW NATAL.ULVANITED NG SCALE STEEL PIMT`re .i/PRIM Sl ANGLES wvr.w raI XRvr w r�w+I RrE� I .• w.r.vr �rmL AMA*ft ulRr+nD }I 1 LlCT r. 0 , 9OETL ® f.o .. u_3 - PLAN OETAI Lg I '+'"-1A:rr`"reT ` i vane I I«r.L Dm.MAN u r;d4 ;v� -ob ay WEAL mw ror-�j �R� I _: tT-a•PIE[POST•Aft .I #° i. I "'i I { a vt Vi e 2 ' 1 rRrAIRE.ES ' 'DETAIL Q5 t l MDCD RAL.T[.. ' SECTION THRU RAILING JAMB pl �_.,E„+.LLr HEAD 1 ORLT + Y 4'----Q1-00cAm ATE re �;�I I,I' I� w.t RILL Yu C .. it `.—` -�� I I4 f I I I� colt r•r�'` a .V ac[W rNBA - I• r� if `.,,":ALR W j 1 1 1\ OM[1wAroVr ly �:1- X NATAL NH 000.11.3.011 ,Ea' AL DOW MEW 0. v "%. ' ALG.DALV.STEEL RNL_RmMAT MMQ ELEVATION AT FLOOR I C fRfnt WOOD ALOUD.AT r-tot —i I II DOOR I Ce ' _< DETAIL© '� ----� ^ Www uD son -.�—_ <Z W AL PAINTING NOTFS _ S '- PIEE NAILING rrx ANGLE E rELxG ro UtlERrO[. I -_ • vas SOLT.IDALE.I HEAD 02 JAMB 05 .G......... u. Q INTERMEDIATE PIPE R IL•PIPE oars TOY i O GALVANIZED TYPICAL SECTION 1 -- r.r DDND PIED �s�vr r Z_ THRU RAILING ooLLl!�� trent PNAa r.L DDW M T—r 9 warm Z<` - E�COA E YETAL PRIYER R MO E�CO•T9 W .1I[ ;W”:,r coDW YR,DY E.L Y J f O PRATT s PALaARo EPDXY COATING "II I - -} .r¢e� "-METAL Q 0 u co^w•aroRc Rro. p ANDS Yi C..AND FRAME INCLUDING a srEE'�r`sLA°EYOi u'.r Q s �—. a w� I • z> •�'�'424.147...°4".7X1-°1.°T.LE `__ F e�. V a EPO%, Q R� I 4 , , —1 V- s.. PRATT•LAM ERT PALGARD VOX COATING COLOR-RLACR tij -t, • s y: LmW naW EL.. PI OLPRATT•L• ERT'Ea.EPDXY GLOSS PRISNI. SILL O3 SILL Y. ALL KREPS,• TE,ETC.TO RE GALVANISED =�N./lai, RAILING DETAILS =- �-- , DOOR FRAME DETAILS A-28 SEE SHEET/26 FOR STAIR HANDRAIL DETAILS AUTO GUARD RAIL acus r•r.r e. ,i,r.,.G - "f ,O. .r...,D,. ci3lifi eN _,. NOTE A rASCiA PANEL•0 93 5A01.2..•ED • NU.•YA3 3H3 AS NO.NOACTUFE3 , SI GOINANTA ViAu. • A. . 3Y IMMO li .0 a'CHAINGL•ON OUT ANI, 1 Iowa sc.s Gomm,GALr/ • O a s..3.7. 4 ._,-Ds 4'4*".?...,. . i, :0-31I1 iNt,13.1•21%3;711310 : 2-Sun..CENT— A A.4.TRNIAINGINEC?5,33HANE., -. i i _,. MALY, •--,-.. . AI CHANO.1 5,,,r4 P.ATEI TO aI.i 1: I 43. WAPWrAl3fA5.714.24E7 .1.: 2 PAGNA KM. 4 : N:• , ..,.Ay.. 4-i-•-•' 1 4-- /-:--ILT"."1 -.— _,___ ________ . TO NAT 2 V 1: TYPICAL DETAIL AT HEAD 0 '2 I AA ACIA AGN2L CI ' , • 5 : ••A 2-LN,GALv LAPAHNGH BoLTs• LOW MP— Tor s eloTTaa--,,, I i 11 -'7----* 2 NAPPOAT cow— ; I I '---- _,,jm. 17AL'OH-1-4-"- ,4 LIGHT NATIAN3 P SECOND FLOOR PLAN SECTION•END DETAIL® END CONDITION-FIRST FLOOR .1:. 7, I'' ;1. 4.-4:j '4— mogul tas, ' 3 iret ANOVA. ,'.-4 4/731M.TAT oar OC „.1, 44, COAC NUL • 4 .1; . I ....Z, . --..-,1.-.. . ,--• _._._.___., _____ -. . -j 4.4 1.1 ., , 4 E. .a -Zascrlor. ,.I '., ' ='ef. . .. . , ' . • ,,7 i!a 0,11 r-r i -- '.' I MOP•000H MANE 3/ SECOND FLOOR SILL DETAIL 0 lin ",. Nur Tg SIVI AMA PAWL-• CONT OW,,, 2 SuPPOIGTSLi I 'Oa. C' 1 •• • 2 FIRST FLOOR PLAN SECTION AT DOOR , -1,130.,MALLS— • ; DETAIL 0 L-2 1.0•0121 GONT 4 .I FANcIA PAAV. .,3 ,1., ILI ce I I --- . . I coNNALTE HALL I; .'IIII . , < 3.••• `... J .3•3 ONICHATE VIALL--,-.0 EMT CHir ed • ..:4. • mom NW. 3. INSIDE CORNER.® W Z • i ,, b. inn 2 GuAING22 GANT 4.... --1— *4 • ,Tora"-^----, f„.`:, .;, ...1',- ,;..- , CONGHAT2 •.•da -'- . caALy I ' ,GAW,NNI Ne_Jig i , ONG MA TWA '.",—r.— :•'!'....:.,. •ot.n AT WOG.I SW 1 : :---- . 1.1 11,11 mum RANH- • III.,..•. ,34 0 0 • olost ' I .----- , '- FIRST FLOOR SILL DETAIL 0 . FIRST FLOOR PLAN SECTION P111 -' .....ge ...I. CORNER DETAIL 0 FIRST FLOOR HEAD UND SLAB AND SILL AT LOUVERS(2) •••••••xo. METAL FASCIA DETAILS . .....,.1,0 —— — A-29 - . 32 ... no. III '..--.. c.iirlt."".. . 1 1 ... •••• •••• • I ii.:;......;•..'.....175 I mitt.1.41c.ro• onovloi vir Itar.a•MAM TEMPLATE.MATOMMO STEEL :!.: $IM,FFN /r----. 'VEL*:: .. .ST, SIM mEt0.TO ON GALAANIZED MT. .AMON RAMSES EMMA MINIM 0.SPAIM MSS. Mayon SuITMLI CONMOTI0101 MOM APR, OMI COAT MATT•LAMENT CONCASTE a WHAM FASCIA / 7/J1•Ix vsr sr STEEL TLAT APASMERS ...AMA EPOKY COATING METAL m0.0.1. ALL MOLTS OMMCTIMS.ETC ME TO / 9' rex 3fle',ince FLAT Insiot•rs AM fa*:OATS MATT a-.MEAT SE ITAALESs STEEL M MAY AIETAL ." i MM.EPOAT:OAT.. L ; COLOR•ALACX MATT a LAmSEAT . s.r. .•xxx,g-",••• .,,,•. A TM EPDXY SLOSS x MISMI ••••..... — —_, or .,-_-_-e# .....dr ST ITL STMOCM • : i'..! -----•• 4 OCUM.1 UMW.0.wows maw. lir.g g...1. (MART MILD OSITYINIMISI a ••t %...: •,..TOLEIWOCC • -- ir,'J.r.eilil4woriraore7A•wrivii-lar-Arwaw.ffA.- : •I BOLT-FASTENER DETAIL FULL SIZE ,i1 1 1 1 i . I ! I '. t ,I I1 1 11 • 1 ; , ! I I • , • • I ! I I!1 • I 2 .- . I 1 1 •! .I . I I !'I . .s. 11 I i d„e • ..- 1 „ „.., 1 . 1, , ! i, , 1 . ;1 , ...,, t.,..„,. ,,,14----..- , •. ..."--21.V.0 1 I I 1'',,,t. ';,,/ :''''SH.--.4tA*...',..,,,,,, 1„,,,,,,..,, , i 4 - - • ' , 446 ,, r,,', ;i 1 [ .r 'i I• . ' .: ' '''' 41-.1 • 1 Ii .1 ••-- i i , i •,4 1, ..t....1. • Li • -44.• ,. ,. .;• I 1 . , / :1 :':1:7 1 I I! NE-10- ;" 1 I 1 1 # AiL.--- .f_setisivittsii,'".k ,i. , 1 • I . daiu. . *vim 1,4,..1 , , .• ..., ••• .., .., ., • ..... 8,„_",. - I i , • .../11 , 41.4-Tivi........ •,.L.-1.,.: , 1 I. 0,,,....? -- - b..-,•V --`'-.4o . II 1 I AM 1 _ -.'2c' —1:05004._tO&I:i; 1'' i ., ,. vi 0 ,1 - -.3., . . , -taw _ • N II; 0 111 0 i I I ' ;• - — - -74,i41111' ••.-e. I ..„,.. ,......,,,,....e.„,_,g, , , ., ,,1 ::::: t ..,; 1 .r, ,. ,I , I -...,...- ,..;•_1;,T4.! .:'...,. !.? I • ! ti '; F.-.!"-rt I I IIfl ,.,..1 H I•i ,1; , -a .4' tI. 1 ; .- .„9-',1 . 1 i) I •• ,. • -# ApIt` 41, :1.4 a • i•4 <Lulu.. ..,, ‘4' I • ..: ' " . --,it- 1 ,, 1 k"-. , [,... '1 4-` I :I ; ••....\ i • ?• • 1 4s, : 1 .i 1 i i , . .. , ...„ . .Ti . , , , . , z ,.. ...- •,- , . _, -4,'" ,i relj...4'. ii„,......--c-:—. --...-....,.----,... I ' -•,c, _--.1. .?1- -. a•-... ._:---- 1 1 I I I l'./. lill -- — I I 1 I 1 I 4 0 0 __. 0 11111111 1 k {li .1.1 y „ . !ilium J 472 1 . . swam COM•• , SCALE r=e-e C • awesnaw MU OM 14•J.W.14 . '''''''"".'• —— ' — A-30 •• 32' . 1.•... toW METAL ENTRANCE SIGNS - -....i-+:-.. — "t"3-4*"""• • v=n • 0 l0 56" M 3" _ _I r 1 © ri 1. Mil 8 - _ l -- 1t• II Z .-17,:: _,•. II I, co m 1 ,--1-4/1' 1 m '-',.' ! k Ili , g .., 1 - I 1 I I i---1 . " �I I j x � Z MEI g E 11 1 !,,, : 1 n� 1 : , 3 n: Q 1 I Oa . ' T • --E--- Nor ' 3.-I' 3.-11. 3•-1" c EI 7 I) _ !!! 1111 °D: I ; PARKING GARAGE SUSS L NYITRAY,INC. CONSULTING •OIwf Efs NORMAN Y.GILL.•e;:.oC. ,,> - w LINCOLN LANE WEST """"^""'."'""'"•`".""'"'^ - , CITY OF MIAMI BEACH•FLORIDA ."..`a CONSULTING SERVICES.ES., ..,zoom:°'�O1 a � CONTRACT No PA-65 s•s "' E . 4' ; i I 14 It Pi 1 1 !' 11 I - al 3 11 2 A I CO 1 ..-_,„.„ .....,. , ,_ AL 1 jrill, 1 __. 2. •' et 4110; • 7 - I i ! . -4 4 —_ - -- -- .. —______ ___, 1.-‘1 dOed - •-- = - -J lq 8.6 1:, .., -I li , 4 ;A'.1 _r_t_ c.r r r_r c)-r--.4.-r-1 _r_.r I.....f..ra....r.cr l_c,r fir .. / 11 in 7............................ LC STM=L •mniiia —--,. —1 Z — '4 -I- tt •• ____. V _,____.• 4.1 1 r C 1 u) it gi li ii 4 VI F^ c z iii09 Pt, tiPc'i iiilil a '1- -El Illyi li',8,4ctidli' 11 a -El P 1 1r A I I El F i li II. — \ -I -I 1 _ _ " --. 8.6i 1- N ........1.1..._....1... •_......i.5 iN-.1 6\ ,. ....1, 0 • 4 'Mit I \A 9.1c, .4 I, III I--Pi ME I-Mill i I-Mil i ' g di 'erte-gelbj g - -1. ..0.1 . . t t 1 t!t 116 II 6 it 11111 1.—.11. 5111-nil 1 -1/.11 .011M•Ili I IN IE i is .1 H N t \ m 1 _ 1 •• !: !'X if 11 :111 •;. :. kt .7; „ • •: 1 i il •: % P g -I i t•A. ill i r 1 1 i , r 4.3 t 1 1 PARKING GARAGE KISS 1 NYITIII AY.INC. NOTNAN IN MILT.•DSSOC/ATTS C.: r.L! , CONSULTING ENGIN... Digo.at•L••Lo•••• FLi•4 0,11 -y____' LINCOLN LANE • WEST i Ki:Al i CITY OF MIAMI BEACH FLORIDA room•SINDON•WOWS•MCC DC CONTRACT No PARS TAMP CONSULTING SITVICTS INC — • - O •0 2 SFYENTF FNTH RT RE ET - - ao+oo • • r. IT••I I re Tom•! I rte•• e6IL.Li• sCL+6)1. LL+6.10 [1.4100 _ or.e..32_0 ;: I . , r_v__ K » 1• N 4 41 Q N (ye.24 sle 6.d - , 1 L.+5M ,L+3.23s,L+66 lie 7r•+6. I 0 1 I/ Z �4 O s-701:e1 1 Ori'yE�Ts4 OT / • • J III W I To P I - .., a •• ra•lo I TY•n r�ha 43 II • • • Y 1 :1rT ftt O` —OF+I Z O ", 0 ., T6 I! T1 16•1180 TO W I . sr I lyw • NORTH LINCOLN LANE -.a - ..\; s aM,Rr»e•eN»e. • o ADP T,0•••^1.. . .�r ..e •� ® ,1..r r».e RK. f. , TEST BORING PLAN . 4-\ CITY OF MIAMI .LACK ' PARKING GARAGE " LINCOLN LANE WCST ' - I NORMAN OILLEN a ASSOCIATES KISS I NYITMAY.IMC. ' • LINCOLN R Q A D<IL _ _ _ -- •RA,,.I.co»16uLnNo Sownm,INC. - ...»�..a ee»...r.»r »vW..... .IiRa • .. • Tgl s-1.—w rr _ • • _ N AVf NIIE _._ '1 IL I � W = j l t i. =i I i II •G� I� I ,aa -v .w Pa 1 I I I I 1 it �• 1 I I I II � I I tio � k ,� C^, i '--� /i MERIDIAN COURT I: ' -4 I - __ 9t— —. — sti I-- 11 I -I1111 � 11f 1III1Li1 _. I , 0'°s I i,, -- .i 9 i 'laiIN_.\ l l I Z{ r' ;%- _ ' 1 ,,, Li., ..t1.1 I III ill _ I , { / �,(�— it �I 41 A i.A 11�\T ' "'� iII I m A 41 1 1 ; ''1 I I I LA (J • _ 1 I I I • • 111 11.I*I I , Ii___I W ' Ft r r 1 .til �_' ~��� ,�\ 1 r 0 a_ i I 1 ! I'111 II . 1 I I'i ! 1 , 1- ----..._ Z it _- I I ► I 4-- -...„ �1H � A r -I Li 1 1 1 1 INId !: --; ---► R z 1 ' , n 1 I 1-1 II' I i I r) '- ''''-sc'r..- y... 44' LI I 14 I i I 1 'a a 1 9 ! 111[1{1-1 Rill I I III 1 117.1_. 111111-Ft - 1 ' 1 + 1 - 1c id, iI I illi I IIII LLF . il - _ -_ç PEISNBYWANIA AVENUE 11 11•i s INn ;k6-1;; rr 'rr r'r r rZ i II • IPARKING GARAGE MISS i NYITIAY.INC. N.t"AN O. O Att.CIAT.. "• ' CONSULTING tNOIM ....i t.' •�ce..i j5"4_ — LINCOLN LANE • WEST """""'e'-"I'""'"•'" 7;E -CITY OF MIAMI BEACH, FLORIDA t.N.Ru,..„„.o.. ' �:""� •ISA'M�.U•AMY NC Y` I - CONTRACT No.PA-OS - • 'v:.741.to.a —• lY = .1.1.199. WV-1.1N'IY ONIal 11001.4.,-J, MIA.-♦1 NOLLVION110,/ -� — J • f\Jt7 ue�'t1w., r-M. w.7Z f' I I ?i - : i'1 u ;:-:0.111.1.000I a Al , 1 I a.ww. , 1 I- 1. • ,` 1I I — -XCI ', A �_ I _ . i 1 S O<D ' • • .. • .- . _ _— .. - _._.. .i • —_� .n r : 1 I I .11,VT I 1 m ,,�, I I II . I I G H e.s.l 11 .L.....„.„.....4 mower ar I I:.wreve»mr ,ean>n* I enwe...er n r e.ae,>.+ie H 111 .xr�nr/ >.4 ee• !•l,.owr,.-i, �.• 2001 a,.e-.i 1-Iew0a011/.-I .ww n.na.-1 I wuw r.w .r,>..w...--- N =: vl I q2 ,,,ri.iii.e 01!.i I I I- • I I 1 _ I - f—` i J �� 1 1 1 !ei .u..u.ees,al-�-. . i I * ^tom ri 4.* et w l --i".i..a:.nw�i rsss[.w ' i ; �: _ :ei won w sf! 4f., . 11 I I { 40$C•7^ .1'— w..Msfor ihw.ffe.rn f.• i i:Z-1 i I I a i4 1 •r tL l i.? --11.0-41e,(_._,!,__ e .rofwC.f I t o y r• _ i i i-"--' _ 1 q•n w....em, i . , v..f.M I -- -- - -_ _...—w 0.---17-- ;.•r--� • 1--- —- -'-'-4......o..ei•-1- 1 '= - !! - ' i ;I H .1 -1,1 , I of f:•,..f f.r q roe..e..,,.R ti 4 C I roe:-e h1 nnf-..ie. 1 —ti f 7..R. .., I --1 g y.,.,,,•,..e.Y� '1`� -- �11iisw. & air ..:N .. s es.•r•. ae �; —a .i. I. '- I w.14.vw.'•..fl r n..//8ee f �I 1 L4I,NW 1`.1 _ I_ -rw,.iw •..-Y f _ 1 ..•Ax 19.,,iir. -.!'fl'p1;i 0. .�0. . , - _ I ,_.. _ el 1 -I •j •-I--"1 I rreip>K:r°,•i.4.4:;I a r q • •; -L _—stro( sKf��.-,en- w.o lr..-1.=•-•14,"- -� L '• ,I 11 I ;I 1 ,I41 I —�' u :C O11 I--aero•/,,,• , .0000511 1 v>..' ..o. •I ...wa' - I Ii M ....''''.41 a en-51i.1i t I I _ q1 I 1 ..a.M I 1. 1 `.� _ , .i j I .,uf 1 ,, ..:w �0 2 ba� I -. Ir la' s ,H, M--- ter: V; r ..1___-.z.,-.7:- . -l4 rGP ero. eo El-- 1 _.__ _ �I_4�• _r ape,.IT r._---:.' r -,-z-,.-TO.•r.alOre _ - _ __ I ,. i111a•rGrt J<0, I I• r I I t •I _ rx 1a.1 I F- —1' I O r�\ I arae. 4 3 .. r-- I I I{ e. f•II coon — Jp'11,_Ibrr._ ' ly_ - _.._A _ Mrr ___�_.. I -- - .1 ,.tre'xrr I. I I Ls 11 0o�).tYO'IWI I 44.,l'o- Se'/'f sf a I'll I i:-•• ,I I ,I i P 1<__._-. OOo.J45Gbrr.P-. _ - _ J n Jr:--1- I_1 1 r y 11, •ee 1'IW� -jy n.J0.JA wJn• I I �I lrnwwurvr N'w • I G.tl:rsorr hw i 1 :7..15' r5° • (i I-.fb rr,•we.re.-Y• I --.....o.•....,0••••• -i ' 1-.,@ ° • Y' . r..r JNr I a --'?'11 O 7#1 I _iL rw'4.7 Nr _'Y I I•r i k>. I y1�a+°' I IL .2 14 I __ - j __L ,--i I _ Ib G, I rw... I .-1 °c awrrdrr I _�vrrlerr—. - 1 IIeGr.trs'nrr .10o•••••••••••--1 yel•••24rwr I . _ • I I� , -_ owe) , �7.,�e.r r, r .Ir e.I e,+ �r.,J - i t'1JI:.,re» >< —JwrY.•erw � _--r :,,.._ - .-___---� — oz 1 I I I I °c 1 ,i.1 I 1.-(s.J.0•t 7 - r=0e .-eor..•G-- - -- I o e- c...r` ea - I•ra erre-ory wr,.1 i io lyy wuN IJG'Y•a0.,v Jtriww •x-5.a I en.• L g 1.. iw„w.a _.----_+- I J-a a,,..r.,;aa•v.r.. - amu Ix'S°ee ,, �I L r}e1, I _ _ _ _ rs; 1' _..-_. n..j. _ _ aaJ _ y-r _r.j j arr x' r•,Irrerr',A < R41•rerrrr nor se•,•rrerr Two-+- _ _ 3� I s 'z 2, y I _ -," - /- ----- I-i I _-- o r• brae wrn.•aa �tr:,rore;-rycow rl I C w o 1" u I II 1 Y we,r'row.Cana' •.IIN•rw.ar . I 1 : S� 2 I - • - I 1 ' 1 • `f I I I I I N '• i 1 +11 MYGOar...Amer.., I's Or,mur_I� 4—I,.re.err „•I l.rr...- I )f•r r..cp.r r doom* ar- i-.•,moo r....r 1 1— o. 1 I•-I(--.f.'r wrawr anv.crl,WO.I.a.�, I I m.eileea. rrurremu 'cram, •wcrvma. ( I rruere...aarur I{I W W I.a,rrrw.IaN. I. ; r.x' 0 I G ; -- - ---,' 1. a .4•4.. J 111cc I ` / 1 = I ' �l m? w i I ' Y i 1• r Z a i 7uc r1 u �'rouwro aw.c ° i I s -I E p I b• rrr_.K ' y � e,;;;.:: ;rrrrolr wraa I 11 I V @ ,_.^.,waa air 1 l i I 5 A.I I I I 1 ,:�_ �}..—__-_` Q OV O+le' - 3 e.ra ivei yi.�rni:..r __�y —_ I —1 V._- I , I IiI 1sum., *MO.1' 1--!-- eo.s.t.<rn u+• 1. ar•I:iiu•e1�— I ... I Ilry I h.ranwwurreM I I R 1 —. — wN' - S-3� 1 f.1 arswwuN rM'.Y r"°'• I ,a 1 ' 1.'I.1 16 lure.ale ( 1` 1 I I 1 A _ r �_� '. 1 _ ...._ —_¢- _ II ��— _- s en.1NfIATION s• FIRST FLOOR FRAMING "PLAN — PART 2- — ee..e'...G••r-r '•"'°"' TM•° o- o ( • V (.) E� U c�� n c� z T� I. . II • .,) 1 I I . IH ' HP I 1. II 1 I' • I II 6I At' I I JrJ III L I. t I I• a It. " I :i i. I I __,ce `►� 6 ; 15 � 1 Id, 1, �I � 1 1 • II I I I I' I. W1 RI 11 1 I I I I I I t , I I.s.r- I I . .__.x,11 __.(l 'i ',ft 1 i'1 I I:I—• I I 11 'I ( II; I� ii1 1i . . 1 1I 4 I-. 1I II III SII 11 i l�.- I JJ� ,1�,1{ I lilt I 1 1 _1I�1 �k ,v I - I .10I' rr nII I I' I II 11 I I .' 'l1''. HID -1 -r r _T_ 1 .I i -.IL" A -4 - '4 I I�x� 1ft jl!!Jk,R_ I _�. I hI I• .w. 1 �- i - I,;I III III ` 4 1 � I.�, l � SII - I Il, I ;� Ir - 11 II I III Ir + I 11 Ij I ?I II 1 D11 !1.1 I 1111 it i i ii II i -I 1 111 1 I II I I I •1II ,a 1 I II i 1 (IiI II ___1111,,,— � .:.'-!•' i ..1 1_,..._ . ____ , -_ , , _au J i i_t_v_ 42.1 _,(6.,) 1} I Ii, 11 iI III ;I @ j 11 I : I I I I I II = I II 1i '' I1 a 1 I I I I 1 1 ` I I I I I I I e, I I t°'i I II I If I II III I • . ..,, I i 1 a � I. ; hI I' I I I I�1 I I y i, III 1 �, 'II ISI F I ,' -1 >o,-.,.�. 1�, A 1 �. ."1 -..a 1 • 1 0 -� 11 1:11 i I, 1., IM IF I 1 . ' IIi Iii.. i l` l 1. I 1 I ,__-, :{, O _,f_is1� I, ` 4 llll I: _ ,J' w•J' -__N'l .. Mt' if -.ipJ -I< .... _I,1.NJ...._.;,I M.J' _ ..- I Il 1 I II '1 III I I I• •, I 1 11 11 •'• I CV II 11 11 I II 1 I I II 1 Ii I I 1 II i II 1 II 1I 1_ { (� II II _JJ I 1 srs _-'. m ill 11:1 1 1 III — II 1 F I I 1 I I r Ft�TiN II I l i 1 I • - _�t I H - I1 +I •., I I —f� —rt />i: ' RI I 1. „ �;�: €I PARKING_GARAGE Inks NrITNAr.INC. ... •^ •.....•r« - p� '' LINCOLN LANE J WEST ..,.<..,... ,.",".,,o.,". .,,x...x............. �. 1 i; 1 CITY OF.MIAMI BEACH,FLORIDA ,.„r,,eows„,.„.. .wa,. LYNN: F ..vi • / i i .1. 1 1 1,1 ------1 • . • AIL___Ett c Li _41J.L.___ r. •. .. 9. itli, li /ii. i !I ' ---t ; 1 . f mi _ —,, --4---t;rA- . 1 lit :, ; ,:1, .1 1,iI , !I . 'i: • \ , -I! 1 \ il 111/ 1 • 1 ' I., i r il API IlL II /; 11 ; 1:1 ill 1 — , 1;1 1 1 i 11 ; 11 111 .,i,: Iilt ,r1i1 ''V ' X It III;•, 17 I I 1114 I II: III., .1 III 117 11 i 1!I I II 1.1 II i.r r RI! /il \411 ilit Ill ' 111 r, , III ,., z, ,, 1: , I . ,,, zu „, .1 v_. ,L ,, I 111\ Ill Li Ii i III I'd ,,, ;. 1, 11. • -,1 / , di , 0 ; III ,11 „',_ -7- - 1 -11- -.-, 1 -111 'I .I. II 44 , Iii 1,1 4 III I . I - -- - —----- — --- - fti.,-•_7_:__,_- _ - _...-11.-----= * ;-'---t ir,1-- ---e„, 1411 -..; ''' 1 1 t • / ' . m , . / I i I • II III \till t e - . .. 1. / • , 1 1 ; ; r ;II .. ; :, • . 2.,! , - . i: ; it ,;,,, •., :::. ii• ,. ,.• or ......• i _ .. ; , • l'i li _ IJI Ili\ ri .,. 1,, !: ,,.... . :. 1 ' r_r 11 . [ IF- 1,11 ;IL II , ,.. I 44;;y„,•,,t) ; i-i 11 \ , ,.._1,,,„GMT II 1;1= TO z 1 IIII 11 IN rt 1- rlii' -lit. 1. 2i zi ..,7 ,\ ii __, —i- ll 14. 11 :1;1 J I; •\ 1.1 it rl le '.1 1 ili 1 .1 V\ ' ''''W 1 I I:I III III 17.3 I -ia— I -&&--7 Ill ---cr- 1 -..-- 1,1 —AL— ' ei41.3 lil —de. I:k..... f. 1 ' _ iia .• , 1 ii ; ,,..... , 11 1 101 4E1til : 111 \ 1;1 1 , t--- 11_ - - Ail4 tf - I' ! ' \ lll . _•_-..c.t___1.1.Al_ 7.1i.±.±'._t1' •'' 1 • 11'1 . I ii —41 11- I 111: , • I I- 41&1- 1 1::" Pi C.— ) ; 11 1 II! .. 1 li -4t. ;— 11' 1 ;I 1111 ; I] 1 ;;;* 1 , , ...v. _ '1 reezt.__ I • II II • ! I II .4- ,1 ,1.1 ,lit_...I:._'..r. LI i li ... , :I , III PI :I 11 . 1 f I .14-r III ,,, _ _if.f.. I 44, 14„ W., t• .1 1 wild - It.• II Il . II 11 11 111. 1,1 III . ji . 1,1 I:1 Ft 1 I 11. 1 .:l a••- •••v r 1 • II 11, .1 117. :1 I IP 11114 i! ilf e .1! ijI Ii,: 1 Ili . r r i ;-• ,4; 1, II : !i I. .1 .1 -t - MAI-.. 1 :Ili • ip il L !ii 1.,1, 1111 I ,, . ,.,1 it ., 1.:111 i,. 11.11 1.1 1 11 1:;;-• , ....,.., . i I, ell -I H-- .---1 -; — .; -Iv II; 1 ....111 .1 11 iii iii ii I Li, f [1 1 I li --t-- A:1: . _....„._ __:._ FL. ,j_.i.L.,____,,, _0,_• III — --:---- -'- •- --At------ '-- - . • . __--.--.1 -` ••I' r. I • " Ill I 1 (-.-, CPIs. ' .7. J .1 I J 61., (1, .1 i • : t ...zi . .41 1 1 \!' / r •! - (:), ,.., 04, 6., (,) , • 1 , 1 : . - - i • • , ,; . ._ 1 1 , ........,..._ __ ...._..0 ..._z. •I• -- - - II I 1 II. I€1 PARKING GARAGE &LISS&NYITIAY.INC. C0116111.11116 1601 M0441•111 PA 61{164•.11061,4144, LINCOLN LANE • WEST ------"-- • _ : . . ;.:11 I CITY OF MIAMI BEACH 14•14,6•AMOY•IMAM/•ASSOC DC .6 P - ' 11 . ,.,. •FLORIDAMDA lArp C04•51.611.16•411614115.INC CONTIACT No.PA-66 ' ... . J., , • . ' • 1.' • • U3, C.' .1, Ca; t+'+' . (r (i; (■ '.: cg ;i. (_ i SVT" ' f I• i i 1 - I ' : { 1 t r 1 ..a j1 *' & 1,--1---t, I11I I S I I;I I' 1,-- '� 'l�P 14,:.1 I11. it 1 I I:I t:_u-Y., s'. __ _-_ .. h�.-.___ 1 .evlr� } - , • • I o it 'I I I o • 4.4 1,.., , I ///./.71/1; / , r. I; I lI 11 II .I 1' I. 1 l I 1 111 I lil i I I I 11,, Ik ., .,/kl. I II R yIIN •°C?- —- _ rli.__ I �� I'i I� II ii F I I II I'1,1 /4 .. =s�_—Ia .1. II'I'I I I jl ifI II:11:'I I i ? sr I I II III�zE Ill I!1 ll ., ,,...„ : i f I I I 10111' ' i I , 1F1 -- 111 J Il 1 1 I:1 , ,, . ,' 1 i I II i! XXI: ' - /..('/ I I 11 1I �,I 1 111 • l!I 11' II I'll i ? . i ,_III I l�I III +F III I! �; I I LI kt-. •_'` - =III I I ii' 1' II I;I I' 1 I I ! I' II II I Ill \ I ' I �j/w LI i I 11 Iii H 11 1:1 ri I; 1 11 Z�_ H !4 Id 11 DS__ Igo 1, -ill ... , — ill,ligr , ,II1 'I 1 • I 1 1 i 1 �., 1.1 Ill :,+i' I I ,.-0 i r ; I I , 111 :,I ' �. 1 III 'i I 1 I I t i • j it • I ,,I_ _:III I Il _.._-1 I - —-.11l^i •_. 11;,1_. ,- ,I._.- 11 t - t'L�u, 1 IF ' I I 111 I l a I III• I 1 I I 1'I .a I I,I� 1} 1 I 1, 1 ,I ,11 ��: I 1,1 1 I'� I-.=ISI•— i1 i Ill I11 y' 11 s 11 i 111 ,,. I I • H. L I I I Ii IFI_ I .'1 .. I _ • • II 1 I'I 7. I I h Ii' Lh 1 t ,..,.... .I _ 11• l. ► 14 f! L r 111 I ,,:r. I:_.:r I1 I Mr I I • 1 i III - 1f iirf If I,1_ Itl I I jI 1,11r. ilI ;,; 1 I i l'i; H a3.'_ II�. -. rr1cl Ii i..r- I I -i4- II ..:r 1 •.:r sI ..v III wv IT �r,.., 1 ,.v. I + l II. 1:11, I I III I I II 111 .--- I I III it I i` I i —It•)11: ..-�4 ± F ' ft' I IIII 1 --1� L I jI I ri II I ! III ° l- i . Com: 1 � LINCOKING LANE R WEST .":5 a NrIPaAr.,Nc. .O..,„ ....ss��,A,.s 4: OD i N • 3 .i i CITY OF MIAMI BEACH, FLORIDA o...,..o...vu a..r,srwo,...n.u.w.oc.NC X CONTRACT N .PA4.5 _ may,, ,.. •� ammo..r•,... �`r` •+.. _ d I Tii I 111 _ 11 __ _ III _. - .1`1 11 I I - hl L l I If • 1III 11 I'' I III ji I I •I' III I 1 • I r ii'` II 4 i a Illi fl,1 r IT .• Ili '. i 1: o I' 'I 1i 11 1 II I III II 1 p- I 11 /✓ I'I III I�1 111 1. I I I i ` p (,1 I Ili 11 „, I` 0 11 I II • fiI III II 1 I II , II II I I 11 II .: 11 II1 11 I:I III I:I 1_. t; 11 � _� • IIE ^i _ - -t).__�� rsr - »--- ,. 1 r .,A. L., -..tri_- I —- I -I II n-1 f .11 III II I 11.• II � II 1 II ' II 11 1I 1' 1 i Illi , II I II. !I ' I I L I11 II ill I! I' 1 1II', I II ; ii it o •- :t Iii 111 \ ; I ' I . I 11 1'I 1,1 II lit 1 111 I' I II •; 'I IL. I M 1.141.,...MProl:F». 1,I , y i•`.•9IN..I I+.-.,m. . hl. 1 I I 1;,. 1 ,� i , I':: 1 1= x I _. 11r Ii lr I, I I (:I.:I I.I.. _EI. 1' h.. ii I.. re_ , I 1 I II 1 I�I ;,, . I t, r I II i<< II I as_ I b.. ... I r; l .4. I .T4 ;1 .. I I ,i J n r. -:� 111 I lil I I I I i • li 1 111 I I,I 1i !I I l , __ III jjlt • •4Z �. Iy ..._ . III .._ . WI ....C lIIIT 1 I xIII. r+�I L_w,r 1;1 ,•'' I:L , 1: , L_-rk�l• <!.1 �r' I w�• I� wr .IIf1 ..:�. i 1 w. I '.'r 1:1 ..:r I,I w,r � I1 ' •1 , !11 11 III '111 II 1� .': ic.2i I I I I I I! I I I I II I A a.I1ir_ • I 't `- v oi, III , Ie 1j, 111 . .4 , , _ IL:SI -I i �rSIE 11 1 k11� I,I Fe Ij Pi I 111 II 111 III s,'1� 1 I I Iii 1: II 111 f ZC? 1 @e I II I II. I,I II 1 I 11 '.411111: fa_ i =.. I 2a IF 11 II iJ", I �tsdl 1 , 111 I L ot '' ,� I - I „ III I 1 i. ,vt g„.......•1747 `�►yi :_.. ,t_ i I II II I• II``II 1 ��— 1 i I u.- a. J'....• _.113! I---)- LL- ,. 6' 1 rrI„'l4 4 ('1) • s. LI.' ; (a) : ip co II1II :1 M - FE•1. _. _ 40--7- -; M ■ ' t("): 1 1l PARKING GARAGE «ISS i NIITRAY.INC. xuuAN Al.GUM a AaaoUATT6 s , ,...-' ....•.......,..•.. P. LINCOLN LANE WEST w..<.. ..A.,a.......w... •A , CITY OF MIAMI BEACH•FLORIDA coNw.nN.a •aa: .• INC 9 CONTRACT N. PA•65 • . . YV1 '''G. -"• ....,..e.,.. rte y �i-� ii • ; I 1 . -fl_ > I ../ [ . I i .... Rri ' ;I =1=1.• 11 I.I .` 1 1 Iirr;.;:i �\' •1,I - 1,1 � �:I 9Y l II • l,� j I I i I I C fi ; 1'F' �, ,' .�lN II II [I 1 II . I`I I ,,,e> jl 1�1 ,., ,� , I ; , III ,�{.h — -� z I. Ilii 1;I I'I11 1 II I I 1-44_ I I }; r, III:.... li,l` I',, I I Io ,, Pto I 1 — j' t.1 yy 1i: I . it I' itI'. II b A C 1 11 • r' I III I I ` ��` iI Iii I` ; 1 1 11 _ 11 iI olll �I i'� I I ii 1 Ii ' I II m 1{, 1 I:I I II L II. II I III ,, hI I ,,;,., 11 I 03,..4.111 I. iii,� 1 1.e 1 kr , 11 F 1rii _, I I 1'I I, ; I I '''1 --I-I' „, L I,I ,,,!,. :. a• II I, is I1 1 I oiZ ''S- ,�a%---- :ka._ _a_ I c&-l- II -'�'-- II _.0 ;I' _ _ I - 1,r. I I'. p I , �I 1.1 I h: I I I I i °` I , 1 1 .; _ L -1 ro�n..!I 1 �. 1 11' I,V 1 It,. 1 I z I I 11 I,` 1 I1 III .1'' I 1 1.1 1 I II• 11 iII I II1 I I I I 1 II :II I I 1 I:j ,i I II 11 j • II' ff IIr1IIII���1111 J L„III IIIt I I ,, 011 ;. ,. k I I Ili � -q0, i; Ii i 1 • 1; I I 1; 1111 1; ; 11� 1; .. 1 1I.1 I 1'1 a: Iel 1 9 —'1-- 11 1I1 1, 1•1, , • I I I I I' I1 1,I I;1 1 if' I 1 I II I, 1I 1 111 ` 1 11I 1 ll'- __.1 I 1J . I I","< I LI 1 ,I I: 11 11 I r 11., 11, ° w{ 4" 49041 1 ilt 'w 1...,.I.wr°1.I-na,t.ll' 1 4 11 ` 11" II• r 11P 1 y I Ip I I. 1 1.1 I;1 IT '} 111` ,it' I,I, „r ,., ,,:1 li , • I I .I, :.i _ ..r 11 ,., { __. Ip.< I j •11'' ' • 1' 1 I' 1 I 1 III' ! 11' 1 i I 1 11 •�- 1 ' I I, \ II it. II I. I Ill I 1' II lP.I I - 1.1 I I. ' I: I: . __III II II I; 111 b,. � i 11 -111 �. IA I, I� t l I, _ 1 1 tl7 I I_ I I I -1 I I I I I t1 - -1�'i,I--�r rI"'. IJ `I'l 9 i i 1+1 1 ' 1, I I ; -----k---- y.�; 1 it PARKING GARAGE BLISS i NYITIAY,INC. Nuuw= .n.0 ..so..,.k: CONS11..11.CNO.N.kkk _ �— LINCOLN LANE • WEST •A•'Nwkkw.k.. .x.k.., ._ ' O•fj 11 CITY OF MIAMI BEACH, FLORIDA LkWN•A.6ON•NY„(l•MI.INC • Y .'li .� CONTRACT No.PA-IS .....v oxfu.^yNG-ekv,v'ks.IxC. ..,.. Y'." :...,.. .... 1 . I iI I - - II I 1�I + i i _ _ ,, _. w -111IIf— +I _Ili �I iI I I- lit 1. `i r-- f:; . " — —% 1�_ rNn I �I f11 I. • I )I • 11II 1' I1I1' . 1 I I; 1 III41I i1i - ; II ' I II'll II ;! I' ; 1 I IIXiIIf � Imp11 iI , ' ` � i` ! � .11 I' -- !► Fii. I'n..o.... o rrsaow I� w.niu•.o m 11 I I I . IM IIF. I47 II ' ! If iy1 :--T x i: 4I1 I II \ III IIIt I I ( i •xi; Il • III f 1 1a 1; ill le1 1f i II II 11 i 11 : I f It1I I !I 11 11 I' I II. 1 < " 1III IIIl_I , • 1- --r1� _ • III Ill II II I' I I i :! I i 11 li f;l II ! 1'I I I _ x ,, 1 A i 31 11 1, ',! 1, I H • 11 .1 a . * I' Ii a I I I I H 1 I c`i r9 F �f I lId L IP It `` } k–! 1 4 L b"'a ax"" i,.' I!. I I I ! "i," j,l • .. I I ..1. a :r 41.0,I 14 I 1• 11 I ....,.., Ift..„il iI sr 1 =r 1, —rn- 1,1. a f:I _a_.../I r•'...... I. _n- Ii I'I -°`— I �_.-- - 1 I. I' 1 11 1. 1 II a; 41, I I I ,r 111 Iliir ' IIaILI 1 i, 1� lWj • 11 i__ •r.,••.,. I 111 I I 1;! I I '� I I • I I N•r - N•r I �I I•I I N:r J I, .•!- 11 rr I N'J' /S'l.. • I i. I I I'.I id III fi I I I 4r I 1 11,1 I I I1 II I'I ' ! f!I II 11 _"��Illo 1 1• I Ij I L I I I, I -7,— I I! -.-.- I l i.. I I h IIr IIhh. ! _ - 1` - I�1 ' 1 1i; I'� 1:h ! I I 111 1 fp '' :� !1 lir I ��I II 1I . 1; I-;J ;,-,--- 1,1 �, li I L� r I I i. I 1 � � •�I �!�` b , !i 111 , II., _it o !;� �1! -�'l- I1"°�•� - C : . •r I "rI •..1 ... {ITT I r.: :- 1.3 1 C 1 f a ..I • -.11a M F." 11III "1 " €I -PARKING GARAGE BLISS a NYITRAY.INC. ,, C, ,.; FLORIDA '— -LINCOLN LANE • WEST """'°'"°'"' _ ` ` q 411 I CITY OF MIAMI BEACH. ....cx.w.a.x..x,n..x.xox°. PINION xNx°w...Yoc.. °' rt ....`eoxcuu.xu.ewers. a - ar•AN•x-'.-' ......• .... f CONTRACT N..IA-.f x. . . • , i ® ID ) 4 1'.8 L '11. `7' (.-.!.1 �a; (_1 (4: (1),' /_; I - I I 1 `i t4 1 I ,il_ I r''°1 �� In 7p{ I . I c . :T 11I2A I'� '1 i A �) . II i �i ! 1 t ♦ ,. ,—,.)::11 .41.711,1'r11I•-I a ilk • I 1q2 �z,_ s.h u.R2N..I_ _ a.Ti • '1 :ir I'I i I I I III !I II 1 1 I 11 (gr -IA__ I '.- v : _ I I I I I 1 Iii I )/ II VI _i. liL 1 y/ l I IP I I III I l�` I., _ i •1 .; I. ; 1 I.1 11_ II III I o,iai — -1 1 1 •' I i 1 I'I i i, �/ ,,r• 1 R I I I I,I 11 'll I'II i' III 1'I 1 I 1 1I Ii o . II O;m.. - — 4 !—::u J•L 1 ..:u_ I I I. 1 I I l III 'I , ,; I I ; ; , 11 1 I , J 1.11 '('/ ii 1 11 ► /. I'1 I' 1. II i I ) ll i I 1. I. 1 1 11 Z ,1 l 11 1 II ° I „": II I I �� it li/` i i I I I 1 i t I 1 1 f! 11 iii • I. 1 . is I : , Ir 1,i I II Ir 1 1�1� i 1. i' I II I.1 I1 I II i IIt 1 'Zi I I I 11 I'I I I 11 1 11 II I II I II 11. I :!; 1 11 11 II 1, I 11 I 1I :: - 4il I ;1 1 I III ;SI; I 11 I I'I 1 1 I � y t1 . iiii Ai- II j VI. 11 •a IA In III- 1 III 1 I I I a1i . I'I IA +3 I:I • I I I!I I I I'. 1n�1,2, -.. w 1 h 1 it ..It '..L Ili Iii • \ I* -..�I..f ,..- --i'. [III .w.. -a. II "+_ I,I •rJ. 11!1 -�._ 11I II II I II 1. 1 I LI 11 til 111il I I '_' 11 11 I II° ,...._LI: "°. iii I!I: _ l ►, I II =ihl._.!.r-�11 err I:1 ,.:, . 1 I. i 1, . 1i5c , . 1.1•-- 1I 11 IX1a:r ..v ,r :. 1 I fI I l l 11 1,1 11 I II I I I • I: 1 • �I is l i I I I I - lhl I I III' I i: H1=1711 II — 11 1 11 II N .. 1!I I I I 1 II F N • a� =i�= it PARKING GARAGE SUS$CONSULTING'!MA NESNc. .o...» AE.00.AT.. secosrec�V I— LINCOLN LANE • WEST .....».,.......,..:...<...,..,.. • ...., "::::'• — • • 1 .1 /CITY OF MIAMI BEACH,FLORIDA H,•1e .rw. A..,.,,,C Y 1 CONTRACT N.PA-.6 •CONSUL.6.. ......4 Ac 6,66.......a. "• • A�- II 1 11--- ,- Jt ll 11 1 ' 41 II I I I;I �;� - II I 1 • I I 1 11 II III ill II ; I. 11 III 1 II III 'I 111 �II ll► I II I:I 11 II . 1I • 1 I i „„� i i°,-,.-11 11 III I'I I I 1 • l'1 Z 1 I i 'I °°. I ill iil 16 i;L - EL "\ 1 i I,I i II ;I II III I I o I;I II I II II 111 LI II II II :� • I 1111 1.1 II II II I'I 1 •I I I 1 11 11 I!I III � __ I1 ...,I I r Ll—__ f I. I oQ -"' 1 i_�L _ 1.1 I .. r I — • ___•LJ :. . �_ fir— I ,� I III III. 1i;_ . I,1 1� 77. 4 . . I I, 1 LI I t III 11I I !I I I I.. I ¢5 III I i. I.I ' 1;I III I I I i i 1 z' I.1 ; I P (il � I;1 III LI I I '. I c I I , I;I `, Ili III II • III I '.I s.,., 1 i i ', • I l I i III Ii r I II • . II '. P -..° !I w.ww�wr I'll.,...,..„-.,•w. I I I I I Z. I I` Lr hr. I'I �Ic ;� 1; I1;3_;; I R I i 'G[111,. II I (I k" 1 L II= I'Ir �.� 3 _ Iw 1. 11` ' • 1'I I II 7 .. �, .,• I� _-- II .a. H .«. i ',-`..`.t 1 --* 1'I -r.- '� -'•- 111 -- 'II - III 11 II .. . II I. 1 �I :, II i ► II II It Fi I II r i I;I , ill E N• lif,, l'r.--- --- — - . - - �j —Er,, 11 I I, I I I I III I'I I i I. I _ ; I IE` I I 1, '1 I I III I �I ' 11Iil. . UL' ii • �I `�. ..:r I ..:• .i �•�r I'd ka• _ly, ay ISI ••�r 1 wr (t1 ,. 11 I I I I I III I I 11i lil 1. I I j I. I,, i I IL !1 I:1 i I Ill :§- I.4 c I II I I I;1 I I I ��. '+� —Ii i i I1 ill I I II • :,(1:. _-II S '6.1 .," I I, I . .I !I I1 II II 1I IiI II- y `f .$ hLi I, — 2 -- —�_ —I'` -- ryI -- - ' -- . —I ---�I`----�---Vii= Co 1 r;:-)EI I I I "i ' p. ) i s, �,1 (' !l ( (l (?�>I 1 1�1 l :F . , . 1 . . ,z :I , .., . i III l I � ' .1:I ;: !ti • PARKING GARAGE !KISS&NYflIAY.INC. II OMAN.. ...`...o..°.,.,.� _rte` : '' LINCOLN LANE • WEST • - ` •6L CITY OF MIAMI BEACH,FLORIDA r.,.:.• •Y1..,,• ., ••. . ".•' „•.,•. .°YI( r coHsusr�.c ssv.,ces.,rsc. '�"•AMON�wn'u•.>Yc.r CONTRACT N..?A-1.f as. , s.r • ® () ® c•, c� ) ®cz It. c:� ��� ®i i! 4 1 il III ril Iii 1. qi 'I i ;—.,-." C, 1, I 1:11' 1 1 i = 11 J. tz�i� 11.1 li II1 II I. �i I i .1�', 1' 1.1'1 I 1 I I I i I :;)�j `"ilJr 1' LI 1 I I LI 1 L I 1 I I „ ;; r I i - . ' I� I,' i z • ;k I h C 11r. I iM a x A I I 1 1 I II 1. ' • 'I j • I f I III: II • .II 'Ii. II III I i II II 0 '. I L3 I Ick I:1 I 1!!_�:..I :u_-I 111 h 1,1 : 1 I II- 1 l III II If I IZi1I ® d, j 11rI II I I I ,iiiirl 1°q;i 7 .41I I� 4I I I-* I -* _.,a- er I11!i-..,' I _Ij I - l',.;':',''''.- `s e J- 14 'NI 1 I I I4 I I I I II I. 11i'' I II 1 it . ,I'I 1h Ik I� r Ii ` Ii r I II II II1' li II li I II II �.I' I 1 1 I I 111 1 1 1I 'II 1 '� �I I L, i. I'I I iI 1 i I�! 1 . 1 1, 1,1 . I., I 1 • ' 1"i 1I 1.I III 11 11 1 II IIII 1 "g1I ,-�I11 II �11'I �zYe� I I I I 1 I I I 1 ;111 «� ; I'I 1 II I II I'I I I I I Ii 1 I II II I i . I.i I I I Lid;', I , II III k Ill JI I r II. }; I , I I` II; III 411. I�—', iLl I I I I . 1� 1 iI .1 il,l. I 1 III I it ,1 I LI M:,' I,. (I H`r' ®" , i N'r. ,, ••, Mr II •41 11 nr IPI. 1,1 +"�-' ,rs• II I I1 I II • I �; II 11I II II 1 // I II II II \,I'' 1• II II _LH_4` 1 1� iii li .�PI .- �I Ill ' �c,•.aq_ I1r. -1.1---7--- II t.. tit nI19i_. I —I� - IIy i I I E �_� 1-r, 11 = __iIf_______i_I_. ..- 11rf f.LaJi.A.,.._ f -s4;-- II III N l` JPARKING GARAGE SUSS I NYITRAY,INC. �,. is s t <«NfYIT:«� r•. 1� LINCOLN LANE • WEST «�:«rL. "',. ..•o!"':.'"T y\,- °1 9 CITY OF MIAMI BEACH, FLORIDA arA«••LIM.•«e.IR.,•AS._SI< • ...4 •I , CONTRACT No.IA.OS ...es.......es.....o..r.i.."G• M.v:<tt.left • • •••••...r.a••.. • I, .+I -- +1— - , I:I 'III -I 1" . it I - H —�L-- 1 ,1I' I') . 1 I t 1 1 I. III: II I I lt---,—e,-imilli-I 111 1 I:, •I t 1, f II: I I•11 I G I I I 1 i/ I! I II I I I i • .Ir II IlI II II ! ; I II I . � i � L4 � I 1ItHW 1 • 1.III ii� , II.; II IIIII IIIii , INI I II t �?I ! I� I. II II . p 1 I' P 1 I 1 I \ ' I — 1' —1 I —____11 1 I .1 fL r �;: I 1 1 1 I I I I, N I,, t, c7,-� (01 •li II i l l 1 I '' l ;I I I f i ~ i it G31 "' pl I' i I IIS. 1 II • I I `i I• i I. e z �i ` i. i i i I I �.1 ' i i I �i. �' I w l!I i I I; I I. l �, - P I I.- - 1 L'.,..1...,,,I y.'"•• I a z11 I1; IEe> r, , r t.:lt IF ¢ 1* I ' 2� I,• 1 %I ,' I ., II a. 414.4 - —oil . - i �I- ~ ` i it I 1.1 / `. to' 1 + I I I �I "IE I I \ If r_ II _a 1 ..,s I I I 1 i 1 1 a:r-i I -,i- I I I IIT 1 I ._a ' d' 1 , I I 7:,� I' '"it kk 1 ~t «I1' II i I.I h I It— �l I k. ,1 it z � • I 1 1 1 1 -_i -- I I 1 11'1. I* II Iii 1I1 I 1 I; II !I 1,1 I I f 1,1 1.1 1-I,_,fq I 1 II I ,.v. t—7,•r I r:r 1,17,4 I! i.i .:,• I 1 ,.v r•'+ .1 r • - 1!`r- .. s"rI. _.msr_-�1_ suc 11„1/..--_„1t1_ 1�._ ---- ::11,1'1;1 I slitt. I I 1. 1 I.. , I '4a I.�' K L* llk I'{ " I i ll I .r- -,A.— IIr- ' '` I I i .1 1 r I I I ,i. i' 1 i;l Q 1 R: ,A 1 1 I;I I. I I �, I I I ---4) 11 I ! := • 1 11 1.1 j, . - 11 I h l _ I_I 1 I 1 i It 1 1 ------ a, rr 1 ..., ..-r r ...! ..s �. .�:1 �� � I I I I I I I ` •.1 1 1 1 1 /; ! (\ r 6 I b z `1F:= _.—_ `ae i • I! III ` # PARKING GARAGE 'LISS i NTITRAT,INC. M'.MAw IC 011.1“'•Awoa.ns s----- --` LINCOLN LANE • WEST •"•`••"A "•' • • • • CITY OF MIAMI BEACH, FLORIDA - a�MMI;° ;sisal metK •! 4 , CONTRACT N .PA-SI .....e.......un..R....W.i.".C. • .,..,...a.... • 1 I t.',7,1 . ..X i F I 1 1 ...I c�, I ...J ®. I: ' ,. % urt-A-.i—v_i=__. If -74 �., �y !w �_ IP*1T1r fifi+.i._,..i.}--. -.._.aYslC..— —1._.,L,11-1-,.0. `cz'' ! I1II•I1 II I I II I'I III 1 � •✓ t r9 .'i j. II' 1, 11 ( 111 `i 1!1 ii! I s. A 1! !I 111 I' • �: I. I I/�11 1'F 54 11 1 1:1 1I !I I. 11: i® - - —_I LI/7-1:1 I $i I I I i 1 11 111. { I,I k rI8 U 7.: r 1;I Ip. ' i. . ..x ; II1 Ia Illi II11 1 11, ��;� (II I;I 1.111\.\\, ' II 1 11 1I 11 oSI ► IIL 1;I ; , I,II I I1, 1�1 1 1. ,ri ' Iw lit • ''I 1, ISI 11 1 I II r i 1 1 I'r 1;1° 4 �'I' I.1i 11' 1I' r P ml 1:1; I 1;1 I j1 • 1 ; I1 r L I 1 I (i,11 I:I ' ,:I I I I ! r1 Illi I,I . IEI ,�,1 11 I, 1 • "0.,_-__‘,.`!._. ,, I I _.__ (,I Ll a i I 1,1 1 1 I 1 L_ J �C! x:11 _ — 1! i; 1H l % • • •'1ItlE :', 1I [Ih _j•lle i (l {,.I,pii -.II{tt I I' .h. _ I y I """�1.1"i Il III 11.1 : III II I " 1i1 a,' 1II • .11 i!I I'. 111 r. h III .F. i .r_ 11 a l I rr 11 II.� 1:1 i 11 .....•,�Iln, r.00,,,, I i1 11� 1 �,i 11 I. 1 b Ik II , t I' [IL w �� I; NJ' IIIA ; I!� 1'� I I 11: . • , . .( '4'11._..f.- :I .rr I"L.....Kf! _ _ ' 11 11 Ij ' 1Ii, - ' _I�► I l` I Iir1 II c "1 r.<c• 1"f"' ,14W '.:r I'....+r .II _a.r "'r II ."i.': ,.y ' ffI ir/ 11 I In Illi III I" 111 ;1 I; ! I' ':! • i1"I 1; I' III 1! I 1 1 1!I n 1 ! • II 1 ' Ali-- ! I 1' I I ,i, • I EI I I I I n�I��arxLG_ 1 1.1'! --._. j-- I 1 i _ M' s '11 Iii Iiii .11 N !IIII ° 2j t...: . . . • :k ••' ' " . a'4'f ":-' "I I I • 1 lef.:: ..c4. ):::7 :4,..tii.,i„,iii,,,,,f ,... .)_____-1_11!ir"--.1.-‘-,-7 1 •ill,:: - ::! r: i I _ r Pi 11- 4_.....,„..J .• II ri I.., 1:1 . . 1 ill .1 I II II11 .1 ri 1, I . . • i 1 .,1 il • li • i 1 1 t 1 1 I I i • 11'. .., !I •. 1 11 [I ri 1, I il 1 1 1 . . . I;. 6.• I 116 ' 1 L , • 1. ., 4 II I 'I I I •I II • I 1 ' i 0 , . I' • IA I . C $ III I.I I lil II II • I I. II _11 is:::.;..•8: .,_/64:14•:.,-14.: ., ..„ iiii,,...41:rn,.1, j. . II . ‘ .0 . III i _ ..sli. 1., --.' I AII... '''' •'-vri - '' .." . •' II 1r•ra- _1 II I - 1 - "3 .r. - - - Ili --7- - ; H —II 1 Ia.') -111 1::.,33 : ••. .::I'll ll ! II 11 H H ' ,1 ., . 1 i'•• t• '• -- • lil : ti ii 1.1 , pi H ; t H i'• ', , ,, ,I I, , • , ,..,„ i • 1.1 1 H H c. 0 . 1,1- II!. 1 11 •• i . 11 II i li' , I:i II , 1 e 11! .1 I I • , 1 - • ,''.: "0 ' 1 I I I 1 Ai '1 ... t , L..) il I I • ! 11 4 2: .- • ' 1 ., _ . 01 i ljedoNorNewd 40,44.4.444 .II: iii,.. a '11 : 1.11: \.,,:..1 11' : , , z I _.. :1,. i!i II: : a 114 1 0 1 . r_ \v.! lir . 1 II. ..— II_ ni , , .4 -.. - I, rid-\.1 1,. 1 _./„. 1 ..da__ I 1..k. ,,,,, ,. •is,.- i ... I I [ - . • . . II 1 1 f•_ -, . 1 a 1 II II , 11g-- i 1 . II „ , ,,, -I .... 1,1 7/- - - . ( I IC1',.. ; \i; r 11 . H . . 7*14-:.•,-- --± —• • FA •- •• ,il . , H cl-1; I:1 : 1 i H I .- F.. ••••• - I, ' ,;-- • At 1 1,,,,; 1.1 ... : 1 .., •„ „ IA. • „...,. :1 _ ...:.,._ , ..,..,. ii, . I. 1 h : ..1: ... ;1 .1 III .., .....,_., __Ili.... .1..L i-.1. _ ....,. . __ ,,,,-,7 I ....r. .ii N, .. NV' .,.-'1 . • ' IT .'-1,1 ti ii 1 ,1 . , , II; 1 1 1 : t. ;1. , . •:,, 1).A li-Ili — i 1,-- 1;1: 1 I.: ,i i 4 li 1 1. : , , 14 :. 1 i.,- _ ! I I! ..! • :ii -t11. • -61,---fi ili id , I PI . :• 1 1 1:te• 4_i____H • • ; i. 1 , v4A..... plum 11 Iii' 111 . I 11 11' , 11 ,1 il ,..., 7i ,- la. 1 1.!./..!t44•41 11 . i • Ili .i. ; . 1 .1',1 -,4 , 1441.411 t 111 ! ! 111 h. I: ' __1, Ii I , •.1--. Lan- - .--- —_ 4?....4..._L_____ ' ie. I 'I iiik i1__i 4. itt:-..:1 ik ,,.: •@)..J „ &III" t - ,'-----lit------ ,=44-- 1,1.--..f.t— •&__ : _-_-_-_ -E---, Ai 41 . co.al .ii•4 1 _14 1 ..-1 • . • , .1 • i • 1 i (.4) ( J' ,,i I ; 1 1 1 (pi P (0' := -T-1-ELTI_ ® (.0.'; (1' (II) .. 1 11 4 C i - ' i • P i I It PARKING GARAGE BLISS II NYITRAY.INC. gi B 1 . , . CONSYLCING I ocoGINte•S a•c ci r s„....c.........• •i ,,......:7,-7 LINCOLN LANE - WEST "''''''""•••;'''' ••''"'"" ''"'....•"'''" CITY OF MIAMI BEACH,FLORIDA .„,„co„,,,„,„....„.„, ,„. ar....•SIMON•A.M.•AIKC NC at . . •CONTRACT No.FA-65 • .......c.....I....•.......,,.. .„.....„.......c,..c...,...... _. �" CIS d; �� C�� ., �•� (;I <' ,_, II i w.L I -.1 I1....! -I I 1 L �. . -1� t----112,7P--:i - .-' �1, li 'I I Ei 1 I f1'I I. 1 I I I s 1�I t' 11 Iil I; I:! '� tl ��'—�i—.'11111 3i c I, I P II UI==.._.1 ._.1 t ! I' III I I L I t ,,,,, .. ,. l I' Iil LI t I; I'! I, !! I's . i1•11 `1 1 i LI lil I Ill I I I Ii1 j ! I.I• I LI }y 1 J I • 1.1 1 I I i!r I I1 1j1 11 11 -ii I;I • II I,1 II II ,,I 1 Ill 11 II ' 1', II !I I'I� . Ii • 1I .I of I 1 � :I I 11111 . iIlf � 1 1 1 1 1 iiij.. Oi - I�`- -r1�' - _ —\ ` ; 1 1 1 III -` • , ", f , • I`I i 112g.Z !;I I II !' w' 111 ":I?' rll _, II q _ I ---Y. II:p _ I, ..�_- 11 '',";,- - a. .,_ It -s•- I -w - : 1 _ 1� r I I I I I • I• II II ` Z I fE III I•I I I 11....� ....no, I I I• I • Ii! ,L —,1..r,_ {. I , t1• ""I i? 1,c 11 ►1 h; I'IN I•a s I.I 1:4hi; r I, it •\� I; MII II , II' 1 I I i I I I. II I 1 I I, I I ' I I I I I I I I, I. I I I r ! I U 1 !1T ' I11•iJ, . .I 1-a . I- .� -1Gi'I kii:i k �. I{ jt :'H � 4N.' I !� It"rr. . 'II I.1 L t1 I 1 4, f ,I -aro.IIIII1I j , • 1 I I" 111" .\'Ill lit I. lr " Ij F 'I I % II' a'lIC.v . If.1' �; uv I, ..:,• IINJ I I, I,I • I lII I I0I III' I . t1 I 'I III I II 1 1 I I. Il . I II I. 1 I1 III II I: � I I . I: l II i f_...,I,..t_l L _44_4 ir..14.4.!..1.. if! ‘-• • — ar 1 iNIIII I I ----1-1---1-r--- — r F ,.,�_ • !,Ir '_ 11 I TI ` --f i, t N N w i I Il 1 g1 PARKING GARAGE .USS a NYITNAY,INC. 0.•••• -oN....o:.olla.. oN..1.11N1:.,. 1 ... Oct� q LINCOLN LANE • WEST ..... •� •�••�•�- ^a�°- • S'11 1 CITY OF MIAMI BEACH, FLORIDA ,.a. .1.., 1 r • * •1 i CONTRAC I No.PA-66 ....... ................. ... ......... "•••. 1 • /� 14 �I t .1r u a I1 G1 . 1; I. ill 11 I II III Ii ; • , \ ' 1 I' I, I 1 I f----�---p�ro .,w �'I ISI 11 �I it I I III • .IjI ��. I I I III II III I I. • I li I I III I;I a:�,.. �; I I; at 1 I . I:I �i" . -1'� ti.L. 1 1' j:I I - i I. I' •1, I I;I / I 11 i1;1.,...„, III. Lt II �r rn I 1 L! I I I r ) 1'I II II. I h i t h I I• E I i` �- �. • a !r; 'I II I w ` ti I' ISI` I,. • I r., II I .11 ' II 7. !I I jl Ili �, i I J'•I i i I I. s 11 I I III - IIf l :, ��1 I I I' I I • 8 lb til I I I I' I ; I I ,' III 1 ' I I 1' I1 II ,��� I, II 1 II I I I{, FI 1 i-I iti. pl 111 I') ' ! I I II 1 �I (;� L t L-1 - iI• iI • I111 11 II Ii i; I ill' ?i I I ., D11� ,Ih ,I• i I= = I,I: r I • r, ■ Rt 'fie I�1.i. 1w�-. i 1 t 1 I, r, ...,.. ,ii p:all� • 1 I, i II -+-I" p .lk 1.1 i. 11 I, I 1 - Il r • 1� Aii• ti I I'I 1 1,, I I. 1ij, , I JSt .-1.- I •; VIII P T. .. 1':,— III _..-_ I I _A. I cs—� ., --"_ `-- III .,T I I .-a: I 111r I t ,.1 I,1 I LI I 1.1 11 I . III :' IN III I I, I, 1.1 I I i' 1;1 i I I II ,, ,, I I tJ F1 -ii,-: r, Itk I I,1� __ 1 II ,,I__ I, _-- _I.. .1...____":„....4„:„...„_1ti._ 4 N, I i1 I 1 ,, 11 III ?i III ' I I • 1,� I I'I III M I' I, 1! 1I I c ll II r. 1:1 II _N:J' •I I NV' N:J I.I 7,. • I --,e'r- 1 II, 111 NJ'_ 1 NJ .NV ,,,, wJ II r.J. 1.1 Lt;'I ..A3k�,_ I 11 II I'I III 11 I I �,� -1.- � I' :• ..11`' I P` i!' I;� lila ,It '' liii! iii! I I; I i I p ' T I I. s I 1!I' 1,1: I i. III Ilh 11, 11` i ,. :�R' 1 r 1.1 it iii I!1 I,I II !� II 111 Q II 51 ,!I'' II II Ii 1II I 11 II I{ 3• 1.1 . 1 I!1 II III I'I !ft II II III T III I. �__�J + I!I --3 ,., ' I _G) ---J`L-L__ .... iy Ii►Irl l V • ® (�J.' ® '•. I ! (I! Pi •i• ("--.) I DI " • ;►�-4,1W..."z I I I I,`s. _�E. 111 PARKING GARAGE less NY fNAT,INC. 41 'SI' ' LINCOLN LANE • WEST ....�:;:::'";,A:"`.'A<:`.:;•.:.. .,..,..........,.. 39• i CITY OF MIAMI BEACH,FLORIDA .A.J co„,„,„...e.v.cu.,„c '”""•SUM.•""•"`�1Aa"`•` Y CONTRACT N. PA-1/ . `••• • - t.. I' i I I I cf j 1 1 . I ,J... I .5i.aa I ,a.l, '` !qu • . --Ili �1 1 . (` - Etc .114.4. I'I r 1 �t ; III IIS III elf a. 1 II a I I I ;I � III g 1 • III 1 a a1f Ill @ 1.1 II }._EC..IA.,_! _2ea9_..._ —._cc444' 4 II 1 , - I' 'I, III I I f i __.'. '-_--` :1 ! -ill. .1 11 1.1 lil I1I illi �� 114 i41- 11 � I:I II I II it I I:1 i I I i -li I �'I iii iii . 1% f t= �I II 1( 11 1.1 I! ISI !lk 1 >1. ),l I, I I I t 11 1 Il III I' I'F 'i I I I III I' 1' I A 1 I —i �/r•. I I I I' i i I.1 1.1 III lil i o .1 1 �" —.r 111 );I I11 I I ` I;I I'1 I' r I II f 1. I. 1 11 1i1re, I, i 'r, �r 1 I , . t I p i;1 I11;• 11 �i 1 ,1 I ill .._._. 1 I ,%/ II lu II ' 1'1 I,I II o %' 1 i. I i i I II I 1 II 1I I 111 , 1 I I jf1 l 1 (I I 1 �I I I I'1 1 II Z� 4,) I I 'I III — ,..I I •I I i . 11 i I ii I:1 - I III= F e I ' I'I,. ...;�.-..eo,1"I► 1.1. I F I®-,-- '-:-<f- H I I 1 l- 1'I. --14 II.; ;I" ... I I' 11 ill i'i 11- II, - 111 iI" 1 T .I 11I tlII 11,1$II I I I• l`P I I I.I 11 I 1,1 1 I 1 I: II I 14 II I I —Ya. 1 a I,I 1 I 1 -1:1 ;,•.- I I I fa-}.. . t.l• I I 11 j'i 1 11 11 I:1 1,1 ,q 11 1N3 . ••_... t 11 - 11 11 1.1 1i ic,y ..F .r Ii.t I i i YJa ia1Irr11• t, 1-1' I� �•. I1 I iii : ; I'1 i 11 I s e II,I 111 t Hft I4 2 I arc ll.. 11. 1I I�' I' ,• it i _«- 11 _*_ it :- . ii _ t 1 `.. ,I _.•—• .a. _.- h -,. 1 11 �1> li1 II I' II. 11 it • • r l�_if!. 1,1. wv. H N'r1-11!, II 1` I II II' 11 tI I I ILII�Ijll a f-----I1YI'1 . . tN•r I '4I „I NJ IIIIV' II, '.r 11N`r .1 Nr I tlr 1,1II Il 11 11 1 II II I I VI 11. . i . II I I I'Il 1 i�' I I'1 M I'1, 1 t •- trs. iF �. k1 II II 11 i Iel I I `-- • tCn : III PARKING GARAGE fuo s'."o�fr.u..I C. ,o. a m..aa a,aaoc,.aa t: k -aLINCOLN LANE • WEST .....,,..•.....•,..,...,..<... .,.., 1 y II 1 CITY OF MIAMI BEACH,FLORIDA co»au.n..o u,r MINN•WINCei•emnroa a.v.c,c y a COHt ACT Ne.fA.as ....,..<.,..............,.... ..<. ..• e.... .... Iii t.- { 1 lel'— ._> '.I-- I.1 I 1 1-� r 1.. _ t._ - w VIII I __ 1 I_..._._- o_. . . Iii. - - I -- 1 •_ 1;, • I,• if. — r- -t r I I I -- +l— --41:1—III F+ — 1 LI III �. ! lil ;I I II I II Ii II II I i1 III I II 1,i,', I I ll i• II I Ii l 1 Id Il II I1 II 1 I1 I I 1 1 I I �i� h I 1!1 Il :I LI II I!1 I j I I1 I 11. . . I: I . "i li I;1 II 1 I I;t•� I� Ill li I,I ► II 1 I.• l• . I. �il` " I1I`, , I Ilw 11 , I k ,1 1 I I,I I!I • 111 I j �I I 1 I'1 ISI• I'I l:1 c` I'i l�I l I•i i I '' I� iii `� I III 1'I I III j:l ' I 1 III I.I II 11 PI I IiI' I Ili \ \ 1 ) I I � �. 11 " I 'L cei 11 i. 1',,I I III I I ,> .I10) 'kir li aii- - e i as r ` "� -.• I.F 4,_ t } III ,la l I;I I .. If :: . _� F. YL• 11 .I ._ ... I I I I I1 --I., ISI .I I "-a' ,.... I ' 111 I 'i II � 1, I 1 • I p• II 1 I 'I II I1.1 ll 11 II Ii II I � II 11 11",111' I!I' II • II 11, I1 I rL b. ,! T r-1 11 t 1,:i • 1 it III III • 1 �k • , 1,1'it. ; IL l SL• III I 1 I'J. I 1,1 . ._ 1 I. ✓; °" I li� III I I 1 I. •ill -_;I t 1,1 —t j' 10L,,t a,� I« 11, . i. -' ' I; 1;1 11 IIr 1• —• I I 1 III III I I I' 7i II, -.f- I!1 .- I I,� ,. a: I1 ..- ;I .«. III .4a. �1 -. I II • l I 1 I 1 ... I. . 1 1 I ISI I1 I I N ,I' •t I I I lit' 1 I I LI IiI :I 11 ' 1� I I i. I I' 1 1 I 1I 1. • � Du el I I: I 1 ill 7. 4 , I w 1' — 1I : 1 r I': ; , I ,. • ! iii I '' I1 1' II 111 III ' I,I .r I; _.ir I ay ;I .".r 1 w.•- II ' ' 1111 • 1,1 1 I I, Ill I1 : F iIIIl •r II1, -rf- IIj 111 h jjy' iIIill; 1'12 1. r 1* I •. k :` ',_ • , I!1ls (;I I L1 li I` 11 II Ir 1 !E ,.:. i t..1.•!...0 Il.b I 1 _ I I I 1 I I 11111 I!!!, :litifil.-A •I,, :'ll I II I I'1 ! li 'I I' ill I .� �.�IIp.1 g 11III I Q LI Ill ` it 1Iit - �- { ilk .— -_ lit -:--_ • l ! I i 1 1(11. O ;• I ((11' 1 ' ra; s (i $ (at', aI. () I 'i—ii `.`TM I - 1 ".-z y' _� : I PARKING GARAGE fa'fs.NrITRAr,INC. a.a Aaa.,.,A.aa t, f co,auu..c a ` • LINCOLN LANE • WEST .:_.•v y`E .i CITY OF MIAMI BEACH,FLORIDA M1•a.c...,„„„,••,M•`�"o•1W - ••••'nalca.•.... r,e••••, • . ..->. ;1 .• 'I a CONTRACT No.PA.ff ....ue ae.........-..u..... •"• ............. •`•• • 1 • I I . , ti j I T i i; IA • `• ) -I I I '"-) 1 I 14 D4‘....f J 00 I I 4 1 ...., • 33 . u CO T Y,fT ♦'.if 1.4.., ; r-u jI1,, . , , _ .. • • _. I ` ,Itt �r 1 5y: is M t i 1 s f;:l araC 'B^1''1> —3 -_. f' { 4 "' RO I Iv���•'si\I I Zt dR �.:� _�._ 1 �` t: �`•. §$y...- .a i • • D I rTa sYt Allik , )I i 6 r....... . , "Y w . • ,•s r4 ;V � •v sr i • --i— I T� , ili• C i I PARKING GARAGE 111555 i'NVITRAY•INC. NOON.:..G..I.)i:..CKIN11i ^`, ' LINCOLN LANE • WEST M.•I �� �� +} 'V t` I CITY OF MIAMI BEACH•FLORIDA ..N. 0...NO itwu„wNc ' I•N==OM•YM''I'.'.vOG INC CONTRACT Nu.PAos . •••‘ • • oo.ru a --- i .a'miwo.✓.i✓Ii/ar ✓ f�It .1•rnwwulrvacx uo✓ 'I f f I., f ;7�'14 f , a-•G 101 MI/-rrw.rt.., i,/,a✓�`•rA.Y_ i y i•,rrwNNlx•x✓.r , .•-srr. ::7,,,, w o...r>: .r,cra.•r.✓c.,., :.j .,.arc• t ,_.,__.I „: ,, •\ '&Jc' (..i/O-•).,o:0-srlau cos u0,.., (wm /'•w•tl.ns.uew• C - i•bior ue0»vas'x e .'Amts..), '[CT1O w. .o'® ilp(^TION s,• i.e-� 'c[,.IT . ION //• �•_o4 ) I 'I II • 11 Cott M , t✓nw rr.'.,rr..wrrw.l . I I IV,-rewa,owre r/..ao..r ,rvirulr, /f e I I =a '••=g F, _° _L,✓-Ij 4 ' --- w•.CoIIN.Sirs - L G N . i. "3 3 i woo O o• .c. 0 C[ L[NAT I O N • w - , f • a f I .r1r, 1It • H C, . ' .--..--. __'•,.rrv•.w✓,LN' ._143734..a,n/.avfl•. - - •.'arro..us 04- __. _ y0m+.au'_r.a annA✓I,i OF I"W O s rr • ro' as _ S••• r/' br ._..rc .-, 47 J�`u s o`� fI.. . , I' . :i � ?0 , p p Pl, a. . ro :,. I•» x X o <. o.I.LIT.e...0..»I1.. _•- WQ ..I.I.1..©.0.I.I,. '•• 0101.0 LIME pp FINI,A. a Z i u 114.1400/11116 ' S- J. :.. ..�•.... ?3 r: e y 9 I • i i to it Ia I t\ � I —, -- _ I �_ • I • jAAt w-• I 4. / \ l. • Z . * i .-1 1 t • I ),. :: \III .. - • (if-, :I],i i1kI o Z !ii', t a tit, k y 0 i:i it .. R �; s �! , . I Y^ ' s I Ii u �: . �' it I . ,..__, - t ! \ 4 ii \ , i ;` II�' 'I 1 ili ` 1 i I I 11 ` j I Ii I d i „ i , I li 1 , ,1 el • I !y-): 1 ; PARKING GARAGE RUSS i NTI R ,INC. NORMAN. .,,,,,.ASSOCIATES `"N° ' Y' LINCOLN LANE • WEST .,,.,�.;::''A: f , ,..7. •t4.,:o : 1... , i g I k• t •I ": I ,. i 4 ' ' : I • 1 Ir . t I 47 NS t.''-. ; .2 ••• i••_ II 1• , I /1 t I ..:ri . ; • It.•••• •• • 4 • v 't' ri i • 21...,._ .________::= V . - I -- • -— ..., ,-- " 1 4 • s' -, •• • ...3 I t 1p I _ • •• • •• t e-, Aoo 'ie. t 1iit> •• . 0." , IL*r i'l RI' 4t :1 tr • . ..- - t " i . v . ' • —..--.• ‘i•512.,4 ' i • :- 1 1 ' f 1.,.. • . ..'3 ••• • .•4,1.3. . 4,— I . -I•• [L—, 1 `i:1,• •4 I 'Z 1 - i • i 4 •,. 4, • t -• : ; -‘.... A t I ! '. 1 1 s i t . i 1 m ) 1111( t - 2 IL, ,I .t 1, I • ' :. , { 1 1 ; - I I • i t I 1 I I 1 i ••• I 1 ' , •• ——I ; ; I • I ; I ; t ; I . I v i I I I • I I 2. PA aa .i• la,••• ; 1...-44 • 4 4 4 Ito 4^ 14 4 II• i" \ _ :.' z• :I i ...„ :.' ": 10i I l : • tt ..; ( 1 Iii) ; t 1 il 1 i PARKING GARAGE /LISS a NYITRAY,INC COP03.11•0 414010•14 41 0•01100401• QUM 11 4130C14145 I 4 4 II LINCOLN LANE • WEST —"""A" -•-•""""'" ,, CITY OF MIAMI BEACH FLORIDA , ....„...„,..„,„„„, .„, 4.4••••94•001•00441•44.2 A WOG 10. CONTRACT No PA RS •^".".'''''''''''' o,52,...... - . ------ - - ---- — .. _ ii til I e. f; 7.. ___..t4; L-4. .4. ,.. T., ...- : •.. : ..." f.; 1.' I I 1- I • i I i '.2.•,—•LAULANAC—1..'11 1: ---- :6. IV#it; ; 11§1 ':4 '' T 0 1,.0 _ 1 • 1/4_,, 1' LI, I 1 r._ - ,-,-,- . • - - ii _ , __F .. I 1 .a ,.,.. —it,i• ,... ' I .00.• 1 1 i I L _ ,.. t,•••, n 1 I ' : I , ,-' .t :;"•••:*:ji....,..- ,..601,••• , ,14:.;; "7-, .7—'1 ; 10114: ^,,: ; . • ,I! ,'. ' i•j i 1 •4 ''i 1' 'I I •••-----_,,--nwangs•no .1 II , 1 a .. E Z:l.". 1 1 , . t t t L ti ! t M 2 ! it -r INW • 1 t I q•.: : : ' It- n 4 • , . •3?-, , I 1 1 . . _ -• , • . . t „ 2 ; ' 1 1St ii ,, . 1 • . , ... ; Vo• 1 .r.,er ,11: ; ...1 1. i i• , 01 ,.7 •i — . .i t At IN/ III ' le , 1 1 !, 1 .t I :I.. ., , :'!'. I • t 4! .. IF: It 4 4; d 1 j 11 I____. ,• -- - 4,4 ,f , 1 4 -ii: , , , . , , 1 , i - ---, •••=-.7i3 c - 3 4 '''''. f I• i--- 21: ; • i 1 • il i I ; a i : I I n I i I 1 . 1‘ 1 w. . 1 . . 1):- •-• :it 1-; :.:j,t.:7,..1.-..:2, . ' . ,.. . ...- tt 11 ii If I .g 1 II PARKING GARAGE BLISS&NYITRAY,INC. CONSULTING ANO1 4 LINCOLN LANE • WEST . NOILYAN At GILL!.•ASSOC'S... ...I..............ANIS IN 2" i ——"—.--"^--- :4: 1 CITY OF MIAMI BEACH,FLORIDA . ALAS CONSULTING*AMC...INC GNAW•sts.to“...mat 4 AM=at .; 1 i :/ • CONTRACT No.PA.61 . T....."•7:::.?"." . , . . . — /7 !\'+ __:..E14, Y•11WI$© © NO1/0IS Y•1Iri1{®'® I MOM WM 10•810.18 ..mow 1 ..-45'..7:C5-':X1- I J �' n..,,.! i 5 .� .,... or'!•nJ,J• - .-r pi....=:---_±."-.. y - . 1--n• .....Nrrr y r - coos.r.,. t - - . c VA.! K Z 1:7 )711i15-1E`� f ,,....,.:..e I ", 'I '�, i it i I nWillri 0 3 0 'IN,� r I , .ar i D Z Z Ill • \ 'ti., r r --�- wsr.60 u.rr I j, 1 r I� \ ---C— ti I vr. `4` I�• _/ aw.n sr.1 .. 1 "LNI rn - `r . I`.ccs—» r f •f 2 D .00v o�omr •Ir'• fib~\ �1 ._ . j I test, i I "w.w r.ti':s 1 N p !•"• AI' _ ar f r ' 1 A !r a I6 `'� IMP.J _ J t• L p VI T ,,..w,.aw�Ja,r.r p A• w �.6./ I I I D (r1Jra J r �i ' 151[1=+a w t `�� • �` > V' . 4' J .- - .Fit r>,/n I r j" I i z �.sN. ,J 1 — 11 //ire' a•1,-. r i 1-.� I I I r I .nr......JJJ . - i k_ f • j •_ '•A Vi,,• GI ',. ` �A ?I 111 s,--, / I Oo + — �� f- `fit N I .� • 00011 08/0,1 ,o.r ` (. .ri suh 'I / 1. r; I'. 4 . .! .s,+ rte, e r-,-- • o 1 I 1 i • '"Cf p I' . 1iiT I .I i —' K.--... j v - —nuc - _. ---- —1_-. 1.77-----!- 1. T— .lneJIM* • I • 1 _ _ )f a _ ___ - 421 _ - tai_ r �5I �`: I` � Tor . ; I 1 ill , _ — I I fir.•S I ��`: \;%• ',fit.- .,' \j:`=''o4�.„V\--'- I V 1. It —.--- - i -- - - V" 1 -- I— III- —1 I i,it.•� ,7r7 i'I ,:li� • G;— ftI I f. '`: VC C� I j .. Ii .;a :11 j bI I I fI —1 ,, ;- ,: i I I I 1 I _-- - I r r - ice __ - ..... { it 11 I h i t I IA I " .I '. I� ;i I li I I :'1;4..- I L1,.ti f I 1y` • P. iI I 1.•; I, II • r- ill II .� t aI I 1 . f 1 ;Fp 1!�" I ; — r, I i 4 rr' 1l I I �•° 1 j- IL 1 -t 1 1 11 • I r z. —J -- — I �11; -- I I I I 1 --� r _i. i I I I I • IIIICI [ illll F• , 1 L : i IIIA'' I Ij!11, I t I � ' a:t. ^a 4 .. fi t .� f t, I 1 �1j I� i I. ili tie): 1 I PARKING GARAGE SLISS&NYITRAT,INC Rmu.er.r.011.1.11 IL AllOCIA : C00111.111..8NGIM1111$ ot M LINCOLN LANE WEST Z" 1 CITY OF MIAMI BEACH•FLORIDA aft.•MOON•14.100.11.MCC OC } 11 1 CONTRACT Ne.PA-“ 1 .w"r ......'..'.a. wa". ::::.'...`°:::;;;::::.f.".:::.:., -Zi - ..1 E.1 RI . li 1 , ,Ir , ; i ,,,,1 ; I! . iis --- 1 ' ' 4 I ' • I.0 1• 4. ' I 19 NI IP Z •• '11 I'. 4L2.) I ) .% t t! • .4 . / ,..?4 gt 10 ,12 rt i.,. wil • i t•I IS ••• .....--v-, r .4.....n 4, --2..6mmeem •.: v 0 ' Iri 1 • 1 . i , .. • i.-; .,.: i . , . ; . L' ; 1 i •... til 1: i To 4 1 k 4 iiill i Hi : , '.4 .!1 „ ! 41) 1 'll I,11 .. N;Z ' k ' k 1 4 • a .., T.•1 i T %I 1 I. : T3 T T ' 17;:l ' i II 4., s - .- r — f, GiD mr.--...m•••Tana .. 4tr. .;-; T:ace i A 7,o. '4% ,,, )4, /kr 1 .4 , ker !4, ,.4" ,, ,N•T• l• .11.G. ,i, J• Cs 4 1 ;!' t 1 , I I' 4 ! ; zli I I jii 1 I :11.4 1 . Er , I u I 1.1 'l I I ! C I t . r ILI ti,_ T , - t 1 1 et t.,—. I, ;' I ' 1 T ; • . Tt. 1 t I t t 1 '11 i• • 1 I 1 1 I \ L z I' . 1 1 r • ___. , I : i I 1 , i•i i I , i • , 2 . I . I I; • — A 4 I.. • :i. .1 .. ,__ I• 1 I I I ; . -7 !, ........_—......_ ';,i ..! ; , . 1 • 1.. I • • i;, , , ,1 i . • I 0 14.•••li:a; .p.s. .. it I T. !I 0 1 2 I I I . Irmc..—...1z11 !t 1 I 1 I — !E ; -. ,...—..• g, II I t ii fil::14 '1,,.. —t . I PARKING GARAGE IRAS Si NYITRAT,INC. NOONAN Ni Galan•ASSOCIATCS CONSULTING ININNIISTIS • •I r\ ; g * ;' —. LINCOLN LANE • WEST --‘------"*"*"..* •I e ) . - CITY OF MIAMI/EACH FLORIDA ,,,,„,.,„‘ 4111.4•11•414.40N•MAXIMS A MIOC MC I 'I CONTRACT N•.PA-as ,,,,,,o co.......”. .. ......1••••.......t•.%•••••• 1•.•••• II 0•••• . ... 4. . • .• 1 1 1.1 n 11 fl I n I li II li!',11! :.II 11 _ _:: . , ,•,,z:, 7.•s 7,ss 2 J•,...841 AIS./.2. I 1 , • 4 1 Ns, 1111111111111E1 1 1 i I .7.2[14.L:Jeatl:.C.10 -L---t • "FIR ' _._j .1_ , . , , • _ _. , 1 7 • . _ „,...11 ° o•----..:..._ ..... - I-I... m• I - -. 1:. f.;.:11 •11111111211 1 Ile II I II . .., ,. . i li I H ' .111I 17111 ' —-- •"--— -' I- IE lig a .,..• Eta!Elt= ._,o, ,,, •- ----- , 1 I I 1 I rf 1. • 'I i : I / ,, , 1 i, 'IL 1 1 I I Ill ef:.- .,..-1 .- , il 'lir f, ., • !: II I,..-7,.i . N.... i 1 NINI lill HI I. ! II , •- ••••,c,SM..,I / f I OW IFIWIrai I , e.,s.,. ; I .... . • I • / ,' I ilirAtmorAurle,.; ,., ,„,..., .,-* g ,,, ',1.•••••••••-• / •IVW.. ..arrallij•‘. 1.•7 x S.O.---' „. i E :r .• I.•7 , -:i 4' PLAN PL•N It;mop,. ,,,.,,,._„-.,-.•,•41...rnol.•' ,.:z'et ; ._____,...__ e•.4 rw.,9 J. I ; ,-........ i 11 i ,..•AA WOW,--.----, 'VA,. •aalyi.•ataarta._ 1-.0 eta- t) L., •• I VAI.mit-> , I LI! 7..a k a rar 1 I i II li " i i r . 1 , 1 1 ' -COL.Etiat--• i I {1 I I I I DETAL 4) 1 VI I I ! . w taA a - _.for.Pmernam •nrel.7 . :_r_t, : 0,. , ..'o'•'f'ams < re.: Vii,11 ..I i 1 !lit 2"\\,11 1 . , • 0 z 1, „.,...___;1-- i• <-1..fit .. . I Z....et: , 0,11 • 4.z.. A : _ 'N‘ '1 • 4101 1, LI ' Cet.*DAP =1:1 \ z. ---...----,----,.....---- -A--,,,•-.-- -.4.- • I Id...1 a t. SECTION •ECTION ITPAINIS (INS 1 I .! • ' 1 •( '• / -'. 'r• 'i 1 Cla Z alirrrt0 PO.CVAITY IA 8.0A Afte710.1 SITSI. was amil V 1 I . •Arr- o •CAPI COLUMN CONNECTION a COL. 143 ' •E•M COLUMN CONNECT I ON • COL. c•ao 1 v z ' '' ' -- .......... DETAIL CD SCALE a 0 DETAIL ci•-.. mar raw f mom cra...) - • . S-3/ "" I It.•I.- . • SLAB 5 r E D U � E I .vii 01 9A.�' .rva term• m' r r«.nr..n... i N MwwK 1N•CKN[fS AfIN[O.•C/NB SMit, f 2 m W .S..r ft."" r. ..• 'mac • e n' ...x m.n I �w:.w• .. !-, ••!' C•O• f •eat,«rte`:`:• -f-. •..•' .'--.• '.`:.amm near...tern:' -'L ... ,...+.,. ,.....w.. c_s •.s• c•.•• r�/ ts'-l• Y 1 h. Cort::::::,.= vox as wma omen. _• 2. nu L1 at....t PMJ r,..ea n.mria,.,, ea..c.o.••••'erten sr arty re....ear.. J)3 S. tw�vv+..,w. warm aro. .ow.,..m.war too... '' /K•w w,p.lw.mw•..•�:.. I. F]:Citl]f .. Xr�•'•- o • o: ' � 1 :Z::::....:•1:7414:1:•••wrwxw. •rw . - [: IxN� •r••••••.ear• 11 i p y. r., . •wmr. to Ort A R h� p1 _ _ unn.n "• t. 'I" r• <. int tx1`::•:':.1. mm. .,uw•w . r �I :4.:1:::.':,:r----r1-1,,. (••Nw:ftows (I } • 1 •fwlw ° r,•w :-.74..-..-...;.....„.... ww..w t�•n..r• <)...1�'u • 2 I o..r•, wn. . :i • . • • • .. '.. ••••octtnto*a -,.-;-.-, --....I _,, . , .o....•Am.-tvc•F,.L j..,g • ==I . Yd .... -1 NVa 0 NI INV 211 1•4 001•I:z.Latbi I.• V) N01.1.Y0 Nil 04 ri • • .,2•• ___ 7 . . 1 ' 4 • . ' -S- • . - . . .---Fti--- ----ati4F---4. J;l4 . , -0,11I ...1 1 , — — • : — ,_ 1---——1,1- .. .. ..,.---—..-----L.! —---" Q"-Isi.-it-,FrI,21--—1"" - .6.••••••••• __, _________,_ ••or '''' ,-1 11 ,I . ! 'IT . • ....we roma. _1, "------..roxr.st..o, . ,5 ..! j________v r--1 -^ ' . • , . • . - i , ..• •.; -1-..._ __T=-__ -,---. __ --.' • I__4: : .,.... ...... --1- --1.11+---/b-1,- ,--,---- - — — ''', ."171 ....1,141-17'''ii•4.' ,' - ..... ".., ; !.... • . n r— d ,J , _ . I --,,, i.,--i- 1, 1 ,,, __,,,.. _$,_-_,_ , _ ______ ______,..... ..... I .... I I :.I I "Z. r. . : : ,a, 1. .eto•••• >‹ 1 ' I . .,. ___ ivk, - - , 1 — ..',-..,----_/4 "••,... 1 i • a• !1' “VrA V.;--) . .14041 " .0 ter•I...Tent, 1 Ik, I, . 1.' iir ., 1 . '.. > Z , •••••”.”..k1 ' 2; IT,. 0 ....M.1,170 , ;i60,{g r. . 4 -- I , 2 T". z 0 ...t• , "".„'.7,1::".'' rn > ...7110 I _"t .- 7- -- -74" >I ri.•0,.. !".2! ., r,"'• I i la —"'",.% • a . '', . , / (..• -----'. sde....11....000 4 Mil ----"-)-1-7 ‘ (.0-0.3a.1 ,..--'.":11e •---- - .i r ----,, . • __,_J- ---',1 E rn m w„,,,„„ Ilii !.-.r.rava••.-•2 -7 :i— 1 ,....Ta,err ' , , I 7,.. .4", '....... I ... ., ,•19%,„7,,. , , 1 i Zt\I r-... • 1 „__ , .. -- 22 ......., i . ....• • !_,a : .. _ ' , mad al.."IP tell, •As.a..1.1•4..-1 , k 3../0.-94kl..6 •i i \ ',' I'tt t. , , i i,..j. ." fi•.,. 1- .1 xst •S 1.., -I 41.404.1.1 - ,i .4,SSD 1 i 1 -1 ' 's.----i--.7.'ettl. ..rarfir:-`,---- ' •-.-I-;• ,t t '' IK•F f%,N.—- ,. t .1 E.- . smouotar. IJ•I•SA•...O.. , ,, I......./......”••e, ?yr...014”row.. , I - " I • = ' i= --;..--=" •--=-1= .. t"." ..-;—•-ai . I !a-1, ) .....:1401.11.tee,-I- , --- i• ,r; r - , 1 , ; 2't , I v..warn•ss.."." - I rows!Amara, ,.1" o il , .._,- .- -. L „ .2.•,:tra.-.in.L•Siati,'.• ' , ON,4,200.01,004 -1 .1>a, a . _A.-4- I _ I . ; in ' - ---S -- :n t . •' . ": ' 1 ; T1 . . '''''''';rlf:/'144VP"Z-'• '-1 I !, ' _. .... .;•N..,i.•Smut.. 1 No,,,w.....,ton...a.4 ,•ol>0 4,.11 tttttt 1,,,,r,..t I I ••••....wo.Ii•ye.,2:1,1 4 . • 1--:-F e.t.a..elm IN•2e....-, 1 11.....e/s0.14•l,P,..1.:of .1 i 11 .- - ..-.- -,- . SS. ww•00.6 Ii,or :yea slave 1, NJ .....r.ro.wel,net • 1 , TOO I',Ulf i', ,1;• IF, , rereffp04,02 .. I • -102,115,704. ,- , , 1% • 1 I ...,-..,, 1..01,edi..-li i a...7,W 11•••• : 4........0.-1 at..4.168 W.4,-4 : --''''''''''''' 4.1:;.. ,.... :. ;-1 _.. ,,.-....., -NO rs zuo•.I 2 I[..0, IA,, ! > . F.! . . Solt...rear.—2,,,,CI 4....Y.1.1!”•,.. : • . La.,"...f 0."...,tr•14---. ',I.fhter.,11•..41. • ".7___111 ,,,..• .,,, I . ,.,.. ___ , ! „. . 1 --I • :I_I . , (......,o, •L ' Is; 06,0111q ! 10 . Nin•lf...0.1L.9761.4 7020..1.1.,:l •• g ...• ---— pt , ______ 1., - -e, t •II I I --1 46,01.I1:::"11:i _ j, . .IC,,,,f oar I ! 1 ! .14.H DIV,IVINVI re• .4 1 .• _ _... ... .... ...........m: t • . . . . . . - - • • • --t-• .7.., . • -- • • -- ....„, -.; c;,:-..,,,r -.•,--"....4,,,,r.trt--,,:-'.7".-.'...,-"‘•--.,74"- , .- '',11-(-‘.k... -r','""''''.V.T.'''...g..?...,:"‘ •9. ,,,'.',....." .....:,:ar,I., . 2...........:,..: •.,. .........,...A.,,..,7.,,,...,. a,f :::..-•,.2.;•:.,•37-7:•... .77. .ore. jkirei-_,'- NV1 al ON I NY WA,-1.100-1-al ,.1.13b11# • "NOLLWONflOi -L- .. =4";.: 6)a ,45.4,'4 It)-''1.4 1''' • ..-'•:-• 1 s' t.'64' ..i :t ' .!..-•' . '. '-'.l 1 7.-ri-(..si,‘'. .. t. ' .' . '' ' ' a. •.'''W.‘'t . - . '--- . : ' •..r... outk. :_., ,.",„-_:, 1,, ,, i:, . ...Ors , . , . . ' ‘t;' gi • ., , ...N 4 . , ,,., -1 • , . .... ..-, ...... - - --.",•, 0. ._., ..ffritiittl -,--,. .. ,,,, , ,, xt ro . y-- - ....--7•.gee.seTi-er-"r- . 1 . .60rrt.t . o i , .. ..7.,r)r- • , fm.....„,„„,.._,.. , _ , „,likalnaatt•. : An 1 • ;:,;•l:k .1 • , t .. . . * • ' * 1 te ' -'inaiiiinM . - .- '- - - ----.--=,---,---T-•--, - - --#,P-r,f;',,-;,77. =• . ' . - _,....... ,..., ,..., -- IsTiTSS- • • ..„i...,,,,,.." • _ I s. • I •••••••:-.%1"''ill .1 1 • I. I - ........ : i...... 1 ...nos5---4,7,-. 1..;.:7-. a ti.(0-0---*..d-y ...-, ,, - • ---1 . q, ;j,Z„..,•• . .L.i....-'____I--estours.s.s. 4 , . . a x a• 1. i •,-. •••.•••••...-1- i i In,.Irma.; I . --._.1 it 4 ..• ...,4 • -, I i , 1 . .!_ t .Ii a tanymus•f., l • i A.,.orr or•.....-,-•i IWO,eav ,0 I 4401,..LS•..... if' ' .. z a .,•..,°: . I N i - :". I ' ....:.„..,,,mei,,._.1 A m> -- i .4 .i.-D,„ .• • 7, : IIIIIIPPr'''' I la ..! 41.. I ger TYPZIernr• :X'•C> 1 . (17)-1----1 MI , • -a- • •. -.- .--I - --• ..I-..--.a. -.1.- ...eele..•••••....-7, lae• atIC1,1,•0,0 tar •,.4411111 . •. I . 0<a ..4,.......,. t I _ I. fir----...-tomr.or.:4.4 udOtrat a•••1, PI M m Me • , •...._j_Z.•••JON Asa(1.4 •--r--I .N.I/Vid....1 I i o-..... I.. 0 Ul N, ••Id•.••• • --, .. a . raw...0 err••• II • >a III 1 11 ,.... ....,,,, _...,, ..Segurearess.,--- -....‘.• It • .- ......I aa0I., • Z . I 11‘ I " --, • , , i. 1 72• ; t l' .01...arreJ- , - .- , .t.7.-___=1----•'-' ------4, ._ 1 , ii 1.• 1 fa ; • I : -.i--es... I 'Z's 4 , . . n __vesow. IX 1 - . !i r.. • CC•r•t•-- P.t I I ' res e•latSse • • aZett27.1-L----I I I ' t's•7,..• I P . ..Z f, , •,. 4 i ea.,...,ssresesse s, 1 1 I woe%et•...me 0.*___j . ; :I .;•:;n 44(& I I :.:•.....,f ••••aacte...ave..,0•77---; I l 11•••1404•1•01.1..•,.701,a,:II l : I ..... , I ONIalf0.WI".Art•lean.0-11--al - 111- SII i : I , , , r, Al ' „...t t 4: i I fl ii .4g..%,:fri --I I I e!'0. -------1.-• p ' •••••••••••>IN... I I • I I l' . .;a -reed'slew I , IIIII100e/..•aff 'Ara.'"%Aar 1 :.1 I I a • 1• 1 .1 • "......."".. ,,"..,.. 1: -21...."'It'rig'''..:r i.:. _.- ' ' ,••••••0\..,.. auckaw•-••..•--1 I ..area.,••,•••••-I .1 '• 1 . 1. .•2-,-- : 1 .$ ,! i ': •••Kil.11 Oa •• . Iii i . ea.,sdess".et's7.1.'sce's-i-111 I ':: _ -4- s • , .........,..-. -- - , II i st W..: -.../... ..-..-.. f, 1 I !;• f 1 ii .", i_ I , N i ...,J..,, „___. . "Nu,.a a1.01•I./0 i 7. : .4 1 ,--1-• - 1-.-7-0 :_--piik-iv-•-fr•:/_-.--,Nialif7a.7-r-i , e I ___, , . , , ii ; ;1: : 1-1 • 1:. , Il.(e.er.esee., .1 1 , arrol•OrIal 11 • \--11. --I 11./.0-44,-i-_,--, -I 1.....-.........-- - -,,_. ....'W' ' - ... ; ....A.,r.-or,x 1 I 11 1 : . a•••.>lt•>-10001• ae0I.90,.9•001, • RI . 1 .t. • • I I . -,.. • I awn•gnu l'il I I 1 4,0•••••••••••I S..1 .. ,-. . •••••••••••••04.0.•i i • ._, •••a f•Oaf ...ha',Of••• • .el -I-- 1 r owssuer i-- ... --, - ' I I- - - - - . _ • • _ - .-- . .. .. - - - - . - - ..`.. ••..........( is ..n•n. w'Sof .,,, .0-•I..6n I: 3-1•00 1 0 1 ,�. a .a 0. 0,...1 . • •1 3 C l �)• 1x 3.•a,v CE'S • )x:11-•, nr• �I !IV svuras • I. rte• r j iiH ; , • ..___._._ •�, ' — +r'+ i4 rru)snro ry o n i, �rw Rfy..•a.11� •):70,,I ty J _ .,.r • ( ? v ° r T a_ \ . ppp — tr• " >T G1 •/ / news I I1C II I a i i D j/ :�/% -- I p \ r. �p T` I r mv,.arn./. • omm iI —4 1. __..••/•-s I I•VI I 1 I .i...-4:-.'.— 1 -y.' I+ 1 II n ter , iE ° I ' ,:'1 ;{' i5 s 'xxx•.e). = +--r+ /---'. i • + r o; ._ ^ Q C1 /tea 3 I • 1 3 O .6t^•`1 l • 1 7 Q i • 1 7 0 a -' I�_ )r-� ,O;J t,r a*Lt r.'t ,! . O)n)f sr Ssu s)r 1 11.00 srp I sr•s ' rO.rJ I ss r snow.r u� I r 1"....— _ _ pp � 0,•.11 s - 0.1011 f•.t.'+ • `ti� �. ' '- ,j, Ir. .97 / _ 4 1j� /. �� r _ ri. Y' i; 1 ; J !Jar f:� i �in ��: SWOT 0sxu • ,, 'I � .. j L ' �'T n a 1111 r,r — _ ll� ilor=ll . _ ^. �• I Y _ _ .roa s �- 1� ;I r, r,) t �_IN II \ .•.a.. • i;, �I �',s � SL recut,As � il h _� i��xw ..ftii� r � I n_ / I 11 I,I II 'I�I I. T _ oV nor•ua ,I I 1IIIu'�' II J—_�, / r....,err— 'i —ritii • lil I• - y�� 1 is II 1I I. I !� rroxar.r)•r J I. I I: •J _= J rru aarot)r..• • .. .. ��. -- w.a ..;_r..r.-_'! 1!p sal •T— T3)f;.— �. n.1111 y rr.'s.....r•0x011 _, '•� / I 'x a..o a..:i.‘"-'-vrii rraxar r-+,rua nr r 1--f .+,11111 - --. I ...r a M.r.-z-'-er,+$rrrM? --a,:rrsr-rr';s!r•enre;-s - ,.., harrsr•.i.iv1n'_--2.1---7 4- • C L U Nn N SC HECOUL _ I III •1111 III ' j IIS Il .,.� ' l 1 ';q i f---. —;?i 1 I �•;� I �; I •T :�II + Y ,x.al 11;4 I 7� z 7. 33 z, k i W''' .,.. u: 1 ❑I • Ii1 I ' ' �u, '"Px"..` L Ix , • 2. ..-.:,. r �x I .) . la .,l A' ` DIY S't''•'4.e Ik x,.t z1;•, '.1. • .••1'..1•••••••'•Z •. ..z xa I II .a ; ;;•,;;•;,;,x ;.,. -.,., _, a.x r ,. " L ''�/jx x • I o • • a- ,LL!- 2•'!:*•.1.t.: r a a x l x x z a • • • '17.7.1i:'''''' A t. xt. ' . . `•�S x•2�s•4�a>_ -' ...3 2.3././424'. y_' ?x i� ix•.. _ 1 ay x z.x xaxxx �y -:''''1"-, x. 0.'• 1, x a A e t. x•1 x 1. °-+..-"'” ._.21.,..__a_,♦'2 •Ix = ' • 17.27-- . ` lai a u A x: ; ",.i _ `�--U.S.< �►y:., 12J--2 �trlxa x a aax o c:,,1,.. . .:. ,A.,,, a'x z, A.-„` if t"1 17 g 6.,...,',.. ,:::..i,;',.•x.,x. u, —..'1f— Ita�z+Lw z' xao rA / /�f x I . a x.x:A+z Yi ' l.k4a,L•,xalxaxa. A .. f � �I� I ii.}< 'l;:;)1 ( ( °,' `-)I:<w�4),5,;-=‘,,,-; J .'.c* a..F vnl Y<nl L,�, f 1 ;�1«.i 1',tit,'�'1 +�1., q :'tiri u+l!n< • f�+ • Nj /(IN `4....,'. J��. 1 1.4- I 1<\L^.1 N !0;'\I6�6 .LNI �lµ..i,IAIb'r(1 1• j i �y ea L moil./ 4.IJ`i1✓ZAI :,0(0 MSA * IW:.MI 64 a+!.OI<'od \.oar NM OI,/ orl%Oa Ysr ' `I I I I Mil N ONbgAJ 1 I M",mi ill 1 r_ N�'OWL. 1 Y14 4.5;;;'Rr �l Y Ral, .I !1 ) N f.• I I ' I , clrwe ,•-• ovui � F .�I I I 1 Wet I 1 /I I ,4 I I . I I I- I ! ' I I I • I Jo. Z i, 1 I iMI I � j I I j 1, IoAl i,... , l ' ' I I i I l i ; 1 I ' I I I i i 1 Jai Z� i ll ' I � I "`a ; 1i . 1 ! Il ' � II II 1iIIIIIHIII ; � ! I !r�l =°i i I I I h i u 4_._ .ilr t,ffo i is ease' – M • r Li,..ii__, fro • woof fr._ � I ,..j I mar as. 1 e-eAws ae-owe ro-enws q- A ` ' ,; eAwe le-OAR I --r. + Rows.RIM vmwa nu mows�u mows ora rwlwt nu w W '�` == V O '� �rf[J. Il I „WI Nrr r�J Fief, _— • w a . I - � Z Q ° Q m1,- V I OARS IN POUR IACES 3 J U a - a6'1rµMje16$t i Z a y iraa WO I –. zYu /•rPI N i'jsou a-It tfv an) O • 1 n MAMA/ 1 ,rI LQLUMY,OO I TYPICAL COL.SPLICE TYPICAL COLUMN fl Z T �<olLOW YCO murLMr • I 1 „AM Lich <•OlIN6w_p6TAIL V t.__ _ 'farrow r!/Mt Nosy' COLUMN OS T A I L• `� (ooc1. s-J form a a) TYPICAL COL.SPLICE .. IIIM — vvurw r.o.s. a..a.ow I rwf�'. TYPICAL COL. /OOTINO S I r N a, a r,sa Ara•s,e. — COL. SPLICE °ETAIL. ,sa maa 5-33 Or e1...: C _ U M N SCHEDULE ' • • X11 1_ ir- "r' a1?1:. .'i; k; x - • .,'.... •use �T '~ „,•,"17'.'x"•xr•3r k. 'rk� 3 is iL7 :i : x S S x' I: 7 ;' ;ial.._,��. ",,. kr S xr.;•,.'' k i S a.•0 1 •k x k k ".,., • a x S;- j . S�S x l• i_a.;•M�'rl x ; r...,. a , ... ; ,x... .:,,..y]..... 2., . •.z 1. -x `4,4;i4.,;•S I:,./.,10,. I• : . i x :' A ........,,,1•,,., '-•"-u � . a i:,' i.'3:. .e a ',x S { S.,,a iu.• yx x . S S i, •` .-.,... z 5:5-{;21.92 • ' xi r• a • al�� 'y" l�k• 4' ,x k i� ?xrarx: x• I I; k ••k.k .1. .A .x' :IL 131 z al I _,, e--, SA •x x S=x. xi ••^: S S•. eci x .� . 1. .xex k a : z 1 , i.a.x1'i a alk x.k k i i ra-.sa. ( / 1}y. (•T I »4..,, s 1 s ,yy .(+ 1 _ y eta ,,* ♦ S Y IM.I' lM Nl F•Y:W ? t vu T,,•.� ++A++��L�I JI+-;14,4,•013.11. 1w(� /yIP K (J�pa.��••• 1�c I,...,:::4,1'.%#9p+�,N m, ' i JI CO LYNN • @' ..1 (wA A: O,t.�eM:IMa4, 10 I � ! NYM•f1J :.4 . '.fk• .,•L.+ ." ttel: J(O91:q'• 4`1:i7;'•F . _, ,c'�i �Y /&`r' j j rI ! I • z Li: xd I . I I ! le,"ll 1 i ' ill . I ; , 1 ! : i 1 I 1 I ' ! 1 I I 1 :: I / \I• wii r o i,t i Lr ISI I • i ."i.� �i;4� - FF _Near•flYl ; .—t a"uns e-e•R sril . IL.-§•_ is o u4Rs _12.j:aws' i •�_ I •.a.:u •.wa a aa•�a a• ••n• 11.Yroun r.cEs ~' Q VI 0 r. Y 'S'!f W W K _ ~7 I �. C7 3 0 • a/NP K/Y� ! Q L-_____ _ _ _ I /`•JAI A,•---•,....A., • `� µ :.'_, ce • 2 II 1 0,1 rtrs •J•.� ([_- Z` ___a :]-OARS-...R A-]Y TYPI<1LCCLUMN i. . J 11. u-1•• CORN[R DETAIL ? Wm Z Sr ~� 1.— r —/LOON KMI --- C O L O E_ : Z Q x I • Y - f 3 ' _ f •/YP sMY `4 ( coLi a•N ma,as) '40:,12.r..rO.a•. .••aaroR ce O u 4OLurx a.N TYPICAL. COL..SPLICE Q v 0 r.,...NMT_1 .4. rn son s,zr _ �•OOWLE TICS a z >;_- 1 - LP•YY•a•.r KL.,ed. ISSN ...I U I Too Zr C COL'S !-f rim'al3 ti Nw .•• TYPICAL COL.SPLICE •n-I r TYPICAL COL.FOOTING • -- COL. SPLICE DETAIL• —.— ....:3J4 li;;,z•--••_.IiIIIII! O fkk!iiiiitiiilintrt tiilfiiiiiiiti+iiiti g t• 14 i' ton $R T- It 7) It1�I1mIlitomttit •.ttt ' ?�j??i?ttotontt �t??tti`ii?iitt?i?> ,tn i 1 -) `+ = Tt 1 tt ti_.` t — ?t3 ' ti In t tt ? i + tt£tttatttttt*itittt; ill ifttlttftiitttattttttttttttttrjitttyog P. t m �Fx jitItnttIF ttr `:tt1 7� 1 I tItttl: !atittilttt ti 7p i% I_ - ; ll 4:41 ;:t e ::; jpN�7 000i4140.006•0001,- 0.. c44 A><[i[[ AGI IiGOn,GoonnboO. 0 • .O0 , 0., t.7+ m il.itiiiiillilffiliii 1;111 tt;:ttiFi?fifiiiil3iiiilillifitifli§j 1_ _ 1.,11,111,1,1,111111, !111 114111111'11111111111111111111111111!' U U FtIFFt IMI FFF FF FF FF iFFFFFtXFFFttFFFFFFFFF RFI iie } p 111111111111.1ii Ill ii ii ii iiiiiiiiiiiiiiiiiiiii iii F� 01141111°igili411 Sit tyQic�ti..i9m �d�!R aIIRBa1i�?n :ME! i r1 1 t i a aa s a a if� a i•F. iii ii is =ti33 iE+ !i l :iii t1: 12 5sr ,ii�1lii 1 CyEic I •i 'I"ig i l iN Oiliiti_ d:ia, t' )ti��. EiE! . 4 . it ii`� Al: d'A Ile www limnizzmmini ii Or 414 E ill t.. _ - tli , *11 .It h tit;it`tlttitit;tt;ti.. 1 I t t Iii Ini € ttt lit ?ttti ittitttttttt??ftt,?t?am f 1'1 ti i i 11131 11 1 1 t;lltt.0� .:: :::t.",4:-,— ft.%•....148 0 • CIAXZGZG a..r,-XAKKEi Giii00t40m lit Y: iftilllii ttttftttttititlillla C g. pr iii a •,ii1,1 ,, 11111111 i1i 1111111 m C I I RFFF4444 FF RF FFi:tFFF 1 i i ilii ii 11 ii iiiiit 1 i i Rat, i t . A j 3 flit 1 R a II F j i N F • rr til III ' IM III y: s e I PARKING GARAGE N'�o:�":.:".°.:.INC. .........,,......aCt., '` a '' LINCOLN LANE • WEST ° t - • • ""' ]�.t1 I CITY OF MIAMI BEACH,FLORIDA ....coe.iu,n..t.riu.... .,�.. . "10C" CONTRACT N..PA-el "�� • .00 o T _ 1 . ... .t.t._ ____ _LI 0 ---------------O•- I,. . I. - vz. ...... •:' • . • , • I . i "... 1 •.- , IN ti i i ......2et v.: . i --- Th4; _.. ... Sr le . III • —Ito ------------,_ ._-------------T _MIAS!Ir. ...----------------- ' . kt•. ... ...v.% 444 4t A'nfi.1 'Q' . : olii i...; e .._._ ___--- .4 ....r. . M , (ii„ (_:_-, I - , IRLI9./4/1.../• . . * • -----,-4-----' "" ' Cw•• , I,•te-7.------..... .____T----------.r-re•EZ ;.. ' d -tt ...., ',OM ....'-! 1.,... 0 0 .,, o1.4'i. • ...., 4,1 ----- I iitl--1_ •--‘------------- • _-------j-'----I —111 1 11 --tr ATOI14.,Al • h, 1‘.'\ * k- ------- 45,47/..•••••/0,4••••en.0 - •• .•14 I ••••• .. 0 r ir tte . . --- .._...!Q... ilf ..6. 7-ii.• ..-- TY!BEA,/SEC7ION JD A.ITTZ/Wa . • • s-es•.......x......,.7. Y (;i', ,, ..c.), (,-2) (7.-) c,„ Q 0 ...)..) , 1 , , (% , ,, :... 1... ,.. , . 1 ,.1, • I '..1 ,, ir---y • 1....' I 111 1 • ii;) I i . •Ata SJWC ••••b Si.e”.40, .C.. k!' ..;), I iti p ..... . ; •••. , ,.. Ii r , !OW.,••10.t; ! 1 -.. r-- -,-' IT ... ):I 1 , Li .: . r 1 PARKING GARAGE /LISS IL NYITRAY.INC. NORNAN OA GILLES•ASSOCIATES CONSULTING INGINIIIIRS •"^IT.,....•cuNL.,..+TS (K.)i I -2- LINCOLN LANE • WEST ---"-'.."----. " ........... ....... • ' --N: i i CITY OF MIAMI BEACH,FLORIDA .40.4•ST.ON•NW*.••SSOC PC CONTRACT N .PA-46 IIAPAP CONSULTING SISVICIS.INC am V • . .. i. ;1 T+r11•rTrr1lt?1.l;It at;tt tt,ta xr ,. ... • • a` a• ia•i a I • ..;q;;;....;' ; ;•• ••>; F .! — I I. ,� - li• ,' hhg .. .. .. y M,i� . k a �� :} :s}},:}}}i},iilii:„ _ ,}1i }} d„ }}} }I i I- , ._ ; -) • l tt t it.2f 1-t i ?; ; r rr t r : - O. t m • ::r;;rrt:rr�r;rir}?;?j— olr, ?rrrr:x r tx?tr r 0 vi I' i >. r Y - a`.�ItIttil„t`I 't; ` •Pt I1 1 ¢ i 4•!,1E1; r „ , A -j N i .C.----( $. 1 t;. 1 ' i: ' k ..1..9E'•lt . 9; `tt:. .l.:.:e .. 1 .ag 1 ! m „..,RA kkk ARRR,`-R+ak:� Wit= �.;t... .. .Rk 1p. m ' ii ii..i a!i!i! al�S •S. !k` �SS i; i ;tikx, •kk - - ..tl . , ..S..•a.t• L ` 1. ; ::U'f ViEI1$lt:�l'+,agA ., atittitxtaiittrt tr` 'ti i ` it t, t.;�,4--f4i.w#lil;a�g5 i l i i i I iikii;$1'r1101it ill :I E 4 $ !F e i di•;i..di•135„`t a . a 3 6 E 141 r :3 ley 3 a a ••. ''' ;- s 1;=1$sIII'd���g!11' ' "um } eis iF F ti- I i f a';,la: ,; i i i {$�d�I�r}�33�t I II i r IIIIIINUIlI�I8o69006oOIIIII IIUMNINNI008all00 Is 1111111111111111111111111 111111111111111111111 11 al i i I, R • A E_= 1}? }lElli EI ;111111111111111111 i.11 - - iItEi t Er � ' x xn -- } ; xc • Y w ii RkiaRYR' iSYi`Yk FS';SRRi:.R R: i ! _ illy iit! - !!!!`i t !i!!!+.!! - 1:Mi:1lQl h ' iit;it CR ; ie a; - 1;=tau t v'i�i x ' iia„ ' 1 t I l I ill i :IA % !FRY E ' • Z 4 1• c;1w iiia i _. _ d d l ' { I # 4 'iii Y [ I —1,I- -- _.Ay . r o _ l _ I II I I I I c [j.-- isouI H III I I I l •- ai+[I__i1 , II.1 :1 4111 1 ,, 1 • , _ — I =t;) I PARKING GARAGE BLISS u N ITIAT•INC.ING 1N6i .,,,i,,s.r,.,ii $' ars _ °I ! t LINCOLN LANE WEST », a a,.,..,ai.i...,a•.. .,..,..........,:. I o si.v.c CITY OF MIAMI BEACH,FLORIDA BM.•>..w.ma";r.aau i rCG NG t t CONTRACT-Ns.►A-ta .a.uva•...••,... ..• „.. .ass • y I .- -..• . . _. . (.. ,....:...,... , c ...: t_t_4TH._..__, t: ..., ••a f ce.ve•rfee' I 1 ___i_ ---I ,,LI 3.,s1".• i'l A kr---- -1 7 . tI 2 • ii ; .. • I I 2.33.3.•-120.rta 3,2,,,,..,, 1 .. 2 i ! 1 2013.,,r WWII i I 00_ Ill Ate.1,-,C1., , .11.C !!"±__ g$1 IWO 4,40 t i .117.12..1.7;•,Worree• r——LI—i '..- 1 1 ;I ..e,•.a w 4- o , GMT/. wireIfir . I a - 1. 1 ' • i -, ever 04-re I I 111 I I , .rairof 1011.101 whir g i ; I t I .1„,„" 1 ' A I 1 . I #—I-- . — - -.-*.sq -- __ _ri dit '• . ----- Li_ I---- -1-"c---- r .; -I1 I.• ,, ,...„4.4r 4C :2-X ; k. .'. do:, /0,1. 2,327- --• 23' F LOOP PLAN FOUNDATION • FIR•T FLOOR POOP FRANINO PIL•N LOCATION •FeCTCIA ,„; 0.4.11 FR•NIINO PLAN •If o- 2 2 ff 3 i • I I' 1: li, 1 ,,....,.P. it-,.. 1---' --.2 1 i• MOWN MAI, It z i ..1 1S. 1 . •cgriom •-• I—4 VI c) UI UJ ce 1 jd t. I k..,7 ,;:::,, < Iii u.• .-w--- -- :"._4.______ i _ l..7 Z •( i ,.. 4 Z 11 S COTION 11-111 ---. 4 U ° ___.... ,• 41.6.NM3,1. t ?- . L.—-----, 0•00 I, i Z .. , , i .... = k ZratairPV ...L--._........._j 1 -.A u 1 1 • 1 TRANSFORMER ..... c........ V Z . ,, ...,,_ VAULT -vtlar:-L ':46.747- —r--- - ..,.pETA I.17..S, .. '''''''''' re 0.1131.—I ". 435220 35 •ECTION C-C • • I. AAA••• 1,,.,,r, T I' ;1 • r.R,ll I L--_� I _—_-_ — _—_--,�-- • — tltl,�. - C r-..3_,,.‘ p\:...._ �.. `l.0 �y, wl I �I T , . JI IO,w�w.tt ' - y'-L TY lJL,1 , O. 1 1 i 1 LAc , CZ 1 ..,, i. ,l • .- — "�—�_ - - -- TYPIC aT i.p ... I � :oRNCR oc ° i ' III - -- III CONTROL 5OOTN U"a ` z. FOUNDATION FIRST FLOOR FRAMING FLAN ROOF FRAMING PLAN 3. ._JnJ: AAAA__._._ __�. t. .11 E rt•7 ::r z 2 0 Frip Jf1,r JDOriwB R t. 7 H G l`� _-,rlfrnry r.rlrto IWIrw�W p� J�rr. a W �`�" 6 — • cp errs i it r` W Z 51 W . ,. r'r, w e.,'r +°r .r: '�'re..lo.wntul Q e z L Y anon ur L.--_ ; . - -- Y�*o u,r +'J 0 V.U t: t, } O p- '� , .., OSFAIL or •ox ou Lv[wT a Z r tlii. 3 o1.,- .-ralv...... .., Z,• me -- — = CO — S-3 � :a OCT I O Nv..I-p r: , ..p�., .o. e -rq �� Cal R7 _r -��. I. ,�' ,, i ... __. , it, ,_._ ( .. -i 1 I , , , ICI( I EI IF la _ \1 _ �1 _ i., g`• ; } ill. 1 I, • . 1 1Pr..c., R I - / ,. _, i If.....Y,--1 \{ _ E Cj — • � ► � • �I 1IIIIIIL � � I 3 �_. i• I I 5 f_ _ -I-I a ! Iy, i I I I g_ _t o � r, C� I t1 I ❑ u ❑ 0 , , ', tl I n l IL, [aTa--i^•j _p 2\ In I p i I ;.E i. ' ! lif: ■ s II11!Mplinf1_74:::. _ � . z s tl�` I 11 F iZ i4 ER MP uP. --__ _ —� i 1 •\ - 4 'b i I It a� 4I 2� :, • q al j { . 111111nIMairillirillinii11' IIiHHIR � _ 1' '- —�' �I_ _� 1 .1 . I I % z • 1 Li-`„ ,r_ I _ IBJ I • ► 1 UJ. 11i A4`, II O I i I I a a ; ori ( f1) ( (L a) 61I I Li 1 1 PARKING GARAGE SUSS B NYITkAY.INC. ROO..R..aRu••A••OCIAI•• •\Vi N 3 �, , `OR•O,t,RO tR0$ — • ”.•,a•,•. Ai LINCOLN LANE • WEST '°" ""•'" "'" ""`"""'°" • - -` CITY OF MIAMI BEACH, FLORIDA u.P c0R•"uwc aw,as •MY•• .•c -fib CONTRACT No.PAIR - . ••• •' •'•••••••" ',-;. . . . • i • ' • t _ __. 1_...i,,...._.,1 ...i , 1 _ 1 r_ 11 1...i. II..., it.j ik....__H,.., „,,.::,) .4.... „,„ , ., .,_ ,_ . .• .., , (...D , . 6Y- -- ttis,' 1 lij -1- r y ,.. C , • I / .-..- . 11111111 , 1, J .11: , 1111., [ 1. 1i1111 HMI - - -.1- .. , .... , y 1 '•' .1.1 • . ,-; . cAILP__.q..r_ , 2 _ 1 1 Temp o... ; — 1 ••' • I • , Ei)- cf-•.., 4 t . '...;.._.__ i 3 -I 1 1 II i1 1 III 111111 7 !..s\ i n 8 1 it H 8 8 B .a II) %. aH LI B B 8 II 1 I 1 ?i ' Li LI d I I -ii ..,- _ y i I -- - -- --f. 71-- ,e.MP UP '. • - - . ; • . • ! , HIM I El 1 il i _.,.. a all :: . 0 ono IP -- — " • t . ! — I.k , 1 1 1 •di11111 II " - 1 1 •; 1 ; I 1 t ,„ -..1 . , .r l . ' " • 17, — t24 l..\4 'i , i ' 11111111. 1 1; .• i 11 1 I 1 1I 1 11 H ,I9 il , • i? ! `.--; ' Fp% a aa a a a . 1% ,-, a a 8 , a a 13 4; .:—. ,,., . . • H1I 1 11H II [11 Mk , ,-... ... _.rArr.•••I • .Y , ____ • • , e . i1. 111111 tH11111111ilill. 11 ---T- —,-.-77717 n n ,I..i, -i:-Mli l'il 1 'II 1 i I I I —I .;.) H .1 1 1 11 1 11 1 11 ------ [. it r• i! .`g C c i , ... . ' .S.. ., , ' . 1 ..‘,1 1 I J,' I 1 i, ii 1,1 1 I 1 Ii I I JJ__1..1/ 1 1 I .. . . . i T 61,)• ILI - ii- 1- 11 ! 11t. 1111 ! 11 , l 1i - (t, (-..4, ) 4 (1) 1 44, 6 (.1) ai) k.-} (0 (..%) (...0 Q9 0 %.*"..) L..") (1).• '.7.., d...) (.-.) .1 .- . .. •T 111 -: a •: 0 . 2 I •11 ti PARKING GARAGEBLISS I NTITRAY,INC. MO..a GILL.•.3.1.011116 CON.L111110.01 . •i I 0 -6-•-1, LINCOLN LANE • WEST -----!----e•- i N :11 CITY OF MIAMI BEACH:FLORIDA . UMW•1.•40•••1.11•Of 6 NAY K. CONTRACT N..PA-41, .:tc. .. ,••••••••.,..,.....,..•••••••• ,........,•• ,e,..2......... • L ,, ........ •..i..,........ - , 1 tr....q.-- ....-- ........ ..... –.....– ...—_ ..... .._ _____—_——_--_ — --- 4 -_, - i ITM ,' 1 1- 11 1 1 1 • 7 . ® . • W 1.1.1. 0 s 1 - 111 I I i i 1 L rksnrl r. rxn1 n . › V - • 1 ri i .. ,„ . _ . „ . on 1 Igr, 4 .._ -towN I , 11111 1- JI1111111 i ____ , .. . , . --A-----0) r, : B MB 111. liEIBEIBBB1 rHH -\ 1 1 ) i\\ RAMP DOWN ;1 i lc, UP -- -4 Z ' 4 1 I 1 IIr! [ ——1 ( M i _ L11_1111_ 1111 119' .i lAtILLIJ _-- .11 GOO Oo ao • . 0 ,013mo a (r. U0 g gFI -1-1T1 FIT! li rit I I (, 1 TT I I 111 ! iv ----- • n P 14- c _„ RAMP POWm 1 RAI r UP P s?±1 1 11 1 1 1 I , 1 jj In 1 Liz I •?. •I - --I R 1.1F3 V i I! B a e el p ), B888138E1 •'1 s • • -ti i ! 1111 TT [ “ ! -I I 1 1 1 1 I I '•, % p ;111111 %1 ; 0 ;1 A , RAHP OP RAMP D.P.AFI P A ' -4, IC HO ' 1 - 3111 [ I 1 Li 11I111111111 L i r--71 ; 'm'6141 '' I ' 1 1 1 1 i I 1 1 I I Fl 171 A Lr 6 1Y .. ; , I ,s 1 t717' 'i ±i I L___1il I 1_1 IIILI ' .;!J., a-,I_ h • . ---- ':-) .a...• 1/ 1 1 6 1 6 6 6 6 I. 6 6 6 6 6 6 6 6 6 6 6 6 4 0 • .1 1. :z. I , Ell PARKING GARAGE BLISS i NYIHIAT INC CONSULT IMO./401 01011•11.li1 ORM•Assocmto • i 1,---4- LINCOLN LANE • WEST -"—"----"—-- — I '1 101 •01/ CITY OF MIAMI BEACH FLORIDA ...‘ •••••;t:......... , I - a ta,,................—— - — ----T.L_....1.-_1-1.—_-.....-,..1__!....— ,_•-___.‘.._2, ', '-_— , , __ __, Y OD pi -rri 1 1 1 I 1 Thl-Fi'7: 1 1 .1.. )- 1------, , , ill 1 , ; , ,. _f i A i' _ I I '''. T Ll 1 I i ►. I I_l.' 1 .1 I. I _I =-Y 1__� III II I 1 I [4t— Y i IJJT1 � l; _____ . _ RAMP CCWN _ I i — II 1 l I 11-1 L i — I TT1l t I 1 1 1 1 1 ;� 7, -- _ _ , RAMP[AM 1 A ) — — j 1 I I 1 Ili li 1: :, :, .. _ L --_ • Ill ! I 1 1 I X= 1 (- -1--1—T- I I — _ RAMP[wN [5 --)1 ._._.– ._—_ _e 1' d ' I : jw �1_I I I - 1r�r I11 _��I Y I�r' n c e :� a `iT-> �I a a a a _Z I -----11 I I I 1111 I IIT' ' Y 1= _ -__1 k o N , K . _ 1I1 ! IiIHliiIIJ s 1.r II. 1111111II Hill 'illi ‘k\-:k 4 4 I 1 \ �i� '- `L I L LL I I. I,�L.i iiL..1a1 I 1. 1 �, 4 _ . - 1161bb11ob410444.444 . b 6 •u :� =I PARKING GARAGE SLID a POMMY.INC. Nc.NnN N.aul..•ASS:lsn. gI i_'__ LINCOLN LANE • WEST ,a..N.,......�.N,....M.11�.., _ �I CITY OF MIAMI REACH,FLORIDA .Y1 cOM.mnNa$$$$$CM MC. men.""0M'N.n.a•ASSOC SC .1 I. 1 ! CONTRACT No.►A..i .....w......1..........u..... .e. . .. • ` ---.ter, ' - .- .a-1.-t.17-:-..._,Y_..,. ._._._._.,..,._,,....._.. .. .;._._.__.-. j SWa. 9! ii t+ A r~ -F silTtk, ` ';' '' tttt tea i«t. ?,7e; ' li r d IMNI R' + iEE ' ' �- r - i )42- ',te741 XX,� �pp,},r� � i - , - ..e... Ii Y II ` m u i p., z:0 _ !T OT mn } elf F iC. C,se attA,` .F Y f_14-1— rj1 F.P €D `k•Fy to im ,;,yY� t•. v..' -/i m S 6�� r -t�� 71 .rM• y \ _ , i • A.1 lit ,V4 3 t+a.bra, .f, A ' i & t II c. t.: I I I m `j' yr. ''. ` ( i f i V11,2.1 i 3 i PARKING GARAGE .Ll:i i N'/I TRAY,INC I.O.W.r.oil...••..4bAr..' ,, P ui : LINCOLN LANEWEST '•' '• ••• •'••'•'•°•"°"•• •16‘Al CITY OF MIAMI BEACH•FLORIDA .*.„0“.„ 4 Na. ec. PI Y` • CONTRACT N. PA-IS ........e....,..�.•..........,• .'•• •,.., • S n�ii 1141 i -�i(Z�S -� j- ;r MiIxI-U CU — :Y a� ,'1r"Yr� iMr 11'. a 1 s r�I : 11: ppl " r ,) 1")-() •.„ , ,__... .__ 1 • ri .7n.__. - .• -7, , . ri c 1-,f 'i, —_-ri le. o ii 4 r u ❑ u V n u u a �. :.1 l 0 u n 4� l {� • 1TTSI ( (iII1 . II— ! _ I • : t KNnP Y• .•� PY' x v = F' 1• .•LL! l. I I I i — — • f F.r M: l s, s. H H H H A 7 .t,-I Z • H H B FF B El H r ii H i.l J I - 4 �,),, Tr111TIIIII •• [ 4 A Rn — 11.1.1_ 1.- ( s:h.—+� J , . ��)G ° u r n o o u a L' '' a is .i n u ❑:. �,[•d. f .L.----; ii ,1a I w•: - -.. ----7-1 li \_1_ 1 E - H B • . .'4I\11%IH H H iii HSS a\ I H H H H H 1��-{I '.17 "'F T111 1 1 171 , U, ! ,1111 1_11 I \ €, ife €1 P �i F ^ c. ;it I I °fa F YI . 0 t , , . ,�-1 I I 1 ' , + � 7 ire 11I � ' pt01_,- S :�J 6- ' ri 1 �I 1 1Tui - - .: �, - , , , , ¢+` ® :€ : ^F •_ ...__ r�I � ' FS' t 2,4 �,.�--�_ •_ .a. F r_T__ lJ__IT.........LI i - .�F'�ir`' . • • 4 , I f.. -. n rxI e;i. y!y� ir." • _ Y a ri u. 1 My :a 11 PARKING GARAGE Susi.NruIIAT.INC. 1.1011011 r exu..ASSOC..." 2 . — LINCOLN LANE • WEST "-------- CITY.OF MIAMI BEACH, FLORIDA" o. arm wis. .Asscwc \.y e i CONTRACT N..IIA-61 a .^...:•. ... •:..w.'.• .• �_ 6 i --< .0 i Ft -a-•iltr-s.-ti1-j-O-!_.0- _b f-u- � fu' 4 f a f •r 1 r ./ 4 f ! f FF c 1.. �,„, O +*d n o .a • n a u u a a o. o o a F. ( I — e I t ': 1-1 RV.P YP__ __I _.__ a f •� r ;:i I ®� 11LIIIIIII Ffy v II 0.1 B H 8 H B 0E) 0 �8 e a s e a ?(0O 1111111111 e .7_7 • 1 _ __�—�_ _JY1P JC_..-1 6 `pR 0 1, -: iri # m F° ;____44 � i n a u o a o u � L.r, F• —e 16< ,------0c 11 rI I I IaI I a ` i n - 1 6 JL n i T II 1 :..' P ;F.�1� B B A B B B oo yB B11 B 8 B B I LI) I I I IF — 91 F � p'•r ..-� r> TTI 1 1 1 1 1 1 <<% a,�P.o ----- 1= - ►sEE - 041 1 . ,Q€ 1 1 1 1 1 1 1 I . 1 I I I I I I I I I : cf . .: n a 0 a o o u u 1 1 NEN01 • '� 1:1F F S G zc „ca 4 c c ,.• - -•t? I . II. a. i y F b7 Fi F F F. I; •'i D C7 V UT I II : 1C') 4 ® 6 4 I£0 I T4 i i Fz ; [n ^ •x1=1 PARKING GARAGE SUSS•NYITRAY,INC. N0111•6 r.Gnlp•ApGCIAt„ 1 LINCOLN LANE • WEST ••,•r.•..,.r..�..,...r•.r.o.,.. :r: .N:q ti CITY OF MIAMI BEACH, FLORIDAa1• r ..w•IMAM•r6AIRMS AMC.NC t A . = f CONTRACT Ne.PIS ..r..• .e.r•.....r.•....r..;.•... .u.r.r.o..o. ..... IP . _111,,i) __ __2,_________. ...... _______ . e, il7", . • 6., - - - -- r -111‘.. -- '7 ' -7 - ' 7 7- -7 -r11 --.- IL% -) . t., 0 • f LA'% 11." 11 I. n. -r PT - ° L . • I t i R t i 1 , 4 4 a F3 4 a c I. I ' r) i , i lilliiiMUM11111111.1.1/ c . Pi( in , __ • . , f,'• , _ . • irliir ttkill".."""'""" 11'," ,,,S3 Mr,WQ7 A'N -1 4___, .,_ 0---a -- , Ell SH i 1 I I li I II1 I I 1 1 I I I F I 1 --1' 8 _, F i 8 13 B El s B 8 c... re 98880 e !te " Ei _-1 , i — t I(I „II.,,,,,,,'" RAMP UP ' - x' ' 1 , 1111111111 ct?''! 11 \tillil ,g c t; 0 ,, f',w,IBou onooOrI. CII ° annul:3 ;0 .i II -0 III I lill r , 1 VI 4 I II — , e s 'I . A 4 - II- ' . — _ , I • n ,- f, RA'Xitr® f, F - . _ I r, i 6• 813888002,4 ' - •-'() i (3% - 1 - _ 1 a • , ,. .. 0 4 I__fl,.________ - to /..., 1 1 40 ti IF1, I 11 1 1 1 1 1I 1 1 I 1 I I I 1 I 1 1 H „ ' .I 11c, I u u • '.. FI. I t - I ', 1 ,( : II I' ll 1 I - I i • — ; , • - a _1_1 • .1 • Pi , cl c III i 61 t to° ' I : — -Hi---f H I ' I t . 1 ge :§I.I PARKING GARAGE BLISS&NIIIRAT INC CONSULTING INGINSESS NOATILAN IA GILLS.I.ASSOCIATES ,A .in • 31 I • i LINCOLN LANE • WEST --- ----- ---...... "••••• CITY OF MIAMI BEACH,FLORIDA VIM/CONSULTING 6111VICit INC MAIM.SIM.•WON I MIK.we. ........................... : • II • CONTRACT N• PA &S1•4•Iti•COY........•.........•• ... • ••• - -::.• - '/1 I' " 14 _1111 t" ! I. !. I'• - • !-'4N c, 5,, \, _ . , ____--•--... -•—•—•.- --. ""-----i-----'-• 0- • 4 _ - n ® - • I ' i IN . i 'P--•.'' ' F -Ike • \____ I or L- 10 '0 t 1 i. . • • ,. • '' E '1 I 1 I 1 ll'1111 11 1 1"1 1 1 11 , :•• •:. • ,. .• , 5 _ 2 :.• 5• 1 • --I ME , .r . 0 . c r -IA i •-i----11 RAMP UP-TO CAW :...... P •4 , • , i 2 ____I-:.o •f 'I= . i , clt ; I . a 1111 c ll rl 4 - • (r .,.- • 0 :1 - ftiate 8 8 8 8 Be BLI 8 ea 0 eft 0 —6 –'•-• • In i ' 1 1 0,5c t --.• -,•- c. ; --... IIIIII , ME RAMP DOWN TO ouo PL. KAMP LIFTO POOP t Z - I • 2 a , -•• --1: I I 14 l: , I W 1 I 1 1 I i c C•- I. x r c •5 F • 13 •5 ROi/ u o . o a o a u ,. n a a a a --- . . . r , ; • i e pi r•; KAMP DOurt4 TO.3to FL. )'• <. IAMP UP TO COOP i 1 ▪ - l' • 1,. ___•• I 1 C 11 Id . ! III 11: C3 C —F c IIIII C c 4, . 8 . :) OH8881:18881.1800888110 f' ,'(:),,, iieot, F 04 5`9 1 1. I I Ii ----I Ft i•:-. RAMP UPTO POOP MEMO CAMP DOWN TO O.FL ' E• jC")04) t (AS I 1 • KIN gi •d_ ,--- c . . 111111 III , . — 1.- . . . II11111111 . t "01•G . *4 ' 11111 . ,.. II Nr • 1 1111111M1.141.611.1"6.11611.116..61."11MM"1"1011111111111111111111111111111111111111- 1. 11. . ---! . , ,4 C V t. r • i RD. a I, c. F i : • . . nu. . . • ., .. , . . I .c il 1 , . , , ,.--, a ........___.. ..,.. . i . i I I 1 II I I ! ! ! I I I I •-0 ILI • I 6 6 6 6 6 6 1 6 6 6 6 6 6 4 6 6 6 6 6 ,i), 6 6 .1 _ 7.z. r. I 4! I Im -,g111 PARKING GARAGE III./SS I NYITIIAT.INC. CONSULTING!NW NOINSAN IA GIlL1111•At...." ...........c.......... . I ; ' ' i'l 46. i 1i LINCOLN LANE • WEST ------"^"••-- ; 11 CITY OF MIAMI BEACH, FLORIDA ..„.„,,....,..„,„.c.,..., II6MAN•AM.•YAM.•ASYCYC.MC P - .•'• 11 I CONTRACT No PA 15 "amen*cam.....•••••......•••.•• macis•Nice..••••cle.kt tile" :*••.•••.•* U ... . - . ''e--- .. . . 0 ? 0 o _• '.I. , - • '"kl.- ' [711,.. 1:9 RAMP Co.6.1 , ( • • . P -I' '. .. -tiowci- . ii fi 9 ii q, 1..t 11 LI i -1, S n 1 , RAMP C.A,A4 :1 1. > MI I1M i 0 1 , ID •-:... n ,,, RAMP Pr../4 —)-- r I A •: Y-(7) . I.. • 1 I I • v N .. . . / ___FAmP wt.++ 4 \ .1:11• 1 ,. . 'n I 1,.. ... ,v ,..14 ...- / AL .. ', 1, ... '-' • • ,4 a 9 . 41.13 •• • I I- 1 • 1 I 1 I 1 Iv LI) k_i-) (lz) CI) 1 () 1 ® J) 1 (4) (I), (-1.) (I-) (t9 (._-.) (..) 0 () : rm , •,,- ei .,:' o e '-!!• . g 11 PARKING GARAGE PUSS i NYITRAY,INC. NORMAN IA •AMOCIA1•11 CONSIMIING INGIN11115 • •/ . il ,L !-L___: LINCOLN LANE • WEST -"-^"------- -i -• !II.1 CITY OF MIAMI BEACH,FLORIDA - ' MBIMM•NMI.•NAMMQ•MEW MC ; 'll°II •AMI CO ttttt OM SIMMS.INC CONTRACT No.PA•65 . • P•11111110 COO ttttt•Ie•.....6.41•I. •......{•6•......le•I O.." I • I I - • • .\.. , 'S . . RAMP SECTIONS SCALE.AS SNOW. t.. t.. LIt. t. t t I , tt. Li ILL LItIt. tt.. t. It IIIIIII ..-I--,---...-.4--.. --1--— ' ' .. .._ . . --t-.- maw — ! ,,. ,,,, ' .1.1.....4--.........44...... ‘,.........,,,--•-r-, .. ‘.. . . T— , ,, .:....... .,...,............___1, .....„- 4.,. ...1_____s„.......,.. ‘,... .... „SG ...1. 4.. , ,,,•= 1.•................44.. .....',' ..1, 5 i I I. : .— ..... . "4. ,..., -..1"*...- --,......i,- .„----------- 1 1 • i ' ---44----',."ff., .V....'."...."..."...*:1 '' .,0 „.. -,.....,„.....-momic. ..... .* . i . ---....,.....o.........°".* uo. ,.... .,. tz..f...r......-... .....,.,.. ”. ."1.1 u.. ,...."111,....M........41.'" I ,,,, ,,::....,.....:,.....,44. • .1. I.O. 4.1.4... ...a ../.. ...4..e.r.,:... ... • ..,.. ....'"...r.. .., ... "<...11,.....'.....4.4." '" .w ,,....k.c"....,*.."..."....**. .ta . - ' °.•• ... -.., 'a 424.1 JP.------.. 44 An 1.•01.• /.14,veg.vs.4.. .----—•••••••um ! 141T....., • • • . ".• 4. %I I 4 SECTION .04-Ch. 4.02-Oz. I SECT ION• .C,-Co.eCz-CO' E 1 °T. -----1' .....E.;Iv 1;.,4•;;::2-. _.;3 .2 2i2L...z. • .---- _..I '41 5 I .1 . • ;, 434`.3T3:33,,l,r 411,3 33=3.e:a 33:4 1,3iMega:IOP.33. - ""s4 ° ; 4..14 -• 33.=i 4.• ' I —z 3TI° '. 8333.451,4=8.34.3333,433-.4333..7,:;.;;,:zrre —:---I. Tya.cAL RAme a 1 FLOOR PL AN A! . I. g - ;: •1 4. I i L I I I 4.^..."'"L I. 4. ct , I I t 4. L L I t. t t I t LIVA"' L L L 4. 4. 1 L tr) 0 i .. .,, - -- I L LIJ ck I, , ....• ,,.“ ,'. ...-...:..,......5...Z.. I a. ,..!....C.....,.. , :. .to t••••, < a',•• ts ... .... AmsL...a.m......'" ..........r... ., ...a . "" ".....'"."—c., •IV.. ,,,,,noto am........ ................. . .8 .••• ---•,...4ommo-olt,..,-...........A."*. cc • • , • "...N....•.°•••La o I•....,,"..•...!!.°,•'......•.••'. „,, . . u.ts .,..................‘'.. ".* I'AC ..so um As- •tono..•-•--- ..,. .,........... .. i ,,... -,.......,.....,..............„"" < SU tj.. . ..° " . . . ue •T., ,..... - ...."::"..:•••••....... "-.- .% ...- - to ....-4r....... ,.......r.....4.:,r... ......". . 0 Z 4° .° „,.,,, .s.. ....••••••••••°.,,,, ,,,,•••••=.-------- -rt4 . ... ,moss,,,..,• .'.. ,......i. ,,,..... ..........................,,,,,,,, ,.,. .49 „.. .‘,........ . ........,,,c.........., 1,.. •••• ' .,.to ,.... •••to u... L.,... : ..:::•,••,......... ,..••••••••AW ..to'i•.A-....,-.!.... .....,, ,,, &:.............n.,,zro.. -. z 5 ..... ... .3'.. ...........,........... „,, —....4... •:..,,,,.......,,,,,'"-r"' '." ....o ....,.....,., • . ,.. .......m..umm.-.-.---'-- ... ...I i g ... –..,D.:: , '-'"-=—.. . ,.---.. •-- ----..--„---'-----* , .--....-7,!--....1......Z...........„......... 4..,,, I,...• •----r.--•,„......•,, ,. ..,-, , ...,, —4..4 ...•••" Ce 0..,° — ----,874.74.......„..., . 10 < t...) ..1 •. ,.....,,,„Ado,uo.--A ' ' ' ' • "-A-4....r.i.11. 0. Z ''. ,... • .ejr..... • . ;TO:" • r4 04 Al 41 O. s......,.44 I ...n.ea...„. as••• + 4 I-- ...,..- 4. a.' I. i .- moo AO . . ...... ..... '` .or scow. • SECTION.'As-ilo•t•AS-Az' . _ ., _ _ . -- ...ewe ots. 1 SC.L.F 4,':ol.:.-1: SEC T ION..13,-8.'A"Ba-Etz. ., ---- E6 A. sun.' trili,4..*:il. --.----•------------ 42;E• ..„. - ', • • ... .- f- 2,1 'Ammo. oottoc "otolti=i rolAroralf:,; "."."..'""".' •.m um, .....,o,..... <a., ,,„.... ,;-•,,.., ...„, ( • •••.•.°"• -,s4,11. TI .. , • . • • 7:4'.:f.1-' _ V Sys = /� vy 'e ; / ,....e ,e. ....... W IVB y _ I I r -- ..alL :..., r t i � fir a!ti ER IGHr I �-c. N w �..+s s�.. e ®' AVL _� Alb I SSA ITCH GEAR R'CJL1LYee>_.. dr'7w'' -t 1 _—. °_.s,..,{^'. �I I RO [ IF— t_ 1 LOADING DOCK i' ;r---'7 -1-7-.1"-- 3., .....e. .e S - �I .,, x_000 ,� _2 e .11 .a 3i :3 L , 0Ti . ; 11 TRAM1iSF^RMER $ SWIT!'!+.GEAR :cO: LAYOUT- LEVEL 1 1_1,...747,4—� \c - — I 1 r.;; o . ...::..e . ....,.<..e,a ., i,.,_,.,.... "177177`".::"?":e.... 1 �� — _ — ' L, a I " T 4 °� RA '3' I (-- 1 � - - Y Z I I i° TT I{ y"� aZ_ � S 1 CNE LINE DIAGRAM V rO SCALE. PGg A9RICATED CASHIER BCC'H _ _ LEGf40' En .V +w.e .....wu e....+..a uw.s...e+..s +1Ys/.; E S l ! r 4/ 11. -144 .J.,a 4n02•t Ada j' 41 4,.il ipati:'fe. i 1 t #ti' • V t , t . -144AT/, 44..S it t 1.., Y Y r r�. r4� y ,-,, '%. �,{} Eti1 ,�', +' yrs i' J {►y. I n "' .>. 't ,,,#-. s x r*1'�"' "r n:.'"4' ,$_1 .1. N''` ,a r � .� 4^ ��. i4'•'' (.1 f� • 7' l Y L 1 VW. 7i!1:1a a Bg•F '�vq, u.'! t /ttl! ; .;'':,"'',114`R-'4,0 . Iii t aAw: 444.+y i s/' 2 v-31?.Ft /FFy 11 Rj�9Cig�R `'i'. k.,r v to 3).t1 �. ,tY�� air'. 4 4 '111-;4' '4 Gi4a Sr. . tom.t. lir 1 i,".t � r .,.,i.F �L� +2 •,, :�, lr crex,��f � rr13 iJ + +..+) 2" �`�1 , i 1.1 .1::1_ i t t � 1�pY .+• 1 r':, • ,r r — - r j '` •4:44. ".,lit,: •}l L*7cYtf��],a 1 t• t ° R •_?lurk: i�.at. tin,• . 1...IL. •••;�a yCc Y W,,p�,B1/3 iti; -41 • !,� '�S � , p*,�""".fC "VI , �. ■, d� ilIi gljy i mr"„ N 111 a 1 4�� 1, 111:, : 141 115 id , 1-EIPP .-T� a ` . 1 Et ..1.22..mitil�ME ... , Evli ..,,,„1„ _ ' 144. 111 144 1 ill +i in11111111111111111110311111!iffi 111111111111111 11 = ... . . i 1111 iiia .r A t `: Y s f,4 1,.11 . w ; �( r 1ttSi '`'fi i7 t ' e�0 SS 4� Y' S r'1, :toe!, Y I • ,-,i.., ..L / t'3 C'.fY we...J _ i 0 yy� ] L ti Mr r ' , fR il': F -- I- •i. a ' `7 i1 i.„;•.,.-.,.:.',,,! .I 1Y %. fl {F 11.4. Rt 1112 t. ,,r�. "�`l . g T, • f 1 g Pini crErn 4i -_-1 1-1 IRM . i of:. - .144 :1111) . Nk,„ ,,,,:i,c.,,t,;, -4.- '7- 1 t 1 , I tl;4‘iiii 4 il:V•11, PiStg:? ' 4-, .:t s,- , v 2 i I 1. ,1 ME 1 i 44t 21 .. i ' . i-.1 1.i.} I rim: 1 1 P $`, '.1 4- - ' f s• A r 1 ,* , ..1 ...- • . .,, ill I cppl[yp� a jet d s a< 3'.-. .': { DIt . i[ �. • Mit qt t y PARKING GARAGE BLISS I NYITIAT,,NC. ro ocol 2,6i yB LINCOLN LANE WEST '••••••""'.'"•'""•‘""°`'• .,:":r.......,.'.o�rA.. ' •s` ; CITY OF MIAMI BEACH FLORIDA Ir.AY•unw•awwf+a AI,oc/¢ •1 1 JB CONTRACT No PA 65 r•u�.ae".e•ru~.•........,.�. "• owes , .' -- MATCHiNS PAINTEDt. 7':' . ... ' s••••' ‘,..^..! , lin VE.2...•'‘...2triet.."• ...••• • iht.i.alflimall F--LEK.AS KM° .,jj a 27-411+, ''. 0 ''' , •sr.2.•,, '''• .6p. log r t I `,..'•4,4.4$ "f...la, k • 4..W. , ...t . . ,,_ L: 71,.....,-4::„. Si TANOARD COoY III , 4.----,_::" i - ,, - • , ,,, i,,' 1.2 4CA.. -M=12;11-,- ,!,E241:i , _, _ __ J 4,'' __, ,,,,,_. -.. 1-:rliff," ::e -----1-.,- 41 • ‘, '' , ••••• '' 41 X ' 11..,..E..tt 1 •.....•... _ .. ::"1„,,—; -.•.-..?ii.-.0.,:.-", ,' •L,r4r'kier.0"‘”*I'' ' W iPlr." '41'-''''''"'"‘ 1/4 . •i., - ....4 " •••>-.,,--.1:4 , ' 2 3: '•r-' -0 4 -...f,,--4 ,c.--y.,,'.1.::, `-,""--,- ..,, .. ' . •; ,....,..,'"1":.. 7-"V" 1 r -„,..„....." ,... Vit.:;:'tt.""`' .""'-"'"".*" • ..MLT14..*;r4b;:""8"-i.v.. .....,:lit i'jir,...."',:;..,,;it'',.•Uwit,s.z.:11-.:„,,,,,,L.41;44!,.".•;.11.f.M.:.......• ........ • ..k-' '•r;04. ''..":"F"4 '4= .v.r...:.%.•. / , ...1...z:o.,:-..fi"'"" ,1...V."....,1,., .-• "- ".... ,... ....s.,," 1 ..,• 7 .".. ',ar 1 ti • - .............. At -T.,r:,,-__,,- ,, g • .:.,,, r '- 7 " a••• .- ^4.....- A-V,'.t, _,..-, f.:. i i= .4 ‘1 ,. e4, i f. .-ruicir, .- -• . c)' ,:•I ; '''' V.'r. 71:"'"%;'...‘. .',..;-4."1-,- - -i--;',..zt — .54:.--=r.7.IVA r." " . •-••••."-iiii=1214111 :25 II," ... ., • . _ • '''' '— ••;1 .I ''' ".• { " r.;.1 : Urat7:;! .14„-4-*•.:Liv.,-,4z4.„ • „0,,..-. ''‘ •=,_.. • 1 3 g ' :irt^ -- ,' '• "Vali d' . . :-2. '• 4.,:.66r...14ZigiNSIC • ; i gi.f.:;*;i:4",:ii;;P: irl'':; - - o4' ''''''''''." '"14-Artatr.:*-Wigir'IS,::;•,**1 -1-1,21A2K.:4 .,„1-4 MBA'.... 111%.11•101114.0110 -4:...".e.0-441411t,a•Ae.4..•K'V'341 .....••••- PARKING GARAGE SIGN DETAILS 1...‘.14_wutioi.c..-;...1.-,,,,,,,... 4...:....4V.:F.,2. .A.7.:-.‘• • V>0 ".3. ... . .:,...-arcor-1..6.•,......v,-...4.,•'....4:1 4.04.4.-/•••• -. .10 SC.LE ,•• ....r.7....lie.646.0.6.V.•,::,•!...00.;.*.t.k....:.7.4-etc,....„:06.6314„..„....0.p.. , 466 . T- Ailtirv.i.re.E 0662.41.46...6T.....e.t.r6.. ..0-12,.....r.•,. 0......•"ev, IS • • • , i tki a::!:.6441;1„2411fif:::::-1 iri;("4;6.V.16111':64:ilt... .6.1.6.6.64746 ......1.1•066 MN.,4...... 0.4 ....1,4,141...Pi ...4.--'.1V-2,..: IIIPA910.0411.13404.tert•tonuraadreo,..eavjzeomaR tj Z 4• •=zrze,,,. ....a.s...A.:/.....!.ar..1.K.Z....:%Mr..0.4.4......../1.--AV 4 r,2 I .6- W=2,...,,e,6*)=.61.....n-.7.iii•Ett.6....,... ......V..•616.6•••,.....•11r...tert.-.41166. .... . 6.. 606606110.6,1•••••1%.,116,.., .....66 a.•-r...,44.1.1t--,*-. +m,,lar %.1•••• . o 17:74i.;.71i Z:".....Lce.0 '". '4,•,1^'-§ ..154.117.t.,l''%etc.C. --t.• - z .11 - '., •1 .6........16...64 .4.6...int-44....•'..2fr' '• 11.1 • ../1 0 V I_STEM MOUNT I I BACK MOUNT 0..Z.Ur712=.1.,... •.,... •- ..*? .4Z.1., ^ -- .••-•'47:414.11r. I") --... — "-Ano.r if cr.— , :- r„rf=g.'"-/,'%, ge". -f•3 ir74.4.t.-.'i''''.4'".. 1 — -I CI Iri•-ik',:a.ty,7,liel,,,,!...;?.: . --/ POST_M‘OUNT I 1—SIDE MOUNT 0 1Z41":*4:1-1°72r.e."42- 41404.AI WI OM KIM P.BM , E•9 ••3 .. r•le.."'..r4P."_6k..1;242P-q3'14M594 ...-- ' '•' ‘... '.7....r.-. . ' •.6 • I / J PARKING GARAGE LINCOLN LANE • WEST CITY OF MIAMI BEACH , FLORIDA CONTRACT NO. PA.• 65 PERMIT # 8020 2/75! 0 3 ;E _ • , • 111.() . • . ..._......�r �-�,.. �J�.I ' .! - ..,.. ..-«.�.�„ • onI•Sloallrr0avwyvsvv0 D ;I.- inisn..w:w��....r. .r!, r..r o 1 w r---i MitIVIIIIIMI .r-,----.--- ,,.., WOO 9N07W•0871 au war 00+91920 9YM 17i71vee mmkg ....«....-,...r.(---, cin 101315 1QKJ71 ._.n.....—'u w..^-7 _ `.-.•-11.w..«...I I ...,....�..,---w.)K M - _ .........w T�I I L �1.. ,....r..wW-...NY.r r.t ] I O'n e w 11'Id ^.,yl�� I. wag:., 1... YJw ... . ..,.✓-..I(-U.2 I M 4; ..F n '�N I . .MMIE-1 N..11 w.11...-I«TI IIJ ...in MWt--–u w.1 •I , _—N-I'^'I® ...–u.•1 W.. ...”-•I= Z�'rT`1� w..:«,rt,-w..0.[r1 I ..w..f.w...0..c n...I SS w..0 M.....-,« I�1 '&'.i,q.d - I W*.--,...u..z�'1 I ....»I x-c r-..- ...,.�.wr..uY6m 1.-I(- 1 an , «✓,-w..I M r1 I ..m..�...«M.-i«...Ir1 1® f I ivk,:,nk16 I r1vknl7`;.0. • 1 1 y '- I v�;kl��^� I f nI I E l QPNIfTfrelG ro XiGNI ' :ItsiFiriMillifill.M.IIIIIIIIIIIIWIIIIIIIIIIIIIIMIWA_.,.. - —_---._ ' ; 115MWEEI ON '' G`avR— .- o dew z0 1� o� . .l - • 1. ... - . ' . . . . . - . ' . . . .. .. . . . :.t.,,. 107Y uF MIJ: M10 L=JELE-1-r _71.. • ,.. wpafiLL-IngE ___;_pAgKomp _ .......... .... . MORC1 E3EZEM --------- FIL,C1g0DG\ ...:_,,.....z.7,-,..„,-_...„-.. • • . ,__. ..............- . 0 • INDEX 011 DRAWING& I . ;zi,..1....1 .-4 I AKCHIreTuKA... J 1 4TR.J•:TuR•k,... I liC4TRiAt.- -- ; =.-...•-......'...,.,...1 =11.-.^.1 -...,..g-,'''....•— II .,n...r.--,....,,,.., —1-'7". :i....--• ......- r---1-.•-.....Q.,,., 1::=.44.0,-n•tn.Z.4 lloor rk. r--,...._ ...,_ .=....•...,,.Flew"we =I Irlals . • ' =I ,..... 1=1•••••••• I"II,w 5..:,..au:..,.. =11^.........•••,-... I Mt CHAN!CAL. 7.7 sr A.e..,-4...:.,..t..t.esta r PL•44131N6 I11.N..s..-a...,o...., ... =2.P..•w.-II.....t n7%'a,',...1..-4..4.••••• =3..,,...,....-A.m...., =.....-at•••••....as. 77'at ,Le..-....tomer:.',.........,..1.1 =1 3,11.r‘rd.ea...mat.o....o.....4,,,•1 7-1 4,I,It...r‘...- *.fl .f 9 44-6•r-.1 L..6.5 z i L11 2 • =.-'A 9-----..- =I,t.,....Ao.-”dr,......r —1 } LJ "Irv.a...s•*h. 1,tay..1I,:law err..o,e., .....,„.... =I•. .l-...L.....flaw al. J 'No PROZreCT HAS CssbsvED LrCER He/4.41WA&LOW CADE ' =3 ......,:-........,,rt...s... 1:=.........:•.......159—..... J . AMAMI MIIIIIMININ PIM OTNUCTIJNAL IINII . 1=1.....A..., •............,....,... ..—......................................,.........., e•--7 GAMILICH•ARCHITECTS•INO . I-..,5.,.....ru. -- — ..•I.•__ _1111.1111.1P,MINI:MAMCAL Mk ...............e.s............... • ....rm..,......n....”.....1......, ..a....mrs‘an a.,....mILli..lba.....r.‘11.••••. h...wor,..t....•••.............n••••...• • • ()11 all • • , 9 _J • . SOUTH 111.110•110110 - • 1 7 All a , Ell� MDI 4lYAlq. *.i"-_a.a O •• • I -LJ i . • .• Llil' .. .i i • I. UOMII _ l. ,�. BUILDWO I.NEW WORK 111 11. .aur Oa no•aur MAILS .i.orrae.w uun":,7.:7:7:..rr ''''Ir''''''i I 1-. NEW OFFICE �I � .� EXTERIOR ELEVATIONS ~� .' ___ •• .. _ Bbar'.r"' i I - 0 3 $ $ I , 1 . am 1 i 1 'z 1- 1 t $11 i il I I • g i 1 1 t ini- L I .. ' I I , I 1 -• : 1L I, .1 I , I. .. • ..1 i 4 i L •' — $ _ ‘$---;-----1 . _ —1--— .1::.'' - — I; • , • •• . 1 , ..'.. i ' i i • • I . • ! .• - _ ! :$ --- -- : 01 i ' 0 • / - -—-- , I • I i •/, . I 1 • . * I _-:-- --- -- • ... li: I-, ' c: t . d 1 i II • 1 11.4 • •k".---- • - a_ . •Is I' 4. i —14, lit .! . 4 ir . . . t.r I *Ici . II 8 P 0 U • S le .'' 1 • , x z 11 .," mem.ansommosoc, )1: I "I ' —1 _ microns pARKINGI geu(.... D . ,.. ,,„ 1 i 1 A Jumermsrge ‘'-'-', ../ • 1111111111k IIIMir!_11iiiir , npcttT r'^,' _= 1=._ • --c='- -rsr— c b 7 e T. eS.a 1 T- 3 i i!j — •-•s-1-11 :-, —T -! i; i — 2 .f. -v. _ __ :s-•sv. ti�p.�,Ir I ! 9. .-., l 1 i FA_sm.miTt=:sI 1 JIQf�I 3�31 ..,-. .T (; i . • : � :II ....7.4'-'-_---, I —(; ai ---"'. .,,_,._7-1",:. ..-Ce g sown.navennw : yam Q i I WL111aYt 0-_—1—,C�_ _ : - Y-_i'11' V ! , v mmt 1111 ani- �I 1VT • 0----e ,III, :_L• -- Manx auvnaw ®—••— F"'1 =--- 1j e le • 1.t FLOOR PLAN II - BUILDING 1-NEW WORK 1]11 III I — J W Mr TOUT wrau pcum .E.Me Launaw MP !;s EA.CLevaTiW I� y5_ � L IP7' � oil; NEW OFFICE I=■I • miff 6,.‘:101A EXTERIOR ELEVATIONS - - n ..M "- � " ••— L—F..! - ..., , area aaaaaaa�a� i II , ! A JI h I-f • I„ IF j111 I {IIl a +/111t :/',, 1 I:II 1 1 :INSL .1 l ii 1 2 $!L 1 zi Fi • il II 4 _ l M ip � i \ _ , 1 3;®-diii: ol.. 1... Mlii • f i — ,IVI ��� 11I -�. -:- , Q I�� �I : ! ! 1 1( Y nni�, ! � ��- '` 1l1 F 1 — • i 1`• liil i' n 1 lir �, G L?1i ', I. n. ;iI 1 ,.1 I - - N._ ;1!Q. __161_i,i iii 1l{ Y p 4 =,1I iI y E 1 1L 2 1 1 1 irir r. , III 1 W"."......1:,.."."".4 CITY i7 I94R�@ 421 t 5 :,�. vVSITopO PARKING C�`IG�MHnc'.H•�RGHITEGTS•ING ia,.w -.- v • • • I ; Sr ) • 1 1 • .i 1 , 111••mina "?pa l�u±o maw .... . -- ' _ __J..LMOONIM 3OIAd3iWON1i11 X3 iIMV9 I ' I I. I` NOt173iOdd 0001J!.1 ; ' I I . Meuw1� 1 1r1010811 I 1 II 1 MPIIINWN '1 1 ; ;i : : '1 • J .W:,., ,,; ,,VI ;' i_I 1 NYId MOOld I31i0 M3N ? i i. _• a r+=..., jj �_• ..„...„„.....,..#__,,x,p } t7 I • " _r dOIS , , . .•, ... , , D • . :S31ON meiNie I . V • y 7 dDINIMHd 9liO11OU �� I .< .— w+rn n•w . oil I,: ll e '_ . o __-_. .__ .--- -_— V) I • ;'a ;.'s — I • I s • ^ __ 1' •? to .. 1 . • ' E *!e4""4 - 331.1.O M3N MOGNIM 301A113S NOI101X3 .L3NIBV3 331A40 ""^ 9 . e IS ..w a _ a, I_ • 1 _ w ww # . "F1 11 k' 11111101111 2€ ,,,,:.«". Nr'Id llOOld 3303W ,>+ ..........® II gi .. w._»▪ w� ij v T �e 1116. —9.415 Iypl _.'moi '�'i _ i✓,' i'.'T �'tl -� mon.ovaS 0 t ,,LI ' w .�.T.u...«.«w.•....«w..«,.. .. =... z IC 3"770- 71TQ L' tl. ! .1"11 g•s„� .._ ... a ‘▪ ..... ..71"".:11.. w, «...:w f -• i :P 1 .ill «.�._ .. . Ili .._.____._ ..w.. ........w. - lir() . I :j6 10 MIMI igr., vivaim.su.,w ga e 1 �� 'It 7 _ _ .. '?ri ....1 w ww .:LSC' -' `210=2EVA/ 44,0 1 OE 5 VIII ' I . :1....—::::::::::-.1=7::°:...,---.----:. WSW WOW ,:�........,....®. 1,IQo ■■ gyp, /� ...y..N..`.`..r..w� -.,..5.01.02011 r __ IA� Imo... ' /J �_•^`®'Z�{ 42 : Ku' 9 ar 11 . bor .-.t " 0. S 33"QQ . a7G0.T j ' • 'I .. . .1. . . fi I ' i ° u ... a.. j If Ili F - • c • . . • „R —• - • 1 Ii – �.., .' I !• 41•••• 11-• iY �- • J. I -:'-7.:.....-. -.1..7i.,7;,.. ;.. ; .1 . „ . ., . . ! MI 1 1.1 1 ''''. ' - -x ----'--- -i--- ..--- .• .:.7 - -: ,”,•:- . ' __ .....„ 0 IC 0 + k VI t 12 .. RE3d4.11 AME :I e1 5 ? S. " 1 - .3 ' �v 2nd.FLOOR PLAN I SIM 0I -- '• w.•. `I;-r't;'UILDING I•EXISTING FLOOR 911-1101/1 A-3, I I I i FT- Yom: :1�. i^.. --T- 0 II, ;i O Q vQ D ��3 J 1 o ® i i �_- i I i ® _— sem+--\ _ ; � , �; - TAT' V I ""�-�Itio I =4,1 � anq I . 4 AJ v -. �,,�; m ." 1*."----' _. FM, -seer * _ . ��, •� t' -: T'L. LL�■■. - I _— TL± I C1i — ` fill ° 11 �I�fIIIfT;' ___74„,o_.=.2_,,.I � a-- �. �. f I_— i ,.. L Iii I I I ' I 'gira---Taax+r --1 I: , t� TG y- viii li, 'b 1 1 ,61 �'1 o a b 1111 b b b II b b oo ' i 111i ei 4, • yNr - .. . ,,‘,,,iii .b •=-- '.w -- .o...rn.. ,S- Gly f' I. Sara 3..P..� 2nd.FLOOR PLAN IaMenl PEPIMATIVE ILDING 1 ........m.••�,.r.....—.� . wow.•.mo..........�.—raor�.c. . ••••el .... .,a,.. N1----EXISTING FLOOR I^w+�+ A-3 (11.3 , . r I() , , ,/'It`t; 411420146 O#ac s•i eisn wow_ P1lF-1a il00SY'w>: i I ,414'r.; µ;,,=� T �rr••�aor i� i ''.'•• I -. '1 1 i ,'.... l'''',:::.,\ . _ „ , ' IM111111111.11 inn a i S _Ai Ili II/1 F n I: � av i ��■ 4,1,21 i1f i aroma _ z =—I 1_.2 I -- _1_ — t " �, —I l c� r'fv' �( Mi._,y_ = ii), L, _ _ _ — — r — , I — iulluiiiui M , -:Li_ -- . 4Ci1' /_ ,.moi ' : I 1L_s_u 1 .sal a@ 110I r.ao,» I 1 I 1—' ——1— I `- _- j i•S.P.lC- _;_.- v�� rS.it v��� v���r v�n.. I v�"Tr v�wrr-T. i ® ! - 1_,_r_=� _ 'fir _. 1J- _:�i , :psi__" _ � - - t f , _r-L= 'r•-axes.J �`ri -tri: '_a= it"$ r`c t:? --c.. -:`rs 14..1.7"= ra--e. *IF() . ...Jo-. - NYId 'P+C .'.....: . ,-1-�� • Lr awa+w. � ' , , l ::-----" itii . , ill , ;i1 s . — ' a r d � I ! 11 ! I r r _. ,� I I IBU. - • s _ . L. Li 411.1, 4 4. L-.1, C 1 f f'ti -I I .1► v i Irl ',P :i t . ' i _. $� _ 1 , ;'. a - 1. _ 1 .� I -- ikh i 1 iL. — ,__k____ .b 13\c;sc.,:.,,,w.,,,,•,„::.:‘,.:c. _,..„ _ ._. ! L. to :— i 1 '1 '0.00 t �r ) + ,. r r i ■ 1� 1 6-1."0, I r l . yi I I_ I t -1 1 i P1] _ _ Ilk, 11 9 11 I hl i iI Pi li ' "i Ia , © o- _ 1.11 oil. dIk dim .:�_. H. tI \x' )-4 _,�_ =�z I :.la? aw hi 1 a f I Q' I11. II . h Al—t — I igP1i08 Mid- '1 y l l' 1' �`0 it k 411_411," 1.'i I, Iq .w "'• cm w 144591 alAa1 �� :. GGM •tROTECTG I. i .i ;j .11,4r......11.0111111111/ r. LAMP- -- - _Ii • }i �f ----_ °.11 I 6 r __ ,,, !slam 4 , i. 017 y „ ttfl ' .1 / - 1 !'il '• i � 1 � - I. O■ 4 1 1 i i,ti ,N _ oi.V .)11 [71 .gl 0.4 1 a i .r .{ Irr 6 i'�� v-. t_ �. _Q g._ Ir , 1.,. 5 `' , ----- v i 1 11 e 1 1,. © -.1 e- �,. IFt I Eiji ro „ 1. 0--.. PI ;l i 0: VA! dilk. 10. tp _ G- EJ ( i, 'till o- A R -1'1'41 Ili d x 9111'l ' �'� 1_ ii „ 43,_. - ill il i :4.414 - } -- Ir illtr I. E 1 a ,�... ® Yid Ail 1 !d I i'I444: Ii ilin g, ; I_ - --W 1 ! y° p ® n� r i"" q �rna�a. CRY CF MAIN .. `� z i �,��,�„� VISITORS PAAK�W�O fb �/) ARCHITECT::•INC v aff• II Or /Ewa -........— IN 1 . . ... •IIMPO 81•11111X19.61•111, )1 1314.11X1d1/d 1111110.1.181A "------ * Z - -, -- -- k ••••=7;romato ••• ' • • •; • s ;• •I,,. ! 1.1• , • r-;§I- • 9 I . i -...... . 134 ; mil••:.-4/...# .4. • • : L. - --i : i :. ''. ..;:... i'l E gici ,*,..: - P;--", . , j...41 1 . • '• f e.P I:I I I I: . :,.' '.; . ''':. -1 I'....:A' 1:: `...• .(P.. F--6 [LI 1 irs.=ph.: t.t;r-r• '.• ; •.... vi., .-, Qi F-1 . . A .1 '''' '''•!,z I-T,% .• 1• ••. l•-•. • ' A 21 _ . • ,,..,.-,e, • 4 .,i, . ! . ..11.1.. ) ......._ I 11. 1 - . . 1,..4 ...i • 0 . ,' , -14.. ..___.- -) k-1../. - •-•.:1a);14. L:il. .:4 _ • • • . .,....... - i-tr-:'::'?" I „..3 : . ,• i-11 • . . I' 10,:viif' '.. P' • 1 :. '.,' • ill ••; '. .•''. I 1......„..,..,...- t',: AI' .. •••• _ . . - __ • t.' •': ' 4- - l'" I , 1 i' -.. Y ,--17.--, _ __ ‘. .-: •4, .: ,-,-L- ---,.' --2 . _-_—_:-:•:7--z- - f ::;•ft_,, :-_,•.-„.:i.L.- .:::::,•-kp i . ._...i , i IA- ., I.1i ,' .1311 ,,, .-- , 1 ... ili , : ,l . k . --- — --- -L.•-. ":-' -- - 0 1 111 0 '.. ' • 7 4-1--i•LI •/ t :-47--'i t ' • t '.ri,-: .•'• • .• ;I l'.'''Td...: II .:..;7'..;.,ati. - : ''• t .:... - - 1 ''•.tir,`. . a: ,, 1. : ,...46. . - • - : ty •I ' ' _. .. . .' . ! 11, ',L.Ill i • — -'-- --'.. - — _.. __ •3 :. 3 -• • :VA .... .. ' - 115 "- •i ' : • , i •, I 7 1.-. _ __ . ,.- ;„ ..... • . •' . ,..., - --. — _ NOP II • 1 .. I ci ' • ‘. ___ • • _____ - , _ . •Eel" 0 !§I -V.01,10-- .F.rx:"- 1,:'.r- -F-21:- FA. :.-',. ; ...1.,:ri I •I 1 1-•., ; II ill 11 i :41TA 2.-..'--.:4 . i'4341 . -j— , 0 ..2....,,, 1 ,.....2-..--...-... „ ,.........._- ...., ." is,r.17.. '''''''........:.i —="---,:......._ .......,1 1 3 i; . ' T T ,® T ___4... T f — ', ...—„—...._ 1 ........_t____,,h_,..,__ .. ,..., 1 — , ;----• I PIM. 1 1 :%...-7....T.- ! I 'I!Mr.." EFT--xII ' -e r •-•.--;.1, • -1::1,..,1;,-•-r•-.. ,... ii—. „ U „ ,," .,- ,.. ; ' ..''r.' '',*-- IS' ir Itr"*.4;.'!". , ____Iter.043 .,,,, ...-.. .1 i..,. r \ .. •-,, • , •,,/,,,:, ; ;•,;; :;; •,,,...-.;;;;;-;.; :::,;:i•;;;;';;:: -. i,i;ii;= .1•-•••••'•• - -- - ' LI- '%"'''It 1.--- '-'041itt.=,;•-•-: '4,-;;'''--•..•.;;:;i4.''''.';';';';;,1.;;I'''"":. --'.•,'Nf-•.-.,-._;.;_,,•"...-.• r .,7'.' . "''.... .1'.:71, Pi ":'.:-.- r'1 I ' ' !' 5 ..4e5113, _. -= —-I— --,411iiiiiiiii, , . . , -..)•.-, • , '' I., 1. s____L.,.........____ ...7....,.4,;„, , ,:, ' -- i -- --, , . ii ?JIM i 1 1 i I 1 I "9 .r.1.•,-- -"' '1-1" i ! ' - _ 1--——1.- . .1-.1-- ;--i'TA 1 i4!!---4,„.— i . 1 1 ..„.. -. .irii , . 1 i I. 1 ! , 1 1 6 b. 4 1 cc, aeri, le 1001 I . 0 0 Iii il Ili 1" ... 11: if I . : TIM '6 ' ' 7 . I : j ! c P"'"!= • ems : - _.,,. -ft_- - -,:'•-:- '\.. : MINIMCIIIM ,,,A IV .. , :74.:÷Z"." •"*... ...F." 4 nd.FLOOR PLAN :144414 :--- /44244cr44 a foriame 14/ ". *OM SI dobl112 WILDING 1-EXISTING FLOOR 41/44 i .I : . 03• ST�� - m �T•.. Y - ati_c_ _ F " _ — �_Y .2,r : 7..s.." c,!liI mo -..... ..1 --=.tea .....m `—=tea —:ca mss= .tea �.a —=o ._® a �� I ' ' � �' i �� WOOMMVPiir 'r 4 II_1a ©@- 1 �-I i_ I Na Jy i' . t, ri� tet ' -a_ / ,,,...„1„:„_,I.,_.4:,--,c,_ - te -/ / �i • 1 ,.:1. :,..:::. ,,,:„.. 1 ........ , , , :„.:...... .4... . _ 1 ::: i Ng / / tY9.. / ii,I' _,.5.6:is.:.,_ ;1.1.......I32___ / I/Iyiii / � r/ / / � A: :_i''1,11 �,// row` IIIIIi I ` II I I I I f ti y% —- �.— .` �._ ` -ms _. — t I -1 = o � IIb b bb bbb d bloboboaeob 3I �. gII il i ill •;ismI A2 2 1 ..! , - „Y.a - .,.+� � _ ;�r,.N' 4 rid.�s.orsR x _M++� s..., ,...,. W.IIE rd 1-£saaT O3?OOIS ()Al ! 1 ,,4'A ���\• :/ ! ® - ,', �. i ® �'i `� \ it I ' iPII► F k il 1 - _ i Ci ._. I X1:01. i ID 11 z illislf)i ' I .1, ,._Er__.I'[mai. ——I j! , A. -,-,‘.s...,\ F ,NEPA 11 0• , A I ,.. 4 4.14.4 4 4'14 ''. . :: ii po H -4 A I'i I' ul''.."."'"'"*'""a"' C"°P."MiliCACIel GAABCCM-ARCFTECTS•WCD i yarrows PARKING v Irk • A —V to • ` -- .,fir.".fie i'SL. ONI S1031IHO J�•HOVBW0E,�1 OMAUr'd sY011�1A ` B 11DV311 PArriM rD LW '...."0"...r 0 I1 ,r_r.I '+s .; i n • '-' 1%, !ISI Ii I► 11 cl') j Y-47'-'.17-11.'.rx1' 'I' 1, I 2. 11111 . 1 I 74- } I .111 ...t....... ; __=._ 11 tt IIIf II i NIP 4 j ' I , � 11 II - -I1 - i : ! i A. J \i14\k`li .\ ii i of i E i ' t t If 1 -- - ---...----- _.- -- --- - _----1---- iiii 1 - -- i •-'-.- '4. Il .t, i - - •- MOM......1'7::: - .-...- ly II 1 • 1 ) _ _,_ = -Wil I 1 1 - • - . [1 ' I 1 • • I I ilig 5 il i ;I 1 li_ . 4.- ql id! 4 i: i't i a ( ) I il ill 0,1 i ril I• 1 :1 Is i 1 t _ ____ ___............ .... .. II - -1 ::. iJ -- --0 ,i......i . , , ...f. (.i 4-1 ) I I Li. I L(1, • .- i I t;i1 p 1$ ' ill, ...I i ,. . .. ,. 11 --.• 8 t ( ) - t •!1 ( ) //I i qi '11 I • .'"I . • . 1 t 3 • 1..;•1 litrat-i) ' ' I I• -• .'ill III I trir I.., -- 1"-.. -- . 1'4 i ` .- :• .' I) ' ' it l'tr iiiii 1 t •• • " i....1• ..)I) 1 I I 1 41 I ' Z.•: ....• i IA ( ) .0 • , '.• ii: , ) ‘ • / / t ).1'I.I.' LI'''.4r2"'"'—...''' ( `v16"441"40" - (3_,GAMBLY.41•LiR,44ITEx,T::IN-.. i V 011.11 14.111.. -A Ili 4111.- I ; <.e I I. ", , i 1 I , I ,— I 1 1 1 WilliN. :i..iNgra ii , _ I _ � � 1I __ I ...., , .R _ ,.... __ ,a2) , I I i I J� !��114 e ' c�y_ �.�^. � 1 I NOI1739-.ZiN1310 llair--1. ,.,.d�3 MI I r dwtlL 9 1Itl13� Q i 107......,....:13117...39:71V133 mr —'. I l li • ... . 4 •°I ., ..........,Ng — '— - -;--,- -,1 x,)i) nor II \ 11 ,......„••4! :1 ' ''. ''..1 I 1 ' I'Ll'W smom s • i.. , ...' W Y '.c..'�G c"' -- �-��i iSr... -P_._.,_Y-I1^133 a:IL 'y>1 32YD _ d ' 1 I. ; !, , '—..fes i m I•T �,. Q) ,l F) .,...s.. l' •'' I' i u I • - —T , I O ter^ :--........V.,-- 1. �.���.. I e � i I - ' 1 iN �N 41N1�i iiI 1JI "11I Ii _, I , rl I. 1 1.tai, 1 I I 1 yl'r :0 9i lif;h t I I - { 1 -d1 B ij 1, .._..' a =1 ?SIS' I 111, g 1!, .I I f I , Z I' t I I• I • >I I II 11 • • 1. _ I ,1 IN 1!1; : 1. t 21 -- 1 1 1 31 83 .7c 1 . I 1 ~ �I C _.— 1 :7 m I 'b: _. Z s t�l I' III I ,: ��il irk • 0 111ig !' . . I s 1w rww �— > rlc. VISITORS PARKING'6 ' V1114=.6116011.011.16...4..1•17.1/ V -v, :.air-_ / DOOR SCHEDULE ' ROOM FINISH SCHEDULE RI-,sr I KM IRE .E7F•.., R(iu. r • `-- - . , I . ....`.0, +n.... _ 1 ,c` '= - _- -' �• `L.LYI:=mss-- I -- r: , :` - li.. 0 1i']i fur ..i..+ r r . - r - .- -- , • ^ J f u H f i _ _ :..2 i q DOOR TYPE$ I TYPICAL ROOM FINISH NOTES ` 111 I1. ° 151 bit H _-=__ .---------.-.---.- m.` • •fit 1 L I r ' L illFINISH MATERIAL ABBREVIATIONS + j ROOM FINISH,DOOR 6 WINDOW SCHEDULE A4 . 0 -p , rilt /f\ V I ===r wwva�.n--- _ .�" -.--- 4.—F—.7..... eer 8 p t§ Q,e ONI•510311HONV•HOV9MV0(1) NA,eNirwr �d 1E6 _— :' • MIN�P AAJa 'a.wwen«w I 1 1.1 1 1 r ; II I 111111I1 1' �! iisl !! I! II II gni IIII i , 1 11 111P !II 11111 VIII II i Ii'!'I' .; 1 110! 1110 !I 111111 IIIII III IIII ! 1..,'`' I !� ! MINIM IIIIIII 1111 1111 1I I 111111 !III!!!I!!!II!!I 1111111111111111111111 I , = i IN !iI!!!IUH 1!IIIIIIIIIIIIIIIIIIIVIII I ' 1 `! I 31111 11 IRIItth ttl II IIII IIAll1I1111111- it hill ill i111 11111011111111IIIIIIIIIIIIIIF vi1i iii' ,. 1 1111 d : I m.!!! , 1 IH NE 'Igi "1, 1, !IA° ''''�i� ,' !l:! I III S0 I: i;I 111111111101111111111 Ir r111 1 III 1CI E ii �ItrI �II11 iOI IIII I!! IIIIIIIIIIII • ' „ Iiiiiihil__ ' fr f lu ICIIIIIIii11 ;n ' 1 r N" j' i • 1 ''' 1 1.. = 1 iil i;ill ili lib I .. $ . . . . . \ . 0 1 f 1 4 3 i i CU + 1 4s.........., • 3 i 1 --;---,----- ,. .diumilut. •-<;lo..- ,1 --m-mixbril ; a 1 a 4z4 i : a gi , a ERIEEPERREREERRii3RE' 7 Mini 21 .1111 ' 1" - ...- MI momminommommemsammosessimmasentsimmassi 1111111111111.111111 ' or: 1111111a1111111111111.&===alliEN $111111munin fili! 'dal 1#—IMMENLIIIMillii=a11111111111111111111 I : ar I i . 1 --------- ,......_. , . , --=7.1.....--r......_. NORTH ELEVATION I tl it , , . h 53 !$ 1.- 1 i Lis 4.8660 — 1 "4...4 4'...... III 1:2 i ! ' I E--- ..,-,..--..- , _... iemesullliell oul.$ ,1 Ill lassoliliB so 1 . I I 1 1 , ,.! I I .IONMWIW•eip=1 MI . 1.I 1 1 ...! 1...... ............I .1. ...... WEST ELEVATION . i I 1 I 1 ' . .4 4 - .. 1 I I I I , NORTH&WEST ELEVATION -A4 1 I .......t......4.0.••‘••••••arium••••.•m.....or worm•••• .......,....n•nmis........+sewn.s or,- -- -2,.... ,......--_,-,—,.....--.0...4.7.011•0•00.0.... • it 1 ai Irk /Mk IWO . • —yl..•m••.ve• 2•••-•••• •I.” °MS.031H01VHOVNVO i0Vd "74... 1•1‘ il T.;11 1' WAN Ar.AJLID ullwillonelsow, I — •- 111111 1 - I )C,-'.. •• i 1 III .--- r - !ali w ---1111 1 ill 1 r , . Mail ___- ... • 6 a lilll_i a _ . I11111li a. . ,.., g.- (5, 1111 1 -..: ----.,=; rimL ilial _1 , 1 - 111 0.: .„ pr, HH H ri 1 . / . or I IN1 ',1 I III I Or- _ I 1I. 111 -___ - i 0 0 - . • • L . _.. _ ...._ _ _ 1 _ -- - __. . 1,!,. . ._ ... ir. . . ..... — -- -.--__ __ ___ t N __ _ __ I i., ii WIMP Il_ i __ _ - -- - . . d I 1 1 _-- r_I I - - • 1 1 1 A a I 11-11 I Vi ................_ i r 8 or1 i SIr y iii I I i J -J i r II ,1 us i m m 1 . u I1111 .Vie.... en"(ur NAN `.�DGAMBLCH•ARcwrEcrs-wc > i i I VISITORS PARKING v • Ark IS OF Oft V • 111••••••••••••••••=•• ilija ;•; (1 • rniiwd9110.1.11111AJIN lD31RYJU0 WJ0BNVJ � �, �. ,, e.wwo..w. 4,10 its .._ a FIu um 3 .41 --j. .--. At41---. 1ii 1 _ i 9 $.iat i tir _4 ii ill ._� I - o -1At --- i ____ . !nil L -7, TAM . 7-__--------- ' . 1 7 , -._ . ._ _. er lit-1I 1 1-N Y -- 3 a \_ _ - \.- -i I I!"- = II IF- I I II ' IL ' . 1 ffil . II I 1 I•I I ��� 1 Z. .— _ .I h .- —° - s 4 1 tt. ---- i 1 ._ � I ' rr , • . Ili. _. I_44. .____ .____ EDI • / IN �ri71 `- - I.:11 3 . Eum1 ,_,.� i I • 3 II Ill,' 1 4 .I ' . - :J '__._L.- 6 ICL. j�' �► � I . h I !g Id1hZ g InsssrssrWIN .i • :. 0 0 o a 0 o �O O • 0 0 1"1"11 Y """"1.4. t;Rr T' MACH :�1)G GN ORCHITECTS•INC ..�.� VIYIOgO MACH L 7. i i ..i.0010.rr.ar.n._.. n...•• J • • v Ark ilnli\ V O • • C MO.__ - _- , -: nd="aw.:1...Or I e: k IONIXIONO 1111.113.1.181A OIN•S10311H02J0•HOV WVO� _ Itayal IMI SO A17-1 *m.ae.eww:.....I+ .1 I,I� n I <5 4k.I..H.:; ! . ,r 1 - 1 I � 1 —I i"� �iniuIIIII, \\ / Ith ,. • '11 v��vy�Ir■111$0 oc - - :i11!r:I1I1 • MA. „„,,, .. ,.., ,,, :iIi ' ._lt ;� � 1t *II'� i, ii, "I \ 111 ( • • 1 �- - .._..._ � © I 1I II JI -' • e o - II Ii I � , e 6,0. :1 ER 1 ,t ,• , -,4 i, ,,,, II 1 lk-16, r,-,. --'•`:,‘,11 C 1 ill t .' 1 c ezwi�.. t I "°. p �; hoc _—�- II II I • t • r i I - I N . --- I I -----#- 1 U i II a, II _ A I I II I �1 • -- 1 - ,p, Jrnairrill I61. Ini =- o , ___ j:iu_� �����_ NPSU [ r • *�7�L� � iI r I 41111, _'_ I - .A. • '' 1 i I it i .(______ _. q , i • 4t . 1_—_-_[;_:4 tl - t •• 3 '� • . •I I I i ._. -•-• _ 0, •__ , -- ,,. ,. . _-__ ..2;§ . AI . __..____. ......... J,...._ __\...6 Il' .--..-... allitil ..........__ . rt 4.4 Y,0.__ 4 R 1. ° 1•I i 1 i 4- .1..wy.. 1% 1, • ex-WWII 5404414y. iI VVGIT°AY PARKING C}DGAMINCH'/RCHITEOTS•INC OM I v II W O\ wee // farm,--Via,wa1�4aelA der A} oNnruvr�oi�A ONI•S10311H02ro•FK7�VPJUD WPM WIN X AIM s�1UN-W,6 I Ih, `� i O t IRU E 'Q ! P71T1L F 1 1 ,_ _I l EiII tet— .—. _. 4 . 4 1f _ ' � `�Q4I - I' ' E a jIiiiiii _ �1I r 1 .,_ �; ITI 1..�, 1 0 --- Nili - i Iiliii1- NEM i r 1 11 1 1 1 11 I1- c _ . w j � ! _ !i - 11 _ 1 = J- I-- I - I-- I I -- II = 1 — _ 1_I ° 1 w S I II III I1 ': ' II I I I I II II I ; 1 I I 1i1 I1 i 11 I I I I 1 I I i I IJ il Il I I II I I I I Il ( i I1 a 1. -----7- 753 ' 5i i,% i. l Ef21- /� "'a/ • •-0 /e r-moi ; z • ; 0, / •a: _ ,...:;1..__, 'i la. `► a ja/ pi • Y/*( 1 f/ /1/ p 1 G—"— `i' r ` ����' AFINIWN7jrit J/!�� r� +fi r/����/�j,ir i s 1 I' m '//k.0 r'11%Pr;0;0,rj 1 9,foto 0 1. e , -411,, ,.;;;; ..pv 4.--,47,0%.7,i. - .7 /2 _.,0-_;::,-/___i:.r�Aidri ;i/%ddi i&Keigit%/f.�%%4: i:4 '"• Oi1Eit till"��i�jiDl_�%%'/,%ti'J /i% �''�� y _ o- /`ilei• i �,� I /\ ,Ia.,�s-=..rr - I r 11 l i •V 0 aR PLOOR KAN 1 . . - - _ --1-== i lilip _ - 1 1 : — ii Pi l. i f r 0 (1:1 ....,111. 4,1 S It-g Its1..; a4 p, 1 . 5. 1 ,, lit 1 ''', 1 _ _ __,___::___ - I , . 1 Ii ------. r i r re,.., .,;111 I 1, , it4 14,, i _ LI I„ i 1, x ,,,,„. Ill x 2,1.:I 1 - 1E11 1.1 4°4 1,t. • _......_ _______ _. .:AE. II s' ir9 1 i i s I 5 • 11 , 1 ' A 3 ..„- <- i 1 :I I I 4i r)rt 1,417!ill : i' 0 ii ' It 1111 - il$itl glit irk!. ifg„ig 1-1 ,01 4P 1 if4,‘: -c ii Ii_i i!I 321,li‘301 xl . ; — 1 il III ig41 4:41 : i 11 Oi 15:11.13 P!ill, 4 . i . 43 i.2..9,1';',• i 'A i 1I is t i ;i4 ::1ii1.1 1 j j1 . ,. - 1- "I , 3 I! I i 1! .0.dtiP.111 i )IE _ r -,r,,: 1.31 - i.li i 1.,..........4.—=...... cyan..1.;.:...r F44131 ,::]DGAP.1136.01-1•Aft01111141 S•111L' ...,.. ............... ....... ..., Oink 11... a lik I p - _4 � ^'tet:. .�• gtai Y � • -- ___ �� -- 41_i s.c G_l /ter... (`31 i it I3 tr VIE 4.. w • , , (, 11 11:11.11 _ -i L� 111•t fi I . 3 . . .. , ., 1,..... 13 3 r ,.., ,.............. 0 3• n.8. i4, il . . , '' '' . Vilfrrrag"F. IN - • 11 I r ir ir- '-ZIre4fAblE :Ill it t I .4•=r.zr.-.. ‘t 2v....... . ....r.A.,.....,1 r 3 1.f.... , t • .... I, - ''r....i.r-. 1)C,71 1-14ZZ:1-1 1 is [ I illig,....•TP:LIC. r-nr--,r--,r--16.--- U1 ••• e we .,e. ad. L /to 1 - ..FFICE Al . • IIIL Jut makr• ...=7...- p e estd tem%.. iik. -••••• i 1 ...•••••• 1 I 1 . .....,. . oda •• I 0 , S•allin"'"'" I i . 1 a a- reatar— 1 : • li) I I i I ..•.. ,... ' Z..=F.= I I I I. I • I ir h. . , . . ... ---.— ••• •• -- I .., . i , . •. , ,.... . , 1 „ , i • / : , , , A . . 7=••••=m—I . 1 11 1 I II I I J ..ukpot44 1•EXDSTA.4 KOC.. . """.. S..1 mgr.......mom........— - ----..ma..a....ma,...am..........mom..'D.• 1 . . ()Ai '"" '"- , ., • I- -- —•— - --- - — 1 ., . 1 II _ 1-- i 1 d A ii il -j-- ——1 ,I ' -1 ---,• ,-- r 1 . . _- A I 0 11 AI ii li 0 T-- I 1 I ......._ s ,• ii • T . • I 1 , •. .,, ....• { 19.:,_-:::-„,..:___,,I. LI Kil\scIt ilv),...,__:::,.,_,..1 ;•_.,1! ,,.• . . ,; I 16 t - I :-....:V . I ' ' .." 1 ! 1.:....!1j.! :.. 1:100 ! I- :: e %:;?: --- •:.:--,_ ._ '1/4 p 4..._....,.:.;ic lt•_J 1__.,_ :.. • ...• •.:".::::::...`, 1 i,I ii \ ,.. • id, - -, ,i,,.[I. -,-...... .... --t • . t,...F. ;_-4.3,,:.__ I ll I I Alt.,„1"1"...,„„_._,...... Ora•..*--Ailfiiid OZAP,A4 (2 GAMBACH•ARCHITECTS•ING r 11, if,11 --...Z.:777 VISITORS PARKINO —. _1,I , . Jar iwomesomoomr.•._"."!°"' ''''''' D •••••am . %., 1 .' 1 ....•...".!!"" '- s—x.r—iJ""iiii:',V.V.-;._"1.. .. ..............".=-"""""`""".... OEN% NNW %AI I 1 II 8 • 1 i t 1 •!II -- _1. = •lilt r 91 1 I . __ ` I . I 1 I il f I' y K—1 i a IL 6 ,7% .. ,. 3 _ 'c ' --r•T .- , ITT I T • Ito id • `r \ `T.I j r • �� I II sl ��r•.t rf[+41dQI( GAMRnc'H•ARGHIT ;i 'vVIw a PARKINS QD EGTSING v r; :ii ( - r H- ,y :i - 7..',. ter - --=7^�--- --i' - c• ua Z`" le�`._ i �I y ( J I' ` ow lisr,. `� x 4 i 1 . ,J............. ,,,,,,. , . „...„.......... . 414:61:410In e) • SECTION"B" .____ __ »�: os SECTION"A" - :ia sz, V-. OCTAE.POR COMMIS. ¢_ , + ,. -o� • ,.-i. — new MAY TO cxrrwo coeur i Li; t I i 1 u - J .l I, L ,4.,..1.,..L,-- �1.I 1.1.1 T1 t 11 - L . �1.,.1,%-r,17.7.7,_/..17 T•l . 1.,--1i1 1 - i{ IiIi .--iS. .— = .lir 7 —i . .. - ,' - -- ; 1` -, - re-- 1 . mss+I 4;x'nwcs :`ar.. ... "7., I ....� <- _ .. 'iiu- -- xxscs COI.TUNTIESaauw - I SSC.... 1 w -.o,. . .�..,, , j` 7 S-2 J t)'3 I it 1sFPI 41 ir Ar: t, ' t 11 1 '; '9 — — 14 titiitiipi° —n 'T 1� sue_ -- g f m �__ ■1 g cn ii., 1 I ii ) -' .. . . r , ' I 1 i 1 ' li [ 0 frill I i I — ttam OI I 11:4 IN I ! ;1 n !�1!• i u,41 . . lip il . :. i� -I lII, ,L 373 [] I -3 -'"73 Ca ti r r [ "I� wa" : _ \ t ., -R ' N 1y t, 1 I C . \�,2 �� iR' tj ! ;;`�liii;i:;; - L ' ' IIP 1 •ti 0�i f'fE Y S[1.1 I I,E,i� } ° ! �I 41111' l� 9 m1 — I al I -,- ie �� �' ;II t..' �l Ile. II 1 !Ix ' N !` .,, ` c 11 — Pi lilt.ii 1 i ' lq )- 1, , 1 1- i !ill" i�..r...rr, crtY3_was mem N C#�A�LhI aRCWTEGTB•rIG _..—.= VISITOR./AMINO RS, ,•••4111•0118611•01P -••-� D ••••.. -•-- • v taiga. THE PREVIOUS DOCUMENT IS IN POOR CONDITION _ ___ et;tei1+F ,� m L Li I _) js0 N, I_ .__.i,:_ _.1: --;D . i IJ I I\ i ) � t .1 r_ v._ 1- I I _ � .i i I 15 I T 'tO\I \ / i V �n lir i" is w 1 I I to, ig e I p' 11 i S Z !'+'iMlii ' 1 t9F �r r I ' • i!r h. \�I' C i1 0 h11 y I i . A. t i'i i /ei 9 IP: fit"t:/;'":1 I -roue hi . 3 :,I-_-" _ r4; - Iii 4 s i I , [4i i i' ;� I s i F.'....1r. :; /f •• ., !,, 11, /1P )' , .__ 1..--i ,,--------7; ,____ i I I'c I O M. TV U N4 A M GCJk7N GAMMON ON•AROHITECTS•INC CI) ! .r...,._ viuI. iw Tow• ww +o D v - . f 1 ! ' 1 -- .111 t =-'E 1 17-- 2 II ell t _(lo -- ---'a _ _ _ _ le pp I t;-4 ri IF Ij F D 1 / I 'I 10 1r. ; .. i Z - 1•! 1 ) , 1— 111 , Il t1 1 1 - = 111± :"P -- ! f I ; \ i�1 1 ill I� l;: ., } 11 I I� Ii �1 II .• r (1 I i li i l 1_ 1 0 ,\ �._ . – ? •i ,� 1 I('st -_ _.. _- 1 it i t 1 ` 1• �_ _ _ : 1 ji l.I: el a it __ _ -I .II I I K i i • iii` '',1;i 111 '� It: ii II; 1 1 /'J 1 • - ;11- 1,•1 t'r q 1... ....- crw°7 xa' "9:-'334 N r -ill _ .- VISITORS PARKINpQ�G�tiH'��FIITECTS•MIC - I ' ILL7--.;._----,— rw""" -,_ AI Si . ti! 1— i — i , , —-t4-1—, — , ..,._.„...._::,,,._,__h_i____.;_.—=______. .__ _ _ iJjik - T =='y is =-_ A lida� IIi' I 11 __. 111 l.luff TO! I I i ! j3if. � -k-,t_,,,,,. ..1 � _ • t NE :-!.. i a = 1 ' ! I i if iii" e , ! 1.1 !' , i 1 . 1.1 i , eA...4''`...L"—'1..".....—'''.4 4 r j 1 • ■ Al 1 i l i iF %xkp /{iii i0 �At `� ! f� Y ` 1 VpiZ '.� �1 .'S e, a i { t S f 4 4! 4 Yl I 3 a , , \ I'a i; y,.,.�.c. t rsos -r xns -- EI s , ............= VISITORS PARKING , Q^G�80L �R( fITECTS INC v 01.1111 r . t,-___.,i. _ _ , . . , — - , !gyp :=:.=:=__:.= I_iii_ I li . ._.__ ___....._:_.,, , 1,, ,, ,, .___ _ , .÷._ . .___•__._ lit day - .■.._ -- �ppEEy I Hfl 441111 I 1111' /iiiiill . 1./ i Iii )= Id. illii i 11 t I H I t ,II R IIt = I'l �+ a l/ fi al • • I . . LI_-4.._:11 ; • • IIiill ,il `J_ I'f i _ , t , p,.i /jH .1_,.,Y ..k..) ` �� ( i 71:: ..... .KcrersoeacN £ �+-...�—.... VIi1TORsuarAgKINad .r, QDG 'A�ITECTS•INC 11.111. • • .� . � V� —= M � ai. S117— ± mss.. .w,..�. '.""=t1........":4== i N I I�TY 1+ ----_-:-.r.:==r.......-. -.-. l'... I ---. - i 1 . :r---------ii::=J--- • _:` _ :SI"_..-,azanzaaj ,,,t1 ill li LIILAINALLIILILL ICSSr w......moi•.•..�..�....�...n', r4. M �.. q�`jj 111111Tr_ •-- �. r* �1 ., . l i'k i1 r .-.�.._-... ^r+^"`. .+....�..�...�...... .-.. .. ...... u�o lam... __ fYP.MM.kY 110'r1'11OLL t 3'4/ 03. F 1 '''''". .. ^y"�,,,. ` mss a.r wr__- MAN 9C!®Ult —- "I i i ....`. .SSS I.Y _._ _ ,nf. ti. - w 30 17 i • r�- �J �.j..._r....-li! }` �fj �! _ r'= \ rauu ..... _......moi.. _ aww M w.. __ HAM WIRD= aii illi I 1 ' -.7— y ..= = =Iii 1—I^R�=-- I ....._. - 5 -- ± 15 • til 1,IL .. . . =-...; t-,,,: _....1---_,_____I rIr l ....r...rr: r � ! 912111 it .�..:�.".- . - - _. �• — :I, r-A. X 11 IrIal.RACINO 01•4041.1 Kra TT.. *LAO NT9OOL$_ _ - s _____..n. CL"+L A :gin 0 Jan - i� Ei --e- o• o- sa.rra��~~raawse.s:.. .,s.=ter- �csn:-.—`- .. +rte— - =r -..�..re a arrr�' .0 !I .�.- i .. 'n,.;:::,....2%....S11. �- -. • ®� i'x s- _ •••••••••••••••••••••••••••••••••'••••-•• _ - -..-...- •..........• ____ Ca . -- �/. _ Iar sam - _ . . t . . _r 9 -- e l=4 a-s OFFICE COM it I' I r• � ____ _ - �! - "- : IF 14 i I I I I i ,I �.�a..� W. a...�� 1jm. ---_ 146 I 1 I 1 1 I .. : a.s.,:. � SrLrr SYSTEM WR!50-IMMIL! �.J�..�.�.i sl;•!s�.^.x *' ai_+ :--1.11_)+®r s 1—.-.1"..6.1.••• •••h•••• ,`at iSs I 7----i- - --- _�..._�1 _.' -- -- -- � Ei r. �� I 411110* Imo' - Vim 1 TMHZ10 UDC RUSK J1 xS c Sebr....73�O IIIWVI Yon.4.."6.1 YDOV'ISS ' .....00k111111% . )p'wn'J.14.30.CJ 0...1r10.YWl! 6 a4eittt6M.1Ces _s.:-V1 - Jam'+♦ tgc --.moi _:_ +tea IB - �=- ,--=+__ tel 40 g3 ._.,....� __ _ _ - i'!I rte .._ h'Ka -.�73:t��RS:�'SIkO • - .....7-r, F ........1, ..l -L.-. 'WiiifltYPA'�iTt .,,._...._...:400'2,4.3 WM. ...i..i,.Ya. ` -.._-__-.._.._ ._.-..._� .- -.-. 331014 MIN.4J {r �zz_:�.�- :�. _ _ '.�I.S5Y6t�X�4-iii�'ALJ:v zSS'�lJC_:Si7�'�•..— x,.5..... llllll,�l '• -_—.._ •z:.sarrr_u...-....-•••. NgTMSZINSI ....v... .r.". , __.c.-.•_..."' eraLGGIMIAILM-11,42CM. 11 1' i� s alat3MJtli' f r.�. . I I .' 491]_ _ s' E — - C ..... • ROC.Iw1T1O C..OB.n..1,CAW • II aINs Raw wC aLAYOUT �T � SPLIT arl1iim 11YT!lecraCuLli .aw W1] .w /cmiouL• -.I ..._ —. i I r.. i —I i .r -r . , ',`., 4 s, • • �� NOTES: • �- .4.4"...2. ! "E: _• �" 'ita=—+YTS > _�_• L _ Eli .a...--....„.....-..„-_-,,_—..„_—__ , 1 � 20.41.� . A, _luza, is _ -a1 h u�►s Ra..e�,— !. i I d' Y r,r/'-Al. ..- - I I r'Q<' �' P.ur+PUMAS ewienw.rxDtLLi I . 1 i ' i 1 I _ i i i - • I ' I I 1 int ST rtcaRAN ew,.y o.oW.._. ./: ==_I • { • • ()All • I • __5., •.._,_ [ . II117----- .1,11 • .. .. . i'0111,0111-111!tilf 1111111 . . —— - , i ,i.ifi 1 111 i _- __-, -•-_ ittil 1 _ __ • t ' I:. iv i olt I qt ii 'r i -- --— Mk - -- -- --' III 11'11!iiill,;11.1kiliii;,.fillift 111:1 illrli/ill?! ill 111/31 1 4 i iiii,111;4;111;1'0 el 1,' ----- --- 14 t - - - - - . -- 1 4 lit !ii 1'11I EN' 1-' 111.1 I 1 li'11 , 1 r 1,„ 111 _ _ f 1 / I , 1 i ---- ...-------7:1--: _ I . 2 - ---- - --- - -- ; 1'411 ,1. IL: / LI-a - , • • IE 1 111 rIll 1•-•-: '4/ I. 1 )1, 1 : I ik 4- S ••• I . . . • I i • ..... •-• fi; (II 4.... .<NN ' I t • , . i .. • ; .13 i . ' i maiimmiewit liairsuria ez.--7 Q6M6001•FARONITEOTII.NO I r VrinftetrAilIV.I. '1 MI ' _0- A a .. __ . '• ' -• ' • . . ...- -- _ - 1 --- .__._______ : 4 - -- ! I I .,," ,. •i I .I, i 4 ji .., ...,....„, Jp, .,:. L... .: ii .. ,4 . . . it 1 11 1 . .. .. 1 '.I 0 . i I 1 - ,.:.. .., , • ,. . , 4 I . • . 1 • . - 01 illi ::17:: !2° ;II 1111111111;ir 1.- 1 i't k W 14 arr_wetrunt riisrmseri(VA1.41100111JIONTECITIVN01: I4) 1 r$11.1•414,11111111.1.1 .. MI IIIIMII CIO IP rr i I I---ii . -11- ii i 'I )t t ! _. Pi i \,,,,, r . .i r , H 1 11 '' + t h/;v NMI MAW G MINGH,ARCHITECTS.INC .. .-_. �..-- ----------------- -S -AFIAlli NEW. . ,. I ' 0 1ip 1s. pi ..„ i i b t h Lii . IN —.-- !f L,�j ip�r u eig •t isr s:, s• Od�C!_YI•ARO11TEOT!•INO __.. t 1 A �Mrw.uc‘ NSW . I.- - • -t g �, `I� lr Et Pi si j !; • ,o 1 171i % d- aa; i 141 ip pm -1...4i .3a i N' I' e! ere o ,'ed.„,w' , ► r ei Y ;41,, -. * • iii 1 i 1i't t i.,,,, Ski iSi J�Z !it If' 1-81.4: r I , • { 1 , Zx - • s i :nr:r WYV.:c.•,1- (iAbB�LW•eR01rTE0T!•NO Iii . __- 'Pr wO1TOO I 1 -• ; '.. �a�xu.r. 1-.:;z_.:. _ • . ' '4 I i ,•! 1 I ! I 'II1Ii CA ij ; I ij I I A I !i -b .y. A, I e' 1 I •;•,44- � .�. I I „ISI {i i ' I�- I j ll ''. 1 i. I 1 1 I I I II I I I ', I I ' I I I ; I II i I I I-! ! I : ....,k, 1 I I I i I. *Mr I+ I I }d• I s"• 1 I es I II I 1.4. I .e. 1 +q. I r. 'b. i' o.. ...-.1..4-.....4. 1 1, I I -"r ! w , _ ,... 40>p . • ,,.. i ! I ye' J • I I •3 li , hi • I III I ‘ ' • II i �. I c I ; I' I \ i I I.i I I Ii<k. t .I I 1 . i •' 11 . 1 •-1 I a . •1 I 11 4--...._.._.. . I>..I - I- I— I f I j I • • h __ . • 11 « .. b b• Y, • • i �• • .1.. . r , - -. GANCLOH iLftCMiTE CT 5 IMC I ;11 =6!9 '0.pf°"viir�on �i�wa m II I -V- 6f m i • a ti • . .e 1 —7 30 b e �` ! • 9 • .9% ... 91. S • "�• -- -'- - gym— �-- --` — e) ilh R _ a r it q _ _r _._ .- ..- ---- - '- -- -- -- -- v iii- \od-suaulicov•roxervOlD 117 Far"...iv if 1815111"11:51 . 1'. F. . +'i; _ ����� ' .110 r' 1 .. r 11 • }x• 1 s — i 4 sr, I • p _ 5 — r 14, i s _ _. i .- 0 1.."...-‘,......... • _ • --* _ �A 1 • .. I k.- ,.�.......�.......� e' 1 .., , • m•.......-.....:...W.........., - stiT..... i �.xC.c..�.. -..-.__ :ate cR�:.ss.: _:�._ ■ ..may •r:ems 'v 'ws_s.M'z- J.1_,,, ���--rte s ^-�.:"A.? '-L -t}3! `tr r-- �....-,.��.-- sir".: x3y:. a :='aWari.4- '•...- Ei-a 0 3 • w 1 .4 • it '�i-{. , .. . - , - . - •-•. -• •.• •• - • • • a e) I , . . . .. . _ . .... . ... .. .. ..... . 1 :. , .. 1}I r•r•r r i , , 1 . ,, a ,........1.1:02,....-- 4,....4.41.4.7-4=11014.•.1.--. ',ay:.VIV/kr f.i ' ,ilr I . i ! I I , 1 I 1 i+ ' ., ,! ! 1 I M . y I 11 1. , i ryw.r • I! �� ,5 • — 1_ 1 f : : • 111Ir .: _ :! ' t- _ ___.___.. t • f1 d I t :S I' . . a : : t 1 a t t 1 t i ..- _. .• t1 1 7 c : f : • . • s : f • 1 1 S . : X 1 1 t : f ii f't - _, ` • H :1 ' J c f •[ tf : : f : 1 I S ! i t 1 [ • •i . f • V• i S S :1 .. f : R S . . 1 : . . I : . . , .a . . 1 . • - • • 1 e . . t • . . 1 . . . • • • . 1 • r . i I.. .1 lip i : wt,Mar�s�•a1 •mz.r MIAMI ls•nb �`7 gpll�pgh�WTipT!-wp .. poi 11111. 1 011itiV r _4 • a - _ — -- ;,I ••,I 1 __-_ _ _ __ .. . • 4 .. .- u _.... I ...- ':1Q a a 1 ll II 4' Y a • r • y: — 7 '1 `t'. 4' >liij9 t , Is j S II . --• u.:•1 r$,,n, "- CANIBGCM'ARCWTECTS WC ,arygt aw Y1�1a011•/AMMO m �-1l V' _ —..-..• , V i . . a 1 , . • . • .. 30 12 93 14.3 .14 .10 .4.3 1111 Il U If IS 1.r 11 131 If .14 .13 II .1.0 . i . ' ' ; i 1 ' sa 45 1.5 4.5 4a *as 4a 41 74 'Ili IS .01 3.3 112 43 34 Is 4a 12 1.5 la ., 4s 42 34 3.1 II /7 %I 111.4 III .0 42 'To 41 -.., 4s 'ail'to 40 ...P 33 /7 S. 34 3• 32 II 33 '12 1 1 .. II 3; III If '11.3 154 :SI 4s 33 13.4 II If 45 4.1 'as 4, 42 44 3.4 34 ¶40 IS 10 33 173 II la 'at .,$ IS .111.0.111 III I I:3.II 411 I.(YU 45 "al Is 'as 4.1 III 139 3.7 'as 12 LS te SI IS '7.5'5.S .6.I .3.8 .1 f 4.4 4.4 *OS IS 'II 41 II *7 7 112 '/I 12 Il -11 Ill '13 74 I I If II If 1 1 , c-) ! -.Ai 4a ',I 13/ II .4.11 132 It .4.3 Is 4.s Is II 'as 32 .4.II .... .5.8 .3/ ,, • ; i , ; 1 i .• .4.—. . .... "' , ;,: :11:-.1.,:-.. I.1.- . - . 7• . : —._. . _.—_• , tt i ' I ' . . , . ., .. :g ; '4:44..A.HAt !1 'H • , I -. , • ; . 0 A...--,...z..13.,...gratool1.-.17.11 i • 1 ••, i i It" l' , .1 ' ' ' 1...2.7.11.- 1 ' 1 . ' 1*.H. . •''.H...:,...1..- .1. '" . 1' .1:.'n '1 5 • ..•1,I. : -:,::-.— ...,.-----.:::...,•'..., v. , . 9 - • . '',f, !..1..r.r.-..rvr: ---.;',:::'!';.-:.i .-:,..r...i'.+...;-:-...,..''.;'.......:.7.::^.....::'.: •:..7..::.:4:-Z•iiI:.:4-:::1-.....,'...:S. . . "..' -..'.., . .. '.,-, • , I F •,:1•• ...•'...-„L;.:::.c.,:t...i..r,... .............„.......-.:.,-.-........ '.::.---=:=:s,............z......:-::......1-...,..,..': -, ' 4... . . Illi;:•.,;: I.i.= 04: ' •i, .41.... ...::::=.--:-..'.Ars r.:7;'..'-'."''._:'- .:.4- -' . :a. a a . ' I I I P.. "...77 .:::•:..:,:.:::,:..*,77::'L.:7',..7.:::: :4 -; ...f.',.;-.;=._- .:-.4:;.:i,,..,iz::....;.-i-,:;-:-;;,., • ....... . „-....., .,.. . •; ..;;;;:: ,. • ; _,. I 4.,....z.....,...-..........:,;-•--...t....-__.,.,;,.....::-.:.,-;•. -.:•r.,.;..-.,.......,:zrxr.z.;-_-nr....;:,..-:;.:',_,,,,,,,..-: ... i ,1 ; •\ . . 1 , 1 ; ilis-"apera'• /— . • ; ; I I • - I I I '.I -j4J-V..___ _..1 •I 'I I - --,•- ••-l• , -'ro ; . i ._ . . _ o3. , . . . , ,, . . . . ., • -_ f)., 4. }_ w I Si.- : : . ' k ' ..1 ' .- I-) ..,- 4 1 . . , _ _ 0 # M- __ Ili- i i i. 1 111 . • - I% A, i . !It • ., �N yr ` I pi�i�Lle . 1'+ .�tli3O 1. J� r t �'_- • - - 1 1 1 1 -- -' -- -- kI [ _, ._4- ii �N 1 .i 1 R, : _---:--. / M , iA C :�- a+ A ; ; n I t. �r-. . :1-1111: k1 iz'{i illp;iiIpullC II: I'Mt3 i iyy 41- j ,p N , _ illillil; 111111111110 .. L . if__ , H.....H._,,,0 I: ,I. ' - tit__Ili istil • ** 1 ,*E j - ----- { _._._. _ O—E- t k s.. I i fi a v i 4._-K.� n1 w ' ♦,,,+ ' MIAMI BEACH POLICE & COURT FACILITY IMF (11)11. I,I I I I;!I I I I I I I'[.F 7 „g VISITORS PARKING OS ZARLI•FRANKEL ai-`,..„. IllitO ` II VISI LOOS PARMAN OG ZAiYiAL3.. •O �I I r]VOLI.vr N11� 1�`Tk9 N. Yt'I I l l i l i l 11 I I I i �- �. ....._...`..._ „..... Aft 111 . . 110. •• . s . _ _Ls • 63,eg • M/ 06)90 • • _ 7:7 • •_7.= 0) 02 ?I _ - APPENDIX H Wage Table 3 ADDENDUM NO.1 INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) i + Page 1 of 6 General Decision Number: FL180221 03/16/2018 FL221 Superseded General Decision Number: FL20170221 State: Florida Construction Type: Highway County: Miami-Dade County in Florida. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (2)-(60) . Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 1 02/23/2018 2 03/16/2018 * ELEC0349-002 03/05/2018 Rates Fringes ELECTRICIAN $ 33.11 12.31 SUFL2013-039 08/19/2013 Rates Fringes CARPENTER $ 17.84 0.00 CEMENT MASON/CONCRETE FINISHER, Includes Form Work $ 15.49 0.00 FENCE ERECTOR $ 12.82 0.00 HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine) $ 15.07 0.00 HIGHWAY/PARKING LOT STRIPING: Painter $ 12.13 0.00 https://www.wdol.gov/wdol/scafiles/davisbacon/FL221.dvb?v=2 8/21/2018 Page 2 of 6 HIGHWAY/PARKING LOT STRIPING: Operator (Spray Nozzleman) $ 11.16 0.00 INSTALLER - GUARDRAIL $ 13.43 0.00 IRONWORKER, ORNAMENTAL $ 13.48 0.00 IRONWORKER, REINFORCING $ 18.43 0.00 IRONWORKER, STRUCTURAL $ 16.42 0.00 LABORER (Traffic Control Specialist incl. placing of cones/barricades/barrels - Setter, Mover, Sweeper) $ 11.59 0.00 LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor $ 12.31 0.00 LABORER: Common or General $ 10.69 0.00 LABORER: Flagger $ 12.53 0.00 LABORER: Grade Checker $ 12.41 0.00 LABORER: Landscape & Irrigation $ 9.02 0.00 LABORER: Mason Tender - Cement/Concrete $ 13.91 3.50 LABORER: Pipelayer $ 15.02 0.00 OPERATOR: Backhoe/Excavator/Trackhoe $ 16.24 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader $ 12.88 0.00 OPERATOR: Boom $ 18.95 0.00 OPERATOR: Boring Machine $ 15.29 0.00 OPERATOR: Broom/Sweeper $ 13.01 0.00 OPERATOR: Bulldozer $ 16.77 0.00 OPERATOR: Concrete Finishing Machine $ 15.44 0.00 OPERATOR: Concrete Saw $ 14.43 0.00 OPERATOR: Crane $ 22.46 0.00 OPERATOR: Curb Machine $ 20.74 0.00 OPERATOR: Distributor $ 13.29 0.00 OPERATOR: Drill $ 14.78 0.00 https://www.wdol.gov/wdol/scafiles/davisbacon/FL221.dvb?v=2 8/21/2018 Page 3 of 6 OPERATOR: Forklift $ 16.32 0.00 OPERATOR: Gradall $ 14.71 0.00 OPERATOR: Grader/Blade $ 20.22 3.85 OPERATOR: Loader $ 15.53 0.00 OPERATOR: Mechanic $ 18.03 0.00 OPERATOR: Milling Machine $ 14 .67 0.00 OPERATOR: Oiler $ 16.32 0.00 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) $ 13.61 0.00 OPERATOR: Piledriver $ 17.23 0.00 OPERATOR: Post Driver (Guardrail/Fences) $ 14.45 0.00 OPERATOR: Roller $ 13.67 0.00 OPERATOR: Scraper $ 12.01 0.00 OPERATOR: Screed $ 14.15 0.00 OPERATOR: Tractor $ 12.19 0.00 OPERATOR: Trencher $ 14.74 0.00 PAINTER: Spray $ 16.52 0.00 SIGN ERECTOR $ 12.96 0.00 TRAFFIC SIGNALIZATION: Traffic Signal Installation $ 19.07 0.00 TRUCK DRIVER: Distributor Truck $ 14.96 2.17 TRUCK DRIVER: Dump Truck $ 12.19 0.00 TRUCK DRIVER: Flatbed Truck $ 14.28 0.00 TRUCK DRIVER: Lowboy Truck $ 15.07 0.00 ' TRUCK DRIVER: Slurry Truck $ 11.96 0.00 TRUCK DRIVER: Vactor Truck $ 14.21 0.00 TRUCK DRIVER: Water Truck $ 13.17 1. 60 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. https://www.wdol.gov/wdol/scafiles/davisbacon/FL221.dvb?v=2 8/21/2018 Page 4 of 6 Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications .are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that https://www.wdol.gov/wdol/scafiles/davisbacon/FL221.dvb?v=2 8/21/2018 Page 5 of 6 no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates repotted in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. 'h WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: https://www.wdol.gov/wdol/scafiles/davisbacon/FL221.dvb?v=2 8/21/2018 Page 6 of 6 • Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue', N.W. Washington, DC 20210 2. ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative. Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION https://www.wdol.gov/wdol/scafiles/davisbacon/FL221.dvb?v=2 8/21/2018 INVITATION TO BID (ITB) Waterproofing - Traffic Coating Services for Parking Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages (Individual Projects) ITB No. 2018-232-ZD BID ISSUANCE DATE: AUGUST 13, 2018 BID OPENING: SEPTEMBER 13, 2018 ISSUED BY: ZULEIKA DAVIDSON MIAMI BEACH Zuleika Davidson, Contracting Officer / PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7000 x7490 I www.miamibeachfl.gov zuleikadavidson(@miamibeachfl.gov BID NO: 2018-232-ZD CITYOF MIAMI BEACH 1 INVITATION TO BID SUMMARY AAIAMi BEACH Bid Element Description Invitation to Bid No. 2018-232-ZD 17th Street Parking Garage: $ 700,000.00 12th Street Parking Garage: $ 598,900.00 Estimated Construction Budget 16th Street Parking Garage: $1,810,000.00 1755 Meridian Street Parking Garage: $ 1,900,000.00 ITB Title: Waterproofing —Traffic Coating Services for Parking Garage Decks Basic Description of the Scope of Work: The scope of work for this project will require the contractor to provide the complete removal of the old waterproofing system, concrete deck repair, new waterproofing system and re-striping as specified for various parking garages throughout the City, as well as, install parking bumpers where necessary. All waterproofing shall be in accordance to the manufacturer's instructions (Sika or approved equal) and shall maintain a 10 year warranty of labor and materials. Bid Issuance: August 13, 2018 Technical Drawings and Specifications are available for free download at: www.publicpurchase.com OR are available on CD for pick up for a fee of$20.00 at: Procurement Department Third Floor; 1755 Meridian Avenue Miami Beach, FL 33139 Pre-Bid Conference August 23, 2018 @ 11:00 AM ET Date, Time, & Location: Procurement Department ❑ 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 August 23, 2018 @ 12:00 PM ET Date, Time, & Location: After Pre-Bid Conference ❑ Site Visit is Mandatory(only if box is 1755 Meridian Avenue checked) Miami Beach, FL 33139 *Site visit is highly recommended, but not mandatory and will start at 1755 Meridian Ave Parking Garage, 17th Parking Garage, 16th Parking garage & end at 12th Street parking garage.* BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 2 Last Day for Receipt of Questions: September 3, 2018 AT 3:00 PM ET Bid Due Date &Time: September 13, 2018 AT 3:00 PM ET Bid Opening Date and Time: Immediately following the above due time or as close as feasibly possible. Formal Bid Opening Location Procurement Department (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 0400 Below Basic Bid Requirements: 1. Bid Guaranty of 5% Please reference Section 0300 for detailed information. ® is required at the time of bid submission (per each project) ❑ is NOT required for this project. 2. Performance and Payment bond equal to 100% of the total project: ® SHALL be required prior to contracting with the successful bidder. Alternative security instruments will be considered under City Code. (Per each project) ❑ SHALL NOT be required for this project. Prevailing Wage Rates & Local , ® SHALL be applied. (For only those parking garages Workforce Program Requirements whose projects costs exceed $1,000,000.) Please reference Section 0200 and For example, if Bidder provides a construction cost in the Appendix C for detailed information. following format: 1-17th Street Parking Garage: $ 800,000.00 2-12th Street Parking Garage: $ 300,000.00 3-16th Street Parking Garage: $1,700,000.00 4-1755 Meridian Street Parking Garage: $ 1,500,000.00 The prevailing wages will be applied only to parking garages 3 and 4. ❑ SHALL NOT be applied unless project cost exceeds $1,000,000 for a covered project. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 3 Project Completion Timeframe: 17th Street Parking Garage: 150 calendar days, Substantial Completion 30 calendar days, Final Completion (after substantial completion) 12th Street Parking Garage: calendar days, Substantial Completion 30 calendar days, Final Completion (after substantial completion) 16th Street Parking Garage: 150 calendar days, Substantial Completion 30 calendar days, Final Completion (after substantial completion) 1755 Meridian Street Parking Garage: 150 calendar days, Substantial Completion 30 calendar days, Final Completion (after substantial completion) Liquidated Damages: $500.00 shall be assessed for each day after Substantial Completion that the Work is not complete. Procurement Contact Information: Zuleika Davidson , Contracting Officer I Phone: 305.673.7000 ext. 7490 E-mail: zuleikadavidson(a�miamibeachfl.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 http://library.municode.com/index.aspx?clientlD=13097&statelD=9&statename=Florida. Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov. 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: 2018-232-ZD CITYOF MIAMI BEACH ,;ta , BEACH 4 TABLE OF CONTENTS SOLICITATION SECTIONS PAGE 0100 DEFINITIONS 6 0200 INSTRUCTIONS TO BIDDERS 9 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS 14 0400 BID SUBMITTAL REQUIREMENTS & FORMAT 15 0500 GENERAL TERMS AND CONDITIONS 18 APPENDICES: PAGE APPENDIX A PRICE FORM, BID TENDER FORM, & SUPPLEMENTS 53 APPENDIX B LIST OF PLANS AND SPECIFICATIONS 84 APPENDIX C REQUIRED FORMS FOR BID SUBMITTAL 86 APPENDIX D REQUIRED FORMS (POST-AWARD) 96 APPENDIX E SAMPLE CONTRACT 108 APPENDIX F SPECIFICATIONS 117 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 5 0100 DEFINITIONS: 1. 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 Consultant: 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 6 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 E, 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 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 Consultant 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 Consultant; any other documents required to be provided by Contractor have been received by Consultant; and, to the best of Consultant'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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH V:AAAI BEACH 7 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 Consultant, and as fully determined by the Contract Administrator in his/her sole discretion the work, or a portion thereof, is at a 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 City 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: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 8 0200 INSTRUCTIONS TO BIDDERS: 1. General: The following instructions are given for the purpose of guiding Bidders in properly preparing their bids. Such instructions have equal force and weight with other portions of the Contract Documents and strict compliance is required with all the provisions contained in the instructions. Bidders shall note that various paragraphs within these bid documents have a box ( ❑ ) which may be checked ( ). If the box is checked, the language is made a part of the bid documents and compliance therewith is required of the Bidder; if the box is not checked, the language is not made a part of the bid documents. 2. Background and Scope of Work: Parking garage decks, especially the top floor, due to expansion and contraction develop cracks, which with time get larger and allow water to penetrate the concrete and oxidize the rebars which with time the concrete explodes. Continuous monitoring and maintenance to upkeep the parking garage is crucial. Thus, the City seeks proposals from, construction firms to provide the traffic coating services necessary for the 1755 Meridian Ave Parking Garage, 17th Parking Garage, 16th Parking garage, and the 12th Street parking garage. Contractor needs to provide the complete "traffic coating" services, as per instructions in "Division 7 of Sikalastic 22" for the 12th & 16th St parking garages and Division 7 of Sikalastic 720-745 for the 17th St& 1755 parking garages, which includes but is not limited to: • Complete removal of the old waterproofing system. • Complete removal of deck joints. • Cleaning of concrete decks. Removal of dust, oil, grease, etc.as per Section 3.01 of the Sika specifications included herein as Appendix F. • Concrete deck repair including: slab damage, cracks preparation & filling, caulking removal & replacement. • Complete Waterproof system of all decks (as noted above), including: primer, base coats & top coat (dark gray in color or approved equal), using "Sika Concrete Restoration Systems or approved equal, as specified for each garage. • Automobile bumpers need to be removed before waterproofing process is started. • Coordinate with the City the waterproofing & stripping process, to allow access and partial use of the garage while worked is being performed (i.e. 1/2 of travel area + parking spaces in same side). • Re-striping of the parking spaces will be required one (1) day upon completion to include directional arrows and stop bars with water based paint using Sherwin Williams Pro-Park Waterborne Traffic Marking Paint or approved equal. 3. Abbreviations and Symbols: The abbreviations used throughout the Contract Documents are defined hereinafter in the Technical Specifications. The symbols used in the Plans are defined therein. 4. Examination of Contract Documents and Site: It is the responsibility of each Bidder before submitting a Bid, to: 4.1 Examine the Contract Documents thoroughly. 4.2 Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. 4.3 Take into account federal, state and local (City and Miami-Dade County) laws, regulations, permits, and ordinances that may affect costs, progress, performance, furnishing of the Work, or award. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 9 4.4 Study and carefully correlate Bidder's observations with the Contract Documents. 4.5 Carefully review the Contract Documents and notify Consultant of all conflicts, errors or discrepancies in the Contract Documents of which Bidder knows or reasonably should have known. The submission of a Bid shall constitute an incontrovertible representation by Bidder that Bidder has complied with the above requirements and that without exception, the Bid is premised upon performing and furnishing the Work required by the Contract Documents and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 5. Location of Work: This Scope of Work shall be completed at the following location: • 512 - 12th St., Miami Beach, FL 33139 • 100 - 16th St. Miami Beach, FL 33139 • 1755 Meridian Ave. Miami Beach, FL 33139 • 640 - 17th St. Miami Beach, FL 33139 6. Pre-Bid Interpretations: Only questions answered by written Addenda will be binding and may supersede terms noted in this ITB. Oral and other interpretations or clarifications will be without legal effect. All questions about the meaning or intent of the Contract Documents are to be directed to the City's Procurement Director in writing. Interpretations or clarifications considered necessary by the City's Procurement Director in response to such questions will be issued by City by means of Addenda mailed or delivered to all parties recorded by the City's Procurement Director as having received the Bidding Documents. Written questions should be received no less than ten (10) calendar days prior to the date of the opening of Bids. There shall be no obligation on the part of City or the City's Procurement Director to respond to questions received less than ten (10) calendar days prior to bid opening. 7. Printed Form of Bid: All bids must be made upon the blank Bid/Tender Form included herein and must give the price in strict accordance with the instructions thereon. The bid must be signed and acknowledged by the Bidder in accordance with the directions on the bid form. 8. Prevailing Wage Rates & Local Workforce Participation: Chapter 31, Articles II and III, 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. Refer to Appendix C for additional information and requirements of these programs. 9. Acceptance or Rejection of Bids: The City reserves the right to reject any or all bids prior to award. Reasonable efforts will be made to either award the Contract or reject all bids within one-hundred twenty (120) calendar days after bid opening date. A Bidder may not withdraw its bid unilaterally nor change the Contract Price before the expiration of one hundred and twenty (120) calendar days from the date of bid opening. A Bidder may withdraw its bid after the expiration of one hundred twenty (120) calendar days from the date of bid opening by delivering BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 10 written notice of withdrawal to the Procurement Department prior to award of the Bid by the Mayor and City Commission. 10. Method of Award: The City Commission shall award the contract to the lowest and best bidder. The "lowest and best bidder" shall be defined as the lowest, responsive, and responsible bidder. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: a. The ability, capacity and skill of the bidder to perform the Contract. b. Whether the bidder can perform the Contract within the time specified, without delay or interference. c. The character, integrity, reputation, judgment, experience and efficiency of the bidder. d. The quality of performance of previous contracts. e. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 11. Contract Price: The Contract Price is to include the furnishing of all labor, materials, equipment including tools, shoring, 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. 12. Postponement of Date for Presenting and Opening Bids: The City reserves the right to postpone the date for receipt and opening of bids and will make a reasonable effort to give at least five (5) calendar days written notice of any such postponement to all prospective Bidders. 13. Protested Solicitation Award: Protests concerning the bid specifications, requirements, and/or terms; or protests after the bid opening date in accordance with City Code Section 2-371, which establishes procedures for protested bids and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2-371 shall be barred. 14. Veteran Business Enterprises: Pursuant to City of Miami Beach Ordinance No. 2011-3748, the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest bid pursuant to an ITB or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service- disabled veteran business enterprise. 15. Equal Benefits Ordinance: Bidders are advised that this Bid and any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Ordinance No. 2005-3494, entitled "Requirement for City Contractors to Provide Equal Benefits for Domestic Partners (the "Ordinance")." 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH � ��BEACH Bidders shall complete and return, with their bid, the "Declaration: Non-discrimination in Contracts and Benefits" form contained herein. The City shall not enter into any contract unless the Bidder certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his/her designee determines that the successful Bidder/Contractor shall complete and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that a Bidder is considered in compliance if bidder provides benefits neither to employees' spouses nor to employees' Domestic Partners. Bidders will find Attachment A-6 in Appendix A of this Solicitation which consists of an FAQ Section and Required Forms for Bid Submittal. 16. City Manager's Review: After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City. 17. City Commission Authority: The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. The selection or approval by the City Commission shall not constitute a binding contract between the City and the selected or approved bidder(s). A binding contract will exist upon the completion as determined by the Administration, the City Attorney's Office form approving the contract or contracts, and the Mayor and City Clerk or their respective designees signing the contract(s) after the selected or approved bidder(s) has (or have) done so. Only the executed contract(s) will be binding on the contracting parties. 18. CITY OF MIAMI BEACH LICENSES, PERMITS AND FEES: Each license, permit or fee a Contractor will have to pay the City before or during construction or the percentage method or unit method of all licenses, permits and fees REQUIRED BY THE CITY AND PAYABLE TO THE CITY by virtue of this construction as part of the Contract is as follows: The City of Miami Beach will require occupational licenses for Contractors as well as sub-contractors. Licenses, permits and fees which may be required by Miami-Dade County, the State of Florida, or other governmental entities are not included in the above list, but are listed as attached (next page) and included as an allowance in the bid. Occupational licenses from City of Miami Beach firms will be required to be submitted within fifteen (15) days of notification of intent to award. Occupational licenses will be required pursuant to Chapter 205.065 Florida Statutes. NOTE: a) If the Contractor is a State of Florida Certified Contractor the following will be required: 1) Copy of State Contractors Certification CITYOF MIAMI BEACH ^' .BEACH BID NO: 2018-232-ZD 12 '�'��, 2) Place of Business Occupational License 3) Liability and Property Damage Insurance Certificate made to City of Miami Beach 4) Workers compensation or the exemption b) If a Dade County Licensed Contractor: 1) Dade Certificate of Competency in the Discipline Licensed 2) Municipal Contractors Occupational License 3) Liability and Property damage Insurance Certificate made to City of Miami Beach 4) Workers Compensation or the exemption NOTE: PLEASE PROVIDE COPIES OF ALL YOUR LICENSES AND CORPORATE CERTIFICATES WITH YOUR BID SUBMITTAL. 19. PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work. I. CITY OF MIAMI BEACH • Building Permit • Public Works- Right of Way • Waterproofing Roof Permit The successful contractor shall be responsible for obtaining a dewatering permit from the appropriate agencies if necessary. Balance of Page Intentionally Left Blank BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 13 0300 MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid 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 Section 0500, General 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. Licensing Requirements: Bidder shall be State of Florida Licensed by the Division of Business and Professional Regulations or Certified Miami Dade County General Contractor to be considered for award. The qualified bidder shall hold all required certified licenses at the time of the bid and throughout the term of the project in order to provide the scope of work as set forth in the bid documents. Balance of Page Intentionally Left Blank BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 14 0400. BID SUBMITTAL REQUIREMENTS AND FORMAT One original Bid Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of bids. Additionally, two (2) bound copy 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 bid is submitted: Bid Number, Bid Title, Bidders Name, and Bidder Return Address. Bids received electronically, either through email or facsimile, are not acceptable and will be rejected. The City reserves the right to request any documentation omitted, with exception of the Bid Price form and Bid Bond (if applicable). Bid Submittals received with no Bid Price or Bid Bond (if applicable) shall be deemed non-responsive. Bidder must submit any other omitted documentation within two (2) business days upon request from the City, or the bid may be deemed non-responsive. Non-responsive bid packages will receive no further consideration. BID SUBMISSION FORMAT: Bid packages must contain the following information and documents, each fully completed, signed, and notarized (as required) in the order dictated below. Bid packages which do not include all required documentation, or are not submitted in the required format, or do not have the appropriate signatures or notarizations on each document, may be deemed non-responsive. Tab A. IDENTIFICATION PAGE AND TABLE OF CONTENTS 1. Bidder shall provide a Cover Page including the following information: • Name of Bidder. • Address of submitting Bidder. • E-mail address for the appropriate contact person at the submitting company. • Phone number and facsimile number of submitting Bidder. • Federal Tax Identification Number for submitting Bidder. • Declaration regarding company organization, whether as Corporation, Partnership, or other. (Note: if co venture, specify) • Signature of an officer or other individual of the submitting Bidder who has the authority to bind said Bidder. • Printed name of the authorized signing officer or other individual. • Title of the authorized signing officer. • Date of signature. 2. Table of Contents. Tab B. MINIMUM QUALIFICATIONS AND REQUIREMENTS Bidders shall provide evidence indicating compliance with the minimum requirement(s) of this ITB, as further detailed in Section 0300 Minimum Requirements. Tab C. FINANCIAL STATEMENTS 1. D&B Suppler Evaluation Report. Upon the request of City Administration after a Bid has been submitted, the lowest and best Bidder shall pay D&B to send the Supplier Qualifier Report (SQR) to the prospective Bidder and the Department through electronic means. The cost of the preparation of the D&B report shall be the responsibility of the prospective Bidder. The prospective Bidder shall request the report from D&B at the following website: BID NO:2018-232-ZD CITYOF MIAMI BEACH V , BEACH 15 https://su pplierportal.dnb.com/webapp/wcs/stores/servlet/Suppl ierPortal?storeld=1169 6 BIDDERS SHOULD NOT INCLUDE SQR REPORTS WITH THEIR BID SUBMITTALS. Financial Capacity shall only be evaluated for the lowest and best bidder to determine the responsibility of that contractor. Bidders shall submit SQR Reports electronically directly to the Procurement Contact listed herein upon request. 2. In addition to the D&B information, the City may require that proposers submit financial statements for each of their last two complete fiscal years within ten (10) calendar days, upon written request. Such statements should include, as a minimum, balance sheets (statements of financial position) and statements of profit and loss (statement of net income). When the submittal is from a co-venture, each Proposers involved in the co-venture must submit financial statements as indicated above. Tab D. PREVIOUS EXPERIENCE, QUALIFICATIONS AND KEY PERSONNEL It is a requirement of the bid that the Bidder staff the project with competent individuals and qualified supervisory personnel. To that end, the Bidder shall provide the following information: • Bidder (Business Entity) shall demonstrate the Contractor Team's (i.e., General Contractor, sub-contractors, and key personnel) ability to execute the type of work described within the Contract Documents of this Invitation to Bid. • An organizational chart listing the proposed key personnel, their qualifications and their roles in the project, resumes which shall include educational background, work experience, employment history, and any other pertinent information. Where applicable, Bidder team members shall also submit current and valid certifications and/or licenses for their individual scope of supervision. At a minimum, the bidder shall include the following proposed project team members: • Construction Project Manager • Construction Superintendent • Site Foreman and/or Estimator • A staffing plan that clearly illustrates the key elements of the proposed organizational structure. The staffing plan should indicate the availability of the personnel proposed to work on the Project. The staffing plan should also indicate the name of the individual who will serve as the primary contact with City. Bidder shall clearly detail the role of all sub-contractors proposed for the Project. • Previous Experience: Bidders should have a total of two (2) projects successfully completed of similar size and scope within the last five (5) years. Submittal Requirement: Please provide at least two (2) individual project references exemplifying bidders' experience for projects involving the repair and/or restoration of parking garage decks for which a waterproofing system was applied. References are to include projects completed within the last five (5) years. For all references submitted, please submit, with its bid or within two (2) business days of request, at a minimum the following information for each project reference: 1) Firm Name, 2) Contact Individual Name &Title, 3) Address, 4) Telephone number, 5) BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 16 Contact's Email, 6) Narrative on Scope of Services Provided, 7) Contract amount and completion date. • Manufacturer Certification: Bidder shall be a certified applicator of the proposed manufacturer. The City may require proof that the bidder is certified by the manufacturer as an applicator and that the bidder has been trained and approved in the handling, mixing, and application of the products to be used. Tab E. BID PRICE Bidders are required to submit their bid price using the Invitation to Bid Proposal Price Form found in Appendix A, Attachment A-1. Attach Appendix A Price Form, Bid Tender Form, & Supplements fully completed and executed. FAILURE TO SUBMIT THE MOST RECENT BID PROPOSAL FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM MAY RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. Balance of Page Intentionally Left Blank BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 17 0500. GENERAL TERMS AND CONDITIONS: 1. Personnel Requirements: Superintendent must have at least five (5) years of experience in projects of similar design, scope, size and complexity. The Project Manager must have at least five (5) years of experience in projects of similar design, scope, size and complexity. 2. Project Manual: 2.1. The Project Manual includes any general or special Contract conditions or specifications attached hereto. 2.2. The Project Manual, along with all documents that make up and constitute the Contract Documents, shall be followed in strict accordance as to work, performance, material, and dimensions except when Consultant may authorize, in writing, an exception. 2.3. Dimensions given in figures are to hold preference over scaled measurements from the drawings; however, all discrepancies shall be resolved by Consultant. Contractor shall not proceed when in doubt as to any dimension or measurement, but shall seek clarification from Consultant. 2.4. Contractor shall be furnished three (3) copies, free of charge, of the Project Manual; two of which shall be preserved and always kept accessible to Consultant and Consultant's authorized representatives. Additional copies of the Project Manual may be obtained from City at the cost of reproduction. 3. Intention of City: It is the intent of City to describe in the Contract Documents a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents and in accordance with all codes and regulations governing construction of the Project. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied by Contractor whether or not specifically called for. When words which have a well-known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals, or codes of any technical society, organization or association, or to the laws or regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code or laws or regulations in effect at the time of opening of bids and Contractor shall comply therewith. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 4. Preliminary Matters: 4.1. Within five (5) calendar days prior to the pre-construction meeting described in Section 4.2, Contractor shall submit to Consultant for Consultant's review and acceptance: 4.1.1 A project "Base Line" schedule, one (1) copy on a CD and One (1) hard copy (activities arranged in "waterfall"), in the indicated form for Final review and approval: () Bar Chart () Modified CPM ( ) CPM (X) Computerized CPM using Primavera P6 software or latest version Microsoft Project software BID NO: 2018-232-ZD CITYOF MIAMI BEACH n`f`l k n,/, BEACH 18 (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") CONTRACTOR shall provide a preliminary man loaded, logic based "Base Line" Project schedule using "Early Start" and "Early Finish" dates for each activity. The Contractor shall include, in addition to normal work activity input, input that encompasses all submittal approvals, delivery durations for important materials and/or equipment, and Logic relationships of activities including physical and site restraints. This input shall be precedence based CPM scheduling using the most recent version of Primavera P6 software. The preliminary Base Line project schedule when submitted shall have attached a run of the programs generated error report that states no errors and be acceptable to CONSULTANT. Monthly, CONTRACTOR shall submit with each progress application an update of the Project Schedule with an error report stating no errors (that does not revise the base line schedule), showing the progress for the month. CONTRACTOR SHALL SUBMIT ONE HARD COPY AND ONE ELECTRONIC COPY (including a native version and a pdf). In addition to the Progress Schedule CONTRACTOR shall include a narrative report of the months' progress, an explanation of any delays and or additions/deletions to activities. It is strongly recommended that CONTRACTOR or the professional who performs scheduling have a vast knowledge in the use of Primavera P6, to develop and update the project schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an updated (3) week look ahead schedule for review and discussion and monthly be prepared to discuss any: 1) Proposed changes to the Base Line schedule logic; 2) Explain and provide a narrative for reasons why logic changes should be made; 3) Update to individual subcontractor activities; and 4) Integration of changes into the schedule. The Project Schedule shall be the basis of the CONTRACTOR'S work and shall be complied with in all respects. If CONTRACTOR'S Work becomes more than (30) days behind schedule CONTRACTOR shall be required to submit a "Make-Up" schedule to CONTRACT ADMINISTRATOR for review and acceptance that demonstrates "Catch Up" within seven (7) days. CONTRACTOR shall provide, at CONTRACTOR'S cost, the necessary additional labor and or equipment necessary to make-up the lost time. Failure to provide a "Make-Up" schedule or vigorously follow the "Make-Up" schedule shall be reason to default CONTRACTOR. 4.1.2 Not Used. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 4.1.3 A preliminary schedule of Shop Drawing submissions; and 4.1.4 In a lump sum contract or in a contract which includes lump sum bid items of Work, a preliminary schedule of values for all of the Work which may include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of work which will be confirmed in writing by Contractor at the time of submission. Such prices shall be broken down to show labor, equipment, materials and overhead and profit. 4.1.5 After award but prior to the submission of the progress schedule, Consultant, Contract Administrator and Contractor shall meet with all utility owners and secure from them a schedule of utility relocation, provided, however, neither Consultant nor City shall be responsible for the nonperformance by the utility owners. 4.2. At a time specified by Consultant but before Contractor starts the work at the Project site, a conference attended by Contractor, Consultant and others as deemed appropriate by Contract Administrator will be held to discuss the schedules to discuss procedures for handling Shop Drawings and other submittals and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 4.3. Within five (5) days from the Project Initiation Date set forth in the Notice to Proceed, a conference attended by Contractor, Consultant and others, as appropriate, will be held to finalize the schedules submitted. Within ten (10) days after the Project Initiation Date set forth in Notice to Proceed, the Contractor shall revise the original schedule submittal to address all review comments from the CPM review conference and resubmit for Consultant review. The finalized progress schedule will be accepted by Consultant only as providing an orderly progression of the Work to completion within the Contract Time, but such acceptance shall not constitute acceptance by City or Consultant of the means or methods of construction or of the sequencing or scheduling of the Work, and such acceptance will neither impose on Consultant or City responsibility for the progress or scheduling of the Work nor relieve Contractor from full responsibility therefore. The finalized schedule of Shop Drawing submissions must be acceptable to Consultant as providing a workable arrangement for processing the submissions. The finalized schedule of values must be acceptable to Consultant as to form and substance. 5. 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 attached hereto in Appendix D. 5.1. 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 pursuant to Article 6. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 20 5.2. 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. 5.3. 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. 5.4. Alternate Form of Security: In lieu of a Performance Bond and a Payment Bond, Contractor may furnish alternate forms of security which may be in the form of cash, money order, certified check, cashier's check or unconditional letter of credit in the form attached hereto in Appendix D. Such alternate forms of security shall be subject to the prior approval of City and for same purpose and shall be subject to the same conditions as those applicable above and shall be held by City for one year after completion and acceptance of the Work. 6. Qualification of Surety 6.1. Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars ($500,000.00): 6.1.1. 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. 6.1.2. 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. 6.1.3. 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 proposer 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 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 6.2. For projects of$500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 7. Indemnification 7.1 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. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. This indemnification provision 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. 7.2 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 7.1 above which may be brought against City whether performed by Contractor , or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 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: BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 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. 8.2 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 Consultant. 8.3 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. Other Insurance Provisions 1. For any claims related to this project, the 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. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 23 If any coverage required is written on a claims-made form: 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. 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. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management(or its designee) for review. 8. 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. 8.4 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. 8.5 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. 8.6 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: 2018-232-ZD CITYOF MIAMI BEACH %`‘,1 AAA!BEACH Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE 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. 9. Labor and Materials: 9.1. 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. 9.2. 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. 10. 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. 11. 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 Article 40. 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. 12. Permits, Licenses and Impact Fees: 12.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 25 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. 12.2. 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. 13. Resolution of Disputes: 13.1 To prevent all disputes and litigation, it is agreed by the parties hereto that Consultant 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 Consultant's estimates and decisions upon all claims, questions, difficulties and disputes shall be final and binding to the extent provided in Section 12.2. Any claim, question, difficulty or dispute which cannot be resolved by mutual agreement of City and Contractor shall be submitted to Consultant in writing within twenty-one (21) calendar days. Unless a different period of time is set forth herein, Consultant shall notify City and Contractor in writing of Consultant's decision within twenty- one (21) calendar days from the date of the submission of the claim, question, difficulty or dispute, unless Consultant 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, Consultant and City shall act in good faith to mitigate any potential damages including utilization of construction schedule changes and alternate means of construction. 13.2 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 of this Article. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 14. Inspection of Work: 14.1. Consultant and City shall at all times have access to the Work, and Contractor shall provide proper facilities for such access and for inspecting, measuring and testing. 14.1.1. Should the Contract Documents, Consultant's instructions, any laws, ordinances, or any public authority require any of the Work to be specially tested or approved, Contractor shall give Consultant 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 Consultant, it must, if required by Consultant, be uncovered for examination and properly restored at Contractor's expense. 14.1.2. Reexamination of any of the Work may be ordered by Consultant 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. 14.2. 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 Consultant. • 14.3. 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. 15. Superintendence and Supervision: 15.1. The orders of City are to be given through Consultant, 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 Consultant. The superintendent shall not be changed except with the written consent of Consultant, 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 Consultant upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. 15.2. 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 commencement of work for the day; the work being performed; materials, labor, personnel, equipment BID NO: 2018-232-ZD CITYOF MIAMI BEACH '/ AM!BEACH and subcontractors at the Project site; visitors to the Project site, including representatives of Consultant; 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 Consultant. 15.3. The Contract Administrator, Contractor and Consultant 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 Consultant shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 15.4. 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 Consultant, in writing, and Consultant will promptly review the same. Any work done after such discovery, until authorized, will be done at Contractor's sole risk. 15.5. 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. 16. Termination. 16.1. 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: 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; BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 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 in the 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 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 BID NO: 2018-232-ZD CITYOF MIA1;� MI BEACH ,, !BEACH 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. 16.2. 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; 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; BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 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. 16.3. 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 16.2, 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 16.2, 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, 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; ii. Accept assignments of subcontracts; iii. 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 31 warranties and guaranties for Work, equipment or materials already installed or purchased; ii. 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. d. The rights and remedies of the City under Section 16 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. 16.4. 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 (ii) 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 16. 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. 16.5. 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH ;^.;1i% "' I BEACH 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. 16.6. 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 in Section 16.1. The Contractor shall have no further recourse of any nature for wrongful termination. 16.7. 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. 16.8. 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 under this Article 16 at any time shall not constitute a waiver of such rights and remedies. 17. Contractor Right to Terminate Contractor 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 Article 8, 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 33 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 in this Section 16.8, no act, event, circumstance or omission shall excuse or relieve the Contractor from the full and faithful performance of its obligations hereunder and the completion of the Work as herein provided for. 18. 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. 19. 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. 20. 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 Consultant in writing of the existence of the aforesaid conditions. Consultant 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 Consultant, 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, Consultant shall 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 Consultant for determination in accordance with the provisions of Article 13. Should Consultant determine that the conditions of the Project site are not so materially different to justify a change in the terms of the Contract, Consultant shall so notify City and Contractor in writing, stating the reasons, and such determination shall be final and binding upon the parties hereto. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH • 34 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 Consultant as the date of substantial completion. 21. Plans and Working Drawings: City, through Consultant, 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. 22. 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 Consultant, and shall notify Consultant 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 Consultant. 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 Consultant. 23. Contractor's Responsibility for Damages and Accidents: 23.1. 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 provided in Article 29. 23.2. 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 provided in Article 29. 24. 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 Consultant, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by the provisions of Article 26 herein. 25. Supplementary Drawings: 25.1. When, in the opinion of Consultant, it becomes necessary to explain the Work to be done more fully, or to illustrate the Work further, or to show any changes BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 35 which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by Consultant. 25.2. The supplementary drawings shall be binding upon Contractor with the same force as the Project Manual. Where such supplementary drawings require either less or more than the original quantities of work, appropriate adjustments shall be made by Change Order. 26. Defective Work: 26.1. Consultant shall have the authority to reject or disapprove work which Consultant finds to be defective. If required by Consultant, 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. 26.2. 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 Consultant, 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. 26.3. 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 23 hereof and any claim regarding latent defects. 26.4. 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. 27. 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. 28. Subcontracts: 28.1. Contractor shall not employ any subcontractor against whom City or Consultant may have a reasonable objection. Contractor shall not be required to employ any subcontractor against whom Contractor has a reasonable objection. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 36 28.2. 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 Consultant may furnish to any subcontractor evidence of amounts paid to Contractor on account of specific work performed. 28.3 Contractor agrees to bind specifically every subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of City. 28.4. Contractor shall perform the Work with its own organization, amounting to not less than 30% percent of the Contract Price. 29. Separate Contracts: 29.1. City reserves the right to let other contracts in connection with this Project. Contractor shall afford other persons reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate this Work with theirs. 29.2. If any part of Contractor's Work depends for proper execution or results upon the work of any other persons, Contractor shall inspect and promptly report to Consultant any defects in such work that render it unsuitable for such proper execution and results. Contractor's failure to so inspect and report shall constitute an acceptance of the other person's work as fit and proper for the reception of Contractor's Work, except as to defects which may develop in other contractor's work after the execution of Contractor's. 29.3. Contractor shall conduct its operations and take all reasonable steps to coordinate the prosecution of the Work so as to create no interference or impact on any other contractor on the site. Should such interference or impact occur, Contractor shall be liable to the affected contractor for the cost of such interference or impact. 29.4. To insure the proper execution of subsequent work, Contractor shall inspect the work already in place and shall at once report to Consultant any discrepancy between the executed work and the requirements of the Contract Documents. 30. Use of Completed Portions: 30.1. 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 Consultant and approved by City. BID NO:2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 37 30.2. In the event City takes possession of any completed or partially completed portions of the Project, the following shall occur: 30.2.1. City shall give notice to Contractor in writing at least thirty (30) calendar days prior to City's intended occupancy of a designated area. 30.2.2. 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 as 00925 from Consultant. 30.2.3. Upon Consultant'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. 30.2.4. Contractor shall complete all items noted on the Certificate of Substantial Completion within the time specified by Consultant 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, Consultant shall issue a Final Certificate of Payment relative to the occupied area. 30.2.5. 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 partial occupancy or use. Consent of Contractor and of the insurance company or companies to such occupancy or use shall not be unreasonably withheld. 31. Lands for Work: 31.1. 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. 31.2. 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. 32. 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 38 in any way with traffic on railway, highways, or water, without the prior written consent of the proper authorities. 33. Location and Damage to Existing Facilities, Equipment or Utilities: 33.1. 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. 33.2. 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. 33.3. 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 private utility providers occupying the right-of-way. No compensation will be paid to the Contractor for any loss of time or delay. 33.4. 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. 34. Value Engineering: Contractor may request substitution of materials, articles, pieces of equipment or any changes that reduce the Contract Price by making such request to Consultant in writing after award of contract. Consultant will be the sole judge of acceptability, and no substitute will be ordered, installed, used or initiated without Consultant's prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. However, any substitution accepted by Consultant shall not result in any increase in the Contract Price or Contract Time. By making a request for substitution, Contractor agrees to pay directly to Consultant all Consultant's fees and charges related to Consultant's review of the request for substitution, whether or not the request for substitution is accepted by Consultant. Any substitution submitted by Contractor must meet the form, fit, function and life cycle criteria of the item proposed to be replaced and BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 39 there must be a net dollar savings including Consultant review fees and charges. If a substitution is approved, the net dollar savings shall be shared equally between Contractor and City and shall be processed as a deductive Change Order. City may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute approved after award of the Contract. 35. 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. 36. Changes in the Work or Terms of Contract Documents: 36.1. 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. 36.2. 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. 37. Field Orders and Supplemental Instructions: 37.1. The Contract Administrator, through Consultant, 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. 37.2. Consultant 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. 38. Change Orders: 38.1. 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. 38.2. 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 BID NO: 2018-232-ZD CITYOF MIAOMI BEACH MIAMI BEACH City Commission. All Change Orders with a value of less than $50,000 shall be approved in advance by the City Manager or his designee. 38.3. 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 Consultant as set forth in Article 13 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 Consultant 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. 38.4. 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. 38.5. Under circumstances determined necessary by City, Change Orders may be issued unilaterally by City. 39. Value of Change Order Work: 39.1. 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: 39.1.1. 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. 39.1.2. By mutual acceptance of a lump sum which Contractor and City acknowledge contains a component for overhead and profit. 39.1.3. On the basis of the "cost of work," determined as provided in Sections 38.2 and 38.3, plus a Contractor's fee for overhead and profit which is determined as provided in Section 39.4. 39.2. 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 39.3. 39.2.1. 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 41 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. 39.2.2. 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. 39.2.3. 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 Subcontractor's cost of the work shall be determined in the same manner as Contractor 'S cost of the work. All Subcontractors shall be subject to the other provisions of the Contract Documents insofar as applicable. 39.2.4. 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. 39.2.5. Supplemental costs including the following: 39.2.5.1. 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. 39.2.5.2. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 42 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 . 39.2.5.3. Sales, use, or similar taxes related to the work, and for which Contractor is liable, imposed by any governmental authority. 39.2.5.4. Deposits lost for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. 39.2.5.5. The cost of utilities, fuel and sanitary facilities at the site. 39.2.5.6. 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. 39.2.5.7. Cost of premiums for additional bonds and insurance required because of changes in the work. 39.3. The term "cost of the work" shall not include any of the following: 39.3.1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnership and sole proprietorships), 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. 39.3.2. Expenses of Contractor's principal and branch offices other than Contractor's office at the site. 39.3.3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 39.3.4. 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. 39.3.5. 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 43 equipment wrongly supplied and making good any damage to property. 39.3.6. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly included in Section 38.2. 39.4. Contractor's fee allowed to Contractor for overhead and profit shall be determined as follows: 39.4.1.A mutually acceptable fixed fee or if none can be agreed upon, 39.4.2.A fee based on the following percentages of the various portions of the cost of the work: 39.4.2.1. For costs incurred under Sections 39.2.1 and 39.2.2, Contractor's fee shall not exceed ten percent (10%). 39.4.2.2. For costs incurred under Section 39.2.3, 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 39.4.2.3. No fee shall be payable on the basis of costs itemized under Sections 39.2.4 and 39.2.5, (except Section 39.2.5.3), and Section 39.3. 39.5. 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. 39.6. Whenever the cost of any work is to be determined pursuant to Sections 38.2 and 38.3, Contractor will submit in a form acceptable to Consultant an itemized cost breakdown together with the supporting data. 39.7. 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. 39.8. 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. 39.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 44 39.8.2. Whenever a change involves Contractor and one or more Subcontractors andthe change is an increase in the Contract Price, overhead and profit percentage for Contractor and each Subcontractor shall be itemized separately. 39.9. 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." 40. Notification and Claim for Change of Contract Time or Contract Price: 40.1. 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 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 12 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. 40.2. 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 40.1. 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. 41. 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 Consultant. 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 45 42. Excusable Delay; Compensable; Non-Compensable: 42.1 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 40 hereof. Failure of Contractor to comply with Article 40 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: (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 38 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 Consultant, or (ii) is caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Consultant, then Contractor shall be entitled only to a time extension and no further compensation for the delay. 43. Substantial Completion: When Contractor considers that the Work, or a portion thereof designated by City pursuant to Article 30 hereof, has reached Substantial Completion, Contractor shall so notify City and Consultant in writing. Consultant and City shall then promptly inspect the Work. When Consultant, 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 as Form 00925 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH ', {._",."1!BEACH the Contract Administrator and Contractor for their written acceptance of the responsibilities assigned to them in such Certificate. 44. 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 as such relates to the payment of interest, shall apply to valid and proper invoices. 45. Shop Drawings: 45.1. Contractor shall submit Shop Drawings as required by the Technical Specifications. The purpose of the Shop Drawings is to show the suitability, efficiency, technique of manufacture, installation requirements, details of the item and evidence of its compliance or noncompliance with the Contract Documents. 45.2. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to Consultant a complete list of preliminary data on items for which Shop Drawings are to be submitted and shall identify the critical items. Approval of this list by Consultant shall in no way relieve Contractor from submitting complete Shop Drawings and providing materials, equipment, etc., fully in accordance with the Contract Documents. This procedure is required in order to expedite final approval of Shop Drawings. 45.3. After the approval of the list of items required in Section 45.2 above, Contractor shall promptly request Shop Drawings from the various manufacturers, fabricators, and suppliers. Contractor shall include all shop drawings and other submittals in its certification. 45.4. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. 45.5. If the Shop Drawings show or indicate departures from the Contract requirements, Contractor shall make specific mention thereof in its letter of transmittal. Failure to point out such departures shall not relieve Contractor from its responsibility to comply with the Contract Documents. 45.6. Consultant shall review and approve Shop Drawings within seven (7) calendar days from the date received, unless said Drawings are rejected by Consultant for material reasons. Consultant's approval of Shop Drawings will be general and shall not relieve Contractor of responsibility for the accuracy of such Drawings, nor for the proper fitting and construction of the work, nor for the furnishing of materials or work required by the Contract Documents and not indicated on the Drawings. No work called for by Shop Drawings shall be performed until the said Drawings have been approved by Consultant. Approval shall not relieve Contractor from responsibility for errors or omissions of any sort on the Shop Drawings. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 45.7. No approval will be given to partial submittals of Shop Drawings for items which interconnect and/or are interdependent where necessary to properly evaluate the design. It is Contractor's responsibility to assemble the Shop Drawings for all such interconnecting and/or interdependent items, check them and then make one submittal to Consultant along with its comments as to compliance, noncompliance, or features requiring special attention. 45.8. If catalog sheets or prints of manufacturers' standard drawings are submitted as Shop Drawings, any additional information or changes on such drawings shall be typewritten or lettered in ink. 45.9. Contractor shall submit the number of copies required by Consultant. Resubmissions of Shop Drawings shall be made in the same quantity until final approval is obtained. 45.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 46. Field Layout of the Work and Record Drawings: 46.1. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. Contractor shall maintain an accurate and precise record of the location and elevation of all pipe lines, conduits, structures, maintenance access structures, handholes, fittings and the like and shall prepare record or "as-built" drawings of the same which are sealed by a Professional Surveyor. Contractor shall deliver these records in good order to Consultant as the Work is completed. The cost of all such field layout and recording work is included in the prices bid for the appropriate items. All record drawings shall be made on reproducible paper and shall be delivered to Consultant prior to, and as a condition of, final payment. 46.2. Contractor shall maintain in a safe place at the Project site one record copy of all Drawings, Plans, Specifications, Addenda, written amendments, Change Orders, Field Orders and written interpretations and clarifications in good order and annotated to show all changes made during construction. These record documents together with all approved samples and a counterpart of all approved Shop Drawings shall be available at all times to Consultant for reference. Upon Final Completion of the Project and prior to Final Payment, these record documents, samples and Shop Drawings shall be delivered to the Contract Administrator. 46.3. Prior to, and as a condition precedent to Final Payment, Contractor shall submit to City, Contractor's record drawings or as-built drawings acceptable to Consultant. 47. Safety and Protection: 47.1. 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: BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 48 47.1.1. All employees on the work site and other persons who may be affected thereby; 47.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project site; and 47.1.3. 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. 47.2. 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 in Sections 47.1.2 and 47.1.3 above, 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 Consultant has issued a notice to City and Contractor that the Work is acceptable except as otherwise provided in Article 29 hereof. 47.3. 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. 48. ❑x Final Bill of Materials: Contractor shall be required to submit to City and Consultant a final bill of materials with unit costs for each bid item for supply of materials in place. This shall be an itemized list of all materials with a unit cost for each material and the total shall agree with unit costs established for each Contract item. A Final Certificate for Payment cannot be issued by Consultant until Contractor submits the final bill of materials and Consultant verifies the accuracy of the units of Work. 49. Payment by City for Tests: Except when otherwise specified in the Contract Documents, the expense of all tests requested by Consultant shall be borne by City and performed by a testing firm chosen by Consultant. For road construction projects the procedure for making tests required by Consultant will be in conformance with the most recent edition of the State of Florida, Department of Transportation Standard Specifications for Road and Bridge Construction. The cost of any required test which Contractor fails shall be paid for by Contractor. 50. Project Sign: BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 49 Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines'. 51. Hurricane Precautions: 51.1. 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. 51.2. Compliance with any specific hurricane warning or alert precautions will not constitute additional work. 51.3. Additional work relating to hurricane warning or alert at the Project site will be addressed by a Change Order in accordance with Section 38, General Conditions. 51.4. 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. 51.5. 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. 52. 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 Consultant shall determine to be just. 53. 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. 54. Nondiscrimination: In connection with the performance of the Services, the Contractor shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex, age, disability, religion, income or family status. Additionally, Contractor shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 55. Project Records: ' City shall have the right to inspect and copy, at City's expense, the books and records and accounts of Contractor which relate in any way to the Project, and to any claim for additional compensation made by Contractor, and to conduct an audit of the financial and accounting records of Contractor which relate to the Project and to any claim for additional compensation made by Contractor. Contractor shall retain and make available to City all such books and records and accounts, financial or otherwise, which relate to the Project and to any claim for a period of three (3) years following Final Completion of the Project. During the Project and the three (3) year period following Final Completion of the Project, Contractor shall provide City access to its books and records upon seventy-two (72) hours written notice. 56. 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. 57. 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: b. The chemical name and the common name of the toxic substance. c. 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. d. 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. e. The emergency procedure for spills, fire, disposal, and first aid. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMIBEACH 51 f. 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. g. 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. 58. Environmental Requlations: 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 no 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. 59. "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 Consultant, 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 Consultant, equal in substance, quality and function. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. Balance of Page Intentionally Left Blank BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 52 APPENDIX A Price Form, Bid Tender Form, & Supplements ATTACHMENT A-1: ITB Price Form & Unit Price Breakdown form ATTACHMENT A-2: Bid Tender Form ATTACHMENT A-3: Supplement to Bid Tender Form: Contractor Qualification Statement ATTACHMENT A-4: Supplement to Bid Tender Form: Non-Collusion Certificate ATTACHMENT A-5: Supplement to Bid Tender Form: Drug Free Workplace Certification ATTACHMENT A-6: Supplement to Bid Tender Form: Equal Benefits Ordinance ATTACHMENT A-7: Supplement to Bid Tender Form: Trench Safety Act ATTACHMENT A-8: Supplement to Bid Tender Form: Recycled Content Information Failure to submit the attached ITB Price Form shall render proposal non-responsive, and said non-responsive proposal shall not be considered by the City. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 53 A-1 City of Miami Beach ITB PRICE FORM- 1 17th STREET PARKING GARAGE Location: 640-17th Street, Miami Beach, FL 33139 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. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-232-ZD: Waterproofing — Traffic Coating Services for Parkin., Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages Individual Pro'ects *Lump Sum Grand Total (Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Section 2 -Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Note: Prevailing Wage Rates & Local Workforce Program Requirements are applicable for each parking garage whose estimated costs exceed $1,000,000.00. Refer to Section 0200 and Appendix D for additional information. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 54 A-1 City of Miami Beach ITB PRICE FORM- 2 12TH STREET PARKING GARAGE Location: 512 - 12th St., Miami Beach, FL 33139 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. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-232-ZD: Waterproofing — Traffic Coating Services for Parking Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages Individual Pro'ects *Lump Sum Grand Total (Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Section 2 - Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Note: Prevailing Wage Rates & Local Workforce Program Requirements are applicable for each parking garage whose estimated costs exceed $1,000,000.00. Refer to Section 0200 and Appendix D for additional information. BID NO:2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 55 A-1 City of Miami Beach ITB PRICE FORM- 3 16TH STREET PARKING GARAGE Location: 100-16TH Street, Miami Beach, FL 33139 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. Section 1 -Bidders Price: PROJECT TITLE: ITB 2018-232-ZD: Waterproofing - Traffic Coating Services for Parking Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages Individual Pro'ects *Lump Sum Grand Total (Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Section 2 -Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Note: Prevailing Wage Rates & Local Workforce Program Requirements are applicable for each parking garage whose estimated costs exceed $1,000,000.00. Refer to Section 0200 and Appendix D for additional information. BID NO:2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 56 A-1 City of Miami Beach ITB PRICE FORM- 4 1755 MERIDIAN AVE. PARKING GARAGE Location: 1755 Meridian Ave., Miami Beach, FL 33139 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. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-232-ZD: Waterproofing — Traffic Coating Services for Parking Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages Individual Pro'ects *Lump Sum Grand Total (Total Base Bid) $ *PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERING THE LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Section 2 - Bidder's Affirmation: Company: Address Line 1: Address Line 2: Telephone: Email: Signature: Title/Printed Name: Date: FAILURE TO SUBMIT THIS FORM FULLY EXECUTED AND BID BOND (IF APPLICABLE)WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Note: Prevailing Wage Rates & Local Workforce Program Requirements are applicable for each parking garage whose estimated costs exceed $1,000,000.00. Refer to Section 0200 and Appendix D for additional information. BID NO:2018-232-ZD CITYOF MIAMI BEACH MLAMIBEACH A-2 City of Miami Beach, Florida 1700 Convention Center Drive Miami Beach, Florida 33139 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: INVITATION TO BID (ITB) No. 2018-232-ZD Waterproofing —Traffic Coating Services for Parking Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages (Individual Projects) The Bidder also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total bid price plus alternates, if any, provided in the ITB Price Form in Section 00408 and to furnish the required Certificate(s) of Insurance. In the event of arithmetical errors between the division totals and the total base bid in the ITB Price Form, 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH h,+'s"R'' BEACH 58 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment 1 Amendment 6 Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 Amendment 5 Amendment 10 Attached is a Bid Bond ❑, Cash ❑, Money Order ❑, Unconditional Letter of Credit ❑, Treasurer's Check ❑, Bank Draft ❑, Cashier's Check ❑, or: Certified Check ❑ No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by signing and completing the spaces provided below. Name of Bidder: Address Line 1: Address Line 2: Telephone Number: E-mail Address: Social Security Number: OR Federal I.D. Number: Dun & Bradstreet No.: If a partnership, names and addresses of partners: (Sign below if not incorporated) WITNESSES: (Type or Print Name of Bidder) (Signature) (Type or Print Name Signed Above) BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH A-2 (Sign below if incorporated) ATTEST: (Type or Print Name of Corporation) Secretary (Signature and Title) (CORPORATE SEAL) (Type or Print Name Signed Above) Incorporated under the laws of the State of: BID NO: 2018-232-ZD CITYOF MIAMI BEACH �^,I/� d�,BEACH A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN TWO (2) BUSINESS DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# #Years 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. 3. What business are you in? 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. 5. Have you ever failed to complete any work awarded to you? If so, where and why? 6. List owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. BID NO: 2018-232-ZD CITYOF MIAMI BEACH hY";;,4^J1I BEACH A-3 8. Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-venturers): a. Name of Project b. Owner and Point of Contact (Minimum of Phone Number& E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent (%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project and does the Bidder have a complete plan for its performance? ❑ Yes No 10. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: B. The business is a: ❑ Sole Proprietorship ❑ Partnership ❑ Corporation C. The address of principal place of business is: D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH A-3 E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). • H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. I. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 63 A-3 J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, please provide details. K. Under what conditions does the Bidder request Change Orders? L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. M. Individuals or entities (including our sub-consultants) with a controlling financial interest: have have not 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. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. N. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or suspended from performing work for the Federal Government or any State or Local Government or subdivision or agency thereof? ❑Yes El No O. Are any indictments, debarments, disqualifications, or suspensions referenced on the previous page current? ❑Yes No If the answer to either number N or 0 is yes, attach a written detailed explanation. BID NO: 2018-232-ZD CITYOF MIAMI BEACH k44‘: " r'`BEACH 64 A-3 P. Is the business entity owned by a certified service-disabled veteran, and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, and Information Technology Act of 2006, and cited in the Database of Veteran-owned Business? ❑Yes No Q. 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, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. R. 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. Proposer 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, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. S. 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 proposer 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 (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 time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNERSHIP: Signature Print Name of Firm Print Name Address Title: CONTINUED ON FOLLOWING PAGE IF CORPORATION: Signature Print Name of Corporation Print Name Address Title: WITNESS: Signature Print Name Title: (CORPORATE SEAL) Attest: Secretary BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 66 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this day of , 20_. The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this Bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 2018-232-ZD. SIGNATURE PRINTED NAME TITLE (IF CORPORATION) BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMIBEACH 67 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1) through (6). BID NO:2018-232-ZD CITYOF MIAMI BEACH MIAAAI BEACH 68 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION (Bidder Signature) (Print Vendor Name) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of 20 , by as (name of person whose signature is being notarized) (title) of (name of corporation/company) known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PUBLIC: (Signature) (Print Name) My commission expires: BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-XXX of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over$100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 70 A-6 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; • The City contract is valued at less than $100,000; • The contractor has less than 51 employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; • Contracts for professional A/E, landscape A/E, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; • Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH A-6 • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; • The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an employee with the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; • Termination of the contract; • Monies due under the contract may be retained by the City until compliance is achieved; • Debarment of contractors from City work, as prescribed by the City Code. Balance of Page Intentionally Left Blank BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH A-6 MIAMI BEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information Name of Company: Name of Company Contact Person: Phone Number: Fax Number: E-mail: Vendor Number(if known): Federal ID or Social Security Number: Approximate Number of Employees in the U.S.: (If 50 or less,skip to Section 4,date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? Yes No Union name(s): Section 2. Compliance Questions Question 1. Nondiscrimination -Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note: a "YES" answer means your company agrees it will not discriminate; a "NO" answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. ❑ Race Yes No ❑ Sex _Yes_No ❑ Color Yes No ❑ Sexual Orientation _Yes_No ❑ Creed _Yes_No ❑ Gender Identity(transgender status) _Yes_No ❑ Religion _Yes_No ❑ Domestic partner status _Yes_No ❑ National origin _Yes_No ❑ Marital status _Yes_No ❑Ancestry _Yes_No ❑ Disability _Yes_No ❑Age _Yes_No ❑AIDS/HIV status _Yes_No ❑ Height _Yes_No ❑Weight _Yes_No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Please note:you must answer this question,even if you do not intend to enter into any subcontracts. Yes No BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH A-6 Question 2. Nondiscrimination -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 bids, 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 Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: www.miamibeachfl.gov/procurement/ BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 74 A-6 Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document; to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist, attach an explanation. Have you submitted supporting documentation for each benefit offered? _Yes_No Section 4. Executing the Document I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Executed this day of ,in the year ,at , Signature Mailing Address Name of Signatory City,State,Zip Code Title BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 75 A-6 MIAMIBEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; B. Are unable to do so; and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s) you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 12 Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature City, State, Zip Name of Signatory (please print) Telephone Number Title Date BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers willing to offer equal benefits to the City Contractor; and 3. The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. Cash Equivalent "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner(or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: A. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. B. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. C. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 77 A-6 MIAMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Department evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be available: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 78 A-6 B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved: If requesting extension beyond three months, please explain basis: C. Collective Bargaining Agreements (CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s)where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3) months from the date the contract with the City is entered into. For a delay to be granted under this provision, written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement; • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 79 A-6 I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature City, State, Zip Name of Signatory (please print) Telephone Number Title Date BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 80 A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the costs and methods summarized below: Quantity Unit Description Unit Price Price Extended Method Total $ Name of Bidder Authorized Signature of Bidder BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] BID NO: 2018-232-ZD CITYOF MIAMI BEACH 82 A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. BID NO: 2018-232-ZD CITYOF MIAMI BEACH �y;+ � � `BEACH APPENDIX B List of Plans and Specifications BID NO: 2018-232-ZD CITYOF MIAMI BEACH BE .~, MIAMIBEACH B LIST OF PLANS & SPECIFICATIONS Sheet No./Spec. PageNo Title/Description ITB 2018-232-ZD : Waterproofing—Traffic Coating Services for Parking Garage Decks - Specifications Division 7—Thermal and Moisture Protection Section 071800—Traffic Coatings 1-5 N/A Spec Component: SC-SL22-08/12 Sikalastic 22 Lo-Mod Traffic System (Extra Heavy Vehicular Traffic—UV Stable Full Broadcast) Division 7—Thermal and Moisture Protection Section 071800—Traffic Coatings 6-9 N/A Spec Component:SC-720-03/10 Sikalastic 720/745 Traffic System BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 85 APPENDIX C Required Forms for Bid Submittal (Note: Attachments below only apply if the adjacent box is checked) ® ATTACHMENT C-1: Prevailing Wage and Local Workforce Participation Program Requirements ® ATTACHMENT C-1 A: Responsible Contractor Affidavit Form (PART A) ® ATTACHMENT C-1 B: Responsible Contractor Affidavit Form (PART B) ® ATTACHMENT C-2: Bid Guaranty Form; Unconditional Letter Of Credit ® ATTACHMENT C-3: Statement Of Compliance: Prevailing Wage Rate Ordinance ® ATTACHMENT C-4: Statement Of Compliance: Davis Bacon Wages BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 86 C-1 The Requirements of the Prevailing Wage and Local Workforce Participation Programs shall apply to the award of this project. The purpose of this appendix is to summarize, for clarity, the requirements of the City's Prevailing Wage and Local Workforce Program Requirements. In the event of any omissions or conflicts, the requirements of the City Code, with respect to these programs, shall prevail. I. MINIMUM WAGES AND BENEFITS 1. Employee Compensation. The rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by the contractor or subcontractor on the work covered by the contract, shall be not 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. (reference: Sec 31-27). 2. Notice Requirement. On the date on which any laborer or mechanic commences work on a construction contract to which this article applies, the contractor shall be required to post a notice in a prominent place at the work site stating the requirements of this article. (reference: Sec 31-29). 3. Certified Payrolls. With each payment application, Contractor shall submit a copy of all payrolls, including (at a minimum) the name and zip code for the covered employee, to the City accompanied by a signed "Statement of Compliance" indicating that the payrolls are correct and complete and that each laborer or mechanic has been paid not less than the proper prevailing wage rate for the work performed. Beginning, January 30, 2018, all payroll submittals shall be completed electronically via the City's electronic compliance portal, LCP Tracker. No payment application shall be deemed accepted until such time as the Procurement Department has confirmed that a certified payroll for the applicable payment application has been accurately submitted in LCP Tracker. a. LCP Tracker Training. The Procurement Department offers ongoing training in LCP Tracker to all contractors. To schedule a training session, contact Alian Gonzalez at AlianGonzalez@MiamiBeachFL.gov or at 305-673-7490. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 87 C-1 II. LOCAL WORKFORCE PARTICIPATION GOALS 1. Responsible Contractor Affidavit. As a condition of being responsive to the requirements of the solicitation and eligible to be considered for award, the bidder shall submit a Responsible Contractor Affidavit. The Responsible Contractor Affidavit (RCA) is comprised of two (2) forms — RCA-Part A and RCA-Part B. Both forms are required to be submitted with the bid or within 48 business hours of being notified by the Procurement Contracting Officer for the solicitation. Failure to submit the RCA shall result in the bid being disqualified and deemed non-responsive. a. Part A—Commitment to Promote Local Workforce Participation. The contractor, and each subcontractor, shall submit RCA-Part A affirming that it 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 affirm that it will make its best reasonable efforts to promote employment opportunities for Miami Beach residents.To download RCA-Part A affidavit, click here. b. Part B — Position / Employee Data. The contractor, and each sub-contractor shall submit RCA-Part B with the following sections completed: • Section 1 — Indicate the number of positions required to complete the contract work, the minimum qualification(s) for each position, the number of positions currently staffed, and the number of positions to be hired. • Section 2 — For the positions indicated in Section 1, specify the name, address, and position of each current employee of the contractor or subcontractor. To download RCA-Part B form, click here. 2. Workforce Performance Report. Before its final application for payment, the contractor shall submit its final Certified Payroll in LCP Tracker, which shall be deemed its final Workforce Performance Report. If the project goal of thirty percent (30%) of all construction labor hours to be performed by Miami-Dade County residents is not met, the Contractor shall submit supporting documentation verifying reasonable efforts to promote employment opportunities for Miami Beach and Miami-Dade County residents. No final payment application may be approved without this information. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH c-1 III. PROCESS FLOW The following graphic outlining the major steps of the Prevailing Wage and Local Workforce Participation programs is provided illustrative purposes only. 6.Contractor submits Workforce Performance 1.Bidder submits a Report prior to submittal of final bid or proposal. payment application. 2.With its bid or proposal,Bidder 5.Project submits Completed. Responsible Contractor Affidavit-Parts A and B. 4.Prior to submitting every payment application, 3.Project Awarded. Contractor submits Certified Payrolls in LCP Tracker. Balance of Pape Intentionally Left Blank BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 89 C-1A THIS FORM IS REQUIRED TO BE SUBMITTED WITH THE BID OR WITHIN 48 BUSINESS HOURS OF REQUEST. LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part A - Commitment to Promote Local Workforce Participation In accordance with Article III, Section 31-40 of the Miami Beach Code, all contractors and subcontractors of any tier performing on a city contract valued in excess of$1,000,000 for (i) the construction, demolition, alteration and/or repair of city buildings or city public works projects, or (ii) a contract valued in excess of $1,000,000 which provides for privately-funded construction, demolition, alteration and/or repair of buildings or improvements located on city-owned land, and which are subject to Section 31-40 of the Miami Beach Code shall comply with the requirements of the Local Workforce Participation Program. The undersigned Contractor affirms that, should it be awarded the contract pursuant to this solicitation, it shall comply with the following: i. The contractor will make its best reasonable efforts to promote employment opportunities for local Miami- Dade County residents and seek to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. ii. The contractor will also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. To verify workers' residency, contractor(s) shall provide the residence address of each worker. Print Name of Affiant Print Title of Affiant Signature of Affiant Name of Firm Date Address of Firm State Zip Code Notary Public Information Notary Public— State of County of Subscribed and sworn to(or affirmed) before me this day of, 20 by He or she is personally known to me 0 or has produced identification 0 Type of identification produced Signature of Notary Public Serial Number Print or Stamp of Notary Public Expiration Date Notary Public Seal BID NO: 2018-232-ZD CITYOF MIAMI BEACH fRY 1 fah `!F BEACH 90 C-1 B THIS FORM IS REQUIRED TO BE SUBMITTED WITH THE BID OR WITHIN 48 BUSINESS HOURS OF REQUEST. LOCAL WORKFORCE PARTICIPATION PROGRAM Responsible Contractor Affidavit Form Part B — Positions/Employee Data SECTION 1—REQUIRED POSITIONS.Specify the total number of positions that will be used by the Contractor(and by all subcontractors)to perform all of the construction trades and labor work of the contract, broken down by trade and labor category, minimum qualifications for each category, and the number of persons to be utilized in each category. Name of Contractor/Subcontractor: A B C D E Trade/Category Minimum Qualification(s) No.of Positions Required No.of Positions Currently No.of Positions to be for the Work Staffed Hired Total SECTION 2—CURRENT EMPLOYEES.For those positions currently staffed by the contractor or subcontractor(Column D),identify each individual by name,address and trade category of all persons proposed to perform work under the contract currently on the contractor's or subcontractor's payroll who reside in Miami Beach and Miami-Dade County. Employee Name Address Trade/Category Performing I certify that the representations contained in this Construction Workforce Plan are to the best of my knowledge true and accurate. Signature of Affiant Print Name Print Title Date BID NO:2018-232-ZD CITYOF MIAMI BEACH M1/4'1‘01 BEACH 91 C-2 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 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 92 C-2 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 (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 la-+w should arise, Florida law shall prevail. Authorized Signature BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 93 ❑ STATEMENT OF COMPLIANCE: C-3 PREVAILING WAGE RATE ORDINANCE NO. 94-2960 No. Contract No. Project Title The undersigned CONTRACTOR hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by City of Miami Beach Ordinance No. 94-2960 and the applicable conditions of the Contract. Dated , 20 (Contractor) By: (Signature) By: (Print Name and Title) STATE OF ) ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20_, by who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20_ (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO: 2018-232-ZD CITYOF MIAMI BEACH "IBEACH 94 C-4 ElSTATEMENT OF COMPLIANCE: DAVIS BACON ACT No. Contract No. Project Title The undersigned Contractor hereby swears under penalty of perjury that, during the period covered by the application for payment to which this statement is attached, all mechanics, laborers, and apprentices, employed or working on the site of the Project, have been paid at wage rates, and that the wage rates of payments, contributions, or costs for fringe benefits have not been less than those required by the Davis Bacon Act and the applicable conditions of the Contract. Dated , 20 Contractor By: (Signature) By: (Print Name and Title) STATE OF ) ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this day of , 20_, by who is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of , 20_. (NOTARY SEAL) (Signature of person taking acknowledgment) (Name of officer taking acknowledgment) (typed, printed or stamped) (Title or rank) (Serial number, if any) My commission expires: BID NO: 2018-232-ZD CITYOF MIAMI BEACH "iABEACH APPENDIX D Required Forms (Post-Award) ATTACHMENT D-1: Form of Performance Bond ATTACHMENT D-2: Form of Payment Bond ATTACHMENT D-3: Certificate of Corporate Principle 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 96 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 97 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.: BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 98 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 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.: BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 100 D-3 CERTIFICATE AS TO CORPORATE PRINCIPAL , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s) was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 102 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 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: BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 105 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 106 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) (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_ BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 107 APPENDIX E Sample Contract BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 108 MIAMIBEACH SAMPLE CONTRACT NOTE: This Sample Contract is for informational purposes only. The contents of ttil contract may change based on the best interests of the City. CONTRACT THIS CONTRACT is by and between the City of Miami Beach, Florida, a municipal corporation of the State of Florida,("City"), and ("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 Standing 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 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 (_) calendar days from the issuance of the second Notice to Proceed, and completed and ready for final payment in accordance with Article 5 within (_) calendar days from the date certified by Consultant as the date of 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH VI,/-‘,\A i BEACH 109 dollars ($ ) 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 dollars ($ ) 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:* [X] This is a Lump Sum 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 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:* BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 110 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 $ , consisting of a base bid in the amount of $ and a separate line item in the amount of $ 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, exclusive of 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 ITB 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 be limited to, at Consultant's discretion, 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. 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 ITB Section 0500, Sub-Section 43. 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 111 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 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, Consultant shall, within ten (10) calendar days, make an inspection 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 (Form 00926) 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, 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 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 112 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 state or federal provision shall prevail and govern the performance of the Work. 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, consultant or other provider, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not submit bids on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with the City, and may not transact any business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Contractor shall result in cancellation of the 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 113 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: Attn: With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Attn: 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. 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 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 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. 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 City Clerk Mayor ATTEST: BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 115 Signature/Secretary Signature/President Print Name Print Name Date ATTACHMENTS ATTACHMENT A - Resolution, Commission Item Summary, and Commission Memorandum ATTACHMENT B - Invitation to Bid ("ITB") ATTACHMENT C - Bidder's Response to the ITB 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 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 116 APPENDIX F Specifications BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMIBEACH 117 ATTACHMENT C CONTRACTORS RESPONSE TO THE (ITB) Detail by Entity Name Page 1 of 3 Florida Department of State DIVISION OF CORPORATIONS .4101Dl vu1oi t of 4 "brg CD pop'A1nrnr t ( we a/finial Scour of Florida rnybxite Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Florida Profit Corporation TECTA AMERICA SOUTH FLORIDA, INC. Filing Information Document Number K24887 FEI/EIN Number 65-0056654 Date Filed 05/27/1988 State FL Status ACTIVE Last Event CORPORATE MERGER Event Date Filed 02/23/2010 Event Effective Date 03/01/2010 Principal Address 1431 SW 30TH AVENUE DEERFIELD BEACH, FL 33442 Changed: 05/01/1996 Mailing Address 1431 SW 30TH AVENUE DEERFIELD BEACH, FL 33442 Changed: 05/01/1996 Registered Agent Name&Address CT CORPORATION SYSTEM 1200 S PINE ISLAND RD PLANTATION, FL 33324 Name Changed:05/30/2012 Address Changed: 05/30/2012 Officer/Director Detail Name&Address Title President Eberly,Timothy S 1431 SW 30TH AVENUE DEERFIELD BEACH, FL 33442 http://searc h.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 3/14/2019 Detail by Entity Name Page 2 of 3 Title VP REGINELLI, DAVID R 9450 W. BRYN MAWR AVE., SUITE 500 ROSEMONT, IL 60018 Title VP RYAN, MELINDA E 588 MONROE SANFORD, FL 32771 Title VP Santana, Robert 588 MONROE SANFORD, FL 32771 Title VP Eastmond, Enrico J 1431 SW 30TH AVENUE DEERFIELD BEACH, FL 33442 Annual Reports Report Year Filed Date 2017 01/10/2017 2018 01/16/2018 2019 02/12/2019 Document Images 02/12/2019--ANNUAL REPORT View image in PDF format 01/16/2018--ANNUAL REPORT View image in PDF format 01/10/2017--ANNUAL REPORT View image in PDF format 03/08/2016—ANNUAL REPORT View image in PDF format 03/18/2015--ANNUAL REPORT View image in PDF format 04/15/2014--ANNUAL REPORT View image in PDF format 06/17/2013--AMENDED ANNUAL REPORT View image in PDF format 04/16/2013—ANNUAL REPORT View image in PDF format 05/30/2012--Req.Agent Change View image in PDF format 04/30/2012—ANNUAL REPORT View image in PDF format 02/25/2011—ANNUAL REPORT View image in PDF format 06/14/2010--ANNUAL REPORT View image in PDF format 02/23/2010--Merger View image in PDF format 02/18/2010--ANNUAL REPORT View image in PDF format 12/29/2009--Merger View image in PDF format 04/20/2009--ANNUAL REPORT View image in PDF format 12/08/2008--Merger View image in PDF format 03/07/2008--ANNUAL REPORT View image in PDF format http://search.sunb iz.org/Inquiry/CorporationS earch/SearchResultDetai l?inq... 3/14/2019 Detail by Entity Name Page 3 of 3 01/19/2007—ANNUAL REPORT View image in PDF format 01/09/2006—ANNUAL REPORT View image in PDF format 10/07/2005--ANNUAL REPORT View image in PDF format 01/31/2005--ANNUAL REPORT View image in PDF format 10/27/2004--ANNUAL REPORT View image in PDF format 03/12/2003—ANNUAL REPORT View image in PDF format 03/11/2002—ANNUAL REPORT View image in PDF format 01/27/2001—ANNUAL REPORT View image in PDF format 02/02/2000—ANNUAL REPORT View image in PDF format 03/03/1999--ANNUAL REPORT View image in PDF format 04/29/1998—ANNUAL REPORT View image in PDF format 05/19/1997—ANNUAL REPORT View image in PDF format 7 05/01/1996—ANNUAL REPORT View image in PDF format 05/01/1995--ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 3/1 4/20 19 Name History Page 1 of 1 Florida Department of State DIVISION OF CORPORATIONS .Jlvlltt l (if ft &j'brg �;-_c AT 0.t mr.../Jtrw!.;tate of Florida tivrb.0 v Department of State / Division of Corporations I Search Records / Return to Detail Screen / Return to Detail Screen Events TECTA AMERICA SOUTH FLORIDA, INC. Document Number K24887 Date Filed 05/27/1988 Effective Date None Status Active Event Type Filed Effective Description Date Date MERGER NAME OLD NAME WAS :WEISS&WOOLRICH SOUTHERN 12/29/2009 01/01/2010 CHANGE ENTERPRISES, INC. Return to Detail Screen Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/NameHistory?aggregate... 3/14/2019 A-2 Acknowledgment is hereby made of the following addenda (identified by number) received since issuance of this Solicitation: Amendment 1 Amendment 6 ,/C 79/S• . Amendment 2 4_ // / - Amendment 7 /1 ��/Y- Amendment 3 !7 / 9 / Amendment 8 ` p/ Amendment 4 l D �(^ - r /0- ? , j Amendment 9 // _ _ Amendment 5 /C7 _ e/ Amendment 10 Attached is a Bid Bond 4A, Cash 0, Money Order ❑, Unconditional Letter of Credit ❑ Treasurer's Check ❑, Bank Draft ❑, Cashier's Check ❑, or: Certified Check ❑ No. Bank of for the sum of Dollars ($ ). The Bidder shall acknowledge this bid by sig 'ng and completing the spaces provided below. � b, Flow. of Bidder: r ��ri �� �,.� 1- /C1'/. Cie% Address Line 1: /' / `S't's/ 014 Address Line 2: OE t-f- , �P `Pry -t ` 3c3/e/2 Telephone Number: 9,—/• j//9 • 93 S E-mail Address: , 45' (>9 ley (c Social Security Number: OR Federal I.D. Number: 1 'c ,/ 59' Dun & Bradstreet No.: If a partnership, names and addresses of partners: (Sign below if not incorporated) /j r /IAI /Ccf Sce// rie WITNESSES: (Type or Print Name of Bidder) 1 (Signature) f or �- / i ;M /-74 (Type or Print Name Si ned Above) BID NO: 2018-232-ZD CITYOF MIAMI BEACH BEACH 59 A-3 SUPPLEMENT TO BID/TENDER FORM: CONTRACTOR QUALIFICATION STATEMENT THIS COMPLETED FORM SHOULD BE SUBMITTED WITH THE BID; HOWEVER, ANY ADDITIONAL INFORMATION NOT INCLUDED IN THE SUBMITTED FORM AS DETERMINED IN THE SOLE DISCRETION OF THE CITY, SHALL BE SUBMITTED WITHIN TWO (2) BUSINESS DAYS OF THE CITYS REQUEST. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. Please list all Licenses, Certifications, and/or Registrations your organization may possess. Please also indicate the number of years your organization has been in possession of these licenses, certifications, and/or registrations. License/Certification#/Registration# #Years C cr /.3,202/ /. 2. Attach a list of the Key Personnel, the intended role for this Project, and resumes for each individual. 3. What business are you in? ( 0// ,,,; di-el)re r l/7,2 4. Please indicate the last project of similar scope and volume that your organization has completed and its completion date. /j/ r 714lie ry9ilFO , 5. Have you ever failed to complete any work awarded to you? If so, where and why? (1 6. List owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. 4/e 7. References & Past Performance. Bidder shall submit at least three (3) references for whom the proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: Proposer shall submit a minimum of three (3) references, including the following information: 1) Firm Name, 2) Contact Individual Name & Title, 3) Address, 4) Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. BID NO:2018-232-ZD CITYOF MIAMI BEACH 61 A-3 8. Attach a list including the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co-venture, list the information for all co-venturers): a. Name of Project b. Owner and Point of Contact (Minimum of Phone Number & E-mail Address) c. Original Contract Value d. Current Contract Value e. Projected Date of Completion per Contract f. Percent (%) Completion to Date of Bid Submittal 9. Has a representative of the Bidder completely inspected the proposed project a does the Bidder have a complete plan for its performance? Yes ❑No 10. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). Additional Sheets may be attached as necessary. A. The correct name of the Bidder is: / B. The business is a: D Sole Proprietorship nership Corporation C. The address of principal place f b siness is: /7V 'Stil ?(.714-t/ _ (/e . (ik-,7{;(:).// 37yy2 D. The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: /ii-r7 /,--- -1.2,-, (/ re; 1 lI rf cc /, e,gf 44 0/ 0i ce C/ // C/a / t�� /// - M ."4-? t.- BID NO:2018-232-ZD CITYOF MIAMI BEACH BEACH 62 A-3 E. List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder were principals or officers. /V 1/7e F. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description the disposition of each such petition. G. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last five (5) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). H. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Bidder or its predecessor organization(s) during the last five (5) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. /1 /i- ` ` r_ I. List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. 14/0,4e- BID NO:2018-232-ZD CITYOF MIAMI BEACH BEACH 63 A-3 J. Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last five (5) years? If yes, please provide details. ,a d; K. Under what conditions does the Bidder request Change Orders? A e-- et WIa n G r 1 4 �/� i L. Provide the names of all individuals or entities (including your sub-consultants) with a controlling financial interest and the percentage of ownership. The term "controlling financial interest" shall mean the ownership, directly or indirectly, of 10% or more of the outstanding capital stock in any corporation or a direct or indirect interest of 10% or more in a firm. The term "firm" shall mean any corporation, partnership, business trust or any legal entity other than a natural person. ���f c• j l"e l't.>7 r'' j M. Individuals or entities (incl ding our sub-consultants) with a controlling financial interest: have have not 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. Please provide the name(s) and date(s) of said contributions and to whom said contribution was made. N. Has the Corporation, Officers of the Corporation, Principal Stockholders, Principals of the Partnership or Owner of Sole Proprietorship ever been indicted, debarred, disqualified or su pended from performing work for the Federal Government or any State or Local vernment or subdivision or agency thereof? LlYes No O. Are any indictor ts, debarments, disqualifications, or suspensions referenced on the previous page urrent? ❑Yes r No If the answer to either number N or 0 is yes, attach a written detailed explanation. BID NO:2018-232-ZD CITYOF MIAMI BEACH 64 A-3 P. Is the business entity owned by a certified service-disabled veteran, and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, an Information Technology Act of 2006, and cited in the Database of Veteran-owned usiness? Yes o Q. 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, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. R. 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. Proposer 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, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. S. 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 proposer 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 (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 time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer 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. BID NO:2018-232-ZD CITYOF MIAMI BEACH 65 BEACH ( A-3 CONTRACTOR QUALIFICATION STATEMENT VALIDATION: The undersigned certifies that the information provided in this questionnaire is correct and accurate. IF PARTNEF�$HIP:� Signature Print Name of Firm Print Name Address Title: CONTINUED ON FOLLOWING PAGE IF CORPORATION: 4 i , on (/VC Signature Print Name of Corporation /1/r1 / ` P/'/ //��3/ i3Q / ,4) OPp4/10/e)809-/fi Print Name 4 Address 3VrZ Title: , /'PS/ O V/7 i--- J WITNESS* '. Signa •re Tint 1 ame Title: /..."=-M r/'t 0/ (CORPORATE SEAL) Attest: 'f� Secretary BID NO:2018-232-ZD CITYOF MIAMI BEACH BEACH 66 A-4 SUPPLEMENT TO BID/TENDER FORM: NON-COLLUSION CERTIFICATE THIS FORM MUST BE SUBMITTED PRIOR TO AWARD FOR BIDDER TO BE DEEMED RESPONSIBLE. Submitted this / day of Oer , 20 The undersigned, as Bidder, declares that the only persons interested in this Bid are named herein; that no other person has any interest in this Bid or in the Contract to which this Bid pertains; that this Bid is made without connection or arrangement with any other person; and that this Bid is in every respect fair and made in good faith, without collusion or fraud. The Bidder agrees if this Bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the Bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the Bid pertains. The Bidder states that this Bid is based upon the documents identified by the following number: Bid No. 2018-232-ZD. SIGNATURE PRINTED NAME 4,4 /' e,c/4-7/— TITLE (IF CORPORATION) BID NO: 2018-232-ZD CITYOF MIAMI BEACH 67 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION The undersigned Bidder hereby certified that it will provide a drug-free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establishing a continuing drug-free awareness program to inform its employees about: (i) The dangers of drug abuse in the workplace; (ii) The Bidder's policy of maintaining a drug-free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the Contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered Contract, the employee shall: (i) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than five (5) calendar days after such conviction; (5) Notifying the City in writing within ten (10) calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within thirty (30) calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (i) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs(1) through (6). BID NO:2018-232-ZD CITYOF MIAMI BEACH BEACH 68 A-5 SUPPLEMENT TO BID/TENDER FORM: DRUG FREE WORKPLACE CERTIFICATION (Bidder Signature) r F73(1 a<Le.11 (Print Vendor Name) STATE OF f--yer,e/,01 COUNTY OF erafrietr-/ The foregoing instrument was acknowledged before me this /3 day of (-)Py-- 20/i, by 7 ,In Eh•e, A as /(name of person whose signature is being notarize P+ f'_ s lG e_4:\4- (tale)of -Fez- r C"G 5aL (name of corporation/company) known to me to be the person described herein, or who produced as identification, and who did/did not take an oath. NOTARY PUBLIC: Of 'tom/J 491"44', MARLENE ADAMS (Signature) 4.4T,°1040:, uv coMsnsslo*�a FPQI7__94 �n,F� EXPIRES September lb.2019 01 r'(e (1- _ -d&cr (Print Name) My commission expires: / /0 _a o 1 1 BID NO:2018-232-ZD CITYOF MIAMI BEACH AMBEACH BEACH 69 A-6 SUPPLEMENT TO BID TENDER FORM: EQUAL BENEFITS ORDINANCE SUMMARY The foregoing analysis provides a summary of the major points of the proposed Ordinance: 1) What is the intent of the Ordinance? The proposed Ordinance will require certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive bids, to provide "Equal Benefits" to their employees with Domestic Partners, as they provide to employees with spouses. 2) How are "Equal Benefits" defined and what kind of "Benefits" does the Ordinance cover? "Equal Benefits" means that contractors doing business with the City who are covered by the Ordinance shall be required to provide the same type of benefits that they offer to employees and their spouses, to employees with Domestic Partners. The type of "Benefits" defined by the Ordinance and which may be offered by a contractor include: sick leave, bereavement leave, family medical leave, and health benefits. The "Benefits" defined in the Ordinance are the same type of benefits that the City provides to Domestic Partners of City employees, pursuant to Section 62-XXX of the City Code]. Notwithstanding the definition of "Benefits" in the Ordinance, to comply with the Ordinance a Contractor is not required to provide all the above-described benefits. Contractors are only required to offer the same type of Benefits they offer to their employees with spouses, to employees with Domestic Partners. Additionally, a Contractor who offers no benefits to employees or their spouses, would not be required to offer any benefits to employees with Domestic Partners (and would still be in compliance with the Ordinance).] 3) Who is considered a "Domestic Partner" under the Ordinance? A "Domestic Partner" shall mean any two (2) adults of the same or different sex who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. 4) What type of Contracts and/or which Contractors are covered by the Ordinance? The Ordinance only applies to the following: • Competitively bid City contracts (bids, RFP's, RFQ's, RFLI's, etc.), • Contracts valued at over $100,000, • Contractors who maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks in either the current or the preceding calendar year, • Contractors covered by the Ordinance are only required to comply as to employees who: 1) either work within the City limits of the City of Miami Beach; or 2) the contractor's employees located in the United States, but outside of the City limits, only if those employees are directly performing work on the City contract (covered by the Ordinance). BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIA/Vo BEACH 70 A-6 5) In what cases does the Ordinance not apply? The provisions of the Ordinance do not apply where: • The City contract has been has been entered into prior to the effective date of the Ordinance (including renewal terms contained in such contracts); • The City contract is not competitively bid; • The City contract is valued at less than $100,000; • The contractor has less than 51 employees; • The contractor does not provide Benefits either to employees' spouses or to employees' Domestic Partners; • The contractor is a religious organization, association, society or any nonprofit charitable or educational institution or organization operated, supervised or controlled by or in conjunction with a religious organization, association or society; • The contractor is another government entity. The following City contracts are not covered by the Ordinance: • Contracts for sale or lease of City property; • Development Agreements; • Contracts/grants for CDBG, HOME, SHIP, and Surtax funds administered by the City's Office of Community Development; • Cultural Arts Council grants; • Contracts for professional NE, landscape NE, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes ("The Consultants Competitive Negotiation Act"; • Contracts for the procurement of life, health, accident, hospitalization, legal expense, annuity insurance, or any and all other kinds of insurance for the officers and employees of the City and their dependents, from a group insurance plan. The Ordinance provides, upon written recommendation of the City Manager, that the City Commission may, by 5/7ths vote, waive application of the Ordinance for the following: • Emergency contracts; • Contracts where only one bid response is received; • Contracts where more than one bid response is received, but none of the bidders can comply with the requirements of the Ordinance. The City's ability to apply the Ordinance may also be preempted in instances where the Ordinance impacts health, retirement, or pension program which fall within the jurisdiction of the Employee Retirement Income Security Act (ERISA), and may under certain circumstances be held invalid under Federal preemption. 6) How is the Ordinance enforced by the City? • City contracts that are covered by the Ordinance shall notify potential bidders/proposers of the Ordinance and its requirements in the ITB documents; • At the time of entering into the contract with the City, the proposed City contractor shall certify to the City that it intends to provide Equal Benefits, along with the description of its employee benefits plan, which needs to be delivered to the Procurement Director prior to entering into the contract; BID NO:2018-232-ZD CITYOF MIAMI BEACH BEACH 71 A-6 • The City has the ongoing right to investigate/audit contracts for compliance with the provisions of the Ordinance; • The contractor is required to post notice to its employees at its place of business that it provides Equal Benefits. 7) Is there another way for a Contractor who does not provide Equal Benefits to comply with the Ordinance? If a contractor covered by the Ordinance has made a reasonable yet unsuccessful effort to provide Equal Benefits, it can still comply with the Ordinance by providing an employee with the "Cash Equivalent" of the similar benefit(s) offered to the contractor's employees and their spouses. 8) What are the penalties for non compliance? Failure of a contractor to comply with the requirements of the Ordinance may result in the following: • Breach/default under the contract; • Termination of the contract; • Monies due under the contract may be retained by the City until compliance is achieved; • Debarment of contractors from City work, as prescribed by the City Code. Balance of Page Intentionally Left Blank BID NO:2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 72 A-6 MIAMIBEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section 1.Vendor Information / % Name of Company: / / 9 /c G( is C �/� Name of Company Contact Person: fie, Phone Number:? 3'4 99` 7 Fax Number:9}W,IYF,E-mail: a€ps��4✓iJ gf" t,Yterycm. &•i Vendor Number(if known): Federal ID or Social Security Number:45---..e0 5—NG-':;/Cr Approximate Number of Employees in the U.S.: �a (If 50 or less,skip to Section 4,date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? Yes + No Union name(s): Section 2.Compliance Questions Question 1. Nondiscrimination-Protected Classes A. Does your company agree to not discriminate against your employees, applicants for employment, employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below? Please note: a "YES" answer means your company agrees it will not discriminate; a "NO" answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. Race ✓Yes_No Sex Yjs_No Color JY s_No Sexual Orientation _`Y s_No Creed t/Y s_No Gender Identity(transgender status) rY s_No Religion 41yes_No Domestic partner status L'Y s_No National origin _✓ es_No Marital status 1`Y s_No Ancestry I7es_No Disability jY s_No Age "Yes_No AIDS/HIV status ,/Y/ s_No Height Yes_No Weight s_No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract you have with the City? Ple a note:you must answer this question,even if you do not intend to enter into any subcontracts. Yes No BID NO:2018-232-ZD CITYOF MIAMI BEACH BEACH 73 A-6 Question 2. Nondiscrimination-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 bids, 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* .r 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 Firm Provides Firm does not for Employees for Employees Provide Benefit with Spouses with Domestic Part? s Health ,/ Sick Leave Family Medical Leave L Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at: www.miamibeachfl.gov/procurement) BID NO: 2018-232-2D CITYOF MIAMI BEACH ' !VINO BEACH 74 A-6 Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C. Without proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document; to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist,attach an explanation. Have you submitted supporting documentation for each benefit offered? _Yes_No Section 4. Executing the Document I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. If 71( Executed this /D day of I/f+,e.47,5 v in theear /,)/ at naZiljeigrZi / •'?/ qd301/41e Signature Mailing Address 2c;e/•---e, 735//0Name of Signatory City,State,Zip Code Title BID NO: 2018-232-ZD CITYOF MIAMI BEACH BEACH 75 A-6 MIAMI BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Department ONLY IF you: A. Have taken all reasonable measures to end discrimination in benefits; B. Are unable to do so; and C. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 9 The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 10 The dates on which such benefits providers were contacted; 11 Copies of any written response(s) you received from such benefits providers, and if written responses are unavailable, summaries of oral responses;;and 12 Any other information you feel is relevant to documenting your inability to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the la s of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company(please print) Mailing Address of Company Signature I City, Slate,Zip ,71/ Name of Signatory(please print) Telephone Number i Title Date BID NO:2018-232-ZD CITYOF MIAMI BEACH BEACH 76 A-6 Definition of Terms A. Reasonable Measures The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: 1. The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; 2. The existence of benefits providers wilhg to offer equal benefits to the City Contractor; and 3. The existence of federal or state '(aws which preclude the City Contractor from ending discrimination in benefits. l, B. Cash Equivalent , i "Cash Equivalent" means the amount of money aid to an,employee with a Domestic Partner (or spouse, if applicable) in lieu of providing Benefits\to the}employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's 'direct expense of providing Benefits to an employee for his or her spouse. . Cash Equivalent. The cash equivalent of the following benefits apply: i A. For bereavement'Teave, cash payment forthe number of days that would be allowed as paid time off for death of spouse. Cash payment would be in the form of wages of the domestic partner employee\for t numbe of days allowed. B. For health benefits, the ost to e Contractor of the Contractor's share of the single monthly premiums that are being id f the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. i C. For family medical`heave, cash payments for the number of days that would be allowed as time off for an employee to care for a spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. BID NO:2018-232-ZD CITYOF MIAMI BEACH A-6 MIAMIBEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Department by entities seeking to contract with the City of Miami Beach that wish to delay ending their discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply. Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Department evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for wfitth an open enrollment process is applicable. Date next benefits plan year begins: ) ' Date nondiscriminatory benefits wil be ava ablt Reason for Delay: ti Description of efforts being undertaken to end discrimination in benefits: BID NO: 2018-232-ZD CITYOF MIAMI BEACH /+,Aj,-'N;'„^.;BEACH 78 A-6 B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractor's infrastructure. The time allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor. Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be c ieved: \ If requesting extension beyond three months, pleas explai basis: } C. Collective Bargaining Agreeme is (CBA) Ending discrimination in benefits ay e delayed until the expiration of a City Contractor's Current collective bargaining agreement(s)where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to be reopened, or in any case no longer than three (3)months from the date the contract with the City is entered into. For a delay to be granted under this provision, written proof must be submitted with this form that: • The benefits for which the delay is requested are governed by a collective bargaining agreement; • All reasonable measures have been taken to end discrimination in benefits (see Section C.2, above); and • A cash equivalent payment will be provided to eligible employees for whom benefits are not available. BID NO: 2018-232-ZD CITYOF MIAMI BEACH BEACH 79 A-6 I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company (please print) Mailing Address of Company Signature City, State,Zip Name of Signatory (please print) Telephone Number Title ,Date BID NO: 2018-232-ZD CITYOF MIAMI BEACH BEACH 80 A-7 SUPPLEMENT TO BID/TENDER FORM: TRENCH SAFETY ACT IF APPLICABLE, THIS FORM MUST BE SUBMITTED WITH BID FOR BID TO BE DEEMED RESPONSIVE. (SEE SECTION 00407) On October 1, 1990 House Bill 3181, known as the Trench Safety Act became law. This incorporates the Occupational Safety & Health Administration (OSHA) revised excavation safety standards, citation 29 CFR.S.1926.650, as Florida's own standards. The Bidder, by virtue of the signature below, affirms that the Bidder is aware of this Act, and will comply with all applicable trench safety standards. Such assurance shall be legally binding on all persons employed by the Bidder and subcontractors. The Bidder is also obligated to identify the anticipated method and cost of compliance with the applicable trench safety standards. BIDDER ACKNOWLEDGES THAT INCLUDED IN THE VARIOUS ITEMS OF THE BID AND IN THE TOTAL BID PRICE ARE COSTS FOR COMPLYING WITH THE FLORIDA TRENCH SAFETY ACT. THESE ITEMS ARE A BREAKOUT OF THE RESPECTIVE ITEMS INVOLVING TRENCHING AND WILL NOT BE PAID SEPARATELY. THEY ARE NOT TO BE CONFUSED WITH BID ITEMS IN THE SCHEDULE OF PRICES, NOR BE CONSIDERED ADDITIONAL WORK. The Bidder further identified the Costs and methods summarized below: Quantity Unit Description nit Price Price Extended Method IL Total $ Name of Bidder Authorized Signature of Bidder BID NO: 2018-232-ZD CITYOF MIAMI BEACH ` ' A a'Y"ti BEACH 81 A-7 CONSIDERATION FOR INDEMNIFICATION OF CITY Consideration for Indemnification of City $25.00 Cost for compliance to all Federal and State requirements of the Trench Safety Act* [NOTE: If the box above is checked, the Bidder must fill out the foregoing Trench Safety Act Form (Attachment A-7) in order to be considered responsive.] BID NO:2018-232-ZD CITYOF MIAMI BEACH 82 A-8 RECYCLED CONTENT INFORMATION In support of the Florida Waste Management Law, Bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The City also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. 7,4 BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 83 TECTA AMERICA South Florida, Inc. OPERATIONS MANAGER ENRICO J. EASTMOND 327 Seminole Avenue,FT Lauderdale Florida 33312*enricojahiMgmail.com*(407)416-3550 Proven professional with 15+ years of leadership and inspirational solutions in all aspects of administrative and operational fields of the construction management arena. Mediating & Negotiating * Planning & Development SUMMARY OF QUALIFICATIONS 15+years successful experience working within the construction management field. c Skillfully managed partnership/relationship building with subcontractors and vendors. c Solid experience in negotiation/mediation;initial contact,discovery,positioning,presentation and execution. c Excel at risk mitigation and emergency response situations. c Superb leadership skills in team environments using diplomacy and firm direction;strong interpersonal skills. c Dependable mentor that inspires loyalty and performance in employees while maintaining high morale. c Dedicated professional,capable of holding differing roles simultaneously;flexible and adaptable. c Multi-lingual-fluent in English and Spanish,both written and spoken. SELECTED CAREER ACHIEVEMENTS NEGOTIATIONS c Parlayed negotiations resulting in$1.5 million contract with Skanska. 0 Negotiated 45% reduction of original claim with insurance company. o Collaborated with insurance carrier to shrink premium costs by 25% per quarter. COST ACCOUNTING&SAVINGS c Lowered salary costs by 50% with development of new Project Management System. Decreased individual project costs by 10-15% each by expanding the subcontractor pool. 0 Instigated new safety programs that resulted in nearly$100,000 reduction in insurance premium costs. o Implemented new control process that reduced Accounts Receivables from average 120 days to less than 60 days. PROJECT MANAGEMENT c Developed and implemented Project Management System,resulting in more efficient use of resources. o Increased the number of subcontractors to maximize individual project profitability. c Simplified internal Work-in-Progress process which increased project accounting efficiency by 12%. 0 RISK ASSESSMENT&MITIGATION Corporate Office 11431 SW 30th Avenue 1 Deerfield Beach,FL 33442 1 T:954.419.9339 F:954.419.9336 I tectaamerica.com Miami Office 17600 N.W 74'"Avenue!Miami,FL 33166 1 T:305.592.5385 F:305.592.6721 3.w. yA••:.:r. •i"`t�� .. _.:�1n..Y`_'v..c�'3.:iui 'd — .vC .. .t ' TECTA AMERICA South Florida, Inc. Limited liability exposure by striking and resubmitting contract terms and conditions. o Created new S Corporation to expand existing business and mitigating loss exposure to existing company. e Audited subcontractor contracts and processes and found ways to avoid$500,000 of excess costs. o Performed main-vault manpower audit and recommendations implemented realized 10% reduction in salary costs. PROFESSIONAL EXPERIENCE Director of Contracts&Administration August 2009-November 2010 Contract Administrator January 2006-July 2009 Perry Roofing Contractors,Inc_ Gainesville,Florida Maintenance Clerk September 2002-December 2006 Gainesville Correctional Facility Gainesville,Florida Financial Controller September 2000-March 2002 NR Windows West Palm Beach,Florida Internal Auditor May 1998-August 2000 Universal Studios Orlando,Florida Financial Controller December 1994-April 1998 Valley Isle Electric,Inc. Maui,Hawaii Financial Controller December 1986-April 1998 Watsonville Electric,Inc. Watsonville,California EDUCATION AND TRAINING OSHA,30 Hour Certification Gainesville,Florida Occupational Safety and Health Administration 2009 OSHA,10 Hour Certification Gainesville,Florida Occupational Safety and Health Administration 2007 Internal Auditor Certification Orlando,Florida The Institute of Internal Auditors 2000 Worker's Compensation Adjuster Certification San Jose California Insurance Educational Association 1990 Accounting for Construction Certification ' San Jose,California Association of Building&Construction 1989 Payroll Administration Certification San Jose,California American Payroll Association 1989 Associates in Administration,Business and Administrative Accounting Panama City,Panama University of Panama 1985 TECHNICAL PROGRAMS Corporate Office 11431 SW 30th Avenue 1Deerfield Beach, FL 3344211: 954.419.9339 F: 954.419.9336 I tectaamerica.com Miami Office 17600 N.W. 74"'Avenue I Miami, FL 331661T. 305.592.5385 F. 305.592.6721 •.a._,.._.c .'�.�-,ti�urf`ra'.c'5;: ";'`-E -n_.�..._4. ` 5�2*'2.',,r��.- q i d?3, 3p•w`�..,.KGt i t*** 4 '`; TECTA AMERICA South Florida, Inc. o Microsoft,including Excel,Project Management,Word,and PowerPoint o PeopleSoft o ComputerEase o American Contractor o Timberline o DataForma o Quickbooks Corporate Office 11431 SW 30th Avenue'Deerfield Beach, FL 33442 I T:954.419.9339 F:954.419.9336 (tectaamerica.com Miami Office 17600 N.W.741h Avenue i Miami, FL 33166 I T:305.592.5385 F:305.592.6721 �...,. „ .., xitF:..H.... '.., .'�� �vX,.,,p... kvh Win... ,n�.•#a. �^.2,`-.. u?.'�fi i u' :�n„.... .. „'' +�.. "�t�.u"'i..' �.r ``ar c t ei��'"',: T- IA l 1N I1:R I( 15 DEERFIELD BEACH 1431 SW 30T"AVENUE TECTA AMERICA SOUTH FLORIDA DEERFIELD BEACH,FL 33442 (954)419-9339 (954)419-9337 FAX TABLE OF CONTENTS • COVER PAGE • BID FORM • BID BOND • STATE LICENCES • ACKNOWLEDGEMENT OF ADDENDUMS 1-9. Tecta America South Florida Inc. 11431 SW 30th Avenue,Deerfield Beach,FL 33442 1954.419.9339 I fax 954.419.9336 I tectaamerica.com TEC —IA AN1ERJc ,A DEERFIELD BEACH 1431 SW 30n,AVENUE TECTA AMERICA SOUTH FLORIDA DEERFIELD BEACH,FL 33442 (954)419-9339 (954)419-9337 FAX COVER PAGE Name of Bidder: Tecta America South Florida Address: 1431 SW 30th Avenue, Deerfield Beach, FL 33442 Email Address: wbisognani@tectaamerica.com Phone 4: 954-419-9339 Fax 4: 954-419-9337 Federal Tax ID 4: 65-0056654 Declaration: Tecta America South Florida is a Florida Corporation. Signature: .,-. Name: Enrico Eastmond Title: Vice President Date: November 9, 2018 Tecta America South Florida Inc. 11431 SW 30th Avenue,Deerfield Beach,FL 33442 1954.419.9339 I fax 954.419.9336 I tectaamerica.com A-1 City of Miami Beach) ITB PRICE FORM- 2(REVISION 1) 12TH STREET PARKING GARAGE Location: 512- 12th St., Miami Beach, FL 33139 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. Section 1 —Bidders Price: PROJECT TITLE: ITB 2018-232-ZD: Waterproofing - Traffic Coating Services for Parking Garage Decks at the 12th, 16th, 17th Street, and 1755 Meridian Avenue Garages (Individual Projects) Concrete Repairs $ 3 g O OD Waterproofing Parking Spaces Only Ead Waterproofing Driving Lanes+Maintenance of Traffic(M.O.T.) $ - / 77 Permits Allowance $30,000.00 Owner's Contingency $20,000.00 *Lump Sum Grand Total(Total Base Bid) #f(7 PROJECT SHALL BE AWARDED TO THE LOWEST, RESPONSIVE, RESPONSIBLE BIDDER OFFERII LOWEST LUMP SUM GRAND TOTAL (TOTAL BASE BID) Section 2- Bidder's Affirmation: Company: "C7f j Li Ae Address Line 1: /L,i('�( �(74 P ,/. - o /P •, f 5'3W2 2 Address Line 2: /IV Telephone: Z�-,07a 7 ej 7/5 Email: , / ./, 1 e 4 IS 74420* Gt��1 �'r'� Signature: ,)iCG Title/Printed Name: C e 6,31 le_O U..ciis'f c/l/__ Date: /[ FAILURE TO SUBMIT THIS FORM FULLY_ EXECUTED AND BID BOND (IF APPLICABLE) WITH BID SUBMITTAL SHALL RESULT IN BEING DEEMED NONRESPONSIVE. Note: Prevailing Wage Rates & Local Workforce Program Requirements are applicable for each parking garage whose estimated costs exceed $1,000,000.00. Refer to Section 0200 and Appendix D for additional information. 11 ADDENDUM NO.5r� yv INVITATION TO BID(ITB)NO.2018-232-ZD WATERPROOFING-TRAFFIC COATING SERVICES FOR PARKING GARAGE DECKS AT THE 12TH, 16TH, 17TH STREET, AND 1755 MERIDIAN AVENUE GARAGES(INDIVIDUAL PROJECTS) Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of lnuine.cs) Everest Reinsurance Company Tecta America South Florida, Inc. 477 Martinsville Road, P.O. Box 830 This document has important 1431 S.W. 30th Avenue Liberty Corner, NJ 07938-0830 legal consequences.Consultation Deerfield Beach. FL 33442-8151 Mailing Address for Notices with an attorney is encouraged with respect to its completion or 477 Martinsville Road, P.O. Box 830 modification. OWNER: (Name,legal status nod address) Liberty Corner, NJ 07938-0830 Any singular reference to City of Miami Beach, Florida Contractor,Surety,Owner or other party shall be considered 1755 Meridian Avenue 3rd Floor plural where applicable. Miami Beach, FL 33139 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: ( ante,location or address and Project number.if an) ITB No. 2018-232-ZD - Waterproofing -Traffic Coating Services for Parking Garage Decks; 12th Street Parking Garage The Contractor and Surety arc bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves.their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents.or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(I)enters into a contract with the Owner in accordance with the terms of such bid,and rives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof:or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and eine!.The Surely hereby waives any notice°fan agreement between the Owner and Contractor to extend the time in which the Owner may accept the hid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the hid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the tenn Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location ol'the Project,any provision in this Bond conflicting with said statutory or legal requirement shall he deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 10th day of September, 2018. l Tecta America South Florida, Inc. (Principal) (Seal) artiness) By: (Title) �0°r P Everest Reinsurance Comp ny _ /pp—�RgTA\O, (Sunny) (.Seal) / ^I SEAL (!f!t►recr) a a9t, I (Title) usan Lupski ,Attorney-in-Fact 3-0054/AS 8/10 6VE R F.SS\ ES007R11491 POWER OF ATTORNEY EVEREST REINSURANCE COMPANY DELAWARE KNOW ALL PERSONS BY THESE PRESENTS: That Everest Reinsurance Company, a corporation of the State of Delaware ("Company") having its principal office located at 477 Martinsville Road, Liberty Corner, New Jersey 07938, do hereby nominate, constitute,and appoint: Desiree Cardlin, Colette R. Chisholm,Camille Maitland,George O.Brewster,Gerard S.Macholz,Nelly Renchiwich,Rita Sagistano, Thomas Bean,Robert T.Pearson,Susan Lupski,Dana Granice,Michelle Wannamaker,Katherine Acosta its true and lawful Attorney(s)-in-fact to make, execute, attest, seal and deliver for and on its behalf. as surety, and as its act and deed, where required,any and all bonds and undertakings in the nature thereof,for the penal sum of no one of which is in any event to exceed UNLIMITED,reserving for itself the full power of substitution and revocation. Such bonds and undertakings,when duly executed by the aforesaid Attorney(s)-in-fact shall be binding upon the Company as fully and to the same extent as if such bonds and undertakings were signed by the President and Secretary of the Company and sealed with its corporate seal. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board of Directors of Company("Board")on the 28th day of July 2016: RESOLVED, that the President. any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby appointed by the Board as authorized to make, execute, seal and deliver for and on behalf of the Company, any and all bonds, undertakings,contracts or obligations in surety or co-surety with others and that the Secretary or any Assistant Secretary of the Company be and that each of them hereby is authonzed to attest to the execution of any such bonds, undertakings, contracts or obligations in surety or co-surety and attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the President, any Executive Vice President, and any Senior Vice President and Anthony Romano are hereby authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute,on behalf of the Company, bonds and undertakings in surety or co-surety with others, and that the Secretary or any Assistant Secretary of the Company be, and that each of them is hereby authorized to attest the execution of any such power of attorney, arid to attach thereto the corporate seal of the Company. RESOLVED, FURTHER, that the signature of such officers named in the preceding resolutions and the corporate seal of the Company may be affixed to such powers of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be thereafter valid and binding upon the Company with respect to any bond, undertaking,contract or obligation in surety or co-surety with others to which it is attached. IN WITNESS WHEREOF, Everest Reinsurance Company has caused their corporate seals to be affixed hereto, and these presents to be signed by their duly authorized officers this 28th day of July 2016. ;t15Vf�nCP. Everest Reinsurance Company 4 L I— SEAL ' 1973 1 I I O• '. tnwa .- rl * Attest: Nicole Chase,Assistant Secretary By:Anthony Romano,Vice President On this 28th day of July 2016,before me personally came Anthony Romano,known to me,who,being duly sworn,did execute the above instrument; that he knows the seal of said Company; that the seal affixed to the aforesaid instrument is such corporate seal and was affixed thereto;and that he executed said instrument by like order. LINDA BOISSELLE Notary Public,State of New York No 01B06239736 ' ' Qualified in Queens County Term Expires April 25,2019 Linda,Boisselle, Notary Public SEP 102018 IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company,at the Liberty Corner,this day of 20 ;Erse TI VE ,2`j. P, e ES 00 OP444� security #04546 pantograph,blue background,heat-sensitive ink.coin-reactive watermark,and microtext printing on border. contains a ACKNOWLEDGEMENT OF SURETY COMPANY STATE OF NEW YORK COUNTY OF NASSAU On this September 10, 2018, before me personally came Susan Lupski to me known,who, being by me duly sworn, did depose and say; that he/she resides in Nassau County, State of New York,that he/she is the Attorney-In-Fact of the Everest Reinsurance Company the corporation described in which executed the above instrument; that he/she knows the seal of said corporation;that the seal affixed to said instrument is such corporate seal;that is was so affixed by the Board of Directors of said corporation; and that he/she signed his/her name thereto by like order; and the affiant did further depose and say that the Superintendent of Insurance of the State of New York, has, pursuant to Section 1111 of the Insurance Law of the State of New York, issued Everest Reinsurance Company(Surety) his/her certificate of qualification evidencing the qualification of said Company and its sufficiency under any law of the State of New York as surety and guarantor, and the propriety of accepting and approving it as such; and that such Certificate has not been revoked. AM, _L Nota P .lic JACQUELINE McNEIL Notary Public, State of New York No. 01MC6156390 Qualified in Queens County Commission Expires November 27,2018 EVEREST REINSURANCE COMPANY STATEMENTS OF FINANCIAL CONDITION December 31, 2017 2016 ASSETS Bonds $ 3,672,234,234 $ 4,758,879,245 Stocks 451,346,228 279,147,599 Short-term investments - 133,755,171 Other invested assets 2,238,399,502 2,268,609,528 Cash and cash equivalents 243,245,188 217,717,016 Accounts receivable-premium balances 1,583,153,684 1,503,187,815 Reinsurance recoverable 612,084,447 709,386,205 Other assets • 685,600,063 354,146,316 Total Assets $ 9,486,063,346 5 10,224,828,895 LIABILITIES Loss and loss adjustment expense reserve $ 3,661,132,517 $ 4,204,956,587 Unearned premium reserve 1,310,324,727 536,374,512 Ceded reinsurance premium payable(net of ceding commission) 494,144,179 904,844,063 Reserve for commissions,taxes and other liabilities 628,609,659 943,532,424 Total Liabilities $ 6,094,211,082 $ 6,589,707,586 SURPLUS AND OTHER FUNDS Common capital stock $ 10,000,000 $ 10,000,000 Contributed Surplus 987,509,603 987,239,852 Unassigned surplus 2,394,342,661 2,637,881,457 Total capital and surplus $ 3,391,852,264 $ 3,635,121,309 Total Liabilities and Surplus $ 9,486,063,346 $ 10,224,828,895 Bonds and stocks are valued on a basis promulgated by the National Association of Insurance Commissioner Signed befor e by Maret Hornthis day of April 2018 t1 r`o /U�4 2.01. LORRAINE N. DAY • . , NOTARY P nr STATE OF NEW JERSEY COMMISSION #2253023 MY COMMISSION EXPIRES AUG 3.2020 r RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY . �Ni� r „. ._ - „.„ STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTION INDUSTRY LICENSING BOARD THE ROOFINN�rCONTRACTOR HEREIN IS CERTIFIF, UNDER THE PROVISIONS OF CHAPTER 489, FLORI9ASTATUTES MCNAMARA, ROBERT ALLEN KTECTAAMERICA SOUTH FLORIDA, INC.' ; 1,11.1"_104,- 3146 N INTERLAKEN DRIVE ,ta + \ OCONOMOWOC,w- WI 530649461 } . FT LICENSE NUMBER:CCC1326971-1 EXPIRATION DATE: AUGUST 31,2020 Always verify licenses online at MyFloridaLicense.com 1 ❑ .•'41,yi. ❑ :• }.4#.,#• Do not alter this document in any form. .; y .'1r • • .• This is your license. It is unlawful for anyone other than the licensee to use this document. a. Name and Title: Robert Rails,Director of Safety b. Project Assignment: Site Safety and Health Officer c. Name of Your Firm: Tecta America South Florida,Inc. d. Years Experience in Role 15 Identified: e. Years Experience with this Firm: Years Experience with Other Firms: 25 20 f. Education:Degree(s)/Year/Specialization/Institution with City and State: OSHA OT] 500 Qualified Rigger Level I Trainer Level 1 Signal Person Trainer Certified Boom Trucker Trainer g. Active Professional Registration: No. State_ I a Year Current Year N/ h. Other Experience and Qualifications: Mr. Rails designs and ensures the implementation of site-specific safety programs to ensure that safety equipment is properly used in the field; oversees in-field staff trainings and inspections; provides training materials;ensures compliance with all relevant laws and regulations associated with safety;maintain required safety logs;processes accident reports;and oversees subcontractor safety officers in the field, Motorola Warehouse, Plantation, Florida: 440,000 square feet, roof deck replacement, structural reinforcement of roof deck to meet the building code; roof drain and pipe replacement, standing seam metal roofing, SBS modified roofing. Motorola maintained a 24/7 week manufacturing operation. The life safety scheduling was crucial during the entire operation. The success of the project was a result of a totally voluntary partnering approach with all of our subcontractors. Completed in 2002,valued at$5.2 million. Orange County Convention Center, Orlando, Florida: 425,000 square feet, roof and insulation replacement. The re-roofing areas were directly over major convention shows, i.e., TCK Jewelry Show, Professional Golfers Association (PGA) show, World of Concerts Show, Coverings, etc. The coordination, safety and detailed scheduling allowed the Convention Center and its clients to hold very successful shows during the project. Completed in 1999,valued at$2.3 million. Miami Beach Convention Center, Florida: I million square feet roofing project including tear-off, new insulation, modified roof asphalt applied,remove obsolete HVAC—while the facility was still operationally. The project was completed on schedule and within budget in 2007,valued at$7.2 million. i. Employer Tecta America South Florida,Inc. ii. Employer's City and State Deerfield Beach,FL 33442 iii. Dates of Employment 2005 to Present iv. Job Title Director of Safety • DEERFIELD BEACH Ti1131 SW lOTM AVENUE *TA A N I ER IC,A DEERFIELD BEACH,FL 33442 19511119-9339 TECTA AMERICA SOUTH FLORIDA 1954)419-9337 FAX References Miami Beach Convention Center, Miami Beach Florida Turner Construction 2502 North Rocky Point Drive Tampa, Florida 33607 Contact: Shane Thompson Email:shane.thompson@clarkconstruction.com Phone: 786-376-9417 Scope of work: Waterproofing& roofing. Hot fluid applied at parking garage, traffic coating at back of house rooms, roofing. Contract amount: $7,541,985. Brickell City Centre, Miami Florida Moriarty & Associates of Florida 1942 Tyler Street Hollywood, Florida 33020 Contact: Russ Beck Email:rbeck@juneaucc.com Phone: 305-336-5115 Scope of work: Waterproofing& roofing. 43 story tower with 6 levels of parking, traffic coating at garage, pedestrian coating throughout, hot applied waterproofing. Contract amount: $4,500,000. Coco Walk Juneau Construction 3715 Northside Parkway Northwest. Bldg. 300 Suite 500 Atlanta, GA 30327 Contact: Russ Beck Email: rbeck@juneaucc.com Phone: 305-336-5115 Scope of work: Waterproofing & roofing. Fluid applied at parking garage, below grade waterproofing and roofing. Contract amount: $1,237,989. SIMON EDGIJILL OBJECTIVE To add value, interest and initiative to whatever task I am assigned. To achieve the goals and objectives of my team through positive team spirit and co-operation. PROFESSIONAL EXPERIENCE Tecta America South Florida:June 2014—Present Estimator • Analyse bids and utilize bid logs. ■ Ensure processes are followed from pre-bid to project review meeting. • Analyse blue prints and other documentation to prepare time, cost, materials and labor estimates. • Assess cost effectiveness of products,projects or services,tracking actual costs relative to bids as projects develop. • Utilise accounting and estimating software for the preparation of estimates. • Prepare cost and expenditure statements. • Set up cost monitoring and reporting systems and procedures. ■ Draft correspondences, analyse and prepare data, spreadsheets, reports, etc. • Maintain communication with general contractors, private clients, engineers,architects and suppliers. Roof Systems Limited:August 2012—April 2014 Logistics Manager/ Safety Officer • Responsible for the planning & organizing of daily tasks ensuring that all activities regarding ongoing projects are prioritized accordingly. • Scheduling and coordinating the efforts of manufacturing and delivery staff, subcontractors and suppliers. • Procurement. • Attend tender / construction meetings and liaise accordingly. • Oversee field staff and installation (subcontractor) teams ensuring all work performed is done with the highest level of quality and safety. • Prepare forms/data sheets keeping record of inventory and material sent out on projects. (Budget Control) • Prepare expense reports for all projects. • Analyse data and prepare reports based on projects and departmental activities. a Site visits to ensure a high standard of workmanship is kept as well as safety procedures are adhered on all projects. ■ Training and orientation of new staff. • Preparation / approval of estimations / quotations, utilizing architectural drawings (blue prints), or onsite measurements acquired. • Develop, implement and monitor Occupational Health and Safety Policy, Programs,and Procedures. • Ensure the company is complying with current health and safety legislation and/or regulations with the objective of ensuring all reasonable and proper measures are taken to protect the safety and health of staff and visitors. • Ensuring health and safety awareness at all levels within the organization. a Investigate and report all serious/critical personal injury accidents occurring to staff and/or visitors accordingly and to assist in the investigation of all accidents/incidents that result in substantial damage. • Conduct, as necessary, the safety inspection of all projects as well as the production plant. Roof Systems Limited: September 2010—August 2012 Project Supervisor • Managing of all assigned projects and ensuring that jobs are executed and completed in a timely manner and ensuring a high standard of workmanship. • Procurement of materials. • Sourcing of new business and sub-contractors. • Maintaining communication with clients. • Assist with preparation of quotations. . Training of staff in the use of Top View Roofing Program. . Ensuring that safety procedures and practises are upheld and strictly adhered to on all jobs assigned. • Chairman of safety committee. Lifetime Roofing Limited: May 2010—August 2010 Manager(Ariapita Office) • Management at branch office. • Meet sales targets,in regards to roofing and windows. • Promote products through expos, marketing and meetings with clients. • Project management. • Oversee office staff, field sales staff, project managers and installation teams. • Manage receivables/collections and monthly commissions. • Oversee the installation of contract work. • Quotations for roofing and windows both contract and retail. • Collection of account receivables. Roofman Limited:July 2004—May 2010 Sales.Super uor/Pmject Manager • Roofing designer - using computer programs including AutoCAD and manual technical drawings • Costing - involved in the estimation and pricing of all projects from home owners to major housing developments utilizing architectural drawings (blue prints) or by acquiring onsite measurements. • Field Sales nationwide. • Sales personnel Co-ordination. • Client Relations services - architects, major contractors & developers. • Establishing and maintaining good customer relationships. • Involved in ensuring that all projects are completed to the best standards in a timely manner. • Procurement of materials. • Ensuring timely collection of accounts • Responsible for the day to day running of the business while directors are away on business trips. • Utilizing TOPVIEW roofing programme. Crowne Plaza—Feb—May 04 Restaurant Manager 360 . Overall Managing of Restaurant. • Responsible for Culinary Team Supervision • Sourcing and Purchasing of all materials Harewood House: Leeds,UK 2003 Cafe Supers isor • Responsible for Culinary Team Supervision inclusive of end of day sales balancing. • Sourcing and Purchasing of all materials • Senior Waiter for all Special Events Tuscany Restaurants:Loughton,UK—2002-2003 Head Waiter . Responsible for all Front of House Staff Supervision • Handle all customer queries and complaints • Responsible for End of Day Balancing Alston Building Enterprises Ltd. — 1998-2002 Sales 6 Marketing Representative • Outside and Indoor Sales to ensure meeting Sales Targets & Deadlines • Responsible for Managing Showroom in Arouca • Ensuring Speedy Collection EDUCATION HISTORY • Red Cross—2012 • Safety View—2011 • Chess (Trinidad) Ltd. -2011 . School of Business&Computing Science -2004 • School of Continuing Studies- 2000 • Abel Sales Training - 1999-2001 • Deltasoft- 1998 • St. Augustine Community College—1997-1998 • St. Charles High School—1992-1997. SUMMARY OF QUALIFICATIONS • English Language • Mathematics • Geography • Social Studies ■ Technical Drawing • Biology • Information Technology • Principle of Business CERTIFICATES RECEIVED • Auto Cad Levels I&II • Microsoft Office Level 1 • Marketing,Advertising&Public Relations • Sales Training (ABEL) • Working at Heights Training • Safety Committee Training • OSHA General 30 Hr. • Accident Investigation . Red Cross First Aider INTERESTS Sailing,Hiking,Traveling, Fishing, Snorkelling. • E-MAIL. SIMONEDGIIILL@GMAIL.COM 75 NW 45TH AVENUE, #106, DEERFIELD BEACH FI, 33442 • PHONE (954)588-8362 TECTA AMERICA Roofing Redefined Tim Eberly - Vice President Overall Experience: Tim Eberly is an accomplished professional with over 20 years of proven success in the construction industry, his hands-on approach to field administration project management, and estimation ensures that every project is started at full Professional Experience momentum, and completed on time and within budget. 30 years Years with Firm Select Project Experience: 25 years Crystal Lake Middle School Education- 140,000 square feet Architecture/Engineering Roof Replacement Indiana Purdue LWIC Installation Upgrade of HVAC to meet code High School Diploma Upgrade of roof top electrical to meet code Access to portions of this project proved to be challenging, but with Office Location the experience gained from completing hundreds of similar Deerfield Beach, FL projects, our project team was able to complete our scope on time and within budget. Miami General Mail Facility 462,000 square feet Roof Replacement LWIC Repairs New roof drains and pipe. The Miami General Mail Facility operates non-stop, 365 days a year. With over 100 USPS employees working below, Weiss & Woolrich completed this project ahead of schedule. Motorola, Plantation, Florida 440,000 square feet Roof Deck Replacement Structural reinforcement of roof deck to meet the building code Roof drain and pipe replacement Standing seam metal roofing SBS modified roofing Tecta America South Florida, Inc. 1431 SW 30th Avenue Deerfield Beach. FL 33442 Motorola maintains a 24-hr, 7 day per week operation. The life T:954.419,9339 F:954.419 9336 safety scheduling was crucial during the entire operation. The www.tectaamerica.com success of the project was a result of a totally voluntary partnering approach with all our subcontractors. TECTAAMERJCJV Roofing Redefined Radame "Tony" Reyes — Project Superintendent Overall Experience: Tony Reyes has been a project superintendent for over 20 years and has over 30 years of construction experience; he has a vast knowledge of construction and roofing industry and has managed hundreds of educational, government and large Professional Experience commercial projects. 30 years Select Project Experience: Years with Firm 20 years Deerfield Beach High School Deerfield Beach, FL Education 187,000 square feet - Roof Replacement High School Diploma 267,000 square feet— Fire Protection, ADA & AHU Renovation Upgrade of roof top electrical to meet code Office Location Design/Build with direct coordination involving the School Board of Deerfield Beach, FL Broward County, various contractors. Eglin AFB — Commissary Valparaiso, FL 126,120 square feet Roof Replacement New roof drains and pipe. One of hundreds of our out-of-town projects were a flexible schedule was required. Also being on a military base security was a major concern and an open line of communication with facility staff, vendors. Motorola, Plantation, Florida 440,000 square feet Roof Deck Replacement Structural reinforcement of roof deck to meet the building code Roof drain and pipe replacement Standing seam metal roofing SBS modified roofing Motorola maintains a 24-hr, 7 day per week operation. The life safety scheduling was crucial during the entire operation. The success of the project was a result of a totally voluntary partnering approach with all our subcontractors. 1431 SW 309'Avenue Deerfield Beach, FL 33442 T: 954.419.9339 F:954.419.9336 www.tectaamerica.com APPROVED APPLICATOR WE CERTIFY THAT Tecta America South Florida, Inc. 1431 SW 30th. Avenue, Deerfield Beach, Florida 33442 has had experience in the application of All Tremco's Commercial Sealants & Waterproofing Products Valid February 28, 2018 through February 28, 2019 TREMCO INCORPORATED Commercial Sealants&Waterproofing Mige 6ac1wez Mike Buchholz, Regional Manager _ tt 0 WAYNE T. BISOGNANI 1121 S. S. Military Trail #129 Deerfield Beach FL 33442 410-980-2551 wtbisognani@hotmail.com Position Objective: A position that leverages my extensive experience within the roofing industry including hands on experience,estimating and project management. Experience: August,2013 Tecta America South Florida Inc. Present Roofing Estimator Project estimating utilizing the Edge software, latest addition including tapered insulation.(2003—present) Prepare contracted jobs for turn over to project management. Continuous communication between project management team and estimating team to insure project is progressing as per contract documents and estimated budget. August,2010 Tecta America East LLC—Fruitland,MD July,2013 Roofing Estimator/Project Manager Project estimating utilizing the Edge software, latest edition Including Tapered Insulation. Project Management from start to close out. All project requirements,pre-bid meetings,RFI's contract negotiations,submittals,schedule of values,warranty application,warranty inspections,close out documents and AIA invoicing. February,2000 Davis Roofing& Sheet Metal Inc.-Charleston,SC August,2010 Vice President/Roofing Estimator/Project Manager/Superintendent Project estimating utilizing the Edge software,Project Management All project requirements,pre-bid meetings,site visits Estimating,RFI's,contract negotiations,submittals,schedule of values,warranty application,warranty inspections,close out documents and AIA invoicing. Certifications: Torch Applicator Trainer—CERTA/NRCA 1121 S.Military Trail#129 Deerfield Beach Florida 33442 wtbisoonank hotmail.com Torch Applicator—CERTA/NRCA NCI/MBCI—Installer of Metal roof and wall systems MBCI/AIA/CES Quality Education Program/Warranties Forklift Safety Training Fall Protection Training MEDIC—Basic CPR&First Aid Qualifications: , Experienced with the roof manufactures systems listed below Carlisle—TPO,Waterproofing CertainTeed-BUR,Modified, Shingles Englert-Metal roof systems FiberTite-PVC Firestone-BUR,Modified, TPO, EPDM GAF-BUR, Modified,TPO Garland- BUR,Modified Johns Manville- BUR,Modified MBCI- Metal roof& wall systems McElroy Metal roof&wall systems Mule Hide- EPDM Sarnafil—PVC Siplast- Modified Soprema- BUR, Modified TAMKO—BUR,Modified, Shingles TREMCO-BUR,Modified,TPA,Waterproofing Versico-EPDM,TPO 1121 S.Military Trail#129 Deerfield Beach Florida 33442 wtbisoanani( hotmail.com ATTACHMENT D INSURANCE REQUIREMENTS 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 6.2. For projects of$500,000.00 or less, City may accept a Bid Bond, Performance Bond and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid certificate of authority issued by the United States Department of the Treasury under Section 9304 to 9308 of Title 31 of the United States Code, as may be amended from time to time. The Certificate and Affidavit so certifying should be submitted with the Bid Bond and also with the Performance Bond and Payment Bond. 6.3. More stringent requirements of any grantor agency are set forth within the Supplemental Conditions. If there are no more stringent requirements, the provisions of this section shall apply. 7. Indemnification 7.1 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. Except as specifically provided herein, this Agreement does not require Contractor to indemnify City, its employees, officers, directors, or agents from any liability, damage, loss, claim, action, or proceeding. This indemnification provision 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. 7.2 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 7.1 above which may be brought against City whether performed by Contractor , or persons employed or utilized by Contractor. 8. Insurance Requirements: 8.1 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: BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMIBEACH 22 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. 8.2 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 Consultant. 8.3 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. Other Insurance Provisions 1. For any claims related to this project, the 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. 2. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. 3. 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. BID NO: 2018-232-ZD CITYOF MIAMI BEACH MIAMI BEACH 23 If any coverage required is written on a claims-made form: 4. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. 5. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 6. 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. 7. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management(or its designee) for review. 8. 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. 8.4 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. 8.5 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. 8.6 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: 2018-232-ZD CITYOF MIAMI BEACH V.-' BEACH Certificate Holder: CITY OF MIAMI BEACH c/o PROCUREMENT DEPARTMENT 1700 CONVENTION CENTER DRIVE 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. 9. Labor and Materials: 9.1. 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. 9.2. 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. 10. 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. 11. 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 Article 40. 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. 12. Permits, Licenses and Impact Fees: 12.1. Except as otherwise provided within the Supplemental Conditions, all permits and licenses required by federal, state or local laws, rules and regulations BID NO: 2018-232-ZD CITYOF MIAMI BEACH "; ^,` ' BEACH