Loading...
Contract between CMB and John Bell Construction Inc. C 2A • Cc:it-Am SSIvN /��-� A? 12t L 22� 2 O2_) CONTRACT THIS CONTRACT ("Contract") is made and entered into as of the 2_g day of MP 2020, by and between the City of Miami Beach, Florida, a municipal corporation(the "City") and John Bell Construction Inc., a Florida corporation(the"Contractor'):. WTTNESSETH,that the Contractor,for and in Consideration of the payments hereinafter specified and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the materials required, to do and perform all the work and labor, ina satisfactory and workmanlike manner, required to complete this Contract, which includes Attachments A through E, incorporated herein by reference and attached hereto(collectively,the"Contract") within the time specified, in strict and entire conformity with the Plans, Specifications, and other Contract Documents,which are hereby incorporated into this Contract by reference,for: ITB-2020-050-DF for NEPTUNE APARTMENTS EXTERIOR REHABILITATION The Contractor agrees to make payment of all proper charges for labor and materials required in the aforementioned work, and to defend, indemnify and save harmless City, and their respective officers and employees, from liabilities, damages, losses and costs including, but not limited to, reasonable attorneys 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 Contract. The requirements of the Contract Documents (as,such term is defined in the General Services Terms and Conditions General Construction Terms and Conditions Section of the Invitation to Bid, attached hereto as part of Attachment E)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, ail of the documents incorporated by the Contract Documents shall govern this Project. • In consideration of these promises, the City hereby agrees to pay to the Contractor for the said work,when fully completed, the total maximum sum of five hundred one thousand,eight hundred seventy & forty two cents ($501,870.42) (the "Contract Price"), consisting of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal: Total Base Bid $456.245.84 Total Owner's Contingency $45.624.58 The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents. Partial and Final Payments will be made as provided for in the Contract Documents. ITB-2020-050-DF Neptune Apartments Exterior Rehabilitation 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, unless such notice information is revised in a Contract amendment duly executed by the City and the Contractor. For the present,the parties designate the following: • For City: Housing&Community Development 55517'"Street Miami.Beach, FL.33139 Phone: 305-673-7000 Ext.26421 Attn: Pablo Gomez Email: pabtoegomezAmiamibeachfl.gov With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: John Bell Construction Inc. 260 Palermo Avenue Coral Gables, FL 33134 Phone: 305-458-5666 Attn:Jazz Machin Email: Jazz(a�johnbellconstruction.com THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK. ITB-2020-050-DF Neptune Apartments Exterior Rehabilitation 2 IN WITNESS WHEREOF, the above parties have caused this Contract to be executed by their appropriate officials as of the date first above written. ATTEST: CITY OF MIAMI BEACH, FLORIDA ZV5%zxjs BvRafael E. Granado, y Cl Mayor % %%%%%tot !!! [seal] '• -,/ 0* INCORP ORATED:' • ATTEST: !l4444+C11 261:i s.' BELL C s/ STRUCTION,INC. / /7/By: By: Name: Jazz Machin,Vice President Name: Oscar Morejon,President [seal] • 1420 r, TO FOR GUAGE XECUTION ',// 1,510t9O City Attorney ;---- e ITB-2020-050-DF Neptune Apartments Exterior Rehabilitation 3 ATTACH M ENT A TAB COMMISSION AWARD MEMO c2 MIAMI Procurement Department, 1755 Mezidion Avenue,3'u Float,Miami Beach,Florida 33139,www.rn;amibeech11.gov,305-673.7490 COMMISSION:MEMORANDUM TO: Mayor Dan Gelber and Members of he City Com fission { FROM: Jimmy L. Morales,CityManager A. , rn..... DATE: April 22, 2020 SUBJECT: REQUEST FOR APPROVAL T•:AWARD A CONTRACT PURSUANT TO ' INVITATION TO BID (ITB) 2020-050-OF FOR NEPTUNE APARTMENTS EXTERIOR REHABILITATION. RECOMMENDATION The administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida approve the City Managers recommendation pertaining to the bids received,pursuant to ITB 2020-050-OF for Neptune Apartments exterior rehabilitation. ANALYSIS The Neptune Apartments is a three-story building containing 35 studio apartments. It has an elevation of approximately 35'and holds an adjusted area of 16,227 sq.ft.on a 7,500 sq.ft.lot. Neptune is rented exclusively to low to moderate income tenants and is managed by The City of Miami Beach Department of Housing and Community Services.The Neptune Apartments,built in 1925, is designed in the "Mediterranean Revival" style by Architect J.C. Gault and is a contributing"property to the Flamingo Park Historic District. The City's intention is to correct the identified deficiencies at the exterior of the building, using materials that are environmentally friendly and systems that contribute to save valuable resources. ITB PROCESS • ITB No. 2020-050-DF, was issued on February 21, 2020 with a bid opening date of April 13, 2020. In order to provide information to prospective bidders, a voluntary site visit and pre-bid meeting was held on March 4, 2020. Five (5) addenda were issued. The Procurement Department issued bid notices to 40,718 companies utilizing www.BidS=,enc cern website.A total of 200 prospective bidders accessed the advertised solicitation utilizing BidSync.The notices resulted in the receipt of five(5) responses from:A&P Contracting Co. Inc.;AVR Contractors, Corp.:The BEC Group Services Inc.;J.I.J Construction Corp.;and,John Bell Construction,Inc. The ITB stated that the lowest responsive,responsible bidder meeting all tears,conditions,and specifications of the ITB will be recommended for award. In its due diligence,the Procurement and Housing departments verified that the lowest responsive bid submitted by John Bell Construction, Inc. ("John Bell Construction")met the requirements of the ITB,including: 1. Bid Bond: Bidder shall submit,WITH ITS BID,either an original bid bond, in a form acceptable to the City, executed by a surety company meeting the qualifications specified herein,in the amount of 5%of the bid amount,payable to City of Miami Beach,Florida.In the alternative, Bidder may submit a certified check or cashier's check issued by any national or state bank(United States). John Bell Construction submitted a bid bond for 5% of the bid amount, as required. • Commission Memorandum 12 2. Licensing Requirements: Bidder shall be State of Florida Certified General Contractor in the State of Florida,Division of Business and Professional Regulations OR Miami-Dade County Licensed Contractor to be considered for award. • John Bell Construction is State certified as a General Contractor.State license number is: CGC1524390 and expires on August 31,2020. Furthermore, City staff verified that John Bell Construction complied with the submittal requirements of the ITB which include the previous experience of the firm, as detailed below. • • 3. Previous Experience of Bidder (Firm). Bidders must have successfully completed at least one(1)project of at least similar scope and budget within the last five (5) years, wherein the project was subject to Davis-Bacon Wages and/or other wage requirements. Similar scope shall be defined as residential building renovations and concrete/stucco renovations. John Bell Construction submitted the following project as evidence of compliance with the minimum requirement. Caribbean Village Assisted Living Facility • Project Cost $420,000.00 • For: Miami-Dade County/MJM Structural Corp. O Project Scope:Turnkey masonry.Furnish/Install CMU block,rebel-, grout: pump and finish o Wage Requirements: Miami-Dade Responsible Wages, Certified Payroll The firm submitted additional project references with have been verified. The firm has not previously completed work for the City, but all references provided, including Miami-Dade County and City of Coral Gables provided positive feedback. Accordingly, John bell Construction has been deemed the lowest responsive and responsible bidder meeting all terms,conditions,and specifications of the ITB. Below is a brief summary of the firm. CONCLUSION After considering the bids received and the evaluation of staff, pursuant to ITB 2020-050-DF, I recommend that the Mayor and City Commission of the City of Miami Beach, Florida,approve the award of a contract to John Bell Construction the lowest responsive, responsible bidder to the ITB; and further authorize the Mayor and City Clerk to execute a contract. KEY INTENDED OUTCOMES SUPPORTED Build and Maintain Priority Infrastructure with Full Accountability FINANCIAL INFORMATION Project Cost(Lump Sum Grand Total): S 456,245.84 10%Owner's Contingency: $45:624.58 Total: $501,870.42 139-0530-000346-00-404-534-00-00-00-40030 $181,667.88 133-0530-000676-00-410-535-00-00-00-60657 $274,577.96 131-0530-000676-00-410-535-00-00-00-60657 $45,624.58[CONTINGENCY] Grant funding will be utilized for this project. JLM / IMRIAS) ATTACHMENT Bid Tabulation 2020-050-DF Neptune Apartments Exterior Rehabilitation Description John Bell Construction(1) AVR Contractors Corp :JiJ Construction Corp The Bed Group A&P Contracting Co:Inc. Grand ,otat (Total,Base BId.+:,Trench Safety Act+Permit Allowance) $ _,_ _. „..:.,456,245 84, ,$'',, , 471,461.00 $,.. ; 624,950 00 ;$ 649,08200 $ 940,525.00 (1)Recommended for award. ATTACHMENT B TAB ADDENDA AND ITB SOLICITATION M I /\M IBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 5 INVITATION TO BID NO. 2020-050-DF NEPTUNE APARTMENTS EXTERIOR REHABILITATION April 10,2020 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. CLARIFICATIONS: PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial-in Instructions: •Dial the Telephone Number: 1-877-873-8018 •Enter the Meeting Number:6312925 and then press the pound (#) key II. REMINDER: ITB DUE DATE AND TIME. The deadline for the receipt of bids is on Monday,April 13,2020,at 3:00 PM. In order to comply with the Center for Disease Control(CDC)requirements,pursuant to COVID 19,all bids submitted for ITB 2020-050-DF shall only be delivered by a courier delivery service(e.g.FedEx,UPS, USPS,etc.)to the address below,effective immediately.Bids will no longer be accepted at the Procurement Department for this ITB. Bid Submittal Location: City of Miami Beach c/o Procurement Department Central Services, 1St Floor 1700 Convention Center Drive Miami Beach, FL 33139 Late bids will not be accepted, bidders are cautioned to plan sufficiently. Bidders are solely responsible for any delays. III. THE FOLLOWING QUESTIONS WERE RECEIVED AFTER THE DEALINE FOR QUESTIONS; HOWEVER THE CITY IS PROVIDING RESPONSES AS FOLLOWS: Q1: Due to unforeseen circumstances relating to the current COVID19 epidemic, my firm's bonding office is closed. Please advise if,considering the current situation the City will accept an electronic version of the bid bond. Al: Yes, the City will except electronic bid bonds. However, the City reserves the right to request a physical original copy of the bid bond upon request. THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadona miamibeachfl.gov. Contact: Telephone: Email: Danny Flores 305-673-7000 ext. 26652 DannyFlores@miamibeachfl,gov INVITATION TO BID NO. 2020-050-DF NEPTUNE APARTMENTS EXTERIOR REHABILITATION PAGE 11 t\/\ IAA /� IEI-1PROCUREMENT DEPARTMENT 'v 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.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 bid. i -rely, / 7bi Alex Denis Procurement P rotor , INVITATION TO BID NO. 2020-050-DF NEPTUNE APARTMENTS EXTERIOR REHABILITATION PAGE 12 M I Atv'\ I D c C PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 4 INVITATION TO BID NO. 2020-050-DF NEPTUNE APARTMENTS EXTERIOR REHABILITATION April 9, 2020 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. CLARIFICATIONS: PUBLIC BID OPENING WILL BE VIA CONFERENCE ONLY Dial-in Instructions:, •Dial the Telephone Number: 1-877-873-8018 •Enter the Meeting Number:6312925 and then press the pound (#)key II. REMINDER: ITB DUE DATE AND TIME. The deadline for the receipt of bids is on Monday,April 13,2020,at 3:00 PM. In order to comply with the Center for Disease Control(CDC) requirements,pursuant to COVID 19,all bids submitted for ITB 2020-050-DF shall only be delivered by a courier delivery service(e.g. FedEx, UPS, USPS,etc.)to the address below,effective immediately. Bids will no longer be accepted at the Procurement Department for this ITB. Bid Submittal Location: City of Miami Beach c/o Procurement Department Central Services, 1St Floor 1700 Convention Center Drive Miami Beach, FL 33139 Late bids will not be accepted,bidders are cautioned to plan sufficiently. Bidders are solely responsible for any delays. III. THE FOLLOWING QUESTIONS WERE RECEIVED AFTER THE DEALINE FOR QUESTIONS; HOWEVER THE CITY IS PROVIDING RESPONSES AS FOLLOWS: Q1:We need the specifications for the cameras, specs for the templates: we need dimensions and what type of finish "pre-finished or raw foam". Al:This project does not include cameras. Q2: As per note 8 on plans elevations calls for "create templates of existing architectural details as required to be recreated after new stucco finish application has been accomplished": (a) Are these architectural elements made out of concrete,foam or other materials? (b) Are all architectural details to be removed,or only the elements that require repair? (c) Are all these architectural details to be removed, dispose, then apply the stucco and then install a new recreated element? INVITATION TO BID NO. 2020-050-DF NEPTUNE APARTMENTS EXTERIOR REHABILITATION PAGE 11 C MII PROCUREMENT DEPARTMENT /\/V\ 1755 Meridian Avenue,3{d Floor Miami Beach,Florida 33139 www.miamibeachfl.gov A2: (a) In an effort to provide the most economical solution we would advise to use foam for the features. (b) The building is receiving a new stucco finish, yes all features are to be removed except the large brackets below the balconies. (c) Yes, all features are to be removed. Major elements such as the front façade can be removed, cleaned and re used. See center of façade on image below. Other elements such a bands below windows and at parapets are to be removed and replaced with new. '1,41,14 (j`y # \� l ,:5:5„. -- ,4'01::igt: ,:L,..,..,1, � tt ` ':'-;='-===i--,=--, i''',= -•=-;:=4:1-kV\ '''-'7";- k. *,'t''' ! tea" . : - j u ;, ". •k v� „t i 6 l 1`y`}tt 2t,:1-',:itti-.41, , :1:11iP PP A<�tAl �,41a:;:::':'i,I,, '-:.:.: if si:IQ i-:!1'1 lit 4 4 �..... i j°.a� .� �7 ' ,„ »�i ..:re ; ray . �' � } z S as �.�f� 9$x e ${, p63.: ^»r hh ;^Y k {:. ��? est, >.� "� i arrsq f " �' F ,•,°,',.,-,, a `"a` ,syr„r } v^m z' `x„1'1 i " - •'' y ir P$^°Po. +"fit q�"4 t'e € r.. ` me. :i -I1 : - INVITATION TO BID NO. 2020-050-DF NEPTUNE APARTMENTS EXTERIOR REHABILITATION PAGE �2 MI \/\'\ I B EAC PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3b Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q3: Is the new stucco 3/4"to be applied at all exterior surface,or only at areas where repair is required? A3:All exterior surfaces. Q4:The NOA number was not typed correctly in our earlier question. Correct NOA is 06.1211.07.We went to the site and the windows have the below PGT Sticker with NOA number printed. (a) Please clarify, the existing windows are non-impact rated. (b) Do we need to Install Shutters or replace all windows(If so, Provide Window Schedule)to deliver a project updated to today's code? } s ;Yet, NOA 06-121-.1.07, syr x s g ,�---� ` C ttm 'i?akrs S" - A e"InW ttuC Y Ynciaw Svrit,f:cop 1 7ft FST i7ra aYGCu..fatal+,1,✓�i�r' ux t M"19 gQA Pkt, n .E-ov si £t, 3"i x.., .'�9' hGY3art,'l,,,a a rcra+ zX" 7i44h 24 a+tT&(t X7"^0' s1c -x 1 A�«rbane:+r 1 kfi-d ' FNney••: •, -.zaM«.�«+e o.L. +..eaw w. ,wRwv 'w » 1. A4: Please proceed as indicated in the plans.No shutters will be required. THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED. Any questions regarding this Addendum should be submitted in writing to the Procurement 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: Danny Flores 305-673-7000 ext.26652 DannyFlores@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 bid. i - ely 1 , Alex Denis Procurement P ctor INVITATION TO BID NO.2020-050-DF NEPTUNE APARTMENTS EXTERIOR REHABILITATION PAGE 13 M I AMI E AC H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 3 INVITATION TO BID NO. 2020-050-DF NEPTUNE APARTMENTS EXTERIOR REHABILITATION April 6,2020 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. NEW ATTACHMENT(S): • Attachment"A"—Appendix J: Required Federal Forms(Post-Award) MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY. • Attachment"B"—Revision 1 to Plans:Waterproofing Detail • Attachment"C"—Specification Booklet-100%Construction Documents II. REVISION: In order to comply with the Centers for Disease Control(CDC) requirements, pursuant to COVID-19, all bids submitted for ITB 2020-050-DF shall only be delivered by a courier delivery service(e.g. FedEx, UPS, USPS, etc.)to the address below,effective immediately.Bids will no longer be accepted at the Procurement Department for this ITB. Bid Submittal Location: City of Miami Beach do Procurement Department Central Services, 1st Floor 1700 Convention Center Drive Miami Beach,FL 33139 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. III. REVISION: DELETE ITB Summary - Project Specific Information & Requirements — Minimum Requirements, No. 2 Previous Experience of Bidder(Firm)of the ITB, in its entirety and REPLACE with the following: 2. Previous Experience of Bidder(Firm). Bidders must have successfully completed at least one (1) project of at least similar scope and budget within the last five (5) years, wherein the project was subject to Davis- Bacon Wages and/or other wage requirements. Similar scope shall be defined as residential building renovations and concrete/stucco renovations. Submittal Requirement: For each project,submit: 1) Owner Name, 2) Contact Name,Telephone &Email, 3) Project Address, 4) Narrative on Scope of Services Provided, 5) Wage requirements, 6) Contract amount and completion date. M ( AM I EA PROCUREMENT DEPARTMENT v, 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov IV. RESPONSES TO QUESTIONS RECEIVED: Q1: May I ask if in fact the City has a Water, Mold or Odor Subcontractor on hand for this project? Al: City has does not have a Water, Mold or Odor Subcontractor on hand for this project. Q2:Will this ITB will include Low Voltage cable installations,or is only Exterior rehabilitation? A2: Please refer to the ITB Summary and project plans. Q3:May I get more information regarding the type of Exterior Rehabilitation that this project entails? A3:Please refer to the ITB Summary and project plans. Q4: For the purpose of bond is there an estimated dollar value for this project? A4:$550,000.00 Q5: Please confirm if this ITB is for Electrical work as set aside? A5: Please refer to the ITB Summary and project plans. Q6:Could you provide us the Survey?Mold,Asbestos,lead?Please let us know. A6: The property is exempt from a lead-based paint examination and asbestos inspection. Mold Inspection is not required at this time.City will provide the survey as required. Q7:Could you please provide the anticipated budget range for this project? Al:See-response to Q4. Q8: For the project,does the City have an estimated start date and completion date? A8:The estimated start date is 14 days from NTP.Substantial Completion is not to exceed 90 days. Final Completion is not to exceed 30 days. Liquidated Damages apply, please refer to the ITB Summary. Q9: The project calling to use the Primavera software for the construction schedule, Could Microsoft Project be admitted? A9: Primavera Software is required as stated on the ITB Summary. Q10: I have downloaded the plans for the Neptune apartments but can't seem to find any electrical plans, can you please provide me with them? A10: There are no electrical plans.The only electrical work to be done is a change out of the existing exterior lamps; Therefore; this work should not require an electrical plan. The schedule of lamps is provided on page A-0.2 and the lamp placement can be found on pages A3.1 thru A-3.5. Q11: Is this bid is for services or for materials? All: The solicitation referenced (ITB 2020-050-DF— Neptune Apartments Exterior Rehabilitation) is a construction bid,which will include a mixture of goods and services. M I AMI B EAS H PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov Q12:Can chipping used instead of sand blasting for stucco removal? Al2:Chipping is only acceptable for isolated areas where sandblasting'is not feasible. Q13: Is stucco lath installation required if the structure is CMU? A13:Yes. Q14:The windows located at the first level do not currently have marble sills, but instead is finished with drywall detail. Will new window sills be placed back to avoid splitting currently observed due to moisture? A14: Please allow for marble sills. Q15: Will the railing at the windows location be permitted to be removed for repairs if necessary, without having bring to present building code? A15:Repairs must be performed without the removal of the railings. Q16: Is waterproofing going to be added to the specs at the balconies location?As new repairs around perimeter can be affected and continue spalling of lintel after repair. A16: See Attachment"B"—Revision 1 to Plans:Waterproofing Detail. Q17: Can mechanical wire wheel be used as well to remove paint and clean reinforcement steel and railings? A17: Mechanical cleaning is allowed per repair notes on detail 1/S3.0. Q18: Should bid include permit fees? A18:Yes,permit fees should be included in the bid pricing. Q19:Have the current plans been approved by the City's Building Department? A19: Plans have been submitted but not yet approved. Q20:Are Divisions 7-Waterproofing 8-Window 9-Stucco, Drywall, Paint and Tile be added to Bid Form? A20: See Attachment"B"—Revision 1 to Plans:Waterproofing Detail. Q21: I'm interested in visiting the project.What is the protocol to follow it? A21:There will be no additional scheduled site visits. Q22: (A) In the project Neptune Apartments renovation we have PGT Windows with a NOA 06.121211.07 that is expired in 2011. Could you please clarify if removing and reinstalling this 170 windows will pass an inspection? (B) Also please clarify, the existing windows are Non-Impact and when we re-install does Shutters have to be installed? A22: (A)The NOA No. provided is not a valid NOA No. (B)The existing windows are impact windows. Please refer to the plans for more information. M I AM I PROCUREMENT DEPARTMENT J1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov 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 RafaelGranadomiamibeachfl.qov. Contact: Telephone: Email: Danny Flores 305-673-7000 ext.26652 DannyFlores@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s)for not submitting a proposal. si - ely, • Alex Denis Procurement It -ctor Attachment "A" Appendix J - Required Federal Forms (Post-Award) APPENDIX J li\\-k 40 Y A(/ \P ‘ill ‘ . V _ ,, 1 REQUIRED FEDERAL FORMS ( POST-AWARD) U.S. Department of Labor PAYROLL . 4., Wage and Hour Division (For Contractor's Optional Use;See Instructions at www.dol.gov/whd/forms/wh347instr.htm) €T.S.Wa);eutcl liner t)itiuion Persons are not required to respond to the collection of information unless it displays a currently valid OMB control number. Rev.Dec.2008 NAME OF CONTRACTOR❑ OR SUBCONTRACTOR ❑ ADDRESS OMB No.:1235-0008 • Expires:04/30/2021 PAYROLL NO. FOR WEEK ENDING PROJECT AND LOCATION PROJECT OR CONTRACT NO. (1) (2) (3) (4)DAY AND DATE (5) I (6) (7) (B) (9) o z° • V DEDUCTIONS ]o c NET NAME AND INDIVIDUAL IDENTIFYING NUMBER a 0 a ° GROSS WITH- WAGES (e.g.,LAST FOUR DIGITS OF SOCIAL SECURITY ° w WORK o TOTAL' RATE AMOUNT HOLDING TOTAL PAID NUMBER)OF WORKER z B CLASSIFICATION HOURS WORKED EACH DAY HOURS OF PAY EARNED FICA TAX OTHER DEDUCTIONS FOR WEEK 0 /• s 0 / - s 0 /////://,s 0 s 0 s 0 s 0 s 0 s While completion of Form WH-347 is optional,it is mandatory for covered contractors and subcontractors performing work on Federally financed or assisted construction contracts to respond to the information collection contained in 29 C.F.R.§§3.3,5.5(a).The Copeland Act (40 U.S.C.§3145)contractors and subcontractors performing work on Federally financed or assisted construction contracts to"furnish weekly a statement with respect to the wages paid each employee during the preceding week."U.S.Department of Labor(DOL)regulations at 29 C.F.R.§5.5(a)(3)(ii)require contractors to submit weekly a copy of all payrolls to the Federal agency contracting for or financing the construction project,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 Davis-Bacon prevailing wage rate for the work performed.DOL and federal contracting agencies receiving this information review the information to determine that employees have received legally required wages and fringe benefits. Public Burden Statement We estimate that is will take an average of 55 minutes to complete this collection,including time for reviewing instructions,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information.If you have any comments regarding these estimates or any other aspect of this collection,including suggestions for reducing this burden,send them to the Administrator,Wage and Hour Division,U.S.Department of Labor,Room S3502,200 Constitution Avenue,N.W. Washington,D.C.20210 (over) Date (b)WHERE FRINGE BENEFITS ARE PAID IN CASH 0 — Each laborer or mechanic listed in the above referenced payroll has been paid, (Name of Signatory Party) (Title) as indicated on the payroll,an amount not less than the sum of the applicable do hereby state: basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract,except as noted in section 4(c)below. (1)That I pay or supervise the payment of the persons employed by (c)EXCEPTIONS on the (Contractor or Subcontractor) EXCEPTION(CRAFT) EXPLANATION ;that during the payroll period commencing on the (Building or Work) day of , and ending the day of all persons employed on said project have been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly to or on behalf of said • from the full (Contractor or Subcontractor) • weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by/any person,other than permissible deductions as defined in Regulations,Part 3(29 C.F.R.Subtitle A),issued by the Secretary of Labor under the Copeland Act,as amended(48 Stat.948, 63 Stat.108,72 Stat.967;76 Stat.357;40 U.S.C.§3145),and described below: REMARKS: (2)That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete;that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract;that the classifications set forth therein for each laborer or mechanic conform with the work he performed. (3)That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training,United States Department of Labor,or if no such recognized agency exists in a State,are registered with the Bureau of Apprenticeship and Training,United States Department of Labor. (4)That: (a)WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS,FUNDS,OR PROGRAMS NAME AND TITLE SIGNATURE El — in addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll, payments of fringe benefits as listed in the contract THE WILLFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY SUBJECT THE CONTRACTOR OR have been or will be made to appropriate programs for the benefit of such employees, SUBCONTRACTOR TO CIVIL OR CRIMINAL PROSECUTION.SEE SECTION 1001 OF TITLE 18 AND SECTION 231 OF TITLE 31 OF THE UNITED STATES CODE. except as noted in section 4(c)below. Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Office of Labor Relations Applicability (1) The work to be performed by the classification The Project or Program to which the construction work requested is not performed by a classification in the wage covered by this contract pertains is being assisted by the determination; and United States of America and the following Federal Labor (2) The classification is utilized in the area by the Standards Provisions are included in this Contract construction industry; and pursuant to the provisions applicable to such Federal (3) The proposed wage rate, including any bona fide assistance. fringe benefits, bears a reasonable relationship to the wage A. 1. (i) Minimum Wages. All laborers and mechanics rates contained in the wage determination. employed or working upon the site of the work, will be paid (b) If the contractor and the laborers and mechanics to be unconditionally and not less often than once a week, and employed in the classification (if known), or their without subsequent deduction or rebate on any account representatives, and HUD or its designee agree on the (except such payroll deductions as are permitted by classification and wage rate (including the amount regulations issued by the Secretary of Labor under the designated for fringe benefits where appropriate), a report Copeland Act (29 CFR Part 3), the full amount of wages of the action taken shall be sent by HUD or its designee to and'bona fide fringe benefits (or cash equivalents thereof) the Administrator of the Wage and Hour Division, due at time of payment computed at rates not less than Employment Standards Administration, U.S. Department of those contained in the wage determination of the Secretary Labor, Washington, D.C. 20210. The Administrator, or an of Labor which is attached hereto and made a part hereof, authorized representative, will approve, modify, or regardless of any contractual relationship which may be disapprove every additional classification action within 30 alleged to exist between the contractor and such laborers days of receipt and so advise HUD or its designee or will and mechanics. Contributions made or costs reasonably notify HUD or its designee within the 30-day period that anticipated for bona fide fringe benefits under Section additional time is necessary. (Approved by the Office of I(b)(2) of the Davis-Bacon Act on behalf of laborers or Management and Budget under OMB control number 1215- mechanics are considered wages paid to such laborers or 0140.) mechanics, subject to the provisions of 29 CFR 5.5(a)(1 )(iv); also, regular contributions made or costs incurred for (c) In the event the contractor, the laborers or mechanics more than a weekly period (but not less often than to be employed in the classification or their quarterly) under plans, funds, or programs, which cover the representatives, and HUD or its designee do not agree on particular weekly period, are deemed to be constructively the proposed classification and wage rate (including the made or incurred during such weekly period. amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the Such laborers and mechanics shall be paid the appropriate views of all interested parties and the recommendation of wage rate and fringe benefits on the wage determination HUD or its designee, to the Administrator for for the classification of work actually performed, without determination. The Administrator, or an authorized regard to skill, except as provided in 29 CFR 5.5(a)(4). representative, will issue a determination within 30 days of Laborers or mechanics performing work in more than one receipt and so advise HUD or its designee or will notify classification may be compensated at the rate specified for HUD or its designee within the 30-day period that each classification for the time actually worked therein: additional time is necessary. (Approved by the Office of Provided, That the employer's payroll records accurately Management and Budget under OMB Control Number set forth the time spent in each classification in which work 1215-0140.) is performed. The wage determination (including any (d) The wage rate (including fringe benefits where additional classification and wage rates conformed under appropriate) determined pursuant to subparagraphs 29 CFR 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) 1 ii b or (c) of this paragraph, shall be paid to all shall be posted at all times by the contractor and its ( )( )( ) subcontractors at the site of the work in a prominent and workers performing work in the classification under this accessible, place where it can be easily seen by the contract from the first day on which work is performed in the classification. workers. (iii) Whenever the minimum wage rate prescribed in the (ii) (a) Any class of laborers or mechanics which is not contract for a class of laborers or mechanics includes a listed in the wage determination and which is to be employed under the contract shall be classified in fringe benefit which is not expressed as an hourly rate, the conformance with the wage determination. HUD shall contractor shall either pay the benefit as stated in the wage approve an additional classification and wage rate and determination or shall pay another bona fide fringe benefit fringe benefits therefor only when the following criteria or an hourly cash equivalent thereof. have been met: (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part form HUD-4010(06/2009) Previous editions are obsolete Page 1 of 5 ref.Handbook 1344.1 of the wages of any laborer or mechanic the amount of any communicated in writing to the laborers or mechanics costs reasonably anticipated in providing bona fide fringe affected, and records which show the costs anticipated or benefits under a plan or program, Provided, That the the actual cost incurred in providing such benefits. Secretary of Labor has found, upon the written request of Contractors employing apprentices or trainees under the contractor, that the applicable standards of the Davis- approved programs shall maintain written evidence of the Bacon Act have been met. The Secretary of Labor may registration of apprenticeship programs and certification of require the contractor to set aside in a separate account trainee programs, the registration of the apprentices and assets for the meeting of obligations under the plan or trainees, and the ratios and wage rates prescribed in the program. (Approved by the Office of Management and applicable programs. (Approved by the Office of Budget under OMB Control Number 1215-0140.) Management and Budget under OMB Control Numbers 2. Withholding. HUD or its designee shall upon its own 1215-0140 and 1215-0017.) action or upon written request of an authorized (ii) (a) The contractor shall submit weekly for each week in representative of the Department of Labor withhold or which any contract work is performed a copy of all payrolls cause to be withheld from the contractor under this to HUD or its designee if the agency is a party to the contract or any other Federal contract with the same contract, but if the agency is not such a party, the prime contractor, or any other Federally-assisted contract contractor will submit the payrolls to the applicant sponsor, subject to Davis-Bacon prevailing wage requirements, or owner, as the case may be, for'transmission to HUD or which is held by the same prime contractor so much of the its designee. The payrolls submitted shall set out accrued payments or advances as may be considered accurately and completely all of the information required to necessary to pay laborers and mechanics, including be maintained under 29 CFR 5.5(a)(3)(i) except that full apprentices, trainees and helpers, employed by the social security numbers and home addresses shall not be contractor or any subcontractor the full amount of wages included on weekly transmittals. Instead the payrolls shall required by the contract In the event of failure to pay any only need to include an individually identifying number for laborer or mechanic, including any apprentice, trainee or each employee (e.g., the last four digits of the employee's helper, employed or working on the site of the work, all or social security number). The required weekly payroll part of the wages required by the contract, HUD or its information may be submitted in any form desired. Optional designee may, after written notice to the contractor, Form WH-347 is available for this purpose from the Wage sponsor, applicant, or owner, take such action as may be and Hour Division Web site at necessary to cause the suspension of any further http://www.dol.gov/esa/whd/forms/wh347instr.htm or its payment, advance, or guarantee of funds until such successor site. The prime contractor is responsible for the violations have ceased. HUD or its designee may, after submission of copies of payrolls by all subcontractors. written notice to the contractor, disburse such amounts Contractors and subcontractors shall maintain the full withheld for and on account of the contractor or social security number and current address of each subcontractor to the respective employees to whom they covered worker, and shall provide them upon request to are due. The Comptroller General shall make such HUD or its designee if the agency is a party to the contract, disbursements in the case of direct Davis-Bacon Act but if the agency is not such a party, the contractor will contracts. submit the payrolls to the applicant sponsor, or owner, as 3. (i) Payrolls and basic records. Payrolls and basic the case may be, for transmission to HUD or its designee, records relating thereto shall be maintained by the the contractor, or the Wage and Hour Division of the contractor during the course of the work preserved for a Department of Labor for purposes of an investigation or period of three years thereafter for all laborers and audit of compliance with prevailing wage requirements. It is mechanics working at the site of the work. Such records not a violation of this subparagraph for a prime contractor shall contain the name, address, and social security to require a subcontractor to provide addresses and social number of each such worker, his or her correct security numbers to the prime contractor for its own classification, hourly rates of wages paid (including rates records, without weekly submission of contributions or costs anticipated for bona fide fringe to HUD or its designee. (Approved by the Office of benefits or cash equivalents thereof of the types described Management and Budget under OMB Control Number 1215- in Section I(b)(2)(B) of the Davis-bacon Act), daily and 0149.) weekly number of hours worked, deductions made and (b) Each payroll submitted shall be accompanied by a actual wages paid. Whenever the Secretary of Labor has "Statement of Compliance," signed by the contractor or found under 29 CFR 5.5'(a)(1 )(iv) that the wages of any subcontractor or his or her agent who pays or supervises laborer or mechanic include the amount of any costs the payment of the persons employed under the contract reasonably anticipated in providing benefits under a plan and shall certify the following: or program described in Section I(b)(2)(B) of the Davis- (1) That the payroll for the payroll period contains the Bacon Act, the contractor shall maintain records which information required to be provided under 29 CFR 5.5 show that the commitment to provide such benefits is (a)(3)(ii), the appropriate information is being maintained enforceable, that the plan or program is financially under 29 CFR 5.5(a)(3)(i), and that such information is responsible, and that the plan or program has been correct and complete; Previous editions are obsolete form HUD-4010(06/2009) Page 2 of 5 ref.Handbook 1344.1 (2) That each laborer or mechanic (including each helper, is not registered or otherwise employed as stated above, apprentice, and trainee) employed on the contract during shall be paid not less than the applicable wage rate on the the payroll period has been paid the full weekly wages wage determination for the classification of work actually earned, without rebate, either directly or indirectly, and that performed. In addition, any apprentice performing work on no deductions have been made either directly or indirectly the job site in excess of the ratio permitted under the from the full wages earned, other than permissible registered program shall be paid not less than the deductions as set forth in 29 CFR Part 3; applicable wage rate on the wage determination for the (3) That each laborer or mechanic has been paid not less work actually performed. Where a contractor is performing than the applicable wage rates and fringe benefits or cash construction on a project in a locality other than that in equivalents for the classification of work performed, as which its program is registered, the ratios and wage rates specified in the applicable wage determination incorporated (expressed in percentages of the journeyman's hourly rate) into the contract. specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid (c) The weekly submission of a properly executed at not less than the rate specified in the registered certification set forth on the reverse side of Optional Form program for the apprentice's level of progress, expressed WH-347 shall satisfy the requirement for submission of the as a percentage of the journeymen hourly rate specified in "Statement of Compliance" required by subparagraph A. 3. the applicable wage determination. Apprentices shall be (ii)(b). paid fringe benefits in accordance with the provisions of (d) The falsification of any of the above certifications may the apprenticeship program. If the apprenticeship program subject the contractor or subcontractor to civil or criminal does not specify fringe benefits, apprentices must be paid prosecution under Section 1001 of Title 18 and Section 231 the full amount of fringe benefits listed on the wage of Title 31 of the United States Code. determination for the applicable (iii) The contractor or subcontractor shall make the records classification. If the Administrator determines that a required under subparagraph A.3.(i) available for different practice prevails for the applicable apprentice inspection, copying, or transcription by authorized classification, fringes shall be paid in accordance with representatives of HUD or its designee or the Department that determination. In the event the Office of of Labor, and shall permit such representatives to interview Apprenticeship Training, Employer and Labor Services, or employees during working hours on the job. If the a State Apprenticeship Agency recognized by the Office, contractor or subcontractor fails to submit the required withdraws approval of an apprenticeship program, the records or to make them available, HUD or its designee contractor will no longer be permitted to utilize may, after written notice to the contractor, sponsor, apprentices at less than the applicable predetermined rate applicant or owner, take such action as may be necessary for the work performed until an acceptable program is to cause the suspension of any further payment, advance, approved. or guarantee of funds. Furthermore, failure to submit the (ii) Trainees. Except as provided in 29 CFR 5.16, required records upon request or to make such records trainees will not be permitted to work at less than the available may be grounds for debarment action pursuant to predetermined rate for the work performed unless they 29 CFR 5.12. are employed pursuant ',to and individually registered in 4. Apprentices and Trainees. a program which has received prior approval, evidenced (i) Apprentices. Apprentices will be permitted to work at by formal certification by the U.S. Department of Labor, less than the predetermined rate for the work they Employment and Training Administration. The ratio of performed when they are employed pursuant to and trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the individually registered in a bona fide apprenticeship Employment and Training Administration. Every trainee program registered with the U.S. Department of Labor, must be paid at not less than the rate specified in the Employment and Training Administration, Office of approved program for the trainee's level of progress, Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees Office, or if a person is employed in his or her first 90 shall be paid fringe benefits in accordance with the days of probationary employment as an apprentice in such provisions of the trainee program. If the trainee program an apprenticeship program, who is not individually does not mention fringe benefits, trainees shall be paid registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Services or a State Apprenticeship Agency (where Hour Division determines that there is an apprenticeship appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to program associated with the corresponding journeyman wage rate on the wage determination which provides for journeymen on the job site in any craft classification shall not be less than full fringe benefits for apprentices. Any greater than the ratio permitted to the contractor as to the entire work employee listed on the payroll at a trainee rate who is not force under the registered program.Any worker listed on a payroll at registered and participating in a training plan approved by an apprentice wage rate,who Previous editions are obsolete form HUD-4010(06/2009) Page 3 of 5 ref.Handbook 1344.1 the Employment and Training Administration shall be paid awarded HUD contracts or participate in HUD programs not less than the applicable wage rate on the wage pursuant to 24 CFR Part 24. determination for the work actually performed. In addition, (ii) No part of this contract shall be subcontracted to any any trainee performing work on the job site in excess of person or firm ineligible for award of a Government the ratio permitted under the registered program shall be contract by virtue of Section 3(a) of the Davis-Bacon Act or paid not less than the applicable wage rate on the wage 29 CFR 5.12(a)(1) or to be awarded HUD contracts or determination for the work actually performed. In the participate in HUD programs pursuant to 24 CFR Part 24. event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be (iii) The penalty for making false statements is prescribed permitted to utilize trainees at less than the applicable in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, predetermined rate for the work performed until an acceptable U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., program is approved. "Federal Housing Administration transactions", provides in part: "Whoever, for the purpose of. . . influencing in any (iii) Equal employment opportunity. The utilization of way the action of such Administration makes,utters or apprentices, trainees and journeymen under 29 CFR Part 5 publishes any statement knowing the same to be false shall be in conformity with the equal employment shall be fined not more than $5,000 or imprisoned not more opportunity requirements of Executive Order 11246, as than two years, or both." amended, and 29 CFR Part 30. 11. Complaints,Proceedings,or Testimony by 5. Compliance with Copeland Act requirements. The Employees. No laborer or mechanic to whom the wage, contractor shall comply with the requirements of 29 CFR salary, or other labor standards provisions of this Contract Part 3 which are incorporated by reference in this contract are applicable shall be discharged or in any other manner 6. Subcontracts. The contractor or subcontractor will discriminated against by the Contractor or any insert in any subcontracts the clauses contained in subcontractor because such employee has filed any subparagraphs 1 through 11 in this paragraph A and such complaint or instituted or caused to be instituted any other clauses as HUD or its designee may by appropriate proceeding or has testified or is about to testify in any instructions require, and a copy of the applicable proceeding under or relating to the labor standards prevailing wage decision, and also a clause requiring the applicable under this Contract to his employer. subcontractors to include these clauses in any lower tier B. Contract Work Hours and Safety Standards Act.The provisions subcontracts. The prime contractor shall be responsible of this paragraph B are applicable where the amount of the prime for the compliance by any subcontractor or lower tier contract exceeds $100,000. As used in this paragraph, the terms subcontractor with all the contract clauses in this "laborers"and"mechanics"include watchmen and guards. paragraph. (1) Overtime requirements. No contractor or subcontractor 7. Contract termination; debarment. A breach of the contracting for any part of the contract work which may require or contract clauses in 29 CFR 5.5 may be grounds for involve the employment of laborers or mechanics shall require or termination of the contract and for debarment as a permit any such laborer or mechanic in any workweek in which the contractor and a subcontractor as provided in 29 CFR individual is employed on such work to work in excess of 40 hours in 5.12. such workweek unless such laborer or mechanic receives 8. Compliance with Davis-Bacon and Related Act compensation at a rate not less than one and one-half times the basic Requirements. All rulings and interpretations of the Davis- rate of pay for all hours worked in excess of 40 hours in such Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 workweek. are herein incorporated by reference in this contract (2) Violation; liability for unpaid wages; liquidated 9. Disputes concerning labor standards. Disputes damages. In the event of any violation of the clause set arising out of the labor standards provisions of this forth in subparagraph (1) of this paragraph, the contractor contract shall not be subject to the general disputes and any subcontractor responsible therefor shall be liable clause of this contract. Such disputes shall be resolved in for the unpaid wages. In addition, such contractor and accordance with the procedures of the Department of subcontractor shall be liable to the United States (in the Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes case of work done under contract for the District of within the meaning of this clause include disputes Columbia or a territory, to such District or to such territory), between the contractor (or any of its subcontractors)'and for liquidated damages. Such liquidated damages shall be HUD or its designee, the U.S. Department of Labor, or the computed with respect to each individual laborer or employees or their representatives. mechanic, including watchmen and guards, employed in 10. (i) Certification of Eligibility. By entering into this violation of the clause set forth in subparagraph (1) of this contract the contractor certifies that neither it (nor he or paragraph, in the sum of $25 for each calendar day on she) nor any person or firm who has an interest in the which such individual was required or permitted to work in contractor's firm is a person or firm ineligible to be excess of the standard workweek of 40 hours without awarded Government contracts by virtue of Section 3(a) payment of the overtime wages required by the clause set of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be forth in sub paragraph (1) of this paragraph. Previous editions are obsolete form HUD-4010(06/2009) Page 4 of 5 ref.Handbook 1344.1 (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prime contract exceeds$100,000. (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-54, 83 Stat 96). 40 USC 3701 et seq. (3) The contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. Previous editions are obsolete form HUD-4010(06/2009) Page 5 of 5 ref.Handbook 1344.1 CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY Name of Prime Contractor Project No. /Project Name This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25) and its implementing regulations at 41 CFR Chapter 60. The implementing rules and regulations provide that any bids of prospective contractor, or any of their proposed subcontractors, should state as an initial part of the bid or negotiations of the contract whether he has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the Certification indicates that the apparent successful bidder has not filed a compliance report due under applicable instructions, bidder shall submit a compliance report prior to award. NO CONTRACT SHALL BE AWARDED UNLESS SUCH REPORT IS submitted. SUBCONTRACTOR'S CERTIFICATION SUB-CONTRACTORS NAME: SUB-CONTRACTORS ADDRESS: 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes_ No_ 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes_No_ 3. Bidder has filed all compliance reports due under applicable instructions, including SF. 100. Yes No 4. If answer to any item is "No", please explain in detail below or attach a piece of paper if needed. Certification - The information above is true and complete to the best of my knowledge and belief. Print Name Signature Date 0600 SUPPLEMENTAL TERMS AND CONDITIONS, AND APPLICABLE LAWS RELATING TO CDBG AND HOME PROGRAM REQUIREMENTS As specified in Section 0200(9) and (10), all U.S. HUD / CDBG / HOME program requirements shall govern this Project, and Contractor shall comply with all applicable CDBG/HOME requirements, including, without limitation, the following: , , 1. Uniform Requirements In addition to other provisions required by the Federal agency or City, all contracts made by the City under this Federal award must contain provisions covering the following, as applicable. A. Contracts for more than the simplified acquisition threshold currently set at$150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. B. All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. C. Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." D. Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provisionfor compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency.The contracts must also include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. Contractor is to submit Attachment C-10: Davis Bacon Certification Form with each Application for Payment. E. Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. F. Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms , Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. G. Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). H. Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. Contractor shall provide the City a copy of the site page that indicates the name and the date it was checked for each subcontractor at the time of requesting subcontractor's approval. I. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. J. See §200.322 Procurement of recovered materials. [78 FR 78608, Dec. 26, 2013, as amended at 79 FR 75888, Dec. 19, 2014] 2. Civil Rights The Contractor agrees to comply with the following Federal regulations: A. Title VI of the Civil Rights Act of 1964, as Amended (42 USC 2000d et seq.): States that no person may be excluded from participation in, denied the benefits of, or subjected to discrimination under any program or activity receiving Federal financial assistance on the basis of race, color or national origin. The regulations implementing the Title VI Civil Rights Act provisions for HUD programs may be found in 24 CFR Part 1. B. Title VIII of the Civil Riqhts Act of 1968, as amended (The Fair Housing Act) (42 USC 3601-3620): Prohibits discrimination in the sale or rental of housing, the financing of housing or the provision of brokerage services against any person on the basis of race, color, religion, sex, national origin, handicap or familial status. Fair Housing Act implementing regulations may be found in 24 CFR Part 100-115. C. Equal Opportunity in Housing (Executive Order 11063, as amended by Executive Order 12259): Prohibits discrimination against individuals on the basis of race, color, religion, sex or national origin in the sale, rental, leasing or other disposition of residential property, or in the use or occupancy of housing assisted with Federal funds. Equal Opportunity in Housing regulations may be found in 24 CFR Part 107. D. Aqe Discrimination Act of 1975, As Amended (42 USC 6101): Prohibits age discrimination in programs receiving Federal financial assistance. Age Discrimination Act regulations may be found in 24 CFR Part 146. E. Section 109 of Title I of the Housing and Community Development Act of 1974: In compliance with 24 CFR 570.602 No person shall be excluded from participation in, denied the benefits of, or be subjected to discrimination under any program or activity funded with CDB,G funds on the basis of race, color, religion, national origin or sex. F. And any applicable non-discrimination provisions of Florida law and the City's Human Rights Ordinance, set forth in Chapter 62 of the City Code of the City of Miami Beach. G. Section 504 The Contractor agrees to comply with all Federal regulations issued pursuant to compliance with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. 794) and implementing regulations at 24 CFR Part 8, which prohibits discrimination against the individuals with disabilities or handicaps in any Federally-assisted program. Contractors or subcontractors are subject to Section 504 requirements only in the work they do on behalf of the City. H. Americans with Disabilities Act of 1990 (42 USC 12131; 47 USC 155, 201, 218 and 225): Provides comprehensive civil rights to individuals with disabilities in the areas of employment, public accommodations, state and local government services and telecommunications. The Act, also referred to as the ADA, also states that discrimination includes the failure to design and construct facilities (built for first occupancy after January 26, 1993) that are accessible to and usable by persons with disabilities. The ADA also requires the removal of architectural and communication barriers that are structural in nature in existing facilities. Removal must be readily achievable, easily accomplishable and able to be carried out without much difficulty or expense. I. The Architectural Barriers Act of 1968 (42 USC 4151-4157): In compliance with 24 CFR 570.614, requires certain Federal and Federally-funded buildings and other facilities to be designed, constructed or altered in accordance with standards that ensure accessibility to, and use by, physically handicapped people. 3. Employment and Contracting Opportunities Women- and Minority-Owned Businesses (W/MBE) A. In compliance with Executive Orders Nos. 11625 and 12432, concerning Minority Business Enterprise, and Executive Order No.12138, concerning Women's Business Enterprise, Contractor will use its best efforts to afford small businesses, minority business enterprises, and women's business enterprises the maximum practicable opportunity to participate in the performance of this contract. As used in this contract, the terms"small business"means a business that meets the criteria set forth in Section 3(a) of the Small Business Act, as amended (15 U.S.C. 632), and "minority and women's business enterprise" means a business at least fifty-one (51) percent owned and controlled by minority group members or women. For the purpose of this definition, "minority group members" are Afro-Americans, Spanish-speaking, Spanish surnamed or Spanish-heritage Americans, Asian-Americans, and American Indians. The Contractor may rely on written representations by businesses regarding their status as minority and women business enterprises in lieu of an independent investigation. (see 24 CFR 85.36(e)). B. Contractor is to submit to City the Contract and Subcontract Activity Report - W/MBE Form as detailed in Attachment C-9 every year the contract is active by no later than April 15 and October 15. 4. Employment Restrictions A. Prohibited Activity The Contractor is prohibited from using funds provided herein or personnel employed in the administration of the program for: political activities; inherently religious activities; lobbying; political patronage; and nepotism activities. B. "Section 3" Clause 1) Compliance Compliance with the provisions of Section 3 of the Housing and Urban Development (HUD) Act of 1968, as amended, and as implemented by the regulations set forth in 24 CFR 135, and all applicable rules and orders issued hereunder prior to the execution of this contract, shall be a condition of the Federal financial assistance provided under this contract and binding upon the City, the Contractor and any of the Contractor's subcontractors. Failure to fulfill these requirements shall subject the Contractor and any of the subcontractors, their successors and assigns, to those sanctions specified by the Agreement through which Federal assistance is provided. The Contractor certifies and agrees that no contractual or other disability exists that would prevent compliance with these requirements. To prove compliance, Contractor must submit to City a quarterly Section 3 report established in Attachment C-8 showing steps taken to fulfill Section 3 Goals established in Attachment A—10. Contractor further agrees to comply with these "Section 3" requirements and to include the following language in all subcontracts executed under this Agreement: a) The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low-and very low-income persons, particularly persons who are recipients of HUD assistance for housing. b) The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. c) The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. d) The Contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135.The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. e) The Contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the Contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the Contractor's obligations under 24 CFR part 135. f) Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions,termination of this contract for default, and debarment or suspension from future HUD assisted contracts. 2) Referrals and Interviewing Eligible Laborers and Trainees Contractor shall comply with, and shall require each subcontractor to comply with, all City and CDBG/HOME requirements with respect to accepting referrals and interviewing eligible Laborers and/or Trainees as outlined below. These eligible Laborers and Trainees shall fill entry-level positions in the Contractor's construction work force and be provided with meaningful training in order to increase the likelihood that they be absorbed into the permanent work force upon completion of the project if the contractor has entry-level'positions available. FOR A BIDDER TO BE A RESPONSIVE BIDDER,THE BIDDER MUST SUBMIT WITH ITS BID, AMONG ALL OTHER REQUIREMENTS OF THIS ITB, (1) THE BIDDER'S INITIAL SECTION 3 GOALS (SEE APPENDIX A), AND (2) THE "ELIGIBLE JOBS AVAILABILITY FORM" OR THE "UNAVAILABILITY CERTIFICATION" (SEE APPENDIX A). NO FORMS WILL BE ACCEPTED AFTER THE BID DUE DATE AND TIME, WITHOUT ANY EXCEPTION. a) If the successful bidder has eligible job vacancies available, it is the bidder's responsibility to contact a local employment referral agency (such as CareerSource) at least two (2) weeks before the commencement of construction in order to obtain job recruitment referrals. b) To obtain a list of job recruitment referrals the contractor shall contact: CareerSource, 833 6th Street, 2nd Floor, Miami Beach, FL 33139. Telephone (305) 532-5350 or visit their website at http://www.careersourcesfl.com/career- center/. Contractor may work with any other local employment referral agency, provided that Contractor otherwise satisfies all CDBG/HOME Section 3 requirements. c) In the event of the occurrence of any vacancy of eligible job positions at any time during the project, the Contractor shall immediately contact CareerSource (or the referral agency of its choice) for new referrals in order to fill those vacancies. d) Contractor shall refer all entry-level job applicants that contact the Contractor directly to CareerSource/referral agency for determination of their eligibility. e) Contractor may obtain from CareerSource/referral agency information regarding wage subsidies and tax credits as related to the employment to low income persons and residences of enterprise zones. f) Contractor shall include, or cause to be included, in all subcontracts covering any of the work covered by this contract, the requirements applicable to the Contractor and appearing herein. The requirements for subcontractors only apply to labor and installation subcontracts and exclude materials and supplies subcontracts. g) Nothing herein shall be construed to require or warrant the award of a bid to a Prime Contractor when it is not the lowest responsive bid when two (2) or more bidders either meet the requirements or certify that no entry level positions are available. h) Nothing herein shall be construed to require a Contractor to award a subcontract bid if it is not the lowest responsivebid. i) Nothing herein shall be construed to indicate that a higher level of jobs involvement for eligible Laborers or Trainees will give the bidder the right of award over other bidders who have agreed to accept referrals form CareerSource/referral agency. However, when all elements of a bid are substantially equal, the number of entry-level positions available may be used to break ties. j) DEFINITIONS: i. Laborer: Includes at least those workers whose duties are manual or physical in nature, excluding those workers who use tools or who are performing the work of trade ii. Trainee: Includes a person registered and receiving on-the-job training in a construction occupation under a program which has been approved in advance by the United States Department of Labor and Employment Training Administration as meeting its standards for the on-the-job training programs which have been certified by that Administration. 5. Conduct A. Assignability The Contractor shall not assign or transfer any interest in this Agreement without the prior written consent of the City thereto; provided, however, that claims for money due or to become due to the Contractor from the City under this contract may be assigned to a bank,trust company, or other financial institution without such approval. Notice of any such assignment or transfer shall be furnished promptly to the City. B. Subcontracts 1) Approvals The Contractor shall not enter into any subcontracts with any agency or individual in the performance of this contract without the written consent of the City prior to the execution of such agreement. 2) Monitoring The Contractor will monitor all subcontracted services on a regular basis to assure contract compliance. Results of monitoring efforts shall be summarized in written reports and supported with documented evidence of follow-up actions taken to correct areas of noncompliance. 3) Content The Contractor shall cause all of the provisions of this contract in its entirety to be included in and made a part of any subcontract executed in the performance of this Agreement. 4) Selection Process The Contractor shall undertake the necessary steps to ensure that subcontracts awarded as a result of this Agreement meet Section 3 goals. C. Hatch Act The Contractor agrees that no funds provided, nor personnel employed under this Agreement, shall be in any way or to any extent engaged in the conduct of political activities in violation of Chapter 15 of Title V of the U.S.C. D. Conflict of Interest The Contractor agrees to abide by the provisions of 24 CFR 570.611, which include (but are not limited to the following: 1) The Contractor shall maintain a written code or standards of conduct that shall govern the performance of its officers, employees or agents engaged in the award and administration of contracts supported by Federal funds. 2) No employee, officer or agent of the Contractor shall participate in the selection, or in the award, or administration of, a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. 3) No covered persons who exercise or have exercised any functions or responsibilities with respect to CDBG-assisted activities, or who are in a position to participate in a decision-making process or gain inside information with regard to such activities, may obtain a financial interest in any contract, or have a financial interest in any contract, subcontract, or agreement with respect to the CDBG- ` assisted activity, or with respect to the proceeds from the CDBG-assisted activity, either for themselves or those with whom they have business or immediate family ties, during their tenure or for a period of one (1) year thereafter. For purposes of this paragraph, a "covered person" includes any person who is an employee, agent, consultant, officer,or elected or appointed official of the City,the Contractor, or any designated public agency. 6. Environmental Conditions The City is responsible for undertaking environmental reviews in accordance with the requirements imposed on "recipients" in 24 CFR 58. Reviews must be completed, and Requests for Release of Funds (RROF) submitted to HUD before CDBG/HOME funds are committed for non-exempt activities. Private citizens and organizations may object to the release of funds for CDBG projects on certain procedural grounds relating to Environmental Review (see 24 CFR 58.70 - 58.77). To avoid challenges, grantees (the City) and Sub- Recipients (the Provider) should be diligent about meeting procedural requirements. The Contractor agrees to comply with the following Federal rules and regulations in the course of the rehabilitation project. A. Flood Disaster Protection Act of 1973 (42 U.S.C. 4001) City shall assure that for activities located in an area identified by the Federal Emergency Management Agency (FEMA) as having special flood hazards, flood insurance under the National Flood Insurance Program is obtained and maintained as a condition of financial assistance for acquisition or construction purposes (including rehabilitation). B. Lead-Based Paint On September 15, 1999,the"Requirements for Notification, Evaluation and Reduction of Lead-Based Paint Hazards in Federally Owned Residential Property and Housing Receiving Federal Assistance; Final Rule" was published within Title 24 of the Code of Federal Regulations as Part 35 (24 CFR 35). The regulation was issued under Sections 1012 and 1013 of the Residential Lead-Based Paint Hazard Reduction Act of 1992,which is Title X(10) of the Housing and Community Development Act of 1992. Sections 1012 and 1013 of Title X amended the Lead-Based Paint Poisoning Prevention Act of 1971, which is the basic law covering lead-based paint in federally- associated housing. The regulation sets hazard reduction requirements that give much greater emphasis to reducing lead in house dust. Scientific research has found that exposure to lead in dust is the most common way young children become lead poisoned. Therefore, the new regulation requires dust testing after paint is disturbed to make sure the home is lead-safe. Specific requirements depend on whether the housing is being disposed of or assisted by the Federal government, and also on the type and amount of financial assistance, the age of the structure, and whether the dwelling is rental or owner- occupied. On April 22, 2008, the EPA issued a rule requiring the use of lead-safe practices and other actions aimed at preventing lead poisoning to protect against the hazards created by exposure to lead dust in existing structures built prior to 1978. Under the rule, all contractors performing renovation, repair and painting projects that disturb lead-based paint in homes, child care facilities, and schools built before 1978 must be certified and follow specific work practices to prevent lead contamination.This rule (40 CFR Part 745) is enforced as of April 22, 2010.The rule must be executed by all Sub- Contractors. Property Exempt from Lead-based paint regulation: 1) Housing built since January 1, 1978, when lead paint was banned for residential use; 2) Housing exclusively for the elderly or people with disabilities, unless a child under age 6 is expected to reside there; 3) Zero-bedroom dwellings, including efficiency apartments, single-room occupancy housing, dormitories or military barracks; 4) Property that has been found to be free of lead-based paint by a certified lead- based paint inspector; 5) Property where all lead-based paint has been removed; , 6) Unoccupied housing that will remain vacant until demolished; 7) Non-Residential property; and 8) Any rehabilitation or housing improvement that does not disturb a painted surface. Types of housing subject to 24 CFR 35: 1) Federally-Owned housing being sold; 2) Housing receiving a Federal subsidy that is associated with the property, rather than with the occupants (project-based assistance); 3) Public housing; 4) Housing occupied by a family (with a child) receiving tenant-based subsidy (such as a voucher or certificate); 5) Multifamily housing for which mortgage insurance is being sought; and 6) Housing receiving federal assistance for rehabilitation, reducing homelessness, and other special needs. If you want copies of the regulation or have general questions, you can call the National Lead Information Center at (800) 424-LEAD, or TDD (800) 526-5456 for the hearing impaired. You can also download the regulation and other educational materials at http://www.hud.gov/offices/lead/index.cfm. For further information, you may call HUD at (202) 755-1785, ext. 104, or e-mail HUD at lead requlations@a hud.gov. The Contractor agrees that any construction or rehabilitation of residential structures with assistance provided under this Agreement shall be subject to HUD Lead-Based Paint Regulations at 24 CFR 570.608,the Lead Based Paint Poisoning Prevention Act (42 U.S.C. 4821, et) and 24 CFR Part 35, Subpart B. Such regulations pertain to all CDBG-assisted housing and require that all owners, prospective owners, and tenants of properties constructed prior to 1978 be properly notified that such properties may include lead-based paint. Such notification shall point out the hazards of lead-based paint and explain the symptoms,treatment and precautions that should be taken when dealing with lead-based paint poisoning and the advisability and availability of blood lead level screening for children under seven. The notice should also point out that if lead-based paint is found on the property, abatement measures may be undertaken. The regulations further require that,depending on the amount of Federal funds applied to a property, paint testing, risk assessment, treatment and/or abatement may be conducted. The Contractor agrees to ensure that all contractors performing renovation, repair and painting of projects assisted with HOME funds comply with the certification requirements of the 2008 EPA Rule under 40 CFR Part 745. C. Historic Preservation The Contractor agrees to comply with the Historic Preservation requirements set forth in the National Historic Preservation Act of 1966, as amended (16 U.S.C.470) and the procedures set forth in 36 CFR Part 800, Advisory Council on Historic Preservation Procedures for Protection of Historic Properties, insofar as they apply to the performance of this agreement. In general, this requires concurrence from the State Historic Preservation Officer for all rehabilitation and demolition of historic properties that are fifty years old or older or that are included on a Federal, state, or local historic property list. Balance of Page Intentionally Left Blank . 29 CFR 1.6 - Use and effectiveness of wage determinations. Section Number: 1.6 Section Name: Use and effectiveness of wage determinations. (a) (1) Project wage determinations initially issued shall be effective for 180 calendar days from the date of such determinations. If such a wage determination is not used in the period of its effectiveness it is void. Accordingly, if it appears that a wage determination may expire between bid opening and contract award (or between initial endorsement under the National Housing Act or the execution of an agreement to enter into a housing assistance payments contract under section 8 of the U.S. Housing Act of 1937, and the start of construction) the agency shall request a new wage determination sufficiently in advance of the bid opening to assure receipt prior thereto. However, when due to unavoidable circumstances a determination expires before award but after bid opening (or before the start of construction, but after initial endorsement under the National Housing Act, or before the start of construction but after the execution of an agreement to enter into a housing assistance payments contract under section 8 of the U.S. Housing Act of 1937), the head of the agency or his or her designee may request the Administrator to extend the expiration date of the wage determination in the bid specifications instead of issuing a new wage determination. Such request shall be supported by a written finding, which shall include a brief statement of the factual support, that the extension of the expiration date of the determination is necessary and proper in the public interest to prevent injustice or undue hardship or to avoid serious impairment in the conduct of Government business. The Administrator will either grant or deny the request for an extension after consideration of all of the circumstances, including an examination to determine if the previously issued rates remain prevailing. If the request for extension is denied, the Administrator will proceed to issue a new wage determination for the project. (2) General wage determinations issued pursuant to § 1.5(a), notice of which is published on WDOL, shall contain no expiration date. (b) Contracting agencies are responsible for insuring that only the appropriate wage determination(s) are incorporated in bid solicitations and contract specifications and for designating specifically the work to which such wage determinations will apply. Any question regarding application of wage rate schedules shall be referred to the Administrator, who shall give foremost consideration to area practice in resolving the question. (c) (1) Project and general wage determinations may be modified from time to time to keep them current. A modification may specify only the items being changed, or may be in the form of a supersedeas wage determination, which replaces the entire wage determination. Such actions are distinguished from a determination by the Administrator under paragraphs (d), (e) and (f) of this section that an erroneous wage determination has been issued or that the wrong wage determination or wage rate schedule has been utilized by the agency. (2) (i) All actions modifying a project wage determination received by the agency before contract award (or the start of construction where there is no contract award) shall be effective except as follows: (A) In the case of contracts entered into pursuant to competitive bidding procedures, modifications received by the agency less than 10 days before the opening of bids shall be effective unless the agency finds that there is not a reasonable time still available before bid opening, to notify bidders of the modification and a report of the finding is inserted in the contract file. A copy of such report shall be made available to the Administrator upon request. No such report shall be required if the modification is received after bid opening. (B) In the case of projects assisted under the National Housing Act, modifications shall be effective if received prior to the beginning of construction or the date the mortgage is initially endorsed, whichever occurs first. (C) In the case of projects to receive housing assistance payments under section 8 of the U.S. Housing Act of 1937, modifications shall be effective if received prior to the beginning of construction or the date the agreement to enter into a housing assistance payments contract is executed, whichever occurs first. (ii) Modifications to project wage determinations and supersedeas wage determinations shall not be effective after contract award (or after the beginning of construction where there is no contract award). (iii) Actual written notice of a modification shall constitute receipt. (3) All actions modifying a general wage determination shall be effective with respect to any project to which the determination applies, if notice of such actions is published before contract award (or the start of construction where there is no contract award), except as follows: (I) In the case of contracts entered into pursuant to competitive bidding procedures, a modification, notice of which is published less than 10 days before the opening of bids, shall be effective unless the agency finds that there is not a reasonable time still available before bid opening to notify bidders of the modification and a report of the finding is inserted in the contract file. A copy of such report shall be made available to the Administrator upon request. No such report shall be required if notice of the modification is published after bid opening. (ii) In the case of projects assisted under the National Housing Act, a modification shall be effective if notice of such modification is published prior to the beginning of construction or the date the mortgage is initially endorsed, whichever occurs first. (iii) In the case of projects to receive housing assistance payments under section 8 of the U.S. Housing Act of 1937, a modification shall be effective if notice of such modification is published prior to the beginning of construction or the date the agreement to enter into a housing assistance payments contract is signed, whichever occurs first. (iv) If under paragraph (c)(3)(i) of this section the contract has not been awarded within 90 days after bid opening, or if under paragraph (c)(3)(ii) or (iii) of this section construction has not begun within 90 days after initial endorsement or the signing of the agreement to enter into a housing assistance payments contract, any modification, notice of which is published on WDOI_ prior to award of the contract or the beginning of construction, as appropriate, shall be effective with respect to that contract unless the head of the agency or his or her designee requests and obtains an extension of the 90-day period from the Administrator. Such request shall be supported by a written finding, which shall include a brief statement of the factual support, that the extension is necessary and proper in the public interest to prevent injustice or undue hardship or to avoid serious impairment in the conduct of Government business.The Administrator will either grant or deny the request for an extension after consideration of all the circumstances. (v) A modification to a general wage determination is "published" within the meaning of this section on the date notice of a modification or a supersedeas wage determination is published on WDOL or on the date the agency receives actual written notice of the modification from the Department of Labor, whichever occurs first. Archived versions of Davis-Bacon and Related Acts wage determinations that are no longer current may be accessed in the "Archived DB WD" database of WDOL for information purposes only. Contracting officers should not use an archived wage determination in a contract action without prior approval of the Department of Labor. (vi) A supersedeas wage determination or a modification to an applicable general wage determination, notice of which is published after contract award (or after the beginning of construction where there is no contract award) shall not be effective. (d) Upon his/her own initiative or at the request of an agency, the Administrator may correct any wage determination, without regard to paragraph (c) of this section, whenever the Administrator finds such a wage determination contains clerical errors. Such corrections shall be included in any bid specifications containing the wage determination, or in any on-going contract containing the wage determination in question, retroactively to the start of construction. (e) Written notification by the Department of Labor prior to the award of a contract (or the start of construction under the National Housing Act, under section 8 of the U.S. Housing Act of 1937, or where there is no contract award) that: (1) There is included in the bidding documents or solicitation the wrong wage determination or the wrong schedule or that (2) a wage determination is withdrawn by the Department of Labor as a result of a decision by the Administrative Review Board, shall be effective immediately without regard to paragraph (c) of this section. (f)The Administrator may issue a wage determination after contract award or after the beginning of construction if the agency has failed to incorporate a wage determination in a contract required to contain prevailing wage rates determined in accordance with the Davis-Bacon Act, or has used a wage determination which by its terms or the provisions of this part clearly does not apply to the contract. Further, the Administrator may issue a wage determination which shall be applicable to a contract after contract award or after the beginning of construction when it is found that the wrong wage determination has been incorporated in the contract because of an inaccurate description of the project or its location in the agency's request for the wage determination. Under any of the above circumstances, the agency shall either terminate and resolicit the contract with the valid wage determination, or incorporate the valid wage determination retroactive to the beginning of construction through supplemental agreement or through change order, Provided That the contractor is compensated for any increases in wages resulting from such change.The method of incorporation of the valid wage determination, and adjustment in contract price, where appropriate, should be in accordance with applicable procurement law. (g) If Federal funding or assistance under a statute requiring payment of wages determined in accordance with the Davis-Bacon Act is not approved prior to contract award (or the beginning of construction where there is no contract award), the agency shall request a wage determination prior to approval of such funds. Such a wage determination shall be issued based upon the wages and fringe benefits found to be prevailing on the date of award or the beginning of construction (under the National Housing Act, under section 8 of the U.S. Housing Act of 1937 or where there is no contract award), as appropriate, and shall be incorporated in the contract specifications retroactively to that date, Provided, That upon the request of the head of the agency in individual cases the Administrator may issue such a wage determination to be effective on the date of approval of Federal funds or assistance whenever the Administrator finds that it is necessary and proper in the public interest to prevent injustice or undue hardship, Provided further That the Administrator finds no evidence of intent to apply for Federal funding or assistance prior to contract award or the start of construction, as appropriate. [48 FR 19533, Apr. 29, 1983, as amended at 50 FR 49823, Dec. 4, 1985; 70 FR 50894, Aug. 26, 2005] DETERMINATION(S) ASSIGNED TO THIS PROJECT: (Insert Wage Determination(s) Wage Determination Pagel INSTRUCTIONS FOR CERTIFIED PAYROLL FORM WH-347 General: Form WH-347has been made available for the convenience of contractors and subcontractors required by their Federal or Federally-aided construction-type contracts and subcontracts to submit weekly payrolls. Properly filled out, this form will satisfy the requirements of Regulations, Parts 3 and 5 (29 C.F.R., Subtitle A), as to payrolls submitted in connection with contracts subject to the Davis-Bacon and related Acts. While completion of Form WH-347 is optional, it is mandatory for covered contractors and subcontractors performing work on Federally financed or assisted construction contracts to respond to the information collection contained in 29 C.F.R. §§ 3.3, 5.5(a). The Copeland Act (40 U.S.C. § 3145) requires contractors and subcontractors performing work on Federally financed or assisted construction contracts to "furnish weekly a statement with respect to the wages paid each employee during the preceding week." U.S. Department of Labor (DOL) Regulations at 29 C.F.R. § 5.5(a)(3)(ii) require contractors to submit weekly a copy of all payrolls to the Federal agency contracting for or financing the construction project, 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 Davis- Bacon prevailing wage rate for the work performed. DOL and federal contracting agencies receiving this information review the information to determine that employees have received legally required wages and fringe benefits. Under the Davis-Bacon and related Acts, the contractor is required to pay not less than prevailing wage, including fringe benefits, as predetermined by the Department of Labor. The contractor's obligation to pay fringe benefits may be met either by payment of the fringe benefits to bona fide benefit plans, funds or programs or by making payments to the covered workers (laborers and mechanics) as cash in lieu of fringe benefits. This payroll provides for the contractor to show on the face of the payroll all monies to each worker, whether as basic rates or as cash in lieu of fringe benefits, and provides for the contractor's representation in the statement of compliance on the payroll (as shown on page 2) that he/she is paying for fringe benefits required by the contract and not paid as cash in lieu of fringe benefits. Detailed instructions concerning the preparation of the payroll follow: Contractor or Subcontractor: Fill in your firm's name and check appropriate box. Address: Fill in your firm's address. Payroll No.: Beginning with the number "1", list the payroll number for the submission. For Week Ending: List the workweek ending date. Project and Location: Self-explanatory. Project or Contract No.: Self-explanatory. Column 1 - Name and Individual Identifying Number of Worker: Enter each worker's full name and an individual identifying number (e.g., last four digits of worker's social security number) on each weekly payroll submitted. Column 2 - No. of Withholding Exemptions: This column is merely inserted for the employer's convenience and is not a requirement of Regulations, Part 3 and 5. Column 3 - Work Classifications: List classification descriptive of work actually performed by each laborer or mechanic. Consult classification and minimum wage schedule set forth in contract specifications. If additional classifications are deemed necessary, see Contracting Officer or Agency representative. An individual may be shown as having worked in more than one classification provided an accurate, breakdown or hours worked in each classification is maintained and shown on the submitted payroll by use of separate entries. Column 4 - Hours worked: List the day and date and straight time and overtime hours worked in the applicable boxes. On all contracts subject to the Contract Work Hours Standard Act, enter hours worked in excess of 40 hours a week as "overtime". Column 5-Total: Self-explanatory Column 6 - Rate of Pay (Including Fringe Benefits): In the "straight time" box for each worker, list the actual hourly rate paid for straight time worked, plus cash paid in lieu of fringe benefits paid. When recording the straight time hourly rate, any cash paid in lieu of fringe benefits may be shown separately from the basic rate. For example, "$12.25/.40" would reflect a $12.25 base hourly rate plus $0.40 for fringe benefits. This is of assistance in correctly computing overtime. See "Fringe Benefits" below. When overtime is worked, show the overtime hourly rate paid plus any cash in lieu of fringe benefits paid in the "overtime" box for each worker; otherwise, you may skip this box. See "Fringe Benefits" below. Payment of not less than time and one-half the basic or regular rate paid is required for overtime under the Contract Work Hours Standard Act of 1962 if the prime contract exceeds $100,000. In addition to paying no less than the predetermined rate for the classification which an individual works, the contractor must pay amounts predetermined as fringe benefits in the wage decision made part of the contract to approved fringe benefit plans, funds or programs or shall pay as cash in lieu of fringe benefits. See "FRINGE BENEFITS" below. Column 7 - Gross Amount Earned: Enter gross amount earned on this project. If part of a worker's weekly wage was earned on projects other than the project described on this payroll, enter in column 7 first the amount earned on the Federal or Federally assisted project and then the gross amount earned during the week on all projects, thus "$163.00/$420.00" would reflect the earnings of a worker who earned $163.00 on a Federally assisted construction project during a week in which $420.00 was earned on all work. Column 8- Deductions: Five columns are provided for showing deductions made. If more than five deductions are involved, use the first four columns and show the balance deductions under "Other" column; show actual total under "Total Deductions" column; and in the attachment to the payroll describe the deduction(s) contained in the "Other" column. All deductions must be in accordance with the provisions of the Copeland Act Regulations, 29 C.F.R., Part 3. If an individual worked on other jobs in addition to this project, show actual deductions from his/her weekly gross wage, and indicate that deductions are based on his gross wages. Column 9 - Net Wages Paid for Week: Self-explanatory. Totals - Space has been left at the bottom of the columns so that totals may be shown if the contractor so desires. Statement Required by Regulations, Parts 3 and 5: While the "statement of compliance" need not be notarized, the statement (on page 2 of the payroll form) is subject to the penalties provided by 18 U.S.C. § 1001, namely, a fine, possible imprisonment of not more than 5 years, or both. Accordingly, the party signing this statement should have knowledge of the facts represented as true. Items land 2: Space has been provided between items (1) and (2) of the statement for describing any deductions made. If all deductions made are adequately described in the "Deductions" column above, state "See Deductions column in this payroll." See "FRINGE BENEFITS" below for instructions concerning filling out paragraph 4 of the statement. Item 4 FRINGE BENEFITS - Contractors who pay all required fringe benefits: If paying all fringe benefits to approved plans, funds, or programs in amounts not less than were determined in the applicable wage decision of the Secretary of Labor, show the basic cash hourly rate and overtime rate paid to each worker on the face of the payroll and check paragraph 4(a) of the statement on page 2 of the WH-347 payroll form to indicate the payment. Note any exceptions in section 4(c). Contractors who pay no fringe benefits: If not paying all fringe benefits to approved plans, funds, or programs in amounts of at least those that were determined in the applicable wage decision of the Secretary of Labor, pay any remaining fringe benefit amount to each laborer and mechanic and insert in the "straight time" of the "Rate of Pay" column of the payroll an amount not less than the predetermined rate for each classification plus the amount of fringe benefits determined for each classification in the application wage decision. Inasmuch as it is not necessary to pay time and a half on cash paid in lieu of fringe benefits, the overtime rate shall be not less than the sum of the basic predetermined rate, plus the half time premium on basic or regular rate, plus the required cash in lieu of fringe benefits at the straight time rate. In addition, check paragraph 4(b) of the statement on page 2 the payroll form to indicate the payment of fringe benefits in cash directly to the workers. Note any exceptions in section 4(c). Use of Section 4(c), Exceptions Any contractor who is making payment to approved plans, funds, or programs in amounts less than the wage determination requires is obliged to pay the deficiency directly to the covered worker as cash in lieu of fringe benefits. Enter any exceptions to section 4(a) or 4(b) in section 4(c). Enter in the Exception column the craft, and enter in the Explanation column the hourly amount paid each worker as cash in lieu of fringe benefits and the hourly amount paid to plans, funds, or programs as fringe benefits. The contractor must pay an amount not less than the predetermined rate plus cash in lieu of fringe benefits as shown in section 4(c) to each such individual for all hours worked (unless otherwise provided by applicable wage determination) on the Federal or Federally assisted project. Enter the rate paid and amount of cash paid in lieu of fringe benefits per hour in column 6 on the payroll. See paragraph on "Contractors who pay no fringe benefits"for computation of overtime rate. • NOTICE TO LABOR UNIONS OR OTHER ORGANIZATIONS OF WORKERS NONDISCRIMINATION IN EMPLOYMENT TO: (Name of Union or Organization of Workers) The undersigned currently holds contract(s) with (Name of Applicant) Involving funds or credit of the U.S. Government of (a) subcontract (s) with prime contractor holding such contract(s). You are advised that under the provisions of the above contract(s) or subcontract(s) and in accordance with Executive Order 11246, dated September 4, 1965, and its implementing regulations at 41 CFR Chapter 60, the undersigned is obligated not to discriminate against any employee or applicant for employment because of race, color, creed, or national origin. This obligation not to discriminate includes, but is not limited to the following: HIRING, PLACEMENT, UPGRADING, TRANSFER OR DEMOTION, RECRUITMENT, ADVERTISI NG OR SOLICITATION FOR EMPLOYMENT TRAINING DURING EMPLOYMENT, RATES OF PAY OR OTHER FORMS OF COMPENSATION, SELECTION FOR TRAINING INCLUDING APPRENTI CESHIP, LAYOFF OR TERMINATION. This notice is furnished to you pursuant to the provisions of the above contract(s) and Executive Order 11246 and its implementing regulations at 41 CFR Chapter 60. Copies of;this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. (Contractor or Subcontractor) (Date) SECTION 3 ELIGIBLE JOBS AVAILABILITY FORM (Name of Contractor) (Contract No.) (Location) Available Entry Level Jobs Salary Level Max Duration of Employment 1. 2. 3. The undersigned agrees to accept referrals from CareerSource/other referral agency and to interview referrals for the above-designated positions. (If incorporated sign here) ATTEST CONTRACTOR By Secretary (CORPORATE SEAL) (If not incorporated sign here) WITNESSES: CONTRACTOR By STATEMENT 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: Contract and Subcontract Activity U.S.Department of Housing and Urban Development OMB Approval No.: 2535-0117(exp.1/31/2013) Public Reporting Burden for this collection of information is estimated to average.50 hours per response,including the time for reviewing instructions,searching existing data sources,gathering and maintaining the data needed,and completing and reviewing the collection of information. This information is voluntary. HUD may not collect this information,and you are not required to complete this form,unless it displays a currently valid OMB Control Number. Executive Order 12421 dated July 14,1983,directs the Minority Business Development Plans shall be developed by each Federal Agency and that these annual plans shall establish minority business development objectives. The information is used by HUD to monitor and evaluate MBE activities against the total program activity and the designated minority business enterprise(MBE)goals. The Department requires the information to provide guidance and oversight for programs for the development of minority business enterprise concerning Minority Business Development. If the information is not collected HUD would not be able to establish meaningful MBE goals nor evaluate MBE performance against these goals. While no assurances of confidentiality is pledged to respondents,HUD generally discloses this data only in response to a Freedom of Information request. Privacy Act Notice-The United States Department of Housing and Urban Development,Federal Housing Administration,is authorized to solicit the information requested in this form by virtue of Title 12,United States Code,Section 1701 et seq.,and regulations promulgated thereunder at Title 12,Code of Federal Regulations. It will not be disclosed or released outside the United States Department of Housing and Urban Development without your consent,except as required or permitted by law. 1.Grantee/Project Owner/Developer/Sponsor/Builder/Agency Check if: 2, Location(City,State,ZIP Code) PHA IHA n 3a. Name of Contact Person 3b.Phone Number(Including Area Code) 4.Reporting Period 5. Program Code(Not applicable for CPD programs.) 6. Date Submitted to Field Office - I I Oct.1-Sept.30(Annual-FY) See explanation of codes at bottom of page. Use a separate sheet for each program code. Contractor or Grant/Project Number or Amount of Type or Subcontractor Woman Prime Contractor Sec. Subcontractor Sec. Contractor/Subcontractor Name and Address HUD Case Number or Contract Trade Business Owned Identification(ID) 3 Identification(ID) 3 7j. other identification of property, or Subcontract Code Racial/Ethnic Business Number Number subdivision,dwelling unit,etc. (See Code (Yes or below) (See below) No) Name Street City State Zip Code 7a. 7b. 7c. 7d. - 7e. 7f. 7g. 7h. 7i. • • 7c: Type of Trade Codes: 7d: Racial/Ethnic Codes: 5: Program Codes(Complete for Housingand Public and Indian Housingprograms only): CPD: Housing/Public Housing: 1=White Americans g ( p p 9 y) 1=New Construction 1=New Construction 6=Professional 2=Black Americans 1=All insured,including Section 8 5=Section 202 2=Education/Training 2=Substantial Rehab. 7=Tenant Services 3=Native Americans 2=Flexible Subsidy 6=HUD-Held(Management) 3=Other 3=Repair 8=Education/Training 4=Hispanic Americans 3=Section 8 Noninsured,Non-HFDA 7=Public/Indian Housing 4=Service 9=Arch./Engrg.Appraisal 5=Asian/Pacific Americans 4=Insured(Management 5=Project Mangt. 0=Other 6=Hasidic Jews Previous editions are obsolete, form HUD-2516(8/98) This report is to be completed by grantees,developers,sponsors,builders,agencies, completed for public and Indian housing and most community development programs. may establish income ceilings higher or lower than 80 per centum of the median for the and/or project owners for reporting contract and subcontract activities of S10,000 or Form HUD-60002 is to be completed by all other HUD programs including State area on the basis of the Secretary's findings that such variations are necessary more under the following programs: Community Development Block Grants(entitle- administered community development programs covered under Section 3. because of prevailing levels of construction costs or unusually high or low-income ment and small cities);Urban Development Action Grants;Housing Development A Section 3 contractor/subcontractor is a business concern that provides economic families. Very low-income persons means low-income families (including single Grants;Multifamily Insured and Noninsured;Public and Indian Housing Authorities; opportunities to low-and very low-income residents of the metropolitan area(or persons)whose incomes do not exceed 50 per centum of the median family income and contracts entered into by recipients of CDBG rehabilitation assistance. nonmetropolitan county),including a business concern that is 51 percent or more for the area,as determined by the Secretary with adjustments for smaller and larger Contracts/subcontracts of less than$10,000 need be reported only if such contracts owned by low-or very low-income residents;employs a substantial number of low-or families,except that the Secretary may establish income ceilings higher or lower than represent a significant portion of your total contracting activity. Include only contracts very low-income residents; or provides subcontracting or business development 50 per centum of the median for the area on the basis of the Secretary's findings that executed during this reporting period. opportunities to businesses owned by low-or very low-income residents. Low-and such variations are necessary because of unusually high or low family incomes. This form has been modified to capture Section 3 contract data in columns 7g and 7i. very low-income residents include participants in Youthbuild programs established Submit two(2)copies of this report to your local HUD Office within ten(10)days after Section 3 requires that the employment and other economic opportunities generated under Subtitle D of Title IV of the Cranston-Gonzalez National Affordable Housing Act. the end of the reporting period you checked in item 4 on the front. by HUD financial assistance for housing and community development programs shall, The terms "low-income persons"and "very low-income persons° have the same Complete item 7h.only once for each contractor/subcontractor on each semi-annual to the greatest extent feasible,be directed toward low-and very low-income persons, meanings given the terms in section 3(b)(2)of the United States Housing Act of 1937. report. particularly those who are recipients of government assistance for housing.Recipients Low-income persons mean families(including single persons)whose incomes do not Enter the prime contractor's ID in item 7f.for all contracts and subcontracts. Include using this form to report Section 3 contract data must also use Part I of form HUD- exceed 80 per centum of the median income for the area,as determined by the only contracts executed during this reporting period. PHAs/IHAs are to report all 60002 to report employment and training opportunities data. Form HUD-2516 is to be Secretary,with adjustments for smaller and larger families,except that the Secretary contracts/subcontracts, _ • Community Development Programs firm receiving contract/subcontract activity only one time on each report for each firm. 1. Grantee: Enter the name of the unit of government submitting this report. Multifamily Housing Programs Public Housing and Indian Housing Programs • 3. Contact Person: Enter name and phone of person responsible for maintaining 1. Grantee/Project Owner: Enter the name of the unit of government,agency or PHAs/IHAs are to report all contracts/subcontracts. Include only contracts executed and submitting contract/subcontract data. mortgagor entity submitting this report. during this reporting period. 7a. Grant Number: Enter the HUD Community Development Block Grant Identifica- 3. Contact Person: Same as item 3 under CPD Programs. 1. Project Owner: Enter the name of the unit of government,agency or mortgagor tion Number (with dashes). For example: B-32-MC-25-0034. For Entitlement 4. Reporting Period: Check only one period. entity submitting this report. Check box as appropriate. Programs and Small City multi-year comprehensive programs, enter the latest 3. Contact Person: Sameitem 3 under CPD Prams. approved grant number. 5. Program Code: Enter the appropriate program code. as Prorams. 7b. Amount of Contract/Subcontract: Enter the dollar amount rounded to the 7a. Grant/Project Number: Enter the HUD Project Number or Housing Develop- 4. Reporting Period: Check only one period. nearest dollar. If subcontractor ID number is provided in 71,the dollar figure would be ment Grant or number assigned. 5. Program Code: Enter the appropriate program code. for the subcontract only and not for the prime contract. 7b. Amount of Contract/Subcontract: Same as item 7b.under CPD Programs. 7a. Grant/Project Number: Enter the HUD Project Number or Housing Develop- 7c. Type of Trade: Enter the numeric codes which best indicates the contractor's/ 7c. Type of Trade: Same as item 7c.under CPD Programs. ment Grant or number assigned. subcontractors service.If subcontractor ID number is provided in 7f.,the type of trade 7d. Business Racial/Ethnic/Gender Code: Same as item 7d.under CPD Pro- 7b. Amount of Contract/Subcontract: Same as item 7b.under CPD Programs. code would be for the subcontractor only and not for the prime contractor.The°other' grams. 7c. Type of Trade: Same as item 7c.under CPD Programs. category includes supply,professional services and all other activities except con- 7e. Woman Owned Business: Enter Yes or No. 7d. Business Racial/Ethnic/Gender Code: Same as item 7d.under CPD Pro- struction and education/training activities. 7f. Contractor Identification(ID)Number:Same as item 71.under CPD Programs. grams. 7d. Business Racial/Ethnic/Gender Code: Enter the numeric code which indicates 7e. Woman Owned Business: Enter Yes or No. the racial/ethnic/gender character of the owner(s)and controller(s)of 51%of the 7g. Section 3 Contractor: Enter Yes or No. business.When 51%or more is not owned and controlled by any single racialJethnic/ 7h. Subcontractor Identification (ID) Number: Same as item 7h.under CPD 7f. Contractor Identification(ID)Number:Same as item 7f.under CPD Programs. gender category,enter the code which seems most appropriate. If the subcontractor Programs. 7g. Section 3 Contractor: Enter Yes or No. ID number is provided,the code would apply to the subcontractor and not to the prime 7i. Section 3 Contractor: Enter Yes or No. 7h. Subcontractor Identification (ID) Number: Same as item 7h.under CPD contractor. Programs. 7j. Contractor/Subcontractor Name and Address: Same as item 7j.under CPD 9 7e. Woman Owned Business: Enter Yes or No. Programs. 7i. Section 3 Contractor: Enter Yes or No. 71. Contractor Identification(ID)Number:Enterthe Employer(IRS)Numberof the 7j. Contractor/Subcontractor Name and Address: Same as item 7j.under CPD Prime Contractor as the unique identifier for prime recipient of HUD funds. Note that Programs. the Employer(IRS)Number must be provided for each contract/subcontract awarded. 7g. Section 3 Contractor: Enter Yes or No. 7h. Subcontractor Identification(ID)Number: Enter the Employer(IRS)Number of the subcontractor as the unique identifier for each subcontract awarded from HUD . funds. When the subcontractor ID Number is provided, the respective Prime Contractor ID Number must also be provided. 7i. Section 3 Contractor: Enter Yes or No. 7j. Contractor/Subcontractor Name and Address: Enter this information for each Previous editions are obsolete. form HUD-2516(8/98) Attachment "B" Revision 1 to Plans : Waterproofing Detail ` G Vpsu IA WALL BOAR° REPAIR TO MATCH EXISTING FM.TO REMAIN n EIICO T %MALL CORNER BEAD AT ALL xrfeloR I' EXISTING AI.ns MA OT �tx�Yy? �"'-.'n}ps yr F[IlrmaarocCORNERS 0IP. EXISTING n WALL •IOR C u IA �/// Illmm mea A R s,e10.L. ,T"' . ,, usrmeeu.o wAll ncuulDi—T'� / ca M 44II e c EnnoDucxsoe LATNORWIRE _,£I`„,,,..4 .,,,_ .,..‘,.s,, �, HEWN .r_>tum�iw_ I n • OEDOFl,=r — ArRDDrvRAILATUCCOFTH OR AAO ,�, SHIYSrDOExsrJ,unooNERNH IOR gl1 ` `� /A eEDOFsuuxr IEACHHSDEMiieAcaERRODfncx SlDf FROMFws 1lIfRYRFCLEiI ''/BA a .Y.'.uT'..41•.af, .^Y.-f 1� YY _—_ / R YEGlFAI / ' 1•SxI Aa. E[I 1 / VINYL AT OF SEALANT AEE6 00 TOSE oRAEPN.IiPAYE.ExT EXISTING EoSEYAmSTUCCO CORNERS EEFRONT DOOR SMOOTHS STUCCO FIN. SINGLE HUNG WINDOW // //// JAMB DETAIL.(TYP,) JAMB DETAIL.(TYP.) WEEP SCREED DETAIL STUCCO e HANCAL�W"”"`D 1 SCALE:3-•1'-0• SCALE:]•=1'D• 3 SCALES.1-O EXISTINGctucco FINISH , EXISTING wALLI il • :::: T . ' )r��'^"FIN TO RERAN sLII Y OYERE[MTwDlrvDDDFwlx H i'd► OF SEALANT AeFDNEW MECHAM/CAL �` of SEALANT •eEn "® oRxERSTYP i,r°L&a0\ BACKER ROOEACCSIDE DRNERSEY. �`};A� BACKER ROOEACHSIDE /f����S��D SEALANT paxlY uu. sEAux, ryl hsHlu YAa. /. •1515... r �15515.1515.•.151515NE 1515•:... .151515151515A 5151515155151';.. liii c SCHEDULE i EXIST.SINGLE HUNG ...............E. y::hWil H515155NH1515155q»15:15.-.9,. EXTERIOR xrERIOn IML.i • DDDR SCHEDULE ��eSte: tele ���..y...'e.,;}an ETI, /' ....0..15155.5.15.15E-'.y.r P. '-. ...............5155. >'.:+:..•: oxDAE,E . 151515.55555551551551515•.x.+,A:-•.,D:AS •: I / .5..15.1515.1515....15.E�r-.'y�.y;-:-��: 1551555Ng55515555'.Ka-?.ysn,1:tip:. x 1 51555N5.15555H► :.'.•<4-<..ra mss . ll 555555151.55 e;."' A \ REFER !� HOA lO.AEEERLO • SEALANT I' / /.•15515555.5155.❖155��Kh��\ .,'JOS• • v.Ila LEVEL _ HD e 'MASH SCHEDW',REFER ULE CORNERSrTP .......... BEAD AT All !LOPE .a!� , ...........,•;.'c':x;,e<� ,p. drcl®I�' OF SEALANT A HD • 15.51515551515515 Ar4W PAM 1555.5555555,, SLOPE—_�L�' .�._.... Ie �r 5iiiii5iiiiiii��'�� OACREn Rao EAcx SIDE 5.15..15155.151515..,;.;o- r. cr '- �.®� . lYoorvEV/3COPw ''e 5.55.1555555151... 115151515151515.155151 i+':S r' i'sx YYAz. E.1515H15tgo >' 1515 S r, O MATCH EXISTING ::5.55555 / IATxDRWmE 5515u5 15,158. '' / ExsrxccMU WALL ' FIN.TO REMAIN WAND ALAS, STOREFRONT DOOR HEAD AND SINGLE HUNG WINDOW HEAD AND , 4 THRESHOLD DETAIL.(TYP) G SILL DETAIL.(TYP) 6` STUCCO APPLICATION DETAIL SCALE:G•a 1'-0• J SCALE:r•1'.O SCALE:NTS ooR TDO?CMS WALL ............................ .:..::,..... •• 7Z'MC.C ��__—_/_ B NEW Her.STUCCO Fm. 1 IILv E _ '.. U VVIR COAT - - — VNIKERESI TOP COAT , r. 1ASE COAT EXIST.°ALCM. \ r A®;�\\\` NOTE: :SrmD f GENERAL CONTRACTOR SHALE ERFivONSIIL[iO REPAIR ERXEwoRRETO MATCH QWATER PROOFING DETAIL AT BALCONY a EXIST.'WISH. HDAYA DDMRIND,HE EXECUTION OF. 7 WALL SECTION(TYP) SCALE:6••1'-0• • SCALE:FULL r "xD�leamloa¢ 1632 Meridian Ave. ENGINEER OSRECORD:�+. oA.p...,,, MN Rams. DETAILS t, $ ' LPi h ti ,v VV ,I„1 DI,Y MANAGER.JIMMY L.MORALES DESIGN ENGINEER._OA_�Iwaea� xxAxo"•A [A. r Miami Beach FL, 33139 `"�" �\I 1515�.,,..,........e, iM R.P D sxweY Reference i L' f e�1!v� :w^E.. f• DRAWN BY: - - t DIRECrOR: MARIA BUIL PUBLIC WORKS DEPARTMENT nnE: ""' cNEONER: I 03.I6]D REV-I COORS. FIVE ESTI N/A P.AA. N/A wRW 01C.,: N/A s MO CCIAExxlx ma.DR"eKCx1 REACH FL ARM, NEPTUNE RENOVATION s Av sHnwx GALE REAL NO DALE REVISION SIPS.BY Dale:1I/in Sheet. a1 Mf DrnlnR- A-4.0 9 Attachment "C" Specification Booklet — 100% Construction Documents 1632 MERIDAN AVENUE MIAMI BEACH, FLORIDA NEPTUNE EXTERIOR RENOVATIONS 1632 Meridian Avenue Miami Beach Florida Specification Booklet 100% Construction Documents 3/27/2020 STRUCTURAL ENGINEER: 13944 SW 8 STREET BCC ENGINEERING ;- SUITE 206 6401 SW 87 AVE SUITE 200 MIAMI,FL 33184 MIAMI, FLORIDA 33173 0 305.559.1496 0.3053702350 ARCHITECTURAL GROUP JOB NO. 19-0020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 00 0101 PROJECT TITLE PAGE PROJECT MANUAL FOR NEPTUNE EXTERIOR RESTORATION OWNER'S PROJECT NUMBER: XXX NEPTUNE APARTMENTS 1632 MERIDIAN AVENUE MIAMI BEACH , FLORIDA 33139 DATE: (DATE OF PROJECT MANUAL) PREPARED BY: V3 ARCHITECTURAL GROUP END OF SECTION 00 0101 • 100% Construction Documents 00 0101 - 1 PROJECT TITLE PAGE 3/27/2020 Neptune Renovations BC Engineering Miami Beach,Florida V3 Architectural Group t ... • 15S U °, SECTION . SECTION NAMES ,:Q o VOLUME I DIVISION 00-BIDDING,REQUIREMENTS ` 00 0101 Project Title page X 00 0102 Project Information X 00 0103 Project Directory X 00 1010 Table of Contents X DIVISION 01-GENERAL REQUIREMENTS 01 1000 Summary X 01 2500 Substitution Procedures X 01 3000 Administration Requirements X 01 4000 Quality Requirements X 01 4100 Regulatory Requirements X 01 4219 Reference Standards X 01 5000 Temporary Facilities&Controls X 01 6000 Product Requirements X 01 7000 Execution and Closeout Requirements X 01 7419 Construction Waste X DIVISION 02 EXISTING CONDITIONS = - 024100 Demolition X DIVISION 03-MASONRY (notUsed) "' DIVISION 04-CONCRETE (not Used) DIVISION 05—METALS ; 05 5000 Metal Fabrications X DIVISION 06-WOOD AND PLASTICS _ • 06 1000 Rough Carpentry X ,DIVISION 07=THERMAL AND MOISTURE PROTECTION ; 07 1416 Cold Fluid Applied Waterproofing X 07 6500 Liquid Applied Flashing System X 07 7123 Manufactured Gutters and Downspouts X 07 9200 Joint Sealants X DIVISION 08—OPENINGS :" 08 4313 Aluminum Entrances&Storefronts X 08 06 71 Door Hardware Schedule X 08 9100 Louvers X DIVISION09—FINISHES (not Used) 09 2400 Cement Plastering(stucco) X • 09 9010 Painting of Previously Painted Surfaces X 09 9113 Exterior Painting • X 09 9723 Concrete and Masonry Coatings X DIVISION 10—SPECIALTIES (not Used) 10 4400 Fire Protection Specialties DIVISION 11 EQUIPMENT(not Used) 001010-1 100%Construction Documents 3/27/2020 TABLE OF CONTENTS Neptune Renovations BC Engineering Miami Beach,Florida Architectural Group g, ,:ISS UE, , .':.4' F g ' „8- SECTION a° 3 SECTION NAME DIVISION 92=.FUR NISHINGS.(not Used) DIVISION.13:-SPECIAL CONSTRUCTION(not Used) _. DIVISION 14=-CONVEYING EQUPMENT.(not Used) 001010-2 100%Construction Documents 3/27/2020 TABLE OF CONTENTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 01 1000 SUMMARY PART 1 GENERAL 1.01 PROJECT A. Project Name: Neptune Exterior Restoration B. Architect's Name: V3 Architectural Group. C. The Project consists of the painting and restoration of Nepturne Aparrtments. 1.02 CONTRACT DESCRIPTION 1.03 DESCRIPTION OF ALTERATIONS WORK A. Scope of demolition and removal work is indicated on drawings and specified in Section 02 4100. 1.04 OWNER OCCUPANCY A. Owner intends to continue to occupy adjacent portions of the existing building during the entire construction period. B. Owner intends to occupy the Project upon Substantial Completion. C. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. D. Schedule the Work to accommodate Owner occupancy. 1.05 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas noted on Drawings. 1. Locate and conduct construction activities in ways that will limit disturbance to site. B. Arrange use of site and premises to allow: 1. Owner occupancy. 2. Use of site and premises by the public. C. Provide access to and from site as required by law and by Owner: 1. Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. 2. Do not obstruct roadways, sidewalks, or other public ways without permit. D. Existing building spaces may not be used for storage. E. Time Restrictions: 1. Limit conduct of especially noisy exterior work to the hours of 9AM--5PM. 2. Follow the restrictions for work hours per the City of Miami Beach. F. Utility Outages and Shutdown: 1. Limit disruption of utility services to hours the building is unoccupied. 2. Do not disrupt or shut down life safety systems, including but not limited to fire sprinklers and fire alarm system,without 7 days notice to Owner and authorities having jurisdiction. 3. Prevent accidental disruption of utility services to other facilities. PART 2 PRODUCTS -NOT USED PART 3 EXECUTION -NOT USED END OF SECTION 01 1000 100% Construction Documents 01 1000- 1 SUMMARY 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 01 4000 QUALITY REQUIREMENTS PART 3 EXECUTION 1.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship,to produce work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers'instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as minimum quality for the work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 1.02 DEFECT ASSESSMENT A. Replace Work or portions of the Work not complying with specified requirements. END OF SECTION 01 4000 100% Construction Documents 01 4000- 1 QUALITY REQUIREMENTS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 01 4100 REGULATORY REQUIREMENTS PART 1 GENERAL 1.01 SUMMARY OF REFERENCE STANDARDS A. Regulatory requirements applicable to this project are the following: B. 28 CFR 35-Nondiscrimination on the Basis of Disability in State and Local Government Services; Final Rule; Department of Justice; current edition. C. 36 CFR 1191 -Americans with Disabilities Act(ADA)Accessibility Guidelines for Buildings and Facilities;Architectural Barriers Act(ABA)Accessibility Guidelines; current edition. D. AISC-(MAN)-Steel Construction Manual; 2017. E. ASCE 7-Minimum Design Loads and Associated Criteria for Buildings and Other Structures; Most Recent Edition Cited by Referring Code or Reference Standard. F. 29 CFR 1910-Occupational Safety and Health Standards; current edition. G. City of Miami Beach amendments to some or all of the following. H. Zoning Code: City of Miami Beach. I. FLA(FBC-B)- Florida Building Code: Building (6th Edition);2017. J. NFPA 1 -Fire Code; 2018. K. NFPA 101 - Life Safety Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. L. NFPA 70-National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.02 RELATED REQUIREMENTS A. Section 01 4000-Quality Requirements. 1.03 QUALITY ASSURANCE A. Designer Qualifications: Where delegated engineering design is to be performed under the construction contract provide the direct supervision of a Professional Engineer experienced in design of this type of work and licensed in the State of lorida. B. Comply with all FLA(FBC-B) HVHZ requirements for fastening items to to the Building Envelope. • PART 2 PRODUCTS -NOT USED PART 3 EXECUTION-NOT USED END OF SECTION 01 4100 100% Construction Documents 01 4100- 1 REGULATORY REQUIREMENTS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 01 4219 REFERENCE STANDARDS PART 1 GENERAL 1.01 SECTION INCLUDES A. Requirements relating to referenced standards. B. Reference standards full title and edition date. 1.02 RELATED REQUIREMENTS A. 1.03 QUALITY ASSURANCE A. For products or workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Should specified reference standards conflict with Contract Documents, request clarification from the Architect before proceeding. C. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of the Architect shall be altered by Contract Documents by mention or inference otherwise in any reference document. PART 2 CONSTRUCTION INDUSTRY ORGANIZATION DOCUMENTS 2.01 AA--ALUMINUM ASSOCIATION, INC. 2.02 AAMA--AMERICAN ARCHITECTURAL MANUFACTURERS ASSOCIATION A. AAMA 501.2-Quality Assurance and Diagnostic Water Leakage Field Check of Installed Storefronts, Curtain Walls, and Sloped Glazing Systems; 2015. B. AAMA 609 &610- Cleaning and Maintenance Guide for Architecturally Finished Aluminum (Combined Document); 2015. C. AAMA 2604-Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix);2017a. D. AAMA 2605-Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix); 2017a. E. AAMA CW-10- Care and Handling of Architectural Aluminum From Shop to Site; 2015. 2.03 AIA--THE AMERICAN INSTITUTE OF ARCHITECTS A. AIA A201 -General Conditions of the Contract for Construction; 2017. B. AIA G701-2001 -Change Order; 2001. C. AIA G716-Request for Information; 2004. 2.04 AISC--AMERICAN INSTITUTE OF STEEL CONSTRUCTION, INC. A. AISC (MAN)-Steel Construction Manual;2017. 2.05 AMCA--AIR MOVEMENT AND CONTROL ASSOCIATION INTERNATIONAL, INC. A. AMCA 500-L- Laboratory Methods of Testing Louvers for Rating; 2015. B. AMCA 511 - Certified Ratings Program for Air Control Devices; 2010. 2.06 ANSI --AMERICAN NATIONAL STANDARDS INSTITUTE A. ANSI Z97.1 -American National Standard for Safety Glazing Materials Used in Buildings- Safety Performance Specifications and Methods of Test; 2015. ' 100% Construction Documents 01 4219- 1 REFERENCE STANDARDS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 2.07 ASCE--AMERICAN SOCIETY OF CIVIL ENGINEERS A. ASCE 7- Minimum Design Loads and Associated Criteria for Buildings and Other Structures; Most Recent Edition Cited by Referring Code or Reference Standard. 2.08 ASTM A SERIES--ASTM INTERNATIONAL _ A. ASTM A36/A36M-Standard Specification for Carbon Structural Steel; 2014. B. ASTM A48/A48M-Standard Specification for Gray Iron Castings; 2003 (Reapproved 2016). C. ASTM A123/A123M-Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products; 2017. D. ASTM A153/A153M-Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware; 2016a. E. ASTM A501/A501 M-Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing; 2014. F. ASTM A653/A653M-Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2019a. 2.09 ASTM B SERIES --ASTM INTERNATIONAL A. ASTM B117-Standard Practice for Operating Salt Spray(Fog)Apparatus; 2019. B. ASTM B209-Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate; 2014. C. ASTM B209M-Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate (Metric); 2014. D. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2014. E. ASTM 8221 M-Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes (Metric); 2013. 2.10 ASTM C SERIES--ASTM INTERNATIONAL A. ASTM C91/C91M-Standard Specification for Masonry Cement; 2018. B. ASTM C150/C150M-Standard Specification for Portland Cement; 2019a. C. ASTM C578- Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation; 2019. D. ASTM C661 - Standard Test Method for Indentation Hardness of Elastomeric-Type Sealants by Means of a Durometer; 2015. E. ASTM C719-Standard Test Method for Adhesion and Cohesion of Elastomeric Joint Sealants Under Cyclic Movement(Hockman Cycle); 2014 (Reapproved 2019). F. ASTM C794-Standard Test Method for Adhesion-In-Peel of Elastomeric Joint Sealants; 2018. G. ASTM C834-Standard Specification for Latex Sealants; 2017. H. ASTM C864-Standard Specification for Dense Elastomeric Compression Seal Gaskets, Setting Blocks, and Spacers; 2005 (Reapproved 2015). I. ASTM C897-Standard Specification for Aggregate for Job-Mixed Portland Cement-Based Plasters; 2015. J. ASTM C919-Standard Practice for Use of Sealants in.Acoustical Applications; 2018. K. ASTM C920-Standard Specification for Elastomeric Joint Sealants; 2018. L. ASTM C926-Standard Specification for Application of Portland Cement-Based Plaster; 2020. M. ASTM C932-Standard Specification for Surface-Applied Bonding Compounds for Exterior Plastering; 2006 (Reapproved 2019). N. ASTM C1036-Standard Specification for Flat Glass; 2016. O. ASTM C1087-Standard Test Method for Determining Compatibility of Liquid-Applied Sealants with Accessories Used in Structural Glazing Systems; 2016. 100% Construction Documents 01 4219-2 REFERENCE STANDARDS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group P. ASTM C1172-Standard Specification for Laminated Architectural Flat Glass; 2014. Q. ASTM C1193-Standard Guide for Use of Joint Sealants; 2016. R. ASTM C1248-Standard Test Method for Staining of Porous Substrate by Joint Sealants; 2018. S. ASTM C1289-Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board; 2019. T. ASTM C1330-Standard Specification for Cylindrical Sealant Backing for Use with Cold Liquid-Applied Sealants; 2018. U. ASTM C1396/C1396M- Standard Specification for Gypsum Board; 2017. V. ASTM C1521 -Standard Practice for Evaluating Adhesion of Installed Weatherproofing Sealant Joints; 2019. 2.11 ASTM D SERIES--ASTM INTERNATIONAL A. ASTM D16-Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2016. B. ASTM D412-Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers—Tension; 2016. C. ASTM D638- Standard Test Method for Tensile Properties of Plastics; 2014. D. ASTM D2240-Standard Test Method for Rubber Property--Durometer Hardness; 2015,with Editorial Revision (2017). E. ASTM D2898-Standard Test Methods for Accelerated Weathering of Fire-Retardant-Treated Wood for Fire Testing;2010 (Reapproved 2017). F. ASTM D3273-Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber; 2016. G. ASTM D3359-Standard Test Method for Rating Adhesion by Tape Test; 2017. H. ASTM D3960-Standard Practice for Determining Volatile Organic Compound (VOC) Content of Paints and Related Coatings; 2005 (Reapproved 2018). I. ASTM D4258-Standard Practice for Surface Cleaning Concrete for Coating; 2005 (Reapproved 2017). J. ASTM D4541 - Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers; 2017. K. ASTM D4551 -Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Flexible Concealed Water-Containment Membrane; 2017. L. ASTM D4803-Standard Test Method for Predicting Heat Buildup in PVC Building Products; 2018. 2.12 ASTM E SERIES--ASTM INTERNATIONAL A. ASTM E84-Standard Test Method for Surface Burning Characteristics of Building Materials; 2019b. B. ASTM E90-Standard Test Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions and Elements; 2009 (Reapproved 2016). C. ASTM E96/E96M-Standard Test Methods for Water Vapor Transmission of Materials; 2016. D. ASTM E119-Standard Test Methods for Fire Tests of Building Construction and Materials; 2019. E. ASTM E283-Standard Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen; 2004 (Reapproved 2012). F. ASTM E330/E330M-Standard Test Method for Structural Performance of Exterior Windows, Doors, Skylights and Curtain Walls by Uniform Static Air Pressure Difference; 2014. 100% Construction Documents 01 4219-3 REFERENCE STANDARDS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group G. ASTM E331 -Standard Test Method for Water Penetration of Exterior Windows, Skylights, Doors, and Curtain Walls by Uniform Static Air Pressure Difference; 2000 (Reapproved 2016). H. ASTM E1300-Standard Practice for Determining-Load Resistance of Glass in Buildings; 2016. I. ASTM E2178-Standard Test Method for Air Permeance of Building Materials; 2013. J. ASTM E2357-Standard Test Method for Determining Air Leakage of Air Barrier Assemblies; 2018. 2.13 ASTM F SERIES--ASTM INTERNATIONAL A. ASTM F3125/F3125M-Standard Specification for High Strength Structural Bolts and Assemblies, Steel and Alloy Steel, Heat Treated, Inch Dimensions 120 ksi and 150 ksi Minimum Tensile Strength, and Metric Dimensions 830 MPa and 1040 MPa Minimum Tensile Strength; 2019. 2.14 ASTM G SERIES--ASTM INTERNATIONAL A. ASTM G153-Standard Practice for Operating Enclosed Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials;2013. 2.15 AWC --AMERICAN WOOD COUNCIL A. AWC (WFCM)-Wood Frame Construction Manual for One-and Two-Family Dwellings; 2015. 2.16 AWPA--AMERICAN WOOD-PRESERVERS'ASSOCIATION A. AWPA U1 -Use Category System: User Specification for Treated Wood; 2018. 2.17 AWS--AMERICAN WELDING SOCIETY A. AWS A2.4-Standard Symbols for Welding, Brazing, and Nondestructive Examination; 2012. B. AWS D1.1/D1.1M-Structural Welding Code-Steel; 2015,with Errata (2016). C. AWS D1.2/D1.2M-Structural Welding Code-Aluminum; 2014,with Errata. 2.18 CARB--CALIFORNIA AIR RESOURCES BOARD 2.19 FLA--STATE OF FLORIDA A. FLA(FBC-B)-Florida Building Code: Building (6th Edition); 2017. B. FLA(PAD)-Florida Building Code Online-Product Approval Directory; Current Edition. 2.20 FM --FACTORY MUTUAL GLOBAL A. FM (AG)-FM Approval Guide; current edition. 2.21 GANA--GLASS ASSOCIATION OF NORTH AMERICA A. GANA(SM)-GANA Sealant Manual; 2008. 2.22 GREENSEAL--GREENSEAL, INC. 2.23 IAS--INTERNATIONAL ACCREDITATION SERVICE A. IAS AC172-Accreditation Criteria for Fabricator Inspection Programs for Structural Steel; 2018. 2.24 ICC--INTERNATIONAL CODE COUNCIL, INC. A. ICC 500-ICC/NSSA Standard for the Design and Construction of Storm Shelters; National Storm Shelter Association; 2014. 2.25 ICC-ES --ICC EVALUATION SERVICE, INC. A. ICC-ES AC38-Acceptance Criteria for Water-Resistive Barriers; 2016. B. ICC-ES AC310-Acceptance Criteria for Water-resistive Membranes Factory-bonded to Wood-based Structural Sheathing, Used as Water-Resistive Barriers; 2008,with Editorial , Revision (2015). 2.26 IGMA--INSULATING GLASS MANUFACTURERS ALLIANCE A. IGMA TM-3000-North American Glazing Guidelines for Sealed Insulating Glass Units for Commercial & Residential Use; 1990 (2016). 100% Construction Documents 01 4219-4 REFERENCE STANDARDS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 2.27 MPI--MASTER PAINTERS INSTITUTE (MASTER PAINTERS AND DECORATORS ASSOCIATION) A. MPI (APSM)-Master Painters Institute Architectural Painting Specification Manual; Current Edition. 2.28 NFPA--NATIONAL FIRE PROTECTION ASSOCIATION A. NFPA 1 -Fire Code; 2018. B. NFPA 10- Standard for Portable Fire Extinguishers; 2017,with Errata (2018). C. NFPA 70- National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. D. NFPA 101 - Life Safety Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. E. NFPA 241 -Standard for Safeguarding Construction,Alteration, and Demolition Operations; 2019. 2.29 NFRC --NATIONAL FENESTRATION RATING COUNCIL, INC. A. NFRC 100-Procedure for Determining Fenestration Product U-factors; 2017. B. NFRC 200-Procedure for Determining Fenestration Product Solar Heat Gain Coefficient and Visible Transmittance at Normal Incidence; 2014,with Errata (2017). C. NFRC 300-Test Method for Determining the Solar Optical Properties of Glazing Materials and Systems; 2017. D. NFRC (CPD)-Certified Product Directory-National Fenestration Rating Council; Current Edition. 2.30 NRCA--NATIONAL ROOFING CONTRACTORS ASSOCIATION A. NRCA(RM)-The NRCA Roofing Manual; 2019. B. NRCA(WM)-The NRCA Waterproofing Manual; 2005. 2.31 PCA--PORTLAND CEMENT ASSOCIATION A. PCA EB049-Portland Cement Plaster/Stucco Manual; 2003. 2.32 SCAQMD--SOUTH COAST AIR QUALITY MANAGEMENT DISTRICT A. SCAQMD 1168-Adhesive and Sealant Applications; 1989 (Amended 2017). 2.33 SMACNA--SHEET METAL AND AIR CONDITIONING CONTRACTORS' NATIONAL ASSOCIATION, INC. A. SMACNA(ASMM)-Architectural Sheet Metal Manual; 2012. 2.34 SPIB--SOUTHERN PINE INSPECTION BUREAU, INC. A. SPIB (GR)-Grading Rules; 2014. 2.35 SSPC--SOCIETY FOR PROTECTIVE COATINGS A. SSPC-Paint 15-Steel Joist Shop Primer/Metal Building Primer; 1999 (Ed. 2004). B. SSPC-Paint 20-Zinc-Rich Primers (Type I, "Inorganic,"and Type II, "Organic"); 2002 (Ed. 2004). C. SSPC-SP 1 -Solvent Cleaning; 2015,with Editorial Revision (2016). D. SSPC-SP 2-Hand Tool Cleaning; 2018. E. SSPC-SP 6-Commercial Blast Cleaning; 2007. F. SSPC-SP 13-Surface Preparation of Concrete; 1997 (Reaffirmed 2003). 2.36 UL--UNDERWRITERS LABORATORIES INC. A. UL(FPED)- Fire Protection Equipment Directory; current edition. 100% Construction Documents 01 4219- 5 REFERENCE STANDARDS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group B. UL 263-Standard for Fire Tests of Building Construction and Materials; Current Edition, Including All Revisions. 2.37 WCLIB--WEST COAST LUMBER INSPECTION BUREAU A. WCLIB (GR)-Standard Grading Rules for West Coast Lumber No. 17; 2018. END OF SECTION 01 4219 100% Construction Documents 01 4219-6 REFERENCE STANDARDS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 01 5000 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary telecommunications services. C. Temporary sanitary facilities. D. Temporary Controls: Barriers, enclosures, and fencing. E. Security requirements. F. Vehicular access and parking. G. Waste removal facilities and services. H. Project identification sign. 1.02 RELATED REQUIREMENTS A. Section 02 4100- Demolition 1.03 REFERENCE STANDARDS A. ASTM E84-Standard Test Method for Surface Burning Characteristics of Building Materials; 2019b. B. ASTM E90-Standard Test Method for Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions and Elements; 2009 (Reapproved'2016). 1.04 TEMPORARY UTILITIES A. Owner will provide the following: 1. Electrical power and metering, consisting of connection to existing facilities. 2. Water supply, consisting of connection to existing facilities. B. Existing facilities may not be used. C. Use trigger-operated nozzles for water hoses, to avoid waste of water. 1.05 TELECOMMUNICATIONS SERVICES A. Provide, maintain, and pay for telecommunications services to field office at time of project mobilization. B. Telecommunications services shall include: 1. Telephone Land Lines: One line, minimum; one handset per line. 2. Internet Connections: Minimum of one; DSL modem or faster. or hotspot. 3. Email: Account/address reserved for project use. 4. Facsimile Service: Minimum of one dedicated fax machine/printer,with dedicated phone line. or 5. Facsimile Service: Fax-to-email software on personal computer. 1.06 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Provide at time of project mobilization. B. Use of existing facilities is not permitted. C. Maintain daily in clean and sanitary condition. D. At end of construction, return facilities to same or better condition as originally found. 1.07 BARRIERS A. Provide barriers to prevent unauthorized entry to construction areas,to prevent access to areas that could be hazardous to workers or the public,to allow for owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations and demolition. 100% Construction Documents 01 5000- 1 TEMPORARY FACILITIES AND 3/27/2020 CONTROLS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group B. Provide barricades and covered walkways required by governing authorities for public rights-of-way and for public access to existing building. C. Provide protection for plants designated to remain. Replace damaged plants. D. Protect non-owned vehicular traffic, stored materials, site, and structures from damage. 1.08 FENCING A. Construction: Contractor's option.SHall meet all local City of Miami Beach Requirements. B. Provide 6 foot high fence around materials storage, and portions of construction site as reviewed in the pre-bid meeting.; equip with vehicular and pedestrian gates with locks. 1.09 EXTERIOR ENCLOSURES A. Provide temporary insulated weather tight closure of exterior openings to accommodate acceptable working conditions and protection for Products,to allow for temporary heating and maintenance of required ambient temperatures identified in individual specification sections, and to prevent entry of unauthorized persons. Provide access doors with self-closing hardware and locks. 1.10 INTERIOR ENCLOSURES A. Provide temporary partitions as indicated to separate work areas from Owner-occupied areas, to prevent penetration of dust and moisture into Owner-occupied areas, and to prevent damage to existing materials and equipment. B. Contractor shall work with Owner, to determine best method for enclosures to provide minimal disruption to function during work hours. C. Construction: Framing and reinforced polyethylene sheet materials with closed joints and sealed edges at intersections with existing surfaces: 1. Insulated to R 5. 2. STC rating of 35 in accordance with ASTM E90. 3. Maximum flame spread rating of 75 in accordance with ASTM E84. D. Paint surfaces exposed to view from Owner-Public occupied areas. 1.11 MOISTURE AND MOLD CONTROL A. Contractor's Moisture-Protection Plan:Avoid trapping water in finished work. Document visible signs of mold that may appear during construction. B. Exposed Construction Phase: Before installation of weather barriers,when materials are subject to wetting and exposure and to airborne mold spores, protect as follows: 1. Protect porous materials from water damage. 2. Protect stored and installed material from flowing or standing water. 3. Keep porous and organic materials from coming into prolonged contact with concrete. 4. Remove standing water from decks. 5. Keep deck openings covered or dammed. C. Partially Enclosed Construction Phase:After installation of weather barriers but before full enclosure and conditioning of building,when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: 1. Do not load or install drywall or other porous materials or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Periodically collect and remove waste containing cellulose or other organic matter. 4. Discard or replace water-damaged material. 5. Do not install material that is wet. 6. Discard, replace, or clean stored or installed material that begins to grow mold. 7. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. 100% Construction Documents 01 5000-2 TEMPORARY FACILITIES AND 3/27/2020 CONTROLS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group D. Controlled Construction Phase of Construction:After completing and sealing of the building enclosure but prior to the full operation of permanent HVAC systems, maintain as follows: 1. Control moisture and humidity inside building by maintaining effective dry-in conditions. 2. Use permanent HVAC system to control humidity. 3. Comply with manufacturer's written instructions for temperature, relative humidity, and 4. exposure to water limits. a. Hygroscopic materials that may support mold growth, including wood and gypsum-based products, that become wet during the course of construction and remain wet for 48 hours are considered defective. b. Measure moisture content of materials that have been exposed to moisture during construction operations or after installation. Record readings beginning at time of exposure and continuing daily for 48 hours. Identify materials containing moisture levels higher than allowed. Report findings in writing to Architect c. Remove materials that can not be completely restored to their manufactured moisture level within 48 hours. 1.12 SECURITY A. Provide security and facilities to protect Work, existing facilities, and Owner's operations from unauthorized entry,vandalism, or theft. B. Coordinate with Owner's security program. 1.13 VEHICULAR ACCESS AND PARKING A. Comply with regulations relating to use of streets and sidewalks, access to emergency facilities, and access for emergency vehicles. B. Coordinate access and haul routes with governing authorities and Owner. C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering streets. E. Provide temporary parking areas to accommodate construction personnel. When site space is not adequate, provide additional off-site parking. 1.14 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers with lids. Remove trash from site periodically. C. If materials to be recycled or re-used on the project must be stored on-site, provide suitable non-combustible containers; locate containers holding flammable material outside the structure unless otherwise approved by the authorities having jurisdiction. D. Open free-fall chutes are not permitted. Terminate closed chutes into appropriate containers with lids. 1.15 PROJECT IDENTIFICATION A. Provide project identification sign of design, construction, and location approved by Owner- review requirements in Supplemental Conditions. B. No other signs are allowed without Owner permission except those required by law. 1.16 FIELD OFFICES A. Office: Weathertight, with lighting, electrical outlets, heating, cooling equipment, and equipped with sturdy furniture, drawing rack, and drawing display table. B. Provide space for Project meetings,with table and chairs to accommodate 10 persons. C. Provide coffee machine, bottled water and supplies. D. Provide minimum of 1 fire extinguisher: portable, UL rated ;with class and extinguishing agent as required by locations and classes of fire exposure. 100% Construction Documents 01 5000- 3 TEMPORARY FACILITIES AND 3/27/2020 CONTROLS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1.17 REMOVAL OF UTILITIES, FACILITIES,AND CONTROLS A. Remove temporary utilities, equipment,facilities, materials, prior to Date of Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. D. Restore new permanent facilities used during construction to specified condition. PART 2 PRODUCTS -NOT USED PART 3 EXECUTION-NOT USED END OF SECTION 01 5000 100% Construction Documents 01 5000-4 TEMPORARY FACILITIES AND 3/27/2020 CONTROLS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Requirements for alterations work, including selective demolition, except removal, disposal, and/or remediation of hazardous materials and toxic substances. • C. Pre-installation meetings. D. Cutting and patching. E. Cleaning and protection. F. Closeout procedures, including Contractor's Correction Punch List, except payment procedures. G. General requirements for maintenance service. 1.02 RELATED REQUIREMENTS A. Section 01 1000-Summary: Limitations on working in existing building; continued occupancy; work sequence; identification of salvaged and relocated materials. B. Section 01 3000-Administrative Requirements: Submittals procedures, Electronic document submittal service. C. Section 01 4000-Quality Requirements: Testing and inspection procedures. D. Section 01 5000-Temporary Facilities and Controls: Temporary exterior enclosures. E. Section 01 5000-Temporary Facilities and Controls: Temporary interior partitions. F. Section 01 7419-Construction Waste Management and Disposal: Additional procedures for trash/waste removal, recycling, salvage, and reuse. G. Section 02 4100- Demolition: Selective Demolition 1.03 REFERENCE STANDARDS A. NFPA 241 -Standard for Safeguarding Construction,Alteration, and Demolition Operations; 2019. 1.04 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1. Indicate extent of demolition, removal sequence, bracing and shoring, and location and construction of barricades and fences. Include design drawings and calculations for bracing and shoring. 2. Identify demolition firm and submit qualifications. 3. Include a summary of safety procedures. C. Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. 6. Include in request: a. Identification of Project. b. Location and description of affected work. c. Necessity for cutting or alteration. d. Description of proposed work and products to be used. e. Effect on work of Owner or separate Contractor. f. Written permission of affected separate Contractor. 100% Construction Documents 01 7000- 1 EXECUTION AND CLOSEOUT 3/27/2020 REQUIREMENTS • Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group g. Date and time work will be executed. 1.05 PROJECT CONDITIONS A. Use of explosives is not permitted. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. C. Ventilate enclosed areas.to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust,fumes, vapors, or gases. D. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air-borne dust from dispersing into atmosphere and over adjacent property. 1. Provide dust-proof enclosures to prevent entry of dust generated outdoors. E. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. 1. At All Times: Excessively noisy tools and operations will not be tolerated inside the building at any time of day; excessively noisy includes jackhammers. 2. Outdoors: Limit conduct of especially noisy exterior work to the hours of 6 pm to 7 am. 3. Indoors: Limit conduct of especially noisy interior work to the hours of 6 pm to 7 am. F. Pest and Rodent Control: Provide methods, means, and facilities to prevent pests and insects from damaging the work. 1. Pest Control Service: Weekly treatments. G. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. Comply with federal, state, and local regulations. PART 2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 01 6000- Product Requirements. PART 3 EXECUTION • 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work., Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication,to minimize waste due to over-ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. 100% Construction Documents 01 7000-2 EXECUTION AND CLOSEOUT 3/27/2020 REQUIREMENTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 PREINSTALLATION MEETINGS A. When required in individual specification sections, convene a preinstallation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by,work of the specific section. C. Notify Architect four days in advance of meeting date. D. Prepare agenda and preside at'meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants,with two copies to Architect, Owner, participants, and those affected by decisions made. 3.04 GENERAL INSTALLATION REQUIREMENTS A. In addition to compliance with regulatory requirements, conduct construction operations in compliance with NFPA 241, including applicable recommendations in Appendix A. B. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. C. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. D. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. E. Make consistent texture on surfaces,with seamless transitions, unless otherwise indicated. F. Make neat transitions between different surfaces, maintaining texture and appearance. 3.05 ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as indicated. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of alterations work constitutes acceptance of existing conditions. B. Keep areas in which alterations are being conducted separated from other areas that are still occupied. 1. Provide, erect, and maintain temporary dustproof partitions of construction specified in Section 01 5000 in locations indicated on drawings. 2. Provide sound retardant partitions of construction indicated on drawings in locations indicated on drawings. C. Field measurements; Take field measurements as required to fit the work properly. Recheck measurements before installing each product. Where portions of the work are indicated to fit to other construction ,verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the work. D. Maintain weatherproof exterior building enclosure except for interruptions required for replacement or modifications;take care to prevent water and humidity damage. 1. Where openings in exterior enclosure exist, provide construction to make exterior enclosure weatherproof. 2. Insulate existing ducts or pipes that are exposed to outdoor ambient temperatures by alterations work. E. Remove existing work as indicated and as required to accomplish new work. 100% Construction Documents 01 7000- 3 EXECUTION AND CLOSEOUT 3/27/2020 REQUIREMENTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1. Remove rotted wood, corroded metals, and deteriorated masonry and concrete; replace with new construction specified. 2. Remove items indicated on drawings. 3. Relocate items indicated on drawings. 4. Where new surface finishes are to be applied to existing work, perform removals, patch, and prepare existing surfaces as required to receive new finish; remove existing finish if necessary for successful application of new finish. 5. Where new surface finishes are not specified or indicated, patch holes and damaged surfaces to match adjacent finished surfaces as closely as possible. F. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. G. Adapt existing work to fit new work: Make as neat and smooth transition as possible. 1. When existing finished surfaces are cut so that a smooth transition with new work is not possible,terminate existing surface along a straight line at a natural line of division and make recommendation to Architect. 2. Where a change of plane of 1/4 inch or more occurs in existing work, submit recommendation for providing a smooth transition for Architect review and request instructions. H. Patching: Where the existing surface is not indicated to be refinished, patch to match the surface finish that existed prior to cutting. Where the surface is indicated to be refinished, patch so that the substrate is ready for the new finish. I. Refinish existing surfaces as indicated: 1. Where rooms or spaces are indicated to be refinished, refinish all visible existing surfaces to remain to the specified condition for each material,with a neat transition to adjacent finishes. 2. If mechanical or electrical work is exposed accidentally during the work, re-cover and refinish to match. J. Clean existing systems and equipment. K. Remove demolition debris and abandoned items from alterations areas and dispose of off-site; do not burn or bury. L. Do not begin new construction in alterations areas before demolition is complete. M. Comply with all other applicable requirements of this section. 3.06 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. See Alterations article above for additional requirements. C. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. 6. Repair new work damaged by subsequent work. 7. Remove samples of installed work fortesting when requested. 8. Remove and replace defective and non-complying work. D. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. E. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. 100% Construction Documents 01 7000-4 EXECUTION AND CLOSEOUT 3/27/2020 REQUIREMENTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group F. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. G. Restore work with new products in accordance with requirements of Contract Documents. H. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. I. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Match color,texture, and appearance. 3. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching,work. If defects are due to condition of substrate, repair substrate prior to repairing finish. 3.07 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site; do not burn or bury. 3.08 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections,jambs, sills, and soffits of openings. E. Protect finished floors, stairs, and other surfaces from traffic, dirt,wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed; reuse or recycle coverings if possible. 3.09 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.10 FINAL CLEANING A. Execute final cleaning prior to final project assessment. 1. Clean areas to be occupied by Owner prior to final completion before Owner occupancy. B. Use cleaning materials that are nonhazardous. C. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, D. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment. E. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. F. Clean debris from roofs, gutters, downspouts, scuppers, overflow drains, area drains, and drainage systems. 100% Construction Documents 01 7000- 5 EXECUTION AND CLOSEOUT 3/27/2020 REQUIREMENTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group G. Clean site; sweep paved areas, rake clean landscaped surfaces. H. Remove waste, surplus materials,trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.11 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. 1. Provide copies to Architect and Owner. B. Accompany Project Coordinator on preliminary inspection to determine items to be listed for completion or correction in the Contractor's Correction Punch List for Contractor's Notice of Substantial Completion. C. Notify Architect when work is considered ready for Architect's Substantial Completion inspection. D. Submit written certification containing Contractor's Correction Punch List,that Contract Documents have been reviewed,work has been inspected, and that work is complete in accordance with Contract Documents and ready for Architect's Substantial Completion inspection. E. Owner will occupy all of the building as specified in Section 01 1000. F. Conduct Substantial Completion inspection and create Final Correction Punch List containing Architect's and Contractor's comprehensive list of items identified to be completed or corrected and submit to Architect. G. Correct items of work listed in Final Correction Punch List and comply with requirements for access to Owner-occupied areas. H. Accompany Project Coordinator on Contractor's preliminary final inspection. I. Notify Architect when work is considered finally complete and ready for Architect's Substantial Completion final inspection. J. Complete items of work determined by Architect listed in executed Certificate of Substantial Completion. 3.12 MAINTENANCE A. Provide service and maintenance of components indicated in specification sections. B. Maintenance Period: As indicated in specification sections or, if not indicated, not less than one year from the Date of Substantial Completion or the length of the specified warranty,whichever is longer. C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. D. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component. E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the Owner. END OF SECTION 01 7000 100% Construction Documents 01 7000-6 EXECUTION AND CLOSEOUT 3/27/2020 REQUIREMENTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 GENERAL 1.01 WASTE MANAGEMENT REQUIREMENTS A. Owner requires that this project generate the least amount of trash and waste possible. B. Employ processes that ensure the generation of as little waste as possible due to error, poor planning, breakage, mishandling, contamination, or other factors. C. Minimize trash/waste disposal in landfills; reuse, salvage, or recycle as much waste as economically feasible. D. Contractor shall submit periodic Waste Disposal Reports; all landfill disposal, recycling, salvage, and reuse must be reported regardless of to whom the cost or savings accrues; use the same units of measure on all reports. E. Methods of trash/waste disposal that are not acceptable are: 1. Burning on the project site. 2. Burying on the project site. 3. Dumping or burying on other property, public or private. 4. Other illegal dumping or burying. 5. Incineration, either on-or off-site. F. Regulatory Requirements: Contractor is responsible for knowing and complying with regulatory requirements, including but not limited to Federal, state and local requirements, pertaining to legal disposal of all construction and demolition waste materials. 1.02 RELATED REQUIREMENTS A. Section 01 3000-Administrative Requirements: Additional requirements for project meetings, reports, submittal procedures, and project documentation. B. Section 01 5000-Temporary Facilities and Controls: Additional requirements related to trash/waste collection and removal facilities and services. C. Section 01 6000-Product Requirements: Waste prevention requirements related to delivery, storage, and handling. D. Section 01 7000-Execution and Closeout Requirements: Trash/waste prevention procedures related to demolition, cutting and patching, installation, protection, and cleaning. 1.03 DEFINITIONS A. Clean: Untreated and unpainted; not contaminated with oils, solvents, caulk, or the like. B. Construction and Demolition Waste: Solid wastes typically including building materials, packaging,trash, debris, and rubble resulting from construction, remodeling, repair and demolition operations. C. Hazardous: Exhibiting the characteristics of hazardous substances, i.e., ignitibility, corrosivity, toxicity or reactivity. D. Nonhazardous: Exhibiting none of the characteristics of hazardous substances, i.e., ignitibility, corrosivity,toxicity, or reactivity. E. Nontoxic: Neither immediately poisonous to humans nor poisonous after a long period of exposure. F. Recyclable: The ability of a product or material to be recovered at the end of its life cycle and remanufactured into a new product for reuse by others. G. Recycle: To remove a waste material from the project site to another site for remanufacture into a new product for reuse by others. H. Recycling: The process of sorting, cleansing, treating and reconstituting solid waste and other discarded materials for the purpose of using the altered form. Recycling does not include burning, incinerating, or thermally destroying waste. 100% Construction Documents 01 7419- 1 CONSTRUCTION WASTE 3/27/2020 MANAGEMENT AND DISPOSAL Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group I. Return: To give back reusable items or unused products to vendors for credit. J. Reuse: To reuse a construction waste material in some manner on the project site. K. Salvage: To remove a waste material from the project site to another site for resale or reuse by others. L. Sediment: Soil and other debris that has been eroded and transported by storm or well production run-off water. M. Source Separation: The act of keeping different types of waste materials separate beginning from the first time they become waste. N. Toxic: Poisonous to humans either immediately or after a long period of exposure. O. Trash: Any product or material unable to be reused, returned, recycled, or salvaged. P. Waste: Extra material or material that has reached the end of its useful life in its intended use. Waste includes salvageable, returnable, recyclable, and reusable material. 1.04 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Waste Disposal Reports: Submit at specified intervals,with details of quantities of trash and waste, means of disposal or reuse, and costs; show both totals to date and since last report. 1. Submit updated Report with each Application for Progress Payment; failure to submit Report will delay payment. 2. Submit Report on a form acceptable to Owner. 3. Landfill Disposal: Include the following information: a. Identification of material. b. Amount, in tons or cubic yards, of trash/waste material from the project disposed of in landfills. c. State the identity of landfills,total amount of tipping fees paid to landfill, and total disposal cost. d. Include manifests,weight tickets, receipts, and invoices as evidence of quantity and cost. 4. Recycled and Salvaged Materials: Include the following information for each: a. Identification ofmaterial, including those retrieved by installer for use on other projects. b. Amount, in tons or cubic yards, date removed from the project site, and receiving party. c. Transportation cost, amount paid or received for the material, and the net total cost or savings of salvage or recycling each material. d. Include manifests, weight tickets, receipts, and invoices as evidence of quantity and cost. e. Certification by receiving party that materials will not be disposed of in landfills or by incineration. 5. Material Reused on Project: Include the following information for each: a. Identification of material and how it was used in the project. b. Amount, in tons or cubic yards. c. Include weight tickets as evidence of quantity. 6. Other Disposal Methods: Include information similar to that described above, as appropriate to disposal method. PART 2 PRODUCTS 2.01 PRODUCT SUBSTITUTIONS A. See Section 01 6000- Product Requirements for substitution submission procedures. B. For each proposed product substitution, submit the following information in addition to requirements specified in Section 01 6000: 1. Relative amount of waste produced, compared to specified product. 100% Construction Documents 01 7419-2 CONSTRUCTION WASTE 3/27/2020 MANAGEMENT AND DISPOSAL Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 2. Cost savings on waste disposal, compared to specified product, to be deducted from the Contract Sum. 3. Proposed disposal method for waste product. 4. Markets for recycled waste product. PART 3 EXECUTION 3.01 WASTE MANAGEMENT PROCEDURES A. See Section 01 3000 for additional requirements for project meetings;reports, submittal procedures, and project documentation. B. See Section 01 5000 for additional requirements related to trash/waste collection and removal facilities and services. C. See Section 01 6000 for waste prevention requirements related to delivery, storage, and handling. D. See Section 01 7000 for trash/waste prevention procedures related to demolition, cutting and patching, installation, protection, and cleaning. 3.02 WASTE MANAGEMENT PLAN IMPLEMENTATION A. Manager: Designate an on-site person or persons responsible for instructing workers and overseeing and documenting results of the Waste Management Plan. B. Communication: Distribute copies of the Waste Management Plan to job site foreman, each subcontractor, Owner, and Architect. C. Instruction: Provide on-site instruction of appropriate separation, handling, and recycling, salvage, reuse, and return methods to'be used by all parties at the appropriate stages of the' project. D. Meetings: Discuss trash/waste management goals and issues at project meetings. 1. Prebid meeting. 2. Preconstruction meeting. 3. Regular job-site meetings. E. Facilities: Provide specific facilities for separation and storage of materials for recycling, salvage, reuse, return, and trash disposal,for use by all contractors and installers. 1. As a minimum, provide: a. Separate area for storage of materials to be reused on-site, such as wood cut-offs for blocking. b. Separate dumpsters for each category of recyclable. c. Recycling bins at worker lunch area. 2. Provide containers as required. 3. Provide temporary enclosures around piles of separated materials to be recycled or salvaged. 4. Provide materials for barriers and enclosures that are nonhazardous,recyclable, or reusable to the maximum extent possible; reuse project construction waste materials if possible. 5. Locate enclosures out of the way of construction traffic. 6. Provide adequate space for pick-up and delivery and convenience to subcontractors. 7. Keep recycling and trash/waste bin areas neat and clean and clearly marked in order to avoid contamination of materials. F. Hazardous Wastes: Separate, store, and dispose of hazardous wastes according to applicable regulations. G. Recycling: Separate, store, protect, and handle at the site identified recyclable waste products in order to prevent contamination of materials and to maximize recyclability of identified materials. Arrange for timely pickups from the site or deliveries to recycling facility in order to prevent contamination of recyclable materials. _ 100% Construction Documents 01 7419-3 CONSTRUCTION WASTE 3/27/2020 MANAGEMENT AND DISPOSAL Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group H. Reuse of Materials On-Site: Set aside, sort, and protect separated products in preparation for reuse. I. Salvage: Set aside, sort, and protect products to be salvaged for reuse off-site. END OF SECTION 01 7419 100% Construction Documents 01 7419-4 CONSTRUCTION WASTE 3/27/2020 MANAGEMENT AND DISPOSAL Neptune Exterior Renovations BCC Engineering • Miami Beach, FL V3 Architectural Group SECTION 02 4100 DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A. Selective demolition of building elements for alteration purposes. 1.02 RELATED REQUIREMENTS A. Section 01 1000-Summary: Limitations on Contractor's use of site and premises. B. Section 01 5000-Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. C. Section 01 6000- Product Requirements: Handling and storage of items removed for salvage and relocation. D. Section 01 7000-Execution and Closeout Requirements: Project conditions; protection of bench marks, survey control points, and existing construction to remain; reinstallation of removed products; temporary bracing and shoring. E. Section 01 7419-Construction Waste Management and Disposal: Limitations on disposal of removed materials; requirements for recycling. 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordination: Coordinate the installation of new construction with size, location and installation of service utilities. B. Preinstallation Meeting: Conduct a preinstallation meeting at least one week prior to the start of the work of this section; require attendance by OWNER, ARCHITECT, CONTRACTOR and all affected installers. 1. Review intended demolition and cleaning procedures and schedules. a. Schedule all work in a careful manner with all necessary consideration for the public and the OWNER. b. Review procedure for items to be removed and returned to the owner prior to demolition. Provide a complete Salvage list to Owner for approval prior to the start of work. 2. This shall include identifying access routes for bringing necessary equipment in, removing debris from site, and designation of any trees, drives or other items to remain. a. Notification: Notify the OWNER at least three (3)full working days prior to commencing the work of this Section b. Sequencing: Ensure that utility connections are achieved in an orderly and expeditious manner. 1.04 DEFINITIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other Work. 1.05 REFERENCE STANDARDS A. 29 CFR 1926-U.S. Occupational Safety and Health Standards; current edition. B. NFPA 241 - Standard for Safeguarding Construction,Alteration, and Demolition Operations; 2019. 1.06 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Site Plan: Showing: 1. Areas for temporary construction and field offices. 2. Areas for temporary and permanent placement of removed materials. 100% Construction Documents 02 4100- 1 DEMOLITION 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group C. Photographs: 1. Before starting work file photographs with the Owner that document existing conditions on the site that later could be mistaken for damage caused by demolition operations D. Site Plan: Showing: 1. Areas for temporary and permanent placement of removed materials. E. Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1. Indicate extent of demolition, removal sequence, bracing and shoring, and location and construction of barricades and fences. 2. Identify demolition firm and submit qualifications. 3. Indicate starting and ending dates for each activity as appropriate. 4. Indicate starting and ending dates for all interruptions and restoration of utility services. 5. Indicate unanticipated structural, electrical, or mechanical conditions. 6. Arrange demolition schedule so as not to interfere with the Owner's operations. 7. Schedule and coordinate demolition activities in accordance with requirements specified elsewhere in Division 1. 8. Include a summary of safety procedures. 9. Submittal of proposed demolition activities will be reviewed by the Owner only to determine that proposed activities will not interfere with the Owner's operations F. Cutting and Patching Proposal: Submit a proposal describing procedures at least 10 days before the time cutting and patching will be performed, requesting approval to proceed. Include the following information: 1. Extent: Describe cutting and patching, show how they will be performed, and indicate why they cannot be avoided. 2. Changes to In-Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building's appearance and other significant visual elements. 3. Products: List products to be used and firms or entities that will perform the Work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utility Services and Mechanical/Electrical Systems: List services/systems that cutting and patching procedures will disturb or affect. List services/systems that will be relocated and those that will be temporarily out of service. Indicate how long services/systems will be disrupted. 6. Structural Elements: Where cutting and patching involve adding reinforcement to structural elements, submit details and engineering calculations showing integration of reinforcement with original structure. 7. Architect's Approval: Obtain approval of cutting and patching proposal before cutting and patching. Approval does not waive right to later require removal and replacement of unsatisfactory work. 8. Repairing,stucco by removing the damaged material and patching with new stucco that material and patching with new stucco that material and patching with new stucco that duplicates the old in strength, composition, color, and texture G. Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 1. Indicate extent of demolition, removal sequence, bracing and shoring, and location and construction of barricades and fences. 2. Identify demolition firm and submit qualifications. H. Project Record Documents: Accurately record actual locations of capped and active utilities and subsurface construction. 1.07 QUALITY ASSURANCE A. Demolition Firm Qualifications: Company specializing in the type of work required. 1. Minimum of five years of documented experience. B. Comply with Chapter 43 of the FFPC , proposed work falls under section 432.2.1.3 modifications. 100% Construction Documents 02 4100-2 DEMOLITION 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group C. Unforeseen Conditions: Should unforeseen conditions be encountered that affect design or function of project, investigate fully and submit an accurate, detailed,written report to the Owner. While awaiting the Owner's response, reschedule operations if necessary to avoid delay of overall project. 1. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching, unless specifically detailed on plans.. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. 2. Handle waste materials as specified in Division 1 —Construction Waste Management. 1.08 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during cutting and patching operations, by methods and with materials so as not to void existing warranties. PART 2 PRODUCTS 2.01 MATERIALS A. REPAIR MATERIALS 1. Use repair materials identical to existing materials. a. If identical materials are unavailable or cannot be used for exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. 2. Use materials whose installed performance equals or surpasses that of existing materials. 3. Comply with material and installation requirements specified in individual Specification Sections. PART 3 EXECUTION 3.01 SCOPE A. Demolition Scope as indicated on demolition drawings. 3.02 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching,verify compatibility with and suitability of substrates, including compatibility with in-place finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. B. Disassemble existing construction scheduled to be removed for recycling or reuse. C. Salvage materials for recycling and reuse as indicated on drawings. 1. Materials scheduled for reuse on site include: bookshelves and ceiling tile and other items as noted on plans. 3.03 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Comply with applicable requirements of NFPA 241. 3. Use of explosives is not permitted. 4. Take precautions to prevent catastrophic or uncontrolled collapse of structures to be removed; do not allow worker or public access within range of potential collapse of unstable structures. 5. Provide, erect, and maintain temporary barriers and security devices. 6. Use physical barriers to prevent access to areas that could be hazardous to workers or the public. 100% Construction Documents 02 4100- 3 DEMOLITION 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 7. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 8. Do not close or obstruct roadways or sidewalks without permit. 9. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. 10. Obtain written permission from owners of adjacent properties when demolition equipment will traverse, infringe upon or limit access to their property. B. Do not begin removal until receipt of notification to proceed from Owner. C. Do not begin removal until built elements to be salvaged or relocated have been removed. D. Protect existing structures and other elements that are not to be removed. 1. Provide bracing and shoring. 2. Prevent movement or settlement of adjacent structures. 3. Stop work immediately if adjacent structures appear to be in danger. E. Minimize production of dust due to demolition operations; do not use water if that will result in ice, flooding, sedimentation of public waterways or storm sewers, or other pollution. F. If hazardous materials are discovered during removal operations, stop work and notify Architect and Owner; hazardous materials include regulated asbestos containing materials, lead, PCB's, and mercury. G. Perform demolition in a manner that maximizes salvage and recycling of materials. 1. Dismantle existing construction and separate materials. 2. Set aside reusable, recyclable, and salvageable materials; store and deliver to collection point or point of reuse. 3.04 EXISTING UTILITIES A. Coordinate work with utility companies; notify before starting work and comply with their requirements; obtain required permits. B. Protect existing utilities to remain from damage. C. Do not disrupt public utilities without permit from authority having jurisdiction. D. Do not close, shut off, or disrupt existing life safety systems that are in use without at least 7 days prior written notification to Owner. E. Do not close, shut off, or disrupt existing utility branches or take-offs that are in use without at least 3 days prior written notification to Owner. F. Locate and mark utilities to remain; mark using highly visible tags or flags,with identification of utility type; protect from damage due to subsequent construction, using substantial barricades if necessary. G. Remove exposed piping, valves, meters, equipment, supports, and foundations of disconnected and abandoned utilities. 3.05 SELECTIVE DEMOLITION FOR ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as indicated. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. B. Separate areas in which demolition is being conducted from other areas that are still occupied. 1. Provide, erect, and maintain temporary dustproof partitions of construction specified in Section 01 5000 in locations indicated on drawings. C. Maintain weatherproof exterior building enclosure except for interruptions required for replacement or modifications;take care to prevent water and humidity damage. 100% Construction Documents 02 4100-4 DEMOLITION 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group D. Pressure wash exterior walls prior to starting work, in preparation for new paint as required to match existing conditions. E. Remove existing work as indicated and as required to accomplish new work. 1. Remove rotted wood, corroded metals, and deteriorated masonry and concrete; replace with new construction specified. 2. Remove items indicated on drawings. 3. Remove portions of the tile ceilings as required to facilitate the new windows. Repair, replace tile and items as required to facilitate the new work. F. Services: 1. Verify all existing systems (HVAC, Plumbing, Fire Protection, Electrical, Telecommunications and Life-Safety devices) are functioning prior to start of work. 2. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components. G. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. 4. Patch as specified for patching new work. 3.06 CUTTING A. Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete and/or Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. 4. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap,valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 5. Proceed with patching after construction operations requiring cutting are complete. 3.07 PATCHING: A. Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections. 3.08 INSPECTION A. Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 1. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition B. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary,to achieve uniform color and appearance. 100% Construction Documents 02 4100-5 DEMOLITION 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. C. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an even-plane surface of uniform appearance. D. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a uniform weathertight condition. 3.09 CLEANING A. Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. 3.10 DEBRIS AND WASTE REMOVAL A. Remove debris,junk, and trash from site. B. Remove from site all materials not to be reused on site; comply with requirements of Section 01 7419-Waste Management. C. Leave site in clean condition, ready for subsequent work. D. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION 02 4100 100% Construction Documents 02 4100-6 DEMOLITION 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 05 5000 METAL FABRICATIONS PART I GENERAL 1.01 SECTION INCLUDES A. Shop fabricated steel and aluminum items. B. Downspout boots. 1.02 RELATED REQUIREMENTS A. Section 05 5213-Pipe and Tube Railings. B. Section 09 9113-Exterior Painting: Paint finish. 1.03 REFERENCE STANDARDS A. AAMA 2604-Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix); 2017a. B. AAMA 2605-Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix); 2017a. C. ASTM A36/A36M-Standard Specification for Carbon Structural Steel; 2014. D. ASTM A48/A48M-Standard Specification for Gray Iron Castings; 2003 (Reapproved 2016). E. ASTM A123/A123M-Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products; 2017. F. ASTM A501/A501 M-Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing; 2014. G. ASTM B221 -Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2014. H. ASTM B221M-Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes (Metric); 2013. I. ASTM F3125/F3125M-Standard Specification for High Strength Structural Bolts and Assemblies, Steel and Alloy Steel, Heat Treated, Inch Dimensions 120 ksi and 150 ksi Minimum Tensile Strength, and Metric Dimensions 830 MPa and 1040 MPa Minimum Tensile Strength; 2019. J. AWS A2.4-Standard Symbols for Welding, Brazing, and Nondestructive Examination; 2012. K. AWS D1.1/D1.1M-Structural Welding Code-Steel; 2015,with Errata (2016). L. AWS D1.2/D1.2M-Structural Welding Code-Aluminum; 2014, with Errata. M. IAS AC172-Accreditation Criteria for Fabricator Inspection Programs for Structural Steel;2018. N. SSPC-Paint 15- Steel Joist Shop Primer/Metal Building Primer; 1999 (Ed. 2004). O. SSPC-Paint 20-Zinc-Rich Primers (Type I, "Inorganic,"and Type II, "Organic"); 2002 (Ed. 2004). P. SSPC-SP 2-Hand Tool Cleaning; 2018. 1.04 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. 1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. 100% Construction Documents 05 5000- 1 METAL FABRICATIONS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group C. Welders'Certificates: Submit certification for welders employed on the project, verifying AWS qualification within the previous 12 months. D. Fabricator's Qualification Statement: Provide documentation showing steel fabricator is accredited under IAS AC172. 1.05 QUALITY ASSURANCE A. Design specialty engineered items under direct supervision of a Professional Structural Engineer experienced in design of this Work and licensed in the State in which the Project is located. PART 2 PRODUCTS 2.01 MATERIALS-STEEL A. Steel Sections: ASTM A36/A36M. B. Steel Tubing: ASTM A501/A501M hot-formed structural tubing. C. Bolts, Nuts, and Washers: ASTM F3125/F3125M,Type 1, plain. D. Welding Materials: AWS D1.1/D1.1M;type required for materials being welded. E. Shop and Touch-Up Primer: SSPC-Paint 15, complying with VOC limitations of authorities having jurisdiction. F. Touch-Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I- Inorganic, complying with VOC limitations of authorities having jurisdiction. 2.02 MATERIALS-ALUMINUM A. Extruded Aluminum: ASTM B221 (ASTM B221 M), 6063 alloy, T6 temper. B. Bolts, Nuts, and Washers: Stainless steel. C. Welding Materials: AWS D1.2/D1.2M;type required for materials being welded. 2.03 FABRICATION A. Fit and shop assemble items in largest practical sections, for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. D. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. E. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.04 DOWNSPOUT BOOTS A. Downspout Boots: Smooth interior without boxed corners or choke points; include integral lug slots, integral cleanout, cleanout cover, and tamper proof fasteners. 1. Configuration: Angular. 2. Material: Cast iron;ASTM A48/A48M; casting thickness 3/8 inch (9.5 mm), minimum. 3. Color: To be selected by Architect from manufacturer's standard range. 4. Accessories: Manufacturer's standard stainless steel fasteners, stainless steel building wall anchors, integral neoprene gaskets, and rubber coupling. 2.05 FINISHES-STEEL A. Prime paint steel items. 1. Exceptions: Galvanize items to be embedded in concrete and items to be embedded in masonry. 2. Exceptions: Do not prime surfaces in direct contact with concrete,where field welding is required, and items to be covered with sprayed fireproofing. 100% Construction Documents 05 5000-2 METAL FABRICATIONS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group B. Prepare surfaces to be primed in accordance with SSPC-SP2. C. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. D. Prime Painting: One coat. E. Galvanizing of Structural Steel Members: Galvanize after fabrication to ASTM A123/A123M requirements. Provide minimum 1.7 oz/sq ft galvanized coating. F. Galvanizing of Non-structural Items: Galvanize after fabrication to ASTM A123/A123M requirements. 2.06 FINISHES-ALUMINUM A. High Performance Organic Coating System: AAMA 2604 multiple coat,thermally cured fluoropolymer system; color as indicated.--interiors 1. Manufacturers: a. Sherwin-Williams Company; POLANE Solar Reflective 2K Urethane Enamel: oem.sherwin-williams.com/#sle. b. PPG Metal Coatings; Duranar: www.ppgideascapes.com. Basis of Design c. Valspar; Fluropon: www.valsparcoilextrusion.com/#sle. d. Substitutions: See Section 01 6000-Product Requirements. B. Superior Performance Organic Coating System: AAMA 2605 multiple coat,thermally cured polyvinylidene fluoride system; color as indicated.-exteriors 1. Manufacturers: a. PPG Metal Coatings; Duranar: www.ppgideascapes.com. Basis of Design b. Sherwin-Williams Company: oem.sherwin-williams.com/sle. c. Valspar; Fluropon: www.valsparcoilextrusion.com/#sle. C. Apply one coat of bituminous paint to concealed aluminum surfaces in contact with cementitious or dissimilar materials. 2.07 FABRICATION TOLERANCES A. Squareness: 1/8 inch maximum difference in diagonal measurements. B. Maximum Offset Between Faces: 1/16 inch. C. Maximum Misalignment of Adjacent Members: 1/16 inch. D. Maximum Bow: 1/8 inch in 48 inches. E. Maximum Deviation From Plane: 1/16 inch in 48 inches. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply setting templates to the appropriate entities for steel items required to be cast into concrete or embedded in masonry. 3.03 INSTALLATION A. Install items plumb and level, accurately fitted,free from distortion or defects. B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components as indicated on drawings. D. Perform field welding in accordance with AWS D1.1/D1.1M. E. Obtain approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions, and surfaces not shop primed, except surfaces to be in contact with concrete. 100% Construction Documents 05 5000-3 METAL FABRICATIONS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 3.04 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per story, non-cumulative. B. Maximum Offset From True Alignment: 1/4 inch. C. Maximum Out-of-Position: 1/4 inch. END OF SECTION 05 5000 100% Construction Documents 05 5000-4 METAL FABRICATIONS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 06 1000 ROUGH CARPENTRY PART 1 GENERAL 1.01 SECTION INCLUDES A. Rough opening framing for doors, windows, and roof openings. B. Miscellaneous wood nailers,furring, and grounds. 1.02 RELATED REQUIREMENTS 1.03 REFERENCE STANDARDS A. ASTM A153/A153M-Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware; 2016a. B. ASTM A653/A653M-Standard Specification for Steel Sheet,Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2019a. C. ASTM C578- Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation; 2019. D. ASTM C1289-Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board; 2019. E. ASTM C1396/C1396M-Standard Specification for Gypsum Board; 2017. F. ASTM D2898-Standard Test Methods for Accelerated Weathering of Fire-Retardant-Treated Wood for Fire Testing;2010 (Reapproved 2017). G. ASTM D3273-Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber; 2016. H. ASTM E2178-Standard Test Method for Air Permeance of Building Materials; 2013. I. ASTM E2357-Standard Test Method for Determining Air Leakage of Air Barrier Assemblies; 2018. J. ASTM E84-Standard Test Method for Surface Burning Characteristics of Building Materials; 2019b. K. ASTM E96/E96M-Standard Test Methods for Water Vapor Transmission of Materials; 2016. L. AWC (WFCM)-Wood Frame Construction Manual for One-and Two-Family Dwellings; 2015. M. AWPA U1 -Use Category System: User Specification for Treated Wood; 2018. N. ICC-ES AC38-Acceptance Criteria for Water-Resistive Barriers; 2016. O. ICC-ES AC310-Acceptance Criteria for Water-resistive Membranes Factory-bonded to Wood-based Structural Sheathing, Used as Water-Resistive Barriers; 2008,with Editorial Revision (2015). P. PS 1 -Structural Plywood; 2009. Q. PS 2- Performance Standard for Wood-Based Structural-Use Panels; 2010. R. PS 20-American Softwood Lumber Standard; 2020. S. SPIB (GR)-Grading Rules; 2014. T. WCLIB (GR)-Standard Grading Rules for West Coast Lumber No. 17; 2018. 1.04 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Product Data: Provide technical data on insulated sheathing, wood preservative materials, and application instructions. C. Structural Composite Lumber: Submit manufacturer's published structural data including span tables, marked to indicate which sizes and grades are being used; if structural composite lumber is being substituted for dimension lumber or timbers, submit grading agency structural tables marked for comparison. 100% Construction Documents 06 1000- 1 ROUGH CARPENTRY 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group D. ABAA Field Quality Control Submittals: Submit third-party reports of testing and inspection required by ABAA QAP. E. Manufacturer's Certificate: Certify that wood products supplied for rough carpentry meet or exceed specified requirements. F. ABAA Manufacturer Qualification: Submit documentation of current evaluation of proposed manufacturer and materials. G. ABAA Installer Qualification: Submit documentation of current contractor accreditation and current installer certification. Keep copies of all contractor accreditation and installer certification on site during and after installation. Present on-site documentation upon request. H. Warranty: Submit manufacturer warranty and ensure that forms have been completed in Owner's name and registered with manufacturer. 1.05 QUALITY ASSURANCE A. Air Barrier Association of America (ABAA) Quality Assurance Program (QAP); www.airbarrier.org/#sle: 1. Installer Qualification: Use accredited contractor, certified installers, evaluated materials, and third-party field quality control audit. 2. Manufacturer Qualification: Use evaluated materials from a single manufacturer regularly engaged in air barrier material manufacture. Use secondary materials approved in writing by primary material manufacturer. 1.06 DELIVERY, STORAGE,AND HANDLING A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. B. Fire Retardant Treated Wood: Prevent exposure to precipitation during shipping, storage, or installation. 1.07 WARRANTY A. See Section 01,7800-Closeout Submittals,for additional warranty requirements. PART 2 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Dimension Lumber: Comply with PS 20 and requirements of specified grading agencies. 1. If no species is specified, provide any species graded by the agency specified; if no grading agency is specified, provide lumber graded by any grading agency meeting the specified requirements. 2. Grading Agency: Any grading agency whose rules are approved by the Board of Review, American Lumber Standard Committee (www.alsc.org) and who provides grading service for the species and grade specified; provide lumber stamped with grade mark unless otherwise indicated. B. Lumber fabricated from old growth timber is not permitted. 2.02 DIMENSION LUMBER FOR CONCEALED APPLICATIONS A. Grading Agency: Southern Pine Inspection Bureau, Inc; SPIB (GR). B. Sizes: Nominal sizes as indicated on drawings, S4S. C. Moisture Content: S-dry or MC19. D. Miscellaneous Framing, Blocking, Nailers, Grounds, and Furring: 1. Lumber: S4S, No. 2 or Standard Grade. 2. Boards: Standard or No. 3. 2.03 ACCESSORIES A. Fasteners and Anchors: 1. Metal and Finish: Hot-dipped galvanized steel complying with ASTM A153/A153M for high humidity and preservative-treated wood locations, unfinished steel elsewhere. 100% Construction Documents 06 1000-2 ROUGH CARPENTRY 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 2. Drywall Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing. 3. Anchors: Toggle bolt type for anchorage to hollow masonry. B. Sill Gasket on Top of Foundation Wall: 1/4 inch thick, plate width, closed cell plastic foam from continuous rolls. C. Water-Resistive Barrier: Plastic sheet complying with ICC-ES AC38. 2.04 FACTORY WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 -Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. 1. Fire-Retardant Treated Wood: Mark each piece of wood with producer's stamp indicating compliance with specified requirements. 2. Preservative-Treated Wood: Provide lumber and plywood marked or stamped by an ALSC-accredited testing agency, certifying level and type of treatment in accordance with AWPA standards. PART 3 EXECUTION 3.01 PREPARATION A. Where wood framing bears on cementitious foundations, install full width sill flashing continuous over top of foundation, lap ends of flashing minimum of 4 inches and seal. B. Install sill gasket under sill plate of framed walls bearing on foundations; puncture gasket cleanly to fit tightly around protruding anchor bolts. C. Coordinate installation of rough carpentry members specified in other sections. 3.02 INSTALLATION -GENERAL A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory components, including: shims, bracing, and blocking. C. Where treated wood is used on interior, provide temporary ventilation during and immediately after installation sufficient to remove indoor air contaminants. 3.03 FRAMING INSTALLATION A. Set structural members level, plumb, and true to line. Discard pieces with defects that would lower required strength or result in unacceptable appearance of exposed members. B. Make provisions for temporary construction loads, and provide temporary bracing sufficient to maintain structure in true alignment and safe condition until completion of erection and installation of permanent bracing. C. Install structural members full length without splices unless otherwise specifically detailed. D. Comply with member sizes, spacing, and configurations indicated, and fastener size and spacing indicated, but not less than required by applicable codes,AWC (WFCM)Wood Frame Construction Manual, and E. Construct double joist headers at floor and ceiling openings and under wall stud partitions that are parallel to floor joists; use metal joist hangers unless otherwise detailed. F. Frame wall openings with two or more studs at each jamb; support headers on cripple studs. , 3.04 BLOCKING, NAILERS,AND SUPPORTS A. Provide framing and blocking members as indicated or as required to support finishes, fixtures, specialty items, and trim. 3.05 TOLERANCES A. Variation from Plane (Other than Floors): 1/4 inch in 10 feet maximum, and 1/4 inch in 30 feet maximum. 100% Construction Documents 06 1000- 3 ROUGH CARPENTRY 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 3.06 CLEANING A. Waste Disposal: Comply with the requirements of Section 01 7419- Construction Waste Management and Disposal. 1. Comply with applicable regulations. 2. Do not burn scrap on project site. 3. Do not burn scraps that have been pressure treated. 4. Do not send materials treated with pentachlorophenol, CCA, or ACA to co-generation facilities or"waste-to-energy"facilities. B. Do not leave any wood, shavings, sawdust, etc. on the ground or buried in fill. C. Prevent sawdust and wood shavings from entering the storm drainage system. END OF SECTION 06 1000 100% Construction Documents 06 1000-4 ROUGH CARPENTRY 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 07 1400 FLUID-APPLIED WATERPROOFING PART 1 GENERAL 1.01 SECTION INCLUDES A. Fluid-Applied Waterproofing: 1. Cold-applied rubberized asphalt/HDPE composite waterproofing. 2. Cold-applied polyurethane-methacrylate (PUMA)waterproofing system. 3. Water-based asphalt emulsion waterproofing. 4. Acrylic waterproofing. 1.02 RELATED REQUIREMENTS 1.03 ABBREVIATIONS A. CSPE- Chlorosulfonated Polyethylene. B. HDPE- High-Density Polyethylene. C. NRCA- National Roofing Contractors Association. D. SBS-Styrene-Butadiene-Styrene. 1.04 REFERENCE STANDARDS A. 40 CFR 59, Subpart D- National Volatile Organic Compound Emission Standards for Architectural Coatings; U.S. Environmental Protection Agency; current edition. B. ASTM D412-Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers--Tension; 2016. C. ASTM D638-Standard Test Method for Tensile Properties of Plastics; 2014. D. ASTM D2240-Standard Test Method for Rubber Property--Durometer Hardness; 2015,with Editorial Revision (2017). E. ASTM D4541 - Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers; 2017. F. ASTM E96/E96M-Standard Test Methods for Water Vapor Transmission of Materials; 2016. G. NRCA(WM)-The NRCA Waterproofing Manual;2005. 1.05 SUBMITTALS A. See Section 01 3000-Administrative Requirements, for submittal procedures. B. Product Data: Provide data for membrane, surface conditioner,flexible flashings,joint cover sheet, and joint and crack sealants. C. Shop Drawings: Indicate special joint or termination conditions and conditions of interface with other materials. D. Certificate: Certify that products meet or exceed specified requirements. E. Manufacturer's Installation Instructions: Indicate special procedures, perimeter conditions requiring special attention, and acceptable installation temperatures. F. Manufacturer's Qualification Statement. G. Warranty: 1. Submit manufacturer warranty and ensure that forms have been completed in Owner's name and registered with manufacturer. 2. Submit installer's certification that installation complies with warranty conditions for the waterproofing membrane. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products specified in this section,with not less than three years documented experience. 100% Construction Documents 07 1400- 1 FLUID-APPLIED 3/27/2020 WATERPROOFING Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group B. Installer Qualifications: Company specializing in performing work of the type specified and with at least three years of documented experience. C. Single Source Responsibility for Vegetated Roof Assemblies Over Waterproofing: Provide and install products from single source. 1.07 FIELD CONDITIONS A. Maintain ambient temperatures above 40 degrees F for 24 hours before and during application and until cured. 1.08 WARRANTY A. See Section 01 7800-Closeout Submittals,for additional warranty requirements. B. Contractor shall correct defective Work within a five year period after Date of Substantial Completion; remove and replace materials concealing,waterproofing at no cost to Owner. C. Provide five year manufacturer warranty for waterproofing failing to resist penetration of water, except where such failures are the result of structural failures of building. Hairline cracking of concrete due to temperature change or shrinkage is not considered a structural failure. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Polyurethane Waterproofing: • 1. CETCO, a division of Minerals Technologies Inc: www.mineralstech.com/#sle. 2. Tremco Commercial Sealants&Waterproofing; TREMproof 250GC: www.tremcosealants.com/#sle. 3. Substitutions: See Section 01 6000- Product Requirements. B. Cold-Applied Polyurethane-Methacrylate (PUMA) Waterproofing System: 1. CETCO, a division of Minerals Technologies Inc: www.mineralstech.com/#sle. 2. Henry Company; Henry Pumadeq System: www.henry.com/#sle. 3. Tremco Commercial Sealants&Waterproofing; TREMproof PUMA Below-Grade Membrane (Asphalt Overlay): www.tremcosealants.com/#sle. 4. Substitutions: See Section 01 6000- Product Requirements. 2.02 FLUID APPLIED WATERPROOFING MATERIALS A. Cold-Applied Polyurethane-Methacrylate (PUMA) Waterproofing System: Consists of a primer, base coat, and topcoat. 1. Cured Thickness: 97 mils, 0.097 inch, minimum,with applied base coat and top coat. 2. Suitable for installation over concrete substrates properly prepared in accordance with manufacturers requirements. 3. Primer: Two-component, methyl-methacrylate(MMA) based. 4. Base Coat: Modified polyurethane-methacrylate (PUMA)that bonds firmly to primer. a. Elongation: .407 percent in accordance with ASTM D638. b. Tensile Strength: 1680 psi at 75 degrees F in accordance with ASTM D638. c. Durometer Hardness, Type D: 35, minimum, in accordance with ASTM D2240. 5. Top Coat: Methyl-methacrylate (MMA) based,with excellent abrasion resistance, UV stability and chemical resistance. a. Elongation: 130 percent in accordance with ASTM D638. b. Tensile Strength: 986 psi at 75 degrees F In accordance with ASTM D638. c. Durometer Hardness, Type D: 55, minimum, in accordance with ASTM D2240. d. Color: Gray. 6. Manufacturers: a. Tremco Commercial Sealants &Waterproofing;TREMproof PUMA Below-Grade Membrane (Ideal for Asphalt Overlay): www.tremcosealants.com/#sle. b. Substitutions: See Section 01 6000-Product Requirements. B. Water-Based Asphalt Emulsion Waterproofing: 1. Cured Thickness: 60 mils, 0.060 inch, minimum. 100% Construction Documents 07 1400-2 FLUID-APPLIED 3/27/2020 WATERPROOFING Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 2. Suitable for installation over concrete substrates. 3. Elongation: 1000 percent, measured in accordance with ASTM D412. 4. VOC Content: Less than 20 g/L when tested in accordance with 40 CFR 59, Subpart D (EPA Method 24). 5. Water Vapor Permeability: 0.02 perm, measured in accordance with ASTM E96/E96M. 6. Peel Adhesion: According to ASTM D412, for the following substrates. a. High Density Polyethylene Film: 12.2 pound-inches. b. Concrete and Concrete Masonry: 14.1 pound-inches. 7. Adhesion: Greater than 150 psi, measured in accordance with ASTM D4541. 8. Manufacturers: a. Carlisle Coatings &Waterproofing, Inc; BarriCoat-R: www.carlisleccw.com/#sle. b. Epro Waterproofing Systems; ECOLINE-R: www.eproserv.com/#sle. c. W. R. Meadows, Inc; MEL-ROL LM: www.wrmeadows.com/#sle. d. Mar-flex Waterproofing & Building Products; ArmorMembrane 363 Water-Based: www.m ar-flex.com/#sle. e. Substitutions: See Section 01 6000- Product Requirements. 2.03 ACCESSORIES A. Sealant for Joints and Cracks in Substrate: Type compatible with waterproofing material and as recommended by waterproofing manufacturer. B. Counterflashings:As recommended by membrane and protection board manufacturer. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify substrate surfaces are free of frozen matter, dampness, loose particles, cracks, pits, projections, penetrations, or foreign matter detrimental to adhesion or application of waterproofing system. C. Verify that substrate surfaces are smooth,free of honeycomb or pitting, and not detrimental to full contact bond of waterproofing materials. D. Verify items that penetrate surfaces to receive waterproofing are securely installed. 3.02 PREPARATION A. Protect adjacent surfaces from damage not designated to receive waterproofing. B. Clean and prepare surfaces to receive waterproofing in accordance with manufacturer's instructions; vacuum substrate clean. C. Do not apply waterproofing to surfaces unacceptable to waterproofing manufacturer. D. Fill non-moving joints and cracks with a filler compatible with waterproofing materials. E. Seal moving cracks with sealant and non-rigid filler, using procedures recommended by sealant and waterproofing manufacturers. F. Prepare building expansion joints at locations as indicated on drawings. G. Install cant strips at inside corners, if required/preferred by manufacturer. 3.03 INSTALLATION A. Install waterproofing to specified minimum thickness in accordance with manufacturers instructions and NRCA(WM) applicable requirements. B. Apply primer or surface conditioner at a rate recommended by manufacturer, and protect conditioner from rain or frost until dry. C. At joints and cracks less than 1/2 inch in width including joints between horizontal and vertical surfaces, apply 12 inch wide strip of joint cover sheet. D. At joints from 1/2 inch to 1 inch in width, loop joint cover sheet down into joint between 1-1/4 inch to 1-3/4 inch, and extend sheet at least 6 inches on either side of expansion joint. 100% Construction Documents 07 1400-3 FLUID-APPLIED 3/27/2020 WATERPROOFING Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group E. Center joint cover sheet over joints, roll sheet into 1/8 inch thick coating of waterproofing material and apply second coat over sheet extending at least 6 inches beyond sheet edges. F. Extend membrane over cants and up intersecting surfaces at membrane perimeter minimum 6 inches above horizontal surface for first ply and 4 inches at subsequent plies laid in shingle fashion. G. Apply extra thickness of waterproofing material at corners, intersections, and angles. H. Flexible Flashings: Seal items watertight that penetrate through waterproofing membrane with flexible flashings. I. Extend waterproofing material and flexible flashing into drain clamp flange, apply adequate coating of liquid membrane to ensure clamp ring seal, and coordinate with drain installation requirements specified in Section 22 1006. J. Seal membrane and flashings to adjoining surfaces. 3.04 FIELD QUALITY CONTROL A. Owner will provide testing services in accordance with Section 01 4000- Quality Requirements. Contractor shall provide temporary construction and materials for testing. B. Upon completion of horizontal membrane installation, dam installation area in preparation for flood testing. 1. Flood to minimum depth of 1 inch with clean water, and after 48 hours inspect for leaks. 2. If leaking is found, remove water, repair leaking areas with new waterproofing materials as directed by Architect; repeat flood test, and repair damage to building. 3. When area is proven watertight, drain water and remove dam. 3.05 PROTECTION A. Do not permit traffic over unprotected or uncovered membrane. END OF SECTION 07 1400 100% Construction Documents 07 1400-4 FLUID-APPLIED 3/27/2020 WATERPROOFING Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 07 6500 LIQUID-APPLIED FLASHING SYSTEM PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Fluid-applied roofing materials. B. Liquid-applied Flashing system continuous around all exterior window and door penetrations (at CMU or Cast-In-Place walls). C. Accessories. 1.03 RELATED REQUIREMENTS A. Section 07 9200.-Joint Sealants B. Section 08 4113.-Aluminum-Framed Entrances, Storefronts and Windows C. Section 08 9100-Louvers D. Section 09 2400-Cement Plastering (Stucco) 1.04 REFERENCE STANDARDS A. AAMA 714-Voluntary Speci?? cation for Liquid-Applied Flashing Used to Create a Water-Resistive Seal Around Exterior Wall Openings in Buildings; 2019. B. ASTM C661 -Standard Test Method for Indentation Hardness of Elastomeric-Type Sealants by Means of a Durometer; 2015. C. ASTM C719-Standard Test Method for Adhesion and Cohesion of Elastomeric Joint Sealants Under Cyclic Movement(Hockman Cycle);2014 (Reapproved 2019). D. ASTM C794-Standard Test Method for Adhesion-In-Peel of Elastomeric Joint Sealants; 2018. E. ASTM D2202-Standard Test Method for Slump ofSealants; 2019. F. ASTM D412-Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers--Tension;2016. G. ASTM D2240-Standard Test Method for Rubber Property--Durometer Hardness; 2015,with Editorial Revision (2017). H. ASTM D4541 -Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers; 2017. I. ASTM D4551 -Standard Specification for Poly(Vinyl Chloride) (PVC) Plastic Flexible Concealed Water-Containment Membrane; 2017. 1.05 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Product Data: Provide manufacturer's data for liquid applied flashing membrane system. C. Shop Drawings: Indicate special joint or termination conditions and conditions of interface with other materials. D. Certificate: Certify that products meet or exceed specified requirements. E. Manufacturer's Installation Instructions: Include standard installation instructions, acceptable installation temperature range, and procedures for unusual perimeter conditions. F. Field Quality Control Test Reports. G. Warranty: Submit manufacturer warranty and ensure forms have been completed in Owner's name and registered with manufacturer. 100% Construction Documents 07 6500- 1 LIQUID-APPLIED FLASHING 3/27/2020 SYSTEM Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1.06 ADMINISTRATIVE REQUIREMENTS A. Coordination: Coordinate the installation of liquid flashing with size, location and installation of service utilities. B. Preinstallation Meeting: Conduct a preinstallation meeting at least two weeks prior to the start of the work of this section; require attendance by all affected installers. 1.07 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacture of liquid applied flashing membrane system. 1. Three years'documented experience manufacturing type of product specified. B. Installer Qualifications: Company specializing in installation of liquid applied flashing membrane system.. 1. Five years of documented experience. C. Performance Requirements: Comply with Industry guideline specifications AAMA 714, ASTM C661,ASTM C719,ASTM C794,ASTM D412, ASTM D2202,ASTM D4541, ASTM D4551 Test Property Unit Result ASTM C661 Durometer Harness, points 40 Shore A ASTM D412 Tensile Strength, psi 210 Ultimate ASTM D412 Elongation % 250 ASTM C794 Peel Strength pli >15 ASTM C719 Joint Movement % 25 Capability ASTM D2202 Flow, Sag or Slump mil D. Mock-Up: Prior to installation of liquid-applied flashing assembly, apply liquid-applied flashing products to portion of wall construction designated by Architect to verify details under product data submittals and to demonstrate tie-ins with adjoining construction, and other termination conditions, as well as application and execution specifics 1. Mock-up may not remain as part of the work, unless approved in writing by Owner and Architect. 1.08 DELIVERY, STORAGE,AND HANDLING A. Deliver materials in manufacturer's original containers, dry and undamaged,with seals (unopened containers) and visible labels intact. B. Store materials in weather protected environment, clear of ground and moisture. C. Prior to use, condition products within manufacturer's required temperature and humidity ranges. 1.09 FIELD CONDITIONS A. Storage and Protection: 1. Store products within manufacturer's required temperature and humidity ranges. 2. Prior to use, condition products within manufacturer's required temperature and humidity ranges. B. Maintain ambient temperatures above 40 degrees F for 24 hours before and during application and until cured. 1.10 WARRANTY A. See Section 01 7800-Closeout Submittals,for additional warranty requirements. B. Special Warranty, General: Manufacturer's standard project-specifications?? c form in which manufacturer agrees to repair or replace liquid-applied ?? ashing and accessory products that demonstrate deterioration or failure within warranty period specified?? ed due to material failure 100% Construction Documents 07 6500-2 LIQUID-APPLIED FLASHING 3/27/2020 SYSTEM Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group under normal use. Failure includes water or air penetration through liquid-applied ??ashing assembly. 1. Warranty Period: Fifteen (15)years from date of Substantial Completion. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Basis of Design: Dow Corning 778, 100 percent silicone liquid applied air and weatherbarrier. 2.02 MATERIALS A. Liquid Flashing and Detailing Membrane: White, cold-applied; single-component; gun-grade waterproofing, adhesive and detailing compound., approved by manufacturer for permanent exposure to weather and sunlight. 1. Cured Thickness: 20 mils, minimum (no reinforcing fabric). 2. Tensile Strength: 175 psi, minimum, measured in accordance with ASTM D412. 3. Ultimate Elongation: 200 percent, measured in accordance with ASTM D412. 4. Durometer Hardness, Type A: 40 to 50, minimum, in accordance with ASTM D2240. 2.03 ACCESSORIES A. Sealant: As recommended by liquid-applied flashing manufacturer for compatibility with waterproofing. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions prior to starting this work. B. Verify that substrate surfaces are smooth,free of honeycombs or pitting, and not detrimental to full contact bond of flashing materials. 3.02 PREPARATION A. Clean and prepare surfaces to receive flashing in accordance with manufacturer's instructions and recommendations.The window or door rough opening must be prepared by ensuring a flush, level, smooth, clean and dry surface, per manufacturer's recommendation. B. General: Comply with liquid-applied flashing membrane manufacturer's installation instructions, temperature limitations, product data and shop drawings. C. Seal cracks and non-moving open joints less than 1/2 inch wide with sealant using methods recommended by roofing and sealant manufacturers; do not seal expansion joints or moving joints of any width. 3.03 INSTALLATION A. Install fluid-applied roofing in accordance with manufacturer's instructions and recommendations,to specified minimum thickness. B. Apply Liquid-applied flashing membrane system per manufacturer's written instructions. 1. Apply 20-50 mils wet from inside the rough opening to 6-inches out on the vertical and horizontal surfaces 2. Fill or repair any cracks larger than 1/2-inch before application. END OF SECTION 07 6500 100% Construction Documents 07 6500-3 LIQUID-APPLIED FLASHING 3/27/2020 SYSTEM Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 07 7123 MANUFACTURED GUTTERS AND DOWNSPOUTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Pre-finished aluminum gutters and downspouts. B. Precast concrete splash pads. 1.02 RELATED REQUIREMENTS A. Section 09 9113- Exterior Painting: Field painting of metal surfaces. 1.03 REFERENCE STANDARDS A. AAMA 2604-Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix); 2017a. B. ASTM B209-Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate; 2014. C. ASTM B209M-Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate (Metric);2014. D. FLA(FBC-B)-Florida Building Code: Building (6th Edition); 2017. E. FLA(FBC-B)-Florida Building Code: Building; 2014. F. FLA (FBC-B)-Florida Building Code: Building; 5th Edition (2014). G. FLA FBC(B)-Florida Building Code ; 6th Edition 2017. H. NRCA(RM)-The NRCA Roofing Manual;2019. I. SMACNA(ASMM)-Architectural Sheet Metal Manual; 2012. 1.04 ADMINISTRATIVE REQUIREMENTS A. Comply with SMACNA(ASMM)for sizing components for rainfall intensity determined by a storm occurrence of 1 in 5 years. B. Comply with applicable code for size and method of rain water discharge. C. Maintain one copy of each document on site. 1.05 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Product Data: Provide data on prefabricated components. C. Shop Drawings: Indicate locations, configurations,jointing methods,fastening methods, locations, and installation details. D. Samples: Submit two samples, 18 inch long illustrating component design,finish, color, and configuration. 1.06 QUALITY ASSURANCE A. Coordinate work with downspout discharge pipe inlet. B. Installation and design of system shall comply with the design pressures shown on the Contract Documents and the FLA FBC(B)-Florida Building Code. C. Regulatory Requirements: Ensure flashing and sheet metal complies with requirements of Florida Building Code, NRCA(RM), SMACNA, and ANSI-SPRI/ES-1. D. Coordinate application of gutters and downspouts with application of roofing, protruding material, and roof accessories to provide a complete weather-tight installation under provisions of the specified warranty requirements. E. All work shall be performed in accordance with referenced standards. 100% Construction Documents 07 7123- 1 MANUFACTURED GUTTERS 3/27/2020 AND DOWNSPOUTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1.07 DELIVERY, STORAGE,AND HANDLING A. Stack material to prevent twisting, bending, or abrasion, and to provide ventilation. Slope to drain. B. Prevent contact with materials that could cause discoloration, staining, or damage. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Gutters and Downspouts: 1. Cheney Flashing Company; : www.cheneyflashing.com/#sle. 2. OMG Roofing Products; : www.omgroofing.com/#sle. 3. SAF Perimeter Systems, a division of Southern Aluminum Finishing Company, Inc; www.saf.com/persys/#sle. 4. Substitutions: See Section 01 6000-Product Requirements. B. Scupper and Collectors: 1. ATAS International, Inc; Scuppers and Collector Boxes: www.atas.com/#sle. 2. Substitutions: See Section 01 6000-Product Requirements. 2.02 MATERIALS A. Pre-Finished Aluminum Sheet: ASTM B209 (ASTM B209M); 0.032 inch thick. 1. Finish: Plain, shop pre-coated with modified silicone coating. 2. Color: To match adjacent wall colors. 2.03 COMPONENTS A. Downspouts: CDA Rectangular profile. B. Anchors and Supports: Profiled to suit gutters and downspouts. 1. Anchoring Devices: In accordance with CDA requirements. 2. Gutter Supports: Brackets. 3. Downspout Supports: Brackets. C. Fasteners: Stainless steel,with soft neoprene washers. 2.04 ACCESSORIES A. Splash Pads: Precast concrete type, size and profiles indicated; minimum 3000 psi at 28 days, with minimum 5 percent air entrainment. 2.05 FABRICATION A. Form gutters and downspouts of profiles and size indicated. B. Fabricate with required connection pieces. C. Form sections square, true, and accurate in size, in maximum possible lengths,free of distortion or defects detrimental to appearance or performance. Allow for expansion at joints. D. Hem exposed edges of metal. E. Fabricate gutter and downspout accessories; seal watertight. 2.06 FINISHES A. Fluoropolymer Coating: High Performance Organic Finish,AAMA 2604; multiple coat,thermally cured fluoropolymer finish system; color as indicated. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that surfaces are ready to receive work. 100% Construction Documents 07 7123-2 MANUFACTURED GUTTERS 3/27/2020 AND DOWNSPOUTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 3.02 PREPARATION A. Paint concealed metal surfaces and surfaces in contact with dissimilar metals with protective backing paint to a minimum dry film thickness of 15 mil. 3.03 INSTALLATION A. Install gutters, downspouts, and accessories in accordance with manufacturer's instructions. B. Sheet Metal: Join lengths with formed seams sealed watertight. Flash and seal gutters to downspouts and accessories. C. PVC: Solvent-weld lengths and connection pieces to form watertight joints. Solvent-weld gutters to downspouts and accessories. D. Slope gutters 1/4 inch per foot, 2 percent minimum. E. Solder metal joints for full metal surface contact. After soldering,wash metal clean with neutralizing solution and rinse with water. F. Connect downspouts to downspout boots at 18 inches above grade. Grout connection watertight. G. Set splash pans under downspouts. END OF SECTION 07 7123 100% Construction Documents 07 7123- 3 MANUFACTURED GUTTERS 3/27/2020 AND DOWNSPOUTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 07 9200 JOINT SEALANTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Nonsag gunnable joint sealants. B. Self-leveling pourable joint sealants. C. Joint backings and accessories. D. Precompressed foam sealers. 1.02 RELATED REQUIREMENTS A. Section 07 1300-Sheet Waterproofing: Sealing cracks and joints in waterproofing substrate surfaces using materials specified in this section. B. Section 08 7100-Door Hardware: Setting exterior door thresholds in sealant. C. Section 08 8000-Glazing: Glazing sealants and accessories. 1.03 REFERENCE STANDARDS A. ASTM C661 -Standard Test Method for Indentation Hardness of Elastomeric-Type Sealants by Means of a Durometer; 2015. B. ASTM C794- Standard Test Method for Adhesion-In-Peel of Elastomeric Joint Sealants; 2018. C. ASTM C834-Standard Specification for Latex Sealants; 2017. D. ASTM C919- Standard Practice for Use of Sealants in Acoustical Applications; 2018. E. ASTM C920-Standard Specification for Elastomeric Joint Sealants; 2018. F. ASTM C1087-Standard Test Method for Determining Compatibility of Liquid-Applied Sealants with Accessories Used in Structural Glazing Systems; 2016. G. ASTM C1193-Standard Guide for Use of Joint Sealants; 2016. H. ASTM C1248-Standard Test Method for Staining of Porous Substrate by Joint Sealants; 2018. I. ASTM C1330-Standard Specification for Cylindrical Sealant Backing for Use with Cold Liquid-Applied Sealants; 2018. J. ASTM C1521 -Standard Practice for Evaluating Adhesion of Installed Weatherproofing Sealant Joints; 2019. K. ASTM D2240-Standard Test Method for Rubber Property--Durometer Hardness; 2015,with Editorial Revision (2017). L. ASTM D412-Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers--Tension; 2016. M. ASTM E119-Standard Test Methods for Fire Tests of Building Construction and Materials; 2019. N. SCAQMD 1168-Adhesive and Sealant Applications; 1989 (Amended 2017). O. UL 263-Standard for Fire Tests of Building Construction and Materials; Current Edition, Including All Revisions. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the work with other sections referencing this section. B. Preinstallation Meeting: Conduct a preinstallation meeting one week prior to the start of the work of this section; require attendance by all affected installers and all parties and trades involved in the treatment of work at and around expansion joints 1. Review conditions, materials, colors, and other requirements. - 2. The General Contractor is responsible to coordinate and schedule all trades and ensure that all subcontractors understand their responsibilities in relation to expansion joints and 100% Construction Documents 07 9200- 1 JOINT SEALANTS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group that their work cannot impede anticipated structural movement at the expansion joints, or compromise the achievement of watertightness or life safety at expansion joints in any way. C. Scheduling 1. Schedule work so waterproofing,water repellents and preservative finishes are installed after sealants, unless sealant manufacturer approves otherwise in writing. 2. Ensure sealants are cured before covering with other materials. 1.05 DEFINITIONS A. Federal Specifications: 1. Type I-Self-leveling, pour grade. 2. Type II - Non-sag, gun grade (vertical) 3. Type NS- Non-sag, gun grade (vertical) 4. Class A-+-25%, -25% expansion-contraction (extension/compression) a. Class 25-A sealant that, when tested for adhesion or cohesion under cyclic movement shall withstand an increase and decrease of at least 25% of the joint width as measured at the time of application. b. Class 12-A sealant,that when tested for adhesion or cohesion under cyclic movement shall withstand an increase and decrease of at least 12% of the joint width as measured at the time of application. c. Class 50-A sealant that,when tested for adhesion or cohesion under cyclic movement shall withstand an increase and decrease of at least 50% of the joint width as measured at the time of application. d. Class 100/50 B. ASTM Specifications: 1. Type S-Single component sealant 2. Type M- Multi-component Sealant 3. Type P-Pourable or self leveling sealant 4. Type NS-Non sag or gunnable sealant(gun grade) C. Use I-Immersion (water) D. Use T-Pedestrian and vehicular traffic areas E. Use NT-Non-traffic areas F. Use M-mortar G. Use A-Aluminum H. Use 0 other includes color anodized aluminum, metals other than aluminum, painted surfaces, brick, stone,tile and wood 1.06 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Product Data for Sealants: Submit manufacturer's technical data sheets for each product to be used,that includes the following. 1. Physical characteristics, including movement capability,VOC content, hardness, cure time, and color availability. 2. List of backing materials approved for use with the specific product. 3. Substrates that product is known to satisfactorily adhere to and with which it is compatible. 4. Substrates the product should not be used on. 5. Substrates for which use of primer is required. 6. Installation instructions, including precautions, limitations, and recommended backing materials and tools. 7. Sample product warranty. 8. Certification by manufacturer indicating that product complies with specification requirements. 100% Construction Documents 07 9200-2 JOINT SEALANTS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group C. Product Data for Accessory Products: Submit manufacturer's technical data sheet for each product to be used, including physical characteristics, installation instructions, and recommended tools. D. Preconstruction Laboratory Test Reports: Submit at least four weeks prior to start of installation. E. Installation Plan: Submit at least four weeks prior to start of installation. F. Preinstallation Field Adhesion Test Plan: Submit at least two weeks prior to start of installation. G. Field Quality Control Plan: Submit at least two weeks prior to start of installation. H. Preinstallation Field Adhesion Test Reports: Submit filled out Preinstallation Field Adhesion Test Reports log within 10 days after completion of tests; include bagged test samples and photographic records. I. Installation Log: Submit filled out log for each length or instance of sealant installed. J. Field Quality Control Log: Submit filled out log for each length or instance of sealant installed, within 10 days after completion of inspections/tests; include bagged test samples and photographic records, if any. 1.07 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. B. Installer Qualifications: Company specializing in performing the work of this section and with at least three years of documented experience. C. Testing Agency Qualifications: Independent firm specializing in performing testing and inspections of the type specified in this section. D. Preconstruction Laboratory Testing: Arrange for sealant manufacturer(s)to test each combination of sealant, substrate, backing, and accessories. 1. Adhesion Testing: In accordance with ASTM C794. 2. Compatibility Testing: In accordance with ASTM C1087. 3. Stain Testing: In accordance with ASTM C1248; required only for stone substrates. 4. Allow sufficient time for testing to avoid delaying the work. 5. Deliver to manufacturer sufficient samples for testing. 6. Report manufacturer's recommended corrective measures, if any, including primers or techniques not indicated in product data submittals. 7. Testing is not required if sealant manufacturer provides data showing previous testing, not older than 24 months,that shows satisfactory adhesion, lack of staining, and compatibility. E. Installation Plan: Include schedule of sealed joints, including the following. 1. Joint width indicated in Contract Documents. 2. Joint depth indicated in Contract Documents; to face of backing material at centerline of joint. 3. Method to be used to protect adjacent surfaces from sealant droppings and smears,with acknowledgement that some surfaces cannot be cleaned to like-new condition and therefore prevention is imperative. 4. Installation Log Form: Include the following data fields,with known information filled out. a. Date of installation. b. Name of installer. c. Actual joint width; provide space to indicate maximum and minimum width. d. Actual joint depth to face of backing material at centerline of joint. e. Air temperature. F. Preinstallation Field Adhesion Test Plan: Include destructive field adhesion testing of one sample of each combination of sealant type and substrate, except interior acrylic latex sealants, and include the following for each tested sample. 1. Identification of testing agency. 100% Construction Documents 07 9200- 3 JOINT SEALANTS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 2. Preinstallation Field Adhesion Test Log Form: Include the following data fields,with known information filled out. a. Test date. b. Copy of test method documents. c. Age of sealant upon date of testing. d. Test results, modeled after the sample form in the test method document. e. Indicate use of photographic record of test. G. Field Quality Control Plan: 1. Visual inspection of entire length of sealant joints. 2. Non-destructive field adhesion testing of sealant joints, except interior acrylic latex sealants. a. For each different sealant and substrate combination, allow for one test every 12 inches in the first 10 linear feet of joint and one test every 24 inches thereafter. b. If any failures occur in the first 10 linear feet, continue testing at 12 inches intervals at no extra cost to Owner. 3. Field testing agency's qualifications. 4. Field Quality Control Log Form: Show same data fields as on Preinstallation Field Adhesion Test Log,with known information filled out and lines for multiple tests per sealant/substrate combinations; include visual inspection and specified field testing; allow for possibility that more tests than minimum specified may be necessary. H. Field Adhesion Test Procedures: 1. Allow sealants to fully cure as recommended by manufacturer before testing. 2. Have a copy of the test method document available during tests. 3. Record the type of failure that occurred, other information required by test method, and the information required on the Field Quality Control Log. 4. When performing destructive tests, also inspect the opened joint for proper installation characteristics recommended by manufacturer, and report any deficiencies. 5. Deliver the samples removed during destructive tests in separate sealed plastic bags, identified with project, location,test date, and test results,to Owner. 6. If any combination of sealant type and substrate does not show evidence of minimum adhesion or shows cohesion failure before minimum adhesion, report results to Architect. I. Non-Destructive Field Adhesion Test: Test for adhesion in accordance with ASTM C1521, using Nondestructive Spot Method. J. Destructive Field Adhesion Test: Test for adhesion in accordance with ASTM C1521, using Destructive Tail Procedure. 1. Sample: At least 18 inches long. 2. Minimum Elongation Without Adhesive Failure: Consider the tail at rest, not under any elongation stress; multiply the stated movement capability of the sealant in percent by two; then multiply 1 inch by that percentage; if adhesion failure occurs before the"1 inch mark" is that distance from the substrate, the test has failed. 3. If either adhesive or cohesive failure occurs prior to minimum elongation,take necessary measures to correct conditions and re-test; record each modification to products or installation procedures. K. Field Adhesion Tests of Joints: Test for adhesion using most appropriate method in accordance with ASTM C1521, or other applicable method as recommended by manufacturer. 1.08 WARRANTY A. See Section 01 7800-Closeout Submittals,for additional warranty requirements. B. Correct defective work within a five year period after Date of Substantial Completion. C. Warranty: Include coverage for installed sealants and accessories that fail to achieve watertight seal , exhibit loss of adhesion or cohesion, or do not cure. 100% Construction Documents 07 9200-4 JOINT SEALANTS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group PART 2 PRODUCTS 2.01 GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer, based on testing and field experience. B. Elastomeric Sealant Standard: Comply with ASTM C 920 and other requirements indicated for each liquid-applied chemically curing sealant in the Elastomeric Joint-Sealant Schedule at the end of Part 3, including those referencing ASTM C 920 classifications for type, grade, class, and uses. C. Additional Movement Capability: Where additional movement capability is specified in the Elastomeric Joint-Sealant Schedule, provide products with the capability, when tested for adhesion and cohesion under maximum cyclic movement per ASTM C 719,to withstand the specified percentage change in the joint width existing at the time of installation and remain in compliance with other requirements of ASTM C 920 for uses indicated. D. Stain-Test-Response Characteristics: Where elastomeric sealants are specified in the Elastomeric Joint-Sealant Schedule to be nonstaining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. 2.02 MANUFACTURERS A. Non-Sag Sealants: Permits application in joints on vertical surfaces without sagging or slumping. 1. BASF Construction Chemicals-Building Systems: www.buildingsystems.basf.com. 2. Dow Chemical Company: consumer.dow.com/en-us/industry/ind-building-construction.html/#sle. 3. Momentive Performance Materials, Inc(formerly GE Silicones): www.momentive.com/#sle. 4. Tremco Global Sealants: www.tremcosealants.com. 5. Sika Corporation: www.usa-sika.com. 6. Substitutions: See Section 01 6000-Product Requirements. B. Self-Leveling Sealants: Pourable or self-leveling sealant that has sufficient flow to form a smooth, level surface when applied in a horizontal joint. 1. BASF Construction Chemicals-Building Systems: www.buildingsystems.basf.com. 2. Dow Chemical Company: consumer.dow.cam/en-us/industry/ind-building-construction.htm I/#sle. 3. Tremco Global Sealants: www.tremcosealants.com. 4. Sika Corporation: www.usa-sika.com. 5. Substitutions: See Section 01 6000- Product Requirements. 2.03 JOINT SEALANT APPLICATIONS A. Scope: 1. Exterior Joints: Seal open joints,whether or not the joint is indicated on drawings, unless specifically indicated not to be sealed. Exterior joints to be sealed include, but are not limited to,the following items. a. Wall expansion and control joints. b. Joints between door,window, and other frames and adjacent construction. c. Joints between different exposed materials. d. Openings below ledge angles in masonry. e. Other joints indicated below. 2. Do not seal the following types of joints. a. Intentional weepholes in masonry. b. Joints indicated to be treated with manufactured expansion joint cover or some other type of sealing device. 100% Construction Documents 07 9200- 5 JOINT SEALANTS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group c. Joints where sealant is specified to be provided by manufacturer of product to be sealed. d. Joints where installation of sealant is specified in another section. e. Joints between suspended panel ceilings/grid and walls. B. Exterior Joints: Use non-sag non-staining silicone sealant, unless otherwise indicated. 2.04 JOINT SEALANTS-GENERAL A. Sealants and Primers: Provide products having lower volatile organic compound (VOC) content than indicated in SCAQMD 1168. B. Colors: As indicated on drawings. 2.05 NONSAG JOINT SEALANTS A. Non-Staining Silicone Sealant: ASTM C920, Grade NS, Uses M and A; not expected to withstand continuous water immersion or traffic. 1. Movement Capability: Plus and minus 50 percent, minimum. 2. Non-Staining To Porous Stone: Non-staining to light-colored natural stone when tested in accordance with ASTM C1248. 3. Dirt Pick-Up: Reduced dirt pick-up compared to other silicone sealants. 4. Hardness Range: 15 to 35, Shore A,when tested in accordance with ASTM C661. 5. Color: To be selected by Architect from manufacturer's standard range. B. Silicone Sealant: ASTM C920, Grade NS, Uses M and A; not expected to withstand continuous water immersion or traffic. 1. Movement Capability: Plus and minus 25 percent;minimum. 2. Hardness Range: 15 to 35, Shore A,when tested in accordance with ASTM C661. 3. Color: To be selected by Architect from manufacturer's full range. 4. Cure Type: Single-component, neutral moisture curing 5. Manufacturers: a. Dow Chemical Company; DOWSIL 999-A Building and Glazing Sealant: consumer.dow.com/en-us/industry/ind-building-construction.html/#sle. b. Sherwin-Williams Company; Silicone Rubber All Purpose Sealant: www.sherwin-williams.com/#sle. c. Sika Corporation; Sikasil GP: www.usa-sika.com/#sle. d. Sika Corporation; Sikasil WS-295: www.usa-sika.com/#sle. e. Sika Corporation; Sikasil N-Plus US: www.usa-sika.com/#sle. f. Substitutions: See Section 01 6000-Product Requirements. C. Mildew-Resistant Silicone Sealant: ASTM C920, Grade NS, Uses M and A; single component, mildew resistant; not expected to withstand continuous water immersion or traffic. 1. Color: White. 2. Manufacturers: a. ADFAST Corporation;ADSEAL KB 4800 Series: www.adfastcorp.com/#sle. b. Everkem Diversified Products, Inc;TruSil 100: www.everkemproducts.com/#sle. c. Pecora Corporation; Pecora 898 NST (Non-Staining Technology): www.pecora.com/#sle. d. Sika Corporation; Sikasil GP: www.usa-sika.com/#sle. e. Substitutions: See Section 01 6000-Product Requirements. D. Silyl-Terminated Polyether(STPE) and Polyurethane (STPU) Sealant: ASTM C920, Grade,NS, Uses M and A; single component; not expected to withstand continuous water immersion or traffic. 1. Movement Capability: Plus and minus 35 percent, minimum. 2. Hardness Range: 20 to 40, Shore A,when tested in accordance with ASTM C661. 3. Color: To be selected by Architect from manufacturer's standard range. 4. Service Temperature Range: Minus 40 to 180 degrees F. 100% Construction Documents 07 9200-6 JOINT SEALANTS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group E. Tamper-Resistant Polyurethane Sealant: ASTM C920, Grade NS, Uses M, G, and A; single or multi-component; not expected to withstand continuous water immersion or traffic. 1. Movement Capability: Plus and minus 12-1/2 percent, minimum. 2. Hardness Range: 50 to 60, Shore A,when tested in accordance with ASTM C661. 3. Color: To be selected by Architect from manufacturer's standard range. 4. Service Temperature Range: Minus 40 to 180 degrees F. F. Acrylic Latex Sealant: ASTM C834;for use as acoustical sealant and in firestopping systems for expansion joints and through penetrations. 1. Fire Rated System: Complies with UL 263 and ASTM E119 with UL fire resistance classifications. 2.06 SELF-LEVELING SEALANTS A. Self-Leveling Polyurethane Sealant for Continuous Water Immersion: Polyurethane; ASTM C920, Grade P, Uses M and A; single or multi-component; explicitly approved by manufacturer for traffic exposure and continuous water immersion. 1. Movement Capability: Plus and minus 25 percent, minimum. 2. Hardness Range: 35 to 55, Shore A,when tested in accordance with ASTM C661. 3. Color: To be selected by Architect from manufacturer's standard range. 4. Service Temperature Range: Minus 40 to 180 degrees F. 5. Manufacturers: a. Sika Corporation; Sikaflex-1c SL: www.usa-sika.com/#sle. b. Sika Corporation; Sikaflex-2c SL: www.usa-sika.com/#sle. c. W. R. MEADOWS, Inc; POURTHANE SL: .www.wrmeadows.com/#sle. d. Substitutions: See Section 01 6000-Product Requirements. 2.07 ACCESSORIES A. Backer Rod: Cylindrical cellular foam rod with surface that sealant will not adhere to, compatible with specific sealant used, and recommended by backing and sealant manufacturers for specific application. 1. Type for Joints Not Subject to Pedestrian or Vehicular Traffic: ASTM C1330; Type 0- Open Cell Polyurethane. 2. Type for Joints Subject to Pedestrian or Vehicular Traffic: ASTM C1330;Type B- Bi-Cellular Polyethylene. 3. Open Cell: 40 to 50 percent larger in diameter than joint width. 4. Closed Cell and Bi-Cellular: 25 to 33 percent larger in diameter than joint width. B. Overlay Extrusion for Glazing System Joint Protection: Rubber profiled extrusions placed over joints in glazing system and provided with watertight seal. 1. Profile: As required to match existing metal glazing cap requirements. 2. Color: As required to match existing conditions. 3. Durometer Hardness, Type A: 65, minimum,when tested in accordance with ASTM D2240. 4. Tensile Strength: 1139 psi, in accordance with ASTM D412. 5. Manufacturers: a. Tremco Commercial Sealants&Waterproofing; Spectrem Restoratoin Overlay: www.tremcosealants.com/#sle. b. Substitutions: See Section 01 6000- Product Requirements. C. Preformed Extruded Silicone Joint Seal: Pre-cured low-modulus silicone extrusion, in sizes to fit applications indicated on drawings, combined with a neutral-curing liquid silicone sealant for bonding joint seal to substrates. 1. Size: 1 inch wide, in rolls 100 feet long. 2. Thickness: 0.78 inch,with ridges along outside bottom edges for bonding area. 3. Color: As selected by Architect.. 4. Manufacturers: 100% Construction Documents 07 9200-7 JOINT SEALANTS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group a. Tremco Commercial Sealants &Waterproofing; Spectrem Simple Seal: www.tremcosealants.com/#sle. b. Substitutions: See Section 01 6000-Product Requirements. D. Backing Tape: Self-adhesive polyethylene tape with surface that sealant will not adhere to and recommended by tape and sealant manufacturers for specific application. E. Masking Tape: Self-adhesive, nonabsorbent, non-staining, removable without adhesive residue, and compatible with surfaces adjacent to joints and sealants. F. Joint Cleaner: Non-corrosive and non-staining type,type recommended by sealant manufacturer; compatible with joint forming materials. G. Primers: Type recommended by sealant manufacturer to suit application; non-staining. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that joints are ready to receive work. B. Verify that backing materials are compatible with sealants. C. Verify that backer rods are of the correct size. D. Preinstallation Adhesion Testing: Install a sample for each test location indicated in the test plan. 1. Test each sample as specified in PART 1 under QUALITY ASSURANCE article. 2. Notify Architect of date and time that tests will be performed, at least seven days in advance. 3. Record each test on Preinstallation Adhesion Test Log as indicated. 4. If any sample fails, review products and installation procedures, consult manufacturer, or take whatever other measures are necessary to ensure adhesion; re-test in a different location; if unable to obtain satisfactory adhesion, report to Architect. 5.. After completion of tests, remove remaining sample material and prepare joint for new sealant installation. 3.02 PREPARATION A. Remove loose materials and foreign matter that could impair adhesion of sealant. B. Clean joints, and prime as necessary, in accordance with manufacturer's instructions. Do not use alcohol, use Exlene or equal product. C. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. D. Mask elements and surfaces adjacent to joints from damage and disfigurement due to sealant work; be aware that sealant drips and smears may not be completely removable. E. Concrete Floor Joints That Will Be Exposed in Completed Work: Test joint filler in inconspicuous area to verify that it does not stain or discolor slab. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C1193. C. Perform acoustical sealant application work in accordance with ASTM C919. D. Measure joint dimensions and size joint backers to achieve the following, unless otherwise indicated: 1. Width/depth ratio of 2:1. 2. Neck dimension no greater than 1/3 of the joint width. 3. Surface bond area on each side not less than 75 percent of joint width. E. Install bond breaker backing tape where backer rod cannot be used. F. Install sealant free of air pockets, foreign embedded matter, ridges, and sags, and without getting sealant on adjacent surfaces. 100% Construction Documents 07 9200-8 JOINT SEALANTS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group G. Do not install sealant when ambient temperature is outside manufacturer's recommended temperature range, or will be outside that range during the entire curing period, unless manufacturer's approval is obtained and instructions are followed. H. Nonsag Sealants: Tool surface concave, unless otherwise indicated; remove masking tape immediately after tooling sealant surface. 3.04 FIELD QUALITY CONTROL A. Perform field quality control inspection/testing as specified in PART 1 under QUALITY ASSURANCE article. B. Non-Destructive Adhesion Testing: If there are any failures in first 100 linear feet, notify Architect immediately. C. Remove and replace failed portions of sealants using same materials and procedures as indicated for original installation. 3.05 POST-OCCUPANCY A. Post-Occupancy Inspection: Perform visual inspection of entire length of project sealant joints at a time that joints have opened to their greatest width; i.e. at low temperature in thermal cycle. Report failures immediately and repair. END OF SECTION 07 9200 100% Construction Documents 07 9200- 9 JOINT SEALANTS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 08 4313 ALUMINUM-FRAMED STOREFRONTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Aluminum-framed storefront,with vision glass. B. Aluminum doors,windows and frames. C. Weatherstripping. D. Door hardware. 1.02 RELATED REQUIREMENTS A. Section 05 5000-Metal Fabrications: Steel attachment devices. B. Section 07 8400-Firestopping: Firestop at system junction with structure. C. Section 07 9200-Joint Sealants: Sealing joints between frames and adjacent construction. D. Section 08 8000-Glazing: Glass and glazing accessories. 1.03 REFERENCE STANDARDS A. AAMA CW-10-Care and Handling of Architectural Aluminum From Shop to Site; 2015. B. AAMA 501.2-Quality Assurance and Diagnostic Water Leakage Field Check of Installed Storefronts, Curtain Walls, and Sloped Glazing Systems; 2015. C. AAMA 609 &610-Cleaning and Maintenance Guide for Architecturally Finished Aluminum (Combined Document); 2015. D. AAMA 2605-Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix); 2017a. E. ASCE 7-Minimum Design Loads and Associated Criteria for Buildings and Other Structures; Most Recent Edition Cited by Referring Code or Reference Standard. F. ASTM A36/A36M-Standard Specification for Carbon Structural Steel; 2014. • G. ASTM A123/A123M-Standard Specification for Zinc(Hot-Dip Galvanized) Coatings on Iron and Steel Products;2017. H. ASTM B209-Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate; 2014. I. ASTM B209M-Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate (Metric); 2014. J. ASTM B221 -Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2014. K. ASTM B221M-Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes (Metric); 2013. L. ASTM E283-Standard Test Method for Determining the Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specified Pressure Differences Across,the Specimen; 2004 (Reapproved 2012). M. ASTM E330/E330M-Standard Test Method for Structural Performance of Exterior Windows, Doors, Skylights and Curtain Walls by Uniform Static Air Pressure Difference; 2014. N. ASTM E331 - Standard Test Method for Water Penetration of Exterior Windows, Skylights, Doors, and Curtain Walls by Uniform Static Air Pressure Difference; 2000 (Reapproved 2016). O. FLA(FBC-B)2017- Florida Building Code: Building (6th Edition); 2017. P. FLA(PAD)-Florida Building Code Online-Product Approval Directory; Current Edition. Q. NFRC (CPD)- Certified Product Directory-National Fenestration Rating Council; Current Edition. 100% Construction Documents ' 08 4313- 1 ALUMINUM-FRAMED 3/27/2020 STOREFRONTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group R. SSPC-Paint 20-Zinc-Rich Primers (Type I, "Inorganic,"and Type II, "Organic"); 2002 (Ed. 2004). 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate with installation of other components that comprise the exterior enclosure. B. General Contractor shall field verify all openings prior to generating shop drawings for approval. C. Preinstallation Meeting: Conduct a preinstallation meeting one week before starting work of this section; require attendance by all affected installers. 1. Basis of Design for the project is PGT windows with the following NOA's; a. NOA: Storefront Door-16-0421.10 b. NOA: Storefront Window-16-0505.04 2. Alternate accepted manufacture is ES Windows; a. NOA: Storefront door 18-0319.09 b. NOA: Storefront Window- 19-0326.07 3. Alternate accepted manufacture is Mr. Glass Doors and Windows; a. NOA: Storefront door 15-0826.32 b. NOA: Storefront Window- 15-82631 4. Alternate accepted manufacture is AldoraDoors and Windows; a. NOA: Storefront door 16-0303.10 b. NOA: Storefront Window- 14-112.06 5. Should contractor choose to use a substitution product, NOA's for equivalent products must be submitted to Architect for approval during the bidding period. Contractor must provide documentation as required under Submittals to the architect to show that the product they are recommending is equal. a. Contractor must provide full architectural cad details for substituted product. 6. Review factory preparation required to accommodate access control components and requirements. 1.05 SUBMITTALS A. Product Data: Provide component dimensions, describe components within assembly, anchorage and fasteners, glass and infill, door hardware, internal drainage details and transom panels. B. Shop Drawings: Indicate system dimensions,framed opening requirements and tolerances, affected related work, expansion and contraction joint location and details, and field welding required. 1. Note all details for factor prep as required to accommodate access control components and requirements. C. Samples: Submit two samples 6 x 6 inches in size illustrating finished aluminum surface, glass, infill panels, glazing materials. D. Manufacturer's Certificate: Certify that the products supplied meet or exceed the specified requirements. E. Design Data: Provide framing member structural and physical characteristics, engineering calculations, and dimensional limitations. F. Hardware Schedule: Complete itemization of each item of hardware to be provided for each door, cross-referenced to door identification numbers in Contract Documents. G. Field Quality Control Submittals: Report of field testing for water penetration and air leakage. H. Designer's Qualification Statement. . I. Manufacturer's Qualification Statement. J. Installer's Qualification Statement. K. Warranty: Submit manufacturer warranty and ensure forms have been completed in Owner's name and registered with manufacturer. 100% Construction Documents 08 4313-2 ALUMINUM-FRAMED 3/27/2020 STOREFRONTS • Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1.06 QUALITY ASSURANCE A. Designer Qualifications: Design structural support framing components under direct supervision of a Professional Structural Engineer experienced in design of this Work and licensed in the State in which the Project is located. B. Manufacturer Qualifications: Company specializing in performing work of type specified and with at least three years of documented experience. C. Installer Qualifications: Company specializing in performing work of type specified and with at least three years of documented experience. D. System to provide for expansion and contraction within system components caused by a cycling temperature range of 170 degrees F. without causing detrimental effects to system or components. E. Design for windload to match loads shown on structural drawings with maximum deflection in both vertical and horizontal mullions not to exceed 1/175 of span. F. Comply with all 1 product approval requirements. Certify that the proposed products have been tested to the following performance standards at an Independent Testing Laboratory accredited by AAMA<http://www.aamanet.org/>and using the referenced ASTM standards: 1. Water Penetration: ASTM E331 no water penetration at a test pressure of 6.24 PSF minimum. 2. Structural Properties: 30 PSF acting inward and outward per ASTM E330/E330M E330 Deflection not to exceed 1/175 of span 3. Air Leakage per ASTM E283 a. Fixed window walls-maximum of 0.06 CFM per sq.ft. of total exterior surface areas. 4. Thermal Performance: Composite glass wall shall meet or exceed the"U"value shown on the Drawings. G. Deflection: Deflection of mullion and transom members: No deflection greater than 1/180 span at+and-certified design load applied to tributary area following FBC TAS 202 H. Hurricane Resistance: 1. Large Missile/Small Missile,tested in accordance with FLA(FBC-B) 2017 FBC TAS201, TAS202, TAS203. I. Drain water entering joints, condensation occurring in glazing channels, or migrating moisture occurring within system,to exterior. J. System to accommodate,without damage to system or components, or deterioration of perimeter seal: Movement within system; movement between system and perimeter framing components; dynamic loading and release of loads; and deflection of structural support framing. K. All fenestration (windows and doors) must be rated according to the requirements of the National Fenestration Rating Council NFRC (CPD). L. Framing System Gaskets and Sealants: Manufacturer's standard, recommended by manufacturer for joint type. 1. Provide sealants for use inside of the weatherproofing system that have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24) 1.07 DELIVERY, STORAGE,AND HANDLING A. Handle products of this section in accordance with AAMA CW-10. and FLA(FBC-B) B. Protect finished aluminum surfaces with wrapping. Do not use adhesive papers or sprayed coatings that bond to aluminum when exposed to sunlight or weather. 1.08 FIELD CONDITIONS A. Confirm fields dimensions match shop drawing dimensions prior to start of work, B. Do not install sealants when ambient temperature is less than 40 degrees F. Maintain this minimum temperature during and 48 hours after installation. 100% Construction Documents 08 4313-3 ALUMINUM-FRAMED 3/27/2020 STOREFRONTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1.09 WARRANTY A. See Section 01 7800- Closeout Submittals, for additional warranty requirements. B. Correct defective Work within a ten year period after Date of Substantial Completion. C. Provide ten year manufacturer warranty against failure of glass seal on insulating glass units, including interpane dusting or misting. Include provision for replacement of failed units. D. Provide five year manufacturer warranty against excessive degradation of exterior finish. Include provision for replacement of units with excessive fading, chalking, or flaking. E. SPECIAL WARRANTY 1: The work of this Section shall be jointly guaranteed by the manufacturer for a period of ten (10)years after the date of Substantial Completion. 2. All materials shall be free from manufacturing defects and defects in installation workmanship. Any material or workmanship judged defective during this period shall be removed and replaced at no cost to the Owner. PART 2 PRODUCTS 2.01 BASIS OF DESIGN --FRAMING FOR MONOLITHIC GLAZING A. Center-Set Style, Wind-Borne-Debris Resistance Tested: 1. Basis of Design: PGT Industries SS 3500 Structural glazing . B. Other Manufacturers: Provide either the product identified as"Basis of Design"or an equivalent product of one of the manufacturers listed below: 1. C.R. Laurence Company, Inc; U.S.Aluminum: www.crl-arch.com/sle. 2. EFCO, a Pella Company: www.efcocorp.com/sle. 3. ES Windows: www.eswindows.com 4. Trulite Glass and Aluminum Solutions, LLC: www.trulite.com. 5. YKK AP America Inc: www.ykkap.com. 6. Kawner.www.kawner.com. 7. Aldora Storefront. C. Substitutions: See Section 01 6000- Product Requirements. 1. For any product not identified as"Basis of Design", submit information as specified for substitutions. 2.02 BASIS OF DESIGN --SWINGING DOORS A. Basis of Design:Wind-Borne-Debris Resistance Tested: 1. Impact Resistant Storefront Framing System: PGT Industries SS 3500 a. Description: 1-3A"X 5", with .125 Wall Thickness; Non-Thermal; Interior Structural Silicone Glazed; Screw Spline Fabrication. B. Other Manufacturers: Provide either the product identified as"Basis of Design"or an equivalent product of one of the manufacturers listed below: 1. C.R. Laurence Company, Inc; U.S.Aluminum: www.crl-arch.com/sle. 2. EFCO, a Pella Company: www.efcocorp.com/sle. 3. ES Windows: www.eswindows.com 4. Trulite Glass &Aluminum Solutions, LLC: www.trulite.com. 5. YKK AP America Inc: www.ykkap.com. 6. Kawner: www.kawner.com. C. Substitutions: See Section 01 6000- Product Requirements. 1. For any product not identified as"Basis of Design", submit information as specified for substitutions. 2.03 STOREFRONT A. Aluminum-Framed Storefront: Factory fabricated, factory finished aluminum framing members with infill, and related flashings, anchorage and attachment devices. 1. Glazing Rabbet: For 9/16 inch monolithic glazing (laminated glazing) 100% Construction Documents 08 4313-4 ALUMINUM-FRAMED 3/27/2020 STOREFRONTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 2. Finish: Superior performing organic coatings. (Duranar Kynar Coating Basis of Design. a. Factory finish all surfaces that will be exposed in completed assemblies. b. Touch-up surfaces cut during fabrication so that no natural aluminum is visible in completed assemblies, including joint edges. c. Coat concealed metal surfaces that will be in contact with cementitious materials or dissimilar metals with bituminous paint. 3. Finish Color: Silver. 4. Fabrication: Joints and corners flush, hairline, and weatherproof, accurately fitted and secured; prepared to receive anchors and hardware; fasteners and attachments concealed from view; reinforced as required for imposed loads. 5. Construction: Eliminate noises caused by wind and thermal movement, prevent vibration harmonics, and prevent"stack effect"in internal spaces. 6. System Internal Drainage: Drain to the exterior by means of a weep drainage network any water entering joints, condensation occurring in glazing channel, and migrating moisture occurring within system. 7. Expansion/Contraction: Provide for expansion and contraction within system components caused by cycling temperature range of 170 degrees F over a 12 hour period without causing detrimental effect to system components, anchorages, and other building elements. 8. Movement: Allow for movement between storefront and adjacent construction,without damage to components or deterioration of seals. 9. Perimeter Clearance: Minimize space between framing members and adjacent construction while allowing expected movement. 10. Air and Vapor Seal: Maintain continuous air barrier and vapor retarder throughout assembly, primarily in line with inside pane of glazing and inner sheet of infill panel and heel bead of glazing compound. 11. Preparation for Window Treatments: Provide reinforced interior horizontal head rail. B. Performance Requirements: 1. Wind Loads: Design and size components to withstand the specified load requirements without damage or permanent set, when tested in accordance with ASTM E330/E330M, using loads 1.5 times the design wind loads and 10 second duration of maximum load. 2. Refer to structural drawings for Design Wind Load pressures. a. Design Wind Loads: Comply with requirements of ASCE 7. b. Member Deflection: Limit member deflection to flexure limit of glass in any direction, with full recovery of glazing materials. 3. Wind-Borne-Debris Resistance: Identical full-size glazed assembly without auxiliary protection, having Florida Building Code"FLA(PAD)"approval for Large and Small Missile impact and pressure cycling at design wind pressure. 4. Water Penetration Resistance on Manufactured Assembly: No uncontrolled water on interior face,when tested in accordance with ASTM E331 at pressure differential of 8 psf. 5. Air Leakage Laboratory Test: Maximum of 0.06 cu..ft/min sq ft of wall area, when tested in accordance with ASTM E283 at 6.27 psf pressure differential across assembly. 2.04 COMPONENTS A. Aluminum Framing Members: Tubular aluminum sections, drainage holes and internal weep drainage system. 1. Extrusions:Aluminum alloy and temper; 6063-T6: ASTM B 221 2. Glazing Stops: Flush. B. Glazing: As specified in Section 08 8000. C. Swing Doors: Glazed aluminum. 1. Thickness: 2 1/4 inches. 2. Top Rail: 5 inches wide. 3. Vertical Stiles: 4-1/2 inches wide. 4. Bottom Rail: 10 inches wide. • 100% Construction Documents 08 4313-5 ALUMINUM-FRAMED 3/27/2020 STOREFRONTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 5. Glazing Stops: Square. 6. Finish: Same as storefront. 2.05 MATERIALS A. Extruded Aluminum: ASTM B221 (ASTM 8221 M). B. Sheet Aluminum: ASTM B209 (ASTM B209M). C. Structural Steel Sections: ASTM A36/A36M; galvanized in accordance with requirements of ASTM A123/A123M. D. Fasteners: Stainless steel. E. Glazing Gaskets: Type to suit application to achieve weather, moisture, and air infiltration requirements. F. Sealants: For metal to metal joints use Standard Products Company Stan Pro Urethane Epoxy Sealant No. 103, Dow Corning Silicone Rubber Sealant, or other as recommended by Manufacturer and acceptable to Architect and/Owner's Representative, color to match finish of aluminum to which applied. 1. Provide sealants for use inside of the weatherproofing system that have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). G. Glazing Accessories: As specified in Section 08 8000. H. Glazing Sealants: For structural-sealant-glazed systems, as recommended by manufacturer for joint type, and as follows: 1. Structural Sealant: ASTM C 1184, single-component neutral-curing silicone formulation that is compatible with system components with which it comes in contact, specifically formulated and tested for use as structural sealant and approved by a structural-sealant manufacturer for use in aluminum-framed systems indicated. a. Provide sealants for use inside of the weatherproofing system that have a VOC content of 100 >g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). b. Color:As selected by Architect from manufacturer's full range of colors. 2. Weatherseal Sealant: ASTM C 920 for Type S, Grade NS, Class 25, Uses NT, G, A, and 0; single-component neutral-curing formulation that is compatible with structural sealant and other system components with which it comes in contact; recommended by structural-sealant,weatherseal-sealant, and aluminum-framed-system manufacturers for this use. a. Provide sealants for use inside of the weatherproofing system that have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). b. Color: Matching structural sealant. I. Shop and Touch-Up Primer for Steel Components: Zinc oxide, alkyd, linseed oil primer appropriate for use over hand cleaned steel. J. Touch-Up Primer for Galvanized Steel Surfaces: SSPC-Paint 20, zinc rich. 2.06 FINISHES A. Superior Performing Organic Coatings: AAMA 2605 multiple coat,thermally cured polyvinylidene fluoride (PVDF) system. 1. Polyvinylidene fluoride (PVDF) multi-coat thermoplastic fluoropolymer coating system, including minimum 70 percent PVDF color topcoat and minimum total dry film thickness of 0.9 mil; color and gloss as indicated on drawings. a. Manufacturers: 1) PPG Metal Coatings; Duranar: www.ppgmetalcoatings.com/#sle. 2) Sherwin-Williams Company; SHER-NAR 5000: oem.sherwin-williams.com/#sle. 3) Substitutions: See Section 01 6000- Product Requirements. B. Color: Silver. 100% Construction Documents 08 4313-6 ALUMINUM-FRAMED 3/27/2020 STOREFRONTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group C. Touch-Up Materials: As recommended by coating manufacturer for field application. 2.07 HARDWARE A. For each door, include weatherstripping, sill sweep strip, and threshold. B. Weatherstripping: Wool pile, continuous and replaceable; provide on all doors. C. Sill Sweep Strips: Resilient seal type, retracting, of neoprene; provide on all doors. D. Threshold: Extruded aluminum, one piece per door opening, ribbed surface; provide on all doors. E. Pivots: Center type;top and bottom. 1. Provide on doors as indicated. F. Push/Pull Set: Custom configuration push/pull handles. 1. Provide on doors as indicated. G. Exit Devices: Panic type. 1. Provide on doors as indicated. H. Door Closers: Concealed overhead. 1. Provide on doors as indicated. I. Locks: Dead latch with thumbturn inside; keyed cylinder outside. 1. Provide on doors as indicated. J. Automatic Door Operators and Actuators: Refer to drawings, not determined if neccessary at this time. PART 3 EXECUTION 3.01 EXAMINATION A. Verify dimensions,tolerances, and method of attachment with other work. B. Verify that wall openings and adjoining air and vapor seal materials are ready to receive work of this section. 3.02 INSTALLATION A. Install wall system in accordance with manufacturer's instructions. B. Attach to structure to permit sufficient adjustment to accommodate construction tolerances and other irregularities. C. Provide alignment attachments and shims to permanently fasten system to building structure. D. Align assembly plumb and level, free of warp or twist. Maintain assembly dimensional tolerances, aligning with adjacent work. E. Provide thermal isolation where components penetrate or disrupt building insulation. F. Install sill flashings. Turn up ends and edges; seal to adjacent work to form water tight dam. G. Apply one coat of bituminous paint to concealed aluminum and steel surfaces in contact with cementitious, stone or other dissimilar materials H. Where fasteners penetrate sill flashings, make watertight by seating and sealing fastener heads to sill flashing. I. Pack fibrous insulation in shim spaces at perimeter of assembly to maintain continuity of thermal barrier. J. Set thresholds in bed of sealant and secure. K. Install hardware using templates provided. L. Install glass and infill panels in accordance with Section 08 8000, using glazing method required to achieve performance criteria. M. Touch-up minor damage to factory applied finish; replace components that cannot be satisfactorily repaired. • 100% Construction Documents 08 4313-7 ALUMINUM-FRAMED 3/27/2020 STOREFRONTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 3.03 TOLERANCES A. Maximum Variation from Plumb: 0.06 inches every 3 ft non-cumulative or 1/16 inches per 10 ft, whichever is less. B. Maximum Misalignment of Two Adjoining Members Abutting in Plane: 1/32 inch. 3.04 FIELD QUALITY CONTROL" A. Water-Spray Test: Provide water spray quality test of installed storefront components in accordance with AAMA 501.2 during construction process and before installation of interior finishes. 1. Perform a minimum of two tests in each designated area as indicated on drawings. 2. Conduct tests in each area prior to 10 percent and 50 percent completion of this work. 3.05 ADJUSTING A. Adjust operating hardware and sash for smooth operation. 3.06 CLEANING A. Remove protective material from pre-finished aluminum surfaces. B. Wash down surfaces with a solution of mild detergent in warm water, applied with soft, clean wiping cloths, and take care to remove dirt from corners and to wipe surfaces clean. C. Upon completion of installation, thoroughly clean aluminum surfaces in accordance with AAMA 609 &610. 3.07 PROTECTION A. Protect installed products from damage until Date of Substantial Completion. END OF SECTION 08 4313 100% Construction Documents 08 4313- 8 ALUMINUM-FRAMED 3/27/2020 STOREFRONTS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 08 8000 GLAZING PART 1 GENERAL 1.01 SECTION INCLUDES A. Glazing units. B. Glazing compounds and accessories. 1.02 RELATED REQUIREMENTS A. Section 08 4313-Aluminum-Framed Storefronts: Glazing furnished as part of storefront assembly. 1.03 REFERENCE STANDARDS A. 16 CFR 1201 -Safety Standard for Architectural Glazing Materials; Current Edition. B. ANSI Z97.1 -American National Standard for Safety Glazing Materials Used in Buildings- Safety Performance Specifications and Methods of Test; 2015. C. ASCE 7-Minimum Design Loads and Associated Criteria for Buildings and Other Structures; Most Recent Edition Cited by Referring Code or Reference Standard. D. ASTM C864-Standard Specification for Dense Elastomeric Compression Seal Gaskets, Setting Blocks, and Spacers; 2005 (Reapproved 2015). E. ASTM C920-Standard Specification for Elastomeric Joint Sealants; 2018. F. ASTM C1036-Standard Specification for Flat Glass; 2016. G. ASTM C1172-Standard Specification for Laminated Architectural Flat Glass; 2014. H. ASTM C1193-Standard Guide for Use of Joint Sealants;2016. I. ASTM E1300-Standard Practice for Determining Load Resistance of Glass in Buildings; 2016. J. GANA(SM)-GANA Sealant Manual; 2008. K. GSA DD-G-451 C- Federal Spec Standard for Glass, Flat and Corrugated,for Glazing Mirrors and other uses; Revision A, 1997. , L. IGMA TM-3000-North American Glazing Guidelines for Sealed Insulating Glass Units for Commercial & Residential Use; 1990 (2016). M. NFRC 100-Procedure for Determining Fenestration Product U-factors; 2017. N. NFRC 200-Procedure for Determining Fenestration Product Solar Heat Gain Coefficient and Visible Transmittance at Normal Incidence;2014,with Errata (2017). O. NFRC 300-Test Method for Determining the Solar Optical Properties of Glazing Materials and Systems; 2017. 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene a preinstallation meeting one week before starting work of this section; require attendance by each of the affected installers. B. Review State of Florida Product Approval Requirements, Glazing provided must meet product approval . 1.05 SUBMITTALS A. See Section 01 3000-Administrative Requirements, for submittal procedures. B. Product Data on Glazing Compounds and Accessories: Provide chemical,functional, and environmental characteristics, limitations, special application requirements, and identify available colors. C. Samples: Submit two samples 12 by 12 inch in size of glass units. D. Samples: Submit 2 inch long bead of glazing sealant, color as selected. E. Certificate: Certify that products of this section meet or exceed specified requirements. 100% Construction Documents 08 8000- 1 GLAZING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group F. Provide project director with a"washability"design statement applicable for glass surfaces, External and internal describing how glass is accessed for routine cleaning. G. Warranty Documentation: Submit manufacturer warranty and ensure that forms have been completed in Owner's name and registered with manufacturer. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. B. Installer Qualifications: Company specializing in performing work of the type specified and with at least three years documented experience. C. Exterior glass for HVHZ locations shall comply with ASTM C1036 requirements for flat glass Type I and II and GSA DD-G-451 C. D. Installed glass shall not be less than single strength B quality, maximum glass sizes and minimum thickness of annealed float glazing materials shall comply with ASTM E1300. E. Testing Agency Qualifications: Independent firm specializing in performing testing and inspections of the type specified in this section. F. Glass utilized must be approved by manufacturer of glazing system, as acceptable for the NOA utilized on the exterior glazing system. 1.07 MOCK-UPS A. Provide on-site glazing mock-up with the specified glazing components. Call for Architects review and approval prior to completing remaining work. B. Mock-ups may remain as part of the Work. 1.08 FIELD CONDITIONS A. Do not install glazing when ambient temperature is less than 40 degrees F. B. Maintain minimum ambient temperature before, during and 24 hours after installation of glazing compounds. 1.09 WARRANTY A. See Section 01 7800-Closeout Submittals,for additional warranty requirements. B. Laminated Glass: Provide a five (5)year manufacturer warranty to include coverage for delamination, including providing products to replace failed units. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Glass Fabricators: 1. GGI- General Glass International: www.generalglass.com/#sle. 2. JE Berkowitz, LP: www.jeberkowitz.com/#sle. 3. Trulite Glass &Aluminum Solutions, LLC: www.trulite.com. Basis of Design 4. Viracon, Inc: www.viracon.com/#sle. 5. Vitro Glass (previously PPG).www.vitroglazings.com 6. Substitutions: Refer to Section 01 6000- Product Requirements. B. Laminated Glass Manufacturers: 1. Cardinal Glass Industries: www.cardinalcorp.com. 2. Viracon,Architectural Glass segment of Apogee Enterprises, Inc: www.viracon.com. 3. Substitutions: Refer to Section 01 6000- Product Requirements. 2.02 PERFORMANCE REQUIREMENTS-EXTERIOR GLAZING ASSEMBLIES A. Provide type and thickness of exterior glazing assemblies to support assembly dead loads, and to withstand live loads caused by positive and negative wind pressure acting normal to plane of glass. 100% Construction Documents 08 8000-2 GLAZING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1. Design Pressure: Calculated in accordance with ASCE 7 and meeting pressures shown on drawings. 2. Comply with ASTM E1300 for design load resistance of glass type, thickness, dimensions, and maximum lateral deflection of supported glass. 3. Provide glass edge support system sufficiently stiff to limit the lateral deflection of supported glass edges to less than 1/175 of their lengths under specified design load. 4. Glass thicknesses listed are minimum. B. Vapor Retarder and Air Barrier Seals: Provide completed assemblies that maintain continuity of building enclosure vapor retarder and air barrier. 1. In conjunction with vapor retarder and joint sealer materials described in other sections. C. Thermal and Optical Performance: Provide exterior glazing products with performance properties as indicated. Performance properties are in accordance with manufacturer's published data as determined with the following procedures and/or test methods: 1. Center of Glass U-Value: Comply with NFRC 100 using Lawrence Berkeley National Laboratory(LBNL)WINDOW 6.3 computer program. 2. Center of Glass Solar Heat Gain Coefficient(SHGC): Comply with NFRC 200 using Lawrence Berkeley National Laboratory(LBNL)WINDOW 6.3 computer program. 3. Solar Optical Properties: Comply with NFRC 300 test method. 4. Windows should have a Solar Heat Gain Coefficient(SHGC)less than 0.40. 5. Glazing should have a Visible Transmittance(VT) above 0.70 in order to maximize daylight and view.The total window should have a VT above 0.50. 6. Composite of aluminum window(storefront/curtainwall) assembly with glass shall comply with a U-factor lower than 0.35. 2.03 GLASS MATERIALS A. Laminated Glass: Float glass laminated in accordance with ASTM C1172. 1. Laminated Safety Glass: Complies with ANSI Z97.1 -Class B or 16 CFR 1201 -Category I impact test requirements. 2. Polyvinyl Butyral (PVB) Interlayer: 0.060 inch thick, minimum. 2.04 GLAZING COMPOUNDS A. Type GC-5-Silicone Sealant: Single component; neutral curing; capable of water immersion without loss of properties; non-bleeding, non-staining;ASTM C920, Type S, Grade NS, Class 25, Uses M,A, and G;with cured Shore A hardness range of 15 to 25; color as selected. B. Manufacturers: 1. BASF Corporation: www.basf.com/us/en.html. 2. Dow Corning Corporation; 993 orr 995: www.dowcorning.com/construction. Basis of design. 3. GE SSG4000 4. Pecora Corporation: www.pecora.com. 5. Tremco Commercial Sealants &Waterproofing; Proglaze SSG: www.tremcosealants.com/#sle. 6. Substitutions: Refer to Section 01 6000- Product Requirements. 2.05 ACCESSORIES A. Setting Blocks: Silicone,with 80 to 90 Shore A durometer hardness;ASTM C864 Option II. Length of 0.1 inch for each square foot of glazing or minimum 4 inch by width of glazing rabbet space minus 1/16 inch by height to suit glazing method and pane weight and area. B. Spacer Shims: Neoprene, 50 to 60 Shore A durometer hardness;ASTM C864 Option II. Minimum 3 inch long by one half the height of the glazing stop by thickness to suit application, self adhesive on one face. C. Glazing Splines: Resilient silicone extruded shape to suit glazing channel retaining slot; ASTM C864 Option II; color as selected. 100% Construction Documents 08 8000-3 GLAZING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group PART 3 EXECUTION 3.01 VERIFICATION OF CONDITIONS A. Verify that openings for glazing are correctly sized and within tolerances, including those for size, squareness, and offsets at corners. B. Verify that the minimum required face and edge clearances are being provided. C. Verify that surfaces of glazing channels or recesses are clean,free of obstructions that may impede moisture movement,weeps are clear, and support framing is ready to receive glazing system. D. Verify that sealing between joints of glass framing members has been completed effectively. E. Proceed with glazing system installation only after unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Clean contact surfaces with appropriate solvent and wipe dry within maximum of 24 hours before glazing. Remove coatings that are not tightly bonded to substrates. B. Seal porous glazing channels or recesses with substrate compatible primer or sealer. C. Prime surfaces scheduled to receive sealant where required for proper sealant adhesion. 3.03 INSTALLATION, GENERAL A. Install glazing in compliance with written instructions of glass, gaskets, and other glazing material manufacturers, unless more stringent requirements are indicated, including those in glazing referenced standards. B. Install glazing sealants in accordance with ASTM C1193, GANA(SM), and manufacturer's instructions. C. Do not exceed edge pressures around perimeter of glass lites as stipulated by glass manufacturer. D. Set glass lites of system with uniform pattern, draw, bow, and similar characteristics. E. Set glass lites in proper orientation so that coatings face exterior or interior as indicated. F. Prevent glass from contact with any contaminating substances that may be the result of construction operations such as, and not limited to the following;weld splatter, fire-safing, plastering, mortar droppings, etc. 3.04 INSTALLATION -WET GLAZING METHOD (SEALANT AND SEALANT) A. Application- Exterior Glazed: Set glazing infills from the exterior of the building. B. Place setting blocks at 1/4 points and install glazing pane or unit. C. Install removable stops with glazing centered in space by inserting spacer shims both sides at 24 inch intervals, 1/4 inch below sight line. D. Fill gaps between glazing and stops with silicone type sealant to depth of bite on glazing, but not more than 3/8 inch below sight line to ensure full contact with glazing and continue the air and vapor seal. E. Apply sealant to uniform line,flush with sight line. Tool or wipe sealant surface smooth. 3.05 INSTALLATION -PRESSURE GLAZED SYSTEMS A. Application-Exterior Glazed: Set glazing infills from exterior side of building. B. Place setting blocks at 1/4 points with edge block no more than 6 inch from corners. C. Rest glazing on setting blocks and push against fixed stop with sufficient pressure on gasket to attain full contact. D. Install pressure plates without displacing glazing gasket; exert pressure for full continuous contact. E. Install cover plate. 100% Construction Documents 08 8000-4 GLAZING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 3.06 INSTALLATION -STRUCTURAL SILICONE GLAZING A. Application- Factory(Shop) Glazed: Follow basic guidelines of structural silicone glazing for glazing application. 1. Two-Sided Structural: Glass structurally adhered to vertical mullions with horizontal sides captured in glazing pockets. 2. Two-Sided Structural Strip Window: Glass with two sides structurally adhered to vertical mullions and horizontal sides and vertical ends captured in glazing pockets. B. Provide design review of the glazing system and project details, adhesion testing, proper surface preparation,training and a quality service program. C. Provide only structural silicone sealant,tested and manufactured for structural glazing. 3.07 FIELD QUALITY CONTROL A. Glass and Glazing product manufacturers to provide field surveillance of the installation of their products. B. Monitor and report installation procedures and unacceptable conditions. • 3.08 CLEANING A. Remove excess glazing materials from finish surfaces immediately after application using solvents or cleaners recommended by manufacturers. B. Remove non-permanent labels immediately after glazing installation is complete. C. Clean glass and adjacent surfaces after sealants are fully cured. D. Clean glass on both exposed surfaces not more than 4 days prior to Date of Substantial Completion in accordance with glass manufacturer's written recommendations. 3.09 PROTECTION A. After installation, mark pane with an 'X'by using removable plastic tape or paste; do not mark heat absorbing or reflective glass units. B. Remove and replace glass that is damaged during construction period prior to Date of Substantial Completion. END OF SECTION 08 8000 100% Construction Documents _ 08 8000-5 GLAZING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 08 9100 LOUVERS PART 1 GENERAL 1.01 SECTION INCLUDES A. Louvers at crawl space,frames, and accessories. 1.02 RELATED REQUIREMENTS A. Section 07 9200-Joint Sealants: Sealing joints between frames and adjacent construction. B. Section 09 9113- Exterior Painting: Field painting. 1.03 REFERENCE STANDARDS A. AAMA 2605-Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix); 2017a. B. AMCA 500-L- Laboratory Methods of Testing Louvers for Rating; 2015. C. AMCA 511 -Certified Ratings Program for Air Control Devices; 2010. D. ASTM B209- Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate; 2014. E. FEMA P-361 -Safe Rooms for Tornadoes and Hurricanes: Guidance for Community and Residential Safe Rooms; 2015. F. FEMA Technical Bulletin 11 - Reaquirements for FLood Openings in Foundation Walls and Walls of Enclosures; 2020. G. FLA (FBC-B)- Florida Building Code: Building (6th Edition); 2017. H. ICC 500- ICC/NSSA Standard for the Design and Construction of Storm Shelters; National Storm Shelter Association; 2014. 1.04 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Product Data: Provide data describing design characteristics, maximum recommended air velocity, design free area, materials and finishes. C. Shop Drawings: Indicate louver layout plan and elevations, opening and clearance dimensions, and tolerances; head,jamb and sill details; blade configuration, screens, blank-off areas required, and frames. D. Samples: Submit two samples 4 by 4 inches in size illustrating finish and color of exterior and interior surfaces. E. Test Reports: Independent agency reports showing compliance with specified performance criteria. F. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. G. Maintenance Data: Include lubrication schedules, adjustment requirements. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing products of the type specified in this section, with minimum three years of documented experience. B. Installer Qualifications: Company specializing in performing work of type specified and with at least three years of documented experience. C. Lourvers shall comply with FEMA Technical Bulletin 11 and FLA(FBC-B) 1.06 WARRANTY A. See Section 01 7800-Closeout Submittals,for additional warranty requirements. B. Provide five year manufacturer's warranty against distortion, metal degradation, and connection failures of louver components. 100% Construction Documents 08 9100- 1 LOUVERS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1. Finish: Include ten year coverage against degradation of exterior finish. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Louvers: 1. Airolite Company, LLC: www.airolite.com/#sle. Basis of Design 2. Construction Specialties, Inc; Hurricane Louver: www.c-sgroup.com/#sle. 3. Ruskin: www.ruskin.com/#sle. 2.02 LOUVERS A. Louvers: Factory fabricated and assembled, complete with frame, mullions, and accessories; AMCA Certified in accordance with AMCA 511. 1. High-Velocity Wind Load Resistance: Design to comply with applicable requirements of ICC 500 and FEMA P-361, including resistance to horizontal debris impact. 2. Intake Louvers: Design to allow maximum of 0.01 oz/sq ft water penetration at calculated intake design velocity based on design air flow and actual free area,when tested in accordance with AMCA 500-L. 3. Hinged Units: Provide secondary frame to which louver frame is attached; non-ferrous hinges; provide at intervals needed for access to crawl space. B. Stationary Louvers: Horizontal blade, extruded aluminum construction. 1. Free Area: 50 percent, minimum. 2. Blades: V-shaped, sight-proof. 3. Frame: Frame depth required by NOA, channel profile; corner joints mitered and,with continuous recessed caulking channel each side. 4. Aluminum Thickness: Frame 12 gage, 0.0808 inch minimum; blades 12 gage, 0.0808 inch minimum. 5. Aluminum Finish: Superior performing organic coatings;finish welded units after fabrication. 2.03 MATERIALS A. Formed Aluminum: Formed sheet,ASTM B209 (ASTM B209M), alloy, temper. 2.04 FINISHES A. Superior Performing Organic Coatings System: Polyvinylidene fluoride (PVDF) multi-coat superior performing organic coatings system complying with AAMA 2605, including at least 70 percent PVDF resin, and at least 80 percent of aluminum extrusion and panels surfaces having minimum total dry film thickness (DFT) of 1.2 mils, 0.0012 inch. 1. Manufacturers: a. PPG Metal Coatings; Duranar: www.ppgmetalcoatings.com/#sle. b. Sherwin-Williams Company; SHER-NAR 5000: oem.sherwin-williams.com/#sle. c. Valspar; Fluropon: www.valsparcoilextrusion.com/#sle. d. Substitutions: See Section 01 6000-Product Requirements. 2.05 ACCESSORIES A. Fasteners and Anchors: Stainless steel. B. Flashings: Of same material as louver frame,formed to required shape, single length in one piece per location. C. Sealant for Setting Sills and Sill Flashing: Non-curing butyl type. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that prepared openings and flashings are ready to receive this work and opening dimensions are as indicated on shop drawings. B. Verify that field measurements are as indicated. 100% Construction Documents 08 9100-2 LOUVERS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 3.02 INSTALLATION A. Install louver assembly in accordance with manufacturer's instructions. B. Install louvers level and plumb. C. Install flashings and align louver assembly to ensure moisture shed from flashings and diversion of moisture to exterior. D. Secure louver frames in openings with concealed fasteners. 3.03 CLEANING A. Strip protective finish coverings. B. Clean surfaces and components. 3.04 SCHEDULES A. Contracture shall field verify opening sizes. Refer to building Elevations. B. Penthouse-West Wall: Intake louver, hinged bird screen, prefinished to match adjacent window frames. END OF SECTION 08 9100 J 100% Construction Documents 08 9100- 3 LOUVERS 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 09 2400 CEMENT PLASTERING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications Sections, apply to this Section. 1.02 SECTION INCLUDES A. Cement plastering. 1.03 RELATED REQUIREMENTS A. Section 06 1000-Rough Carpentry: Wood stud framing for plaster details B. Section 07 2500-Weather Barriers. C. Section 09 2236-Lath: Lath, furring, beads, screeds, and joint accessories for plaster base. D. Section 09 9113-Exterior Painting. 1.04 REFERENCE STANDARDS A. ASTM C91/C91M-Standard Specification for Masonry Cement; 2018. B. ASTM C150/C150M-Standard Specification for Portland Cement; 2019a. C. ASTM C897-Standard Specification for Aggregate for Job-Mixed Portland Cement-Based Plasters; 2015. D. ASTM C926- Standard Specification for Application of Portland Cement-Based Plaster; 2020. E. ASTM C932- Standard Specification for Surface-Applied Bonding Compounds for Exterior Plastering;2006 (Reapproved 2019). F. FLA(FBC-B)- Florida Building Code: Building (6th Edition); 2017. • 1.05 ADMINISTRATIVE REQUIREMENTS A. Coordination: Coordinate the installation of stucco with size, location and installation of drainage pipes and lighting systems.. B. Preinstallation Meeting: Conduct a preinstallation meeting at least two weeks prior to the start of the work of this section; require attendance by all affected installers, Plastering subcontractor, any other subcontractors with associated work,Architect and Owner's project manager. 1. The Contractor shall make arrangements for the meeting and notify the parties required to attend. 2. Agenda shall include: a. Review preparation and installation procedures and coordinating and scheduling required with related work. b. Review plastering requirements (drawings, specifications, and other contract documents). c. Review plaster details at entry and other locations. d. Review Shop Drawings and associated submittals. e. Review manufacturers technical materials, review stucco finish samples, and determine locations for all stucco finishes. f. Review and finalize construction schedule related to plastering work and verify availability of materials, personnel, equipment and facilities needed to make progress and avoid delays. g. Review required inspection, testing, certifying and material usage accounting procedures. h. Review weather and forecasted weather conditions, and procedures for coping with unfavorable conditions, including temporary coverings or enclosures. i. Tour representative areas receiving plastering, inspect and discuss condition of the substrate, and other preparatory work performed by other trades. 100% Construction Documents 09 2400- 1 CEMENT PLASTERING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1.06 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittals procedures. B. Product Data: Provide data on plaster materials and trim accessories. C. Shop Drawings; Provide shop drawing of elevations, showing all locations of score joints, expansion joints,trim pieces and details. D. Submit sample panel (1 foot by 1 foot minimum) of each specified cement stucco color and finish for review and acceptance. Samples shall remain on job site as the quality standard desired for finished work. 1.07 QUALITY ASSURANCE A. Suspension systems exposed to wind shall be designed by a Florida Registered Design Professional. Shop drawings shall be submitted in accordance with the design specified. B. Unless otherwise specified comply with applicable requirements of governing codes FLA (FBC-B) and authorities and ASTM C926 C. Installer Qualifications: Company specializing in performing the work of this section with minimum three years documented experience.FLA (FBC-B) D. Copies of Documents at Project Site: Maintain at the project site a copy of each referenced document that prescribes execution requirements. 1.08 MOCK-UP A. Mock-Up Panel: Construct a 4 foot wide by 8 foot high sample panel of plaster work at the jobsite demonstrating installation procedures, finish texture, and color. Show each phase of installation including framing and reinforcement. B. Locate where directed by Architect. C. Mock-up may remain as part of the Work. upon approval of Architect. 1.09 FIELD CONDITIONS A. Do not apply plaster when substrate or ambient air temperature is under 50 degrees F or over 80 degrees F. B. Maintain minimum ambient temperature of 50 degrees F during installation of plaster and until cured. C. Protect stucco against uneven and excessive evaporation and from blasts of dry air.Apply and cure stucco as required by climatic and job conditions to prevent rapid dryout. Provide suitable coverings, moist curing, and barriers to deflect direct sunlight and wind, or combination thereof. 1.10 WARRANTY A. Contractor, Sub-Contractor, each Material Supplier: Furnish Owner warranty for a period of five (5)years from date of final acceptance. Warranty shall provide for prompt repair of imperfections at no additional cost to Owner. 1. All such Guarantees: commence at the date of Substantial Completion and/or date of acceptance of project by Owner, and must include labor and materials to provide repair or replacement of stucco and all finishes including painting, sealants, signage and other components. 2. Warranty shall be signed by Contractor and Installer. PART 2 PRODUCTS 2.01 CEMENT PLASTER APPLICATIONS A. Lath Plaster Base: Metal lath. 1. Plaster Type: Factory prepared plaster mix. 2. Number'of Coats: Three. 3. First Coat: Apply to a nominal thickness of 3/8 inch. 4. Second Coat: Apply to a nominal thickness of 3/8 inch. 5. Leveling Coat: Apply to a nominal thickness of 1/32 to 1/16 inch. 100% Construction Documents 09 2400-2 CEMENT PLASTERING 3/27/2020 Neptune Exterior Renovations - BCC Engineering Miami Beach, FL V3 Architectural Group 6. Finish Coat: Apply to a nominal thickness of 1/8 inch. B. Solid Plaster Base: Concrete masonry. 1. Plaster Type: Jobsite mixed plaster. 2. Number of Coats: Three. 3. First Coat: Apply to a nominal thickness of 1/4 inch. 4. Second Coat: Apply to a nominal thickness of 1/4 inch. 5. Leveling Coat: Apply to a nominal thickness of 1/32 to 1/16 inch. 6. Finish Coat: Apply to a nominal thickness of 1/8 inch. 2.02 FACTORY PREPARED CEMENT PLASTER A. Exterior Portland cement plaster system made of scratch and brown base coat, leveling coat with reinforcing mesh, and acrylic finish coat; install in accordance with ASTM C926. 1. Provide weather resistive barrier as part of the system, by the same manufacturer. 2. Manufacturer- Basis of Design: a. BASF Wall Systems; Senergy Platinum CI Stucco Ultra: www.wallsystems.basf.com/#sle. b. LaHabra; FastWall 300: www.lahabrastucco.com/#sle. c. Parex USA, Inc;Armourwall 300: www.parexusa.com/#sle. 3. Other Acceptable Manufacturers: a. BASF Wall Systems; Senergy Platinum CI Stucco Ultra: www.wallsystem s.basf.com/#sl e. • b. Master Wall, Inc; Cemplaster Fiberstucco: www.masterwall.com/#sle. c. Parex USA, Inc;Armourwall 300: www.parexusa.com/#sle. d. Sto Corp; Sto Powerwall: www.stocorp.com/#sle. e. Substitutions: See Section 01 6000-Product Requirements. 2.03 JOBSITE MIXED CEMENT PLASTER A. Materials: 1. Portland Cement: ASTM C150/C150M, Type I. a. Finish Coat: White color. 2. Masonry Cement: ASTM C91/C91 M, Type N. 3. Sand: Clean,well graded, and complying with ASTM C897. 4. Water: Clean,fresh, potable, and free of mineral or organic matter that could adversely affect plaster. B. Plaster Mixes: Proportioned in accordance with ASTM C926; parts by volume. 2.04 ACCESSORIES A. Lath: As specified in Section 09 2236. B. Beads, Screeds, and Joint Accessories: As specified in Section 09 2236. C. Bonding Compound: Provide type recommended for bonding plaster to solid surfaces, complying with ASTM 0932. D. Reinforcing Mesh: 4.5 oz/sq yd alkali-resistant mesh. E. Water Resistive Barrier: As specified in Section 07 2500. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions are acceptable prior to starting this work. B. Verify masonry joints are flush and surfaces are ready to receive work of this section, and that there are no existing bituminous or water repellent coatings on masonry surfaces. C. Verify concrete surfaces are flat, honeycombs are filled flush, and surfaces are ready to receive work of this section, and that there are no existing bituminous,water repellent, or form release agent coatings on concrete surfaces that may be detrimental to plaster bond. 100% Construction Documents 09 2400-3 CEMENT PLASTERING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group D. Verify lath is flat, secured to substrate, and joint and surface perimeter accessories are properly in place. E. Verify mechanical and electrical equipment and services located within areas to receive this work have been properly tested and approved. 3.02 PREPARATION - A. Dampen masonry surfaces to reduce excessive suction. B. Clean concrete surfaces of foreign matter using approved acid solutions, solvents, or detergents, and then rinse surfaces thoroughly with clean water. C. Roughen smooth concrete surfaces and apply bonding compound in accordance with manufacturer's written installation instructions. D. Apply dash bond coat of plaster to solid bases and moist cure for at least 24 hours before applying first coat of jobsite mixed plaster. 3.03 MIXING A. Mix only as much plaster as can be used prior to initial set. B. Mix materials dry,to uniform color and consistency, before adding water. C. Add air entrainment admixtures to each coat to provide 5 to 7 percent air entrainment. D. Do not retemper mixes after initial set has occurred. E. Protect mixtures from frost or freezing temperatures, contamination, and excessive evaporation. 3.04 APPLICATION A. Apply plaster in accordance with manufacturer's written instructions and comply with ASTM C926. B. Base Coats: 1. Apply base coat(s)to fully embed lath and to specified thickness. 2. Follow guidelines in ASTM C926 and manufacturer's written installation instructions for moist curing base coats and application of subsequent coats. C. Leveling Coat: 1. Apply leveling coat to specified thickness. 2. Fully embed reinforcing mesh in leveling coat. D. Finish Coats: 1. Cement Plaster: a. Apply with sufficient material and pressure to ensure complete coverage of base to specified thickness. b. Apply desired surface texture while mix is still workable. c. Float to a consistent finish. 2. Primer and Acrylic Coatings: a. Remove surface contaminants such as dust and dirt without damaging substrate. b. Apply primer in accordance with manufacturer's instructions. c. Apply finish coating in number of coats and to thickness recommended by manufacturer. E. Install exterior contraction joints after initial set, scribed every 3 feet in each direction by cutting through two-thirds of cement plaster depth, neatly, and in straight lines. 3.05 TOLERANCES " A. Maximum Variation from True Flatness: 1/4 inch in 10 feet. 3.06 REPAIR A. Patching: Remove loose, damaged or defective plaster and replace with plaster of same composition;finish to match surrounding area. END OF SECTION 09 2400 100% Construction Documents 09 2400-4 CEMENT PLASTERING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 100% Construction Documents 09 2400-5 CEMENT PLASTERING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 09 9010 PAINTING OF PREVIOUSLY PAINTED SURFACES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specifications Sections, apply to this Section. 1.02 SECTION INCLUDES A. Surface preparation of existing finishes and will involve painting a variety of previously painted exterior surfaces, including but not limited to, on-site preparation, pressure cleaning, patching, caulking, scraping, sanding, priming, intermediate- and/or finish coat painting. All repair and replacement work shall be permanent. Owner will provide the utilities where feasible to do so. Owner is under no obligation to provide utilities where it is not feasible B. Field application of paints and other coatings. C. Materials for backpriming woodwork. D. Scope: Finish all exterior surfaces exposed to view, identified for exterior painting scope, unless fully factory-finished and unless otherwise indicated, including the following: 1. Exposed surfaces of steel lintels and ledge angles. 2. Repainting existing exterior surfaces in all areas of work. 3. Mechanical and Electrical: a. Paint interior surfaces of air ducts that are visible through grilles and louvers with one coat of flat black paint to visible surfaces. b. Paint dampers exposed behind louvers, grilles,to match face panels. E. Do Not Paint or Finish the Following Items, unless otherwise specified: 1. Non-weathered finished metal surfaces of anodized or enameled aluminum, stainless steel, chromium plate, copper, bronze, and similar finished materials will not require finish painting. 2. Moving parts of operating units, mechanical and electrical parts, such as valve and damper operators, linkages, sensing devices, motor and fan shafts will not require finish painting. 3. Do no paint over Code-required labels such as Underwriters Laboratories (UL) and Factory Mutual (FM), name, equipment identification performance rating or nomenclature plates 4. Items fully factory-finished unless specifically so indicated; materials and products having factory-applied primers are not considered factory finished. 5. Items indicated to receive other finishes. 6. Items indicated to remain unfinished. 7. Fire rating labels, equipment serial number and capacity labels, and operating parts of equipment. 8. Non-metallic roofing and flashing. 9. Stainless steel, anodized aluminum, bronze,terne, and lead items. 10. Marble, granite, slate, and other natural stones. 11. Floors, unless specifically so indicated. 12. Ceramic and other tiles. 13. Glass. 14. Concealed pipes, ducts, and conduits. 1.03 RELATED REQUIREMENTS A. Section 05 5000- Metal Fabrications: Shop-primed items. B. Section 09 9913-Exterior Painting-Painting of new surfaces. 1.04 DEFINITIONS A. Conform to ASTM D16 for interpretation of terms used in this section: B. Alkyd: Oil-based paint. 100% Construction Documents 09 9010- 1 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group C. Latex:Water-based paint. D. New Work: Surface or area of a surface not previously painted, including areas patched, replaced, or sandblasted causing a painted or unpainted surface or part of a painted or unpainted surface to exist. E. Old Work: Surface that has been previously painted. F. Paint:All coating systems materials, including primers, emulsions, enamels, stains, varnishes, sealers and fillers, and other applied materials used as prime, intermediate, or finish coats. G. Smooth: A surface free from roughness, ridges, and projections. 1.05 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene a preinstallation meeting not less than two weeks before starting work of this section; require attendance by all Painting Subcontractor, representatives of the proposed materials manufacturers, and other parties involved in the work of this section. The Agenda shall include; 1. Review of proposed materials,their status concerning DMS Standard for Paints and compliance with specifications. 2. Note that the existing surfaces are governed by colors for the exterior based on the Owner provided colors. Contractor shall review all finishes with Architect. All requirements of this document are considered apart of these specifications. 3. Please note that areas to be painted may not be identified on the site plan as having a building number nonetheless,these buildings will be identified during the mandatory Bidders' Conference and highlighted on the site plan provided at the Conference. a. All previously painted surfaces are included in the scope of the project including: walls, ceilings, all factory-finished surfaces, doors,windows, window frames, railings, poles, beams, HVAC mechanical equipment and insulated pipes, either ground-placed,wall-or roof-mounted.Any previously painted surfaces that will be excluded will be noted in site-specific written documentation. 4. Procedures to be followed and methods to be used in repainting of existing surfaces,with special emphasis on testing, repair, and preparation of existing surfaces. a. Discuss and agree to modifications to the procedures established in Part 3 of this section required by the paint manufacturer in order to uphold the required 5-year warranty. Modifications, if any, are to be noted in writing by the manufacturer. Provide signed and notarized copies to A/E and the Owner representative. b. Review of improved or alternate methods suggested to prepare existing surfaces for repainting, based on on-site surveys and tests made by the parties present. c. According to the Environmental Protection Agency(EPA) and U.S. Department of Housing and Urban Development(HUD), all painted surfaces or components located in or on buildings constructed prior to 1978, are suspected of containing lead-based paint. Prior to commencement of the painting projects, Owner will conduct a survey of all affected buildings to determine the lead content, if any. If the results show lead-based paint on any components, Owner will be responsible for the cost to remove all lead-based paint prior to the affected areas being painted. If the results of the survey show areas that do not have lead-based paint but does have lead-containing paint, the Contractor will follow at no additional cost to Owner, the Occupational Safety and Health Administration (OSHA) and EPA regulation and protocol for sanding, scraping and pressure cleaning surfaces. Please see Special • Condition 1. d. Contractor must furnish all materials, including paints, primers, related coatings, patching compounds , sealers, solvents , caulking, sandpaper, plus all the required labor, supervision,tools, sundries, brushes, roller sleeves, handles, extension poles, rags, pans, containers, drop cloths, caulking guns, putty knives, scaffolding, ladders, personnel lifts, painting equipment,trash receptacles, roll offs and dumpsters necessary to perform the work described and complete an awarded painting project. 5. 'Coordination of the mockup requirements of this section and of other related sections. 100% Construction Documents 09 9010-2 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 6. Review of extent, procedures, and schedules for on-site tests, observation, and supervision by Materials Manufacturer's Representative according to requirements of this section and to enable the manufacturer to issue the required guarantees. 7. Review of warranties and guarantees required by the various parties, as specified in this section. 8. Coordination: Review other sections of the specifications in which paint primers are provided to ensure compatibility of total coatings system for various substrates. 9. Provide written,meeting minutes of this meeting. 1.06 REFERENCE STANDARDS A. 40 CFR 59, Subpart D-National Volatile Organic Compound Emission Standards for Architectural Coatings; U.S. Environmental Protection Agency; current edition. B. 40 CFR 745- Part 745-LEAD-BASED PAINT POISONING PREVENTION IN CERTAIN RESIDENTIAL STRUCTURES: U.S. Environmental Protection Agency; current edition. C. ASTM D3359-Standard Test Method for Rating Adhesion by Tape Test; 2017. D. ASTM D3960-Standard Practice for Determining Volatile Organic Compound (VOC) Content of Paints and Related Coatings; 2005 (Reapproved 2018). E. EPA(EPACT)- Energy Policy Act of 2005;2005. • F. EPA(ESCH)- ENERGY STAR Certified Homes,Version 3; 2015. G. FM (AG)- FM Approval Guide; current edition. H. PDCA P5- Painting and Decoratting Contractor's of America (PDCA)Benchmark Sample Procedures for Paint and Other Decorative Coating Systems; 2004. I. UL(FPED)-Fire Protection Equipment Directory; current edition. J. ASTM D16-Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2012. K. ASTM D3359-Test Method for Measuring Adhesion by Tape Test; 2009e2. L. ASTM D4262-Standard Test Method for pH of Chemically Cleaned or Etched Concrete Surfaces; 2005. M. ASTM D4263-Standard Test Method for Indicating Moisture in Concrete by the Plastic Sheet Method; 1983. N. ASTM D4442-Standard Test Methods for Direct Moisture Content Measurement of Wood and Wood-Base Materials; 2007. O. GreenSeal GS-11 -Paints; 1993. P. SSPC (PM1)-Good Painting Practice: SSPC Painting Manual, Vol. 1; Society for Protective Coatings; Fourth Edition. Q. SSPC-Guide 6- Guide for Containing Surface Preparation Debris Generated During Paint Removal Operations; 2004. 1.07 SUBMITTALS A. Product Data: Submit Manufacturer Safety Data Sheet(MSDS), manufacturer's technical information, including paint label analysis and application instructions for each material proposed for use B. Samples: Submit three paper"drop"samples, 8-1/2 by 11 inches in size, illustrating range of colors available for each finishing product specified. 1. Where sheen is specified, submit samples in only that sheen. 2. Where sheen is not specified, submit each color in each sheen available. 3. Allow 30 days for approval process, after receipt of complete samples by Architect. 4. Paint color submittals will not be considered until color submittals for major materials not to be painted, such as pre-cast concrete, factory finished metals and ground face block, have been approved.After color selection and review, submit samples of each type and color of 100% Construction Documents 09 9010:3 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group paint selected, applied to specified wood, metal, plaster, gypsum board, concrete and unit masonry. C. Manufacturer's Instructions: Indicate special surface preparation procedures, substrate conditions requiring special attention, and identify control and expansion joints, and recommendations for repair/replacement prior or subsequent to painting surfaces. D. Maintenance Data: Submit data on cleaning,touch-up, and repair of painted and coated surfaces. E. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. Extra Paint and Coatings: TWO-5 gallons of each color; store where directed. 2. If less than 5 gallons of a particular type of paint and/or color was used, Contractor only has to provide two 1-gallon containers of that product. 3. Owner is NOT obligated to.accept any over shipment of materials beyond these maximum amounts unless approved y the Tenant Agency Supervisor assigned. 4. Label each container with color, type,texture, and room locations in addition to the manufacturer's label. 1.08 QUALITY ASSURANCE A. Quality assurance issues include, but are not limited to, materials selection, surface integrity and surface preparation, testing, painting procedure Workmanship and warrant ability.All quality assurance issues require the review and acceptance by the Tenant Agency Supervisor assigned.All parties must include a program of ongoing application inspection and approval before and during the progress of the project in order to implement the warranty provisions B. Manufacturer Qualifications: Company specializing in manufacturing the products specified, with minimum ten years documented experience. C. Applicator Qualifications: Company specializing in performing the type of work specified with minimum five years experience. 1. Paint applicator shall be licensed in the State of Florida or in Broward County and use state or county journeymen. Provide a legible copy of license and, when applicable a journeyman's certification attesting to qualification requirements. 2. Paint applicator not providing such documentation or not having the required experience will be removed from the project and replaced by the Contractor. D. Obtain block fillers and primers for each coating system from the same manufacturer as the finish coats. E. Paint exposed surfaces. If an item or a surface is not specifically mentioned, paint the item or surface the same as similar adjacent materials or surfaces. If a color of finish is not indicated, Architect will select from standard colors and finishes available. F. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels. G. Do not paint over code-required labels such as Underwriters Laboratories 1 and Factory Mutual (FM)FM (AG), name, equipment identification, performance rating, or nomenclature plates. H. Labels: Do not paint over Underwriter's Laboratories (UL), Factory Mutual (FM) or other code required labels or equipment name, identification, performance rating, or nomenclature plates. I. Regulatory Requirements: Conform to applicable code for flame/fuel/smoke rating requirements for finishes. J. VOC Content: Determine VOC (Volatile Organic Compound) content of primers, paints, and coating in accordance with EPA Method 24 or ASTM D3960. K. Single Source Responsibility:-Provide primers, paints, stains and other coatings for exterior and interior items and surfaces by the same manufacturer. L. Lead Safety: Beginning April 22, 2010,federal law(EPA's Final Rule 40 CFR 59, Subpart D 40 CFR 745 shall require that contractors and renovators performing renovation, repair, and painting projects that disturb lead based paint in homes, child care facilities, and schools built 100% Construction Documents 09 9010-4 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group before 1978 that a child under age 6 visits regularly, to be certified and follow lead-safe work practices to prevent lead contamination. Contractors and renovators must be 40 CFR 745 Certified and projects must comply with the EPA manual"Renovate Right, Important Lead Hazard Information for Families, Child Care Providers and Schools". M. Contractor is responsible for providing all approved safety equipment for contractor's employees including goggles, clothing,'Iadders, scaffolds, personnel lifts, platforms and any material necessary to perform the project. Owner will not provide any of this equipment. Contractor is required to secure all work areas with the use of safety tape,warning signage, barricades, safety chains and so forth to insure that students and faculty are not subject to safety violations . 1. Contractor will ensure that when a swing stage is required, all necessary safety precautions are met including having a trained, competent person rigging and safely operating the equipment. It is mandatory that the weighted framework is subtenant Agency rafted by a 4'x 8'x 3/"plywood with a min. of a 2'x10'x 8' place on top of the plywood as subtenant Agency ratedt for the swing stage base frame and counterweights. The plywood must span at least 2 roof joists to disperse weight evenly. 2. Per Special Condition 14, Contractor shall take all precautions to protect and ensure the safety of school occupants, Owner personnel and property until the contract has been satisfactorily fulfilled. Contractor assumes sole responsibility for damage and liability caused by the Contractor's personnel. Damage and liability includes, but is not limited to overspray, damage to vegetation, other Owner property, student or staff vehicles or their property. Corrective measures must be finalized within five working days. 3. When an Contractor's personnel utilizes hi-lift equipment for overhead work or vehicular or pedestrian traffic areas, at least one member of the Contractor's crew must be stationed on the ground whenever hi-lift assisted work is in progress. Work may have to temporarily stop when pedestrians or vehicles enter the area. When hi-lift equipment is not in operation, it must be removed and secured away from foot traffic. 4. Contractor must also note that due to the changing needs of individual facilities and the varying pace of construction within the District, sites may change in scope. For example, portable classrooms may be added or removed, buildings demolished and replaced and so forth. 5. It is the responsibility of the Contractor to verify the total surface area to be painted under this contract.Actual measurements are the responsibility of the Contractor. 6. Contractor's personnel MUST provide identification, sign in and sign out at the front office at the beginning and ending of each workday and report to the Tenant Agency site Overseer to be escorted to the area where the painting project work begins. The Tenant Agency Supervisor assigned will make individual site arrangements based upon scheduled times and school needs. Contractor's personnel shall always conduct themselves in a professional, lawful, courteous, and business-like manner. Failure to meet this requirement may result in the cancellation of the Contractor's contract. 7. Owner will be responsible for timely scheduling phased inspections with an Owner Building Department Building Code Inspector(BCI)for all painting projects unless waived in writing by the Chief Building Official (CBO). Contractor must provide copies of all approved inspection reports and/or the written waiver from the. CBO to the Tenant Agency Department. Invoices for completed buildings will not be approved for payment without completed, signed and approved inspection reports or written waivers attached to the invoices. Please see Special Condition 9. 8. The Tenant Agency Supervisor assigned will review each site prior to preparation and painting verifying there are no materials present that contain asbestos or lead-based paint in the area scheduled for replacement. If at any time during the progress of any project, the Contractor encounters suspected asbestos or lead-based paint materials the Contractor's assigned personnel must stop all work and contact the Tenant Agency Supervisor assigned for further direction. Under no circumstances are these materials to be disturbed. This,procedure will be strictly adhered to at all times regarding all work performed. 9. Contractor is NOT responsible for the removal of vegetation that may impede painting progress. Contractor shall notify the Tenant Agency Supervisor assigned five working days in advance if any conditions arise where vegetation needs to be removed. Failure of the 100% Construction Documents 09 9010- 5 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group Contractor to identify problem areas of vegetation for removal and said failure subsequently damages the vegetation ,the Contractor will be responsible for its replacement. 10. Contractor will insure that all materials are stored securely and will be responsible for the prompt removal of all project debris within two calendar days after completion of the project. Contractor shall be responsible for securing the project confines at all times. In addition, all tools, equipment and machinery must be removed within two calendar days of final project completion. Contractor must provide a mobile storage unit, ensure its security and provide insurance liability for same. a. Per Special Conditions 9 and 10 in cases of faulty labor or workmanship, it will be necessary for the Contractor to return to the work site within 72 hours of notification to correct all defects. N. Work Schedules: 1. It is expected that all work will be done during daylight hours and may include weekends and holidays. Forty-eight hours advance notice is required for weekend scheduling and must be mutually agreed upon with the Tenant Agency Supervisor assigned.The normal working hours will be 7 am to 4 pm, Monday through Friday with a one hour lunch break.A substantial amount of production can be accomplished while classes are not in session . The work week is to be a minimum of 40 hours. Longer work weeks may be possible during Owner holidays and break periods. Project scheduling and payment may be reviewed every 14 days due to the length of time required to complete the project, at the discretion of the Tenant Agency Supervisor assigned. 2. Seven days advance notice will be required from the Contractor in order for the Tenant Agency Supervisor assigned to consider and potentially schedule work during Owner holidays when schools are closed. Some project work may be shifted to better accommodate school functions or make better use of the facilities' sparse use during periods after student dismissal, early release days,teacher workdays, holidays, Saturdays, Sundays and so on in order to minimize disruption to class schedules and testing periods. O. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 6000-Product Requirements,for additional provisions. 2. Extra Paint and Finish Materials: 1 gallon of each color,type, and surface texture; from the same product run, store where directed. 3. Provide"Home Store" data (where painter purchased the paints used on the project) include all paint records and the following Home Store information: a. Name. b. Address. c. Telephone number. d. Store manager name. e. List of paints purchased by name and type. 4. Label each container with color in addition to the manufacturer's label and the following; a. Name. b. Room Location c. Manufacturer's name P. Pre-painting Inspection 1. Provide the services of an independent consultant to perform a pre-painting inspection of all surfaces to receive paint. 2. Correct all defects to the satisfaction of the pre-painting consultant. 3. Pre-painting consultant shall have a minimum five years experience inspecting projects of this magnitude. 1.09 MOCK-UP A. Benchmark Samples (Mockups): Provide a full-coat benchmark finish sample for each type of coating and substrate required. Comply with procedures specified in PDCA P5. D 1. Architect will select one room or surface to represent surfaces and conditions for application of each type of coating and substrate. 100% Construction Documents 09 9010-6 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group a. Wall Surfaces: Provide samples on at least 100 sq.ft. b. Small Areas and Items: Project Consultant will designate items or areas required. 2. Apply benchmark samples, according to requirements for the completed Work, after permanent lighting and other environmental services have been activated. Provide required sheen, color, and texture on each surface. a. After finishes are accepted, Project Consultant will use the room or surface to evaluate coating systems of a similar nature. 3. Final approval of colors will be from benchmark samples. B. Duplicate painted finishes of prepared samples on actual wall surfaces and other exterior and interior building components or on specially constructed mockup walls. C. Owner may test the mockup sample or selected painted surface according to 1. If test fails, retesting shall be at the Contractor's expense. D. Mock-up may remain as part of the work upon approval by the Architect and Owner. 1.10 DELIVERY,STORAGE,AND HANDLING A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. B. Container Label: Include manufacturer's name,type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. 1. Deliver materials to Project site in manufacturer's original, unopened packages and and the following information: a. Product name or title of material. b. Product description (generic classification or binder type). c. Manufacturer's stock number and date of manufacture. d. Contents by volume,for pigment and vehicle constituents. Formula analysis include the percentage of volume solids' e. Thinning instructions. f. Application instructions. 1) General surface preparation including directions for the best results for all applicable types of surfaces for the product such as new metals , new wood, plaster,wallboard, masonry and block and previously painted surfaces, and so on. g. Approximate rate of coverage per gallon h. Drying time to touch and dry hard for recoat i. Clean-up solvents for painting equipment • j. Precautionary instructions in regard to handling, application such as VOCs, fumes, and maximum temperature for applications and storage in NON-CLIMATE CONTROLLED SOUTH FLORIDA conditions k. Serial numbering must be stamped or labeled on the can lid or the Owner custom label I. Color name and number. m. VOC content. C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 degrees F, in ventilated area, and as required by manufacturer's instructions. 1. Keep storage area neat and orderly. Remove oily rags and waste daily. D. Materials should be stored securely when not in use in tightly covered containers, Containers used in paint storage shall be free of foreign materials and residue, If any flammable materials are to be left on-site during the project, store the tightly covered materials in cabinets meeting the requirements of NFPA 30 and have an FM and/or UL label. Remove from the project site, contaminated products from alkyd-based products and their by-products, by the end of each working day. Please see Special Condition 26 E. Comply with health and fire regulations.Take precautionary measures to prevent fire hazards and spontaneous combustion. 100% Construction Documents 09 9010-7 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1.11 FIELD CONDITIONS A. Comply with manufacturer's recommendations as to environmental conditions under which coatings and coating systems can be applied. B. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. C. Follow manufacturer's recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. D. Do not apply exteriorcoatings during rain or when relative humidity is outside the humidity ranges required by the paint product manufacturer. E. Apply waterborne paints only when temperatures of surfaces to be painted and surrounding air are between 50 and 90'deg F (10 and 32 deg C). F. Apply solvent-thinned paints only when temperatures of surfaces to be painted and surrounding air are between 45 and 95 deg F (7 and 35 deg C). G. Do not apply paint in snow, rain,fog, or mist; or when relative humidity exceeds 85 percent; or at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. H. Do not apply finish in areas where dust is being generated or where plaster or cement is being applied or in the curing process, nor prior to the timeframe of pressure cleaning of the surfaces in preparation of the paint. I. Wherever possible, contain and prevent vapors or dust generated by the painting project from polluting occupied space. J. Cover or otherwise protect finished work of other trades and surfaces not being painted concurrently or not to be painted. 1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by manufacturer during application and drying periods. K. Minimum Application Temperatures for Latex Paints: 45 degrees F for interiors; 50 degrees F for exterior; unless required otherwise by manufacturer's instructions. L. Provide continuous ventilation to maintain surface and ambient temperatures 24 hours before, during and 48 hours after painting. Provide lighting level of 50 ft candles measured mid-height at substrate surface. M. Projects will be coordinated'over an agreed period of time in consultation and agreement with all and documented in the Notice to Proceed. Timely intervals will also be arranged to allow for proper inspection and written approval at each phase of the project by the Tenant Agency Supervisor assigned, the paint manufacturer's representative and the BCI. 1.12 WARRANTY A. Contractor, Sub-Contractor, and each Material Manufacturer: Furnish XYZ Corporation warranty for a period of eight(8)years from date of final acceptance. Warranty shall provide for prompt repair of imperfections at no additional cost to Owner. 1. Warranty shall protect against cracking, peeling, flaking, chalking and mildew on interior painted surfaces, and additionally against erosion and unreasonable fading on exterior surfaces,for five years; agreeing to repair and repaint surfaces affected by such defects, at no cost to XYZ Corporation including necessary removal or protection of other work, without limit,within 30 days after notification by XYZ Corporation, and to perform such work based on the provisions of this section, including extension of the guarantee to cover new work. 2. Submit under provisions of Section 01 7000, "Project Closeout". Ensure Warranty includes the prevention of water-infiltration through all components of the paint system. 3. Warranty shall be co-signed jointly by Contractor and Installer. B. Submit paint manufacturer's proposed program of inspection and approval before and during the Work as required by paint manufacturer to implement the submitted 8year warranty. 100% Construction Documents 09 9010- 8 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group C. Note: Manufacturer warranty to include all components of the integral paint system-primer, texture,finish. D. Contractor MUST agree to repair and repaint surfaces affected by such defects at no cost to Owner including necessary removal or protection of other work,without limit, and to perform such work based on the provisions of these Bid Specifications, including extension of the warranty to cover warranted remedial work E. At the end of the paint work, provide to the Board,from the authorized paint manufacturer representative, a signed and notarized letter stating that the surfaces painted have met all the conditions for paint adhesion. F. Warranties require acceptance by XYZ Corporation Maintenance Staff. PART 2 PRODUCTS d 2.01 MANUFACTURERS A. Provide all paint and coating products from the same manufacturer to the greatest extent possible. 1. In the event that a single manufacturer cannot provide all specified products, minor exceptions will be permitted provided approval by Architect is obtained using the specified procedures for substitutions. 2. Refer to Sections 09 9113 Exterior Painting for all manufacturers and Basis of Design materials. 2.02 PAINTS AND COATINGS-GENERAL A. Material Compatibility: Provide block fillers, primers and finish-coat materials that are compatible with one another and with the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. B. Material Quality: Provide manufacturer's best-quality paint material of the various coating types specified that are factory formulated and recommended by manufacturer for application indicated. Paint-material containers not displaying manufacturer's product identification will not be acceptable. C. Millage specified in Section 099113-Exterior Painting and 09 9123 Interior Painting is minimum acceptable dry film thickness per coat application. D. Paints and Coatings: Ready mixed, unless intended to be a field-catalyzed coating. 1. Provide paints and coatings of a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating,with good flow and brushing properties, and capable of drying or curing free of streaks or sags. 2. Provide materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience. 3. Paints for interior and exterior use shall be factory tinted with each stage of coating application (primer, first coat, and finish coat)to be visually distinguishable from the preceding coat until the final coat. The final coat shall match the selected color. a. Label each container indicating whether it is primer, first coat, or finish coat. b. Label each container with the name and number of the color. c. Label each container indicating if it is intended for exterior or interior usage. 4. Supply each coating material in quantity required to complete entire project's work from a single production run. 5. Do not reduce, thin, or dilute coatings or add materials to coatings unless such procedure is specifically described in manufacturer's product instructions. E. Primers: Where the manufacturer offers options on primers for a particular substrate, use primer categorized as"best" by the manufacturer. F. Flammability: Comply with applicable code for surface burning characteristics. G. Sheens: Provide the sheens specified;where sheen is not specified, sheen will be selected later by Architect from the manufacturer's full line. 100% Construction Documents 09 9010- 9 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group H. Colors: To be selected from manufacturer's full range of available colors., if not selected, than selection shall be made from manufacturer's full selection. 1. Selection to be made by Architect after award of contract. 2. Allow for minimum of two colors for each system, unless otherwise indicated,without additional cost to Owner. 3. Extend colors to surface edges; colors may change at any edge as directed by Architect. 4. In utility areas,finish equipment, piping, conduit, and exposed duct work in colors according to the color coding scheme indicated. 2.03 CONCRETE UNIT MASONRY BLOCK FILLERS A. Refer to Section 09 9113-Exterior Painting and 09 9123 Interior Painting 2.04 EXTERIOR PRIMERS A. Refer to Section 09 9113-Exterior Painting. 2.05 EXTERIOR FINISH COATS A. Refer to Section 09 9113-Exterior Painting. 2.06 INTERIOR FINISH COATS A. Refer to Section 09 9123 Interior Painting 2.07 ACCESSORY MATERIALS A. Accessory Materials: Provide all primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials required to achieve the finishes specified whether specifically indicated or not; commercial quality. B. Patching Material: Latex filler. C. Fastener Head Cover Material: Latex filler. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin application of coatings until substrates have been properly prepared. B. Pre-Construction Inspection: In conjunction with the meeting required in Part 1 of this section, the Painting Subcontractor and the Materials Manufacturer Representative shall conduct on-site inspections and perform tests to determine: 1. Condition of existing paint finishes. 2. Suitability for receiving the new specified repainting materials. 3. Whether the corrective and preparatory work specified below is adequate, excessive, or insufficient to obtain the required performance criteria required in this section and the guarantee. 4. Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates. On request,furnish information on characteristics of finish materials to ensure use of compatible primers. C. Verify that surfaces are ready to receive work as instructed by the product manufacturer. D. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially affect proper application. E. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. F. Test shop-applied primer for compatibility with subsequent cover materials. G. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: 1. Plaster and Stucco: 12 percent. 2. Masonry, Concrete, and Concrete Unit Masonry: 12 percent. 3. Exterior Wood: 15 percent, measured in accordance with ASTM D4442. 4. Concrete Floors and Traffic Surfaces: 8 percent. 100% Construction Documents 09 9010- 10 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group H. Start of painting operation will be construed as Applicator's acceptance of surfaces and conditions within a particular area. 3.02 PREPARATION A. Perform work in a thorough and professional manner in conformance with accepted good practices and requirements of authorities having jurisdiction. B. Protect finished materials and areas not to be painted by using drop cloths, masking, or other accepted methods. C. Provide adequate ventilation for proper drying of surfaces before and after painting. D. Clean surfaces thoroughly and correct defects prior to coating application. E. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. F. The initial preparation of surfaces to be painted includes: G. Protection and covering of electrical outlet and switch cover plates,finish hardware escutcheons and cover plates, air conditioning registers, non-removable signage and other finished items . installed on surfaces to be painted and provide protection as approved by the Tenant Agency Supervisor assigned. Mask and/or protect items that cannot be removed or that do not interfere with the painting project. These non-removable but protected items are to be left clean and completely free of paint. 1. Surfaces are to be cleaned of dirt, dust or other contaminants that affect the proper adhesion of the primer coating of paint, subsequent coatings and the final appearance of paint. 2. Clean grease and oil from metal surfaces with approved products and wipe dry before priming. 3. Wire brush or sand metal surfaces, including weathered anodized or enameled aluminum, stainless steel, chromium plate, copper, bronze and similar finished materials to, remove rust and scale. 4. Sand surfaces to produce a smooth, even surface,free of sharp edges where paint has been partially removed in order to obtain an even texture and uniform absorptive quality. Provide additional partial or total priming coats if required to obtain a solid, uniform finish in color and sheen. 5. All painted-on signs, seals, stenciled logos, mounted letters, graphics, artwork and so forth will be restored to their original configurations and colors, unless otherwise specified at the meeting held at each site.All removable signs deemed in good condition by the Tenant Agency Supervisor assigned, will be taken down, the wall cleaned, painted and the sign replaced, Removable signage requiring replacement will be provided to the Contractor by the Tenant Agency Supervisor assigned. 6. Each level of coating must be allowed to dry thoroughly before applying additional coats, Comply with the paint manufacturer representative's recommendations. 7. Prime all woodwork erected against masonry or concrete before erection, Protect the tops and bottoms of all wood doors with a heavy coat of primer before installation. 8. Clean and sand surfaces between coats with 150-grit sandpaper or as recommended by the paint manufacturer's representative. H. Remove or repair existing coatings that exhibit surface defects. I. Remove or mask surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces or finishing. J. Seal surfaces that might cause bleed through or staining of topcoat. K. Remove mildew from impervious surfaces by scrubbing with solution of tetra-sodium phosphate and bleach. Rinse with clean water and allow surface to dry. L. Fill nail holes, cracks, open joints, and other defects after priming or first coat is dry and before second coat is applied. • 100% Construction Documents 09 9010- 11 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group M. Special Preparatory and Corrective Work on Previously Painted Surfaces:As a minimum, in addition to the general requirements specified above, perform the following work on existing painted surfaces before starting application of new materials: 1. Exterior: Remove loose, peeling, or flaking paint, chalking, and mildew. Sand surfaces to produce a smooth, even surface, free of sharp edges where paint has been partially removed,with an even texture and uniform absorptive quality. Provide additional partial or total priming coats if required to obtain uniform finish in color and sheen. a. Mildew Removal: Prepare a diluted bleach solution with one volume of fresh household bleach to three volumes of water.Add to each gallon of diluted bleach two-thirds cup of trisodium phosphate (Solilax or equivalent) and one-third cup of detergent(Tide or equivalent). Allow to stand for 45 minutes. Clean thoroughly with high-pressure water and allow to dry completely before starting painting operations. Repeat treatment in areas that show signs of mildew after surface is dry. 1) Workers shall wear proper safety clothing and necessary accessories, such as goggles. 2) Protect adjacent surfaces that will be affected by the application of the mildew removal solution. 3) Prevent water runoff from soaking into the ground and spilling onto plants. Replace damaged plants with like plants, at no cost to the Board. b. Preparation for Latex-Based Coating Over Oil-Based Coating: Prepare existing oil-based coating according to latex-based coating manufacturer's recommendations. 2. Additional Exterior Surface Requirements: Pressure clean at a minimum of 3,500 psi using a zero degree oscillating tip to remove loose, peeling, or flaking paint and chalking. Follow with sandblasting on surfaces where the water cleaning does not produce the required surface for new paint application, or where the existing paint material is not compatible with the new materials.The extent of preparatory work will be determined by the Contractor, painting subcontractor, and material manufacturer representative, based on production of work of quality that can be covered by required guarantees. N. Concrete and Unit Masonry Surfaces to be Painted: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter efflorescence and laitance. 1. Remove oil and grease with a solution of tri-sodium phosphate; rinse well and allow to dry. 2. Fill cracks and irregularities to provide uniform surface texture. O. Gypsum Board Surfaces to be Painted: Fill minordefects with filler compound. Spot prime defects after repair. P. Pressure clean all exterior surfaces with a minimum 3000 psi @ 4.0 gpm pressure cleaning machine, removing all loose paint, chalky deposits and efflorescence, heavy dirt accumulations, etc. If there is any sign of mildew or fungus on any surfaces, treat that surface with 50/50 water and bleach solution and pressure clean thoroughly. Due to paint finish break down, resulting in a chalky residue, clean high gloss walls with a T.S.P. and water solution prior to pressure cleaning. Q. On wall or ceiling surfaces where asbestos materials such as transit panels have been identified, the utmost caution must be exercised.Treat these areas with 50/50 water and bleach solution and rinsed thoroughly with low-pressure potable water. Care should be taken so that the material is not disturbed. R. Air-dry areas cleaned with water(high or low)for a period of 24 hours. 1. Apply masonry sealer;white or tinted to match the finish color,that meets D.O.E. specifications M.P. 14.3 within 7 days of cleaning. 2. Hairline Cracks and Peeled-Off Areas: Patched and feather-edged so as to ensure a uniform surface that matches the rest of the area and will not be noticeable after the finish coat of paint is applied. 3. Ensure all patching, glazing, scraping, sanding, and caulking will be done and approved before the finish coats are applied. 100% Construction Documents 09 9010- 12 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group S. If the wall has multiple hairline cracks, apply an elastomeric product and process appropriate to the severity of wall deterioration and the texture desired for the finished product. T. Cut out wall cracks up to 1/4 inch wide. Feather-edge all scraped and peeled-off areas with an approved patching compound to give a smooth and uniform surface prior to the finish coats being applied. Remove old caulking, flush with water or compressed air and fill with the correct filling compound. Final approval on all stages of this process and resolution of all problems pertaining to this process will be made by the Owner. U. Contractor: Identify masonry cracks and other areas that are over 1/4 inch in width to the Owner. They will be repaired by the Owner as needed and will be spot primed and finished by the Contractor at no extra cost to the Owner. V. Thoroughly clean aggregate panels (stone) and provide 2bcoats of clear sealer. W. Remove all signage prior to painting and reinstall when completed. X. Protect all painted signs or replace in kind. Y. Plaster Surfaces to be Painted: Fill hairline cracks, small holes, and imperfections with latex patching plaster. Make smooth and flush with adjacent surfaces. Wash and neutralize high alkali surfaces. Z. Aluminum Surfaces to be Painted: Remove surface contamination by steam or high pressure water. Remove oxidation with acid etch and solvent washing. Apply etching primer immediately following cleaning. AA. Galvanized Surfaces to be Painted: Remove surface contamination and oils and wash with solvent. Apply coat of etching primer. AB. Corroded Steel and Iron Surfaces to be Painted: Prepare as recommended by coating manufacturer and using at least SSPC-PC 2 (hand tool cleaning) or SSPC-SP 3 (power tool cleaning)followed by SSPC-SP 1 (solvent cleaning). 1. Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before priming. 2. Touch up bare areas and shop-applied prime coats that have been damaged.Wire brush, solvent clean, and touch up with same primer as the shop coat. AC. Uncorroded Uncoated Steel and Iron Surfaces to be Painted: Remove grease, mill scale,weld splatter, dirt, and rust. Where heavy coatings of scale are evident, remove by hand or power tool wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Prime paint entire surface; spot prime after repairs. AD. Metal Doors to be Painted: Prime metal door top and bottom edge surfaces. 3.03 APPLICATION A. Remove unfinished louvers, grilles, covers,and access panels on mechanical and electrical components and paint separately. B. Examine surfaces scheduled to be finished prior to commencement of Work. Report any condition that may potentially affect proper application. Protect all adjacent areas not to receive paint with appropriate covers, tape, etc. C. Test shop applied primer for compatibility with subsequent cover materials. D. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below those recommended by the product manufacturer and the ph of stucco has reached a ph of 10 or less. Verify ph reading by testing with a ph pencil. Test every 1,000 square feet. E. Follow manufacturer's directions by mixing, application, millage rate, and drying time between coats. F. Apply primer and allow it to dry. G. Slightly vary the color of succeeding coats. 100% Construction Documents 09 9010- 13 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group H. Flow materials on evenly and smoothly, leaving surfaces free of brush marks, streaks, laps or pile up of paints and skipped or missed areas with no variation in sheen or color. I. Apply elastormeric coating by airless spray or heavy nap roller. If applying by airless spray, back roll to force material into voids and to even out the film. Apply two full coats. Each coat is to yield a minimum 20 mils wet finish. Final finish is to be 20 mils dry. J. Ensure coverage and hide are complete. When color, stain, dirt or undercoats show through final coat, cover the surface with additional coats until the paint film is of uniform finish, color appearance and coverage at no additional cost to the Owner. K. Verify that surfaces are ready to receive work as instructed by product manufacturer. L. Apply products in accordance with manufacturer's instructions. M. Apply paint materials by brush, roller, or spray method in accordance with manufacturer's instructions. 1. Select method best suited to profile,texture, and finish of existing surface, subject to suitability regarding safety and conditions in existing or occupied areas, and subject to approval by paint manufacturer and NE. 2. Apply materials evenly, smoothly flowed on and cut in neatly,without runs, sags,wrinkles, shiners, streaks and brush marks; drying uniformly to color and sheen selected. Make dividing lines that separate colors straight and clean cut. N. Sand surfaces normally smooth before application of paint materials and between coats of paint. O. Preparation not completed or overlooked before application of first coat of paint shall be accomplished between coats of paint, regardless of acceptance on original preparation. P. Severely corroded metal, if not specified for replacement, may need sandblasting according to SSPC-6 to achieve a warranted surface for paint. Q. 'Where adjacent sealant is to be painted, do not apply finish coats until sealant is applied. R. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. S. Apply each coat to uniform appearance. T. Dark Colors and Deep Clear Colors: Regardless of number of coats specified, apply as many coats as necessary for complete hide. U. Sand metal surfaces lightly between coats to achieve required finish. V. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. W. Metal Surfaces: 1. Remove loose paint, rust and scale by scraping, sanding or wire brushing the entire area. 2. Feather edges to ensure a quality finish. 3. Prime surfaces with acrylic metal primer,finish coat with semi-gloss or high gloss latex. 4. In areas where heavy rust is evident, proper cleaning and a coat of zinc chromate will be necessary prior to finish coating. X. Loggia, Breezeway Ceilings and Overhanging Ceilings (that are finished with alkyd enamel): 1. Pressure clean, scrape, sand, prime, retain patch and caulk with appropriate material and then finish with latex semi gloss enamel. Y. Caulking Windows, Door Frames, Opening Trim,Window Frames (or where masonry meets any other surface): 1. Remove the old deteriorated caulking and replace with continuous uniform bead of caulking to ensure a water tight and uniform seal. 2. Scrape, sand, dust, prime and re-glaze all deteriorated or missing window glazing on wood frame windows to form a uniform watertight seal and then finish as needed. Z. Contractor: 100% Construction Documents 09 9010- 14 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1. Ensure paint coverage is complete. 2. Utilize a wet film thickness gauge at all times of application to confirm application is compliant with this specification and the manufacturer's requirements. 3. When color, stain, dirt or undercoating show through the final coat, cover the surface with additional coats until the paint film is of uniform finish, color appearance, and coverage at no additional cost to the Owner. AA. Ensure application is under provisions of manufacturer's printed instructions on the label. AB. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.04 FIELD QUALITY CONTROL A. See Section 01 4000- Quality Requirements, for general requirements for field inspection. B. Owner may provide field inspection and testing. 1. Do not apply additional coats until completed coat has been inspected by the Owner. 2. Only inspected coats of paint will be considered in determining number of coats applied. 3. Provide wet film thickness gage for verification of application thickness compliance. C. Paint Adhesion Test: 1. Prepare representative areas of the building for testing adhesion of new paint to existing surfaces. Each area shall be a minimum of 9 square feet(3'-0"x 3'-0"). 2. Allow newly painted test area to dry within the manufacturer's recommended drying time. 3. Tenant Agency/Maintenance Paint Quality Staff will test the selected painted surface according to ASTM D3359. If test fails, retesting shall be at the Contractor's expense. D. Notify A/E, material manufacturers representatives, and DMS Maintenance/Paint Quality Staff when critical points in the painting and repainting work are reached, to allow timely inspection and approvals. Critical points include during and after the operation, plus other points designated by DMS, NE, or material manufacturer representatives: 1. Pressure cleaning or sandblasting of existing exterior surfaces. 2. Removal of existing paint. 3. Surface patching and preparation. 4. Sealing of surfaces. 5. Application of primer and transition coats.Adhesion testing of primer and topcoats may be required. 6. Intermediate and finish coats. 3.05 PRESSURE CLEANING A. Contractor must provide ALL the necessary labor, equipment for the pressure cleaning phase of the painting projects within the timeframe documented by the Notice to Proceed. Owner WILL NOT PROVIDE Contractor with ANY equipment, nor will Owner rent ANY equipment for use by Contractor. Owner will not repair Contractor's equipment. Equipment must be in operable working condition and maintain the proper pressure in pounds per square inch (PSI) and water usage in gallons per minute (GPM) indicated in these specifications. Owner personnel reserves the right to perform random inspections to determine the correct PSI and GPM utilized by the Contractor's equipment. B. Contractor must operate all equipment in a safe and responsible manner to ensure safety for both Owner and the Contractor's personnel and property. Particular emphasis must be placed upon avoiding damage to Owner's shrubbery and irrigation pipes during pressure cleaning operations.Areas to be pressure cleaned must be barricaded off with use of caution tape and pressure cleaning equipment should not be left unattended while in operation at any time. Contractor must also provide fire suppression equipment in case of pressure cleaning equipment failure. C.' High-pressure cleaning must be performed with equipment capable of a minimum of 3500 PSI with the use of an appropriate water and chlorine and/or bleach solution dispensed at the rate of • 4 GPM. Pressure cleaning of all exterior surfaces must include the removal of all loose, peeling paint, chalky wall stucco surfaces, minor block and brick effervescence , heavy dirt 100% Construction Documents 09 9010- 15 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group accumulations, mold, mildew, fungus and graffiti, in order to prepare the surface for exterior painting and/or waterproofing. Use of a turbo tip will be at the discretion of the Tenant Agency Supervisor assigned. Due to paint finish breakdown resulting in chalky residue, high gloss walls may require cleaning with a trisodium phosphate and water solution prior to pressure cleaning. Where there are signs of mold and mildew and/or fungus,the surface shall be treated with a 50%water and 50% bleach solution prior to pressure cleaning. D. Low-pressure cleaning project is defined as the application of an appropriate water and chlorine and/or bleach solution where necessary on windows and doors,washed and rinsed with a hose. E. Pressure cleaning projects must have all of their surfaces rinsed thoroughly with potable water to avoid streaking. No black or green overflow marks from residual mold, mildew, leaks from rooftops or walls will be permitted. F. Water and utilities will be provided by Owner where they are convenient. Nonetheless,where utilities and water are not as readily accessible, Contractor must provide their own utility plant, water resources, and sufficient hose line to reach inaccessible areas, proper connections and so on. G. If the Contractor requests access to a fire hydrant as the water source for pressure cleaning equipment, it is the responsibility of the Contractor to coordinate the hydrant's use with the municipality to meter their water consumption.The Contractor is solely responsible for paying any.watercharges. H. Contractor must keep the premises free from accumulation of waste material caused by the pressure washing application on a daily basis. I. The pressure cleaning phase of the project will be scheduled and performed at a time designated by the Tenant Agency Supervisor assigned. Time emphasis may be placed on an efficient schedule that allows for painting work to commence within 14 days. J. Pressure cleaned areas must be thoroughly dried for a minimum of 24 hours prior to any patching, sealing, caulking, priming or painting. 3.06 REMEDIATION OF SURFACE DETERIORATION A. Surfaces with cracking up to 1/4"width, must be scraped, cut-out, old caulking or patching compound removed,flushed with water and allowed to dry for a minimum of 24 hours or as determined by the Tenant Agency Supervisor assigned.The appropriate primer/sealer is to be applied prior to the application of caulking,smooth or textured patching materials. If natural product shrinkage occurs, a second application of caulking or patching compound may be necessary. Spot-prime all caulked and patched areas prior to the application of the finish coats. Waterproofing polyurethane sealant products will be specified in writing by the paint manufacturer's representative being utilized. B. A textured masonry patching compound must be applied to seal all hairline cracks, smooth out all scraped and peeled off areas and feather-edged to ensure a uniform surface that matches existing surfaces. Knife-grade products for patching masonry will be specified in writing by the paint manufacturer's representative being utilized. C. Cracks and related surface deterioration sized greater than 1/4"width will be filled, sealed and prepared in advance by Owner personnel. Obvious damage, delamination or deterioration of substrates such as stucco,wood and metal, will be scheduled for repair by Owner personnel prior to the commencement of the paint project. Surface deterioration that may have developed or having been missed and is greater than the 1/4"width must be reported to the Tenant Agency Supervisor assigned for remediation. 3.07 INSPECTIONS AND APPROVAL INCREMENTS A. DMS-BCI (Owner Building Dept.) inspections will be conducted and documented ensuring acceptable performance and adherence to these Specifications in conjunction with the product manufacturer's recommended technical data application methods throughout the projects' progression, Inspections will be scheduled upon completion of each of the following phases of the projects: 1. Pressure cleaning 100% Construction Documents 09 9010- 16 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 2. Sealing, patching, caulking and spot priming 3. Finish coat applications for millage and uniform coverage B. The Tenant Agency site Overseer will fax/phone a request to schedule phase inspections to the OWNER as the project progresses. Inspections are normally conducted within 48 hours of request. C. All site visits conducted by the paint-manufacturer's representative are to be documented on their company progress report forms and copies left with the Tenant Agency site Overseer for the project file. 3.08 CLEANING A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site. 1. After completing painting, clean glass and paint-spattered surfaces. Remove spattered paint by washing and scraping without scratching or damaging adjacent finished surfaces. 2. Upon completion of work, remove stains and paint spots from floors,wall,woodwork, electric trim, hardware,fixtures and other items from Owner property. 3. Place scrapings, empty cans, consumed brushes, etc. in plastic bags and dispose of in the proper manner by the Contractor. Place used mineral spirits and other hazardous liquids in an appropriate container and is the responsibility of the Contractor to properly dispose of in full compliance of E.P.A.rules and regulations. 4. Remove'all spilled, splashed or splattered paint from all surfaces. Leave entire project in a clean condition. B. Do not mar surface finish by cleaning. C. After completing painting, clean glass and paint spattered surfaces. Remove spattered paint by washing and scraping without scratching or damaging adjacent finished surfaces.Leave entire project in a clean condition. 3.09 PROTECTION A. Protect finished coatings until completion of project. B. Touch-up damaged coatings after Substantial Completion. C. Provide"Wet Paint"signs to protect newly painted finishes.After completing painting operations, remove temporary protective wrappings provided by others to protect their work 3.10 EXTERIOR PAINTING SCHEDULE A. Finish all exposed surfaces modified by the renovations under provisions of the following painting schedule unless the drawings or the specifications specifically indicate otherwise. • 100% Construction Documents 09 9010- 17 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group Mark Surface Paint Coats PM1 Ferrous Metals 1st&2nd: Exterior Semi-gloss acrylic enamel �; (shop primed). PM2 Ferrous Metals 1st: Ferrous metal primer(unprimed). 2nd&3rd: Exterior Semi-gloss acrylic enamel. PM3 Galvanized Metal 1st: Galvanized metal primer. 2nd&3rd:Exterior Semi-gloss acrylic enamel. 1st: Factory Formulated acrylic-based metal, PM4 Aluminum (Aluminum) primer for exterior applications. 2nd& 3rd: Exterior Semi-gloss acrylic enamel. Existing&Repaired 1st: Latex.Conditioner for chalking surfaces, 2nd& PCl Stucco&Concrete: 3rd: 100%Acrylic Elastomeric, Exterior, Semi- gloss 1st: Primer Coating,for new masonry surfaces. PC2 New Stucco.&Concrete 2nd: Texture Coat to match existing; more than 1 coat may be required. 3rd&4th: Acrylic-Latex Base, Exterior, and Semi-gloss PC3 High Traffic Areas In addition to PC2 above, provide; 1 Coat of Acrylic-Latex Base, Exterior, gloss Existing and New Stucco 1 coat Latex.Primer or Conditioner and for PC4 &Concrete Openings Concrete Ceilings. 2nd &3rd: Acrylic Latex Base; Exterior, Flat. Primer 1 Coat: PPG Pittsburgh Paints Perma- Metal gutters, ' Crete®17-921 Interior/Exterior. Finish 2 Coats: SC1 downspouts, coping, PPG; 90-1210 Pitt-Tech-Plus Interior/Exterior flashing and facia Semi-Gloss Finish DTM Industrial Enamel. Apply • at 2.0 to 4.0 mils Dry Film. Previously Painted Metal Interior/Exterior Primer Finish DTM Industrial columns,gates railings, Enamel.Apply at 2.0 to 4.0 mils Dry Film grilles at stairs Thickness. Finish 2 Coats: PPG;90-1210 Pitt-Tech- SC2 Plus Interior/Exterior Semi-Gloss Finish DTM Industrial Enamel.Apply at 2.0 to 4.0 mils Dry Film. Exterior Note: Ensure all new stucco receives a sanded textured coat, after primer/sealer,to match existing stucco prior to application of finish coats.Textured coat must be a product by an approved paint system manufacturer and be compatible with, and of quality grade equal to or better than exterior paint system and may require more than 1 coat to match existing surfaces. Ensure primer used on existing surfaces is compatible with the existing manufactured product. END OF SECTION 09 9010 100% Construction Documents 09 9010- 18 PAINTING OF PREVIOUSLY 3/27/2020 PAINTED SURFACES Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 09 9113 EXTERIOR PAINTING PART 1 GENERAL 1.01 SECTION INCLUDES A. Surface preparation for new materials B. Field application of paints. C. Scope: Finish exterior surfaces exposed to view, unless fully factory-finished and unless otherwise indicated, including the following: 1. Exposed surfaces of steel lintels and ledge angles. D. Do Not Paint or Finish the Following Items: 1. Items factory-finished unless otherwise indicated; materials and products having factory-applied primers are not considered factory finished. 2. Items indicated to receive other finishes. 3. Items indicated to remain unfinished. 4. Fire rating labels, equipment serial number and capacity labels, and operating parts of equipment. 5. Non-metallic roofing and flashing. 6. Stainless steel, anodized aluminum, bronze,terne coated stainless steel, zinc, and lead. 7. Floors, unless specifically indicated. 8. Glass. 9. Concealed pipes, ducts, and conduits. 1.02 RELATED REQUIREMENTS A. Section 08 81113- Hollow Metal Doors and Frames B. Section 09 9010- Painting of previously painted surfaces 1.03 DEFINITIONS A. Conform to ASTM D16 for interpretation of terms used in this section. B. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at an 85 degree meter. C. Eggshell refers to low-sheen finish with a gloss range between 20 and 35 when measured at a 60 degree meter. D. Semigloss refers to medium-sheen finish with a gloss range between 35 and 70 when measured at a 60 degree meter. E. Full gloss refers to high-sheen finish with a gloss range more than 70 when measured at a 60 degree meter. F. "Moderate environments"are corrosive industrial atmospheres with intermittent exposure to high humidity and condensation, occasional mold and mildew development, and regular cleaning with strong chemicals. Environments with exposure to heavy concentrations of chemical fumes and occasional splashing and spilling of chemical products are moderate environments. 1.04 REFERENCE STANDARDS A. ASTM D16-Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2016. B. ASTM D4258-Standard Practice for Surface Cleaning Concrete for Coating; 2005 (Reapproved 2017). C. MPI (APSM) -Master Painters Institute Architectural Painting Specification Manual; Current Edition. D. SSPC-SP 1 - Solvent Cleaning; 2015,with Editorial Revision (2016). E. SSPC-SP 2- Hand Tool Cleaning; 2018. 100% Construction Documents 09 9113- 1 EXTERIOR PAINTING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group F. SSPC-SP 6-Commercial Blast Cleaning;2007. G. SSPC-SP 13-Surface Preparation of Concrete; 1997 (Reaffirmed 2003). 1.05 SUBMITTALS A. Product Data: Provide complete list of products to be used,with the following information for each: 1. Manufacturer's name, product name and/or catalog number, and general product category • (e.g. "alkyd enamel"). 2. MPI product number(e.g. MPI#47). B. Samples: Submit three paper"draw down"samples, 8-1/2 by 11 inches in size, illustrating range of colors available for each finishing product specified. 1. Where sheen is specified, submit samples in only that sheen. 2. Where sheen is not specified, submit each color in each sheen available. C. Selection Samples: For each finish product specified,two complete sets of color chips representing manufacturer's full range of available colors and patterns. D. Verification Samples: For each finish product specified,two samples, minimum size 6 inches (150 mm)square, representing actual product, color, and patterns. E. Samples: Submit two painted samples, illustrating selected colors and textures for each color and system selected with specified coats cascaded. Submit on aluminum sheet, 6 x 6 inch in size. F. Manufacturer's Instructions: Indicate special surface preparation procedures. G. Maintenance Data: Submit data including finish schedule showing where each product/color/finish was used, product technical data sheets, material safety data sheets (MSDS), care and cleaning instructions, touch-up procedures, repair of painted and finished surfaces, and color samples of each color and finish used. H. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. Extra Paint and Finish Materials: 1 gallon of each color;from the same product run, store where directed. 2. Label each container with color in addition to the manufacturer's label. 1.06 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the products specified, with minimum three years documented experience. B. Applicator Qualifications: Company specializing in performing the type of work specified with minimum three years experience and approved by manufacturer. C. Obtain block fillers and primers for each coating system from the same manufacturer as the finish coats. D. Paint exposed surfaces. If an item or a surface is not specifically mentioned, paint the item or surface the same as similar adjacent materials or surfaces. If a color of finish is not indicated, Architect will select from standard colors and finishes available. E. Do not paint prefinished items, concealed surfaces,finished metal surfaces, operating parts, and labels. F. Refer to Architect for selection of all paint colors and sheens. 1.07 DELIVERY,STORAGE,AND HANDLING A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. B. Container Label: Include manufacturer's name,type of paint, brand name, lot number, brand code, coverage, surface preparation, drying time, cleanup requirements, color designation, and instructions for mixing and reducing. C. Apply waterborne paints only when temperatures of surfaces to be painted and surrounding air are between 50 and 90 deg F (10 and 32 deg C). 100% Construction Documents 09 9113-2 EXTERIOR PAINTING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group D. Apply solvent-thinned paints only when temperatures of surfaces to be painted and surrounding air are between 45 and 95 deg F (7 and 35 deg C). E. Do not apply paint in snow, rain,fog, or mist; or when relative humidity exceeds 85 percent; or at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. F. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by manufacturer during application and drying periods. 1.08 FIELD CONDITIONS A. Do not apply materials when surface and ambient temperatures are outside the temperature ranges required by the paint product manufacturer. B. Follow manufacturer's recommended procedures for producing best results, including testing of substrates, moisture in substrates, and humidity and temperature limitations. C. Provide lighting level of 80 ft candles measured mid-height at substrate surface. 1.09 WARRANTY A. See Section 01 7800-Closeout Submittals,for additional warranty requirements. B. Correct defective Work within a one (1)year period after Date of Substantial Completion. C. Provide one(1)year manufacturer warranty against excessive degradation of paint finish. Include provision for replacement of finishes with excessive fading, chalking, or flaking. D. Submit paint manufacturer's proposed program of inspection and approval before and during the Work as required by paint manufacturer to implement the submitted 5 year warranty. E. At the end of the paint work, provide to the County,from the authorized paint manufacturer representative, a signed and notarized letter stating that the surfaces painted have met all the conditions for paint adhesion. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Provide paints and finishes from the same manufacturer to the greatest extent possible. 1. Provide paint tuype and manufactuers as noted on the finish schedule. 2. In the event that a single manufacturer cannot provide specified products, minor exceptions will be permitted provided approval by Architect is obtained using the specified procedures for substitutions. 3. Substitution of MPI-approved products by a different manufacturer is preferred over substitution of unapproved products by the same manufacturer. 4. Substitution of a different paint system using MPI-approved products by the same manufacturer will be considered. 2.02 PAINTS AND FINISHES-GENERAL A. Paints and Finishes: Ready mixed, unless required to be a field-catalyzed paint. 1. Provide paints and finishes of a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating,with good flow and brushing properties, and capable of drying or curing free of streaks or sags. 2. Supply each paint material in quantity required to complete entire project's work from a single production run. 3. Do not reduce, thin, or dilute paint or finishes or add materials unless such procedure is specifically described in manufacturer's product instructions. B. Flammability: Comply with applicable code for surface burning characteristics. C. Sheens: Provide the sheens specified;where sheen is not specified, sheen will be selected later by Architect from the manufacturer's full line. D. Colors: As indicated in Color Schedule. 100% Construction Documents 09 9113- 3 EXTERIOR PAINTING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1. Allow for minimum of three colors for each system, unless otherwise indicated,without additional cost to Owner. 2. Extend colors to surface edges; colors may change at any edge as directed by Architect. 2.03 PAINT SYSTEMS-EXTERIOR A. Concrete, Stucco, and Masonry(Other Than Concrete Unit Masonry): Provide the following finish systems over exterior concrete, stucco, and brick masonry substrates: B. 'Acrylic Finish: Two finish coats over a primer. 1. Primer: PPG Paints: 4-603 Perma-Crete Interior/Exterior Alkali Resistant Primer.Applied at a dry film thickness of not less than 1.2 mils (0.030 mm). 2. Primer: PPG Paints; 4-2 Perma-Crete High Build Acrylic Primer: Applied at a dry film thickness of not less than 2.6 mils (0.066 mm). 3. Exterior high build flat acrylic finish: PPG Paints; 4-22 Perma-Crete High Build 100 Percent Acrylic Topcoat: Applied at a dry film thickness of not less than 3.2 mils (0.081 mm). C. Concrete Unit Masonry: Provide the following finish systems over exterior concrete unit masonry: 1. Acrylic Finish:Two finish coats over a block filler. a. Block Filler: PPG Paints; 6-15 SpeedHide Interior/Exterior Acrylic Masonry Block Filler: Applied at a dry film thickness of not less than 7.2 mils (0.183 mm). b. Exterior high build flat acrylic finish: PPG Paints;4-22 Perma-Crete High Build 100 Percent Acrylic Topcoat: Applied at a dry film thickness of not less than 3.2 mils (0.081 mm). D. Ferrous Metal: Provide the following finish systems over exterior ferrous metal. Primer is not required on shop-primed items. 1. Low-Luster Acrylic Finish: Two finish coats over a rust-inhibitive primer(primer required for items not shop-primed). a. Primer(if required): PPG; 90-712 Pitt-Tech Interior/Exterior Primer Finish DTM Industrial Enamel: Applied at a dry film thickness of not less than 3.0 mils (0.076 mm). b. Primer: PPG Paints; 6-208 Speedhide Alkyd Metal Primer(if required): Applied at a dry film thickness of not less than 2.3 mils (0.059 mm). c. Exterior low-luster acrylic finish: PPG Paints; 6-2045X1 Series SpeedHide Exterior House and Trim Satin-Acrylic Latex: Applied at a dry film thickness of not less than 1.0 mil (0.025 mm). 2. Fluoropolymer System: One finish coat applied over an epoxy primer. a. Primer: PPG Coraflon ADS Epoxy Primer ADS 573/ADS574. Applied at a dry film thickness of not less than 3.0 mils (0.076 mm). b. Finish: PPG Coraflon ADS Fluoropolymer. Apply per instructions on the technical data bulletin. Metallic finishes may require an additional clear coat of Coraflon ADS. E. Aluminum: Provide the following finish systems over exterior aluminum surfaces: 1. Fluoropolymer System: One finish coat applied over an epoxy primer. a. Primer: PPG Coraflon ADS Epoxy Primer ADS 573/ADS574. Applied at a dry film thickness of not less than 3.0 mils (0.076 mm). b. Finish: PPG Coraflon ADS Fluoropolymer. Apply per instructions on the technical data bulletin. Metallic finishes may require an additional clear coat of Coraflon ADS. 2.04 EXTERIOR HIGH PERFORMANCE COATING SYSTEMS A. Concrete and Masonry(Other Than Concrete Masonry Units): Provide the following finish systems over exterior concrete and brick masonry surfaces: 1. Semigloss Finish: One finish coat over an intermediate coat and a primer. a. Primer: Epoxy primer/sealer. 1) PPG; 95-245 Series Pitt-Guard Rapid Coat D-T-R Polyamide Epoxy. 100% Construction Documents 09 9113-4 EXTERIOR PAINTING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group b. Intermediate Coat: Aliphatic polyurethane enamel applied at spreading rate recommended by manufacturer to achieve a dry film thickness of 2.0 to 5.0 mils. 1) PPG; 95-8800 Series Pitthane High Build Semi-Gloss Urethane Enamel. c. Topcoat: Semigloss, aliphatic polyurethane enamel applied at spreading rate recommended by manufacturer to achieve a dry film thickness of 2.0 to 5.0 mils. 1) PPG; 95-8800 Series Pitthane High Build Semi-Gloss Urethane Enamel. 2.05 ACCESSORY MATERIALS A. Accessory Materials: Provide primers, sealers, cleaning agents, cleaning cloths, sanding materials, and clean-up materials as required for final completion of painted surfaces. B. Patching Material: Latex filler. C. Fastener Head Cover Material: Latex filler. PART 3 EXECUTION 3.01 EXAMINATION A. Do not begin application of paints and finishes until substrates have been properly prepared. B. Verify that surfaces are ready to receive work as instructed by the product manufacturer. Start of work indicates acceptance of all existing substrate conditions. C. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition that may potentially effect proper application. D. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. E. Test shop-applied primer for compatibility with subsequent cover materials. F. Measure moisture content of surfaces using an electronic moisture meter. Do not apply finishes unless moisture content of surfaces are below the following maximums: ' 1. Exterior Plaster and Stucco: 12 percent. 2. Masonry, Concrete, and Concrete Masonry Units: 12 percent. 3.02 PREPARATION A. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified. 1. Provide barrier coats over incompatible primers or remove and reprime. 2. Provide barrier coats over incompatible primers or remove primers and reprime substrate. 3. Cementitious Substrates: Prepare concrete, brick, concrete masonry block, and cement_ plaster surfaces to be coated. Remove efflorescence, chalk, dust, dirt, grease, oils, and release agents. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods to prepare surfaces. a. Use abrasive blast-cleaning methods if recommended by coating manufacturer. b. Determine alkalinity and moisture content of surfaces by performing appropriate tests. If surfaces are sufficiently alkaline to cause the finish paint to blister and burn, correct this condition before application. Do not coat surfaces if moisture content exceeds that permitted in manufacturer's written instructions. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Remove or mask surface appurtenances, including electrical plates, hardware, light fixture trim, escutcheons, and fittings, prior to preparing surfaces for finishing. D. Seal surfaces that might cause bleed through or staining of topcoat. E. Remove mildew from impervious surfaces by scrubbing with solution of tetra-sodium phosphate and bleach. Rinse with clean water and allow surface to dry. F. Concrete: 100% Construction Documents 09 9113- 5 EXTERIOR PAINTING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 1. Remove release agents, curing compounds, efflorescence, and chalk. Do not coat surfaces if moisture content or alkalinity of surfaces to be coated exceeds that permitted in manufacturer's written instructions. 2. Clean surfaces with pressurized water. Use pressure range of 1500 to 4000 psi at 6 to 12 inches. Allow to dry. 3. Clean concrete according to ASTM D4258. Allow to dry. 4. Prepare surface/as recommended by top coat manufacturer and according to SSPC-SP 13. G. Masonry: 1. Remove efflorescence and chalk. Do not coat surfaces if moisture content or alkalinity of surfaces or if alkalinity of mortar joints exceed that permitted in manufacturer's written instructions. Allow to dry. 2. Prepare surface as recommended by top coat manufacturer. 3. Clean surfaces with pressurized water. Use pressure range of 600 to 1500 psi at 6 to 12 inches. Allow to dry. H. Exterior Plaster: Fill hairline cracks, small holes, and imperfections with exterior patching plaster. Make smooth and flush with adjacent surfaces. Wash and neutralize high alkali surfaces. I. Aluminum: Remove surface contamination and oils and wash with solvent according to SSPC-SP 1. J. Galvanized Surfaces: 1. Remove surface contamination and oils and wash with solvent according to SSPC-SP 1. 2. Prepare surface according to SSPC-SP 2. K. Ferrous Metal: 1. Solvent clean according to SSPC-SP 1. 2. Shop-Primed Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch-up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Re-prime entire shop-primed item. 3. Remove rust, loose mill scale, and other foreign substances using using methods recommended in writing by paint manufacturer and blast cleaning according to SSPC-SP 6 "Commercial Blast Cleaning". Protect from corrosion until coated. L. Metal Doors to be Painted: Prime metal door top and bottom edge surfaces. 3.03 APPLICATION A. Remove unfinished louvers, grilles, covers, and access panels on mechanical and electrical components and paint separately. B. Apply products in accordance with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual". C. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is applied. D. Apply each coat to uniform appearance. E. General: Apply paint according to manufacturer's written instructions. Use applicators and techniques best suited for substrate and type of material being applied. F. General: Apply high-performance coatings according to manufacturer's written instructions. 1. Use applicators and techniques best suited for the material being applied. 2. Do not apply high-performance coatings over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to forming a durable coating film. 3. Coating surface treatments, and finishes are indicated in the coating system descriptions. 4. Provide finish coats compatible with primers used. 5. The term "exposed surfaces"includes areas visible when permanent or built-in fixtures, convector covers, grilles, covers for finned-tube radiation, and similar components are in 100% Construction Documents 09 9113-6 EXTERIOR PAINTING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group place. Extend coatings in these areas, as required,to maintain system integrity and provide desired protection. G. Application Procedures: Apply coatings by brush, roller, spray, or other applicators according to manufacturer's written instructions. 1. The number of coats and film thickness required is the same regardless of application method. 2. Completed Work: Match approved Samples for color,texture, and coverage. Remove, refinish, or recoat work that does not comply with specified requirements. H. Dark Colors and Deep Clear Colors: Regardless of number of coats specified, apply additional coats until complete hide is achieved. I. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to applying next coat. J. Reinstall electrical cover plates, hardware, light fixture trim, escutcheons, and fittings removed prior to finishing. 3.04 FIELD QUALITY CONTROL A. See Section 01 4000-Quality Requirements,for general requirements for field inspection. B. Owner will provide field inspection and testing at any time and as often as Owner deems necessary during the period when paint is being applied: 1. Owner will engage a qualified independent testing agency to sample paint material being used. Samples of material delivered to Project will be taken, identified, sealed, and certified in the presence of Contractor. 2. Owner may direct Contractor to stop painting if test results show material being used does not comply with specified requirements. Contractor shall remove noncomplying paint from Project site, pay for testing, and repaint surfaces previously coated with the noncomplying paint. If necessary, Contractor may be required to remove noncomplying paint from previously painted surfaces if, on repainting with specified paint, the two coatings are incompatible. C. Inspect and test questionable coated areas in accordance with MDC RFQ standards. 3.05 CLEANING A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site. B. After completing painting, clean glass and paint spattered surfaces. Remove spattered paint by washing and scraping without scratching or damaging adjacent finished surfaces. 3.06 PROTECTION A. Protect finishes until completion of project. B. Provide"Wet Paint"signs to protect newly painted finishes.After completing painting operations, remove temporary protective wrappings provided by others to protect their work C. Touch-up damaged finishes after Substantial Completion. 3.07 COLOR SCHEDULE END OF SECTION 09 9113 100% Construction Documents 09 9113-7 EXTERIOR PAINTING 3/27/2020 Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 09 9723 CONCRETE AND MASONRY COATINGS PART 1 GENERAL 1.01 SECTION INCLUDES A. High build, moisture resistant textured concrete and masonry coatings. For use at concrete canopy B. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatment specified in other Sections. 1.02 RELATED REQUIREMENTS A. Section 01 6116-Volatile Organic Compound (VOC) Content Restrictions. B. Section 09 9113-Exterior Painting. 1.03 REFERENCE STANDARDS A. ASTM B117-Standard Practice for Operating Salt Spray(Fog)Apparatus; 2019. B. ASTM D4803-Standard Test Method for Predicting Heat Buildup in PVC Building Products; 2018. C. ASTM E84-Standard Test Method for Surface Burning Characteristics of Building Materials; 2019b. D. ASTM E96/E96M-Standard Test Methods for Water Vapor Transmission of Materials; 2016. E. ASTM G153-Standard Practice for Operating Enclosed Carbon Arc Light Apparatus for Exposure of Nonmetallic Materials; 2013. 1.04 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Product Data: Provide data indicating coating materials. 1. Material List: Provide an inclusive list of required coating materials. Indicate each material and cross-reference specific coating,finish system, and application. Identify each material by manufacturer's catalog number and coating material proposed for use. 2. Manufacturer's Information: Provide manufacturer's technical information, including label analysis and instructions for handling, storing and applying each coating material proposed for use. C. Shop Drawings: Provide submission of elevations, showing all color breaks and control joints for review and approval by Architect. Minimum 1/8"= 1'-0"Scale. D. Samples: Submit two samples 3 x 3 inch in size illustrating textures and colors available for selection. E. Final Selection Samples: Submit two samples 6 x 6 inch in size illustrating selected textures and colors . F. Manufacturer's Installation Instructions: Indicate special procedures and perimeter conditions requiring special attention. Include maintenance and cleaning requirements for coatings, stain and graffiti G. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. H. Maintenance Data: Include cleaning procedures and repair and patching techniques. I. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. Provide 1 gallon of each color specified. 2. Provide 5 gallon of aggregate type, size, and color specified. 1.05 QUALITY ASSURANCE A. Maintain one copy of each referenced document that applies to application on site. 100% Construction Documents 09 9723- 1 CONCRETE AND MASONRY • 3/27/2020 COATINGS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. C. Applicator Qualifications: Company specializing in performing the work of this section with minimum five years documented experience. D. Compliance: Upon completion of work, submit report signed by an authorized representative of the applicator certifying compliance with all procedures and specifications. E. Source Limitations: Obtain block fillers, primers and undercoat materials for each coating system from the same manufacturer as the finish coats. 1.06 MOCK-UP A. Provide mock-up of all textures to be provided,four feet long by four feet wide, illustrating coating, color, and surface sheen, for each specified coating. B. Locate where directed. C. Mock-up may remain as part of the Work. 1.07 DELIVERY, STORAGE AND HANDLING A. Deliver materials to the Project Site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label, and the following information: 1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. 8. VOC content. B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 degrees F (7 degrees C). Maintain containers used in storage in a clean condition,free of foreign materials and residue. 1. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing and application. 1.08 FIELD CONDITIONS A. Do not install materials when temperature is below 55 degrees F or above 90 degrees F. B. Maintain this temperature range, 24 hours before, during, and 72 hours after installation of coating. C. Incompatible substrate release agents, form oils, and any foreign material are removed prior to priming and coating. D. Roof and parapet top caps are installed and sealed against water penetration prior to priming and coating. E. Primer shall not be exposed to ultra violet for more than four(4)weeks prior to application of coating. If exposure exceeds four(4)weeks, primer shall be re-coated, as recommended by manufacturer. F. Material use is above grade only. Do not use below grade. G. Paintable Joint Sealants must cure per manufacturer's recommendation.All joint sealants must be cleaned and wiped with an acetone solvent or approved cleaner prior to priming and coating. H. Restrict traffic from area where coating is being applied or is curing. 1.09 WARRANTY . A. See Section 01 7800-Closeout Submittals,for additional warranty requirements. B. Correct defective Work within a five year period after Date of Substantial Completion. 100% Construction Documents 09 9723-2 CONCRETE AND MASONRY 3/27/2020 COATINGS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group C. Warranty: Include coverage for bond to substrate and degradation of chemical resistance. D. Warranty Period: Ten years from date of Substantial Completion, PART 2 PRODUCTS 2.01 MANUFACTURERS A. Concrete and Masonry Coatings:(water base) high build acrylic textured wall coating 1. Textured Coatings of America-Tex=Cote XL-70 Basis of design. 2. PPG Products: Permacrete Texture Coating; www.ppg.com 3. BASF Thoro products-Thorocoat Fine: www.buildingsystems.basf.com 4. Substitutions: Section 01 6000- Product Requirements. 2.02 CONCRETE AND MASONRY COATINGS A. Provide high-build, weather resistant coating systems that meet the following minimum performance criteria, unless more stringent criteria are specified: 1. Salt Spray Resistance: Passes when tested according to ASTM B117 for 2000 hours. 2. Surface Burning Characteristics: Flame spread/Smoke developed index of 0/0, maximum, when tested in accordance with ASTM E84. 3. Accelerated Outdoor Exposure: Passes when tested according to ASTM G153 for 5,000 hours. B. Control joints 1. Provide to match pattern shown on drawings. If not shown provide at maximum 20 ft centers. Divide areas into panels not exceeding 300 sq ft in area. 2.03 MATERIALS A- Coatings-General: Provide complete systems formulated and recommended by manufacturer for the applications indicated, in the thicknesses indicated. 1. Maximum volatile organic compound (VOC) content: As required by applicable regulations. B. Tilt-Up, Pre-Cast, and Cast-In-Place Concrete Coating System: 1. TEX•COTE®XL-70"W" Smooth Airless Coating, XL-70"W" Primer,XL-70 SolventPrimer. 2. Textures: Smooth 3. Colors:To be selected by Architect or owner. C. Masonry, Split-Face/Sand Finish Block, Stucco, and Other Approved Cementitious Surfaces 1. TEX•COTE®XL-70"W" Smooth Airless Coating 2. Textures: Smooth 3. Colors: To be selected by Architect or owner D. Patching Compounds: 1. Fine Cracks up to 1/32": Brush or knife TEX•COTE®FLEX-PATCH®Smooth into cracks and bring to smooth and flush with concrete surfac E. Cracks larger than 1/32": Use cementitious patching compound with acrylic bonding adhesive agent. i.e.:ARDEX, SACK-CRETE or equal. Fill cracks and bring smooth and flush with existing surfaces. PART 3 EXECUTION 3.01 EXAMINATION A. Verify existing conditions before,starting work. B. Verify that substrate surfaces are ready to receive work as instructed by the coating manufacturer. Obtain and follow manufacturer's instructions for examination and testing of substrates. C. Cementitious Substrates: Do not begin application until substrate has cured 28 days minimum and measured moisture content is not greater than 16 percent. Measure concrete surface for negative alkalinity with litmus paper test. 100% Construction Documents 09 9723-3 CONCRETE AND MASONRY 3/27/2020 COATINGS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group D. Masonry: Verify masonry joints are struck flush. 3.02 MATERIALS PREPARATION A. Mix and prepare coating materials in accordance with manufacturer's directions. B. Store materials not in actual use in tightly covered containers. Maintain containers used in storage, mixing and application of coatings in a clean condition,free of foreign materials and residue. C. Stir materials before application to produce a mixture of uniform density, and stir as required during application. Do not stir surface film into material. Remove film, and if necessary, strain material before using. 3.03 APPLICATION A. Apply coating in accordance with manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied. B. Tilt-Up, Pre-Cast, and Cast-In-Place Concrete Finish Coating System: 1. Primer Coat—Typical Tilt-Up or Pre-Cast concrete does not require the use of a primer prior to the application of TEX•COTE®XL-70 "W" Smooth Airless. When a primer coat is desired, apply TEX•COTE®XL-70"W" Primer at a rate of 250-350 square feet pergallon. For concrete surfaces that exhibit chalking, calcium hydroxide, efflorescence, or other problems that may inhibit adhesion, apply TEX•COTE®XL-70 Solvent Primer at a rate of 175-300 square feet per gallon. 2. Finish Smooth Coat-Apply TEX•COTE®XL-70 "W"Smooth Airless at a rate of 80-100 square feet per gallon. Must achieve 7-10 mils DFT. Depending on porosity of cementitious surface, second coat may be necessary to achieve appropriate coverage 3. A wet edge shall be maintained to prevent lap-marks. C. Masonry, Split-Face/Sand Finish Block, Stucco, and Other Approved Cementitious Surfaces Coating System 1. 2. Finish Smooth Coat—Apply first coat of TEX•COTE®XL-70"W" Smooth Airless at a rate of 80-100 square feet per gallon with spray equipment and back-roll to ensure adequate coverage.Apply second coat of TEX•COTE®XL-70"W"Smooth Airless at a rate of 80-100 square feet per gallon with spray equipment only. Back-rolling should not be necessary for second coat. Must achieve minimum 14 mils DFT. D. Avoid starting and stopping midway on wall. Continue to a natural break such as a panel edge or corner 3.04 CLEANING A. Collect waste material that could constitute a fire hazard, place in closed metal containers, and remove daily from site. B. Protect work of other trades,whether to be coated or not, against damage by coating and finishing work Correct any damage by cleaning, repairing or replacing, and recoating, as acceptable to Architect C. Provide"wet paint"signs as required protecting newly-coated finishes. Remove temporary protective wrappings provided by others for protection of their work, after completion of coating operations. D. At the completion of work of other trades,touch-up and restore all damaged or defaced surfaces E. Clean surfaces immediately of overspray, splatter, and excess material. F. After coating has cured, clean and replace finish hardware,fixtures, and fittings previously removed. 100% Construction Documents 09 9723-4 CONCRETE AND MASONRY 3/27/2020 COATINGS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group 3.05 PROTECTION A. Protect finished work from damage. END OF SECTION 09 9723 100% Construction Documents 09 9723- 5 CONCRETE AND MASONRY 3/27/2020 COATINGS Neptune Exterior Renovations BCC Engineering Miami Beach, FL V3 Architectural Group SECTION 10 4400 FIRE PROTECTION SPECIALTIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Fire extinguishers. B. Fire blankets. C. Fire extinguisher cabinets. D. Accessories. 1.02 RELATED REQUIREMENTS A. Section 06 1000-Rough Carpentry: Wood blocking product and execution requirements. 1.03 REFERENCE STANDARDS A. FLA(FBC-B)- Florida Building Code: Building (6th Edition); 2017. B. NFPA 10-Standard for Portable Fire Extinguishers; 2017,with Errata (2018). 1.04 SUBMITTALS A. See Section 01 3000-Administrative Requirements,for submittal procedures. B. Manufacturer's Installation Instructions: Indicate special criteria and wall opening coordination requirements. 1.05 QUALITY ASSURANCE A. Contractor sahll provide Fire Extinguishers for the construction site per FLA(FBC-B) Section 3309 Safeguards during Construction. 1.06 FIELD CONDITIONS A. Do not install extinguishers when ambient temperature may cause freezing of extinguisher ingredients. B. Contractor shall maintain a minimum of one fire extinguisher and fire blanket in area of work. C. Contractor shall prior to start of work, confirm existing fire extinguishers are functioning, and provide access to these extinguishers at all times during construction. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Fire Extinguishers: 1. Ansul, a Tyco Business: www.ansul.com. 2. Kidde, a unit of United Technologies Corp: www.kidde.com. 3. Nystrom, Inc: www.nystrom.com/sle. 4. Pyro-Chem, a Tyco Business: www.pyrochem.com. 5. Substitutions: See Section 01 6000- Product Requirements. 2.02 FIRE EXTINGUISHERS A. Fire Extinguishers-General: Comply with product requirements of NFPA 10 and applicable codes,whichever is more stringent. B. Multipurpose Dry Chemical Type Fire Extinguishers: Carbon steel tank,with pressure gauge. 1. Class: A:B:C type. 2. Size: 10 pound. 3. Temperature range: Minus 40 degrees F to 120 degrees F. 2.03 ACCESSORIES A. Fire Blanket: Fire retardant treated wool; red, 62 by 84 inch size. 100% Construction Documents 10 4400- 1 FIRE PROTECTION 3/27/2020 SPECIALTIES M IAj� /� I B EPROCUREMENT DEPARTMENT !V 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miannibeachfl.gov ADDENDUM NO. 2 INVITATION TO BID NO. 2020-050-DF NEPTUNE APARTMENTS EXTERIOR REHABILITATION March 24,2020 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. REVISIONS: ITB DUE DATE AND TIME.The deadline for the receipt of bids is extended until 3:00 p.m., on Monday,April 13,2020. 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. THE DEADLINE FOR QUESTIONS HAS PASSED AND NO FURTHER QUESTIONS WILL BE CONSIDERED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado aa..miamibeachfl.gov. Contact: Telephone: Email: Danny Flores 305-673-7000 ext.26652 DannyFlores@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 bid. 7nc rely, Alex Denis Procurement II rector • M l k A/ fjl PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 1 INVITATION TO BID NO. 2020-050-DF • NEPTUNE APARTMENTS EXTERIOR REHABILITATION • March 16, 2020 This Addendum to the above-referenced ITB is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The ITB is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS. ITB DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 PM, on Monday, March 30, 2020, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139.Answers to questions received will be issued in a forthcoming addendum. 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: Danny Flores _ 305-673-7000 ext. 26652 _ DannyFlores@miamibeachfi.gov Proposers are reminded to acknowledge receipt of this addendum as part of your ITB submission. Potential proposers that have elected not to submit a response to the ITB are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal.77fcre , ( f Pz-,.�c. ex De '' rocurement Director 1 ADDENDUM NO.1 INVITATION TO BID NO.2020-050-DF i NEPTUNE APARTMENTS EXTERIOR REHABILITATION City of Miami Beach Bid 2020-050-DF Solicitation 2020-050-DF Neptune Apartments Exterior Rehabilitation Bid Designation: Public City of Miami Beach 2/24/2020 7:03 AM P.1 City of Miami Beach Bid 2020-050-DF Bid 2020-050-DF Neptune Apartments Exterior Rehabilitation Bid Number 2020-050-DF Bid Title Neptune Apartments Exterior Rehabilitation Bid Start Date Feb 21, 2020 2:17:10 PM EST Bid End Date Mar 23, 2020 3:00:00 PM EDT Question&Answer End Date Mar 13, 2020 5:00:00 PM EDT Bid Contact DANNY FLORES 305-673-7490 DANNYFLORES@MIAMIBEACHFL.GOV Pre-Bid Conference Mar 4, 2020 9:30:00 AM EST Attendance is optional Location:SITE VISIT FIRST March 4, 2020 09:30 AM ET 1632 Meridian Avenue Miami Beach, Florida 33139 PREBID MEETING IMMEDIATELY FOLLOWING SITE VISIT March 4, 2020 Procurement Department 3rd Floor, Conference Room 1755 Meridian Avenue Miami.Beach, Florida 33139 Required Vendor Qualifications VENDOR QUESTIONNAIRE Addendum # 1 Pre-Bid Conference Changes Pre-Bid Conference information has changed. Please review all Pre-Bid Conferences. Addendum # 2 New Documents REUPLOAD-Appendix E - Plans and NOA.pdf Removed Documents Appendix E - Plans and NOA.pdf Description ITB No.:Neptune Apartments Exterior Rehabilitation ITB Title:2020-050-DF Date of Issuance:February 21,2020 Project Description&Scope of Work: 2/24/2020 7:03 AM p.2 City of Miami Beach Bid 2020-050-DF The Neptune Apartments is a three-story building containing 35 studio apartments. It has an elevation of approximately 35'and holds an adjusted area of 16,227 sq.ft.on a 7,500 sq.ft. lot. Neptune is rented exclusively to low to moderate income tenants and is managed by The City of Miami Beach Department of Housing and Community Services. The Neptune Apartments,built in 1925,is designed in the"Mediterranean Revival"style by Architect J.C.Gault and is a "contributing" property to the Flamingo Park Historic District. Status of Historic Designation:Designated at National Level The City of Miami Beach's intention is to correct the identified deficiencies at the exterior of the building, using materials that are environmentally friendly and systems that contribute to save valuable resources. The scope of the construction project is covered within the set of construction documents and specifications prepared by BCC Engineering and V3 Architectural Group is summarized and includes,but is not limited to,the below: Install new,impact rated,entry storefront doors. Remove and reinstall existing impact rated windows. Sandblast existing stucco finish. Remove&repair concrete spall and delamination. New stucco finish at exterior walls. Paint exterior walls. Refurbish balcony railings,handicap ramps railing,exterior stairs railing. Remove entry deck floor finish. Install new entry deck floor finish. Pressure clean and paint concrete balusters/columns. Specifications are further detailed in Appendix E. Project Location: 1632 Meridian Avenue,Miami Beach,Florida 33139 Estimated Budget:$550,000.00 Procurement Contact:Name:Danny Flores Telephone:305-673-7490 ext.26652 Email:dannyflores@miamibeachfl.gov • 2/24/2020 7:03 AM p.3 City of Miami Beach Bid 2020-050-DF IIB SUMMARY The purpose of this ITB Summary is to summarize the major terms, conditions and requirements of the ITB. Bidders shall note that various paragraphs within these bid documents have a box ( ) which may be checked ( 0 ). 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. It is the Bidder's responsibility to become familiar with all terms, conditions and requirements of the ITB, whether or not included in the ITB Summary. Further, it is the Bidder's responsibility to make note of and account for any revisions to any portion of the ITB Summary that may result from an addendum to the ITB. ITB Information&General Requirements ITB No.: Neptune Apartments Exterior Rehabilitation ITB Title: 2020-050-DF Date of Issuance: February 21,2020 Project Description& The Neptune Apartments is a three-story building containing 35 studio apartments. It has an Scope of Work: elevation of approximately 35'and holds an adjusted area of 16,227 sq.ft. on a 7,500 sq.ft. lot. Neptune is rented exclusively to low to moderate income tenants and is managed by The City of Miami Beach Department of Housing and Community Services. The Neptune Apartments, built in 1925, is designed in the"Mediterranean Revival"style by Architect J.C.Gault and is a"contributing"property to the Flamingo Park Historic District. Status of Historic Designation: Designated at National Level The City of Miami Beach's intention is to correct the identified deficiencies at the exterior of the building, using materials that are environmentally friendly and systems that contribute to save valuable resources. The scope of the construction project is covered within the set of construction documents and specifications prepared by BCC Engineering and V3 Architectural Group is summarized and includes, but is not limited to,the below: 1. Install new, impact rated,entry storefront doors. 2. Remove and reinstall existing impact rated windows. 3. Sandblast existing stucco finish. 4. Remove&repair concrete spall and delamination. 5. New stucco finish at exterior walls. 6. Paint exterior walls. 7. Refurbish balcony railings, handicap ramps railing, exterior stairs railing. 8. Remove entry deck floor finish. 9. Install new entry deck floor finish. 10. Pressure clean and paint concrete balusters/columns. Specifications are further detailed in Appendix E. 2/24/2020 7:03 AM p.4 City of Miami Beach Bid 2020-050-DF Project Location: 1632 Meridian Avenue, Miami Beach, Florida 33139 Estimated Budget: $550,000.00 Procurement Contact: Name: Danny Flores Telephone:305-673-7490 ext.26652 Email:dannyflores@miamibeachfl.gov Cone of Silence: Bidders are hereby advised that, pursuant to Section 2-486 of the City Code,this solicitation is under the Cone of Silence law. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelqranado@miamibeachfl.gov. Reference: Section 0400, Solicitation Terms and Conditions Important Dates Due Date&Time for Bid The deadline for submittal of bids is 3:00 PM,on March 23,2020 Submittal: Bidders are cautioned that late bids will not be accepted. Bidders are fully responsible for Due date may be modified by assuring that bids are received by the deadline and shall consider all factors, including but addendum to the ITB.It is important that bidder download all addenda. not limited to,weather,traffic and third-party carrier delays. Pre-Bid Conference: Date: March 4,2020 Time: IMMEDIATELY FOLLOWING SITE VISIT BELOW ® Pre-Bid Conference will be held. Location: Procurement Department 3rd Floor,Conference Room ❑ Pre-Bid Conference is 1755 Meridian Avenue Mandatory. Miami Beach, FL 33139 ❑ A Pre-Bid Conference Dial-in Instructions: will not be held. • Dial the Telephone Number: 1-877-873-8018 • Enter the Meeting Number:6312925 and then press the pound(#)key Reference:Section 0100,Sub-section 6, Pre-Bid Interpretations. Site Visit: Date: March 4,2020 Time: 9:30 AM ❑ Site Visit will be held. Location: 1632 Meridian Avenue, Miami Beach,FL 33139 ❑ Site Visit is Mandatory. ❑ Site Visit will not be held. Last Day for Receipt of March 13,2020 by 5:00 PM ET Questions: Questions will be allowed up to 10 days before the initial deadline for submittal of Bids. Questions must be directed to dannyflores@miamibeachfl.gov,with a copy to the City Clerk rafaelgranado@ miamibeachfl.gov. Reference:Section 0100, Sub-section 6, Pre-Bid Interpretations. 2/24/2020 7:03 AM p.5 City of Miami Beach Bid 2020-050-DF Project Specific Information&Requirements Minimum Requirements: Bids from bidders that do not meet the following Minimum Requirements shall be deemed non-responsive and shall not be considered. ® Shall apply. 1. Licensing Requirements. Bidder shall be State of Florida Certified General ❑Shall not apply. Contractor in the State of Florida;Division of Business and Professional Regulations OR Miami-Dade County Licensed Contractor to be considered for award. Submittal Requirement: Bidder:Submit License Number. 2. Previous Experience of Bidder(Firm).Bidders must have successfully completed at least one(1)project of at least similar scope and budget within the last five(5)years, wherein the project was subject to Davis-Bacon Wages and/or other wage requirements. Similar scope shall be defined as building renovations and site improvements of registered historical buildings or a contributing property within a registered historical district listed on the National Registry of Hisoric Places.Bidders shall provide evidence thereof. Submittal Requirement:For each project,submit:1)Owner Name,2)Contact Name, Telephone&Email,3)Project Address,4)Narrative on Scope of Services Provided, 5)Wage requirements,6)Contract amount and completion date. Reference: Section 0200. Bid Bond Requirements: If the requirement applies, Bidder shall submit,WITH ITS BID, an original bid bond,certified check, or cashier's check, in the amount of 5% of the bid amount, payable to City of Miami Shall apply. Beach, Florida. ['Shall not apply. Failure to include the bid bond WITH THE BID shall result in the bid being deemed non- res a onsive and not bein• considered. • Reference: Section 0100, Sub-section 8, Bid Bond. Davis-Bacon Wage Rates: If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and mechanics employed under the contract no less than the prevailing wage rate and fringe ®Shall apply. benefit payments to be used in implementation of this article shall be those last published by the United States Department of Labor in the Federal Register prior to the date of issuance ❑Shall not apply. of the ITB. Reference: Appendix G, Davis-Bacon Act WD#FL20200074 Appendix H, Uniform Guidance Procurement Standards 2 CFR 200.317-200.326 Insurance: If the requirement applies, Bidder agrees it shall fully comply with the following insurance requirements: ® Shall apply. The vendor shall maintain the below required insurance in effect prior to awarding the contract ❑ Shall not apply. and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as 2/24/2020 7:03 AM p.6 City of Miami Beach Bid 2020-050-DF a material breach of the contract,which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease.Should the Contractor be exempt from this Statute,the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers'Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or(ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence,and$2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles,then coverage for hired and non-owned automobiles, with limit no less than$1,000,000 combined per accident for bodily injury and property damage. D. 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. E. Installation Floater Insurance against damage or destruction of the materials or equipment in transit to, or stored on or off the Project Site, which is to be used (installed into a building or structure) in the Project. (City of Miami Beach shall 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.) Additional Insured-City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials,parts,or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation- Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation—Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However,this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. 2/24/2020 7:03 AM P.7 City of Miami Beach Bid 2020-050-DF Acceptability of Insurers—Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds(i.e.FWCIGA,FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the Citybefore work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications,at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 4668—ECM#35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach @riskworks.com 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. 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 Contract Price: As indicated,contract pricing shall be based on lump sum or unit pricing in accordance with Section 0400,Terms and Conditions of the Contract. ® Lump sum pricing shall apply. ❑ Unit pricing shall apply. Contract Completion Time& Days for Substantial Completion:90 days Schedule: Days for Final Completion:30 days Project Scheduling Software Required: ❑Bar Chart ®Computerized CPM using Primavera"P6"software ❑ Modified CPM ❑ Microsoft Project Reference: Section 0400,Terms and Conditions of the Contract. Liquidated Damages: 1. Failure to achieve Substantial Completion:$500/day 2. Failure to achieve Final Completion:$250/day ®Shall apply. 2/24/2020 7:03 AM p.8 City of Miami Beach Bid 2020-050-DF ❑Shall not apply. Reference: Section 0400,Terms and Conditions of the Contract. Local Workforce If the requirement applies, the Bidder agrees it, and its sub-contractors, shall make its best Participation: 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 ❑ Shall apply. performed by Miami-Dade County residents. The contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. ® Shall not apply. Minimum%of Self-Work Minimum%of the Work Contractor self-perform with its own forces:20% Requirement: See Section 0400,Terms and Conditions of the Contract. ®Shall apply. ❑ Shall not apply. Performance& Payment See Section 0400,Terms and Conditions of the Contract. Bond Requirements: ®Shall apply. ❑Shall not apply. Prevailing Wage Rates: If the requirement applies, Bidder agrees it, and its sub-contractors, shall pay laborers and mechanics employed under the contract no less than the prevailing wage rate and fringe ❑Shall apply. benefit payments to be used in implementation of this article shall be those last published by the United States Department of Labor in the Federal Register prior to the date of issuance ®Shall not apply. of the ITB Inspector General Audit See Section 0100, Instructions to Bidders, No. 15 Inspector General Audit Rights. Rights ®Shall apply. ❑Shall not apply. If the Contractor is a State of Florida Certified General Contractor the following will be Required Licenses/Permits: required: 1. Copy of State Contractors Certification ▪Shall apply. 2. Place of Business Occupational License ❑Shall not apply. OR If a Miami-Dade County Licensed Contractor: 1. Dade Certificate of Competency in the Discipline Licensed 2. Municipal Contractors Occupational License PERMITS: The CONTRACTOR shall obtain and pay for any permits that may be required for execution of the work,including but not limited to: 1. City of Miami Beach Building and Zoning a. Right of way permit if required 2/24/2020 7:03 AM p.9 City of Miami Beach Bid 2020-050-DF 2. Florida Power and Light(FPL) 3. Miami-Dade Water and Sewer(WASD) Trench Safety Act Reference: Section 0100, Sub-section 12, Florida Trench Safety Act. Requirements ®Shall apply. ❑Shall not apply. Consultant: BCC Engineering Departmental Contract Pablo Gomez Manager: Submittal Requirements Submittal Location: Bids will be received at: City of Miami Beach Procurement Department, 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 Submittal Format& Bids are to be submitted in sealed package clearly,contain all information, and organized in Requirements: accordance with Section 0300, including: TAB A: CONTRACTOR QUALIFICATION FORM(APPENDIX A) Submit the Contractor Qualification Form (Appendix A) completed and fully executed. TAB B: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS Submit evidence,as specifically requested in the ITB Summary, of compliance with each minimum requirement(s)of this ITB. Bidders that do not comply, or for whom the City cannot verify compliance,shall be deemed non-responsive and its bid shall not,be considered. TAB C: BID PRICE FORM&BID BOND The following documents shall be submitted with the by the deadline for submittal of bids: 1. Bid Price Form. (Appendix B, Form B1). 2. Bid Bond. FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1) BID PRICE FORM, FORM B1 (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. TAB D: BID FORMS Submit any other form requested on the ITB Summary, including but not limited to: 2/24/2020 7:03 AM P.10 City of Miami Beach Bid 2020-050-DF 1. Schedule of Values Form,Appendix B, Form B2. 2. Acknowledgment of Addenda,Appendix B, Form B3. 3. Appendix A Contractor Qualification Form 4. Appendix C Pre-Award Form(s) 5. Appendix I Federal Forms(Pre-Award) 1 • • 1 : 1 ' • 1 • I , le 1 e � ' EDERAL ("HUD") FORMS, SHALL RESULT IN BID BEING DEEMED NO ESPONSIVE AND NOT BEING FURTHER CONSIDERED. [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 2/24/2020 7:03 AM p.11 City of Miami Beach Bid 2020-050-DF TABLE OF CONTENTS SOLICITATION SECTIONS 0100 INSTRUCTIONS TO BIDDERS 0200 MINIMUM QUALIFICATIONS 0300 BID SUBMITTAL FORMAT 0400 TERMS & CONDITIONS (Under separate cover) APPENDICES: APPENDIX A- CONTRACTOR QUALIFICATION FORM APPENDIX B - BID PRICE FORM, SCHEDULE OF VALUES, & ACKNOWLEDGMENT OF ADDENDA APPENDIX C- PRE-AWARD FORMS APPENDIX D- CONTRACT FORM APPENDIX E - PLANS/SPECIFICATIONS AND ENTRYWAY NOTICE OF ACCEPTANCE APPENDIX F- POST AWARD FORMS APPENDIX G - DAVIS-BACON ACT WD# FL20200074 APPENDIX H - UNIFORM GUIDANCE PROCUREMENT STANDARDS 2 CFR 200.317-200.326 APPENDIX I - FEDERAL FORMS (PRE-AWARD) APPENDIX J - FEDERAL FORMS (POST-AWARD) APPENDIX K- SCHEDULE C (MILESTONE DEADLINES) 2/24/2020 7:03 AM p.12 City of Miami Beach Bid 2020-050-DF SECTION 0100—INSTRUCTIONS TO BIDDERS: 1. General.This Invitation to Bid (ITB) is issued by the City of Miami Beach, Florida (the"City"), as the means for prospective Bidders to submit their qualifications, proposed scopes of work and cost proposals (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Bidders and, subsequently, the successful Bidder(s) (the "contractor[s]") if this ITB results in an award. The City utilizes BidSync (www.bidsync.com) for autotnatic notification of solicitation opportunities and document fulfillment. Any prospective bidder who has received this ITB by any means other than through BidSync is solely responsible for registering immediately with BidSync to assure it receives any addendum issued to this ITB. Additionally, prior to submittal of the bid, bidder shall verify that it has received and complied with all addenda issued. Failure to receive an addendum, or comply with an addendum requirement, may result in disqualification of bid submitted. 2. Background and Scope of Work. The Project is described more fully in the Invitation to Bid Summary (and/or the exhibits referenced therein). 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: a. Examine the Contract Documents thoroughly. b. Visit the site or structure to become familiar with conditions that may affect costs, progress, performance or furnishing of the Work. c. 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. d. Study and carefully correlate Bidder's observations with the Contract Documents. e. Carefully review the Contract Documents and notify City 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 Project Site/Location of the Work specified in the Invitation to Bid Summary (the "Project Site"). 2/24/2020 7:03 AM p.13 City of Miami Beach Bid 2020-050-DF 6. Pre-Bid Interpretations. Only those questions answered by the City's Procurement Department, via written addendum to this ITB, shall be binding as to this ITB. City's answers to questions may supersede terms noted in this ITB, and in such event, such answers shall govern and control this ITB. Verbal and other interpretations or clarifications of City representatives or employees 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 Section 0300 and must be received on or before the deadline for the submittal of bids. Late bids will not be accepted and will not be considered. It is the Bidder's responsibility to account for weather, traffic, courier or any other possible delay. 8. Bid Bond. If the Invitation to Bid Summary specifies that a bid bond is required, Bidder shall submit, WITH ITS BID, either an original bid bond, in a form acceptable to the City, executed by a surety company meeting the qualifications specified herein, in the amount of 5% of the bid amount, payable to City of Miami Beach, Florida. In the alternative, Bidder may submit a certified check or cashier's check issued by any national or state bank (United States). 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 guaranties of the unsuccessful Bidders will be returned after award to the successful bidder. 9. Prevailing Wage Rates & Local Workforce Participation. See ITB Bid Summary to determine if prevailing wages and local workforce participation are a requirement of this ITB. If required, Chapter 31, Articles II and Ill, of the Code of City of Miami Beach requires that the rate of wages and fringe benefits, or cash equivalent, for all laborers, mechanics and apprentices employed by any contractor or subcontractor on the work covered by the contract, shall not be less than the prevailing rate of wages and fringe benefit payments or cash equivalence for similar skills or classifications of work, as established by the Federal Register last published by the United States Department of Labor prior to the date of issuance of this solicitation.Additionally,the contractor will make its best reasonable efforts to promote employment opportunities for Miami-Dade County residents by seeking to achieve a project goal of having thirty percent (30%) of all construction labor hours performed by Miami-Dade County residents. The contractor shall also make its best reasonable efforts to promote employment opportunities for Miami Beach residents. Refer to Appendix C for additional information and submittal requirements of these programs, and the applicable prevailing wage table for the project. 2/24/2020 7:03 AM P•14 City of Miami Beach Bid 2020-050-DF 10. Method of Award. Following the review of bids and application of vendor preferences, the lowest responsive, responsible bidder(s) meeting all terms, conditions, and specifications of the ITB will be recommended for award by bid item, bid group, or for the entirety of all bid items, as deemed in the best interest of the City, to the City Manager for his consideration. After considering the staff recommendation for award, the City Manager shall exercise his due diligence and recommend to the Mayor and City Commission the bid that the City Manager deems to be in the best interest of the City.The City Commission shall consider the City Manager's recommendation(s) and, may approve or reject the City Manager's recommendation(s). The City Commission may also reject all bids received. In determining the lowest and best bidder, and in addition to price, Section 2-369 of the City Code provides that the City may consider the following: • The ability, capacity and skill of the bidder to perform the Contract. • Whether the bidder can perform the Contract within the time specified, without delay or interference. • The character, integrity, reputation,judgment, experience and efficiency of the bidder. • The quality of performance of previous contracts. The previous and existing compliance by the bidder with laws and ordinances relating to the Contract. 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. 11. Contract Price. The Contract Price is to include the furnishing of all labor, materials, equipment including tools,shoring,services, permit fees,general conditions costs,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. Florida Trench Safety Act. If the work involves trench excavations that will exceed a. depth of 5 feet, the requirements of Florida Statutes, Chapter 553, Part III, Trench Safety Act, will be in effect. The Bidder, by virtue of submitting a bid, certifies that such Act will be complied with during the execution of the work. Bidder acknowledges that included in the total bid price are all costs for complying with the Florida Trench Safety Act. 13. Financial Capacity.Within three (3) business days of request by the City, each Bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Bidder. The Bidder shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=l 1 696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Bidder review the information contained in its SQR for accuracy 2/24/2020 7:03 AM p.15 City of Miami Beach Bid 2020-050-DF prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800- 424-2495. 14. Omitted or Additional Information. With exception of the Bid Price Form and the Bid Bond, if applicable, the City reserves the right to seek any omitted information/documentation or any additional information from bidder or other source(s), including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Bidder to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non-responsive. 15. Inspector General Audit Rights 1. Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. 2. The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Contractor, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the Contract Documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. 3. Upon ten (10) days written notice to the Contractor, the Contractor shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Contractor, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. • 4. The Inspector General shall have the right to inspect and copy all documents and records in the Contractor's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals 2/24/2020 7:03 AM p.16 City of Miami Beach Bid 2020-050-DF and agreements from and with successful subcontractors and suppliers, all project- related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back-change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 5. The Contractor shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this contract, for examination, audit, or reproduction, until three (3) years after final payment under this contract or for any longer period required by statute or by other clauses of this contract. In addition: I. If this contract is completely or partially terminated, the Contractor shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and II. The Contractor shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this contract until such appeals, litigation, or claims are finally resolved. 6. The provisions in this section shall apply to the Contractor, its officers, agents, employees, subcontractors and suppliers. The Contractor shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Contractor in connection with the performance of this contract. 7. Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Contractor or third parties. SECTION 0200—MINIMUM QUALIFICATIONS AND REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed in the ITB Bid Summary. Bidders that fail to comply with minimum requirements shall be deemed non-responsive and shall not have its bid considered. SECTION 0300—BID SUBMITTAL FORMAT 1. Number Of Copies. 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 signed Bid Price Form and Bid Bond (if applicable), which must be submitted at time of bid. Bid Submittals received with no Bid Price Form or Bid Bond (if applicable), or with an unsigned Bid Price Form, shall be deemed non-responsive. Bidder must submit any other 2/24/2020 7:03 AM p.17 City of Miami Beach Bid 2020-050-DF 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. 2. Bid Submission Format: Bid packages must contain the following information and documents, each fully completed, signed, 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. Bids are to be submitted in sealed package clearly, contain all information, and organized in accordance with Section 0300, including: TAB A: CONTRACTOR QUALIFICATION FORM (APPENDIX A) Submit the Contractor Qualification Form(Appendix A)completed and fully executed. TAB B: MINIMUM QUALIFICATIONS AND SUBMITTAL REQUIREMENTS Submit evidence, as specifically requested in the ITB Summary, of compliance with each minimum requirement(s) of this ITB. Bidders that do not comply, or for whom the City cannot verify compliance, shall be deemed non-responsive and its bid shall not be considered. TAB C: BID PRICE FORM & BID BOND The following,documents shall be submitted with the by the deadline for submittal of bids: 1. Bid Price Form. (Appendix B, Form B1). 2. Bid Bond. FAILURE TO SUBMIT THE MOST RECENT COMPLETED AND EXECUTED: 1) BID PRICE FORM (EITHER INCLUDED IN THE ORIGINAL ITB OR RELEASED VIA AN ADDENDUM) AND 2) BID BOND SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. TAB D: BID FORMS Submit any other form requested on the ITB Summary, including but not limited to: 1. Schedule of Value Form, Appendix B, Form B2. 2. Acknowledgment of Addenda, Appendix B, Form B3. 3. Appendix A Contractor Qualification Form 4. Appendix C Pre-Award Form(s) 5. Appendix I Federal Forms (Pre-Award) FAILURE TO SUBMIT THE COMPLETED AND EXECUTED APPENDIX I FEDERAL ("HUD") FORMS,SHALL RESULT IN BID BEING DEEMED NOT RESPONSIVE AND NOT BEING FURTHER CONSIDERED. 3. BID SUBMITTAL DEADLINE: Bids, and all required information, must be received on or before the deadline established in the ITB Summary Sheet. Late bids will not be accepted and will not be considered. Bidders are solely responsible for assuring that bids are received prior to the submittal deadline and are cautioned to consider factors such as traffic and weather. 2/24/2020 7:03 AM P.18 City of Miami Beach Bid 2020-050-DF 0400—TERMS AND CONDITIONS The following documents identify terms and conditions that together with the ITB, inclusive of all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation and the contract, and are complementary to one another and together establish the complete terms, conditions and obligations of the bidder and, subsequently, the awarded contractor. 1. SOLICITATION TERMS & CONDITIONS - SERVICES. By virtue of submitting a bid in response to this ITB, bidder agrees to be bound by and in compliance with the Solicitation Terms and Conditions (dated 10/1/2019), incorporated herein, located at: https://www.miamibeachfl.qov/wp-content/uploads/2019/10/Terms-Conditions-Services- General.pdf 2. GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS. By virtue of submitting a bid in response to this ITB, bidder agrees that all work shall be bound by and in compliance with the Terms and Conditions for Construction Contracts(dated 06/12/2019), incorporated herein, located at: https://www.miamibeachfl.gov/wp-content/uploads/2019/06/General-Conditions-for- Construction-Contracts.pdf [THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK] 2/24/2020 7:03 AM p.19 • City of Miami Beach Bid 2020-050-DF APPENDIX A t4, dSA t 4{ d A 11 1 • F,. a 0 e ,..;.off a�� ..s, ssi "° . Contiactor Qualification Fo rm ORCONS EUC7IONPROJDCZS t ..a -EciWtVcrd,,.,.:,E. .. »' .?. w � wr .,-t 2/24/2020 7:03 AM P.20 City of Miami Beach Bid 2020-050-DF V'":'-1-,^9'4 ! drIC1 0 j ib 0 't 5 4' Section 1, Required Form. The Contractor Qualification Form is a required form that must be submitted, completed and executed, with the bid or within 3 days of request by the City. No bid will be considered without the Contractor Form. Bidder's failure to submit this form as stipulated herein shall render its bid non-responsive. Section 2, Submittal Instructions. The Contractor Qualification Form will not be considered until it has been submitted completed and executed by a principal of the applicant. Incomplete applications shall not be considered. If requested information is not applicable, please indicate"N/A"or"None. " If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. The City reserves the right to request clarifications or additional information as deemed necessary to evaluate an applicant's qualifications..When clarifications or additional information is requested by the City, Applicants will have seven(7) business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Part A—General Bidder Information. FIRM NAME: NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS NO.OF EMPLOYEES: LOCALLY: OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: APPLICANT FIRM IS: CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER(If other,specify: 2/24/2020 7:03 AM p.21 City of Miami Beach Bid 2020-050-DF Part B—Proposed Team. 1. Organizational Chart. Submit 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 2.Staffing Plan.Submit 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. Part C—Operational&Management Information. 1.Provide the names of each owner(stockholder,sole proprietor, and partner), director, or officer of the company,below.Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type 2. Provide three (3) residential renovation projects that the applicant has completed in the last five(5)years. Project Description of Work Project Reference Name: Email: Telephone: Name: Email: Telephone: Name: Email: Telephone: 3. Has the applicant company's construction license(s)been revoked during the last five(5)years? YES NO If yes,why? 2/24/2020 7:03 AM p.22 City of Miami Beach Bid 2020-050-DF 4. Have any owners,directors, officers, or agents of the applicant company had a license revoked during the last five(5)years? YES NO If yes,why? 5. Is the applicant company currently barred by a governmental agency, from bidding work as a prime or subcontractor? YES NO If yes,state debarment period and the reason(s)for debarment? 6.Has a surety completed,or paid for completion, of a project on behalf of the applicant company, within the last five(5)years? YES NO If yes,why? 7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5)years? YES NO If yes,why? 8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction work? YES NO If yes,state the name of the affiliate? 2/24/2020 7:03 AM P.23 City of Miami Beach Bid 2020-050-DF • 9. Is the applicant company a parent, subsidiary, or holding company for another construction company? YES NO If the answer is"yes,"identify the company and type of relationship(s),below: Company Type of affiliation(parent or subsidiary) Period of affiliation 10. Is an owner,director,officer,or agent of the applicant company affiliated with another company? YES NO If the answer is"yes,"provide the following information for each individual and the affiliated company. Period of Type of affiliation(e.g. Individual's name Affiliated company's name affiliation officer,director,owner or employee) 11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last five(5)years? YES NO If yes,explain and attach,as applicable, the relevant case and court documents, including (but not limited to):the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 12. Has any owner, director, officer, or agent for the applicant company, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five(5) years? YES NO If yes, explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case,a copy of the notice of commencement. 2/24/2020 7:03 AM P.24 City of Miami Beach Bid 2020-050-DF 13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction company under any other name in the last five(5)years? YES NO If yes,explain. 14. Has the applicant company been assessed or paid liquidated damages on any project during the past five(5)years,whether the project was publicly or privately owned? YES NO If yes,explain. 15. Are there currently any liens, suits, or judgments of record pending against any owner, director,officer,or agent for the company that is related'to construction activities of a business organization? YES NO If yes,explain. 16. Has the applicant company or any of its owners, officers, or partners ever been convicted (criminal)or found liable (civil) for making either a false claim or material misrepresentation to any public agency or entity? If yes, explain. 17.Has the applicant company or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES NO If yes,explain. 2/24/2020 7:03 AM p.25 City of Miami Beach Bid 2020-050-DF 18.Is any officer,director, employee or agent,or immediate family member(spouse,parent,sibling, and child)of any officer,director,employee or agent,an employee of the City of Miami Beach? YES. NO If es,state name,title and share of ownershi• Name Title Share(%)of Ownership 19. Has the applicant,or any officer,director,employee or agent,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? YES NO If yes, provide details. 20. 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. Does the applicant agree to be comply with this prohibition? YES NO 21. Is the applicant a small business concern owned and controlled by a veteran(s)(certified by the State of Florida Department of Management Services or a service-disabled veteran business enterprise(certified by the United States Department of Veterans Affairs). YES NO Certifying Agency Certification Type 22. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers with more than 51 employees and City volume greater than$100,000 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 supplier who works 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. 2/24/2020 7:03 AM p.26 City of Miami Beach Bid 2020-050-DF A. Does the applicant 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. Firm Provides for Firm Provides for Firm does not BENEFIT Employees with Employees with provide Benefit Spouses Domestic Partners Health Sick Leave Famil Medical Leave Bereavement Leave 23. 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 the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in North Carolina or Mississippi? YES NO If yes, explain. 2/24/2020 7:03 AM p.27 City of Miami Beach Bid 2020-050-DF CONTRACTOR QUALIFICATION FORM AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s)are complete,true,and correct to the best of his/her knowledge$and belief;2)s/certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership,management,or financial condition of the company.Further, any prequalification applicant,including its principal(s), director(s),and any affiliate,who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the applicant agrees: 1)to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any Addenda released hereto; 2)that it has not colluded, nor will collude, with any other applicant;3)that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the proposal are true and accurate. Name: Title(must be a principal of the applicant): Signature: Date: 2/24/2020 7:03 AM p.28 City of Miami Beach Bid 2020-050-DF APPENDIX B t3 t: Bid Price Fo rm (B1) MUST BE SUBMITTED WITH THE BID. FAILURE TO DO SO WILL RENDER BID NON- RESPONSIVE. Schedule ofValues (B2) Ac kno wle d g me nt o f Ad d e nd a (B3) • as isism 2/24/2020 7:03 AM p.29 City of Miami Beach Bid 2020-050-DF Bid Price Fb rm (B1) Page 1 of 1 FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED AND EXECUTED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION. 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. 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. TOTAL BASE BID AMOUNT IN FORM B2 $ 'Allowance for Trench Safety Act $25.00 Permit Allowance $2,500.00 GRAND TOTAL (TOTAL BASE BID + TRENCH SAFETY+ PERMIT ALLOWANCE) 'See Section 0100, Sub-section 12. Bidder's Affirmation 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 its 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. Bidder: Authorized Agent Name: Authorized Agent Title: Authorized Agent Signature: 2/24/2020 7:03 AM p.30 City of Miami Beach Bid 2020-050-DF Schedule ofValues (B2) Page 1 of 1 MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY. BIDDERS PRICE: Item UOM �� _�Total Division Cost � ' 1.0 General Requirements LS $ 2.0 Site Construction LS $ 3.0 Concrete LS $ 4.0 Masonry LS $ 5.0 Metals LS $ 6.0 Wood and Plastics LS $ 7.0 Specialties LS $ 8.0 Electrical LS $ TOTAL BASE BID (01-08) $ ITB Price Form Supplement- Unit Prices For Division 3.0 (Concrete) only, bidders shall provide a schedule of values indicating the unit cost for those structural repair items (concrete spall, and crack repair epoxyinjection) identified in sheets 16-20 of plans. Item Description Unit_ Unit Price 3.1 Concrete Spall Repair Cu. Ft. $ 3.2 Crack Repair Epoxy Injection Ln. Ft. $ Bidder: Initials: 2/24/2020 7:03 AM p.31 City of Miami Beach Bid 2020-050-DF Acknowledgement ofAddenda (B3) Page 1 of 1 A f l o� �r�Ps i ��6? N f�***- ' y � l �at4�sSLI@ a � mDate Issuedr Amendment 1 Amendment 6 Amendment 2 Amendment 7 Amendment 3 Amendment 8 Amendment 4 Amendment 9 Amendment 5 Amendment 10 Bidder: Initials: • 2/24/2020 7:03 AM P.32 City of Miami Beach Bid 2020-050-DF APPENDIX C I: I 3-' 4q q3 L' k: .'t amlei Pre -Await Forms wro,78-:votstyptrausantarapwt Liarersoospx,Amia.togetieolas Cl Bid Bond • 2/24/2020 7:03 AM p.33 City of Miami Beach Bid 2020-050-DF BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, as Principal, hereinafter referred to as Contractor, and as Surety, are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent (5%) of the Contractor's Base Bid amount of$ lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials, equipment, machinery,tools,apparatus, means of transportation for,and the performance of the Work covered in the Bid Documents which include the Project Manual,the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.: Title: WHEREAS,it was a condition precedent to the submission of said Bid that a cashier's check,certified check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a guarantee that the Contractor would,if awarded the Contract, enter into a written Contract with the City for the performance of said Contract,within ten (10)consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds, satisfactory to the City, each in an amount equal to one hundred percent (100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void; otherwise the sum herein stated shall be due and payable to the City of North Miami and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America, as liquidated damages for failure thereof of said Contractor. 2/24/2020 7:03 AM p.34 City of Miami Beach Bid 2020-050-DF IN WITNESS WHEREOF,the said Principal and the said Surety have duly executed this bond the day of ,20 . ATTEST: PRINCIPAL: (Contractor Name) Signature Signature Print Name Print Name(Principal) Title Title COUNTERSIGNED BY RESIDENT FLORIDA SURETY: AGENT OF SURETY: Signature (Surety Name) Print Name Attorney-in-Fact(Print Name) Signature (CORPORATE SEAL) (Power of Attorney must be attached.) 2/24/2020 7:03 AM p.35 City of Miami Beach Bid 2020-050-DF APPENDIX D • j : f t `s° k3 c-.,F.,.,.�•r' L; • Contract 2/24/2020 7:03 AM p.36 City of Miami Beach Bid 2020-050-DF CONTRACT THIS CONTRACT ("Contract") is made and entered into as of the day of , 2020, by and between the City of Miami Beach, Florida, a municipal corporation (the"City") and (the "Contractor"): WTTNESSETH, that the Contractor, for and in consideration of the payments hereinafter specified and agreed to be made by the City, hereby covenants and agrees to furnish and deliver all the materials required,to do and perform all the work and labor, in a satisfactory and workmanlike manner, required to complete this Contract within the time specified, in strict and entire conformity with the Plans, Specifications, and other Contract Documents, which are hereby incorporated into this Contract by reference, for: ITB No. and Title: The Contractor agrees to make payment of all proper charges for labor and materials required in the aforementioned work, and to defend, indemnify and save harmless City, and their respective officers 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 Contract. 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. In consideration of these premises,the City hereby agrees to pay to the Contractor for the said work, when fully completed, the total maximum sum of[ Base Bid below + allowance account items] dollars ($ ) (the "Contract Price"), consisting of the following accepted items or schedules of work as taken from the Contractor's Bid Submittal: Total Base Bid $ Total Allowance Account Items $ Total Owner's Contingency $ 2/24/2020 7:03 AM p.37 City of Miami Beach Bid 2020-050-DF The Contract Price is subject to such additions and deductions as may be provided for in the Contract Documents. Partial and Final Payments will be made as provided for in the Contract Documents. 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, unless such notice information is revised in a Contract amendment duly executed by the City and the Contractor. For the present, the parties designate the following: For City: Office of Housing & Community Services 1700 Convention Center Drive, Miami Beach, FL 33139 Attn: Pablo Gomez/Maria Ruiz With copies to: City Attorney City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 For Contractor: Attn: • 2/24/2020 7:03 AM p.38 City of Miami Beach Bid 2020-050-DF IN WITNESS WHEREOF,the above parties have caused this Contract to be executed by their appropriate officials as of the date first above written. ATTEST: CITY OF MIAMI BEACH, FLORIDA By: Rafael E. Granado, City Clerk Jimmy L. Morales, City Manager [seal] ATTEST: [INSERT CONTRACTOR NAME] By: Name: Name: [seal] 2/24/2020 7:03 AM P.39 py d WV£O:L OZOZ/VZ/Z 1a�7110 D►�1 F iVaVdr S isaNla GEE 1J L LV) a D1iD DV dOaDmoi\T V li]L1 GNIV SN OILV HHJ DadS �SNV1d f J a X c[ Idd • dQ 090 OZOZ P!8 yoeee we in Jo Aa!0 City of Miami Beach Bid 2020-050-DF 2/24/2020 7:03 AM p.41 City of Miami Beach Bid 2020-050-DF APPENDIX F i Po st Aw a ill Fo nn s 2/24/2020 7:03 AM p.42 City of Miami Beach Bid 2020-050-DF MIAMIMIAMIBEACH 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 • 2/24/2020 7:03 AM p.43 City of Miami Beach Bid 2020-050-DF 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. 2/24/2020 7:03 AM p.45 City of Miami Beach Bid 2020-050-DF 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.: 2/24/2020 7:03 AM p.44 City of Miami Beach Bid 2020-050-DF 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.: 2/24/2020 7:03 AM p.46 City of Miami Beach Bid 2020-050-DF CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as Principal in the foregoing Performance and Payment Bond (Performance Bond and Payment Bond); that , who signed the Bond(s) on behalf of the Principal, was then of said corporation; that I know his/her signature; and his/her signature thereto is genuine; and that said Bond(s)was (were) duly signed, sealed and attested to on behalf of said corporation by authority of its governing body. (SEAL) Secretary (on behalf of) Corporation STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Performance and Payment Bond (Performance Bond and Payment Bond) on behalf of Contractor named therein in favor of City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by 2/24/2020 7:03 AM p.47 City of Miami Beach Bid 2020-050-DF PERFORMANCE AND PAYMENT BOND 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 agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and 2/24/2020 7:03 AM p.48 •City of Miami Beach Bid 2020-050-DF 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 2/24/2020 7:03 AM P.49 City of Miami Beach Bid 2020-050-DF 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. Consultant BY DATE 2/24/2020 7:03 AM p.50 City of Miami Beach Bid 2020-050-DF 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: 6 2/24/2020 7:03 AM p.51 City of Miami Beach Bid 2020-050-DF 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 2/24/2020 7:03 AM P.52 City of Miami Beach Bid 2020-050-DF 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_ Davis-Bacon Act shall apply to this project. 2/24/2020 7:03 AM p.53 City of Miami Beach Bid 2020-050-DF APPENDIX G F r3 V 0, r �a ca r 1 , t i` a Da vis-Bac o n Ac t WD # H20200074 2/24/2020 7:03 AM p.54 City of Miami Beach Bid 2020-050-OF "General Decision Number: FL20200074 01/03/2020 Superseded General Decision Number: FL20180074 State: Florida Construction Type: Residential County: Miami-Dade County in Florida. RESIDENTIAL CONSTRUCTION PROJECTS (consisting of single family homes and apartments up to and including 4 stories) Note: Under Executive Order(EO) 13658,an hourly minimum wage of$10.80 for calendar year 2020 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$10.80 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 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination,the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate).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 01/03/2020 Position Rates Fringes * ELEC0349-009;09/02/2019 ELECTRICIAN $35.36 $12.77 Position Rates Fringes ENGI0487-012 07/01/2013 OPERATOR: Backhoe (Except $28.32 $8.80 Loader Combo) OPERATOR: Crane All Tower $29.05 $8.80 Cranes(Must have 2 operators) Mobile, Rail, Climbers, Static- Mount; All Cranes with Boom Length 150 Feet&Over(With or without jib) Friction, Hydro, Electric or Otherwise; Cranes 150 Tons&Over(Must have 2 operators); Cranes with 3 Drums (When 3rd drum is 2/24/2020 7:03 AM p.55 City of Miami Beach Bid 2020-050-DF rigged for work); Gantry& Overhead Cranes; Hydro Cranes Over 25 Tons but not more than 50 Tons (Without Oiler/Apprentice); Hydro/Friction Cranes without Oiler/Apprentices when Approved by Union; &All Type of Flying Cranes...$29.05 8.80 Cranes with Boom Length Less than 150 Feet(With or without jib); Hydro Cranes 25 Tons& Under, &Over 50 Tons (With Oiler/Apprentice) OPERATOR:Oiler $22.99 $8.80 Position Rates Fringes R0N0272-00310/01`12019 IRONWORKER, $25.49 $ 11.99 ORNAMENTAL, REINFORCING AND STRUCTURAL *PAIN0365-005 08/01/2019 PAINTER, Includes Brush, $16.21 $10.77 Roller and Spray(Excludes Drywall Finishing/Taping) SUFL2009=113:06/08/2009 BRICKLAYER $20.00 $0.00 CARPENTER, Excludes Drywall $12.51 , $0.00 Hanging CEMENT MASON/CONCRETE $17.97 $0.00 FINISHER DRYWALL FINISHER/TAPER $19.22 $0.00 DRYWALL HANGER $15.69 $0.00 FENCE ERECTOR $17.50 $0.00 GLAZIER $20.00 $0.00 HVAC MECHANIC (Installation $13.75 $0.00 of HVAC Unit Only, Excludes Installation of HVAC Pipe and Duct) LABORER: Common or General $10.00 $0.00 LABORER: Mason Tender- $11.51 $0.00 Brick LABORER: Mason Tender- $10.46 $0.00 Cement/Concrete LABORER: Pipelayer $11.79 $0.00 LABORER: Plastic Tender $10.50 $0.00 LABORER: Roof Tearoff $9.00 $0.00 2/24/2020 7:03 AM p.56 City of Miami Beach Bid 2020-050-DF I LABORER: Landscape and $9.15 $0.00 Irrigation OPERATOR:Asphalt Paver $11.63 $0.00 , OPERATOR: Backhoe Loader $17.04 $0.00 Combo OPERATOR: Bulldozer $13.67 $0.00 OPERATOR: Distributor $11.41 $0.00 OPERATOR: Excavator $13.50 $0.00 OPERATOR: Forklift $17.50 $1.74 OPERATOR: Grader/Blade $15.50 $0.00 OPERATOR: Loader $16.48 $0.00 OPERATOR: Roller $10.62 $0.00 OPERATOR: Screed $10.93 $0.00 OPERATOR:Trackhoe $15.68 $0.00 OPERATOR:Tractor $10.20 $0.00 PLUMBER $25.00 $1.17 ROOFER, Includes Built Up, $14.50 $0.00 Modified Bitumen, and Shake& Shingle Roofs (Excludes Metal Roofs) ROOFER: Metal Roof $16.99 $0.00 TILE SETTER $16.00 $0.00 TRUCK DRIVER, Includes $10.22 $0.00 Dump Truck TRUCK DRIVER: Lowboy $12.10 $1.97 Truck WELDERS- Receive rate prescribed for craft performing operation to which welding is incidental. 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)). 2/24/2020 7:03 AM p.57 City of Miami Beach Bid 2020-050-DF 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 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 reported 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. 2/24/2020 7:03 AM p.58 City of Miami Beach Bid 2020-050-OF 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: 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" 2/24/2020 7:03 AM P•59 City of Miami Beach Bid 2020-050-OF APPIENDIX H A. A ¢ t thI r- .i i 57: t§ 1 Unifo nn Guidance Procurement Sta nd a rid s 2 CFR 200.317-200.326 2/24/2020 7:03 AM p.60 City of Miami Beach Bid 2020-050-DF APPENDIX II TO PART 200 CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS In addition to other provisions required by the Federal agency or non-Federal entity,all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following,as applicable. (A)Contracts for more than the simplified acquisition threshold currently set at$150,000,which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council(Councils)as authorized by 41 U.S.C.1908,must address administrative,contractual,or legal remedies in instances where contractors violate or breach contract terms,and provide for such sanctions and penalties as appropriate. (B)All contracts in excess of$10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. (C)Equal Employment Opportunity.Except as otherwise provided under 41 CFR Part 60,all contracts that meet the definition of"federally assisted construction contract'in 41 CFR Part 601.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b),in accordance with Executive Order 11246,"Equal Employment Opportunity"(30 FR 12319,12935,3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"and implementing regulations at 41 CFR part 60,"Office of Federal Contract Compliance Programs, Equal Employment Opportunity,Department of Labor." (D)Davis-Bacon Act,as amended(40 U.S.C.3141-3148).When required by Federal program legislation,all prime construction contracts in excess of$2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction").In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition,contractors must be required to pay wages not less than once a week.The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination.The non-Federal entity must report all suspected or reported violations to the Federal awarding agency.The contracts must also include a provision for compliance with the Copeland"Anti-Kickback"Act(40 U.S.C. 3145),as supplemented by Department of Labor regulations(29 CFR Part 3,"Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States").The Act provides that each contractor or subrecipient must be prohibited from inducing,by any means,any person employed in the construction,completion,or repair of public work,to give up any part of the compensation to which he or she is otherwise entitled.The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. (E)Contract Work Hours and Safety Standards Act(40 U.S.C.3701-3708).Where applicable,all contracts awarded by the non- Federal entity in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C.3702 and 3704,as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C.3702 of the Act,each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week.The requirements of 40 U.S.C.3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous.These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F)Rights to Inventions Made Under a Contract or Agreement.If the Federal award meets the definition of"funding agreement" under 37 CFR§401.2(a)and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties,assignment or performance of experimental,developmental,or research work under that"funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401,"Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants,Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding agency. (G)Clean Air Act(42 U.S.C.7401-7671q.)and the Federal Water Pollution Control Act(33 U.S.C. 1251-1387),as amended— Contracts and subgrants of amounts in excess of$150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act(42 U.S.C.74017671 q) 2/24/2020 7:03 AM p.61 City of Miami Beach Bid 2020-050-DF and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). (H)Mandatory Standards and policies relating to energy efficiency which are contained in state energy conservation plan issued in compliance with Energy Policy and Conservation Act(42 U.S.0 6201). (I)Debarment and Suspension(Executive Orders 12549 and 12689)—A contract award(see 2 CFR 180.220)must not be made to parties listed on the govemmentwide exclusions in the System for Award Management(SAM),in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549(3 CFR part 1986 Comp.,p. 189)and 12689(3 CFR part 1989 Comp.,p.235),"Debarment and Suspension."SAM Exclusions contains the names of parties debarred,suspended,or otherwise excluded by agencies,as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (J)Byrd Anti-Lobbying Amendment(31 U.S.C.1352)—Contractors that apply or bid for an award exceeding$100,000 must file the required certification.Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress,officer or employee of Congress,or an employee of a member of Congress in connection with obtaining any Federal contract,grant or any other award covered by 31 U.S.C.1352.Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award.Such disclosures are forwarded from tier to tier up to the non- Federal award. (K) Procurement Of Recovered Materials.A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act.The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable,consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded$10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery;and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. • 2/24/2020 7:03 AM p.62 City of Miami Beach Bid 2020-050-DF APPENDIX I /xd � � R i- u�t� A J• 44 REQ TAMED IiEDERAL EO RMS (PRE-AWARD WITH BID SUBMISSIO N) p.63 2/24/2020 7:03 AM City of Miami Beach Bid 2020-050-DF CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25) and its implementing regulations at 41 CFR Chapter 60.The implementing rules and regulations provide that any bids or prospective contractor, or any of their proposed subcontractors, should state as an initial part of the bid or negotiations of the contract whether he has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the Certification indicates that the apparent successful bidder has"not filed a compliance report due under applicable instructions, bidder shall submit a compliance report prior to award. NO CONTRACT SHALL BE AWARDED UNLESS SUCH REPORT IS SUBMITTED. CERTIFICATION BY BIDDER BIDDER'S NAME: ADDRESS: 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes No 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes No 3. Bidder has filed all compliance reports due under applicable instructions, including F. 100. Yes No If answer to item 3 is "No", please explain in detail on reverse side of this certification. 2/24/2020 7:03 AM p.64 City of Miami Beach Bid 2020-050-DF BIDDER MUST SUBMIT THIS FORM, FULLY COMPLETED AND EXECUTED, AS PART OF ITS BID SUBMISSION. FAILURE TO DO SO SHALL RENDER THE BID NON-RESPONSIVE. CITY OF MIAMI BEACH SECTION 3 FORM AND INCOME LIMITS Name of Project: Amount of Contract: $ Prime Contractor: Address: Will you hire new employees as a result of this contract? Yes [ ] No [ ] Background: Section 3 of the Housing and Community Development Act of 1968, as amended, requires that when employment or contract opportunities are generated because of a project or activity undertaken by a recipient or HUD financial assistance necessitates the employment of additional personnel through individual hiring or the awarding of contracts for the work, the recipient must give preference in hiring low and very low-income persons. Section 3 requires that recipients not only include low and very low-income persons in their recruitment and solicitation efforts, but that, in fact, extra or greater efforts be undertaken to make these persons aware of the existence of economic opportunities, encourage their application for these opportunities, and facilitate the employment or, or award of contract to these persons. A Section 3 resident is defined as: • A public housing resident: or • An individual who resides in the metropolitan county in which the Section 3 covered assistance is expended and who is: (1) a low-income person; or (ii) a very low-income person Check all that apply (you must check at least one (1),of the following): Refer to the Income Limits Chart for Miami-Dade County below to determine if your total household income is at or below the low-income limit depending upon the total number of persons residing in the household. 0 Your business is at least 51% or more owned by Section 3 residents. 0 At least 30% of your permanent, full-time workforce employees are comprises of current Section 3 residents. At least 30% of your permanent, full-time workforce employees who within the 3 years of employment with your business were Section 3 residents. 2/24/2020 7:03 AM p.65 City of Miami Beach Bid 2020-050-DF 0 Your business will provide evidence of a commitment to subcontract in excess of 10% of the dollar award of all subcontractors for building trades to be awarded to businesses which meet the above qualifications. 0 My business does not meet any of the above qualifications and I cannot commit to subcontract in excess of 10% of the dollar award of all subcontractors for building trades to be awarded to businesses which do meet the above qualifications. CHECKING THIS BOX SHALL DEEM THE BIDDER NON-RESPONSIVE. 2019 Income Category for Miami Dade County median'Fam Ey Persons in Family, M, FY 2019 income Limit Area Income FY 209 Income' Lirntt cateeg®ry , 12 3 4 5 6 7 8 Very Low(5440) Income Limits(6) 29,65.0 33,900 38,150 42,350 45.750 49,150 52,550 55,950 Miami-Miami Beach Extremely LOW Kendall,FL HUD Metro $54.900 Income Limits($)' 17;800 20.350 22,900 25,750 30,170 34,590 39,010 43,43,01 FMK Area Lot' (80Q?)Income Limits(5) 47;450 54.200 61,000, 67,750 73,200 76,600 '84,050 69,4501 • 2/24/2020 7:03 AM p.66 City of Miami Beach Bid 2020-050-DF BIDDER MUST SUBMIT THIS FORM, FULLY COMPLETED AND EXECUTED, AS PART OF ITS BID SUBMISSION. FAILURE TO DO SO SHALL RENDER THE BID NON-RESPONSIVE. BIDDER'S INITIAL SECTION 3 GOALS 1. The Bidder agrees to comply with Section 3 of the Housing and Urban Development Act of 1968. 2. The Bidder estimates that there will be new employees hired during the performance of this contract. Furthermore, should this contract be let to the Bidder, the Bidder agrees to delineate work force needs (skilled, semi-skilled, unskilled, labor and trainees) by category. 3. Of these new employees, the Bidder plans to hire at least % (percent) from the Section 3 Covered Area(Miami-Dade County). THE MINIMUM NUMERICAL GOAL FOR EMPLOYMENT OF SECTION 3 RESIDENTS IS THIRTY (30) PERCENT OF THE AGGREGATE NUMBER OF NEW HIRES ANNUALLY. PLEASE NOTE THAT ANSWERING ZERO (0) PERCENT TO THIS QUESTION NO. 3 SHALL DEEM THE BIDDER NON-RESPONSIVE. I, (please print), as an Authorized Officer of the Bidder, do hereby acknowledge that we are aware of the requirements under Section 3 of the Housing and Urban Development Act of 1968 and will abide by them. We furtheragree to abide by this Affirmative Action Plan to the greatest extent feasible and realize that should we be awarded the contract, the Office of Housing and Community Services will monitor the project to assure compliance with this plan. Company Name: Company Address: Employer Federal ID# Printed Name Signature Date 2/24/2020 7:03 AM p•67 City of Miami Beach Bid 2020-050-DF SECTION 3 UNAVAILABILITY CERTIFICATION I , (Title) Of (Prime Contractor) Certify that the undersigned does not have any entry-level jobs available. However, should such jobs become available during the project period, the undersigned agrees to accept referrals from CareerSource/referral agency to interview these referrals for the available positions. (If incorporated sign here) ATTEST CONTRACTOR By Secretary (CORPORATE SEAL) (If not incorporated sign here)• WITNESSES: CONTRACTOR By (1) 2/24/2020 7:03 AM p.68 City of Miami Beach Bid 2020-050-DF APPENDIX J • 33 r ' IM REQ UIRED WI )IRAL FO RMS (PO SAWARD) • • • • 2/24/2020 7:03 AM p.69 City of Miami Beach Bid 2020-050-DF APPENDIX K t fi c t = r , .rte SC 111 ! ME C (M NE DEAD 2/24/2020 7:03 AM p.70 City of Miami Beach Bid 2020-050-DF SCHEDULE C MILESTONE DEADLINES Because time is of the essence for the performance of the Work pursuant to this Contract, The Contractor shall complete all scheduling activities, and other preconstruction work for the building Known as The Neptune Apartments, located at 1632 Meridian Ave. within 15 calendar days of Notice-to- Proceed No. 1. The Contractor shall complete the permitting and construction phase and be substantially complete within 120 calendar days from issuance of Notice-to- Proceed No. 2. Construction will be completed and ready for final .payment within thirty (30) calendar days from the date certified by contract administrator as the date of substantial completion. 2/24/2020 7:03 AM p.71 City of Miami Beach Bid 2020-050-DF APPENDIX E PLANS/SPECIFICATIONS AND ENTRYWAY NOTICE OF ACCEPTANCE City of Miami Beach Bid 2020-050-DF PLANS/SPECIFICATIONS • • 2/24/2020 7:03 AM p.73 NJ Ni A N O NJ O -4 W D M 1AAA, BEACH OFFICE OF HOUSING & COMMUNITY SERVICES d PLANS FOR 1632 MERIDIAN AVENUE MIAMI BEACH , FLORIDA 33139 • a BEFORE YOU DIG L . - — • u n� / ' 0 ALWAYmICALMN811 / 'I ww II Alne.cam SUNSET ISLAND 3 CaQ®©® I ' MIAMI F.; ."�;BEACH CITY OF MIAMI BEACH _ _ N. fig ' ID MAYOR: DAN GELBER SUNSET ISLAND 4 ®®D® PROJECT LOCATION 0 COMMISSIONERS: MICHAEL GONGORA QO O, MARK SAMUELIAN MICKY STEINBERG ; e P • RICKY ARRIOLA day Ed STEVEN HEINER } nv �" t -• - B DAVID RICHARDSON E = s" ' CITY MANAGER: JIMMY L. MORALES „ ' • _ _ CD W CITY ATTORNEY: RAUL J. AGUILA BELLE ISLE //DQ/%��/ W - INDEX OF DRAWINGS 0. HOUSING AND I� .I .- i1 If i._j ® _��' SHEET DRAWING DESCRIPTION COMMUNITY I �` �� II— 1 A-0.1 GENERAL INFORMATION AND ABBREVIATIONS SERVICES DIR.: MARIA RUIZ "�"�' ffLL ��I 1_JIn 2 A-0.2 GENERAL NOTES * I gI 7.1 3 iII--�-�II - 3 A-1.1 GROUND FLOOR SELECTIVE DEMOLITION PLAN `77 ' 2 I 1 .f1 I 4 A-1.2 SECOND FLOOR SELECTIVE DEMOLITION PLAN _ 5 A-1.3 THIRDFLOOR SELECTIVEDEMOLITION PLAN 6 A-2.1 PROPOSED GROUNDDFLOOR PLAN J-- -11 I I Pi So 7 A-2.2 PROPOSED SECOND FLOOR PLAN 8 A-2.3 PROPOSED THIRD FLOOR PLAN ❑Q 9 A-3.1 PROPOSED EAST AND WEST EXTERIOR ELEVATIONS D 0® F© ® duil� IDA-3.2 PROPOSED PARTIAL NORTH EXTERIOR ELEVATION 11 A-3.3 PROPOSED PARTIAL NORTH EXTERIOR ELEVATION 12 A-3.4 PROPOSED PARTIAL SOUTH EXTERIOR ELEVATION • ®•N ;1 'I it in 113 A-3.5 4 A-4,0 DETAILS PARTIAL SOUTH EXTERIOR ELEVATION I,�•. 1 IF�. 15 S-1.0 STRUCTURAL GENERAL NOTES 41117-1.- I_,-.0 _Ind...„..r t 16 S-2.0 EXISTING EAST& WLESTA ELEVATIONST �� .�I 17 S-2.1 EXISTING NORTH ELEVATION __. - 18 S-2.2 EXISTING SOUTH ELEVATION 19 S-2.3 ROOF& BALCONY PLAN _ _ 20 S-3.0 STRUCTURAL REPAIR NOTES PROJECT LOCATION ==tr-al U_ 0 ED opo C400:0:110:1=Iffi®0 -- Is M01110 OD DU©/ C7�❑®.QID®❑®.= _ El ®0101®®1 CECIN®7A0 _ a moo ENGINEER OF RECORD: 03engineering eunAryw RE Sheet 77❑ DrawingL> 7 Florida Lkenae No.raM? O N O O U1 "C1 O -.1 0 A m • N N N - O • N O J O W E ABBREVIATIONS NOTES: SYMBOL LEGEND: -- - - - --- FLORIDA BUILDING CODE 2017-BUILDING,SIXTH EDITION/ T.0.4 TOP OF IlE BumP.M YEASPRED AS. AAiLHSR BOLT mm�- 1,1f="11,1f="1FLORIDA FIRE PREVENTION CODE 2017 SIXTH EDITION (]' •KEVAaiE LT. .' Anna' •wWvwv uuup[RP[F[x rowlxoOw DO ImViE FROMMS.FLOOR ALT./ALOVSALTEna J.C. JANROPS CLOSET - - - - O PR PIPPRAI ¢u1M Jr. JOMr «clRaNlr cLassNTGnaN TR.-RESIDENTNL•SPRwaENE¢ AALH: MLNITEL URAL AEIDA NL pc c.Np.O Ras vAo cEO Q •Dvo xpO P[Am iOO ON pcxmvt[ AT. OUSTIOALTIE UVB UVATORY LA�vARiY[ui HDus65M EADcopTED CTRPa I H0. BOaFO ILx. .vEpR - Mwvb RRcra.aalx wAurnE LIX9. BVIUDIFD LL LNELOAD LOOARu MG•.O BM. BEAM L.F.ILP, ORP...T Q✓y'•m'"�' vIF vEMF1x PARC B0. DIV' wn sR FFPVSEsai Toiu . Is laO ss • LEVA w PBOt . NORR0. IMO MACK ME MRATu SLOW e R BRIT rm. MWt. MAXIMUM DEN µl��rrn�weos SMT. ENT N.B MARKER BOARD Fs - MwvB (FEw19141.1f.f) ��n...•,..�.. • pMRw OOM roPEYNu B.V. BUILT-UP E MECHANICAL ELECTRICAL weStAL wtxewAeR.Ks 0 NECK NETAOAL s MwPaz RncOfe.L1RD r •oEiy[sw CB. C LKBOARO ET.01ETUNCTL CELJCL0. CEILING NP1 INMUu TYPE OFCOISTRLIOTON•TYPEVB PROTECTED.NON ®��'mwrs'aw • E2ELE H [MING HEIGHT NCC. MISCELUNEOVS CRo VTBLE IFBG LA6LE SBaOe.BI OUTS ATL navy exw•a =MP' w:R" N AMA THRESHOLD �u¢vlvvtamAlxRLmm r1"::'''''''''''''''''''' ev nw MENSIORSARETO FACE OF CONCRETE BLOCK WALL I.E55 0. C ET BLE THRESHOLD LSECTav svueoL GNAW axc x glwF. C CON OAWY UNIT NSLL NASOIAORNY WENWG .xu.elRLDIxo HRMi SO FT 1415,74='"'" RLMARrxvup v• aena�,xu."• O. M FD MENUS ,W,P. MENERANEWATTIIFROCFP'0 -BAN • STEP snleot LCL Lq-IINN uAa.v Mown a CO.. CONCRETE .FLOOR FIRE RESISTANT RAnAE fF(F.TABLE S.11COAs. CONFERENCE LL. NOT pJ CgMRACT COAST. CONSTRUCTION KT,a Abi GlE -MO' MouPR VOW. NOTE ELAM°13 CgiR: CORRIDOR 3954 NOMINAL gBFAgMowAMi ieAm CTM CERA IC TILE ENTEfl STRUM"...FRAME E.IDOLOMNa, OHq. DET- CERAMIC D: oUSFAMETER OWALLS D.F. OPINKMGFOUMAIN PPOSRE AMP ARO PCCF ASSUASIN O.. +� DDIHA. °DIwENspN P°s wuiJAN05ias P°ER ARE FOOT .xoxpuglYp DTR. ` 'fA Tj1 L',0' 'ASL R ! I•,�p�d' DO Dmo PTD. PACR'c0 5(xJARE MCN ILA I f Y d " ._ if i a3 o oavNP o:ir"`' GupRRr Tne 'as' t ,a 't'r. a °LYdi"h { r D.T. CRR MTILE MAD. RADIUS/RISER € �' S R .P DWG. D A MIG R RAILING �y H k fi �`Mav mi ` 5 t .- - A '$- E4 EACH R'BAP6 RE AffORCWGQAAs '''.1-4.-', • 4, 0 (^ L .... .,J 1 :41.6,-?•1' 'S `+' ER ELEVATION • RTITLE RNDOR NETNFORCINO Submittal GraOIIC Symbols Definitions i1 y^' x aBEr�.«y�A�A ° w..t�` '� 4 A. ICN-PANEL HAIL MN NI EW/Fe'VRED 3 2' j '.a ` A,_ . ,,, '^BaaWT^'"`1' �u'''f EOVPNT EOUIPNENT EUOIN08TRR REx55uEp WRApIR REVIsEU .2N`OLTAR {'41 `.°£ � A!e.s `� Z P } Ry EW. EACH WAY RS. RIGHTMWAv pgEVIOUSLV SUBMITTED f ' � '1} e° p ISTJE%5. STING , iL,,m a Q ,.,-0,4„.44,i', `$^"'L)6 'i ,, 'P"` `.:" Y - ELKYP.JTJEJ. IXdLPENSIONKINT 6 LIDCOPEAN €�° • .� pR swi 6sTEieerErpgr K "• ,:, t ,rAa b A 's A .0 EJ FA EFpF OSVUTbN mc,. 6FECFpaipN6 T A _ ; rb _ XL,- I pFWISNs.6TEu. 4 .D. FLOCK DRAIN STAIN-ESS a '' qq • :: •R.. n)R[EExTINc....' 65 sail,.NLI ty+w3� $ g 0.* _ {O>s _9 INDEXOFDRAWINGS T "." IT. •Lt'ANa • 0.K AIHANDpAPPE01 WA, TYPICAL D2 GENERAL WFORMATbuANp A86REVIAibINs4''''' F, b _ -- �-,4 } GGEAERAL CONTRACTOR OENERALNOTES �,z Tn °xE } g y^ >:F ' S az, VANIZEO U.C. UNDER CUE 1.1 GFOUNO ROOF SELELTNE OEMOLRbN PUN P Y A 1 OTF.DD. GYPSUM BOCV A-13 SECOND FLOOR SELELTNE OENOLRbN PUN A' �✓ "any i-Jg^x v if g4+ d'.K W LORE B vUarLLaxweY bAl lllE A R EO �:' : 9 w,. 8.w. -r t.`�f 3c.�.':- p ..S.FI H� ;1/4"::11:1,. . tAC V AQ.1 TRRO FLOOR SELEciNE pExOLRbN PUM NCCC 11 lIDICAPPED - L0SRp NpANEL A-2] vaOP05a0 E[AND FLOOR PUu N ""DNMETAL M. MF�� A-v PgpPD6ED+HS CVIP CC AERIAL PHOTOGRAPH ® - HOTiR NCPIZOMpL AJ.1 vROPOscp EAST AND WEST ExiEPIOR ELEVATpNsI IiP.t1PI -FA'zT . WITH PROPOSED PARTIAL NORTH ExTERbR ELEVATpN SCALE:NOT TO SCALE R iAJL'R RTIAL NOgTH ExTFFIOR ELEVATION N.F. WCDRCLVVEFABRIC .a Pgy'1e160lRH ExTEHbR ELEvpilOu - - A-i} IAL BuuiH ExiEHKR ELEVAnuN a•AO t>E1aIISEu ' .. LEVEL OF ALTERATION LIFE SAFETY NOTES: PROJECT GENERAL DATA & CODE•SUMMARY AFCCCAEVEL 2 1. INILDINGWI J REMAIN OCCUPIED[AIRING ECIEAIUC RENODELIN. FLORIDA SUEOIOR COLT 6TH EDITION R01n IXISTRE BUILDING.CHAPTER 6 ALTERATIONS-LEVEL2 S 2 PILlAE 6AFETV 6v5TENS SHALL REMAIN INACTNEIXM ATALL TIMES. OCA}ION: 1612 MERIDIAN AVENUE MLAMI BEACH.FLORIDA 2J1J9 S CATEGORY OF REHABILITATION WORK a. 4FUNOFE OE65 PATH YNST REM NUNOBS RUC ED ATALL YES FLS NG USE RESIDENCE B PROJECT SUMMARY: INSTALL NEW IMPACT RATEDENTRY 6TMEGROM DOORS.RENOYE ANO REINSTALL IX6TWOIMPACT B RATED W100000',SANDBLAST IXISTINO STUCCO PUNCH,REMOVE 0000CCFE SPuLAN00EUNMATION, MODIFICATIONS NEW CTCCLO FlNISH AT CCTERIOR WALLS,PAWT IXTEFIOR WALLH.REFUPdSH VOLCANO FALCES, 13 KFA 101,0115 8THECITbN,'LFE SAFELY LCDCSEC}bN4321} HANDICAP RAMPS RAILINGS.EKTERI R STARS RAILING REMOVE ENTRY DEPT FLOOR FlWSK INSTALL • 1 NEW ENTRY DECK FLOOR FMEH,PRESSURE CLEW CONCRETE BALUSTERS/ CODE ENFORCEMENTJURISCICTIN. gHCRNIOOmin OPTHLIOEALLOERCINDING CODE CITYFLORIDAFMIAM PREVENTION EDITION(A17I, CITY OF MIAMI BUCHZONUE CODE YQ�' S 5 • ENUQ.7=ER OF Rs^ngD�p_ENGINEER OF R3nPD: FY Nan. GENERAL INFORMATION DABBRLVNTIONS Cll I 1, #" NoolernRaaQ - • BCC ENGINEERING CRY MANAGER'JIMMr L MORALES DESIGN EOINEER.�,a_ r PUBLIC S1 is BEACH .. tea'DIRECTOR: ALARM RV¢ ME BY FMiBmR.�(� Pepe. N/A vMM1O(To�(�� PUBLIC WORKS DEPARTMENT nn[: a. - a, CASLR nR F.P.E. ErIZ POO COINENlw SORTER OWE xaxaEKR.FUHn ` - ...aa..e. SCAIE: AR SHfrNll FbrWa LKsnse Nnlanai NO DATE REVISION AGFABY ENS I/�/10 SMet PaA+rg A-O.D A� N O O 7r O O OLP' 0" NEPTUNE ARCHITECTURAL NOTES CODE COMPLIANCE GENERAL NOTES LIGHTING SCHEDULE 'iFiail'iFirEiF:42•:E'EFSESERiE+01:-TESEZE,IEF,EiFiFu.'• IT PHOTO DESCMPTION FINISH MOUNTING NOTES isailEy'LiAlreriiiprgirgoVair=1411:11"23,742=4.14ggi=grliti=cica'" ;4111tEFEFESEEM=Ig." A *II ggityLigq1P:iggftgiFiiit:TzEiitEBEFEETE'51iFiFaii=1 3 %,:;11,WATL7=.rrt.,W=MIL'Ltt=tgATATAPIL'ZZAT;!`""'"''''''' Vi.'otgg=r1=1?.r0=r4Sidl LATEST[01i. 411ft C.D.e..M.MATRAL1011 MALL I.C<KRALL 0[71[01.MACKE POWSPIO TAKE onoluAny AA mA...1.nous TO PRCV1.1-11.1t.LI3A,17.2.E.Acw 2.A.r.DR4.hIALLNTERKR 091.11r."...Avolit.iSrEcne ix SUM..FIVAR11.41. :r=rLtAVI'tt:=VorrrZrTg..IT:Z;rten=41:.'rZiTnr•tr2AWIO=:=TNWC7i===. AALLAArLA LLA-ALALLA.LLA AAA°.1,ALzy,„ AL A OR APPROVED EOPJAL :i::11.°==rotiATULTLA'TA=g=====7:L1 FAZALFSELIAT=L=Vjgc=1:411L.7=7AA,AEL T.oNIsla.s ofIME 1..opt•• acwill.Acr.PAI06.6.4 BC Al ME LEXERAL ectIMACTO11.6 OVECTIall. MAU BE TIE RFSPOiStaitlif of Alt SUSCOUTRACToRS To HAW EU MEDIN3 RENEWED COMPLUE SFr OF M.O.011.mfr.m,imp/opt +IPMAN2SUCKP lip,-',AVM?... LIPAARK ver.kmeo PAAAbIrrrA SET relax!A NM./ 12;./FALT.En.d qs;ALANINtifiglaa4trafrgUNOWSWEVAIFi=riruk iieSOCSE FEElailianWEEFFIScgiF2'ITLIT:=11; 11=11': " MALL..MALL SE PERM,.NO 11V 0.1.1fIED[CAMACT.3.8.1.5n.FrALLOROA.M111.1..f ALT0101.6.srECIFRAT.S. =?Pc.Vgrg.rni=nrig.Vaging.&=10:0 Tralt41=niTiZIOV:64rat= A %.011=2170TEMagaltIrrigri=l4VritZnr.‘""""'6 PVagaggy.11:Xe.gr LL" iL'c'rciLEL8LIFtA7fFifSFAT:i.E.A7LFIELSTSFEFTLE"AIII.A" Fitrit=704=4.1.%=111A7:47Lit aLLVLIA=11711Z" 1.1.11mE CONTRACTOR WALL=VW.%CONSIMUCTION OCI.E.1,114A 10[CMIA.C.11Prr it..011.1 ICI :AFELA:I.:AELiiLL:t1L7rAPAlgrALIIfilrg=rgra=74°47=LTAPIIT=1111;AA, -- DEMOLITION NOTES MINE LENITACTO1 IMOVIDI6A.MIS YLVERIA4.11.10 OrtEltbrIZELValratlIG.ARCHRICTS APPROVAL ia.iFELialliEiEtnargi:EiEEEEE [4.4(2rmom cove..to Nor=AM era.... EFOZIZEOESZSEtirar;IA:innTil.TV7r="117:N="1-EVA.Z:1/11517:1:=ZttrIA"S gAtAagavalluagg.ncurp 5110,1 ED A.M..To orywEn pEou mt. ..COMOL RES...00MM.)0011...S REM.. LOririrE.:E.:4,71.E17517...f goTrtZSZTerstrIZiNgintr=ore=.1" SHOP DRAWING AND OTHER SUBMITTALS • tiggiggILF55,Flari":•„`ZiEerai.4„.7,i•FIS:. tE=17.5Mtr.41.1=1217'1=IINI=IP:ra."`"°41," EgESIMS.1=7:41T4IZIeg=7==fiiiia:;;4` rin=4ItrairrnatIglf,I=II/rratIZMEXTAILMsn.. MIAMI BF A rl Nn"KMOD: 1632 Meridian Ave. Miami Beach FL,33139 TLSCOTSDEMON ENGINEER: TB CDOTOTSO c4=srevernt.t.ta:3"' DRAWN BY_BIA- 3 Fie Nam. GENERAL NOTES FirlaBoak.ia_ P8Pe.—V21— Y33:II OMB,: PUBLIC WORKS DEPARTMENT "E' NEPTUNE RENOVATION ......•••• SCALE UT TUTU74 FCCALU040 NA.74047 NC DATE REVISION BFPO.BY DolE 1/14/20 s,,,...si.Jt g Du' N N A. N O N O J O CO E HATCHED AREA NOT IN SCOPE OF WORK 1 •� ,dam p•U •p v x ta_•.O,a ,U ° W� • F 1 ate„p A il��_ .N> sem' // / /1o° ,.. -/ ° F— m.§---2,-141 /m!t o / ''''1°1:6` � /. i • /era/ I' / ;;(7,'%0;0 ail ii/ li%/.:II;//,/,,m, �. / -1�. `g" 3 umi t,/Y,..115 -•//n•Q, / ... UNIT tag / N1 /':*'/4i ' .iNR / /fG1!/' ,.�i, IOval //G /i p / '/ / *111t,-.'..:,'„,„ (t4) 1 •'jj/ ,/. , / (� / . // h /�/ r'/�/ I . //�//�5sj// )//t% I.,„. ...,.t by `y rf '.. j'y/��`I! /�/�, /j/,/ '; __J •/ //�./ !tl t J � // ✓ '/ 3 �- I h �I S sj//( Al_, ///v///Hd011111.— ,f/' • © ° NII n;D '/ / ,,,,i,..2-/---7-- // III / / / / / / // //'„ Nu %/, /laxx j ®I //// ////// / / / J, i1/// z. ENTRY p S y /,4X/A, ,NALIW Y Ade'''. � I® ./E// '" TM . Dom--'�- p E a , / //li �_Ifaa_a, % { tl/ 4/'%// I I ' ��/ r////,.••i y //%' /�lR�aaidafW1��5 1 1 1 �1111J J O - m :7.—.. j/�� _ /i//•. /� L/ ,,oma„� iaiiaai a p j j .•j/ I���'',''/ 'i/.p//'„,,.' /5 -• / .Q ia,..,v, .si;3�';'',--;7;77 i u /// 1 , p �� p •// / NR 10B h UNIT 10 Gbh „lig”' UNIT tOd /// // I UNIT 101.,//UNIT ttD I/ j 4 //1511/,',- , ;'';-//' / / i If�/� ��I) './ %/ ..,. .•�. ./ I �• ° 1e s Tan ;11 /,Wei / • X / �', orb i /II/:' ■ ' ,iii/,// / I ' /�;r^e, IgBo�.F1.�1/. 47, jj///// ,f..?�° o;l I:o `F:1],/ p //, �i'�� �'- I' ./�// '-' 4 T' //// // %', • - om�cv�v„row,..�cf o�£� ,,,.aP>r� • �.�. _ - p/ / /. '�,� ��®� p _ :ela,-.+...t_, /.....=====r, " n.4e�:e4P, ===, �,na�c=�.A�c:�• me "//.. '%/ NSI • • • p O p p p 1113O O p p p p p p pp Jp p p p U p lirMI o� 3 e Isom' p p CU C) G) O 7- N N IGROUND FLOOR SELECTIVE DEMOLITION PLAN lb SCALE:3•1S.a 1'U' • SELECTIVE DEMOLITION PLAN WALL LEGEND: SELECTIVE DEMOLITION PLAN NOTES: KEY NOTES: = OT W ALI.RTT MI. I. REI.OWES.Ee,foklS WOT.aruR[FWins rxr[alDiOFIr.MUM. — —ROT ALL KEYNOTESARE APPLICABLE TO THIS SHEET - LAaswEDEx0TEs IAt0SAND OS.ECTS TOSE REMOVED. 2. REuwEMEC.MCAL E... NT LAPS ON m[ESTEDIww DIEBUNSEIO ' m R ItIITSUOT4 'TWRONSTAU AS PEa sduE nvxO 2. [ANERARTD SE D.RREFNIN W.V.TOSESUSDTauEIX El Ng..mTURESMLLRERENSVDS NOTES: F. US,IOOEtecTRCAt xETERAxoe CONKER TO REVAtN. 8 p COLLECTOR I.WAND D0.VSWPOVTSN.IBE,D.OVED I.REFERTOOE,OSALSOIESFa6AOSEOSLSEuounOONOUS. SENwEoCRAWL SPACE VENTS. 8 oog il .TO DEROAOVES,PRE..SVIVACCIO RECEIVE NEWF.. 2.COIORACTOR IS.660.161.6 FOR 6161.0VERIFKATION OF EF161.0 0 .1 .6.10.P..0C NCRETE C .shA61./R0 DLL, uALI.OE.s P50 ARO 5.6Fou5 oco R LAS D1 ERESPO RSStS E*'Ena.EEv.mx5wn0E. NOTE:LESu Dnc¢u[TO RE ua. FrI6E El NOT :KANDIVIL MS RAMOS SFIALI..I.EssuREOCUMED TO....LCOSS O.C....416.614.1106 REM..WALLS 61.0.i...Mr.FINISMOSTOOO5.10 ut F/PAIR AS REWIRED A.InEP.60 TO RECENE.V/PNnTT ALL 1.1 vATER .64 Tr..vOTEus 6N+1.1.ROA.IN ACME MTV AT ALL Ta E. PRDOR.as06 ESEcumxaF.0906E0 VIC..AU OKRETO U.S Q CsALALLSEP ERExCLCLEANED NOTE: rnmN.EssnAl uATcn Dilsmm q , El NATERUr.REPAm ASREWUe ::::Enu NORECEf.EAEwv0NswxEN, IS EO CO *1odr ; PROPOSED EDOPEOFYSRN FAELS ONDES R7�E SSSn 1IE]OIBOANODP. EM3MEEn OF REmRU J'A 5505/050 OF RECORD. 5 g 1632 Meridian Ave. FW xvre:GROUND FLOOR SELECTNE DEIADLITION PLAN DI 1 BCC ENGINEERING coy/IMAGER MANAGER:„Nur L.RoaaETOs DRAM ENGINEER s„TrnerooO M § BEACH Miami Beach FL 33139 �� t a�DIRECTOR: MARIA RUQ F- - Mil Rook._bf(d Pape.—N(- Vbek ONer �a nce. of PUMG BLIC.0500.WORK5gxDEPARTMENT nnE: NEPTUNE RENOVATION T'. .._.,..,, r.. scAEEER AR,,,,,,,,IFb,un E,mmJNo.14517 NO DATE Rtvlsn.N - AGM BY oa,,:t ii/d/M sue t...2& DRNRo. A-oo r_ N O O CJT 7 O -.1 O J TI L., .t.") - D o 3 > K - . HATCHED AREA 7 7 NOT IN SCOPE OF WORK fl: A Ar: fEl U A'a AEI II El El t=1 2 El )., '',"//,,,./..,],,,•- , . ,• st.,I,P14.kt.1:41iiir/'/.:,,,,,e ' ,//4",/1,_,i1.4. 1.1_- _1.,,,j‘-ih,/,,- .3 7/ • , / , Ap IIUNIT 20:;//,' • I 4414V2,':,!,:1:,°,' ,JR,I,„' ','''''/''U'N'' 0 41., ,, ' /7 W//r411V0''/; I%/ ' / ///,.';'••2,,. / IP // ---'4 72"Yi'i ..,-.',Fi- 1 •- idCr9LO4.14, I , .. , L ir. ,,-, ./-17 /;.,‘„---,..--1 hi , , ., ' /, •'-'2-, 4 g 11,-.„'„: • 4 //', =''WWir.,i,,.i .,'- :,•.,.,J-, / ///,,,/,/„ %„../,,-,.r:i.„);',:,”„•';,..,-" .." >:.„'„.:„,,`;„,: ,• /l 2—/ e-a•-•"g--g'/-e/-p--a-iLe7,-n0v:„:7,,;, A/>,'" 16. Illral, ;,,,A412frelp ; /!,' --"". ,-,,,z-,,-' if2./ ,'X%i',. '!,reit i,,,,,,//,,/„„ /' •2// '',/,/4/';/' // //L.,••. ...,„44r,2,',/•:Z„:.../..„:',' ' , /,---” rd' A;r:-4,2 ;.,,,.. „ .4041* V'' : z 1 ,.„4fr' /„/.. ,,,1, . . Av..,; „.,, lir/,.. ,,T5,2 , ,>/90) ' 1 '/1'' . . ;:aill'4,,,,,. /:, ,,P.,'„;/-:•-/ ' - ,< ,(F.,47-,,,,,, • UNIT 205 MSEF. .V1•3 u , P-E) f*A-411...f.. ." . • ,/ i ur4203. Arz.,.. . • ,/ / 4)/ (41,;, 11: 0// 'ix:,/."/ . 1'Kiii 1 Z,'<iii to,/,aft///// >' / // ,7 , ,,,,,,,,,,,,-/, , - / _,RATW.. ,BATH •... ' , /7 II 0 ,.. . ,,,,„, 1 •70-,.-=-... , • ,..,,,,,x;-,•,:;-:-.- ,/,,,,,/,,,,, ..,,,/,.-72„,„,,., .< xl,'‘.;,wrA ,;,/ ///' / ,,,‘,A,g::.g,./. a///, arc t/ ''' minta mar:' ' -Ame-ury 4E5E7 A \ICIL......\ILID \LEI u u n 4:1 . 1 . . Co C, o S) 14 1 SECOND FLOOR SELECTIVE DEMOLITION PLAN lb R SCALE.3/16°E tar . . • SELECTIVE DEMOLITION PLAN WALL LEGEND: _ SELECTIVE DEMOLITION PLAN NOTES: ---- KEYNOTES: IM=EI FASTING INAL LSTO RELMIN 1. REMOVE ELECTRICAL MOW FIXTURES ON PIE EXTERIOR OF THE BUI1JEINIO . - NOT ALL KEY NOTES ARE APPLICABLE TO THIS SHEET CARRI.DENOTES WALLS AND OBJECTS TOSE REMOVED 2. REMOVE MECNOICAL EXHAUST VENTS CAPE CENTRE EXTERIOR 47Th)MEMO 1 ' El grOEIT=A1g4sIV.E.VO4ELT0 OE REINSTALL AS FER SINGLE HUNG E. CAMERAS TO BE CAI1EFULLY REMOVED TOSE REINSTAllell. 4, EXISTIE0 EL ECTR/CAL NETER MO OYLER...OTTER TO REMAIN. El MONT nrrnE SON,BE REMOVED NOTES: 1. El COLLECTOR MEAD AND CCANNEPOUT M.O. 04 5440444 1.REFER EOCENE.,NOTES FOR ADDITIONAL 442014045442014045 NOTES. REMOVED CRAWL SPACE VENTS. El FICON ME TO BE RFI/OVCO,PREPARE SURFACE TO RECGVE NEW MEM 2.CONTRACTOR IS RESPONSE,.FOE ROO VERIFKANON OF OWING E. LIFE WET'MIMS ARE TO REMAIN CONDO..AND COOPOINATION MTN PROPOEEO WORK.IF 01MREPANCIES t 0 B.LISTERS.110;NAIL ANO CONCRETE CCLIJMNS 1.1.1. MES.:RE!, ARE FOUND CONTRACTOR OUST 4001)4044 INSIEOMTEIV.OTHERWISE .O.t4=WEIVELC=IATERIAI.,REPAIR AS Rea-MIRED AND PREPARED CONTRACTOR ME.15310.1E RESPONSIBILITE. NOTE: 1 • Ej MM..AND RAILINGS WALL BE PRESSURED CLEWED TO REMOVE LOOSE NOTE' OA 6.11 EATON ANDAOR REPAIR ALL WALLS.FLOOR.AND CEPINOFINISNES TO PISMO MATERIAL.REVAIR AS RECIAREO AND Plie,RED TO PEORVE NEW PAINE RM. ALL EVE WRY SYSTEME SIMI.RENON El ACTIVE 0 VEY AT ALL TOM. CONIETPN DEENED[IMAGED DURING PROOF ESC OF EXECUTION OF PROPOSED INORR.ALL FIN..SHALL UATCII EXISTINO 0 coPEPETENP0 snail BE PRESSURED CLEANED i 0 GLOSS DOVSLE DOOR MALL RE REMOVED NOTE: 6 5 ,========.11, :=F'7L7.:IIF'I:AZ:I;"S PROPOSFO SOOPEOFINORK FALLS UNDER g . 5 'ENOINEER OF RECORD_EA_ENGINEER oF REcoRD 5 NEIBICOIDIOEO: 1632 Meridian A . Fla Name SECOND FLOOR SELECTTVE DEMOLITION PLAN 1 AA A tv",1 BPACH Miami Beach FL,ve33139 BCCENGINEERING CITY MANAGER JIMMY L.MORALES '1,274,==..t...lr'DIRECToR NARU RULE DESIGN ENGINEER_GB- DRAM BY_RA- a 3 Sun,ReIerenca Ca F.D..1111_ Page AL6.- Wa.OE.—till—Et! PUBLIC WORKS DEPARTMENT EmE, CHECKER—r..O-NEPTUNE RENOVATION , ,,,/551/ . Td iii..ii.” ,...iii,i.„ OK ccoNENT1oNcENTER WINE VIAMISEACKFL.1311, ,F.E. . SCALE Aq E.FEFF1 Florata Lvense No.74541 NO.DATE RD/ONION A. 'D,• En", ,:,,.1/14/20 sn„,_,,,t_2D. L,,.„„,,,„, A-Oo g . 6`) • a 7 o . .1 0 -n Ni Ni A Ni O Ni O ...**.J O W . D K HATCHED AREA NOT IN SCOPE OF WORK /1 TD o o !1 C1 1 pli a 0 CI I ,rw I ,-O 11 A" UST =CT- 4.,4-,IMG , mac_ ! /1 d /�i %%%/Z....///... I IC�t7%� / :,-"--.i',/-.,.',',i7/2'. CT'I f/ F 's/ ATM 'r 17' /////,I ii/ m 'BATH C]t UNRDIII JI�+,.//j, y I“' /%MT]10 / ��� eggs.://%MI UMT]06 / NIa T' la% ®�, a //� 'I, O '� / 4/.111 ,////',4.1/ ,/ (]� // ''/1{� 1 PEI/ R,/j / .,,b I �N� 0 0 ,.' �,g//� / /// i % / I I 5 I CLO ET ,,,• L T� n i //�£j // /7� �LOSETJ , // •• /LOSET I cLose T i...�/ I s�%/ L 7/•,/. f j �iivien4vii/1/2 „vi ....•,,.,_, .// _ 3/ '_w.. _.a ___ ,� 9//�/// ��j l,J/;. .,,.,.s.,... /.,•• / �1/// %•.//.�,• :/ vim,.•,a ,,,,,,,,,,,,,,,,,,,,,,,,,,,,, i/.%////! ;�/ /f Iry Slp%%{I�jI./%J//�///// �� Dl 'LA// % /��'//// /j/E,/' /HALLWAY:// ,'&1, // /A.%%hYpR_Y%/�®j®///.r• I` O pp • ,1 a„_r, ® , ® /// / YI j/ / / . ,1CLOSETmii, //,�,�'f�.j /// / L_____,�� �,r�/ (it r , !E a `b ETr ® vn.�, a� / / 309/ UNIT]0T I - r /'%UNfT 505 ./.. fj'f / / UNIT]01 ID All,,,,,/uv” it / s / ]al 2-•/ -PCI /{ rw :� P.D. mg/ Pal ._ u B iW 0A 1//4„2,::',,,,, % �� eATHi BATHII 0 as meLlit ae; acae_ d///e- �p o a _ p 1 \Lp I o �p o N 0 0 0 N o ID ` `O `-U 3 w 8 0 N 1 THIRD FLOOR SELECTIVE DEMOLITION PLAN lb SCALE'S/16-.1,T SELECTIVE DEMOLITION PLAN WALL LEGEND: SELECTIVE DEMOLITION PLAN NOTES: _KEY NOTES: aa„aa a,INOWAL�Ta6I. WW .6. AA,,. ,I.m .6aU�2. 1-.,. .wc“o,.. . ,o..R6.. • NOT ALL KEY NOTES ARE APPLICABLE TO THIS SHEET CASH LDIEOEIIOTES WALLS.EO C 5ISCTSTO.E REEONED. •,AEEWEEECNENC.AL EA..,CENTS CAPS ON TNS EXMOOR OF THE SUtDENE Q O e nEINSTALLA5 PEA5EW¢ELNO F.C...TERE COML..EEEONEE TO SE REINSTALLED. Qi LpMFETUAESa LL DF AEEEEIE NOTES: R.EIOSTNO ELECTRICALEEIEP.0 ELE.TFIGLSTFS TO ROAM B El COLLECTOR PELEEECEOENSPOITSRALL.EREMOVED 1.REFER TOAENERALNTESROC.DCTTIONElSEEITI OCNNOTES. REMOVED CRAWL SPACE NEM 8 0 FLOOR TIE TO DER[uwEO.CREME SLRFPVETOAECE IE Kw I1Hvl io= ORIS RFsrovsixE RAR RI¢O AEIIrtATpirObNxO E LEE urtTV 0 EVEIN ARE TO R[EEE. 15•21/STEAS.TOP N.A.CONCRETE MM.SWIL BE PRESS.. NNE FC..1.10012TRACTOR LUST NOON.TRW ❑ CLEANED LAECENE RENO. .DLOOSE 1 REL,RERAN AS REMIND)Aamr.ER.ED Dm11/00 E1LLASSN.REOPONsenlTv. IAL EDETELv,LTNEAVTSE, NOTE: '0 NOE: FE ca OF DiEEunoucrnnOPaR.D mA v.TFAEL REPAST AS REWIRED ANDCROWNEDTO RECEIVE NM.ET OWN ALLURE.ERETFAvOT¢TS SN.ALL REENNW.CTNE OLTrAT ALL TINES. ,AC•K.0 El Q Aa55oo,,,,,,„„,,,,5w,,,,,0 NOTE: RnawESSw.LL UATno'uTwO IE SWUM ED El N,41.,=cvix Etr,ovRVARmrDe<wEnEu+ 47,4:. SEPE?CEz,7,'Z'IETFNs FROPCSES"'PECFNCAS FUIS LACES w HEISHX•NOCO: N.INEER OF RECORD ENGINEER OC RECORD 5 - - - 1632 Meridian Ave. E FM Name:THIRD FLOOR SELECTIVE DEMOLMON PLAN .3, J}}7 ¢ ar [ y� BCC ENGINEERING crtv MAN+cER:MET L.MORALES DESIGN ENCINEER.�:9_ i,II 3"A41 ;AI 0 �� Miami Beach FL,33139 I DESIGN ST A CINCA RSlereme. PUBLIC WORKS DEPARTMENT + ;'owEeroR: Law Rua ee ' Ur NW A.E.uTwDENTERDANe WW2 sun nn,A, r'�I NEPTUNE RENOVATION a r;NEOKER. as�NTRAN °0an°",°°.r'E ;HUB., M/A Pew. N/A vnnom.�—HA—d .R. e.,e 5.LE: FbMa LAsne No.145I1 NO DATE REv61ON +PPA RE DEe:I I/a . Rhee) N.'', A'D0 g N O O • UT 7 O co -n N N A N O • N O J O W D E HATCHED AREA NOT IN SCOPE OF WORK O D D O O r O , uWK O D Dlua°r D O_ i O , D D �� likA //,''',M14/7":1/6;//,'MIl' % �E o® I //,, — • •L* / j ��. g' s i j / UNITIES U 10� IC)' GIST /,/ l I 11� 'f g �( 4,7'7-lir I //-w/71///04 -,j i 11. ,,; ` //h j n §` .xmrP va airoaa ,,,,,,..,,., Niki_ _ ,� 2...„,-,,,j� —'�;';%j/1/, ,e DODO///i.,c '° // .,,,.c "�/i/ �/// �taxes`� x ENTRY 0 5 / / /Gq/ / gpyppo /�rykF// / All( �I,,,,,,,,,,,,,,,,,,,_. ///�-//' /NAI/ //%%% -®,,...,,....,,...,,.... (/9156 T I , T,T." �D O ° — ! O R ti iia [[ e1111 — I 1 1�'yrl i MUNI. I►/�/// /„ '/ / // ��ql`%r./ /118 a ilJ I' w I y� —: /7' .(/� / 2 ,,..,�i j///tw, L. /„14111t„,„„„,ua a.., —iwy/i, ir. icy E m /�'/%; ;DODO, �y,; //.,,,.,,x/ /�//.,,' / ate.'.° ,/1///.„,tp,;,-,,,,-4, ///// ,i/!/�� �.r. u /UNR 1DB�' UNIT 10 FIAT C IINfT 0 /40://::."-/,',:// , /// 6 j/ // UNIT 10d /24 , UNIT 101 i °�.. /:, .,, /411!1"r' " IT1 121,2411,T=4.16:111111' IT1 /1 . - i- p.A C unilT,1D f r 1 I / „,/:::4t,/f41,11, /' // 1 / IIS.. $33 g 7''' 11x0 •-j//t91 ti0 3Q07 4444 ,.✓; j 4i0,',"/:7;1:17.. l!%ii/® I7 1/ '/, S: ///% r //TIM-4,w, /as r, %/////� i11® � /// 'r te; al / V 1 a o 0 I O— o o — o L —gyp �` O LAWN — o u n o — `L o— o _ o — DX cAll T E. U CIF ISE., El II W . 0 ED 0 0 • S N DOOR SCHEDULE IPROPOSED GROUND FLOOR PLAN ® NO. LOCATION DOOR FLAISL COON SCALE:3/1&=Y-0- TroE x T-- • .AL xAT,wL cwauOTH nxc wxvr.cTu.e. 'IMPALE ce cu:ND OVAL'. HARDWARE REMARKS 01 ENTRY A I MHO ‘,2j1;.0.; ,,,a0.,..,,,,a0.,.., ,t AwwEL. uuN. YES ANm� _ LDc one. ,.va,a.Dv f. °8° °'0 - -----CATECIORYll SAFETY CLASS ---- PROPOSED FLOOR PLAN WALL LEGEND: PROPOSED FLOOR PLAN NOTES: DOOR NOTES SOR.SO DR SONO' KEYNOTES: uzz=rozza A TNOEAENOR.NONTAAIRWAA I. x,NaCM.,LION(mTLRESOR,>¢EV,0,ORO..HEDOLO , NOT All KEY NOTES ARE APPLICABLE TO THIS SHEET T NEW NECTAUIOAL EXHAUS,VENISON THE EXTERIOR Or THE BOLDING • A N n RSRO PACT RATED PER H.O.A. El RENU.,.SM.MONO ANCDW AS PER DETAIL E ARDS ON SKEET A-0 NOTES: D. ROASTALMEAT.WALL O.N_R.S Bosun,SWIM ur,vFETYouss . FLANOORAAEXnRIO OORS.ND • DIAL.OORAIAEXTERIOR COORS SIOEEITESAND CLASS PANELS GREATER TH.R LL ID NAIRTIOHTF>.TNRE NODOESITIOTIO„ALLOWED.MESA OTHMURENOTED INTRESEORAWNOS • NEW LMW-APACE..... ,:OSTRARLA COMA DEGAL0OATET.O,,>n,OADPERTToe„�„H ELRONDDND,�,OR, INSCOVERED sp CSWCOLAC,ORAAIANOo0VN:POC ENTS OUST RE SIATITITTEDIO THE YE ST Ice • ALL DOORS PI THE PATO OF FORE.SHALL 0C REAOATOPEOARLEFRON THE EGRESS FL SIDE WITHOUT DIELISEOF A KEY OR SPEC,. ORT SAO WITH O N TH E • RESOLUTION. ON ARE SPE,sna„HOn>.SaO Op ISSwaROCCACRETEOOLDNR,.P.NTFNH WD RS,DT,,A.,Too,,s EO „ U . El TARMAC.AND RARNOEPAM MOH A NOVEREALAPPROVALS OFDECRYPT,, a OPERABLE PARTS WU.BEOPERAELEI IT OLEMODAND SHALL HOT REWIRETOOT g ID RRE�,REO,LANCONCRETES S CRAM..PNCHINGORWAS..CALKW ST.LT.FORCEREOD,REOTDACTIVATE Nv A. POUNDS T2.2 lil OMAN AS PER FOC E. EDITIONpf:MgAD DNIOT=NSILFIELD. • N`EA.auwEaLOLAS: ,waALI on 0E DR N 1 0 oL n a. is MA,wN o:Fi INCHES CPOSTI104 OPERATINO HARDWARE WALL SE RORMIX CARl ABOVE THE FINSH FLOOR OR GROUND.RAIER5 YLIVIRtiOCTORO MIEN THE BPER ABC ROIMTHEAnON_DN,.00� 3AA DOOR ELEVATION 6 WM:WHOM 1632 Meridian Ave. ENUa ER OF RECORD ENONEER OF RECORD: _ - - FY Name.PROPOSED GROUND FLOOR PLAN - MAO.nNUNI MORA. ENGINEERDEL STH, R 1. F }if pes xyx'S.®EP0.rH Miami Beach FL,33139 BCC ENGINEERING c,ry H�ppLLTOR. WPM RUQ DESIGN 9V PUBLIC WORKS DEPARTMENT mu; NEPTUNE RENOVATION TN +, CHECKEA DO AC 0x4N'.e_Rp.o. , - ;R==R NLA PFa. N/A vonomcc N/A d RRNCONNEHIWLRT SER OR.LUN SLACK 11.33t39 ACME .'"'''''''D ..eI...RD..e. ACE RHryFAL L¢PSDFA meat NO.DATE REVISION ATE.CR Dale.12,&C. SSFP, a 20 On1A, A-GO rd N O O fr ? O co 0 O TI N . N A N O N O v O W D E HATCHED AREA AEI p p p NOT IN SCOPE OF WORK p p@ p A .f /1 /\ /\ /\ 9 dUs la — s A �j -/ 11-.1.k,, -112-1 jj� w /9� //,� F , tet Baer�5E .,/,./// /: 4! RID // (,1 //F `t',' [a"T] / ^ / 3 BiTN•`"� / ///". 7 BATH 'BATH %LR3.1 / /11111• UNIT 313 /112,/ ®I$ j4.ES„ UNIT 210 % NNN/j// �' �/�/ UNIT 36 / 1 �j1 ® ® 9� //////U// I //: ti I f3J1 / 3515' I (IF) / / //./7//// _ / // /I //J /�/12b / 1 /1/i(.27,)• / %4dET vy/ / / / EPT /// !i�r !• // f//s. '/ //' 9 Lc6 rJ. /� / 7 I I I®./�/ „„ /'l / LO ET y I LOSET/I / 1 ��/ L LOSEi.'I Y 1 LLOSE I ,/ /// // 4 J ,- ///,/ //%/A /-----/ r/. • // ,//,�1f// /HALL. // I ///„...,..../i,,,,./.,..„.„,„' " // �YA1� /r'/• l//.17:// j '� r,),/,‘,..,/.2„..„,/. ..-. gfgpp :=fgfff i j g /i�//j//�'///i �// ////i/ / aggff8 p gfsff/ Ii" • ggfRq6 �qqfft9 E // i / gffZgf�� fgffq i 7 _ ai / 2 / is/ SET ® /j//1 9 / / / ®Yd�i ////e 1 cL 9EV B' p�y�p ,'./ l /5 G /1�/ Tj//1� j�//j. I.CLOSET , // / / /2. L !4 /�// 4w°'/��/U/ g7• /7�.�/Lf]SET 1 ▪y.' vrar.•; jl/�// ���/ /��/ z 4� P/IA2hp / /� f !��N3Y2,a: /41 , y;„ /ry1T36////; UNRz6T, ,71 - „�� ,-,,,v ,DNIT164 .3I VY / L'''''T 161 �1 X. / pIqI . WI �'6 / /T / '!i% /mil 11d1 I," 0 4 DA/® �� x'17 / //1./,' / Wail E-04,..1.„.„ �R£/ � 4 DASH % BATH �. ■ i E ,et:t® Nt//�// i/ ;j/1/ F`19' ea %t�3 /y— n /.; ,. � ,/ /� / // A 4BATH / / ;; ////'' I y/5 �t.� j/ •,i/�y041,pAii�/0.,. ."//j:i//0 SAV., /,.// / // 'e' �a�s 1 ' /fir// o, LC u o o \p LID o o o ip ` n o n o 0 0 `-LJ `-O 3 O cD m- N IPROPOSED SECOND FLOOR PLAN ▪ SCALE:3316"=1'U' PROPOSED FLOOR PLAN WALL LEGEND: PROPOSED FLOOR PLAN NOTES: DOOR NOTES KEY NOTES: rizoizzEffiom MST..EXTERIORAN°MEMO WALL I. PEW ELECTRICAL,6RFIXTURES ONTIC ST3CROP TIC 6x.>v»0. - NOT ALL KEY NOTES ARE APPLICABLE TO THIS SHEET — - - - -- 3 NEW NECHANCAL EXHAUST VENTS ON 1.ER.ERGR OF THE BVEDw6. A Al NEW EXTERISR DOORS ID REaSTALIMO.FISMONISPOTYASPER DETAIL SAND 5CN6EETA-A.° NOTES: REa6TALLC1TERaWALL CAMERAR S •GOADS]OR All F,TPRIOR OMR.SIOHITES AND GLASS PANELS x p NEwLX RE NOSUBSTIUTONSALLOWED.UNLESS OTHER„,SENOTED INTESEORAwx6S. 1. SEW CRAWL> 5. eS NGIARINGASPERFOCSOl,SXTH S mREAS N, �� FAN666 N PaT Z. AMP OLSPOPEREO FIELD N N= R wSTeeSUBNTTEDTOTHEA� FROM DOORS IN THE PATH OF EGRESS PULL BF II MI,OPEISAPPER•10,1 US EGRESS x „;H • TROUT DIE SSE OF A KEY OR SPECIAL OR EFFORT BALUSTERS oAND COLUMNS.POINT E ��ATFNRTHERRRRE6�H°"BARE NASPERMB,RHRHE6RA,N_SUBIG .1,1,L 01,.., MIN NO foNouAoM ���uON; AM. PRA;°w`EroHRXASF �p PRESSURE CLEAR CONCRETE UR EPARTS SMALL PNBxRO IMRC iqN SECTION • B1N.vwuLcwnoRNL.P.aNTN I▪ ,EAI,vER6.mNw5wx6 IX RELa PARTS ON°PAGANO OATES E'sns%APwwu:3.0Pin E e:E,PPARSOF MX I.E NARDNARE SMALL BE ABOVE PIE FIASSM ROOF,OR T.FULLY OPEN O AS PER FCC 3011.MTH EDITPN_BUILD.8E0164062C USABLE FROM BOTH SIDES C �m ENOWEER OF RE0ORO'1-,_ENGINEER OF RECORD. 5 .YuD6lFXODD: 1632 Meridian Ave. Fla Name PROPOSED SECOND FLOOR PIAN �j 1 1”} :mow BCC ENGINEERING CITY A...I,JIMMY L LiOINLES DESIGN ENGINEER_CD_ $ t `, Miami Beach FL,33139 HA 1 y i9 'I DIRECTOR. EARN RUN DRAWN BY SumYReference g PUBLIC WORKS DEPARTMENTTe YI CHECKER. CA ,TBR A P.E. FAH Book JILL Pape. NAA Wad.Order: N/A az nwBONrwIu3SEWER ORNE Pt.BEACH Fum°5 As rel NEPTUNE RENOVATION "°""° ....Y..."R.•.m scALE: SHPT. MASA LEANA NA meal No.DATE REVISION APBS BY DCIe:I IA I Shea. rA 4.I Drams, A'OO r2 Na O O O Ib 0 N N A N O N O J a W D • HATCHED AREA ,gyp i[] NOT IN SCOPE OF WORK,gyp ,�,p �� 0 11 /,/,'„,-//, !1 �i/ sy s/ '� /tee�P�®° („-®alyY..aar4:9 / / 6'..4< w�3 �y7 I",, E3,4.e®J'�i ®,4. W 6.- ///%aE£6o (`(J4/ii/ / /, ' /��® $ ®/ (p / -1///6.'://01 j/';kms 'Y"] 9A1 PL�/ // GA RA 'tet BA%Cfa;I s Y L T. , it / l y /BATH .BATH jn ` • UNIT]13 / y yi 1 J UNIT]10 I+N(r },,,./; / UNIT 306 • NIT gm p / Y� U 36} I`. IF 1]4J , i 1]�II a' I]fl $ IIII �/uiaru ��// �/ 5/I OSET /�)� Y/d ✓//. y CLOSET I ®./ / `CLOSET L_ LOSE/....�r/ 1 L J / CLOSET I d / / // .ta5'/u/u/i a/uo/uuu�/u ;...,,,,n.-a..4 • 1 r L y ••� ICI/Ell /g1_. r1_/// j/jjjj/ HALLWAY /f��j/ j/� _,r__":"3„/,.„3-t-%,--_,--,=3„... ///�,� p iz ,l_ // ilea 19II®®® ma ---, . / /:/, r,i. . P M j 2'''',/; ',� 88,,,„„6 �-99®f1 _• ^' CLOSET rasa j // P wLDs6T• ,? i // /,,,,...:,;;;;„ /%%L/ Y ,5'//4//9ril� /'�;; 1 s. 4 f ® / / // �I ,.� y ry7I��NI7]O5UNIT]63 ,,,,,-,- „e / /�� i / UNIT]Bt ', O 'II///// BIiiYit'll /�YiU]I ) ,,�, up$IT .�y�i��4ji�M'lli i /,l?EI 1]c) 11E;ie / ® I]A) ��.- 0 / ; ,[] eA y[�. / / // / / i.,,///' s/H a�D BAiH g[s /��'I.I n I/,i / E3:7. 6®j,�..�� -/j�/ '/_ ins• T j/. ..—___®.���:0'i it A'�' / //// I ,G E. W o cT S N 4PROPOSED THIRD FLOOR PLAN 113 SCALE:1'16-=1•d• PROPOSED FLOOR PLAN WALL LEGEND: PROPOSED FLOOR PLAN NOTES: DOOR NOTES KEY NOTES: =2==m EXISTINGEXTERIOR AND BRERNRNALL I. NEW ELECTIMASDOW MUSES ONTIC COMM OPT SUILISM. • EXTERIOR DOORSAND MOGI.UNDER SEPARATE PERMS NOT ALL NET NOTES ARE APPLICABLE TO THIS SHEET 2 NEVI M OWNICALEaIADSI VENTS O2TTTE*,ERbR CSTTEbV4owc. ' -WKS°aTEDDED NOM ID REINST.aMOLE CMG W1"aWASPEPDETNE..I,O3ON SCUT...a NOTES: 3. RETETALLEXTERIOR WALL CAMEO, GGIESDNaaA ERrpp„=x ”OTHERWISE R W PA_L NTA • w I: An .GA"oGR„R.PGGT 2. . MRIN S UmERT�RG=r eA EG�se EGRE 'DOSE E ,o w FINISH El BALUSTER,., IUD.ANDOONCRETECOMMIS.DOC MOH TNE YBT11.1.1 = 0ISATFGTE9RNRPAP,WTGRSARB oOM/ASP_RF$m,,.RRT"EaMOO.w ::x El w"G.ANA. ALNGE.PAMIN. A. NO VERSA.APma.LROFG�DO/MICAS. E,EL«RODEMIFANGS-AELNmR:IREET T El PRFT_OIRECLEAN=OREMSUB POUNDS TING /72.2 IDLOMIDST;I,R:SPER/SC20„=aACTIVATE ox El SEED EM:; ON MEEA-1.0 HEW DOWILE.09 STOREFROM .YER� "�G”I"F a •-• G� "a=,.MEDn 7°VD.=DIHISIDD o'0°P=O E l °� a2:" AGPERRR<3KAROMIRE ABOVE CIE E.=ALS DETUR: E EOWsar� ;--e”a " g I; MANE.OF RECORD JA ENGP:EER OF REcoop. A NDn SCNI00u 1632 Meridian Ave. Fie Name: PROPOSED THIRD FLOOR PLAN BCC ENGINEERING cm MANAGER.AmorLxowa. OM.ENGL�EERf,3_ d` / BEACH Miami Beach FL,33139 _Reference'i IC WO l' -- 414. <01 oWELTOR: MAN RUQ DRAWN BY "a ] F.Boo4�(� Pepe._.N(� Vb�F OR..�(A_d PUMO BwICN�WORTKS�DEPARTMENT ABEAM 1,131.” nnr_ NEPTUNE RENOVATION " " CHECKER. Aa RPITAN �,,,,,c,,,,,,.,,,,,,,‘, 'QA,;',L,725,11 NO DATE ROnsrx AFRO.BY LDIe.11/� Fre.T____„1_23,, peace. A-CG h. N 0 o U, a o co 0 N T7 NJ . R-J .;,.. -.... NJ . c! Iv o o Co i ' . •M°::,t7'" ..- K 0 A I=F-Alk a Al 0 '...!....e: CI,, g_.......-.0.. , ..Q.......:. o g- _-...4..--.:..-i (il 0 —1-----=--=.r m m a 4 rE5'..rIT ... 4n= ,,......., — I= El In I .------ &---- 11:G.-.-"--51 MI1111E1111 r 1 r - 1 CI— EH —1-, ••••••••••••=me U —0 0— .1 I] —0 IIIIIIIIMII \--m 4Z-`,;°=IRL'EL c-j-- '1' I H 1 _ _ _ ' Eq- N& _ 0-- F'"- —0 , 13 NM MI. _ --Ei 0 0-- '‘. . . , . 0 . a : , 1 m ••< ------r- i : ..„ *No..- --__ __ • .----- -- -AV-M.—yi PcI I 4 I I . . - -- ......, _i i__, 2 ,... 4 0 4nT.EAT.T.m., - ,Y., a ,I% • U -,..1, _ 427,P.7.1.T.Iltmo -. _ CU LE' 5 1,0. 2. I PROPOSED EAST ELEVATION PROPOSED WEST ELEVATION 111 SCA1n1 PROPOSED ELEVATIONS KEY NOTES: PROPOSED ELEVATIONS NOTES: NOT ALL KEY NOTES ARE APPLICABLE TO THIs SHEET I. NEW ELECTING.LIONT FIXTURES ON WO EXTERIOR OFWE 012122.0. I _ . ....,,...,,„=,,,,„..„=,=„,,,,,„,,,,,,„„,. . ..EAVErMaTrATZ?grLTON'"BEEEr'' 2 NEW MECKVACAL EXWW22 vErrtS OH Ulf ESIEIWOR OF DIE tluti.01/24. w PAETAL WOK REFER TO TO MAIL 6 ON SHEETtWip Acco1.22251W,WP J. NONE TALL EXTERIOR WALL CW12.6. / El .:4=0clovATLEJzIE,F=01LELIovE0g40 REINSTALL REFER TO ENGLE EI Z.=CLEAN ROOF OLES REP/222 RESTORE/12E240E CM..WLES AS I. 21E2gliutV4g1WCE V22125.NODE OF C.222 SPACE VENTS SHALL MFR.°FOES.OR 1 :',:::?„;i;77' :E.,1:/ i 1 ....r4.,„,, 0 etetE.F., ...,.7....;er.'".,, •,,,,.. ir,",n: C ...-• E .=,===r0ER77,3VgI, r.grg..Tar,.. E """ . E :=M4:2 =°°'. E '.171aV;k1'41•707=471,CAVFITI:1 "A'''''LL 0 ''trZWEP"= ==tr.°Z.V.ggla El ffaL2I-g7,= 122:ft=raiTort4Evi 0 gi Q i 20 RECEIVE NEW MINT MON snicon FINIENAPPlr.ATM 545 BEEN COMPLETED TYP. .5. El =tr=V021.0==:=172rETEZI'D:fr"M El ffar ' "F''"E''''''''' "'''''''" N Ei 210111,122LOCIO BE PEWCV20 INSTALL NEW 210111 MIME KEY PLAN* . SCALE:MIS. , 1 .g. NDOMORNCM 1632 Meridian Ave. alliE2FER OF RECORD..r.,ENGINEER OF RECORD 5 - Fie NMI,' EAST AND WEST ELEVATIONS MIAMI brAC Miami Beach FL, 33139 BCC ENGINEERING cii,NANAGER:JIMMY L.MORALES cr=s;•'V=NZ.:::55"'.DIRECTOR. MARIA RUI2 DESIGN ENGINEER-Ca- DRAWN BY_LLB- s,,y RHa555e PUBLIC WORKS DEPARTMENT ,ThE, CHECKER_CA- ,,,,,p., , F.B.I.II/A.. NA NEPTUNE RENOVATION wl:2,3222220 Nu Wye:U. 1,22COM1WW12.21CWWER WW2 0.241BEK21.2222W2 SCALE: .5.,555I Fbrida Utense No.Mai No DATE REVISION OPPOSE 0,,,,iLaia) SEED a 20 ,,,,,,,,,, A-DO NI C.) PS) 0 0 r_TI 7 o oo 0 co -n N N A N O N 0 J 0 EA) 4TZZA.RAPLT .................. • E ° Alp.i a W.- iii . i iE lI ° IIB IIu lla �� iiiiiiuiiiiiil pn , • • 171--+ MI= n El I. I aa WOE IMMIll : ° I I �{� ° IIB I :E o�<�� �I�IIIII _ .- 11111uo1111111111ll eE,Er..,,< . : I_ 0-- 919 CI I _ ° c o \ - = T Ie _ 4E gx�°<:7:=.1 I Ea a%r a��4 YOI 1 PROPOSED PARTIAL NORTH ELEVATION L., 0 SCALE:t/d'=l°-0 FeF I Z- `1 PROPOSED ELEVATIONS KEY NOTES: PROPOSED ELEVATIONS NOTES: NOT ALL KEY NOTES ARE APPLICABLE TOTHIS SHEET < VON ELECTRICAL WTrOUSES ON PC EKT[BCS OfTEE OMgw • °uOD;:,n0E Mm::L'''t-A<.`°cPST<NEOM,v.KZ[p O .cwNMNxn.ro vS,UECOCFITI E''IusBEE °To NSW ITul T.44MMUSGUEu.ITE EXMOOR OFIxEbOILONG al4 S. sI x,A.,..—m �� 8 O NEM wEpAx°REIxOTA,LRa[RroM E O RalaEp "°°"OLEO REPA, REE,°R R O[DAMAGE MESAS pO R pn p NEMS x pEORCRAWL B BYEMB°NILBEEPEE°PDEM,O. �� x 8 O Rw " rt RptR Rw ' 4.."1" • ls , .2..../. i ''l, , . NNLwoo °ammrS g=====.7="":',°"""`"°'"" _ O 6Z"`YAA= w ,::: Mp p rx g '' 0.MST FINISH R�cnnax.PP,YAWN NE�PxpOa�ER . TD RECENT NEW a o ➢ ex ELL¢ "' ,B[ndw�. cAe[v[M.,GON Q aximTun[TOnEw[ INSTALL OVINE QI KEY PLAN,* a SCALE:N.T.S. J EM;NES,OF REM. ENGINEER OF RECORD'. 5. Mn Pk Name: PARTIAL NORTH ELEVATION AA I �y (/ ^g'� Miami Beach FL,33139 BCC ENGINEERING CITY MANAGER:AMNYLMORALEB DESIGN FNGNEER:f� I �` I J Z-.�H i ,1 —GA— DRAM BY B - - 6uMVPele,mce. �°.D°EEOTOR ARIA RUQ T Eil PUBLIC WORKS DEPARTMENT nTa: ,�, CHECKER: en,wa,,,,..P.E. I' - - --- FrJJ BaPE. N/A Pete. N/A vmhomeE N/A nwiPN.e„MNBEME.pBr.E xwa,.EL,ru.u, NEPTUNE RENOVATION , J{ .•.,....,... SCALE: AB tN Flo.Lame Na.TOR NO.DATE REVISION SEP DB DA,e,114 :1 SMeI erewry. A"00 h1F Ni O O UI -p O CO 0 IV N3 A . N O N 0 _ D4E,D.,..47 ril RE CI Ti . 1+ 0 ., El II U� �7\Ci fi w u r. illir L� LEVEL t]� "'eE�Ev..av� 1±-m-77 nn ° - ---I— . rqm . M a u ❑ a gEE�o o,moa E, 1 ._____L 0 F17 ' T s -, o" !! !'!• 7!!'!! aI PROPOSED PARTIAL NORTH ELEVATION i SCALE:VC=1'-0' "'BE�iE n zl PROPOSED ELEVATIONS KEY NOTES: PROPOSED ELEVATIONS NOTES: NOT ALL KEY NOTES ARE APPLICABLE TO THIS SHEET I. NEW ELECTRICAL LECTRIOU.DONTFTRES OHTHE EXTERIOR OF TNERLtWEO O ;,",,".°,==g-''''"'""'"`.'1`°,r=-2,7: O °' NEW MCNNIC.EXH.paM.'s ON lNE EKTERIOR DF THE B.C. . ' ET,LATH.AUERTOProTT.apNj.0ACCOMPLISHED. R HE.,XTMOP WALL CAMERAS. r___ ~ CIwTOEl,tsITAYENpNED.ORE T.LLR TOE 0 EECECCaopF TILES, RESTORE/REPLACEN.NpMESAS ti* C ,i pPER r/g"' V'E PIT. A.1 pH ERE umEUCOE<uHRu.pa 8 p = Rt4rAnt...Ep25rFoEM : 0auDNENFlSH NHF. ''''" p � % + "q I, 1 1 ▪ inm7R4w . RnEnws =ap . RN , _' TOREC N.NorrFEN. EnC�RNRHAFF,IO.TIONHAS PEEN COPLETEp,VP. o BNNH o a .EHu.ER0E.NEwCR"wWOREKNOWKNOW N D HO.WNHE,oaER ED.INzALLMEWmarum. , KEY PLAN SCALE:N.T.S. E NoL3ernH000, NGINEER OF FEmR01d ENGINEER GF RECORD: 5 1632 Meridian Ave.AVeEde Nam.: PARTIAL NORTH ELEVATION 6J BCC ENGINEERING WV MANAGER'MIR, DESL'N ENGIN'EER'1� 1 ] �3 q° Miami Beach F 33139 ° Y�§l�l� a �S`'w�H L "'DIRECTOR. HARP.Ru¢ wE BY en.n ', _ neklBO,_NIL Paae....tlid_ Work Order NA Erf . PUBLICWORKSDEPARTMENT Tan NEPTUNE RENOVATION i+ ., AS=N aH AR°"P'PEE. _g Intl CONVENTION CENTER ORM WW1 BEAM Eua1v ...e....a•em SME: Fl.a Lmme No.MO NO DATE NEVEM,. APED.BY DRI.;I IllpA KHeH am.... A"0O I N . O O OF 73 O CO • 0 CI Tl Ni Ni A Ni O Ni O J 0 CO `RAE ....._................................_........................_................_......................................_................................................ `I.. E `0-- i 4,,,,,,:.•,.„ - T . Eli -,- n al. LL-2 •111111 mim 44� illi El ,--rj r1 / 111Ur Ihiiiiiiiiiiiiiiiiiiiiii _ YYYJJJ . DPLmRL EE • WIlliti ill: al eldur sse2:7,7 RLE''' ,,, Ihiiiiiiiiiiiiiiuiiiiii m o niz, . Ell' 0 „...:, +I , , ..<• 0121 --...m.... m .-,• —1 3 essv.Oa(+.a NOM I CU IPROPOSED PARTIAL SOUTH ELEVATION i''' i SCALE:1/4”=1'-0" C) S 1; PROPOSED ELEVATIONS KEY NOTES: PROPOSED ELEVATIONS NOTES: NOT ALL KEY NOTES ARE APPLICABLE TO THIS SHEET ,, WON ELECTRIC.LRHTPM,URES ON THE MOWN OPTHEDUmM,w. FI§ ° m Ncco SC CPµsnvrC 4c=eLCv F1Er,Imwl CM Ao. O eE flI3YNC CKTeCTLT*LC Oxus 6EEx °TO 2 TRW MECKANIC.L EXHAUST VENTS ON TRE EXHERWR OMAME EUSCMO. FI NEM LAT. ON CANER. r ID xNOwCT TCuls Arms KrVEAo.WBINSTu>_AMEN TO SINGLE O MSHEC MOP VMS PEP.. DANADE TREBAS 2. ACX CRAWL MHDEOFRRAY.SPACE VENTS SRALA REPREE OFOEER.CA � ki 6i .111'1,$,74...'i B v L zEPvu CXSS. CTCUU CeSTRUCTcuc. 0C� 11 .4.4,..,,:::.. il 8 RTO DE REMw 14.1:.LLxuMww,E=r ,TEOMPELCUY TILE DECORATrvELCUMERssvALL D- .at E .PP rap*REPOREo o:vg o:2in E o ,XEP,REDg:AI ZPNN,=713,�FH BBPACERBRHLL,E _t _ _ _ f El xATERKCREP. ERcOCLAvrTRW oRLCNED LODE ISEESnDN o ERNEV, TORECEIENEWPAWFM. R RDx D MHAIMAPPLICATINN.MENCOaaETED . Eig g OPommO A45X eElsr m T...NwLSEROew[D.NflVCn.w NENT....Mu N El NDHTMT ETOBEREMOVEDM.TALLNCWIAGHTNSRCSC KEY PLAN® r, SCALE:N.T.S. e t MANE.OF MOJNO l'.L ENGINEER OF RECORD. 11LtaeogNDao-. 1632 Meridian Ave. a Fla Name PARTIAL SOUTH ELEVATION fly; {j��[ yq j�"'��¢ ,�yy Miami Beach FL,33139 BCC ENGINEERING CITY MANAGER.muY L.MORALES DESIGN ENGIEER:_Ca_ xltY 'i P 5 t.3 g a ^ "'^ Pe1 DIRECTOR' MARV RUIZ DRAWN BY - _ _ Reference rts PUBLIC WORKS DEPARTMENT nnr4 .H Sr CHECKER. en,SE A N PE el Bo..ALL Rave. N/A v.,..,:_y(d_m „wcoxhNmuRLNtE.o+Ne x,w RucN am,,, NEPTUNE RENOVATION , s aPPHrnxx ... ,,.e.. SCALE Flada Lune No TNSCT NO DATE REVISION ASP 0.BY Dare:I/14/20 SNet eT °o ,,,,,q' A-04 rd 6 N O O U2 7 O W o m T N N N O N O O W .............w .................................-........................................................ LIZP.7."' D 3; K I I oEZ • 1 u iiI° ,eMx..2r-0. I ? FF 711 ° a ° � \,„, ° , ,‘ . , ,........„., El ✓ II ....... 4 Er.:Z.if-r'' I CI =1. (7. ... -1- , _____I_ F....._, r - ' , al _ °/ a II . . ill ---ci TEir— 0 i 112111 ° � o � ■ - co W ii i 1 PROPOSED PARTIAL SOUTH ELEVATION • SCALE:1/d'=V0 - 9KLKV7c.0 l..,P uovol n PROPOSED ELEVATIONS KEY NOTES: PROPOSED ELEVATIONS NOTES: NOT ALL KEY NOTES ARE APPLICABLE TO THIS SHEET r. NM ELECTRICAL uvnmru0[¢oxrxE MOM,Orrxe¢H-aw. 0 El STVI u,v.,gren ❑ _ 040.000Rm�1PPW.TAATw.saeFeexoin To 2 NEW MECNwu,E..uu¢T Yens 04111¢urwba OF O,Ee,am.a. ❑ ALL urea urx.. .roto cerAn Po �uv RUL REFER TO 0 E ewRoor nes neruvRenaRa.eTaa.ee.M.ee MESAS 2. .ms.0 wlenovexra.Mtn.OP x11¢,uu BE F II Zr . • '.•\I� _ i 8 NuuGPwooxo e��i:w9owww.NVR ©\�1 4t>U /- 9 EL CI.AV ORATIVE o .P Rwws onP.a vase war oNue uuEp°°`e°�e• 0 mrow cRwExev>u rENN a zxcuROEremawuee a rRac c.¢ ®I� !9 i', "'i F r ;_i+_ 'i O ;F:o dw.E =p> E`¢x.0.�M, ❑ g::: ��° Potgs wN., jam- Toa'.c3.EUEwMq,�N.wPi la, 0ul K arum nvSN APPLKAIION x.¢PEEN C.•0.ETa1,TYF, ^' Z O 'M [ P3wr x s o1S5Rwwo.0500 a5NNW N O NN?mMElooertwe.rnMa.uNew00000un[ u KEY PLANS a SCALE:N.T.S. $ 5 6 HOOCCR•OCO: 1632 Meridian Ave- EK;I.EER OF RECORD-CS-ENGMEER OF...RD 5 F4 Nam.: PARTIAL SOUTH ELEVATION 1 Q p BCC ENGINEERING MY MANAGER,.1µ11/PI L MORALES DESIGNEGA.EER:�,g_ - _ -- _ --_ ;jS _ g—�#o4q s.-„n Miami Beach FL,33139 }s 4 Si€® !� W ' �'�DIRECTOR MARM RNQ DRAWN BY. va Sumer Reference c' PUBLIC WORKS DEPARTMENT TOE, r, T, CHECKER. CA c,,m.n AR,,.o P,E - - - F,rklBoa ALL P.. N/A MHO.,: -VA ,roc CRN.w,wcENrenosneu.w BEAM ru2Na NEPTUNE RENOVATION ....,..,,.,.. SCAIE: 50.NnAM PHwa Lm,x Na MO NO MOE REVISION APPaeY mbI I/VO SheC oravno A-oo g • N O O -p 0 Ni • N A N O N O J REPAPI TO x,rex''IDB,a w x aeE N E ,BETOBIx Ea CORNERS TIP. cf suu,rt DOMING aERER VW.CORNER 1eD DIM.a L s�; L.. ex �£� X Y°x°w,eet Tx03MARE / ° EPOFSfANNr '> ..' FR° wb °EI 1111,2 ;� SACKERR ._T.::5' t. { ,' ZNV&S MVP,EXTERIOR EADEWALR r� � vrm.co .... AEa wawArwvxvrt R�� ALL CORNERS PfP. / A ro RExux ° LAIN OR WIRE STOREFRONT DOOR SINGLE HUNG WINDOW 1.111111.1E1 STUCCOFIR.OVER NEW 1 JAMB DETAIL.(TYP.) 2 JAMB DETAIL.(TYP.) 3 WEEP SCREED.DETAIL EA.RaBaeeeDM SCALE'3•-10- SCALE 3' 1d SLALE:fi'E 1'd �y I P°TMocMLxutt G'a';%2 j// .A'0''..i; MEDD.C.Y.1J mu. TO REMAIN �� iuo Y Ru � ED TUT''' / "," %-z, ---STRUCTURAL K', fi r'/J / Tawrcx EAn1W ..v.inn LArx / r '� ABEo 3' v.L J'.`.�. ......TRw0M Bx Mrv,,,, "• •I of FFAVUT �' EZ. ofeVVM A�0 •• EtEv.213 CEO=. �L 1 ` CORNEA {' WccE4xw VCN WOE �,..,..•,\ �l—� Al �tlla�\ BACKER Roa VCX ME MCKERRO ••..• ____ 73EAuxT 11 SEALANT ..... -- ///./. ,Vil CON CIt Pi:tra........e .',,x-. IrSTORMONT DOOR 11 SCREOULE i.u....u...... EXTERIOR INTERIOR I h.I °wvsneeuL[ // .AV............• Y - Im pi 1 t /1:.•::::::•:.•*::::.•:::::.•:::::.•::.••*::::::;•%,:I','.,.1....,.;;.,',,,,.,',i,-„. • R°m NxeLa REFER TO SA. EAwn • // .....N.. a` n • .„,,,,._11/0 �. R.,m. iI!I NY.Na"�EwLE aaRNEAs ° ;,:;,,,z,2%,,,,,aT°BE / /�.......... �. r- w ro°rYSr • a�>�sa ..::::::::::::::::::::::::::& ...u.....1 +' I �_ ;r ..au.aau .............L `. ffs` // /. Bxao�RRr�":',Z.7,7,',.. Ili —"Rx'A-'T" �ri.�iii �.i� u.........r .i„,•••,,,,,,-,.,,:„.•,-, u s9 i I.i.�......'A. P / Exm ..... • r.. ./1 " : Uanx°ax.LWALL - IVOSTIMO wm gAmwRaL T°RExuN STOREFRONT DOOR HEAD AND SINGLE HUNG WINDOW HEAD AND 4 THRESHOLD DETAIL.(TYP) G SILL DETAIL.(TYP) 6' STUCCO APPLICATION DETAIL - SCALE:T c1.-0' a7 SCALE:3•A V.O. SCALE:NTS � xsN o°n nst E AllE 8 i'...: ': B NOTE: // yqI w BAx,ocB P.aaomEEAEcuTcx of RRTax.ATcx / ... g EWIG`.N. 7 WALL SECTION(TYP) sg SCALE:FULL NnaiBODll000: 7632 Meridian Ave. ENGINEER OF RECORD y>_ENGINEER of RECORD. s & F.Ian.. DETAILS h E f' BCC ENGINEERING car vANACER.Airier L.MORALES DESIGN ENGINEER y g� f I t,l�t{B Miami Beach FL,33139 _ED-DRAM ST PUBLIC WORKS DEPARTMENT DIRECTOR IMAM RUC SCALE N GA ev r -- — - Ca F.0 mRe.N/A :Re. N/A "LAB Order N/A rro,carrexmxcR,re4RRNc Yu,nffAOL«ntrD mu; NEPTUNE RENOVATION .. r .x eR A.m.P.E. _ -_ e...Ae...t.r.. SCALE AR fart.. Pbr.Lcerae No.MI) NO. DATE REYISIGN AVP,Sr Dae 1 IIS greet Dr., A-4.o e N O O 7 O co p co T7 IV ---- NJ 4, 1\5 o Ni 0 .... J ° ECEECECIDN CODED= c4 > E DINFRAL IinTr52 En=„°,?2,1a 271:p,17.1',•1,°:::,'Atr=0.7r.1.7=„VI°' AbbnwiaDen Trp Typlaol E,,*4,4f2:72* -Wi,****4- '27, ,," 2', •=r7-7,-27-7"21:4,°='''.MI rr'''.°.,fg:.':,',Va,c,,,V.;•::,,'„°:,1°.°..::'„°V.,,V,„•,•:„::',r,,,,,:°'°, 1 Comply wilh AC1 301 oriel Ma L T:„1°."r,.°?„7,°.°,=',22•=,,°;"='''''""--"'''''"°°°°"N° ° =°„rrn'g':-.7,,': V.-.'=°'°°°'°"*"'"°'"s"*"°'"°' YID Wood (,,,.171.' 2 ...;4°•U'I.LS.2reitIert 2 _'r',..rA EIWIED Embedawl/Embedrnenf '''. '..*k 2 .f•‘..:.';'Fiw,!•$'4&4„; . 9' ."Be 1 ' Sir:=':;,,t1;72'.u,t.;',':.7.11=t.'110::=1."==:',,t. ' ''.•nom wo'..°oom'o for..'ru*.L'"""*"'** 'CI.'al,..,,,ek 1,Na:li;5'''''{:':' • rdgemm,'': 1:t"!' MIN Ilininvon 4 Concree rnIt shell contain',Own While[owe carraekm Inhiellor wand 'Ili:WI•in*...i,7:171f * . I,'.:.• ; ,C7ge:W,2Cr•0E1 5 Corroolon inhiblMn(or requIvolen0.3...1.ocie• al fa. i, •.:,, ? ,,,,t 4,,,,.:.l'e. \ ,2 ,,' •I,'t 11'•. mInfortIng as(elle.: ,',:2: ZU.„ , ° --'°'°'°°"°"'-'•"VI'°"rr."°:7„,r.rir,":,:7,7.7,=1,1',',',:r 1 '":`,..,,iiki.n.°•,',..- ";.,..1,,k,',',4•-•-. 4°.-),,,,g4p'•,•:`'1 ',T2:2°4",,,':':=,,r,,,'-o,IWIrvardtMg WIWI.12's resolved by Ms E02 101510:11 125ILim WA 21221 OTC *011'Cenle• 1351. Double 1 4164,42:1arE,Winf'1,,11123Km2,*• 15 27;,44: ,,'tl.,e ./,-, 17.1/21. ' FEFSrg:.it dr:r17-.LISii:15"Zry ins"COMIsirsne7Onal ths il5''',5P,%774:'1,:::3'.:<;,77 t'411:47ss9;710,19110*'>/". ssu or woss W. =,":74""' 0, ,','i!.;f12-r.',,°,,,•„','t•"-;.4,,!;i;',4„,,,,A-4744,-ottatil,p4 20+205 DVIELOPEIENT UP 221WE 1010111 LF LINFIP FEET ..., 072'2 TX ... Alt2 %1F2' ilift,32AOL,c..06),:i all'i 1114•17!. ;iz4,414 att,24 ' an2727."1'.11":1=':= 33 17 13 34 22 17 33 22 17 it IR 12 11, ' ' :AP•CVXSI'roiFVB;r:''7' 'FV !„,Ailte„rii,,°7?°-. .,,•;;.',,,,,4•,:`-'1':• ,:l,!,n,-, 44 - ZU,r,r1Z.ZIT,=',11 RI 42 17 37 33 40 and Inspect the temporary braelng and sfoblity of the Streaturs 72 . . 22 72 22 ''2'n'3.41.Z li.21ffiga"ft$15110.`4';7'.-2'4-:1!•,;r5i, '''' SNIP PRAWNS,AND MGR 51/51112221e. 5. ,. selfinOr7 concrete cast below 15....) rzaclouded Items will Pe revlawed ,,,,.; 61',41.255 -,,,,,, ,0,7, -;•-• 0•27%5*.im.,,,, 2:04f.r22,1,,Tegl,::°:,V.,°„1:d°,..4'Arx.„.Vm. ,,,1,:t6e40.7.1m.,,:1-311ste—gut ,)6,,,,,, ....., ,,:,i,',,„.::;:mt,t., ,,4,,,:f,cy,..ft-i..!•!5:::,:,',fi,gs;A-,:: ,:;77/i. :-..: ,< panels.enuelunal Wool connecliora.structural Sol pop.1..1 ImmIng.etWrIer ' inFier•Sw7ISFIst11=727112:1:VOltnItnItc11.:r11;n1t.Td" n 0 .„, A A Onleraled[tains.tr donned as a nen.wonted Engineer who SPRO011iel In COECOMEACODO '."*"'''''''"'P"""'r-n''°,;,°).;:.%trI:,:7,,;741:1,,,I741nr.WI.V.,,,1 ,o CD E• oUP'LlInVr.u.,,4,..,„„ _. rIW Rommel Rol CO P Ltpre'en.1=:Ze.w7mRatleOZ:Zrpeof=st:VOrrrnt.IVILOIli7n a W ' 211':Ing.ntnrgZeWnetIng"ptrne:114rIVAZIT:f..;11=os'a71 2 =42,.,17.22.=oLtIt 42,z 21,412,14,24fit.,;,2=2t4::.r. s.... I r4;Z: ,.,.,,,, T...r.G''''"I.122;.'1nR.'IT' g ' 1 11••an snow nc,n...,01,..t.,re..odhestes mem,...n..tn.win.erne, a ., zz,-;;;:::,,FrgT:,,,t:', ;),IPA1:=177.7 gZ,2=7; : occepled equivalent Fellow manulocIurees epecificalion•for us•and Inelallollon 1 5 In addIllon le the ORM.IAA Nrucluret Engineer's miler of Delegated Engines, 2. :.,1".=,°trz,°.'rV=1°41,121,t.,°,1',',..„°,..41..M":ut,IV.,1::., 5 6 EZrarnsrana'arnrst=lionsinISV'net ut PsisVste"gotr•Vinsi:;"' . a:Ss,r,,...,:1,,,,,,,z,n,,,,.,::.=,,,,z2r,t,t,..g4..117,;,,t,dr.•,...Thoroughly S N 4 5 Thread.,rods ans 5-35 galiranlred slasl.u a n 'a I s s i .. E. S A i ,70.51,,E5.5 OF.R,EERCO_w_RD_GB_ENOINE.OFRECORD 5 Fife Name NEIGHBORHOOD: 1632 Meridian Ave BCC ENGINEERING coy mkeaGER 211.11.1YL MORALES c; 1,A!A t=v4 1:::',,r:A r-F1 m,,,,,,i Beach FL,33139 Survey Reference CT ,I, xL,,- $a ii,,,,,,,,,,f ,....: n - "1:;;;•=1"*."2...Tor'DIRECTOR MARIA RI112 DRAWN BY._EP- FieldBook_EV LI_ Page II.0_ Wer2Orde/ Ili.•_, ne.2,1 PUBLIC WORKS DEPARTMENT ,,,,x, NEPTUNE RENOVATION nol zasArease re ween5wi CHECKER_021- c„.m.,p.m.5., , wm505225opecremnee,,,,,,,geener5o_nwm SLALE AS sHom E51.2serza No 246E7 NO DATE REVISION APPD BY Dam 11/15/1B sm.. 15 of 20 Drawing 070 0 L-5 N.) ? C.9 0 7 0 03 -n (0 N N A 'NOrAADR < • , :g d 9 ,t '.hIr � e C9`. ';:i.''';,. d' , ,Y „" " f S P 4 xr , � ®NO e3k^�-x 3 yy -.rt.. RJ i."... PNOD"xa]d,E '6 . $ �;SNRj z' I � twa p. e'A) sl.o MR !i: £ '" �D a[PUnDsuAxp xpi[s f.':•=•-• T' yA. ;'K 88 '_' It), aJmND,a„xDpv .NrxT. , ...„,...,__\„ , i ab7 e�°aa ,,alnr „----,;--\ ,, k- ) • .-25 �S _ mp -tr x Ef- a[NINp i,„„.,„ qW R uuxc m e[ /°' E WINO TO BE -,...--re. ' i • rxprD xo.r.R D[M[xu�W u] .0 ESISU ,r"'”"°[ml: 5TWNDOW/ uovxAimxIr NROSNm(M.)() CRACKS E1Nx0 f0 B'[ ' 1rI c ( DczP PNRD(Y () 1�_-ia p .l '; i ) PHOTO Na.2.p.x) P , :::„,s.1:.''11';I:il jN ?i!iiII:Ai : ✓ !..., r1 1.SALL ]5x5L -9N' E�roo°NREPAIR-';iSm :1J-KK w"a -r- 1 (7.1'..°A.71'.:4 7.1mppro. AI.R>.DNS OrR[VlDS(S[Eec ...DD.$) i . H Nwpmlm(:iC ) rs ]];,4]',•!...t'''.--" --1"r""'"' rD"' mr.i(h . nsuv1 �l` i)!� � , II.f ? _„( , m.) q.AT r „ h� R� � i i it li S1 ' i :1 'it � Y"s II .--,11.411\11 1-i.,2:::.....;::...::::;;•':;,'' ...-°r----"'""2:..'.10.oi duanunj g Df 20, mr _ _ _ ..... ., .urrsuwNsurvP.D(—;- . - ➢u " ARLLWI/Du . ,..xe 7LSEy°%DDP ➢ppNe � S[RVU �CypACPAroHo. .D.tEAST ELEVATION • - po • RErm io m[Er bO rpx ( i di6 �g r �} a[vAR Dcmu AxD xpr[) sx 5' l� `•';',"'1, :4,,,,,,,:,:_i414,° � i coR 'It )wPPpro:wu��no ., �� r , PmWi[e.Rirua[Crsr°BY s (moo,..N-".s-"....`"° `"°,�te.' w '+, �.. J e [uulxAn `41 PNDro r., rAnExnz w-nxp. 3 rAsnxcvz sxAu r'a "'"'En e r I '� _ aka 6 ttrs,xD RA mD rD e[ j z P[NRB SN[O(ttPJ(.], ggg ,—,,,,,,r,.4(..; ISTINC RdLLND m B[ INOTO Nn r NO�V06lL CPmj,°tN5 RLMiR. INDTD No 20r; iC[PCVNR]%c]or�LL rt"s+ /Nora N. Nwcst-.6°L. • :y CNaWsxCp(TT.)(•) CE RPM 1/33 t._. .... ,..� /r z (5Old 6„oro°w,,„uJ� _(irP.) I+'V� i' E --IT; i N�,a r'. * IXSND aAllwnlrD �...F)I � ttsr uc Ruuxc rp Pc f t,i~ �,yo ,-.:,..,-/,. '` 4 � tiP[rpRe 3xm(r P,(•) p , )i5 I iii EM�i A R E r[ai0 0 '.3".1.1...„3,..,c4,—.2.— t� t /', I 'WAX uRi°o rvrsreiE. xezad il l I` ,i r P`� i`t, 4912 ^„ic 7,- a n .`a F ,_ g r 1 0 &� +•3 D` "S P�ss' `^ �Ea�.E j ".., '.c.a.. .R5• d I. 1 CRACK lttT•1 I I , ' ••`;11'.::,,,,°°,4'.4",7?1 ,.fw1y .LLut �G$ ”_S ,Y m —I V' ,,.„,,I, Q.. 41[3 .g _ ....'' 9 IXlsnxc RAIU D e[ r I Ii 1 ,.. .I R[NP®sN[D( )(•)-+. ,/ 4Epmup usuxD rD R[ PxpiD xo "oxsmDr��[vl�D�RErAm. pN o.z D tl / 3 Ixoro xa 3 D IL COML. 0 xATnx Ar _ R[ruRsrsxm(m.)(•) PEWOM s]d uxi s[E RFPAMNt/al.p 2. Z7DpxCRTC]TALL(SLL0°TROY M[A. _. H N11;1) NOr vrsiR1L DRADR WEST ELEVATION EM'.OEEROFRECORD_WE EM0EROFRECORD. 5 • Y 1 KoteDRNDOD: 7632 Meridian Ave. q y 3 i Ax` BCL ENGINEERING cm vAx+cER:nvlerE AnRA[Es o—cu E1x]wE=_¢fid 9 /V'di t ',` EAJ--# Miaml Beach FL,33739 � eY ] s �Rnd.mv r�k I �! S»�b.. ) S •ml pWECTOx: 4NN 1wlz PUBLIC WORKS DEPARTMENT Gar mu: NEPTUNE RENOVATION Pt F:m Be.:ALS- Ppe:. N!A zwN ox., N/A N. Nw.-,y v,nxpu,OI w.wcR«uEOWUEU,,,s. .....:.....,.. SCALE A<glrnw " C.r FbmRLkenm Na IAWT n0.DATE REVISroN P➢O.OY Wle:i1 a iD Sea la of 20 Oramn0 m() N O O 0 7 O (D O fl N N A N O N O cz I. 1 t �'RE G p Wim. m v "&» "�3 .r r, -.<7 , -' - r,,!!!1!!!!.! ,!i,, ;....!!!!!!!!1,,,m,,,,!!'•%,,•:!.:1-!4...","-..<7.,.ff;•.!!:.!:,, ,,,• ,A!,!,%!7;:!!:,! !!„!::!„-,!<"•!!!!",-,%<!<H)::-.•-•,•,::::-,f1, 1�, C 1, ;ar - I �4a v"-at, t , ) ,•; <i!,75,1<„,„;!•;,-.714;7,-:17, u'� {l ,,I Tait a� ., . /7" . x" r, ",.!,4-1, as- ,,l }�...; ;� ? r { 8.,',,a .2 , y, t rl` . e • *#{ ;?"�g�-+' .;^-•-r- a-'rA i.w32Z-e.-„,.:,,� . ..,; ,is.,�,�..:�:.', l'S"» ,.�'t;.h,.., � ^'•4�_�..». rx010 Ne],,•11?.CRALN Ai PN010 No]I.R CONK..CRKN I ORAMIANTIOA Ar 1x010 IA],L CRACKS NR]/5]0 ALL rAGro xe]t¢ [ w R S4 REPA!CR 2//i3.° s¢REPAIR a/23.3 si°RiPAR t/53.3 SEE RE➢AIR 2/53.0 �� �.„ won • ” as WW1 � cffi ; § z. �' : �L w j 'l .:;.,„,,4,,,,,,,,„.„,:;,„,,,,,,,„,..,:„,.,,,� . ‘«,J w sn ' Y t' h dal I): £ �;. v 1°41'.:r4,. rRt;',; 4 .�.,:„.... ,,'»fie:�xl.sal_c>5. 's ..,,, x:iN. 1wi0 Ne]2' CRI. pNOro Nn.+t.]I ST ""°Ne 3 Lp: AIA MCA•CC wrtx PxOiO Na.]t R: C 5PaOio Ho 1 t s °Ns Of.1'f,!!%1 REPAIRS WSrOf STP P.YS rIJR. S¢RFP•N 2/33.° SACVGu¢swlR/vA 34 41•N]/si0 RE 63RE�1'A°W Y/Sl.p SFF Rr➢L!¢Ra/33A • R (•)[WN a RMOVC I¢rtR i0 sx[[i SSA FOR ppRRpapN ANp NpiEs� 3 Dr �� _ —.......D.7.0,.....,,,,—.... STAIR CRACK AT PA xi ro BE s[ P•Ru¢SGNS Of S1W[Rs4C[ pD1YIN1]ION LI w-1x0. G:W�� PREVIOUS REPAIR rAsi[NCRS SHALL BF + ‘-',','=",e1...) 1N00W(sC[ ......1x0=0, 2.!.) ............._................................,..• }............................................................., t3FE Pxoro NP.a.!.]) -..._...:... CO DI CRAM AT WINDOM . n° o oxo xa.z,.a ..• [nsrlxo Ruuxc7. [,„�, ' AFrYRG3xF0 D P)O ,iEs 1-""7171,, ' .I HE �iEj: 1 1-117.1,,, i �1'""' )=;-----.- � i.......' @ O • sPui/oruY NA ......... eF Ir,+ ....... s u a �'SI,1 WINDOW C . ' Ar U...(sr S IIT I t!t''; u(¢ !, ! Dow Prwro ,; ,V,;:,::144(•) it!� ,Ii ^i f( Pxp10 xa.a,.a) ({ ::!::�!:,�,i�I :moui�or Y ' ,r:... i i cRAc iYP.)J c rvp.)J ......_...__I�'el ErAIRs ..•,»h ........_...................ti i R•rx( ..._. .. ......;z (s4 Ixorp x,.a.L) ensnxo wuN ! ! S'- 1�_.._'_ €( ff 1 � 4srNc RAluxe r0 eE s YfsF11! RFruneoxeo lm.)(y ( i "+' ...... 3 ee•cR ' RweelsxEo�„Ii ti Al:Amour . 00050 ( SEE rXorO xem.a '�!iii mxr.cR•CS Ai !illil i1 lil i ( ) R s of]RMOYs v[1•M ,I„...........:.::�' -far. ................... PHOTO a. .. .,:.: fliEd ....._r._....� `1.�_... F: is _.._ ___ _ _'.i ii i!i'i _ pR•p t Pa 11 ( !, 'H I .. ' ' i 5 . [$ r . : 11 • } __ •..•: ("«"'€_ _.&Si -Gu__ _S"u _•'"'ta _Sid___ .__. ! c»'"a_ cza_ €'9 _ 1 m _--rm 75 - x0 00(IC r /J/ RACK•(„,,,.. tsiF.nolo xazLp NORTH ELEVATION • s Y NDERIBORNOOD: 1632 Meridian AV& EN:.WEER OFRECORD..Tg ENGINEER OE RECORD. 9 FW Name: Sq2 i I Miami Beach FL,33139 BCC ENGINEERING cm WANAGER:JIMMY L.ma.Les D-E0!cCSTIR+EER:_CA_ 0 9 YaA= yl BEACH waRY Relercrss: ,-'{ F 13 1 °a°�DWEDIOx' WY+N NVIZ [Y24VM BY ]- FeM Oai4: N/A Pce N/A NO,•QPRf N/A "6 PUBLIC WORKS DEPARTMENT re , eAaeNm: '''"''''''''',11 l:mm,nm..w t pp „wrxm+,cxFwm,RRN[AwaprAwns.n, rte` NEPTUNE RENOVATION ,,,,,,,,,r,,,, safe ax.wrw Fl„d,pie..se N,.]NSI] ND DATE RE1ASGN Aern.:Y Ds,.)) 3 AD 00,[ I]of 00 011400-. (U❑ AA N O O (T O O (0 0 TI Ni - N A Ni O �r —ib , i0 'N � q!Y tryS—' iO e `J A 137 . I t.i D ,�.r "'''''Ys j z r i �a z' {4r.o „ g � „ t v, [ '�, ,. .„;44,a��: �- A y'r .��.e � 'n ./�' D db"° 14 3 pxol0 N. x L tt PNDIO x.2 2 2 pxoro x° *L s PAIR ?NOM N°2 iy x PHOTO x0.>2 k TIC.DELIA1TALDIN Or vWR(�WOUs REPAIR NO CRALY6 vI51Bl[ NROSION SCC P PA0 f/s!A ][[AMR 3/s]A YL RVAI�[/5].0 SCE REPAIR I/S].0 [ a" aYv gt `*z. ',,,,w,..,—,,,,:vi na"` t R . '•d 11 rl 4 s ..--..-1,,,N,,,,,...:„-“,-,,,;4,3„--,...471...* I �" n 8 :p« N °i , j1I � 3 r 4`,i- "' 'fl; ` rAt ror% 7,..,,..i..,„. Y 3 j ` ; gI ':•,;,..?,,,,,. ` ? --x x mt`;e •,w d -- Ylrjz (ix'4dA�hv .N� ita • m[ h' "i t � -'. t 't ,' (" ( ms • tit{ ? �& .} a ', pd , "� 44P ,. e} falal 5 :e1,,:-;.,t,„;-:,...,. ..,..4,:•:....•.,..,,• +� �, is::Pz - ` 1 fl.,z*, roti pk�' i «�. -0 -‘,,,,,,,:,14. t . � rRa , :7—'7.- . " sL . , , , . -( s t ,,,,,,4,4';41.!,, ( L. 2 € t ,git &A ,i§ if <WL 0% g �; Mi P.M No x2I° 4B4n0V 0 2Ji a 'G # ,x ° g�. 5�ct , pM0uxILRI3AM�WR[PAI9 SEE REPAIR I/s!A_?1" 7.°:..° °''''1,14:1U1 4oIslUR[ DINmPOONxe ToEN PR[vbuSLYR[vA[0 WALL SLC REPAIR 2/S3.0 Q PAIRPXDN27dACs6ICp11010 No x3.0 cONCOWu SCE REPAIR 1/S3.0 424 • (•)ct[Ax b REuOVE RNY R[pV,0 SHECT S].D FOR sloUa Br PPMous ' CORROSION AND R[PAINT. n21.LR O rEI ASD NDSCs RVAIRs.xD enecls cRALR AT WAIL SAx] ......................................'..:;.......-...........-....- VISIBLE(SCC PHOTO I PAM l0 0[SCLEC3[D BY OR P4[VIDYS PEVN9 _.;;;;:::::�"'' Na 2i.0 II REPAIRS V6 Bst['(S .• ]AT 0 _ ij • Ne 1` ((��� Nom` ........ .. ( ....... I J •iii ii t 1 I° 1 j PO L • Pr�;iE in !;I r r CR„L[(TYP.)_! D REFURBISHED° P.) ,_I1;.�j 1. i l C ;�1: �BIBN o�rnT� i NRBI�ED<P;(:) a , LA,„„...i jr—t t ,I b ,„ [In RANK T [ `tkeA�91 FIR tt REruRB6NE (rt R[N4B�D( j I) BI]x MP.) i II�I –T i° i IRO R4N B D NOP i 1 f 1 t i Au 121.2.1... ([[''i–QMH 1 I [D(inj(•j nit1( i II II j OWNS Ci COHROSWx �ilE '�� %,I LL(SEE ii NC.D[LAuWATgN _........-- Is PNOTD 2 3.0 PImTD x°.x.z .........'_........y'I ......_...[_...._.f l HR TI i F.._._ ..... ..F.... I""vi EE HR i..._ P�,„_„17:1 1)=17.----ii.._ IiL_._.1 J !. ,: 11 ( j- 11.1,.. :. - it. __ _ H CRACK( P.) ,.;:.:F-..;:;...:?,..1.7::::::1::::,.. MLRS VIS BlL....... i R ENs ti 0M ,, m PAI03.x0 ... T..� w4LrIiiTIOrrnwW maUSr noun of v u U PREVIOUS REPAIR (SEE sPHOTO S°.3x.0) 8 (SCC PHoro 1,10.2 2.1) ONs DP SOUTH ELEVATION s S NOGx80RH000: ENGINEER OF RECORD EP&NEEROE REGARD. D e 7632 Meridian Ave. a ca uax: BEACH BCC ENGINEERING CRY VAwRCER:3INNYL MORR,LEs ^GU EIraEER-1A i �' (' i i Mieml Beoch f1,33139 N ! R:xRY RBr P.Ke: v I i. kE D nME[:TOR' WFN XIIIZ o�l"•TIfiY s ” PUBLIC WORKS DEPARTMENT nTLE: NEP'NNE RENOVA71ON +' eNECNEI4 as s«rrw I c<e Ba,I: NIA PROP --.'16— BCC /A ewl LxD°+ Nd NEueRvmnbxeOrtrn ORN¢SauuounLrtar+]2 .... .e.. OGLE- RMeLker.a Na I3GCI NO. PATE REVISION APPD.OY Dale,'1._1°— DP... 1/15/1R B'Ieel °r M DmmrO'. MCI N� G Ni O O cm O p CO 0 Ni m N) N A N 0 N O '. 1 2nd FLOOR BALCONIES O w —•e9,R. ; 1/4,44i , -,..141c *AA' i 01 , .,' tA- i g I. i ` ,`' di/{ ai 'ae,. i x oda > ? dA e'z„ 7 -''7'"-- 1 qqt - �'' s g. 7 ,•-•,1,4k,f(( •' ,,, ,45 i't4 ? ag .-, ` €tI�[�+ �w°etill I , 1'i Lii j '#. fr5 j.5 r LLP" "b,r,,, R .,e e ',',.A.A!$ ... . T 'Jii g -...• }``' �vr`'3 S`•e xw.. < PHOTO ue 1P i x NS AND ➢x010 Ne x]y 5N[GA PNOTG xe x t a• 5[YCRAL GRAORs AxO PHGm Ne x Y,n. G PNDm No x YIL'FINE CRACR9 ANO SIGx pF Px010 xe fit [ POSTCUUINAuON AT RAILING OSSRR09�ON LOCATION Ai SIGN DWbAl,OIND Ai ANN` CORROSION Ai RMINGs °pN.YINATIDN AT RULING AT POST POST s[C ft[PAIR,/S].0 D4TION.SIGN OF C09:V T RYI1M:5! SEEREPAIR3/SSA RRO°IOAT RAIt1N4S! [ORROSONIAi RA4INS pROf ION AT H,UUxCS CL,ACCresmF AT TINLOF bsP 0 NAVA t/s]0 SIF RAIR 1/5].O (NOT 4CCR[IRIr AT Pb Dl ViRQ) 5¢R PAI o (Nm AOCFSAR@ AT TIUE_OF YISI}) 3rd FLOOR BALCONIES :CI,.. -liiq ; ;�d+t ,'.q µ1 ' J tf�{'l€ i t -�-1 ,1� k j ittf`F }trii i• .�,` "7At"lit gA. 'L '*" TE�I.`l' f �f,�.; j}‘11 li�l+lf11i fP '{'t��( r$4g',; '<- � r13 ;p5 • N P� .¢ rii 7 ,hYA; °^• 7 "" •;�,iS ••�:,r • eP µit: "" i< . _ . . -0-Ne RJ f N RANO OWNTOORAi RANUO 'x00 N.x L MN¢ AbN 00 N2" 2mr tGS OF°roR°Sp ➢X0Ne-2 SOTALtAgnIADOFAT➢x010 Ne x i.Ei SW °C°AOPgO510N AT RAILINGS AT NAT RANNGS CGAAGslO°N IA}RAIILINoS! LOCATION SCC RAILINGS 1/SI.O 5[[A@N sC[RCPu sC[R@AIR 1/s3.D 5¢R[PAW /5].4 NLS E- SD/5].D . 1 R[rv¢OISHo Ittn)(•) ¢uv¢IRaNn L}D 9[ . S'°o NR DAlyMY, R°VN0�0°R GA¢ONY: HPHP Oi0 NI BALCONY: Y•0(.004 eLLCONY: /. SII .,1 ---) • I( vl[r�ioR:rJsm ix"(n, niTmxFSAFDR / / ` , / ..r..'O°NO Buc, '(• ¢AOst RY[M. � ' A 5BY '§ � FASTENERS 1N-CND b FASTENERS ate arLLSE ,,,,,,,,,,Eo• Y / ' i 1 yLEVI �/y;;�y qp ._ 1 Rem k I 5 1 .?,......&Y 3Lu,R F.ni w8[/ W.' I YR I1 li$ Y p a, 1I J"'1.. c+ " =i A I /.-- [RL Mlxuous° }I 1 / priml�o w.°i mxr: 7:- DCT 3_.y-- / mp :. RI ..7:— •, iI/u[cuar°R°Ixuous \" //'ixoiomOraR BALAwx: 9 r IwoR ✓ / r�innoR 00A05: L J gore?R Rii°ONY: roiu,°I° ° 8 s Rw4aIZNTDL(ttPj(•) MOD R@iNto.Hro MI.J(•)- yy g NEIGHBORHOOD 7632 Meridian AVE. ENONEE.ROFRECORDsi ENGNEEROFRELGRD. 5 '� j #R'¢j,';f{�`�[)f BEACH 1--� 32 Beach FL,3JiJ9 BCC ENGINEERING CITY MANAGER:JINNYL MORALES DESIGN E)rNEE4.1d G°e NB""' 9 4 ± iP Y 7. { •9 i ' °p...TON ...ARM DRAV.NbY: ■[. PUBLIC WORKS DEPARTMENT DnE: TA I cwECRw_- NL i sw.<r R<I<:<M<: R . RR000Mail00000D,ORM W.C.Klir..R]1R, NEPTUNE RENOVATION Ac aRmMN <R ARNDR.P.E _ _ F,,t,1. 000009 s...,e,.eR.,.n ,SCALE' hMe LlCene<Na iNfi4x N0. OAIE REVISGN APPD.Gy Lhte;ILL9 Slzet 190/ 20 IRSNry; Imo]❑ $ N 0 0 CT C7 O CD O CO -n N N .A N D N O .4 .WIrM REPAIR:(WHERE STUCCO GETS DAMAGED DUE 10 REPAIR) C4j T. h iearomnESTO)materials•oule..n performed r a°sew product personnel.Use m4.aN �A I®( ACLE1=1:12E1111131®1A®m D I. DEDRaoe.T.merorna.•.,n tlan.tfhdO�n.m. . anIe.e•in"apwc•nbn. Rue M[ BID QW01111 NNRGN PRODUCT SUPPLIER 3. m.es„•hell be structurally wane,ripen,dry Ana SPALL/DELAMINATION :DD a ASTER IMAGO Tree of naldualenabler. e mildew.fungus.ma/fur.Su facet•al be properly ACTe and REPAIR MORTAR Anyfree of dle. erlanse rev p • al b•cornuted prior 10 Instellollen el me X REPAIR: IDD V M SNA REPAIR 51.40b. i DOBASF ,t Mum repo em a.°pee EPDXY REGION CRACK INJECTION CASTOR INJECT I] NI-MOD LV S. A. Su^apse wnapminpDl IED eN be Tempo.by obis brach.Aandbloalnv.aaterelo•Ilnv or NOTES: BONDING AGENT S MASTER 3IMAGO Pal ..sr . COATING of•r pp p o•EDTA"•. • M. NC[S1Iw1LO GMINTIIIES•RC APPRpuWT[BAS[0 ON PARTIAL 121➢ -, SIR•ARNATLC 110 V [uSIRA B. Ffflormelon•. • W removed by Out.cele math and Wt..or Omer approDHale L MDO[RSASWLLINP`RBDv[DUrt IR¢CB fDR REPAIRS IH 1XE EVEM NOTE: L. /117,1y wlee.r,p.nu.,ar ab..Mn1.uHae^110.MORED•eenenbwr.a.SLO PICT N ler ]. p r„g7YLLL UL%R,,Tr DPRO ToOS BS TOxO v0 CO r•wUARIS CONTRACTOR MA SUBMIT EQUIVALENT PRODUCTS FROM OTHER IgnN alare*n •anpbv rvAesee en <e r au.. MANUFACTURERS YFOR BENGINEERS REM.AND APPROVAL 4 INCLUDE A ISN COr210CNCY FOR ESTIMATED REPAIR O. elb•b•b .w.•i Mela.nng, BIDDERS 000 yy op.apdoe:id.z.u�In•male vr°c•aur• or ova .'-'.0.-0 S. SHALL HOMY EOR OF•N11c0•ATLO START BATE.000 rvWace�unN;°lrwl rD r p•W eurlvn epndnlpasr. WILL NSN SITE W/CONTRACTOR PRIOR TO START IMIE 10 IDENTIFY LP•IR ARFIS LIIMMg wv.R bw el DrBr•�r. Dnale I• p enol la 4. Crock npallei'andgmur loolno of cemenllllou•stucco:•urloe•. A. For credos up la 1/I3 Inch.reInterce Id.relnlmorn 6 Inch wide mesh ser ed In • rn:11:7ullersV gel.. etching/Ise. maNllaL knewd reinforce ole minimum a ran moo 510 • coon ma.ls embedded In ground cool. ,FAL CRACK ' e. .m<rsee•e ae rore.nodr::-.,1:;:,"-V,',.:;.:1:7...4•'"`""a .ose ono Elm CLD mew WELTON PORI (PER N•IRN.) rWrr REPAIR NOTES. (SPACED PER M•NUF.) S. H •pm.h/1e..1 0o voids or ° nn 6.vJ applIcatIon l [MIO trowel feh5.0/l•.eltnp surface.When When wwhen..eryingae THP CTLS Ax0IGTIFY[xcINEER O!REE40 K (a„ono..Jro/erlemp m abase BO own.•T.Damp cure In•or.. ilOXREPAIR a v n .n anon meesurfacing @Mins l arm.prepare.alec..in'OccerHaAa.ow. v 1e 3.APR,/ I.CRACK WITHOf ANT CORROSION STAINS SHALL BE REPAIRED PER REPAIR W� • . Macao resurlac,melee.,by 3/B RETAIL51/53.0. Inch Misknen In en• prel°coa" W ].INJECT A CRACK]WITH A RACK R MATERIAL IN ' plumb carton au scan a.Ile ami for a oun�cond cool If a,lo Fn wN In•ieve a �iB1O ACCORDANCE WITH MANUFACTURE.INSTRUCT... • arDyao r•W 1�Ely IppDing In . Install.area rIa bourn pelk.In el(usually l hours ..a).lo net a "die.°. ..Renis a net 0?00 me e.am.°r Ielnl.k.e..l,arn,y ubr I° n pnar m awpaarbn . e. t"7:,:474,7,;;ri1 O•hl..wne Iww. OO CS74CIffiUC�Cm e nz,r11:w mala rev p .Ie CLOCI • A. I%a ap•pslya1m'n1 eImomn.arcoI.N•memanrd1;relylntleo mrinIv.almet I.nbnelo1GM1nl ar.m1 v.nund ewA10 lo1ne 1::Iw.mwreaevml M CHIP q OTNORN [AT . RICHT ANGLES. TOATHER EDGES MPFPRRMITD RARE ALL LM W[r DAR1 OPEWED CONC. REPAIRS GUMC OR [rtANLOERR ' PREP •ARED Vva DRCoxPREPARE AT SURFACESB. Eaxllrohre, Iola rep h o1 all[omen one overlap 1 IM•was•nal M• Than CHIP BRC oEIE in • Apply RICHT EH SxLso t4TN[R EDGES RECEIVE WNNCOSRBCRB �L moth.a inimu(Fel4..e` Moped peddMG bmlnall.e•er down b°m FRPERMITTED. RECTANGULAR .Ira , -rgM r �,�, . ; mmiti�t=�°' me.m.`umMry°creweIa,roL.7':e°li'n p:.umn• V°` � CORRODED ORRARz Neo i .. Wore preparation 000ea°apply I...or..., n aae.,...peer co,. .aPm ed Tmato M e arcnn0 1050 CONCRETE BEAM p•S• •IDN.UNDERCUT e I'I rwpnry Alen vpprylnv m•Irea 001.0%VI Tn• [v 'TDux ( L M eb are . !low. .tm a.lalnbu•Nn Emma. COMPLOLD N51.-0°. Nm AEg'Tr NOTED/3)R[rER 2 General rules for vppncmbv e1 Web are a•Ip or.: CSP TO PROVIDE T' X. PACCN R[PA19 (I.vJ B RSILT RDNOE L Avmd°DplIcvlbn In°Incl rvnngN. O me ` __ ,1' mws SECTION TNR)CONrRFTE WAL/REIM C I. Apply Ilam In°wnNlnuev.aDDllwnw,lol.q.working b e eh pdR•• DIES.(WI711 REINFORCEMENT) j C. Weolb•r wnaNlon•aIle.,°pllwan one drying lime.Hol or dry<ondlron•IImIl COMPLETE IC .4 er.0 cnvrRrrr en u wrmu/sou areAN x r.r(lnp Bm and°I a.ml`.1red results.coon.. od or'no,n`ulal°dloolmoo Inrclhe•dng I'M1•eullndp of P•ttX RVOe �� I.PRIOR TO CONMCMCINO THE REPAIRS CONTRACTOR SHALL FIELD VERIFY ALL EXISTING CONDITIONS ANO NOTIFY C towork rocMw d may rococo cocoa mweun p pre elle opo N eine,de.,me °min ENGINEER O!RECORD O!ANT DSCPVANCIES. tl mow EGNPIr1F°URALS Y[DETERIORATED'.W . no SAWCYI oDELAMINATED PERIMETER.DI,. ABOVE wrote CMDDFIDNO[DgW.EIRRS. NO x E.REMOVE D. 'N(nued Ieelure)Rina.neat be Ilpabd NIM a plastic Ira.la abbbu•their road TSF.CONE, xB'E.ER DRILLS. D run.EWES PERMITTED.MAKE ALL REPAIR PERIMETERS SQUARE OR ECTANGULNL 5 (l.V.) 3.ONCE INITIAL REMOVALS ARE MADE,PROCEED.11 THE UNDERCUTnND Or ALL EXPOSER OXIDISED OARS. 5 L Meld bu le Wake.CLI IlnIsh MO.by tide. REPAIR I !. .°"'"°'Moth••. 4.PROVIDE MINIMUM I.CLEARANCE BETWEEN EXPOSE RCBARS AND SUIROUT.M.CONCRETE •ode a.1°Z1 wn ITpaler•uHwtt.••Deaaby.IED•maB r n .oleo.Flt rol nW dwblbn•M 1h.glen•et me eurle<e. B.CONCRETE REMOVAL SMALL EYfCMD ALONG THE BARS 10 A LOCATION ALONG THE BARS TME 0!BONA MNIBmXO m /// 0 PALL w0.01Eo 14S.WIRAND.ERE THEENT RARrISEo L CTO DEDrJTOEie ND.140N POROUREMOVE rSURROUrz.POINT ON4•Br`L FOR! j REINFORCEMENT CAN DE DENT TO I. mW SURFACE. def a0sn*DroK0:u cii.1010100 5100 ro 005000 1*cico:LO 0000010 DDNr e00015.BAa00 0000.**E114.40 trlICAULDES_.I Dox/OAn R S:(WITXpUr REINFORCEMENT) BROKEN.UNDERCUTTING OF 1HE BAR SHOAL BE 4EU0ED. NA CONTRACTOR SNAIL WE ENGINEER OF RECORD IF SECTION ESS IS GREATER THAN EON AMD/OR MORE 5 I. NM[NCINt CONDITIONS ARO moon.MGINEDI Or RECORD TORN 2 UNDERCUTTING OF THE RCINERDING IS NECESSARY, m OF ANY DISCREPANCIES.WRIT ALL L O.SANDBLAST OR WECHANICALLY SPUCE NEW BARS OF EQUAL SIZE WHERE CREATOR OIIFY T00 000INEIR OF RECORD W SECTION SECTION LOSS a�mB:EREMOVE D ixil.uiiCimRBii.eiNliiirosm`�ismiD00Lv�Ri 05000 000*01000•I L 1f65is GRUIERLiNax NDN. BPOWER ELOW SURFACE.N°� 1 FOLLOW MANUFACTURER'S INSTRUCTIONS FOR SURFACE PREPARATION COAT ALL EXPOSED REI FORK 0 AND CONCRETE Suor•cri W.AP°ROM COATOX/BONDING ALERT. AND INsi•wnON. R. R 1R 1.PATCH WITH APPROVED REPAIR MORTAR. 10. PATCH WITH APPROVED ETBT ` LD } CONCRETEPPEGENRALNOS NSHEsl.0OUSED AFTER NRHAS PROVIDED REQUEST TO THE EFOR REVIEW AND APPROVAL OnIun1NA„® 8 CLOD Y NDpIB000000: ENGINEER OF ENGINEER OF S 7632 Meridian Ave. --- - r:Wa. 4 3 �{ i # BGG ENGINEERING car woucea,JIMMY L MORALES . ' s`1 p.+� ti g"�,� z Miami Beach FL,33139 DIRECTOR AlaNpwnz DESIGN _rd _ Bw.ar Racier.: .i r t s✓ 0 0ER: i Fm 0505..ELL Pa,°:1i_ TWAC.cl NnL c PUBLIC WORKS NDEPARTMENT MIL NEPTUNE RENOVATION 1.. me•pe,,,•,ea r Aaa-05 enntl°n.0050.040 10 - - - - a - •� ,rG coWENTcx CATER as SCALE Fbrde Lierse N°.164E NO. W REVISION 0013.00 Dal.11/15/1,. Sled. 20 a1 20 DM..'. EDD N O O C)t O CD 0 A City of Miami Beach Bid 2020-050-DF ENTRYWAY NOTICE OF ACCEPTANCE 2/24/2020 7:03 AM p•95 City of Miami Beach Bid 2020-050-DF MIAMI•DADE MIAMI-DADE COUNTY COUNTY PRODUCT CONTROL SECTION 11805 SW 26 Street,Room 208 DEPARTMENT OF REGULATORY AND ECONOMIC RESOURCES(RER) Miami,Florida 33175-2474 BOARD AND CODE ADMINISTRATION DIVISION T(786)315-2590 F(786)315-2599 NOTICE OF ACCEPTANCE (NOA) www.miamidade.gov/economv E.S.Windows,LLC 10653 NE Quaybridge Ct. Miami,F1.33138 SCOPE: This NOA is being issued under the applicable rules and regulations governing the use of construction materials.The documentation submitted has been reviewed and accepted by Miami-Dade County PERA-Product Control Section to be used in Miami Dade County and other areas where allowed by the Authority Having Jurisdiction(AID). This NOA shall not be valid after the expiration date stated below. The Miami-Dade County Product Control Section (In Miami Dade County)and/or the AHJ(in areas other than Miami Dade County)reserve the right to have this product or material tested for quality assurance purposes.If this product or material fails to perform in the accepted manner,the manufacturer will incur the expense of such testing and the AHJ may immediately revoke, modify, or suspend the use of such product or material within their jurisdiction. .PERA reserves the right to revoke this acceptance, if it is determined by Miami-Dade County Product Control Section that this product or material fails to meet the requirements of the applicable building code. This product is approved as described herein,and has been designed to comply with the Florida Building Code, including the High Velocity Hurricane Zone. DESCRIPTION: Series 9000 Aluminum Outswing French Door w/wo Transom-L.M.I. APPROVAL DOCUMENT:Drawing No.W08-66 Rev L,titled"Series-9000 Alum Outswing French Door (L.M.I.)", sheets 1 through 18 of 18, dated 07-14-08 and last revised on JUL 27,2018,prepared by AL-Farooq Corporation, signed and sealed by Javad Ahmad,P.E.,bearing the Miami-Dade County Product Control Revision stamp with the Notice of Acceptance number and expiration date by the Miami-Dade County Product Control Section. MISSILE IMPACT RATING:Large Missile Impact Resistant • Limitations: 1. See sheets 2 thru 6 for Design Pressure charts for Single and/or Double door w/wo transom, glass,threshold type, lock type,hinges type and head, sill and jambs anchors.Lower Design Pressure shall apply to the entire assembly. 2. The Single Door w/Transom is limited to Max.Design Pressure DP=+90 PSF&Saddle threshold=+80 PSF. 3. Only Single Door w/High Threshold option item E-2B(part#ES-9026)is rated for external Positive+120 PSF, Water Resistant Rating,all other thresholds are not rated for water Resistant Ratings (See sheets 8&9) . 4. When doors are mulled to ES 8000 or 9500 series separate Storefront System NOA(s),lower design pressure of doors w/wo transom or storefront shall control for entire system,AHJ to review tributary end load and installations. LABELING:Each unit shall bear a permanent label with the manufacturer's name or logo,city, state and series and following statement: "Miami-Dade County Product Control Approved",unless otherwise noted herein. RENEWAL of this NOA shall be considered after a renewal application has been filed and there has been no change in the applicable building code negatively affecting the performance of this product. TERMINATION of this NOA will occur after the expiration date or if there has been a revision or change in the materials,use,and/or manufacture of the product or process.Misuse of this NOA as an endorsement of any product,for sales,advertising or any other purposes shall automatically terminate this NOA.Failure to comply with any section of this NOA shall be cause for termination and removal of NOA. ADVERTISEMENT: The NOA number preceded by the words Miami-Dade County, Florida, and followed by the expiration date may be displayed in advertising literature. If any portion of the NOA is displayed,then it shall be done in its entirety. INSPECTION:A copy of this entire NOA shall be provided to the user by the manufacturer or its distributors and shall be available for inspection at the job site at the request of the Building Official. This NOA revises &renews NOA#15-0602.09 and consists of this page 1 and evidence pages E-1,E-2 &E-3, as well as approval document mentioned above. The submitted documentation was reviewed by Ishaq I. Chanda,P.E. NOA No. 18-0319.09 MIAMI•DADE COUNTY APPROVED Expiration Date: December 24,2023 Approval Date: August 09,2018 0020 7:03 AM Page 1 i 96 City of Miami Beach Bid 2020-050-DF E.S.Windows,LLC NOTICE OF ACCEPTANCE: EVIDENCE SUBMITTED 1. Evidence submitted in previous files A. DRAWINGS 1. Manufacturer's die drawings and sections (Submitted under files#below) 2. Drawing No.W08-66 Rev G,titled"Series-9000 Alum Outswing French Door(L.M.I.)",sheets 1 through 10.1 of 10.1,dated 07-14-08 and last revised on FEB 27,2012,prepared by AL-Farooq Corporation,signed and sealed by Javad Ahmad,P.E. B. TESTS(Submitted under file#12-0306.07/#10-0301.03) 1. Test reports on 1)Air Infiltration Test,per FBC,TAS 202-94 2)Uniform Static Air Pressure Test, Loading per FBC TAS 202-94 3)Water Resistance Test,per FBC,TAS 202-94(Not performed) 4) Large Missile Impact Test per FBC, TAS 201-94 5) Cyclic Wind Pressure Loading per FBC,TAS 203-94 6)Forced Entry Test,per FBC 2411 3.2.1,TAS 202-94 Along with marked-up drawings and installation diagram of an Alum. Outswing Entrance Door, prepared by Fenestration Testing Laboratory,Inc., Test Report No. FTL-5554,dated 05/10/08, signed and sealed by Carlos S. Rionda,P.E. 2. Test reports on: 1)Uniform Static Air Pressure Test, 2)Large Missile Impact Test per FBC, TAS 201-94 3) Cyclic Wind Pressure Loading per FBC,TAS 203-94 Along with marked-up drawings of an Alum. Outswing Entrance Door, prepared by FTL, Inc., Test Report No. FTL-5556,dtd 04/27/08, signed and sealed by Carlos S. Rionda,P.E. 3. Additional Test reports along with marked-up Dwg. of a single(X) aluminum outswing door per TAS 201, 202 (Full)and 203-94,issued by Fenestration Testing lab, Inc.,Test Report No. FTL- 5992, dtd 09/09/09,reissued on 2/2/11 signed&sealed by Marlin D. Brinson,P. E. C. CALCULATIONS 1. Anchor verification calculations&structural analysis,complying with FBC-2014,prepared by Al- Farooq Corp., dated 05/29/15 and last revised on 03/14/16, signed&sealed by Javad Ahmad, P.E. 2. Glazing complies w/ASTME-1300-02-04&-09. D. QUALITY ASSURANCE 1. Miami Dade Department of Regulatory and Economic Resources (RER). E. MATERIAL CERTIFICATIONS 1. Notice of Acceptance No. 14-0916.11,issued to E.I. DuPont DeNemours&Co., Inc. for their "DuPont Sentry Glass®interlayer", expiring on 01/14/17. 2:. Notice of Acceptance No. 14-0916.10,issued to E.I. DuPont DeNemours & Co.,Inc. for their "DuPont Butacite PVB,Interlayer", expiring on 12/11/16. F. STATEMENTS 1. Statement letter of conformance to FBC 2014 (5th edition)and letter of no financial interest, prepared by Al Farooq Corporation,dated 03/06/16, signed and sealed by Javad Ahmad,P.E. 2. Lab compliance as part of the above referenced test report. 1$k...1 1. �.- Ishaq I.Chanda,P.E. Product Control Examiner NOA No. 18-0319.09 Expiration Date: December 24,2023 Approval Date: August 09,2018 E-1 2/24/2020 7:03 AM P•97 City of Miami Beach Bid 2020-050-DF E.S.Windows,LLC NOTICE OF ACCEPTANCE: EVIDENCE SUBMITTED G. OTHER 1. This NOA revises NOA#13-0617.29,expiring 12/24/18. 2. Distribution agreement ES Windows-Energia Solar, S.A. and ES Windows, LLC, dated 10/20/10, signed by Ms. Carla G. Torrente and Andres Chamorro respectively. 3. Test proposals#.07-4070 & 09-0165, approved by BCCO. 2. New Evidence submitted. A. DRAWINGS 1. Drawing No. W08-66 Rev L,titled"Series-9000 Alum Outswing French Door(L.M.I.)", sheets 1 through 18 of 18, dated 07-14-08 and last revised on JUL 27,2018,prepared by AL-Farooq Corporation, signed and sealed by Javad Ahmad,P.E. B. TESTS (Revised) 1. Test reports on 1)Air Infiltration Test,per FBC, TAS 202-94 2)Uniform Static Air Pressure Test, Loading per FBC TAS 202-94 3) Water Resistance Test,per FBC, TAS 202-94(Not performed) 4) Large Missile Impact Test per FBC, TAS 201-94 5) Cyclic Wind Pressure Loading per FBC,TAS 203-94 6)Forced Entry Test,per FBC 2411 3.2.1,TAS 202-94 Along with marked-up drawings and installation diagram of X&XX Alum. Outswing Entrance Door, prepared by Fenestration Testing Laboratory,Inc., Test Report No. FTL-7242, dated 05/03/13, signed and sealed by Idalmis Ortega,P.E. (This test report revised and issued by Fenestration testing on 05/21/18, signed and sealed by Idalmis Ortega,P.E.) 2. Test reports on: on 1)Air Infiltration Test,per FBC,TAS 202-94 2)Uniform Static Air Pressure Test, Loading per FBC TAS 202-94 3) Water Resistance Test,per FBC,TAS 202-94(Not performed) 4)Large Missile Impact Test per FBC, TAS 201-94 5) Cyclic Wind Pressure Loading per FBC, TAS 203-94 6)Forced Entry Test,per FBC 2411 3.2A,TAS 202-94 Along with marked-up drawings of X and XX Alum. Outswing Entrance Door,prepared by Blackwater Testing Inc.,Test Report No. BT-ESW-17-020,dated 06/14/178, signed and sealed by Constantin Bortes,P.E. C. CALCULATIONS 1. Anchor verification calculations&structural analysis, complying with FBC 2017 (6th edition), prepared by Al-Farooq Corp., dated 03/16/18 and last revised on 07/27/18, signed& sealed by Javad Ahmad,P.E. D. QUALITY ASSURANCE 1. Miami Dade Department of Regulatory and Economic Resources(RER). \. Ctc, -- Ishaq I.Chanda,P.E. Product Control Examiner NOA No. 18-0319.09 Expiration Date: December 24,2023 Approval Date: August 09,2018 E-2 2/24/2020 7:03 AM p.98 City of Miami Beach Bid 2020-050-DF E.S.Windows,LLC NOTICE OF ACCEPTANCE: EVIDENCE SUBMITTED E. MATERIAL CERTIFICATIONS 1. Notice of Acceptance No. 17-0808.02 issued to Kuraray America, Inc. (former E.I. DuPont DeNemours & Co., Inc.)for the"Sentry Glass ® Interlayer", expiring on 07/4/23. 2. Notice of Acceptance No. 16-117.01 issued to Kuraray America,Inc. (Former E.I. DuPont DeNemours &Co., Inc. for the"Kuraray Trofosil Ultra clear and color PVB Interlayer(Former Kuraray Butacite®PVB interlayer)", expiring on 07/08/19. F. STATEMENTS 1. Statement letter of conformance to FBC 2017 (6th Edition) and letter of no financial interest, prepared by Al Farooq Corporation, dated 02/21/18, signed and sealed by Javad Ahmad,P.E. 2. Distribution agreement between ES Windows, LLC (distributor) and Energia Solar, S.A, (manufacturer, dated 08/01/18, signed by MS. Carla Garcia(MGR) and Ms. Evelyn Deas (MGR) respectively. G. OTHER 1. This NOA revises& renews NOA#15-0602.09,expiring 12/24/23. 2. Test proposal dated 12/20/12 approved by Jaime D. Gascon,P.E. 3. Reference PLA files# 18-0314.07(Mr. Glass Doors&windows)and#18-0412.05 (Sunshine Windows) IA 4- Ishaq I.Chanda,P.E. Product Control Examiner NOA No. 18-0319.09 Expiration Date: December 24,2023 Approval Date: August 09,2018 E-3 2/24/2020 7:03 AM p.99 N - N A N O N O -4 O �V W T. �� z bq 0 ,, Q 2 W •0 Q 42 ?N 0_ IX o LI 0 0 Ory`LS 0cr.? voia aR08 Oile IILL zo� ' ' an - ;t16220(U w.G ¢6220 ce o FO SERIES 9000 ALUMINUM OUTSWING ENTRANCE DOOR = SEE SHEET 2 FOR DESIGN LOAD CAPACITY OF ✓i 0F 0 SINGLE DOORS WITH OR WITHOUT TRANSOMS. z J ,,, "G. • SEE SHEETS 3 &4 FOR DESIGN LOAD CAPACITY OF g CC 0. DOUBLE DOORS WITH OR WITHOUT TRANSOMS. 5 pj N - 0. SEE SHEET 5 FOR DESIGN LOAD CAPACITY OF SINGLE AND • o 3 rn DOUBLE DOORS WITHOUT TRANSOMS WITH ADDRIONAL OPTIONS. 0 i M ? 3 SEE SHEET 6 FOR DESIGN LOAD CAPACITY OF SINGLE DOORS Z -' WITHOUT TRANSOMS WITH HIGHER LOAD CAPACITY. § 3 Z n CO CD DOORS CAN ALSO BE USED WITH E.S. WINDOWS SERIES 8000 OR GLASS D.L.O. DIMS W V)in o Q; 0 SERIES 9500 STOREFRONT SYSTEMS UNDER SEPARATE NOA. D.L.O. HEIGHT (DOOR) = FRAME HEIGHT - 15.250" (STD. THRESHOLD) W W•n•C-, DOOR MULLION ATTACHMENT, END LOAD AND CAPACITY TO BE D.L.O. HEIGHT (DOOR) = FRAME HEIGHT - 15.625" (SADDLE THRESHOLD) REVIEWED BY BUILDING OFFICIAL D.L.O. HEIGHT (DOOR) = FRAME HEIGHT - 15.750" (HIGH THRESHOLD) :-N I DOUBLE DOORS WITH STANDARD, SADDLE AND HIGH THRESHOLD AND D.L.O. WIDTH (DOOR) = FRAME WIDTH - 14.0625" SINGLE DOORS WITH STANDARD AND SADDLE THRESHOLD ARE NOT APPROVED D.L.O. HEIGHT (TRANSOM) = FRAME HEIGHT - 5.125" FOR INSTALLATIONS WHERE WATER INFILTRATION RESISTANCE IS REQUIRED. SINGLE DOORS USING ES-9026 (HIGH THRESHOLD.OPTION)ARE APPROVED D.L.O. WIDTH (TRANSOM) = FRAME WIDTH - 7" FOR WATER INFILTRATION RESISTANCE. S 8 o 1 LEAF HEIGHT = FRAME HEIGHT - 2.938" (STD. THRESHOLD) SEE SHEETS 6 & 18 FOR DETAILS. =g051 COMP, 6 g LEAF HEIGHT = FRAME HEIGHT - 2.563" (SADDLE THRESHOLD) LEAF HEIGHT = FRAME HEIGHT - 2.438" (HIGH THRESHOLD) g 6 p a THIS PRODUCT HAS EE2 17 (6TH AND TESTED TO COMPLY IN WITH THE LEAF WIDTH = FRAME WIDTH - 5.188" REQUIREMENTS OF THE 2017 (6TH EDITION) FLORIDA BUILDING CODE ,o E�z� INCLUDING HIGH VELOCITY HURRICANE ZONE (HVHZ). T 1BY OR 2BY WOOD BUCKS & BUCK FASTENERS BY OTHERS, MUST BE a DESIGNED AND INSTALLED ADEQUATELY TO TRANSFER APPLIED PRODUCT LOADSm m m m TO THE BUILDING STRUCTURE. THESE DOORS ARE RATED FOR LARGE& SMALL MISSILE IMPACT. c w • ANCHORS SHALL BE CORROSION RESISTANT, SPACED AS SHOWN ON DETAILS SHUTTERS ARE NOT REQUIRED. 'v°g S S o 0 AND INSTALLED PER MANUF'S INSTRUCTIONS. SPECIFIED EMBEDMENT TO BASE m`c=--,x MATERIAL SHALL BE BEYOND WALL DRESSING OR STUCCO. —. '. A LOAD DURATION INCREASE IS USED IN DESIGN OF ANCHORS INTO WOOD ONLY. ``�11111IIIIT,r 7 ALL SHIMS TO BE HIGH IMPACT, NDN-METALLIC AND NON-COMPRESSIBLE. nMOQUEf REylgBp ��� P.N.U.Al i,'' 1 MATERIALS INCLUDING BUT NOT LIMITED TO STEEL/METAL SCREWS,THAT atomising WM lie MAI' • CE719ce ^o COME INTO CONTACT WITH OTHER DISSIMILAR MATERIALS SHALL MEET THE looldMt Coda •` 1. REQUIREMENTS OF THE 2017 FLORIDA BLDG. CODE& ADOPTED STANDARDS. Amorphism:Y.1 1 03/�J•0� I a 70592 Y o }. ' ExpinKlr Euc 202S _*' AD, ' •{7= e g 9 THIS PRODUCT APPROVAL IS GENERIC AND DOES NOT PROVIDE INFORMATION I = UI27,2O18x`I `�� -, FOR A SITE SPECIFIC PROJECT, i.e. LIFE SAFETY OF THIS PRODUCT,ADEQUACY �i l�� OF STRUCTURE RECEIVING THIS PRODUCT AND SEALING AROUND OPENING FOR SAW Oseaci :gyp'•, STATE OF • drawing no. WATER INFILTRATION RESISTANCE ETC. ..AtoRLOP.�•G\�� W08-66 a CONDITIONS NOT SHOWN IN THIS DRAWING ARE TO BE ANALYZED SEPARATELY, �.:SS e!ss AND TO BE REVIEWED BY BUILDING OFFICIAL. ,�//��ONA- 0 (sheet 1 of 18) O N O 0 O01 O 06 0 -7 N NJ J> N O N O V ANCHOR TYPES 47" U w CO A', C'OR D• DOOR/TRANSOM FRAME WIDTH � ,o SEE SHEET 10 FOR lF. m D DESCRIPTION 40" I a D.L OPG. " m o ii 3 DOOR FRAME WIDTH (q�ATNRjHgt �{ 4 1/2"MAX( 6 ", z 4 1/2"MAX ENDS O HEAD/SILL I_w 'Ary CORNERS Q 2 a, • HEAD/SILL s .o- 3" (- i,O p`0 M CORNERS I`� O - 0 i N ^ m I m eWWV u ED I . Q;c,C -�� 7- •O n o '- %. <IF 0$Nm / 188 (� / -f ,.':1g n p I 1 O I 1 3- 1 I - 1 O'RCl0 0 / - 1 II/p I 0 0.p Q ryN 1 / - I �'I- 0 al 2 d ___1 __/ - 1 I /17- I fl'El 2 ppJ 1ND 1, \-/ 1 I / -/ LL Z N O /� D -• II // - Qwmf P _a1----- i?____ c i 3 9. 0 JI 12 / r.(' / 1 O ° m x s a ,.' ._.. / -.n0 a - / I _ - m o G e p • . • N Z W \O ___ -, -Z.,RgaRq N g II--• / __� ._____ Z�4 O 1. J __-_ COQ-(J ^ •2 C'1 /--- /, = KU ZQ 0 n �j p,.0 K 'T 4 W - z (! • d C= .t ''' p ii W U N G K p l 11 'm° 0 i0 = r� W -/ 1'1 �„- m In m K V v USE CHARTS AS FOLLOWS g \ __ ____ I'• w m m \ -IL _ ; w U (7 FOR THE CORRESPONDING DOOR 517F - � °' N \ 11" c Li \ jl `��- - \ II �Y•- N N `G 1- FOR GLASS TYPE, LOCK AND HINGE OPTIONS \ Ii \ it s VI N N- OBTAIN LOAD CAPACITIES FROM TABLE fD1. 2-SELECT THRESHOLD TYPE TO BE USED. v L� \)II O M ro WATER RATED HIGH THRESHOLD REM #E28(ES-9026) +120.0 PSF ==-or O NON WATER RATED(STD.THRESHOLD +90.0 PSF) - i1 - - 11 \ - Z 3, NON WATER RATED (SADDLE THRESHOLD+80.0 PSF) i; \\ ii(� g 3 Z LL8 CD W 3-FOR JAMB ANCHORS TYPE/SHIMSPACE OBTAIN O \ • 11 \ H O 3 LOAD CAPACITIESS FROM TABLE#J7. uo \ \ 3.0- Q C;4-TRANSOMS FOR SINGLE DOORS ARE LIMITED TO 390.0 PSF" - - \ -- IA M7-- SEE ELEVATION AT RICHT FOR TRANSOM END ANCHORS. ACTIVE \( ACTIVE 1 � THE LOWEST VALUES FROM STEPS 1,2,3 I �" AND 4 WILL GOVERN. 32 15/16" co w SURFACE APPLIED 32 15/16" g m w C D.L OPG. iv 3d¢ FALSE MUNTINS D.L. OPG. " $d 0 m 0 B 8 DOORS LOAD CAPACITY- PSF \-gyp MAY BE USED p 2 TABLE #D1 SINGLE DOORS WITHOUT TRANSOM(X) OR WITH TRANSOM (0/X) 41 13/16" - w 41 13/16" P N `'' x GLASS LOCKS HINGES LEAF WIDTH LEAF WIDTH o"0 0 0 ANCHOR TYPES 'At' INTO CONC. P DOOR DIMS. TYPE 'A' TYPE 'B'/'C' OPTION #1 OPTION A2 OPTION Q3 OPTION #1 OPTION AZ AT STD.AND HIGH THRESHOLD. n• TYPICAL ELEVATION SEE SHEET 10 FOR DESCRIPTION TYPICAL ELEVATION g 6i g FRAME FRAME EXT. (+) EXT. (+) EXT.(4) EXT.(+) EXT.(+) EXT. (+) OCT.(+) TYPE'CI'AT SADDLE THRESHOLD y P u a d a b WIDTH HEIGHT INT. (-) INT.(-) INT.(-) INT.(-) INT.(-) INT. (-) INT. (-) .0 E o rc 47" 98-1/2" 80.0 120.0 80.0 90.0 120.0 60.0 120.0 (X) (0/X) n 47" 110-1/2" 80.0 120.0 80.0 90.0 120.0 80.0 120.0 N SINGLE DOORS WITH SADDLE THRESHOLD LIMITED TO +60.0• -80.0 POE 1JtODU(E REVISESa o 0 0"d, SEE SHEET 7 FOR GLASS TYPES DESCRIPTION �ocoply g,Atb the FIo iI0 m D o 0 0 0 0 SEE SHEET 16 FOR LOCKS AND HINGES DESCRIPTION Bw4dmg Cede Awepinaee No eg O i's._ ,-, K4pIr�Ya D.IC, 72 zNf2:3 TABLE #.11 JAMB ANCHORS LOAD CAPACITY- PSF(NOT APPLICABLE AT TRANSOM ENOS SEE NOTE 4) ^'-,' SINGLE DOORS WITHOUT TRANSOM(X) OR WITH TRANSOM (0/X) )SLS 0....5,-,4.- 01111111T//,/A m i 1/4" SHIM SPACE 3/8"SHIM SPACE 1/2" SHIM SPACE44304001 \\) AH ''4.. 4T //O 4 06N4410• II ,pp�� SPACING AT 16" O.C. SPACING AT B" O.C. AT 16" O.C. AT B" O.C. AT 16" O.C. AT 8" O.C. CEN ( ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR .070592 'L a .• h . DOOR DIMS. 'A' 'C' 'D' 'A' 'C' 'D' 'A' 'C' 'A' 'C' 'A' 'C' 'A' 'C' 11*= 1i FT i FRAME FRAME EXT.(+)EXT.(+)EXT.(+)EXT.(+)EXT.(+)EXT.(+)EXT.(+)EXT.(+)EXT.(+)EXF.(+)EXT.(+)EXT.(+)EXT.(+)EXT.(+) NOTE: I UI27,2O1B�` �'"='-'`i WIDTH HEIGHT INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) GLASS CAPACITIES ON THIS SHEET ARE �� .N1T drawing no. O NATE OF �� 40" 710-1/2" 112.5 120.0 120.0 120.0 120.0 120.0 90.5 117.4 120.0 120.0 70.2 92.7 120.0 120.0 BASED ON ASTM E7300-09 (3 SEC. GUSTS) '� RORIDP,.� `�� m 47" 110-1/2" 95.7 111.0 120.0 120.0 120.0 120.0 77.0 100.0 120.0 120.0 59.7 78.9 120.0 120.0 AND FLORIDA BUILDING COMMISSION '%;S••'••••••• 0\\ W08-66 n SEE SHEET 10 FOR ANCHOR DESCRIPTION DECLARATORY STATEMENT DCA05-DEC-219 /'7,Si0i1I1'IIII`� \\ (sheet 2 of 18) N O O CTO 0 0 ZO I.'d • G Wb £O OZOZ/4Z/Z ii AyD A mra __ `2..-'E,',:;' f '�T m rn 110 1/r MAX. o A 7 LA y� o DOOR FRAME HEIGHT inRti • Tr; 0 107 9/16" FP, .- >11 y o O E a LEAF HEIGHT O= ((��11 MAi v a�\ elxa 'i 5i O'' 95 1/4• ZN N 0 0 0 D.L OPG. O 1 F mx F {r { { I I { I 1 r0Ax g 1 pOn A \ z m k/ II \\II O j 0 N nN ,x1 II ,� �I / II II „ \ II(.r u A /-__1L__-11-I� \ L__1__11____ O m W �, 11 II' n �I / II II 11 „ I\ �lu /, // I! II 11O \\ - o to r 88 m1 � �� ,F"_t! i e to / 1 03 91 > 0 N.i \ / ma0 It i7 ' } \ `\ / o zr 00 f� o� \\ \\\\ // AQn ori o 9m N / Dm�p \ / m \ / � xm ttO Y \ / N v " I I II I I I O 5 1/2'MAX. 8'OR 16' JAMB SPACING o CORNERS SEE TABLE#J2 (SHEET 4) C FOR CAPACITY ETO r4 0 0 '.DO y LAv '-3 2',i; 9.3 120-MAX. - 2E. 2 0 UNIT FRAME HEIGHT co o rmml4 l:l' DE 92 11/16°MAX. 27'MAX. NN o i ri; g K m LEAF HEIGHT TRANSOM HT. O $-g• A CCLym BO 3/8' 21 7/ 8' Oe\ a F) 72 D.L OPG. D.L. OP 2,1-9, > ov= -r 0190 53rr1 TO K m� ? I I I I I 1 ;1 1 { I II, I p�N�o 1 — I P I B==co —�u aa - zs6mn �� ��1 I I / II II \ II �i � ; � � / II ii \ ii O1 } qa m y � JL_��=_ZLL �0 __L___ m m / Il\'. II\ O O x I �1 II II \ 36 rif,Ati / I II11II IF�tvat•y r tl I, I I O I I \ ;1: � � D Qp 1I / im`= A SSS??} 4Iur �_ \ 1 /D Z .- A 0 NL D \\ 1 / f —n r , r\ \ / S \ L\ \ ��' / ---µ--- \ / \ / • \0:,.. C e ✓_v= 5 1/2'MAX. 8'•OR 16' t ` Z.o 1. _ -8;A 17i r0'0 2:>= JAMB 'SPACING =r 3 o V N ,n:== CORNERS SEE TABLE#J2 (SHEET 4) 6- 4� -I•. o .se` FOR CAPACITY • 3. * o.` d°1e: 07_14-08 "(revisions: )[SERIES-9000 ALUM OUTSWING FRENCH DOOR(LM.I.)) AL-FAROOQ CORPORATION O £ no dote by description a 03 stale: 102•.1•_0•, H 0505.15 UPDATED TO 2014 FBC E.S. WINDOWS LLC ENGINEERS 8r PRODUCT DEVELOPMENT W i0 I 01. 13.16 REV.PER REA COMMENTS 9380 SUNSET DRIVE,SUITE 220f (dr.by. TAM ) J 03.06.16 NO CHANGE THIS SHEET 3550 N.W. 49 STREET MIAMI,FLORIDA 33173 (C.A.N. 3538) (A o MIAMI, FL. 33142 chk b K 02.22.18 GENERAL RUMOR TEL(305)284-9100 FAX.(305)262-6978 y L 05.22.10 RE,PER RER GOMMENi6 TEL (305)638-5151 FAX. (305) 638-5158 ( COMP-ANL\WOB-66ESW{ d0-090-0ZOZ P18 peas!wenn,'Jo AIID N N A • N O N O J i 1 3 O 4 �p W W 7R AD e K L l ml Z ntii it m pOUBLE DOORS WITH OR WITHOUT TRANSOMS 1-f Z M N n 1 a. USE CHARTS AS FOLLOWS teC6 g FOR THE CORRESPONDING DOOR SIZE 0,0‘...5 0 1- FOR GLASS TYPE, LOCK AND HINGE OPTIONS - a. µWI . OBTAIN LOAD CAPACITIES FROM TABLE#D2. r40 C 4 2-SELECT THRESHOLD TYPE TO BE USED. C V N n NON WATER RATED FOR DOUBLE DOORS v 2 RI.i (STANDARD.SADDLE OR HIGH THRESHOLD) 002 >_M a 3-FOR JAMB ANCHORS TYPE/SHIMSPACE OBTAIN o d O LOAD CAPACITIES FROM TABLE#J2. c' gi SEE ELEVATION ON SHEET 3 FOR TRANSOM END ANCHORS. ar y= N (MIN. 6 ANCHORS RE ID. IN ALL CASES) �Rj 4-FOR HEAD ANCHORS.TYPE SHIMSPACE OBTAIN IL Z C f �N LOAD CAPACMES FROM TABLE#H2. I t7 N E.. THE LOWEST VALUES FROM STEPS 1.2,3 Q w Ogi F F AND 4 WILL GOVERN. i DOORS LOAD CAPACITY - PSF TABLE #D2 • DOUBLE DOOR WITHOUT TRANSOM(XX) OR WITH TRANSOM (0/XX) B GLASS LOCKS HINGES _ ce ro DOOR DIMS. TYPE 'A' TYPE 'B'/'C' OPTION #1 OPTION #2 OPTION #3 OPTION#1 OPTION #2 - 0 'o FRAME FRAME EXT. (+) EXT. (+) EXT. (+) EXT. (4) EXT. (+) EXT. (+) EXT. (+) C) o WIDTH HEIGHT INT. (-) INT. (-)• 'INT.(-) INT. (-) INT.(-) INT. (-) INT.(-) 3 89' 98-1/2° 80.0 90.0 80.0 90.0 90.0 80.0 90.0 ff U x 0 89° 110-1/2' 80.0 80.0 80.0 80.0 80.0 80.0 90.0 1 -I� .. DOUBLE DOORS WITH SADDLE THRESHOLD LIMITED TO +80.0, -90.0 PSF (/j r)0 N SEE SHEET 7 FOR GLASS TYPES DESCRIPTION o rn A') K 0 t SEE SHEET 16 FOR LOCKS AND HINGES DESCRIPTION ) I E 1 3 Z_ m• $ .§ I-,-n CO JAMB ANCHORS LOAD CAPACITY- PSF(NOT APPLICABLE AT TRANSOM ENOS SEE NOTE 3) i •o-0 CD TABLE #32 DOUBLE DOORS WITHOUT TRANSOM (XX) OR WITH TRANSOM (0/XX) i3 (I)to 4 Cf 1/4" SHIM SPACE 3/8" SHIM SPACE 1/2" SHIM SPACE W L•-.ro m k' S SPACING AT 16" D.C. SPACING AT B" O.C. AT 16" O.C. AT 8" O.C. AT 18" O.C. AT 8" O.C. c ' - ) ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR DOOR DIMS. 'A' 'C' 'D' 'A' 'C' 'D' 'A' 'C' 'A' 'C' 'A' 'C' 'A' 'C' FRAME FRAME EXT.(+)EXT.(+)EXT.(+)EXT.(+)EXT.(+)EM.(+)EICT.(+)EXT.(+)EXT.(+)EXT.(+)EXT.(+)EXT.(+)EXT.(+)EXT.(+) WIDTH HEIGHT INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) 75" 110-1/2" 90.0 90.0 90.0 90.0 90.0 90.0 90.0 90.0 90.0 90.0 74.9 90.0 90.0 90.0 $ g$ 412ODUC E REVISED 89° ' 110-1/2" 90.0 88.7 90.0 90.0 90.0 90.0 81.3 88.7 90.0 90.0 6.3.1 83.3 90.0 90.0 RX complying with the Floc::: o"6 E SEE SHEET 10 FOR ANCHOR DESCRIPTION FAIWing Coda 6 E 3 B Aotepmnce No ig-d3/1.OC c a U Rep[rodoa Dere 12./x.u�2'S m a 0 3 HEAD ANCHORS LOAD CAPACITY - PSF •itrde Poor d 'A nWlut TABLE #112 DOUBLE DOOR WITHOUT TRANSOM (XX) OR WITH TRANSOM (0/XX) •• " m 1/4" SHIM SPACE 3/B" SHIM SPACEI/2" SHIM SPACE 9 B g o o F)Ti i ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR `o _ x DOOR DIMS. TYPE'A' TYPE 'C'TYPE 'D' TYPE'A'TYPE'C' TYPE'A'TYPE 'C' c , FRAME FRAME EXT. (+) ER. (+) EXT. (+) EXT. (+) EXT.(4) EXT.(+) EXT. (+) ' WIDTH HEIGHT INT.(-) INT.(-) INT. (-) INT.(-) INT.(-) INT.(-) INT.(-) 01111111N/jA m °i 75" 90.0 90.0 90.0 90.0 90.0 73,0 90.0 ` Pn ,�qY�'� 4 7 O 99-1/2gyp':'SC'N8F'la I g9' 90.0 90.0 90.0 79.2 90.0 61.5 81.2 o 75° 90.0 90.0 90.0 83.8 90.0 65.1 85.9 - ' '= 5 .' 110-1/2' •.70582 • - I - 89' 90.0 90.0 90.0 70.6 90.0 54.8 72.3 - ' NOTE: 27,2018*E t--8 , SEE SHEET 10 FOR ANCHOR DESCRIPTION GLASS CAPACITIES ON THIS SHEET ARE •�1 BASED ON ASTM E1300-09 (3 SEC. GUSTS) • sTATEOF :�`` drawing no. AND FLORIDA BUILDING COMMISSION R<ORION•:' \� ET Co SILL ANCHORS DESIGN LOAD CAPACITY ALL SIZES 4 90.0 PSF(STD. 44 HIGH THRESHOLDS) �� •'• ��� W08-66 o: ± 80.0 PSF(SADDLE THRESHOLD) DECLARATORY STATEMENT DCA05-DEC-219 ''ASSi�1DiVAL 1lg' �� (sheet_4 of 18) cm N o CD v cn 9 o O w - - m N N A N CD NJ CD JV 75 1/2" W 40 1/4' _ DOOR FRAME WIDTH D DOOR FRAME WIDTH CLUSTER OF 6 i 1p 4 1/2"MAX. — ANCHORS AT HEAD HEAD/SILL SEE TABLE#H3 4 1/2" MAX. ANCHOR TYPES CORNERS 6 FOR CAPACITY R3� HEAD/SILL Z m n % EET 10 FOR CORNERS D I 1 HEAD SEE SHDESCRIPTIONO TYP ��"�' - 11 HEAD Q E 4 a , imam] 1 1 1 1 I l !; 'I I g c 4�o 0 mill . _ _f - _ O N ., V /,;\ D. W / / \ C.OH I I 0 t r. =V_� "IY_i \ — v 2 t 00 r it \ Oa0< 1 . O O— ���¢ g m'^o n • 7/=n'` = . —2--- \\ — {QL w�-E� �°, -`°,...' a I., ,t9 7U x . m a / '�'� ��' \ m V. U Q W Qi S w To w " o ----'�E---- Z Ja w o o — 7 --1/I / \ -?wad .. III: JII.I1 1::1 I„ __ __ �a_1-g 0 J __ J!-____ .--..- -I �x J ==7C= oaa Fc� . �_ --'"i]C i i— oala-� c 1 --7r----� o -Ir__==a m USE CHARTS AS FOLLOWS w It m o I i W w mo rn - m \ n / coo w mo It y FOR THF CORRESPONDING DOOR S17F m o 11 I� w a o — \ 11 ,` / — �^w c ,n 1- FOR GLASS TYPE, LOCK ABS HINGE OPTIONS \-_=_JL_-_ m \___JL___ v * / °,-.3.-;2, OBTAIN LOAD CAPACrTES FROM TABLE#D3. \ it — \ N I / S 2-THESE DOORS APPROVED WITH STD.THRESHOLD ONLY. \ 11 \ 11 / '^ . 3-FOR JAMB ANCHORS TYPE/SHIMSPACE OBTAIN \II — VI / z n LOAD CAPACITIES FROM TABLE#J3. =nil's= wn r= / — 4- FOR HEAD ANCHORS,TYPE/SHIMSPACE OBTAIN /'II II ��\ / J L LL n LOAD CAPACITIES FROM TABLE#H3. II4\ — II T / 3 1= o THE WILL GOVERN. VALUES FROM STEPS 1,3 AND 4 i ; ETI) \\ // o 3 0' , DOORS LOAD CAPACITY - PSF ,� — INACINE y_,y_'+t.`I-V-- ACTIVE oI.= c042 Mj 3 TABLE #D3 SINGLE(X) OR DOUBLE(XX) DOORS WITHOUT TRANSOM F 1t I I I I I,I l Z 3 'O ' S 3 Z I�Iii W SINGLE DOOR(X) DOUBLE DOOR X% GLASS LOCKS HINGES g rn O7 () DOOR(XX) SURFACE APPLIED 26 3/16' _ mw SURFACE APPLIED e• 3" mw I p 19 DIMS. DIMS. TYPE 'A.1' OPTION#3 OPTION #2.1 FALSE HUNTING D.L. OPG. " -dE FALSE MUNDNS TYP. IN L,. . (n u7 Q.4,_ Cl FRAME FRAME FRAME FRAME EXT.(+) MAY BE USED - �o MAY BE USED 26 3/16" 26 3/16" '0 N ,.;...j WIDTH HEIGHT WIDTH HEIGHT INT. (-) 35 1/16" N D.L OP . D.L. OPG. Cl 40-1/4" 99" 75-1/2" 99" 105.3 LEAF WIDTH �-. . . 1 35 1/6" 35 1/16" SEE SHEET 7 FOR GLASS TYPES DESCRIPTION LEAF IDTH a_ LEAF WIDTH - SEE SHEET 16 FOR LOCKS AND HINGES DESCRIPTION TYPICAL ELEVATION �X` ANCHORS AT SILL INTO CONC. TYPICAL ELEVATION CLUSTER OF 6 TABLE 33 JAMB ANCHORS LOAD CAPACITY- PSF TYPE'Al'AT STD.THRESHOLD (xx) E,o SINGLE(X) DOUBLE(XX)DOORS WITHOUT TRANSOM SEE SHEET 10 FOR DESCRIPTION o 1/4" SHIM SPACE 3/8" SHIM SPACE 1/2" SHIM SPACE a 6 SPACING AT 18" 0.C. AT 18" AT B" O.C. AT 16" AT 8" O.C. y SINGLE DOOR(%) DOUBLE DOOR(XX) ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR v u DIMS. DIMS. 'A', 'C' & 'D' 'A' 'C' 'A' & 'C• 'A' 'C' 'A' & 'C' • a EX FRAME FRAME FRAME FRAME T.(+) EXT.(+)EXT.(+) EXT.(+) EXr.(+)EXT.(+) EXT.(-I-) NOTE: WIDTH HEIGHT WIDTH HEIGHT INT.(-) INT.(-) Intr.(-) INT.(-) INT.(-) INT.(-) INr.(-) GLASS CAPACITIES ON THIS SHEET ARE Cl„ o 0 40-1/4' 99" 75-1/2" 99" 105.3 89.9 DESCRIPTION 105.3 105.3 69.8 92.1 105.3 BASED ON ASTM E1300-09 AND FLORIDA BUILDING COMMISSION3 EC. GUSTS) '5 v g gi 11 SEE SHEET 10 FOR ANCHOR DECLARATORY STATEMENT DCA05-DEC-219 127,'c "_, HEAD ANCHORS LOAD CAPACITY- PSF .-- TABLE #H3 DOUBLE DOOR WITHOUT TRANSOM(XX) 9ROnucrtLevtseo \‘‘ ..0... 2 4 1/4" SHIM SPACE 3/8" SHIM SPACE 1/2" SHIM SPACE \ .Q•,.•'"••"'••°'9 j is complying with lit Flash CENO ••• ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR twilling Coda .. �y e DOOR DIMS. 'A', 'C' k'5' TYPE'A' TYPE'C'TYPE'A'TYPE'C' Alaptm.Nn1,f O 1/j.0' No.70592 FRAME FRAME EXT. (+) EXT.(+) EXT. (+) EXT.(+) EXT. (+) Bspltodw4 Darc /712rf-7; U)27,2O1B - """ 5; WIDTH HEIGHT INT. (-) _INT. (-) INT. (-) INT. (-) INT. (-) , /S� /6_14.11` - 1 H 75-1/2" 99" 105.3 105.3 105.3 84.1 105.3 11'frli Web rtdutl COMM 'Q STA7C-OF • I drawingno. SEE SHEET 10 FOR ANCHOR DESCRIPTION 'cZoRIDP,.• \r'7 EK W SILL ANCHORS DESIGN LOAD CAPACITY ALL SIZES= t 105.3 PSF (STD.THRESHOLD). '�/'r B-.A._ ,�� (sheet 5of 18) Io 0 0 v cm 0 O 0 -T • N N A N 0 N 0 J I 3 O 40" C..3 DOOR FRAME WIDTH 4 1/2"MAX. � i HEAD/SILL • 0 ANCHOR TYPES CORNERS Z h % A'DESCRIPTIONS' O 6 720 SEE SHEET10 F0� 16"HEAD I ¢2 Z N aI ItIIIMENIII� O 0 0 O W N U 01• 2. ELVolt L6 /r O $loco r ri /ii / V void I1r paoa .., 0 /r 0 ISI N b� 1 . Y m� N _1jZ _ LL W 7 LL G . C Z M 111,,, pN_ o LT, / r%/ ioo�� _i f7�D Q_ _i I. Ll' O - III / W a m�m a V W pml 2 1= �. Z .O --=7C---- OLL I- L- _ 1 SINGLE DOORS WITHOUT TRANSOMS e m , ----fit--- USE CHARTS AS FOLLOWS m Pro LL o 11 m w o � 0 � II q v FOR THE CORRESPONDING DOOR SI7F o ___ii___ it 1-FOR GLASS TYPE, LOCK AND HINGE OPTIONS o -IIII - o n OBTAIN LOAD CAPACITIES FROM TABLES#04. \�i • o iO 2-THESE DOORS APPROVED WITH STD.THRESHOLD ONLY. 11 .moo 3-FOR JAMB ANCHORS TYPE/SHIMSPACE OBTAIN - - -- w LOAD CAPACITIES FROM TABLE#J4. IIS I< U n I I ry -I THE LOWEST VALUES FROM STEPS 1 AND 3 11 V 3 - w WILL GOVERN. v' 4 N O • 4411111:::11111111 0 3 r)i E. CM2 E. TABLE #D4 DOORS LOAD CAPACITY - PSF SURFACE APPLIED ,4 Q� Z Z SINGLE X)DOORS WITHOUT TRANSOM 25 15/16" m' 25 3 Z o ( FALSE MUNHNS CD SINGLE DOOR(X) GLASS LOCKS HINGES - MAY BE USED - O.L. OPG. ted¢ I o''DIMS. TYPE 'H.1' OPTION 3 OPTION f12 -•0 w in Q . = 34 13/16" FRAME FRAME IXT.(+) INT.(-) EXT.(+) INT-(-) EXT.(+) INT.(-) LEAF WIDTH y W M �" WIDTH HEIGHT - 40" 96" 120.0 130.0 120.0 130.0 120.0 130.0 SEE SHEET 7 FOR GLASS TYPES DESCRIPTION . TYPICAL ELEVATION SEE SHEET 16 FOR LOCKS AND HINGES DESCRIPTION (x) ♦♦ / W i 08 TABLE #J4 JAMB ANCHORS LOAD CAPACITY- PSF o, 0 L.rc SINGLE(X) DOORS WITHOUT TRANSOM DOORS WITH SERIES-9500 FRAMES ONLY. A 1/4" SHIM SPACE 3/6" SHIM SPACE 1/2" SHIM SPACE -. -- -, - -- ai g o v AT 18" O.C. SPACING AT 8" O.C. AT 16" AT 8" O.C. AT 16" AT 8" O.C. ' SINGLE 0009(0) ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR ANCHOR NOTE: a DIMS. 'A' 'C' 'D' 'A', 'c' 'n' 'A. 'c' 'A' x 'c' 'a' 'c' 'a' 'c' GLASS CAPACITIES ON THIS SHEET ARE c 0 FRAME FRAME EXT.(+)EXT.(+)ExT.(+) EXT.(+) EXT.(+)EXT.(+) EXT.(+) EXT.(+)EXT.(+)EXT.(+)EXT.(+) BASED ON ASTM E1300-09 (3 SEC. GUSTS) 9v fl WIDTH HEIGHT INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) 11,11.1-) INT.(-) INT.(-) INT.(-) INT.(-) INT.(-) AND FLORIDA BUILDING COMMISSION " o 2 40" 96" 112.5 130.0 130.0 130.0 90.5 117.5 130.0 70.2 92.7 130.0 130.0 DECLARATORY STATEMENT DCA05-DEC-219 v° _ SEE SHEET 10 FOR ANCHOR DESCRIPTION ^' ``1\11111111/,,,' a ` SILL ANCHORS DESIGN LOAD CAPACITY= f 130.0 PSF(STD.THRESHOLD) RRODUCT REVISES .'''NI.1••M49,,'G - iis complyingwit419eForih '.CENB('', '' k X !sliding C.do �`` c n AseepIice No �4 0.3/?•0S ia.70592 - - f,lq(.lvt� � Ju127,201•, w —S �Ia FnduetCaxwd , ie' 'TATE OF 4.1';.- . y�� drawing no. W ,, ......... $. W08-66 a ����i�OORIiii00�'` (sheet 6 of 16) To • o • O v cn 0 0 0 w T • Al N .A IV . O N) D J y W 1/4"TEMP. GLASS n34.4 ' D 1/4"HEAT STREN'D GLASS 1/4" HEAT STREWS GLASS 3/8"AIR SPACE mo .090"Interlayer 090"Interlayer 3/16"HEAT STREW°GLASS Z ‘'i Ti' Trosifol PVB SentryGlas 0 I' n By'Kuraray America, Inc.' By'Kuraray Americo,Inc.' .090"Interlayer Q 6 n Trosifol PVB I By Kuraray America, Inc: 5 0 0`0 0 1/4"HEAT STREN'D GLASS 1/4"HEAT STREN'D GLASS 3/16"HEAT STREW!) GLASS 0 IJu 8 0 a: a Ei S SILICONE f= SILICONE r= W. SILICONE re CH= u. 'n, DOWSIL 983 m DOWSIL 983 m DOWSIL 983 u) / DOWSIL 795 us / DOWSIL 795 ui , I DOWSIL 795 o ui a S / .1!.1 i1 \ / I I. \ / I \ aero oo}p Lo / N / II ®/Mktga 't111! O a. I. j m. 1 I►M rtlii Ik 1 �� ��b 1 SPACER a w y o ¢ \ R "'�-- re \ ti rc \ �I `I / (SEE SPEC BELOW) - LL o f � / CD \� CD mww \� Jzg,g d i GLASS TYPE 'A' GLASS TYPE 'H' GLASS TYPE 'C' 9/16"OVERALL LAM. GLASS 9/16°OVERALL LAM.GLASS 1-1/8"OVERALL INSUL._LAM. GLASS J 2 , O b . D 1/4"HEAT STREWS GLASS 1/4"HEAT STREN'D GLASS cs U n .090"Interlayer .090" Interlayer i „Jj w s Trosifol PVB SentryGlas - • By'Kuraray America, Inc.' By'Kuraray America, Inc.' O—'' ID a r 1/4" ID HEAT STREN'D GLASS 1/4"HEAT STREN'D GLASS ' m 3 g i2 g SILICONE SIUCONE rn 3 Z n fD z c°,,,,,, DOWSIL 983 z_ a' DOWSIL 983 I o N 5 N ut "' u7 6 r 0 s �,I! s / Lo C w NI MAT � S IS IFlorida (114 with the 1 ►A I 13►1►A1 g it s Code o \ l o \ / Acceptance No/r....4.3/5 03 a Wapiretlia NM� c —._' tP//A4Nn 1— I.g B a W GLASS TYPE 'Al'. GLASS TYPE 'E.1' "d" °t^'I -E 5 8 9/16"OVERALL LAM. GLASS 9/16"OVERALL LAM.GLASS y a n r£g u 9 E c rc e¢ • GLAZING OPTIONS n . y p `" 20D0 O �� N..mo gdg Ep x , , Es. \`t11LLnim„,rr''' a a 3/8" AIR SPACE CONSISTING OF: `"jcENo " p SPACER: /z. �I;'uteNSF'•:®�: � n 'HELIMA' LOW PROFILE ALUMINUM SPACER N .. a • ' BY 'LINGERMANN GMBH' _ °'70•'92 •- ''S :{7= o � Y AROUND THE PERIMETER OF THE GLASS. E u(27,201130,-,.':' '�`1.11 JFRIMETFR SEALANT: ,•�\ drawing no. SILICONE 'O 'TATEOP ' �' W %"�'•. oR1o�.•' ate*. DOWSIL 791 ?�s•TNA9T 11c9�; W08-66 a GE 2000 rrt ®��L���� (sheet 7 of 18) o N O O 73 O O m D) IV N .P IJ - O IV O v TYPICAL ANCHORS 3 W • 1BY OR 2BY WOOD BUCK SEE ELEVATIONS TYPICAL ANCHORSU w FOR SPACING SEE NOTE SHEEP 1 SEE ELEVATIONS DOORS SHOWN WITH SERIES-9500 FRAMES CAN D FOR SPACING DOGE b5.. • � .. ALSO BE USED WITH SERIES-8000 FRAMES. 2. r CONCRETE I o .:'r° •6 ,' ,.. 3000 P51 MIN. .EDGE'DIS.. �' ^. � Z n A CONCRETE 0 FZ • � ...'.�' .3800-PS.MIN,• P f Z m lc �c�7�� ,f-�— O 0 8 ® o "` - o.. \ 0 N`�n U a� N y • . u m= : v m= 0 I'm r O � <N -- - �w .9 V >m -i�._.. o M7 N o L-_-_t., __.'Ilia m O o d G Q .q P ---V.-...1" -0 3 • �� O'at E: 1 - ® ! -�-I III` u.W M-'o Ti "RONAL TO IIIII ® Q w BUR HINGES IL 7.1 1I II` 0 v 7., . , . . :::., ,,,,,. S xN !II I! o 00 J 4 ® lj z J Lai0T •G ''II' y y fY O ati Q a0 O ��1I,�i I1I�—pin— E., h111101im O}J o (=y o H I:I I'II rm..,4 �J\ ® 0 o 'SZU'Y"] 2 r�i I:f 1: N O v Iv x cn W !ii r I! ® X O _ •M., =• lV!i thil, . '111 oltODUCtgEyFgAg `-. p-!li ` ®® 1101 f� n lding Cod xit6 tpe Fbnytt+aWTnR Cm1e ►� Aecephutt No �7_.n2/.215q ,,S[. epDe �/ za®a ao •PNOT HINGES ® maa;iO IOPDONALTO��'" BUHINGES ® HIGH STRENGTH GROUTo® POURED&HARDENED >,f'c 5000 PSI MIN. aO ® NOT BY E.S.WINDOWS •w m co H BO -\ O III O ® - MUSTTRANSFERSHEARt o p_ ® �II ® LOADSTO STRUCTURE 0 0I a,,,o8`o'�ddoi© I � c ES-90151 IA741II ��`` \``1ul1,/ uES 9014 ® Ltl -��1M^�6JI .-1A .�.� � 9'�4 �Gf 11 ..e, I � ii�� tt ''1,1 SF-'_'F�' -. o n T .CONCRETE' 6 '>,d.. c 3000 PSS MI-IT.. .� N' ..° sFOR SADDLE THRESHOLD ,'3 0 PSIS MIR N TYPICAL ANCHORS •70592 .:* 8 n r 3080 PSI MIN. TYPICAL ANCHORS USE ANCHOR TYPES �� . SEE ELEVATIONS 111.27,2U18 - 1`� '�` SEE ELEVATIONS EDGE DIST. •01. ONLY EDGE DIST. FOR SPACING ` drawingno. L. EDGE 01ST. - - - - \ pie'•� ATE OF Qy. FOR SPACING SEE ELEVATIONS STANDARD THRESHOLD SADDLE THRESHOLD FOR SPACING JIIGH.THRESHOLD OPTION �` oR1oP• �®�; W08-66 -o.' NOT APPROVED FOR WATER INFILTRATION RESISTANCE NOT APPROVED FOR WATER INFILTRATION RESISTANCE APPROVED FOR WATER RESISTANCE WHEN USED WITH SINGLE DOORS(SEE SHEET 2) ��,iS/ NIe�Y-s IV (SEE SHEETS 2,4, 5 & 6) LIMIT MO.LOADS TO ±80 PSF NOT APPROVED FOR WATER RESISTANCE WHEN USED WITH DOUBLE DOORS '1'11111110° (Sheet 8 of'18) N O O O O O o J 11 WV EO:L OZOZtfrZ/Z -d • MAX. DOOR FRAME HEIGHT . —.. 0 . 0 0 -‘1 -rn • 1 c- [''' .."';• (:- , • A f0' ..• • - " .. r .... .: v-- • . • 10 si Ala.; —.*: , _ - 2".3 MINJ .-0 T-x iri _ /i.,.-.• I -cn • 2= / - •4' z.r. .• 4 M Iti I . Fn 13g14 -' ....7 A . I FA ES.,F, - Ell 00000 00 0 1' DOOR FRAME HEIGHT ,,2 S' • ,,I•iir,1,4p 0 V, 0 Ifil 07 EXT. ill----'0A Is:,til !PL-01 504.2 .7 ..=-=.-----. (.0 .•=- it'lliii hil IC V -0 i al .,.. .. )1) . r r I Add • z . r . 5 rT, 00 00000i0001) L,,_D 1/2"MAX. (SEE CHARTS) LOAD BEARING SHIMS DOOR FRAME HEIGHT 0 ", t; ' EXT. . . t.., r:. '6'8 W EXT. r n•.•8,, c0 ---___, g • -0' I =In Fr'• !..,- co, EL te, o - 0 0 i !I; ,0 qp.11W.,111t Ln o o 2, . .,—....- II i 1 . . 7 . co to ;3 min 1 En N .... ...... --......---1...,,.. p .. 7 ,o, c 0 F 1 •...':.:2g1-4 V0)* cz .0) Ell ' g* ••.. •• ''',-, . q—, 2 X Z 40.41 • -• 0 o 2 cn En m rn i: •. . . r7 m co I 1 . 0 ? , '!!'-2-'1. i 1 F,i4/Fi 13 1/2" SEE CHARTS 0.1 ) ( Co. 0 cm 'kJ w;.,.iAi ,-..1 0 LOAD BEARING o o 0 o o \Z7•=.%---\z>1-.I\;.,k,'f•.V..,,,7.c.':.,7,;,,',,,'0:6>M_'•e0_.._f,1cr;-2_f •7I. 0 R,gzg,5Vt,:'t:f.zs g3:...- I;;- -' l:4 . . SHIMS `. ' i -n-x>nl ei-.8I K M m m in V, 0 > Z _ , .., if * 2. 07-14-08 -(revisions: I [SERIES-9000 ALUM OUTSWING FRENCH DOOR(LM.I.)] AL-FAROOQ CORPORATION a no date by descnpbon '.1'.• 0 D. (scaly 3/8--i. H 05.05.15 UPDATED TO 2014 PBC E.S. WINDOWS, LLC ENGINEERS&PRODUCT DEVELOPMENT CO 5. . 9360 SUNSET DRIVE,SUITE 220 . . , 01.13.16 REV.PER RS COMMENTS 3550 N.W. 49 STREET MIAMI,FLORIDA 33173 (CAN. 3538) C I a dr.by: TARO J 03.08.16 REV.PER RER COMMENTS a) , MIAMI, FL. 33142 ' . TEL(305)264-8100 FAX.(305)262-6978 ... , K GENERAL REVISION F., Ch P CIA.by: ._, TEL.(305) 638-5151 FAX. 638-5158 .._,( L 02.22.18'05.22.18 REV.PER RER COMMENTS (305) . COMP—ANL\W08-66ESW) •_... ACI-090-0Z0Z PI yoeag lwemilo AID • tJ N A N 0 N O J /� 0 METAL 4 �/ w CO STRUCTURE l. > EDGE DIST.I MIAMI-DADE COUNTY APPROVED MULLION&MULLION ANCHORS ft) igiIE SEE SEPARATE NOA 0 q m J 1X OR 2X WOOD BUCKS AND METAL STRUCTURES NOT BY E.S. WDW. '�`f MUST SUPPORT LOADS IMPOSED BY GLAZING SYSTEM AND I ; _ 11 Q 2 a r TRANSFER THEM TO THE BUILDING STRUCTURE. I_liF_r_ _J KI T1TT..•..�� It a Q 6 z i 2 0-N�- c0i 4' N W TYPICAL ANCHORS: SEE ELEV. FOR SPACING x r TYPE'A'- 1/4" ULTRACON BY'ELCO' (Fu=177 KSI,Fy=155 KSI) ___ o g __ o p>m {m THRU 1BY OR 2BY WOOD BUCKS INTO CONCRETE OR BLOCKS o 0 0 a o O ti 1-1/4" MIN. EMBED INTO CONCRETE (HEAD/JAMBS) E ZS O w 0 dT b 12 1 1-1/4" MIN. EMBED INTO GROUT RLLED BLOCKS (JAMBS) O:AZO r - a DIRECTLY INTO CONCRETE OR BLOCKS • TYPICAL ANCHORS Q W o O TYPICAL ANCHORS SEE ELEVATIONS {L O f c. - 2" MIN. EMBED INTO CONCRETE (HEAD/JAMBS) SEE ELEVATIONS FOR SPACING c 2" MIN. EMBED INTO GROUT FILLED BLOCKS (JAMBS) FOR SPACING J i o)¢ '' w Q W 0 E - 5 ANCHOR EDGE DISTANCES i d INTO CONCRETE AND BLOCKS = 2-1/2" MIN. INTO WOOD STRUCTURE_1" MIN. — _ v E m TYPE 'C'- 5/16" ULTRACON BY'ELCO' (Fu=177 KSI,Fy=155 KSI) • o THRU 18Y OR 2BY WOOD BUCKS INTO CONCRETE OR BLOCKS , Pr: 1-1/4" MIN. EMBED INTO CONCRETE (HEAD/JAMBS) , z n 1-1/4" MIN. EMBED INTO GROUT FILLED BLOCKS(JAMBS) cc ao DIRECTLY INTO CONCRETE OR BLOCKS z -1 w 2" MIN. EMBED INTO CONCRETE (HEAD/JAMBS) N O 2" MIN. EMBED INTO GROUT FILLED BLOCKS (JAMBS) 0 o MI - E x ANCHOR EDGE DISTANCES • 0 y°'.T i iii E- INTO CONCRETE AND BLOCKS - 3-1/8" MIN. Z A,IJ 3, INTO WOOD STRUCTURE_1-1/4" MIN. — _ g LL 3z co 1— — — — v Go TYPE 'D'- 1/4"TEKS OR SELF DRILLING SCREWS (GRADE 5 CRS) " C) INTO MIAMI-DADE COUNTY APPROVED MULLIONS 'g W n UT OR i INTO METAL STRUCTURES (HEAD/JAMBS) a (3)THREADS MIN. PENETRATION BEYOND SUBSTRATE o ALUMINUM: 1/8"THK. MIN. (6063-T5 MIN.) • - G STEEL 1/8"THK. MIN. (Fy = 36 KSI MIN.) B i N -4 (STEEL IN CONTACT WITH ALUMINUM TO BE PLATED OR PAINTED) c o v x ANCHOR EDGE NC DISTAES 'QRODUCtBEylgF,O o w• w _ E. INTO METAL STRUCTURE = 1/2" MIN. °g m.nP1'YTng with the Ralik 9 S S L— — — _ —. — _ — — — traW(ng Code `u HTYPE 'A1'-1/4"X 1-3/4° UITRACON BY'ELCO' (Fu=177 IS.Fy=155 KSI) E.arnUao Date 'F4 v DIRECTLY INTO CONCRETE (FOR STD.AND HIGH THRESHOLD) k a - ^ y WITH 1-1/2" MIN. EMBED INTOH CONCRETE Co•yd o „" E-, ANCHOR EDGE DISTANCES • -`'' &".3-2S-e; I_ _ INTO CONCRETE _2-1/2" MIN. — — _ --c T-YPE 'C1'-5/16" X 2" ULTRACON BY'ELCO' (Fu=177 KSI,Fy=155 K51) \```111 CEN r,,, < v .e yDIRECTLY INTO CONCRETE (FOR SADDLE THRESHOLD) J� Tn WITH 1-1/2" MIN. EMBED INTO CONCRETE S cENSF'••. O' .. E, _ _ .) No.70592 = 0 a , a ANCHOR EDGE DISTANCES ^�� •*= A $ fi INTO CONCRETE 3-1/8" MIN. �� Jul"27,2018 = "'-'" WOOD AT HEAD OR JAMBS SG 0.55 MIN. �O. STATE OF r � drawing no. CONCRETE AT HEAD. SILL OR JAMBS fc = 3000 PSI MIN. %. • OR1pP.,,��`� W08-66 a C-90 GROUT FILLED BLOCK AT JAMBS ern 2000 PSI MIN. ''',740111 @L1'11\ (sheet 10 of 18) 10 0 0 o m 6 N N N . O N O J to MAX. © © 4.V 10 LOADBEARING TABLESHIMS a. ® N 23 ® ® 17 �� �� � '� /€00 (E� ® 23 ® ® - LOADSEEARWG SHIMS 1/q•L{A71NG. �� o SHEETS 2 THRU 6 SHEETS 2 THRU 6 LOAD SEE TABLES Z "m SHEETS 2 THRU 6 O~ n r_ < i N la '0 • • / _.1 METAL O p 0 0 .' / ACTIVE XIII TYPIC L ANCHORS •11111 STRUCTURE a;i N`F, 0 U o• : SEE LEV. TSu N xx U o'i.... ' n FO' SPACING CC 0 LL F�;y ® "' all FF„ M , ? � ,I1111 A. OUNn.o�„ "IDC7=1— ' I 1;\\\�\7 _ 7,17- • I = I i�llall 1ST=2I a7C - Hb o 7,7, . „_._.. II o- EXT. - w A . DOOR FRAME WIDTH J Q W m F EXTERIOR LOCK OPTIONS i •7 SEE SHEET 16 FOR DESCRIPTION D.L.O. AND SHEETS 2 THRU 6 FOR CAPACITY TYPICAL ANCHORS g N r_l SEE ELEV. _1 ..N C © FOR SPACING er ALTERNATE S ® ® ® 10 ® ® ® ® i$ LOADBEARINGSHIMS FOR SPACINGP ANCHORS • z _E. -TYPICAL ANCHORS SEE ELEV. EJFORSEE ELEV. SHEETS 2 THRU 6 FOR r/--- SPACING LEAF WIDTH - i JW .c ix 0DOOR FRAME WIDTH 2,...-->,,,..;,.. S V7 N G HINGE OPTIONS `/' {.._. SEE SHEET 16 FOR DESCRIPTION -� _ . O a-I? N �.01 �1�, AND SHEETS 2 THRU 6 FOR CAPACITY 0 1� ® Z 3 J fO — ® C �$/ M7 ,$ CD II 0 $ M6 is 1ET2 $®iE12 ID �2 ,$ 0 P j, 3 ZO 4 c c 1/2'MAX. Irn Q 3 � LOAD BEARING SHIMS NI,..____. f U.I r��1 (`.' SEE TABLES �� !..., ' J _41111 7SHEETS 2 IN�6 1BYWO OR U2BYCK INACTIVE " ,..6:-.1.,....:;:.,!.,:.,,,,?, WOOD BUCK , ` .� 111, EXT. „■ �,�` I'.� __ DOOR IAMB o$6 m _ �„� �_� L - ibi_ 7 t_ �. SERIES-800D FRAME OPTION ay - \gyp n o ii E ...-:-.: it Mir mill 1 II _ ' � a = i.' S,'^ ' y000$rvi1 ,8„ ” '�r��/%• '1r DOORS SHOWN WITH SERIES-9500 FRAMES CAN o So?: : • Il ALSO BE USED WITH SERIES-8000 FRAMES. ES.._ ,., .. D.L.O. D.L.O. ``X1111111111.1 7 B 't ��l'q-/,v�Q-� EXTERIOR .. �ODUCf REVU1ED _ - )'':�WENS •.O' ;I. .7 mmplying wit616e F1o{Ue . tickling Code 0.70592 •• 3 ,�[� Aaepion a Nn/ �G / •OS' •$ Ul272O18R ( :*_ < 3 5 SEE ELEV.ANCHORS CD ® 0 $ MS 0 © AR, ® e o ''Yi' ® 0 MS ;;Lt1 ? 1 ,WV. LEAF WIDTH LEAF WIDTH p.e .p p ���� W CoD ;, s•'.tOR101.`.•'O\`�� W08-66 d FRAME WIDTH '/-",011A1;1�•S` (sheet 11 of 18) o N O O In O O TI City of Miami Beach Bid 2020-050-DF CMS399-BOM\'INV-dW00133HS SIHl 30NVH0 ON 9100'00 l osis-an(sot) •xvd 1010-s£s (SO£)731 ( :[q*a)r NOISN3N 1Vd3N30 BIZL'Lo X 8L69 L9Z 150E)'1Mi 00T8-49Z(soe)'laL Z4l££ '13 'IWVIW ` T(gess,'N'ra) ELTEE VOIHO, IWyIW SIN3NN00 93N 93d'/3N 91'31 10 f 01001 :Rq•rp) i N o0 3111ns'3Naa 13sNns Dace 133211S 64 'MOSS£ S1N3NH01 930 93d 700 91T1'10 ICP .LN3WdOl3A3O lOnOOad�8 Sa33NION3 D11 'SMOONIM 'S'3 zed 91OL Ol 031evd11 0150'00 H -1 .9Vr .10.. •; co N e NOIiVNOd21O0 bOOHV1-'1N uol}duosap (q a}op ou o r �('I'W'1)N000 HON3a1 ONIMSIl10 WON 0006-531a35) :SUOISV,al),A W-t1-Lo :chip -. • a= 0 O , cr5V ,04,. al W W C 414 1 li II 5.1 W ti 30.¢ e SO w14 �.i,, .may11,1� z� © N a o 2'1, I _ F� i.Vii, ® K)Oo .' W 111,, ,,,,1 K v v o tz 0 I'�I , E" I ® CI Trla :.:.:.:...i .mwrii.olv....:,...:, tr-• • Nall . • () °••� ' ><allosvri' M11: c.,Les ,2 V 313a0N00 ,,�q ,a ,c9 . 313a0N00 1Z =zw'' o�z � ¢ z Wwry 5 WN •1510 3903 N N u w N '1SI0 3003 1�" z towS� �yo . oN �oteat,-a ma4 a 0p( ,r)o rnm SWIHS I I ONIaV30 0801 w w 'XVII.0/I I�jw . KN NN 'Qt"-- U `.` I0 n0 IL Z W ni,L. .7 2 z �m o O ¢ r H o 0 n e .n1 0 _ tea'. 3118 SSVl9 p w ...68-...1: zo- I{S •du 1,1111J91./C1, o m m o aolaas .xa i F f.4 II!! ")124—(1 r...,I s o acn •9d0 •l•0 1,2 00 '0d0 '10 8 10Va 9130 WOSN1 • 'XVII.LZ 1-1013H 4831 �' 1H013H 11Nn •x 0I „I z SWIHS _ _ 9NIad30 0801 ti 'XVW.0/l a . 0 0 A 8 OC) C\- 0770 O O O ... 3119 SSVI9 g coW 7, .1,- 'd.LL'NM„8/S w co 0y5 W i. U in 2 .61- I�i 4.. ` .. W .O 'f.y ! 01 1 lim . Vn.. � 71 oniai.xa z r �a 9 = ® 0 0 a 'OdO 'l'0 '080 70 zo 0 O - v n _ 100130 WOSNV211 _ •XeW.LZ 1110130 dV31 100130 LNn -XVII • 2/24/2020 7:03 AM p.111 • N FJ A N O N O ' v O E.S.WINDOWS {�U (A • 8000 OR 9500 /p1 . e D WINDOW WALL SYSTEM ��d K SEE SEPARATE NOA o -FOR DOOR MULLION, Z m m ; TR BUTARYMULUON �LOAD S AND p I- n W z 41 13/16" REQUIREMENTS 41 13/16" I"w •N a MAX. MAX. -LEAF WIDTH (TO BE REVIEWED BY AHJ) LEAF WIDTH O O Q a 4 01 s I Dr- / L / \ i � ii f.,_J 1 j r �I O 'nO O / \ % r-�r==�`-E is� I 111 II o W~ // "! !' / \ % i i II}I r ill i i d¢rc 8 / / /i. \ i i J #3 � �- - I ii Il��llltn— p a o re o H l f _ tI 11 E-tIMI L J CEgl {6 z m 2g 0 N. �' \ / � I Ifs ii 111 II Q wog \ \ / I IL____JI TRANSOM __J L_JI TRANSOM s_. U`_ _ 4 p- -P--'i _ t==_, ,EXT. 48"MAX. I 48"MAX. I _ D.L. OPG. D.L OPG. _ 7, • E.S.WINDOWS S 2121 6000 OR 9500 MIAMI-DADE COUNTY APPROVED • MIAMI-DADE COUNTY APPROVED o WINDOW WALL SYSTEM SERIES 8000 WINDOW WALL SYSTEM BY 'ES. WINDOWS' SERIES 9500 WINDOW WALL SYSTEM BY 'E.S. WINDOWS' s ' .-3 SEE SEPARATE NOA FOR DOOR MULUON. 2 UNDER SEPARATE APPROVAL. UNDER SEPARATE APPROVAL ER MULUON ANCHORS AND gE 0 (") '13 TRIBUTARY LOAD N LOWER VALUES FROM DOOR CAPACITY CI-IARTS OR LOWER VALUES FROM DOOR CAPACITY CHARTS OR17 • REQUIREMENTS Z WINDOW WALL APPROVAL WILL APPLY TO ENTIRE SYSTEM. WINDOW WALL APPROVAL WILL APPLY TO ENTIRE SYSTEM. g w •< ` ev (TO BE REVIEWED BY AHJ) �ib N N- O I S ---- © I ��' O I-r===� 0 _ 0 -, 0.n,'n chi. II I II f- T L----r_ r--: Z 3 J II I / / 1 / : \ % HTH rk 17i/ i. \ f--\ ® r----!JELL sill i ® ® 1 / F 1 _i I lhmm�m, I / v. f=__�� u j :: :5: \ == jP� t u i., Irl • B }� J 11 7. %.-'2 /: % - 2 I l -Jr I l �\ S 'r'�I Iil l��\C K' 11 \:Jt/: ' ,10 8 r �- _ L -- a s sOL'---- d 1i--------W-- tt=_i EXT. EXT. ran o I- 46"MAX. I 41 13/15" 48"MAX. I 41 13/16" v LEAF WIDTH LEAF WIDTH . n MAX. MAX. REINFORCING WILL VARY LEAF WIDTH LEAF WIDTH SEE CURRENT APPROVAL OF REINFORCING WILL VARY i. e m E.S.SERIES 8000 SEE CURRENT APPROVAL OF o c $`d,n WINDOW WALL SYSTEM E.S.SERIES 9500 8 v FOR DETAILS WINDOW WALL SYSTEM •5 0 0 0 FOR DETAILS ..a2..S ,'c-, ,,1.�O.IH,g,,/,o, a A 0 .. 10ENSF ;®'i .,1: \ P QRODUC f DEV18B0 i!fr� '•, � o n eRODUClxllwith the Floral I 0.70592 = •• o �' boding Code Aoceptn cc No/ O , .• • .�`..J Iu127,2018 - � 6apirsdoc Dote 12/2 V�2'S �- 1 ��' ••d/� drawing no. 6. 1�t+r-� .�r.-.ted '®•. TATE OF ,•��S/: cam+ O7 Mt.i PSN rodoet Control ' '•. ORIOP,.•'�\�� W08-66 Q i,/g+s�O���11� `` (sheet 13 of 18) o N O b Ut co — O N T NJ N A N 0 Ni 0 ••-•1 4.s7o y 1 s53 ALTERNATE OPTION (Series S-8000) -Fri�u,w Ow .090 I 2.500 354 D nP. zti r 070 4.968 1 --� 7 1 a4o F.111M17 Z ^� 3 2.500 LW co 0 -ei 2.500 .200 2.500 - .090 ,190 W- 1.750 F "' a .200 - .920 o- 2.750 • A Q f N a 3.988 O 0 0 Nva 0 .500 5.000 I DOOR STOP ! 7p 0 P II .190 • L.± k_1.953�I 1.063 ® CC 0 C O Vim---2.485 4.970 .220-{ O I 3.984 0�i r E1 DOOR HEADER Series 9000 .110 .0..5. 1__ 500 TS TRANSOM HEAD 5-8000 �,°>2 Tt TRANSOM HEADER Series 9500 I -� 0 a o o 2.232--={ ® JAMB FILLER I 3.984 0 z -11.000 1..._1.110 289 ® `4¢Z2 a 0 _ _ .200 2.032 - L--,11_-.1), DOOR STOP COVER 127 LI.z o LL �-, nP. E3 DOOR JAMB Series 9000 .060 il h 1 J z e " 1.118 1.117 o- 2.7s0 7 Q W 2z g 3.937 Fl. - 3.383 320 1.681 1.750 4.874 I I .959 .034 I = 2.437i - 0 _ T4 HEAD COVER d _O 0 I I N 2.250 .110 .312 - - .625 1.000 - 11.0001- .078 4.968 �1 0 ® -I TRANSOM T6 CORNER BLOCK 1.000 (ID GLAZING ADAPTER HORIZONTAL AT DOOR S-8000 w 2 O .320 3.500 ^1 2.905 r-1.7"1„... Sin `.. Ea TOP RAIL 1.610 1.317 �I .578 N N^ o 4.422 b I o 3�a a pFrn .320- 1 I - O .070til E6 HINGE/LOCK STILE '� 125 ° -11-.070 n'P Z_ M m W - .156 $ n 4.374 - --=I Tz TRANSOM ADAPTER .094 -n m 3.736 3.229 o--. N 3.436 - 2.000 nP. 5.000 3.750 w uj ¢ n 110 ,71 I `"W���' TMP 110 ID CLOSURE DOOR STOP 910I� ^N 5.000 (E5) .960 I 1.000 1L 7.562(E5A) .320 CD -���� 7.437 (E5) 2.250 II L ,___ 10.00(E5A) .125 - �.8351�- -da,060 !i i 6.500 (E5) 250 .206 `^o '" 9.062 (E5A) 1.°00 - u o .150 060 R O JAMB FILLER S-8000 O TRANSOM JAMB S-8000 0 0 W 14^ 3.436 1.a1I27 T3 TRANSOM GLASS STOP -1.786 c`3�3,5 33 E7 P .250 q U a 8 1.746 .654 111:JLIf- 1.42.37201 .062v,2 z s w`?MEETING STILE NACTIVE LEAF o-.110b9 nP'o-.283 ,603 060 I -� .,n mII 1.950 1.332 1.117 1.00°4.374r-1 _1 1 � _283 d -ti. 2.232 3.436 E9 GLASS STOP I1�- Ty ...6 q=o,4 6 _ N a O o 0 0 ® STD. BOTTOM RAIL .110 1 .320 1.972 GLASS STOP O k)°.-, HI-PROFILE BOTTOM RAIL 1.141 F20 ® (INsuL. LAM.GLASS) TRANSOM GLASS STOP S-8000 ,me WA r,125 DOOR SWEEP CORNER PLATE 11111t11tttti p-2.445 - 2.250 `\ss\.�aJCEN5 g�,'4�' o t .125 i 1.000 ` ) 'uGENSg'L'.� n x.122 ( °RODUCf REV/0D �- S � 500 1.95° /J V �L�� �P1Y1¢e with the FlurMt 1 70592 _ _ • 36 j 11 P 6 11 500 bawling cod. '•$f=:2----4:1' -'" ° w __ 1.036 Aaepteatt No • -03/ 3 g 1,J 127,2018.8���c .150 �r d Ea .122rf - 3.436 -W o - 4.500 I ` •062 - - P4atlru Rule i 2-; • •7E OF drawing• no.' 4.933 1.203 o 4y F[ORIaP. 4, W + ` P.wsn ',;k$'• c� W08-66 a O THRESHOLD E6 ALTERNATE THRESHOLD ® � '/,VONAL z `� (sheet 14 of 18) o ES9014 MEETING STILE - ACTIVE LEAF ®LOCK BACK UP PLATE €;:)A u E59015 ASTRAGAL STILE ,:,iii111 N O O 0 O w T • N N A N O N O J p ITEM A PART I QUANTITY DESCRIPTION MATERIAL MANE./SUPPI.TER/REMARKS ITEM# PART® QUANTITY DESCRIPTION MATERIAL MANE./SUPPLIER/REMARKS f ��]�w 03El ES-9012 1 DOOR HEADER 6081-T6 - T1 ES-9506 - TRANSOM HEADER Series 9500 6063-76 ® LI E2 E5-9014 1 STANDARD THRESHOLD 6063-T6 - 72 . ES-9019 - TRANSOM ADAPTER 6063-75 - �� j E2.1 ES-9000-30 1 ALT.STANDARD THRESHOLD 8083-T6 - 73 ES-9010 TRANSOM • CLASS STOP 6063-T5 m oil o E2.2 ES-6011 1 SCREW COVER 6063-76 - 74 ES-9502 - HEAD COVER 6063-75 - z M m E2A ES-9015 1 SADDLE THRESHOLD 6063-T6 - 1.171 - - d10 x 1/2'F.H.ST/ST SMS - - O W r,• m 4 E2B ES-9026 1 HIGH THRESHOLD 6083-16 - MT2 - - TRIM GASKET SILICONE - Q2 Z iv LL E2C ES-9027 1 THRESHOLD COVER 6063-15 - MT3 - - INTERIOR SPACER 1/4"x 1/4" FOAM - E3Oj O`0 U H ES-9013 2 DOOR JAMB-HINGE 6063-16 - 61T4 - AS REOD. SETTING BLOCKS(1/16'x 3/4")AT 1/4 POINTS EPDM GLAROMETER DONS SHORE A N E4 ES-9001 2 TOP RAIL 6063-7S - 75 ES-8005 AS REOD. TRANSOM HEAD S-8000 6005-16 - d (V ES ES-9002 2 STD.BOTTOM RAIL 6063-16 - 76 ES-8013 AS REOD. HORIZONTAL AT DOOR 5-8000 6061-T6 - E5A ES-9000-031 2 HI-PROFILE BOTTOM RAR 6063-16 - 17 ES-8012 AS REOD. TRANSOM JAMB 5-8000 6005-76 - 0 U N h 7 CR9 65-0003 2 HINGE/LOCK OS0 LO 6063-T5 - TB ES-8003 AS REOD. JAMB FILLER 5-8000 6005-15 - W M LE E7 ES-9006 1 MEETING SOLE-!NAME LEAF 6083-T5 - TO ES-8006 AS REOD. TRANSOM GLASS STOP 5-8000 6081-7S - d C S 19 o EB ES-9007 1 MEETING STILE-ACTIVE LEAF 6063-75 - T10 ES-13014 AS ROOD. TRANSOM GLAZING ADAPTER 6063-16 - 0' O a,~yp E9H ES-9004 4 HORIZONTAL CLASS STOP 6083-T5 - W RLL 0 N ETV ES-9004 4 VERTICAL CLASS STOP 6063-15 Q 0J1 0 E9.1 ES-9029 4 GLASS STOP(INSUL LAM.GLASS) 60633-T5 - IL 2 G V Q E10T ES-9008 4 CORNER BLOCK-TOP 6063-T5 - J O A •- 6108 ES-9008 4 CORNER BLOCK-.BOTTOM 6063-15 - Q T f 0 ET IT ES-9009 4 CORNER PLATE-TOP 6063-75 - f ) 6119 ES-9009 4 CORNER PLATE-BOTTOM 6063-T5 - 'EI2 ES-9010 4 SUPPORT ANGLE 6063-T5 3/4'0 1"X 1/13"X 9"LONG J n_ El3 ' ES-9011 AS ROD. HINGE BACKUP PLATE REINFORCEMENT 6063-T5 1-1/4"X 9"X 3/8"711K. i0 613A 12-24 X 1/2' 4/PLATE HINGE BACKUP PLATE FASTENERS' ST.STEEL FH MACHINE SCREWS z o ram '614 ' ES-8020 '1 LOCK BACKUP PLATE REINFORCEMENT 6083-T5 10"LONG o _ El 4A 8-32 X l/2 3/PLATE LOCK PLATE FASTENERS ST.STEEL PH MACHINE SCREWS s m E15 ES-9016 AS ROD. JAMB FILLER 6063-18 - •••//—2.445 - Ei a E16 ES-9017 AS ROD. REINFORCEMENT 6063-T6 - (..)I- n E17 ES-9021 1/CLOSER CLOSER SUPPORT CUPS(PAIR) 6063-T5 - o J w `G 500 CK o • ET ES-9022 1 CLOSER DOOR STOP 6063-75 - N E19 ES-9027 1/CLOSER CLOSER COVER PLATE 6063-15 - .070 o N g E20 ES-9005 - DOOR SWEEP - - ()G.7r. j' y E21 ES-9051 - DOOR STOP - - - 4,933 2 E E22 ES-9052 - DOOR STOP COVER - - Z J ' E23 ES-9060 - ASTRAGAL STILE 6063-T5 SECURED WITH/8 X 1/2"SMS AT 12"O.C. g 3 Z L Cs CD M1 - 28 #12 x I"P.N.ST/ST SMS - - ® ALT. STANDARD THRESHOLD In 0. .1.;i 0 3 co M2 - AS ROD. /12-24 x 1"F.H.ST/ST MS — — Q M3 - 18 /8-32 x 1/2"P.H.ST/ST MS - - 1.180 W M S 84 - 16 WED"-16E 1'HEX.BOLT - �j_. -21_11_4••A-.71 d d 145 ES-9000-001 AS ROD. WEDGE GASKET EPDM D GLAROMETER 70±5 SHORE Aj 61�=�} M6 EE-9000-002 AS ROD. SPACER GASKET EPDM DUROMETER 70±5 SHORE A 289 040 745 50 = M7 65-9000-G03 AS ROD. BULB VINYL RASE-POLYPROPILENE.BULB-TPE - ULTRAFAB,DUROMETER 73±5 SHORE A 2 M8 ES-9000-1301 AS REOD. SCIONS BLOCKS(LA/A.GLASS)AT 1/4 POINTS EPDM GLAROMETER 8035 SHORE A M8.1 ES-9000-1102A AS REOD. SETTING BLOCKS ONSUL LAM.CLASS)AT 1/4 POINTS EPDM GLAROMETER 8065 SHORE A - 2.2 E72 SUPPORT ANGLE 8 8 M9 - AS ROD. HINGE 4 1/2"x 4" - - SCREW COVER `o CO D IT 2 8Ls URA - AS ROD. OFFSET PIVOT HINGE ALUMINUM - u F d 5 B 812 - 1 3 POINT LOCK - - I 9.000 I I 5 9 m' x' s s' M13 - 1 KEY CYLINDER - - 1114 - 1 THUMB URN - - 8 375 .o M15 - 1 2 POINT LOCO - - • L C .330 —i' t'' m.teas co M16 • - 1/LEAF DOOR CLOSURE - - 5''$ 1417 - 2 PUSH-PULL - - 598 e P,f,"8 1419 8132739K AS ROD. PILE W'STRIPPING-HEADER WOOL - ® HINGE BACKUP PLATE S c.- ,>< M20 W234515K A5 ROD. PILE-MIS STILES WOOL - —, L122 - 1/CLOSER CHANNEL SPACER 5/8"X 1-7/8" - - m 1423 - 2 THRESHOLD CUP - - `VVL1 0..AH,,,,p„ i ' 824 - AS ROD. STRUCTURAL SIUCONE . - - o M25 - AS ROD. SILICONE - - RRODUCPREVIHEY . �� LOENSs-.' �- 8 n 826 - 2/CLOSER 1/4-20 x 2"HM.BOLT - - k�mP ingC deeith tet FIn11$8 1 0 10592 ', c I . 1127 - 3/CLOSER /10 x I"P.H.ST/ST SMS - - G Q 1*-_ M v u M26 - 6/CLOSER #10 x 1"F.H.S7/5T SMS - - - AceepIODCS NO Ip-OSI!•GS 127 2018 82M - 3/CLOSER - - Eapirtelac Dale J 2 2'r/2-1. lE CZ: L ) #10 1 1"F.H.ST/ST 5M5 ���•'•, =I.7E OF A 41: drawing no.NII 830 - AS ROD. /10 x 1 1/2"F.H.ST/ST SMS.AT 23"O.C. ST.STEEL - 6_L l f 4." � - ftORIOP,. & W08-66 p, co M31 W13351NK A5 ROD. PILE-DOOR SWEEP WOOL - DYLI'fia1l eel Conied ''' ss/ ..... �v / N M32 W13275NK AS ROD. PILE-HEADER WOOL - A11111111111V (sheet 15 of 18) o NO O O p 01 O 0 P -n R7 r"3- -P.A N O N O o LOCKS: (See Tables On Sheets 2 Thru 6 For Load Capacities) ' ��,A Ca m > OPTION #1: LIMIT MAX. LOADS TO ±80.0 PSF OPTION #2:LIMIT MAX. LOADS TO +80.0, -90.0 PSF OPTION #3: �� t° K m ACTIVE & INACTIVE LEAF. ACTIVE & INACTIVE LEAF: ACTIVE LEAF' Z k m 3 Ot "N CONCEALED VERTICAL ROD PANIC EXIT DEVICE BY CONCEALED VERTICAL ROD PANIC EXIT DEVICE BY KEY OPERATED THREE POINT LOCK SYSTEM 4015/4016 BY w 'JACKSON PANIC SYSTEM' #1285 LOCATED AT 41" 'JACKSON PANIC SYSTEM' #2086 LOCATED AT 41" 'ADAMS RITE' WITH CONCEALED FLUSH BOLTS AT TOP & Q 2 n a FROM SILL AT EACH LEAF. FROM SILL AT EACH LEAF. BOTTOM OF LOCK STILE AND A THUMB TURN ON THE re C v F s FASTENED WITH FASTENED WITH INTERIOR, LOCATED AT 40" FROM BOTTOM OF PANEL 0 -1 N�',aa (1) #14 X 1" HH SELF DRILLING SCREW AT ONE END AND (1) #14 X 1" HH SELF DRILLING SCREW AT ONE END AND FASTENED WITH d Etu (2) #12-24 X 1/2" OH MACHINE SCREWS AT OTHER END (2) #12-24 X 1/2" OH MACHINE SCREWS AT OTHER END (2) #12-24 X 1/2" FH MACHINE SCREWS da 0 OR OR INACTIVE LEAF o m CONCEALED VERTICAL ROD PANIC EXIT DEVICE BY CONCEALED VERTICAL ROD PANIC EXIT DEVICE BY 0 m MANUALLY OPERATED TWO POINT LOCK SYSTEM 1880/81 BY 0' ¢ 'ADAMS RITE' LOCATED AT 40" FROM SILL AT EACH A F. LOCATED AT 40" FROM SILL BOLT GUIDE O a c a ti AT EACH LEAF. AT EACH LEAF. 'ADAMS RITE' WITH CONCEALED FLUSH BOLTS AT TOP & p FASTENED WITH FASTENED WITHBOTTOM OF LOCK STILE AND A THUMB TURN ON THE 0^T E 1 (2) #10-32 X 3/4" FH MACHINE SCREWS AT ONE END AND (2) #12-24 X 1/2" FH MACHINE SCREWS AT ONE END INTERIOR, LOCATED AT 40" FROM BOTTOM OF PANEL lV w=40 F g w5- N (2) #10-24 X 1/2" FH MACHINE SCREWS AT OTHER END FASTENED WITH ,,0 1 itn_o jlll I (2) #8-32gX 1/4" PH MACHINE SCREWSIlP 1 B 8.i AR 4016 Q w m F ill7, a • ��Ih j.. ® a AR 1850 .o �.\ (r DEAD BOLT o z n 111 :I r g v z .01n O�I:1, � o_;LiCj MmlE PANIC EXIT DEVICE , GZ JOPTION #1 OR #2 f ADAMSRITADAMS RITE •2POINT 3 POINT o3 w o �� LOCK 0 K ��p AR 4015 ,� o—3 d ,0 (n r) HINGES:(See Tables On Sheets 2 Thru 6 For Load Capacities) tr CONCEALED BOLTS ENGAGEMENT INTO FRAMES = 1/2" MIN. TYP. BOLT GUIDE .44 w C - , OPTION #1: OPTION #2: OPTION #2.1: OFFSET PIVOT HINGES 4 X 4-3/4" ST. STEEL BALL BEARING BUTT HINGES 4 X 4-3/4" ST. STEEL BALL BEARING BUTT HINGES m G ALUMINUM AT TOP AND BOTTOM LOCATED AT (4) PER LEAF • FASTENED TO FRAME AND THRESHOLD WITH 11" FROM TOP & BOTTOM AND AT MIDSPAN (1) AT 9-5/8" FROM TOP TO CL OF HINGE • =,T,n o I o B #10-24 X 1/2" FH THREAD CUTTING SCREWS FASTENED TO DOOR FRAME AND LEAF STILE WITH (1) AT 10-5/16" FROM BOTTOM TO CL OF HINGE €: 0 (2) AT THRESHOLD, (2) AT JAMB BOTTOM (4) #12-24 X 1/2" FH MACHINE SCREWS PER HASP (2) INTERMEDIATE HINGES EQUALLY SPACED FROM '§e,110 2 R R. (3) AT FRAME HEAD TOP AND BOTTOM HINGE `U,1 1 a HEAVY DUTY BRASS OR BRONZE AT MIDSPAN FASTENED TO DOOR FRAME AND LEAF STILE WITH v E 2 o b p FASTENED TO FRAME AND LEAF WITH (4) #12-24 X 1/2" FH MACHINE SCREWS PER HASP (4) 1/4-20 X 5/8" MS n .1{1 e a o-;r •; o S o r -. `1111111 IIIf,,�,', O:' 'B eRODUC I"REVISED ..1-_-. ..a..-- 1 a complying�awith the Flwi4bondin _ • �u,„••. ,� n a mai ' Axepluoce Na 1�.OT/f.05 _ •.-,- a 3 0 ' wr GyN+wlmBalal /o�2y�L S u127,2018� . ?"/ ��g-ki:rI s4 q 1-�' �` I6/, drawing no. Halm O +TATE OF •Uig 0w. ''�' W08-66o. EXTERIOR EXTERIOR SS�ON,,,,Oss'' � (sheet 16.of 18) p IV 0 O 7, rr O 6 (P T g 'd Wb'EO:L OZOZ/4Z/Z ItV‘ '*.. IIEW, R XVI\ c,%\k‘ . % cs% 0 ® 0 _______ _...,... __.____ _, ® gra ,____,__ __ or- �— mow 0 —I __ rn o, — —._, _ A---- miiim— ii- w- —N, Ammiliwz ir ' —m-----lm— —w 0 50i"--. oE' rod \, Ilk ', \ \ N A ..\:: .,,2. aff_A.\,,,„: ..,,,„ sr ,,, ..__ . ________,, „, € , 0m . . 1E1=w %, , „E.„ 1%, . k..F-tiFnen v r+ �NI[ O i is:.;�] 1 ./ „ •• `• Millr4 .1 O,39 '_ • 14T -D:A m m VIL. F2I,2 7..r..51. v `12 y. i�.y 0 N mi d �(/�[////���//(((// 'A�1\ „.„,..W .:" , i TU SON H 2- 07-14-08 "(revisions: )� SERIES-9000 ALUM OUTSWING FRENCH DOOR(LM.I.) AL-FAROOQ CORPORATION a no date by description 51- coE mole: 3/8•-1• H 05.05.15 UPDATED TO 2014 FRC - E.S. WINDOWS, LLC ENGINEERS&PRODUCT DEVELOPMENT co 9360 SUNSET DRIVE,SUITE 220 ^ V I 01.13.15 NO CHANGE THIS SHEET 3550 N.W. 49 STREET MIAMI,FLORIDA 33173d - I dr.by. TAMS J 03.08.16 NO CHANGE THIS SHEET (C.A26 3538) - K 02.22.18 GENERAL REVISION MIAMI, FL. 33142 TEL(305)264-8100 FAX.(305)262-66976 j -�'' ,- L 05.22.18 NO CHANGE THIS SHEET TEL. (305) 638-5151 FAX.(305)638-5158 ( COMP-ANL\W08-66ESW) .da-090-0Z0Z pie Lpeag(wei(N;0"l!3 L(.1-•d • INV£O:L OZOU4Z/Z • ..s: mi73 D • z O Z O to O O \ (7 \ \ O xi Z \ A7 '\• \ • \ \ \ 11„,.:...„ M.11111.1110 `\\\ QP"\ QP' \ `\ G' A I T Z ot p D \ \ • 1 / .\ /1_-___. .=_—_—__-:.- \ \ m A er Z \, ‘. \ \ rro� \ dir • o 'f 2 14A 14 . , , P1 x to x r 4. O `A`11 II,,,,,,,, m-=1 i. N=O w w19 8.�m ' f �_ O m rn :-.-z• O> D T_. - 1- N 73 -r yo V 2 "y+ zz� Lr„ ,''6"e1�1111111\�,. O -11 a dam: 07-14-08 (revisions: )^(SERIES-9000 ALUM OUTSWING FRENCH DOOR(LM.I.)�^ AL-FAROOQ CORPORATION (a' K 2 co . l no date by description _ 0 scale: 3�6•.1.1 N 05.05.15 UPDATED TO 2014 FOC E.S. WINDOWS, LLC ENGINEERS&PRODUCT DEVELOPMENT f I I 01.1116 REV.PER RER COMMENTS9360 SUNSET DRIVE,SUITE 220 3550 N.W. 49'STREET MIAMI,FLORIDA 33173 (C.A.N. 3538) C I dr.by' TARIO J 03.08,16 REV.PER RER COMMENTS O N 02.22.18 GENERAL REVISION MIAMI, FL. 33142 TEL(305)264-8100 FAX(305)262-6978 tb 0) P 60k.Ey. ) L 05.22.18 REV.PER RER COMMENTS TEL. (305) 638-5151 FAX.(305) 638-5158 / „� COMP-ANL\WOB-66ESW) do-090-0Z0Z 1:1E1 yaeag IweIW 10 40 - City of Miami Beach Bid 2020-050-DF Question and Answers for Bid #2020-050-DF - Neptune Apartments Exterior Rehabilitation OverallId tleSCtUtt� m c s e„ There are no questions associated with this bid. Question Deadline: Mar 13, 2020 5:00:00 PM EDT 2/24/2020 7:03 AM p.118 ATTACHMENT C TAB SUNBIZ AND PROPOSAL RESPONSE TO ITB F . 4/13/2020 Detail by FEI/EIN Number DIVISION OF CORPORATIONS �.< tf/ e`> Ui t;lcr offi:''f t FP), Department of State / Division of Corporations / Search Records / Detail Sy_Document Number/ Detail by FEI/EIN Number Florida Profit Corporation JOHN BELL CONSTRUCTION, INC. Filing Information Document Number P16000016299 FEI/EIN Number 81-1551021 Date Filed - 02/18/2016 Effective Date 02/18/2016 State FL Status ACTIVE Principal Address 260 Palermo Avenue #01 Coral Gables, FL 33134 Changed:01/21/2020 Mailing Address 260 Palermo Avenue #01 Coral Gables, FL 33134 Changed:01/21/2020 Registered Agent Name&Address MOREJON, OSCAR 1760 SW 64 AVENUE MIAMI, FL 33155 Officer/Director Detail Name&Address Title P MOREJON, OSCAR 1760 SW 64 AVENUE MIAMI, FL 33155 Title VP Faz,Albert L 260 PALERMO AVE CORAL GABLES, FL 33134 search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=811551021 P16000... 1/2 4/13/2020 Detail by FEI/EIN Number Annual Reports Report Year Filed Date 2018 04/27/2018 2019 04/04/2019 2020 01/21/2020 Document Images 01121/2020—ANNUAL REPORT View image in PDF format 04/04/2019—ANNUAL REPORT View image in PDF format 04127/2018—ANNUAL REPORT View image in PDF format 05/0912017-=ANNUAL REPORT Mew image in PDF formai 0211812016—Domestic Profit View image in PDF format search.sunbiz.org/Inquiry/corporationsearch/SearchResultDetail?inquirytype=FeiNumber&directionType=Initial&searchNameOrder=811551021 P16000... 2/2 4 .* '4111 I I M I M :1=1mag ft 14 :' Illmi CONSTRUCTION SEALED BID SUBMISSION INDEX 1. TAB A-Contractor Qualification Form (Appendix A) 2. TAB B- Minimum Qualifications & Submittal Requirements 3. TAB C- Bid Price Form, SOV, Ack. Of Add.'& Bid Bond (Appendix B & C) 4. TAB D- Required Federal Forms (Appendix I) , 1 = - _ City of Miami Beach Bid 2020-050-DF APPENDIX A A A 2 ) A n rz,-„:;\ 11,\ A //1 Pk\ I1 !;) I iv. If • /4 1 \ ft/ \ 4 1 ` 4°\IV Li v L • Contractor Qualification Form ORCONSfflUC'IIONPROJ1UL9S KOT BE$UPROFDVVITIOVUiD:00AFRINt 3 DF REOUEsIBY THE CITY . 2/24/2020 7:03 AM p.20 City of Miami Beach Bid 2020-050-DF Contraotoi Gualificafi4"r Forret lnsfnc ct onsh Section 1, Required Form. The Contractor Qualification Form is a required form that must be submitted, completed and executed,with the bid or within 3 days of request by the City. No bid will be considered without the Contractor Form.Bidder's failure to submit this form as stipulated herein shall render its bid non-responsive. Section 2, Submittal Instructions. The Contractor Qualification Form will not be considered until it has been submitted completed and executed by a principal of the applicant. Incomplete applications shall not be considered. If requested information is not applicable, please indicate"N/A"or"None. " If answers to questions are lengthier than the spaces that are provided in the application, the answers may be provided on additional pages, which must be attached to the application. All requested documents must also be attached to the application. Failure to attach all requested documents will delay review and approval of the application. The City reserves the right to request clarifications or additional information as deemed necessary to evaluate an applicant's qualifications. When clarifications or additional information is requested by the City, Applicants will have seven (7)business days to provide, in full, all the requested information. Failure to provide the information within the prescribed time will delay the review process and may result in denial of prequalification. Part A—General Bidder Information. FIRM NAME: John Bell Construction,Inc. NO.OF YEARS IN BUSINESS: NO. YEARS IN BUSINESS NO. EMPLOYEES: Four(4) LOCALLY: Four(4)' Forty(40) OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): 260 Palermo Ave CITY: Coral Gables STATE: Florida ZIP CODE: 33134 TELEPHONE NO.: 305-458-5666 TOLL FREE NO.: None FAX NO.: None FIRM LOCAL ADDRESS: 260 Palermo Ave CITY: Coral Gables STATE: Florida ZIP CODE: 33134 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Jazz Machin ACCOUNT REP TELEPHONE NO.: 305-815-9467 ACCOUNT REP TOLL FREE NO.: None ACCOUNT REP EMAIL: jazz@johnbellconstruction.com FEDERAL TAX IDENTIFICATION NO.: 81-1551021 APPLICANT FIRM IS: X CORPORATION / PARTNERSHIP / SOLE PROPRIETORSHIP / OTHER(If other,specify: 2/24/2020 7:03 AM p.21 S ' City of Miami Beach Bid 2020-050-DF Part B—Proposed Team. 1. Organizational Chart. Submit 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 2.Staffing Plan.Submit 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. Part C—Operational&Management Information. 1.Provide the names of each owner(stockholder, sole proprietor, and partner), director, or officer of the company,below.Submit additional names on a separate sheet if required. Owner Ownership percentage Directorship/Office type Oscar Morejon 50% President Albert Faz 50% Vice President Jazz Machin 0% Vice President 2. Provide three(3) residential renovation projects that the applicant has completed in the last five(5)years. Project Description of Work Project Reference Exterior& Interior Historic Name: Mike Sheehan 909 N. Greenway Drive Renovation & Remodel of 1925 Email: msheehan@slsfire.com Coral Gables HomeTelephone:786-352-7377 Exterior&Interior Renovation& Name:Dr. Hernando Chong 903 Escobar Ave Remodel, including Exterior Terrace Email: hernandochong@bellsouth.net Addition, Pool&Pool Deck. Telephone:305-904-0508 High-end Mezzanine Level Name: Mario Montoya 302 S. Coconut Lane(Hibiscus) Addition and build-out/remodel in Email: mmgt3rs@gmail.com Garage. Telephone: 631-880-8637 3. Has the applicant company's construction license(s)been revoked during the last five(5)years? YES I—V1 NO If yes,why? 2/24/2020 7:03 AM p.22 City of Miami Beach Bid 2020-050-DF 4. Have any owners, directors, officers, or agents of the applicant company had a license revoked during the last five(5)years? YES V NO If yes,why? 5. Is the applicant company currently barred by a governmental agency, from bidding work as a prime or subcontractor? YES NO • If yes,state debarment period and the reason(s)for debarment? 6.Has a surety completed, or paid for completion, of a project on behalf of the applicant company, within the last five(5)years? YES V NO If yes,why? 7. Has the applicant company or any of its owners, directors, officers, or agents been convicted of a crime or had a claim that was filed in a court and mediated or arbitrated during the last five (5)years? YES NO If yes,why? 8. Is an affiliate of the applicant company prequalified by the City of Miami Beach to bid on construction work? YES V NO If yes,state the name of the affiliate? 2/24/2020 7:03 AM p.23 + ) City of Miami Beach Bid 2020-050-DF 9. Is the applicant company a parent, subsidiary, or holding company for another construction company? YES V NO If the answer is"yes,"identify the company and type of relationship(s),below: Company Type of affiliation(parent or subsidiary) Period of affiliation 10. Is an owner,director,officer,or agent of the applicant company affiliated with another company? YES NO If the answer is"yes,"provide the following information for each individual and the affiliated company. Period of Type of affiliation(e.g. Individual's name Affiliated company's name affiliation officer,director,owner or employee) 11. Is the applicant company currently the debtor in a bankruptcy case or file for bankruptcy during the last five (5)years? YES NO If yes,explain and attach,as applicable, the relevant case and court documents,including(but not limited to):the original petition, including the case number and the date that the petition was filed; a copy of the bankruptcy court's discharge order, and any other document that ended the case, if no discharge order was issued. 12. Has any owner, director, officer, or agent for the applicant company, or has any business organization in which any such person was an owner, director, officer, or agent filed for or been discharged in bankruptcy within the past five(5) years? YES V NO If yes,explain and attach a copy of the discharge order, order confirming plan and if a Corporate Chapter 7 case,a copy of the notice of commencement. 2/24/2020 7:03 AM p.24 t P City of Miami Beach Bid 2020-050-DF 13. Has any owner, director, officer, or agent of the applicant company owned or managed a construction company under any other name in the last five(5)years? YES NO If yes,explain. 14. Has the applicant company been assessed or paid liquidated damages on any project during the past five(5)years,whether the project was publicly or privately owned? YES V NO If yes,explain. 15. Are there currently any liens, suits, or judgments of record pending against any owner, director,officer,or agent for the company that is related to construction activities of a business organization? YES IV-1 NO If yes,explain. 16. Has the applicant company or any of its owners, officers, or partners ever been convicted (criminal)or found liable (civil) for making either a false claim or material misrepresentation to any public agency or entity? If yes,explain. NO 17.Has the applicant company or any of its owners, officers, or partners ever been convicted of any a federal or state crime? YES V NO If yes,explain. 2/24/2020 7:03 AM p.25 } t City of Miami Beach Bid 2020-050-DF 18. Is any officer, director, employee or agent, or immediate family member(spouse,parent, sibling, and child)of any officer,director,employee or agent,an employee of the City of Miami Beach? YES V NO If es,state name,title and share of ownershi Name Title Share(%)of Ownership 19. Has the applicant,or any officer,director,employee or agent,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? YES TV1 NO If yes, provide details. 20. 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. Does the applicant agree to be comply with this prohibition? V YES NO 21. Is the applicant a small business concern owned and controlled by a veteran(s)(certified by the State of Florida Department of Management Services or a service-disabled veteran business enterprise(certified by the United States Department of Veterans Affairs). YES TV1 NO Certifying Agency Certification Type 22. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. Purchases hereunder are subject to the requirements of Equal Benefits for Domestic Partners Ordinance 2005-3494 that requires suppliers with more than 51 employees and City volume greater than$100,000 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 supplier who works 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. 2/24/2020 7:03 AM p.26 City of Miami Beach Bid 2020-050-DF A. Does the applicant 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. Firm Provides for Firm Provides for Firm does not BENEFIT Employees with Employees with Provide Benefit Spouses Domestic Partners Health V Sick Leave '1 V Famil Medical Leave Bereavement Leave V V 23. 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 the purchase of goods or services sourced in North Carolina and Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in North Carolina or Mississippi? YES NO If yes, explain. 2/24/2020 7:03 AM p.27 City of Miami Beach Bid 2020-050-DF CONTRACTOR QUALIFICATION FORM AFFIDAVIT The undersigned agrees that s/he: 1) is a principal of the applicant duly authorized to execute the foregoing Contractor Prequalification Certification Application, and that the contents of said document(s)are complete,true,and correct to the best of his/her knowledge and belief;2)s/certifies that the application and supporting documents include all of the material information necessary to validate the status of the company for prequalification purposes; 3) s/ shall notify the Procurement Department within fifteen (15) days and provide a notarized statement whenever a change occurs in the ownership,management,or financial condition of the company.Further, any prequalification applicant,including its principal(s), director(s),and any affiliate,who is a party to any misrepresentation to obtain business or contracts with the City of Miami Beach shall be declared delinquent and have its certificate suspended or revoked and will be subject to debarment and any other penalties prescribed by law. The undersigned affirms that the applicant agrees: 1) to complete and unconditional acceptance of the terms and conditions of this document, inclusive of attachments, exhibits and appendices and the contents of any Addenda released hereto; 2) that it has not colluded, nor will collude, with any other applicant; 3)that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; 4) that all responses, data and information contained in the proposal are true a , accurate. Name: Oscar Mor-'o i Title(must be a principal of the applicant): President Signature: Date: 03/20/20 2/24/2020 7:03 AM p.28 4"'sa: Oft. Atff, 0111111111111% CONSTRUCTION • MINIMUM QUALIFICATIONS & - SUBMITTAL REQUIREMENTS R � JOINM'�f� CONSTRUCTIONommikft PREVIOUS EXPERIENCE/QUALIFICATION STATEMENT INTRODUCTION John Bell Construction, Inc is submitting a responsive and responsible bid for the City of Miami Beach Neptune Apartments Exterior Rehabilitation project. Below is a list of successfully completed projects of at least similar scope (historic) and budget within the last five (5) years, including references, qualifications and the Project Team Leaders, who will head the efforts of performing the work in the event John Bell Construction, Inc. is awarded this project. We've also included projects subject to wage requirements (Responsible Wages). Furthermore, this document conveys the roles, experience and qualifications of the Executive Team.We,as John Bell Construction, Inc. are exceptionally confident in our team's ability to perform well above expectations.Our group's experience and background will certainly translate to completing the project at hand safely, on time and within budget. SUCCESSFULLY COMPLETED HISTORIC PROJECTS: City of Coral Gables -Venetian Pool - $180,000 Project Name: Venetian Pool Restoration Owner Name: City of Coral Gables Contact: Brandan DeCaro Phone: 305-460-5059 Email: bdecaro@coralgables.com Project Address: 2701 De Soto Blvd., Coral Gables, FL 33134 Scope of Services: 23,000 Square Feet of pool vessel repairs and refinishing. Removing excess paint and coatings from all pool surfaces. Refinishing all pool surfaces with two-part aliphatic acrylic urethane pool paint system. Repairing of floor and cave cracks with mechanized injection of chemical grout. Refinishing and painting of railings and ladders. JOHN BELL CONSTRUCTION INC. 1 I ; Wage Requirements: None by the City of Coral Gables, however, other active projects under Responsible Wages, therefore employees paid at Responsible Wage requirements. Contract Amount: $180,000.00 Completion Date: 03/13/2020 Before: Ar „.", it), e'W.' y t ,...,,,...,-,„-- ,,, „\„.. 02:Le-.7;- 4,A,, . ,r, , ,.. ,''' -•• ,--t. ,' ,**,,rr., ,„,,,,, = - ,...4 c-,1''`-''''...,,ZiAtt-4441,,-•Zs, '''.,e' ! ,1 Az'r T74?-.. :,,,‘..7; i'',.',1 f-,,:c711,,'''''' / ,c .,... '_' - - �. - --•�' Isze.`` : . After: - 4 rr:',"'-o-- s ' ,'"-,+ " k • r •• it �, .(.. , JOHN BELL CONSTRUCTION INC. 2 2 :tea„ 909 N. Greenway- $1,200,000.00 Project Name: 909 N. Greenway Owner Name: Mike Sheehan Contact: Mike Sheehan Phone: 786-352-7377 Email: msheehan@slsfire.com Project Address: 909 N. Greenway Drive, Coral Gables, FL 33134 Scope of Services: Complete exterior and interior historic renovation and restoration of 6,000 square foot 1925 residence. Demolition, Sitework, Concrete — Masonry - Structural restoration, repairs and reinforcing, window opening reconfiguration, misc. metals/railings, etc., full interior build-out, remodeling - framing, drywall, finish, tile, doors & base, high-end millwork, painting, etc., Roofing, All New Windows, Landscaping, New Pool, etc. Wage Requirements: None, however, other active projects under Responsible Wages, therefore employees paid at Responsible Wage requirements. Contract Amount: $1,200,000.00 Completion Date: 07/03/2018 Before: moi**� r, `` .�- _- it 3 ' f y Ywr+sr a ""h- � ms,-; JOHN BELL CONSTRUCTION INC. 3 After: -';`,V '."1? Inti , Qaa,� p ; ��4 Y LW_S f r 4. i,Y' I i� fel .1 !sem �� - tf ,fhigi ft1 �3" yu 1 4 i It'll ! az.; "�s'i9 9 l411:11.P;47::?.4,'-'=--;:if:/:'.414;f::. 5 . ------,j ___„,:ii ,......„..„ . _,;____...„__ , fr. * ______.1, 1 . 1 1 , ` ,:r r 6. i .7, 1 „..., JOHN BELL CONSTRUCTION INC. 4 SUCCESSFULLY COMPLETED PROJECTS WITH WAGE REQUIREMENTS: Miami World Center Block D East- $1,500,000.00 Project Name: Miami World Center Block D East Owner Name: Miami World Center General Contractor(Client): Coastal-Tishman, a joint venture. Contact: Douglas Rush Phone: 954-540-5228 Email: douglas.rush@relatedgroup.com Project Address: 164 NE 9th Street, Miami, FL 33132 Scope of Services: Turnkey Masonry- Furnish and Install CMU Block, Rebar, Grout, Pump and Finish. 90,000 CMU Units. Wage Requirements: Miami-Dade County Responsible Wages, Certified Payroll. Contract Amount: $1,500,000.00 Completion Date: 02/08/2019 After: 7.- a au "% - -- .„1777- `� I O ,� a' a 3 " � e -a %.1.,;7 *':'-'L:,riFj;,',t 4t."',:''','*- :27'5 ' ',,:--—1,-t--- r f. -- -''''''—r--P '4'.- •;!int-lioi:f.-:,/ ..-4,i .a � ,, - �t",.' s .*m`1- ift " 8 .,. / Yip aim * ': ..1- � ,: `,' I k ,t t , err -, 1 y i ;: .,,j „* pi -----eti-,4-- 4,„„;7,-..:,-. -,/, .,,,,,,,T.---1-,,, ,z4,-,..,--, -F--):,,,;, _40;11 �, > _.r?„-f. ,. , �,, > :: --%'. .. f---t-", `'-` as `-'1-4. .i JOHN BELL CONSTRUCTION INC. 5 r Miami World Center Paramount- $850,000.00 Project Name: Miami World Center Paramount Owner Name: Miami World Center General Contractor(Client): Coastal-Tishman, a joint venture. Contact: Paul Rosen Phone: 305-283-3688 Email: paul.rosen@coastaltishman.com Project Address: 851 NE 1st Ave, Miami, FL 33132 Scope of Services: Turnkey Masonry - Furnish and Install CMU Block, Rebar, Grout, Pump and Finish; remedial work(T&M). Wage Requirements: Miami-Dade County Responsible Wages, Certified Payroll. Contract Amount: $850,000.00 Completion Date: 09/27/2019 After: , - -->-- ii/'- R - �j� -�-' <. -� ,? *,%'ice �i a " ` P - ,-,-_ _4t-'--- :----•‘_g'=-F;- % 4 i '-'-', ----% ---, � � '''W � �" '� - � ,F � rr �al- r 7 •14:3, :_... .. . d a 4' # 6 �i C ai ,,,,::,4---j-, " -' `S".'.4 ® # � r41,..„,,, ,_-_, _ . . �3T�' ' -_,,,. ,t, . ..„.., .... ...... a at s. . � a s,,, . ,,,, . +I ,- 1 " , , i:1.i®.IH®a"<y.l�...- JO HN BELL CONSTRUCTION INC. 6 m9 Miami World Center Block G - $450,000.00 Project Name: Miami World Center Block G Owner Name: Miami World Center General Contractor(Client): Coastal-Tishman, a joint venture. Contact: Bill Hudak Phone: 917-681-0227 Email: bill.hudak@coastaltishman.com Project Address: 58 NE 7th Street, Miami, FL 33132 Scope of Services: Turnkey Masonry - Furnish and Install CMU Block, Rebar, Grout, Pump and Finish; remedial work(T&M). Wage Requirements: Miami-Dade County Responsible Wages, Certified Payroll. Contract Amount: $450,000.00 Completion Date: 08/16/2019 After: - twit l - � � r"-:::,-7:-'",_ity.-:„.....,., t .?7,, .s , fli I a 71: ;'.3--1.-.-a s ----- �` v 11 a ., gym, w.ri ."".'ter' . ,��at r ri4 -11 it }� .A�re�rtr . 1 xsre -> `>:' '' " . 'i ,,.a5 �_ --i- „..--.. _Jig V•_. •.., , '''''':'::'''''''t ' :-.. =*'!':**'.1.-,„,;‹, 'Y*,- k< :711A :f,;,-, 7?"---- ----., ' „- '-4,*„ ;;-.4A.----,,,, - e„),.4-,,t-,-,',:',,.'''4414%.'4*,'''g''''' '''' -', i 1 = WI% ..50 /'lc,/ , ;-I:7Z,,,,„..Z.'",-7::,,„,P.I.:A., -''ti 4e =. ,:, --4.4, Vi *s e r*' a a .0.r L. 'y .1' 'vs , } - x fi �i ,,, „:„,,...,... , ,...., !, ,,-.4,, ,„ ...,,, . ,, ..44„„*, ' yj7 4.*, dt is s �= ..�` fmoa - ' . < . s r.li Vi . ,«-en. .. ra ”. •, .0 J: : .. . . JOHN BELL CONSTRUCTION INC. 7 1 f ti Caribbean Village(ALF) - $420,000.00 Project Name: Caribbean Village Owner Name: Unknown Shell Contractor(Client): MJM Structural Corp. Contact: Henry Lew Phone: 305-218-0379 Email: mjmlew@bellsouth.net Project Address: 19755 SW 110th Ct., Cutler Bay, FL 33157 Scope of Services: Turnkey Masonry - Furnish and Install CMU Block, Rebar, Grout, Pump and Finish. Wage Requirements: Miami-Dade County Responsible Wages, Certified Payroll. Contract Amount: $420,000.00 Completion Date: 01/04/2019 After: fi . „ "�-_-^5- '`'t,� �� x.,--,- gyp` ; i ^7. g 9 w. , ,- 1 � t...,_.ra 41, ...._.,......m".,----,A � :.rte 4 t s- Via;� t� � ,,` '-:-.- 2-,---t':. ' v-�r , o Z-�3a' '-,-.:- .-;.-,-,,4,..::•,...- ,e "C 1,-„,...-- �€ ,m-� . `€ ":',''14 p, „,,......-,_,,,,,.---2___.,-,---4:,:-)_`f MI I z ,-__,--44 4— S 4p5',Lime'',:wry er -, �r -� 1 • L �; "pi ;7--, mo, "� ■k iR R3�I ■ wi / i�011 Q,,-'7!,:i-,i--,® Iii H . ■ µlb !� r Ir M" t { s g V �, JOHN BELL CONSTRUCTION INC. 8 � p • City of Coral Gables - Monegro - $315,000 Project Name: Monegro Street Ends Owner Name: City of Coral Gables Contact: David Galeano Phone: 305-460-5017 Email: dgaleano@coralgables.com Project Address: Monegro St. & Five Avenue Dead Ends (Romano, Aledo, Cadima, Sarto, Camilo) Scope of Services: New construction of decorative street end (dead end) entran •ces/passways - Sitework, sidewalks, curbs, ramps, Concrete&Masonry- Columns; signage, Electrical. Wage Requirements: Davis Bacon Contract Amount: $315,000.00 Completion Date: 03/20/2020 Before: r 4... r .n. aq ,fni ' .a .� /;-1.‘",-.f'., ¢, t i-,;,:',4' w N. Sal l '.. yg*y S,, 5,, M1'1.q i 44 t Y{,T+ • }H' 3¢• • ''4.v'= " •,£ :7--.:r4"=,----..-.:'-- #: �.. .f Y pry. -'4'''417:6 .3 ,-..,1;..N.,7 e,;-,_:-Ov.,4-=„Igri'14#,Al.'4',C ,.;A f- • '''. ,•,:•,,i-,'Swo,"."',.- ' ' ,_...„.,. ,;,:::.- , S^ 'f..-#"�='--':-1---N.,:4-.- ` "..mak * +ru" '� "'.rs ... :°? .,tax a .s.'t'-+ �'es.. .e^<.x- JOHN BELL CONSTRUCTION INC. 9 I , 1 After: .1.i,-4,1, 4 F a 3 i� w; �1 7 f � y��-; �. , ��i - 'S. ��,-_,4,. .,-;.--:.-----4.7!...„, �t ���; -,-.;;;11> 0.air. +}� � ,::-,---.-f. :,.-- a��//0�� � � ,�+es�� � s"' ` t�� L .t + :::_ ,a , ,tom } >; . may -- ;7:- .�,�.-c f - z --47;,F=---7,,,,,,-,..-.=.1 . mea' . "---:.:'-,..,,. ,-.)''.:°;-: >3t-, t 1f -"' _ . 1 is r * 04 G 'pal - r r k'`a°1 nix.' sgeiriP --- r q �....,,_ k �• ,r,,;:-1, � �„ .{ "G." '/"' emP, 1 77 4.1 I 1 .` wry aY #.i` �' ; i-- ,' ,' ,y4 �, :, , ?&„41,.; fi:',1' W.:-°.‘ ' •1)1 .i TAu!e I li9i, if 1 ^'�1.111 ; ' i ■ ' A2 rtkk,sa } : lt Hip? g .4e• . � '' - - OTHER NOTABLESUCCESSFULLV COMPLETED PROJECTS: Clinical Care Network. Inc. - $1,800,000 Project Name: Clinical Care Network - Hialeah Center Owner Name: Clinical Care Network, Inc. Contact(Owner):Antonio "Tony" Diaz Phone: 305-984-9228 Email: tonydiaz@clinicalcarenetwork.net Project Address: 4980 W. 10th Ave, Hialeah, FL 33012 Scope of Services: Renovation, remodel and buildout of 14,000 Sq. Ft. Medical Facility Civil/Site Construction/Demolition,Concrete& Masonry(window openings, new footings and structural reinforcement), Exterior& Interior Railings, Millwork, Cabinetry, Decorative Cladding, etc., Complete Re-roof, new windows, exterior doors, interior glass & glazing, fire-rated,etc.),new finishes,complete commercial build-out,turnkey,move-in ready, new specialties, bath accessories, locker rooms, etc., new lab and medical equipment, refurbishing of Elevator System, new Mechanical, Electrical and Plumbing, including Fire Alarm and Fire Sprinkler. JOHN BELL CONSTRUCTION INC. 10 Wage Requirements: None, however, other active projects under Responsible Wages, therefore emploYeesPa• t Responsible Wage requirements. Contract Amount: $1,800,000.00 Completion Date: 11/08/2019 Before: i. • '� t;,-4:1!,;1.%2e-744N-AIF, °;. 4 2e7 I_" € :L't„,,,,,,...i'',:s.' Jae ° :" --A -- - c 'X A V., c i ,rte-�s .. r a�� '`; Afe'l,11.,'') l'r,,,0 ' -`,:''':.;72:''' t„., ,,,...„ .* After: r,i - 4 -, 1111 3'% � v�' z " `x £i 't' �� r .ms y ;1 —oma i i A,MY33111111 3 a �'f;A,, - i My33------, ,,,„---,,-*4--%----1-'4< T 1 s - t ir '">'� � ,� . f chi �r� .�,� � � ,-� .3 g ,yy�Rr9 j�j %/ 9 [ Sl &q X4 � } i. JOHN BELL CONSTRUCTION INC. 11 Andale Group, LLC- $535.000 Project Name: 3120 Commodore Plaza Owner Name: Andale Group, LLC. Contact: Dan Azel Phone: 305-209-0554 Email: dan@andalegroup.com Project Address: 3120 Commodore Plaza, Coconut Grove, FL 33133 Scope of Services: Complete renovation and remodel of 2-story commercial building, 8,000 Sq. Ft., 100% demolition of existing restaurant and lounge interiors, entire roof, front facade, civil/site construction, structural renovation and reinforcing.of existing building and new front facade, millwork, complete Re-roof, new windows and exterior doors, new finishes, complete build-out, new mechanical, electrical and plumbing. Wage Requirements: None, however, other active projects under Responsible Wages, therefore employees paid at Responsible Wage requirements. Contract Amount: $535,000.00 Completion Date: 09/2018 Rendering: '" - -s.- { 3 2�-_ $$ SKI `t=t Y+��iy ,�. $_....� '_ l •u -1 a d. '# } Y .•.'yt. ;` r7 p �, ., Ail:ii 1I `.fi' :.--, mss '' �,-- . rr. A ..' 3120 Commodore Plaza JOHN BELL CONSTRUCTION INC. 12 I 1 A l''''''4 EXECUTIVES&KEY PERSONNEL RESUME/EXPERIENCE.• OSCAR MOREJON President, Owner, Qualifier r • „lik r Oscar drives the direction and strategy of the company on many different fronts. Not only is he constantly thinking of and working out ways to perform projects safer, more efficiently and effectively, but he also provides the leadership and necessary resources to offer stronger client service as well as maintain a solid company culture, brand and future opportunities. Previous Experience: Suffolk Construction (May 2012 - May 2016) Lead Superintendent Project: Met III (Downtown Miami, FL) • High-rise New Construction • Parking Garages. • First Aid/CPR Certified. • High-end Restaurants, Finishes & • Certified Post-tension Installer, Buildouts. Inspector and OSHA 30. Years of Experience: John Bell Construction, Inc. - 4 Industry - 15 Education: Florida International University(2008 - 2012) Bachelor of Science in Construction Management Certified General Contractor CGC1524390 JOHN BELL CONSTRUCTION INC. 13 1 f 1 J. ALBERT FAZ Vice President N Bows „wit" Among project-related duties, Albert is the company's acting Chief Financial Officer. He ensures financial resources and accounting practices are to date and 100% compliant. His focus and leadership of this department brings stability and soundness for the company's future, but also the ability to serve our clients with the upmost confidence •in job performance. From bonding capacity to qualified, competent and proven subcontractor practices, Albert stays connected along the way. Education: Long Island University(2009 - 2014) Master's Degree in Accounting(2009 - 2014) JOHN BELL CONSTRUCTION INC. 14 JAZZ MACHIN Vice President AN h r . iti.ria' .,, ' , fe,4.,, _ . . , t: 4,, -,----,--., A Jazz helps oversee and lead the Preconstruction efforts. With his background in Business Development and Human Resources, his experience lends itself to heading the strategy around people. Jazz and his team focus on client relations, marketing, proposal presentation, contract negotiation and operational/opportunity organization with the goal of the highest level of client service possible. Jazz also leads recruiting and staffing. Education: Lynn University (2009 - 2011) Bachelor of Science in Business Administration/Marketing University of Tampa (2007 - 2009) JOHN BELL CONSTRUCTION INC. 15 f Proposed Project Team ROBERTO CORDESCHI Superintendent Urn e �,s — 1 I As Superintendent, Rob oversees, manages and documents all day-to-day job site activities including OSHA safety compliance. He is also responsible for the management and coordination of on-site construction. Rob directly manages the maintenance of the construction schedule and flow of construction activities by trade. John Bell Construction, Inc. Projects: Monegro Street End(City of Coral Gables) New construction of decorative street end entrances built of columns and gates (incl. site demolition/site construction, electrical - coordination with FPL - concrete & masonry, engineering and misc. metals. Schneider Residence(Pinecrest) New Construction/Custom Home (8,000 Sq. Ft.) Mario/a Residence(Coral Gables) Complete Interior& Exterior Remodel / Renovation (10,500 Sq. Ft). Years of Experience: John Bell Construction, Inc. - 1 Industry - 18 JOHN BELL CONSTRUCTION INC. 16 I 4, 01--t; Projects: All Aboard Florida(AAF)/2 Miami Central(LEED) New Construction of Train Station, Commercial High Rise, Condominiums and Office Space. Parkline Towers 2/3(Miami, FL) High-rise Commercial New Construction. Other Projects to Highlight(2.500 - 20.000 Sq. Ft.): Brasserie Restaurant Merrick Park(Coral Max Studio Sawgrass(Sunrise) Gables) Original Penguin Sawgrass(Sunrise) MUSWI Medical Office Coral Gables Taverna Opa Brickell ESRI Logistics (Coral Gables) Victoria's Secret Broward Mall (Ft. 3081 Salzedo Building(Coral Gables) Lauderdale) Aroma Café Dadeland(Miami) Credit Agricole Bank Brickell Hermes Paris Midtown(Miami) JOHN BELL CONSTRUCTION INC. 17 1 J � a z CHRISTIAN MUNOZ Project Manager A -: ��� , st 7-')=,* * i��� � B . ice% �'� ,-% „: .-i--.- < mo . r i ��� Nf g/! ,, -% ..34i.''i mo [yam fr - %% F As Project Manager, Chris is responsible for the administration of all contractual and procurement-related requirements for the project. Chris also maintains the project budget and baseline schedule. He oversees the processing of subcontractor agreements, purchase orders, shop drawing logs, submittal packages and other important project documentation, including procurement items directly with the client. John Bell Construction. Inc. Projects: Clinical Care Network Hialeah Renovation of Commercial Medical Facility (14,000 Sq. Ft.) Monegro Street End(see above for details) Venetian Pool(Cora/Gables) Historic Commercial Pool Renovation (25,000 Sq. Ft.) Mariola Residence(see above for details) Jefferson Residence(Coconut Grove) New Construction/Custom Home (5,500 Sq. Ft.) Schneider Residence(see above for details) Montoya Residence(Miami Beach) Residential Remodel and Addition of Mezzanine Level JOHN BELL CONSTRUCTIONINC. 18 Years of Experience: John Bell Construction, Inc. - 2 Industry - 14 Projects to Highlight(5.000 - 50.000 Sq. Ft.): Remodels - Renovations -Additions: T4 Airport Renovation(Ft. Lauderdale) Made Ives Middle School (Miami Gardens) Miami Palmetto Senior High School Ritz Carlton Residences(Miami Beach) South Miami Senior High School High-end Condominium Renovation & Rainbow Park Elementary(LEED)(Miami Remodel: Gardens) Millicentro Tower(Miami) Commercial Buildouts: Maui Waui Smoothie(Boynton Beach) Miami Health Clinic Giraffas Brazilian Steakhouse(Aventura) Wellington Warehouse(Miami) Penguin Clothing Store(Aventura) Dade Traffic School(Miami) Single& Multi-family New Construction: Victoria Park Townhomes (Ft Brokowski Residence(Palmetto Bay) Lauderdale) Palmer Residence(Coconut Grove) Villa Las Rosa Complex(Homestead) JOHN BELL CONSTRUCTION INC. 19 / 1 .. ._.. 00.74 JOI-N CONSTRUCTION STAFFING PLAN PERSONNEL PROPOSED TO WORK ON PROJECT 1. Primary Contact with City: Chris Munoz, Project Manager - Available a. (see Previous Experience/Qualification Statement for resume) 2. Superintendent: Roberto Cordeschi - Available a. (see Previous Experience/Qualification Statement for resume) 3. Project Coordinator:Jacqueline Valdes - Available 4. Project Accountant: Doris Galindo - Available 5. Owners: Oscar Morejon,Albert Faz and Jazz Machin SUBCONTRACTORS PROPOSED TO WORK ON PROJECT: 1. Green Tag Scaffolds, LLC. - Overhead Protection 2. Bullseye Coating and Blasting Corp. - Sandblasting 3. Pneumatic Restoration South, Inc. - Concrete Restoration 4. Stone Again Inc. - Precast 5. Superior Property Painting Services, LLC. - Painting 6. Morales M. Stucco, LLC. - Stucco 7. DLD Service & Maintenance - Electrical 8. Royal Gutters - Gutters& Downspouts 9. European Ornamentals - Metals 10.WindReady - Exterior Doors 11. Design AV - Cameras 12.ALCU Services - Mechanical JOHN BELL CONSTRUCTION INC, 1 4 > � RICK SCOTT,GOVERNOR tib � Florida JONATHAN • Fri 4., A + t a S ,, .,,,,r2.4,:::: , p ,$ "td. Sxa L 4 .� + r, ' v i . s ` '' '' '' : ..,‘:.,.... .- -.. -; ,: . _ : , , ' '.,, , -.:,,, , ,..-. , STATE OF�FLORIDA.y , '."' „., ,,,,: ,..., ,;.,, , ,,, -s::: ''.OF BUSINESS AND PROFESSIONAL'REGULATION :-.0,1c0.,,to, ' 0.1!,,,, ,,‘",„--. -,,,,,, ‘, ,.. :,..:' :, ..-- ,. ' ' •.,-, .'. - , ,„,,- . ..„ „ ,,,;t \ CINaCONSTRUIN ' S5 �° ; g - ,RYLI E SGBOARD ,'-',- ; , ,- F . itm-,,a,',; -.7H ," \,:,'wa\ ON.' \HE 'S .E \ ;O .Tl,A, TOR F: , ��NISCER\ IFIEDUNDER THEGNEL \ � �a � � ' ni, fm 4� � � E�R49 =LORIDA T UTES •- ° , .. ., ..�. P,�R�O VI-;S, 1. �>v OF\VAvC Ax 8 ,y cgH . 3 1a1Ey ` �� \�. 1,,a> ..h , \ . ,-x . ta : ?l aavk.,, "a,t 1 r44.,2,,,A;;;.0 .-,„,„ ...,„„,„:1„ ,,,,,, w \M .. �N SC, \ �" � 4: S \� a wbA,,0 ak \ \ t. 9 ," � I\?aui � yAs ) " ,E \ „ wv° -11-7:-J §- \ : ; ;' \ �\ OHN �E# L ONS-Tyg& l NLNC .g:3, � . � ,_ a1aay\ a ,, ... , ; ,� , A ` 313 veAtii ,' '%"'",10' �g B 4 \ , � ”' � w ,1, �� a �' ,1, \ a"\wi`, �"a . 9,1�„a, c �a�V,AAA 1,. � R ., .,, n. , ; , L v , M . , « NSE NU � BER ��GC�152d�390 �r � , tet. 4� N G T 0 , f EXPIRATIO pA� US 31;20 E ", ,'.. Always'venfy:+li.censes online at MyFloridaLicense.com \ ':•T•: Do not alter this document in any form ,y El 'A{ •i5).4.7'11 • = This'is your license ,It is unlawful for anyone other than`,the licensee to use thisdocument r - JOHNBEL-01 JCARRASCO ACORL DATE(MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 10/23/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: JAG Insurance Group,LLC HONE 999 Ponce De Leon Blvd (A/CC,No,Ext):(305)8424600 rA C,No):(305)8423600 Suite 800 E-ADDRESS: Coral Gables,FL 33134 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:COLONY INSURANCE CO. INSURED INSURER B:Clear Blue Insruance Company 28860 John Bell Construction,Inc. INSURER C:NATIONAL UNION FIRE INS.CO. 260 Palermo Avenue,Unit 11 INSURER D: Coral Gables,FL 33134 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRTYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVp .(MM/DD/YYYY1 IMM/DD/YYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR 103 GL 0023750-01 5/20/2019 5/20/2020 DAMAGE TO RENTED 100,000 PREMISES(Ea occurrence) $ _ _ MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JEOOT- LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ X ANY AUTO AQIYFL001253-00 10/23/2019 10/23/2020 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X HIRED X' NON-OWNED PROPERTY DAMAGE AUTOS ONLY _ AUTOS ONLY (Per accident) $ _ C X ,UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE EBU 011211824 5/20/2019 5/20/2020 AGGREGATE $ 5,000,000 DED RETENTION$ $ WORKERS COMPENSATION PER AND EMPLOYERS'LIABILITY Y/N STATUTE I ERH OANYFFICER/MEM ER EXCLUDED?ECUTIVE N/A E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may he attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE FOR PROOF OF INSURANCE ONLY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Lf DATE(MM/DDIYYYY)A ~ D CERTIFICATE OF LIABILITY INSURANCE oe/zl/zo19 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 1-239-935-5069 CONTACT Chance Runk NAME: Merchant Insurance Solutions PHONE FAX (A/C.No.Ext): (239)935-5069 (A/C.No): (866)406-4983 E-MAIL 12326 Isabella Drive ADDRESS: chance@merchantinsurancesolutions.com INSURER(S)AFFORDING COVERAGE NAIC# Bonita Springs, FL 33015 INSURERA: Florida Citrus Business & Industries Fund INSURED INSURER B: John Bell Construction, Inc. INSURERC- 260 Palermo Ave, INSURERD: INSURER E: Coral Gables , FL 33134 INSURERF: COVERAGES CERTIFICATE NUMBER:56987430 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP WLIMITS LTR INSD VD POLICY NUMBER (MM/DD/YYYY) (MMIDDIYYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCEDAMAGE $ CLAIMS-MADE OCCUR PREM SESO(Ea occurrence) $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY PRO- JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS _ AUTOS (Per accident) UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ .$ A WORKERS COMPENSATION 106-60201 05/22/19 05/22/20 X STAPER H STATUTE ER AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE N N N/A E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory 1n NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE FOR PROOF ONLY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 260 Palermo Avenue AUTHORIZED REPRESENTATIVE Coral Gables, FL 33134 IISA ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD JohnBell 56987430 City of Miami Beach Bid 2020-050-DF APPENDIX B 4 I A A p It I g1V1 tLmm-) Bid Price Fo nn (B1) MUST BE,SUBMITTED WITH THE BID.FAILURE TO DO SO WILL RENDER BID NON- RESPONSIVE. Schedule ofValues (B2) r,--famlerasonalismozatrastrountromaimerattouttx Ac kno wle d g me nt o f Ad d e nd a (B3) 2/24/2020 7:03 AM p.29 • City of Miami Beach Bid 2020-350-DF Bid Price Form (B1) Page l o 1 FAILURE TO SUBMIT THIS BID PRICE FORM FULLY COMPLETED AND EXECUTED ON OR BEFORE THE DUE DATE FOR BIDS SHALL RENDER THE BID NON-RESPONSIVE AND BIDDER SHALL RECEIVE NO FURTHER CONSIDERATION. 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. 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. TOTAL BASE BID AMOUNT IN FORM B2 $453,720.84 'Allowance for Trench Safe Act $25.00 Permit Allowance $2,500.00 GRAND TOTAL (TOTAL BASE BID+ TRENCH SAFETY+ PERMIT ALLOWANCE) $ 456,245.84 'See Section 0100, Sub-section 12. Bidder's Affirmation 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 its 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. Bidder: John Bell Construction, Inc. Authorized Agent Name: Oscar Morejon Authorized Agent Title: President Authorized Agent Signature: f/1 2/24/2020 7:03 AM p.30 City of Miami Beach Bid 2020-050-DF Schedule o f Value s (122) Page 1 of 1 MUST BE SUBMITTED WITH THE BID OR WITHIN 3 DAYS OF REQUEST BY THE CITY. BIDDERS'PRICE UOM Total Division C:ost.., 1.0 General Requirements LS $ 71,201.05 2.0 Site Construction LS $119,488.83 3.0 Concrete LS $ 10,320.00 4.0 Masonry LS $74,820.00 5.0 Metals LS $4,192.50 6.0 Wood and Plastics LS $27,651.11 7.0 Specialties LS $132,915.15 8.0 Electrical LS $13,132.20 TOTAL BASE BID (01-08) $453,720.84 ITB Price Form Supplement- Unit Prices ;For Div sion'3 0 (Concrete)only, bidders;:shall provide a schedule of values-indicating the unit (cost for=those structural repair items(concrete spall,and crack repair epoxy; infection)=identified, :in sheets 1.6-20 of ..... _ _. fes :Item ' Description Unit 'Unit MIS 3.1 Concrete Spall Repair Cu. Ft. $255.00 3.2 _. .Crack Repair Epoxy.Injection Ln. Ft. $80.00 Bidder:John.Bell Construction,Inc. Initials: OM• • 2/24/2020.7:03 AM p.31 I J City of Miami Beach Bid 2020-050-DF AcknowledgementofAddenda (B3) Page l of 1 Arn-nog encea3 text]: ¢t e"..71[1.112- Issued - -- — Amendment 1 March 16th, 2020 Amendment 6 None Amendment 2 March 24th,2020 Amendment 7 None Amendment 3 April 6th,2020 Amendment 8 None Amendment 4 April 9th,2020 Amendment 9 None Amendment 5 None Amendment 10 None Bidder: John Bell Construction,Inc. Initials: 0,1A, 2/24/2020 7:03 AM p.32 Olt JOI-N CONSTRUCTION BIDDER'S ATTACHMENT TO SCHEDULE OF VALUES Schedule of Values Clarifications: Item 1.0 - General Requirements&General Conditions(including Payment&Performance Bond Cost) Item 2.0 - Site Construction Item 3.0 - Concrete Restoration Item 4.0 - Precast Concrete Item 5.0 - Metals Item 6.0 - Windows& Exterior Doors Item 7.0 - Thermal & Moisture Protection/Finishes Item 8.0 - Electrical & Mechanical JOHN BELL CONSTRUCTION INC. 1 City of Miami Beach Bid 2020-050-DF APPENDIX C A A 't,f7 d V: aLV Pre -Aw a id Forms ,,:::=0"toEstmmiTTFmossoorQR:wiTE,BN 3700%-apfiKwEsT ClBid Bond • • 2/24/2020 7:03 AM p.33 City of Miami Beach Bid 2020-050-DF BID BOND KNOW ALL MEN BY THESE PRESENTS that�we John Bell Construction, Inc. as Principal, hereinafter rankeranu utuai referred to as Contractor,and Insurance Company as Surety, are held and firmly bound unto the City of Miami Beach, Florida, as a municipal corporation of the State of Florida, hereinafter called the City, in the sum of five percent(5%) of the Contractor's Base Bid amount of$ FiVe(5%) Percent of Amount Bid lawful money of the United States of America, for the payment of which well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally by these presents. WHEREAS, the Contractor contemplates submitting or has submitted, a Bid to the City for the furnishing of all labor, materials,equipment,machinery,tools,apparatus,means of transportation for,and the performance of the Work covered in the Bid Documents which include the Project Manual,the detailed Plans and Specifications, and any Addenda thereto, for the following solicitation. Bid No.: 2020-050-DF Title: Neptune Apartment Exterior Rehabilitation WHEREAS,it was a condition precedent to the submission of said Bid that a cashier's check,certified check, or Bid Bond in the amount of five percent (5%) of the Base Bid be submitted with said Bid as a guarantee that the Contractor would,if awarded the Contract,enter into a written Contract with the City for the performance of said Contract,within ten(10)consecutive calendar days after notice having been given of the Award of the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor within ten (10) consecutive calendar days after notice of such acceptance, enters into a written Contract with the City and furnishes the Performance and Payment Bonds,satisfactory to the City,each in an amount equal to one hundred percent(100%) of the Contract Price, and provides all required Certificates of Insurance, then this obligation shall be void;otherwise the sum herein stated shall be due and payable to the City of North Miami and the Surety herein agrees to pay said sum immediately, upon demand of the City, in good and lawful money of the United States of America,as liquidated damages for failure thereof of said Contractor. 2/24/2020 7:03 AM T" , ►` City of Miami-Beach Bid 2020-050-DF IN WITNESS WHEREOF, the said Principal and the said Surety have duly executed this bond the 20th day of March ,2020 . ATTEST: PRINCIPA/ Joh,,a�� Co :truction Inc. (Co .0 i N.° e) At ed,r.// 9 ilir Signatur: „ 1fiff Aw 04rte t N _ O51Afir Moi Print Name n Print Name(Principal) VRc't P+ti:dpi-r" fast Title Title COUNTER GNED BY RESIDENT F RIDA SURETY: AGENCF RETY: Frankenmuth Mutual Insurance Company Signature (Surety Name) Warren M. Alter Warren M. Alter, Attorney-in-Fact Print Name Attornein-F (Print Name) Signature (CORPORATE SEAL) (Power of Attorney must be attached.) p.35 2/24/2020 7:03 AM . . _. _.. .._.-. — 1 i 1 . • - FLORIDA DEPARTMENT OF FINANCIAL SERVICES WARR/7E AT MITCHELL ALTER ! . _ •... 1 License Number . A004/. 8..! i . 1 Resit:len( hist]rnitce. License Issue Dare WARREN MITCHELL ALTER *if.. i 0 - 1..tFE 04/0311 9S9 i .02::::0- GENERAL LINES (PROP &I CAS) --,t,it,ei,...i -.,,i.e.,1,...., • tqik.;?"";t -Ti-A ;;; . A004782 067.27/1929 0111:=-','3'‘,4ig,' kii iriillit-:;•L',• :iff'n:-.,fli:.e..i. LIFE:& IAEA LTI-I Life,Variable Arruity&Health 04/0311989 LI'f i ,:',4 i•;R ' , Zt":',", e&Heatth Gen. Lines (Prop. &Cas. Ire ) T'4,1V,I' * 4,171 ;;. .,,,.. /S9JED;04/09/92 .------ 746 89 1 L) 6voi.., Ojur— i - 1 , ,,: Nutt:. To validate the.t,cctiracy of this license you may review the individual or business entity's license record i under"Liccn,tee Search"on the FL Dept of Financial Services website at I lutp://e.tww.nlynoridaclo.comkeentsi /.-iii?!. ----- 2--- Jeff Ahrywer chicr 1 in uric 1 ai Officer ! 1 Stale oirloricla i I i I , 1 i__-., • — - " .„, FRANKENMUTH MUTUAL INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,that Frankenmuth Mutual Insurance Company (the"Company"),a corporation duly organized and existing under the laws of the State of Michigan,having its principal office at I Mutual Avenue,Frankenmuth, Michigan 43787,does hereby nominate,constitute and appoint: Warren M.Alter, Jonathan A. Bursevich, David.'T:Settle, Dawn Auspitz . . Their true and lawful attomey(s)-in-fact,each in their separate capacity if more than one is named above,to make,execute,seal, acknowledge and deliver any and all bonds,contracts and undertakings of suretyship,with the exception of Financial Guaranty Insurance,provided,however,that the penal sum of any one such instrument shall not exceed the sum of: Fifty Million and 00/100 Dollars(S50,000,000) This Power of Attorney is granted pursuant to the following Resolution duly adopted at a meeting of the Board of Directors of Frankenmuth Mutual Insurance Company: . "RESOLVED,that the President,Senior Vice President or Vice President and each of them under their respective designations, hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature,which may be attested or acknowledged by any officer of the Company,qualifying the attomey(s) named in the given power of attorney,to execute on behalf of,and acknowledge,as the act and deed of Frankenmuth .- Mutual Insurance Company on all bonds, contracts and undertakings of suretyship,and;tor affix the corporate seal thereto." ` IN WITNESS WHEREOF,the Company hascaused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this IOth day of September,2018. Frankenmuth Mutual.lnsurance Company. _ (Seal Y , Frederick A.Edmond,Jr., President and Chief Operating Officer --ST-ATE OF MIGli-IIGAN ,' COtii`iTY'OF SAGINAWY_:) ss:- Sworn to before me,a Notary Public in the State of Michigan,by Frederick A.Edmond,Jr.,to,me personally known to be the individual and = officer described°in,and who executed the preceding instrument;deposed and said•the Corporate Seal and his signature Ofcerweie affixed and subscribed to said instrument by the authority of the Company. IN TESTIMONY WHEREOF,I have set inihand;'and affixed my Official Seal this 10th day of September,2018.:" • (1/--da.../ . (Seal) . Dianne I1.Vass;Notary Public Saginaw County,State of_Michigan = My.Commission.Expires July23,2024 I,the undersigned,Vice President of Frankenmuth Mutual Insurance Company,do hereby certify that the foregoing,is a true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has ,not'been revoked or rescinded and j is in:full force and effect as of this date. , -._ 'INVITNESS WHEREOF,rhave set my hand and affixed the Seal of the Company,this20 day ofMarch 20 20. Andrew H.Knudsen,Vice President • ALL CORRESPONDENCE R'ELAT ED TO BOND YALIDATIQNAND/ORA CLAIM SHOULD BE DIRECTED -1:4 • 470 7'HE DIRECTOR:OFSURETY,70!(IS ROUTE`ONE,SUITE 1, YARMOtJ tH^ME 04040' _ i , ) City of Miami Beach Bid 2020-050-DF APPENDIX I W � �o ` i i a 0" X0 i 0 REQ UWE, FERAL EO RMS (PRE-AWARD WIIH BID SUBMISS[O N) . . 2/24/2020 7:03 AM p.63 i City of Miami Beach Bid 2020-050-DF CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25) and its implementing regulations at 41 CFR Chapter 60.The implementing rules and regulations provide that any bids or prospective contractor, or any of their proposed subcontractors, should state as an initial part of the bid or negotiations of the contract whether he has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the Certification indicates that the apparent successful bidder has not filed a compliance report due under applicable instructions, bidder shall submit a compliance report prior to award. NO CONTRACT SHALL BE AWARDED UNLESS SUCH REPORT IS SUBMITTED. CERTIFICATION BY BIDDER BIDDER'S NAME: John Bell Construction,Inc. ADDRESS: 260 Palermo Ave,Coral Gables,FL 33134 1. Bidder has participated in a previous contract or subcontract supject to the Equal Opportunity Clause. Yes V No 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes No V 3. Bidder has filed all compliance reports due under applicable instructions, including F. 100. Yes No _ I If answer to item 3 is"No", please explain in detail on reverse side of this certification. 2/24/2020 7:03 AM P.64 City of Miami Beach Bid 2020-050-DF BIDDER MUST SUBMIT THIS FORM, FULLY COMPLETED AND EXECUTED, AS PART OF ITS BID SUBMISSION. FAILURE TO DO SO SHALL RENDER THE BID NON-RESPONSIVE. CITY OF MIAMI BEACH SECTION 3 FORM AND INCOME LIMITS Name of Project: Neptune Apartments Exterior Rehabilitation Amount of Contract: $ 456,245.84(including Trench Safety Act&Permit Allowance by City) Prime Contractor: John Bell Construction,Inc. Address: 260 Palermo Ave, Coral Gables,FL 33134 Will you hire new employees as a result of this contract? Yes[ ] No [V Background: Section 3 of the Housing and Community Development Act of 1968, as amended, requires that when employment or contract opportunities are generated because of a project or activity undertaken by a recipient or HUD financial assistance necessitates the employment of additional personnel through individual hiring or the awarding of contracts for the work, the recipient must give preference in hiring low and very low-income persons. Section 3 requires that recipients not only include low and very low-income persons in their recruitment and solicitation efforts, but that, in fact, extra or greater efforts be undertaken to make these persons aware of the existence of economic opportunities, encourage their application for these opportunities, and facilitate the employment or, or award of contract to these persons. A Section 3 resident is defined as: • A public housing resident: or • An individual who resides in the metropolitan county in which the Section 3 covered assistance is expended and who is: (1) a low-income person; or (ii) a very low-income person Check all that apply(you must check at least one(1) of the following): Refer to the Income Limits Chart for Miami-Dade County below to determine if your total household income is at or below the low-income limit depending upon the total number of persons residing in the household. ® Your business is at least 51% or more owned by Section 3 residents. ® At least 30% of your permanent, full-time workforce employees are comprises of current Section 3 residents. [� At least 30% of your permanent, full-time workforce employees who within the 3 years of employment with your business were Section 3 residents. 2/24/2020 7:03 AM p.65 .S 4' City of Miami Beach Bid 2020-050-DF p1 Your business will provide evidence of a commitment to subcontract in excess of 10% of the dollar award of all subcontractors for building trades to be awarded to businesses which meet the above qualifications. ® My business does not meet any of the above qualifications and I cannot commit to subcontract in excess of 10% of the dollar award of all subcontractors for building trades to be awarded to businesses which do meet the above qualifications. CHECKING THIS BOX SHALL DEEM THE BIDDER NON-RESPONSIVE. 2019 Income Category for Miami Dade County Median FamUy FY p19 r come LGnitArea iJncom� yEY 201XT8Ca � Pelsons°in Fam1i� IimCacegor "; vec f'wt(5O% Income omits 29.680. 33.900 38;150. 42,350 45.750:49.150 51;550 55.950 ExpionoSan Miaini-f4ianii Beach._ Exteem01y,'isa,ir Kendall,EC ova Metro, 554,900 ' 01cOMe Emits( } •1.7,800 20,950 22,900; 25,750 30.170 34,590 39,010 43.430 EMR,Air Evienticors tar/ $ate:41;pom units.{5i 47,458 54.200 61.000 67,750 73.200 75.600 $4.090 89.450 2/24/2020 7:03 AM p.66 M_ t City of Miami Beach Bid 2020-050-DF BIDDER MUST SUBMIT THIS FORM, FULLY COMPLETED AND EXECUTED, AS PART OF ITS BID SUBMISSION. FAILURE TO DO SO SHALL RENDER THE BID NON-RESPONSIVE. BIDDER'S INITIAL SECTION 3 GOALS 1. The Bidder agrees to comply with Section 3 of the Housing and Urban Development Act of 1968. 2. The Bidder estimates that there will be 0 new employees hired during the performance of this contract. Furthermore, should this contract be let to the Bidder, the Bidder agrees to delineate work force needs (skilled, semi-skilled, unskilled, labor and trainees) by category. 3. Of these new employees, the Bidder plans to hire at least 0 % (percent) from the Section 3 Covered Area(Miami-Dade County). THE MINIMUM NUMERICAL GOAL FOR EMPLOYMENT OF SECTION 3 RESIDENTS IS THIRTY (30) PERCENT OF THE AGGREGATE NUMBER OF NEW HIRES ANNUALLY. PLEASE NOTE THAT ANSWERING ZERO (0) PERCENT TO THIS QUESTION NO. 3 SHALL DEEM THE BIDDER NON-RESPONSIVE. I, Oscar Morejon (please print), as an Authorized Officer of the Bidder,do hereby acknowledge that we are aware of the requirements under Section 3 of the Housing and Urban Development Act of 1968 and will abide by them. We further agree to abide by this Affirmative Action Plan to the greatest extent feasible and realize that should we be awarded the contract, the Office of Housing and Community Services will monitor the project to assure compliance with this plan. Company Name: John Bell Construction,Inc. Company Address: 260 Palermo Ave,Coral Gables,FL 33134 81-1551021 Employer Federal ID# Oscar Morejon Printed Name re 03/20/20 Date 2/24/2020 7:03 AM p.67 cj City of Miami Beach Bid 2020-050-DF SECTION 3 UNAVAILABILITY CERTIFICATION I Oscar Morejon President (Title) Of John Bell Construction,Inc. (Prime Contractor) Certify that the undersigned does not have any entry-level jobs available. However,should such jobs become available during the project period, the undersigned agrees to accept referrals from CareerSource/referral agency to interview these referrals for the available positions. (If incorporated sign here) ATTEST "o-hn (1. i I rmativu of,On, .141r. CONTRACTOR � I By Os'c A-a,, �l►e 'Uri I macre ( ORPORATE.SEAL) (If not incorporated sign here) WITNESSES: CONTRACTOR By (1) 2/24/2020 7:03 AM p.68 ATTACHMENT D TAB INSURANCE RQUIREMENTS TYPE 8 — CONSTRUCTION -SMALL (INSTALLATION FLOATER) INSURANCE REQUIREMENTS The vendor shall maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products, and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence, and $2,000,000 general aggregate. C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non-owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. 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. E. Installation Floater Insurance against damage or destruction of the materials or equipment in transit to, or stored on or off the Project Site, which is to be used (installed into a building or structure) in the Project. (City of Miami Beach shall 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.) Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. 1 Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach do EXIGIS Insurance Compliance Services. Waiver of Subrogation Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers— Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies,including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH do EXIGIS Insurance Compliance Services P.O. Box 4668—ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach(a riskworks.com 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. 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. 2 ATTACHMENT E TAB GENERAL SERVICES TERMS AND CONDITIONS GENERAL CONSTRUCTION TERMS AND CONDITIONS M AM I BEAC SOLICITATION TERMS AND CONDITIONS - SERVICES (October 1, 20191 1.GENERAL DISCLAIMERS. a.The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipient's convenience. Any action taken by the City in response to Bids made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Bids,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City.In its sole discretion,the City may withdraw the solicitation either before or after receiving bids,may accept or reject bids,and may accept bids which deviate from the solicitation,as it deems appropriate and in its best interest.In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Bids in response to this solicitation. b.The information contained herein is provided solely for the convenience of prospective Bidders. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation.Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk.Bidders should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Bid conforming to these requirements will be selected for consideration,negotiation, or approval. c.Bidders are hereby advised that this solicitation is subject to the following ordinances/resolutions,which may be found on the City Of Miami Beach website:https://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ •CONE OF SILENCE—SECTION 2-486 •PROTEST PROCEDURES—CODE SECTION 2-371 •DEBARMENT PROCEEDINGS—SECTIONS 2-397 THROUGH 2-485.3 •LOBBYIST REGISTRATION AND DISCLOSURE OF FEES—SECTIONS 2-481 THROUGH 2-406 •CAMPAIGN CONTRIBUTIONS BY VENDORS—SECTION 2-487 •CAMPAIGN CONTRIBUTIONS —SECTION 2-488 •EQUAL BENEFITS FOR DOMESTIC PARTNERS—SECTION 2-373 •LIVING WAGE REQUIREMENT—SECTIONS 2-407 THROUGH 2-410 •FALSE CLAIMS ORDINANCE—SECTION 70-300 •ACCEPTANCE OF GIFTS,FAVORS&SERVICES—SECTION 2-449 2.PUBLIC ENTITY CRIME.A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a'contract to provide any services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work,may not submit a bid on leases of real property to public entity,may not be awarded or perform work as a contractor,supplier,sub-contractor,or consultant under a contract with a public entity,and may not transact business with any public entity in excess of the threshold amount provided in Sec.287.017,for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 3.COMPLIANCE WITH THE CITY'S LOBBYIST LAWS.This solicitation is subject to,and all bidders are expected to be or become familiar with,all City lobbyist laws.Bidders shall be solely responsible for ensuring that all City lobbyist laws are complied with,and shall be subject to any and all sanctions,as prescribed therein,including,without limitation,disqualification of their responses,in the event of such non-compliance. 4.DEBARMENT ORDINANCE:This solicitation is subject to,and all bidders are expected to be or become familiar with,the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 5.COMPLIANCE WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS.This solicitation is subject to,and all bidders are expected to be or become familiar with,the City's Campaign Finance Reform laws,as codified in Sections 2-487 through 2-490 of the City Code.Bidders shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their responses,in the event of such non-compliance. 6.CODE OF BUSINESS ETHICS.Pursuant to City Resolution No.2000-37379,the bidder shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its response or within five(5)days upon receipt of request.The Code shall,at a minimum, require the bidder,to comply with all applicable governmental rules and regulations including,among others,the conflict of interest,lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 7.AMERICANS WITH DISABILITIES ACT(ADA).Call 305-673-7490 to request material in accessible format;sign language interpreters(five (5)days in advance when possible),or information on access for persons with disabilities.For more information on ADA compliance,please call the Public Works Department,at 305-673-7000,Extension 2984. 8.POSTPONEMENT OF DUE DATE FOR RECEIPT OF BIDS.The City reserves the right to postpone the deadline for submittal of bids and will 1 Solicitation Terms and Conditions—Services(October 1, 2019) M Ni .'\4`. BEACH EACH SOLICITATION TERMS AND CONDITIONS - SERVICES (October 1, 20191 make a reasonable effort to give at least three(3)calendar days written notice of any such postponement to all prospective bidders through BidSync. 9. PROTESTS.Any protest concerning the specifications or award of this solicitation shall be in accordance with City Code Section 2-371. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2.371 shall be barred. 10.JOINT VENTURES I SINGLE PURPOSE ENTITY. Joint Ventures are not allowed.Bids shall be submitted only by the prime contractor.Bids may,however,identify other sub-contractors or sub-consultants to the prime Bidder who may serve as team members. 11.VETERAN BUSINESS ENTERPRISES PREFERENCE.Pursuant to City Code Section 2-374,the City shall give a preference to a responsive and responsible Bidder which is a small business concern owned and controlled by a veteran(s)or which is a service-disabled veteran business enterprise,and which is within five percent(5%)of the lowest responsive,responsible bidder,by providing such bidder an opportunity of providing said contractual services for the lowest responsive bid amount(or in this solicitation, the highest 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 solicitation 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. 12.AGREEMENT BY BIDDERS.Any individual that submits a bid in response to this solicitation agrees that any action taken by the City in response to bids made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Bids,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. The City may,at its sole and absolute discretion,reject any and all,or parts of any and all,responses;re-advertise this solicitation;postpone or cancel, at any time, this solicitation process; or waive any irregularities in this solicitation, or in any responses received as a result of this solicitation. Reasonable efforts will be made to either award the bidder the contract or reject all bids within one-hundred twenty(120)calendar days after Bid opening date.In accordance with Section 47 below,a bidder may withdraw its bid after expiration of one hundred twenty(120)calendar days from the date of bid opening,by delivering written notice of withdrawal to the Procurement Department. 13.COSTS INCURRED BY BIDDERS.All expenses involved with the preparation and submission of Bids,or any work performed in connection therewith,shall be the sole responsibility(and shall be at the sole cost and expense)of the bidder,and shall not be reimbursed by the City. 14.OCCUPATIONAL HEALTH AND SAFETY.The bidder warrants to the City that any work,services,supplies,materials or equipment supplied pursuant to this bid shall conform in all respects to the standards set forth in the Occupational Safety and Health Act of 1970,as amended,and the failure to comply with this condition will be deemed breach of contract.Any fines levied because of inadequacies to comply with this condition shall be borne solely by the bidder. 15.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 16.MISTAKES.Bidders are expected to examine the terms,conditions,specifications,delivery schedules,proposed pricing,and all instructions pertaining to the services relative to this solicitation. Failure to do so will be at the Bidder's risk and may result in the Bid being non-responsive. 17. PAYMENT. Payment will be made by the City after the services have been received, inspected, and found to comply with contract specifications,free of damage or defect,and are properly invoiced. • 18. PATENTS & ROYALTIES. Bidder shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors,and/or agents,from liability of any nature or kind,including cost and expenses for,or on account of,any copyrighted,patented,or unpatented invention,process,or article manufactured or used in the performance of the contract,including its use by the City of Miami Beach, Florida. If the bidder uses any design,device or materials covered by letters,patent,or copyright,it is mutually understood and agreed,without exception,that the Bid prices shall include all royalties or cost arising from the use of such design,device,or materials in any way involved in the work. 19.DEFAULT.Failure or refusal of the successful Bidder to execute a contract following approval of such contract by the City Commission,or untimely withdrawal of a bid response before such award is made and approved,may result in a claim for damages by the City,and may be grounds for removing the Bidder from the City's vendor list. 20.MANNER OF PERFORMANCE. Bidder agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local,State,County,and Federal laws,rules,regulations and codes.Lack of knowledge or ignorance by the bidder with/of applicable 2 I Solicitation Terms and Conditions—Services(October 1, 2019) • SOLICITATION TERMS AND CONDITIONS - SERVICES (October 1, 2019) laws will in no way be a cause for relief from responsibility.Bidder agrees that the work and services provided shall be provided by employees that are educated,trained,experienced,certified,and licensed in all areas encompassed within their designated duties. Bidder agrees to furnish to the City any and all documentation,certification,authorization,license,permit,or registration currently required by applicable laws,rules,and regulations. Bidder further certifies that it and its employees will keep all licenses,permits,registrations,authorizations,or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of bidder to comply with this paragraph shall constitute a material breach of this contract. 21.SPECIAL CONDITIONS.Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 22.NON-DISCRIMINATION.The bidder certifies that it is in compliance with the non-discrimination clause contained in Section 202,Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race,color, religion,sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, bidder shall prohibit discrimination by reason of race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,disability,marital and familial status,age,ancestry,height,weight,domestic partner status,labor organization membership,familial situation,and political affiliation. • 23.DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the Bidder's facility may be made prior to the award of contract. B. Bids will only be consideredfrom firms which are regularly engaged in the business of providing the goods as described in this solicitation. C. Bidders must be able to demonstrate a good record of performance for a reasonable period of time,and have sufficient financial capacity, equipment,and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms"equipment and organization",as used herein shall,be construed to mean a fully-equipped and well-established company in line with the best business practices in the industry,and as determined by the City. E. The City may consider any evidence available regarding the financial,technical,and other qualifications and abilities of a bidder,including past performance(experience),in making an award that is in the best interest of the City. F. The City may require bidder to show proof that it has been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances,the City may also require material information from the source of supply regarding the quality,packaging,and characteristics of the products to be supply to the City. Any material conflicts between information provided by the source of supply and the information contained in the bidder's bid may render the bid non-responsive. G. The City may,during the period that the contract between the City and the successful bidder is in force,review the successful bidder's record of performance to ensure that the bidder is continuing to comply with contractual obligations as prescribed in this bid. Irrespective of the bidder's performance on contracts awarded to it by the City,the City may place said contracts on probationary status and implement termination procedures if the City determines that the successful bidder no longer possesses the financial support, equipment, and organization which would have been necessary during the bid evaluation period in order to comply with the demonstration of competency required under this subsection. 24.ASSIGNMENT.The successful Bidder shall not assign,transfer,convey,sublet or otherwise dispose of the contract,including any or all of its right,title or interest therein,or his/her or its power to execute such contract,to any person,company or corporation,without the prior written consent of the City. 25.LAWS,PERMITS AND REGULATIONS.The bidder shall obtain and pay for all licenses,permits,and inspection fees required to complete the work and shall comply with all applicable laws. 26. OPTIONAL CONTRACT USAGE. When the successful Bidder is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 27.VOLUME OF WORK.To the extent applicable, it is the intent of the City to purchase the services specifically listed in this solicitation. However,the City reserves the right to purchase any services awarded from State or other governmental contracts,or on an as-needed basis through the City's spot market purchase provisions. 28.DISPUTES.In the event of a conflict between the documents,the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation;then B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then C. The solicitation;then D. The bidder's bid in response to the solicitation. In case of any doubt or difference of opinion as to the items and/or services(as the case may be)to be furnished hereunder,the decision of the City shall be final and binding on all parties. 29.INDEMNIFICATION.The Bidder shall indemnify and hold harmless the City and its officers,employees,agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense,which the City or its officers, employees, agents or 3 Solicitation Terms and Conditions—Services(October 1, 2019) AA 1`.?fA BEACH SOLICITATION TERMS AND CONDITIONS - SERVICES (October 1, 2019) instrumentalities may incur as a result of claims,demands,suits,causes of actions or proceedings of any kind or nature arising out of,relating to or resulting from the performance of the agreement by the Bidder or its employees,agents,servants,partners,principals or subcontractors. The Bidder shall pay all claims and losses in connection therewith,and shall investigate and defend all claims,suits or actions of any kind or nature in the name of the City,where applicable,including appellate proceedings,and shall pay all costs,judgments,and attorney's fees which may be incurred thereon. The Bidder expressly understands and agrees that any insurance protection required by any agreement with the City or otherwise provided by the Bidder shall in no way limit the responsibility to indemnify,keep and save harmless and defend the City or its officers, employees,agents and instrumentalities as herein provided.The above indemnification provisions shall survive the expiration or termination of this Agreement. 30. FLORIDA PUBLIC RECORDS LAW. Bidders are hereby notified that all bids including, without limitation, any and all information and documentation submitted therewith,are exempt from public records requirements under Section 119.07(1),Florida Statutes,and s.24(a),Art.1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty(30)days after opening of the bids, whichever is earlier.Additionally,Bidder agrees to be in full compliance with Florida Statute 119.0701 including,but not limited to,agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b)provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law;(c)Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law;(d)Meet all requirements for retaining public records and transfer,at no cost,to the public agency all public records in possession of the Bidder upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements.All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 31.OBSERVANCE OF LAWS.Bidders are expected to be familiar with,and comply with,all Federal,State,County,and City laws,ordinances, codes,rules and regulations,and all orders and decrees of bodies or tribunals having jurisdiction or authority which,in any manner,may affect the scope of services and/or project contemplated by this solicitation(including,without limitation,the Americans with Disabilities Act,Title VII of the Civil Rights Act,the EEOC Uniform Guidelines,and all EEO regulations and guidelines).Ignorance of the law(s)on the part of the Bidder will in no way relieve it from responsibility for compliance. 32.CONFLICT OF INTEREST.All bidders must disclose,in their Bid,the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Further,all bidders must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the bidder entity or any of its affiliates. 33.MODIFICATION/WITHDRAWALS OF BIDS.A bidder may submit a modified bid to replace all or any portion of a previously submitted Bid up until the Bid due date and time. Modifications received after the bid due date and time will not be considered.Bids shall be irrevocable until contract award unless withdrawn in writing prior to the bid due date,or after expiration of 120 calendar days from the opening of Bids without a contract award. Letters of withdrawal received after the Bid due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 34.EXCEPTIONS TO SOLICITATION.Bidders are strongly encouraged to thoroughly review the specifications and all conditions set forth in this Bid. Bidders who fail to satisfy the requirements in this Bid,may be deemed non-responsive and receive no further consideration. Should your proposed bid not be able to meet one(1)or more of the requirements set forth in this Bid and you are proposing alternatives and/or exceptions to said requirements,you must notify the Procurement Office,in writing,at least five(5)days prior to the deadline for submission of bids. The City reserves the right to revise the scope of services via Addendum prior to the deadline for receipt of bids. • 35.ACCEPTANCE OF GIFTS,FAVORS,SERVICES. Bidders shall not offer any gratuities,favors,or anything of monetary value to any official, employee,or agent of the City,for the purpose of influencing consideration of this Bid. Pursuant to Sec.2-449 of the City Code,no officer or employee of the City shall accept any gift,favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 36.SUPPLEMENTAL INFORMATION.City reserves the right to request supplemental information from bidders at any time during the solicitation process,unless otherwise noted herein. Balance of Page Intentionally Left Blank 4 )Solicitation Terms and Conditions—Services(October 1, 2019) AA AM I BEACH GENERAL CONDITIONS FOR CONSTRUCTION CONTRACTS (June 12, 2019) ARTICLE 1. DEFINITIONS AND INTERPRETATION OF CONTRACT DOCUMENTS. 1.1. Definitions. The definitions included in this Section are not exhaustive of all definitions used in the Contract Documents. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein, as follows: "Applicable Laws" means all laws, codes (including, but not limited to, building codes), ordinances, rules regulations,lawful orders and decrees of governmental authorities having jurisdiction over the Project,Project Site, or the Parties. "Application for Payment" means the detailed itemized documentation, including all supporting documentation, in a form and substance satisfactory to the City, submitted by the Contractor on a monthly basis in order to obtain the City's approval for payment for Work performed pursuant to the Contract Documents. "Bid" means an offer or proposal submitted by a bidder in response to this ITB. The terms "Bid" and "Bid Submittal" are used interchangeably. "Bidder" means any individual or firm submitting a Bid for this Project. "Change Order" means a written document ordering a change in the Contract Price and/or Contract Time or a material change in the Work(as defined herein). A Change Order must comply with the requirements of the Contract Documents. "CIP InspectorlPWD Field Observer" means a City employee charged with observing and documenting,for internal City purposes only,general observations and conditions of the Project including,without limitation,the weather conditions, the number of workers present at the time of observation, general type.of work being performed and taking photographs regarding same. Contractor expressly waives any right to assert as a defense to any claim regarding the Project including, without limitation, any dispute between the City and Contractor, and Contractor and any third party, the presence or purported approval or consent of any CIP Inspector or other City employee conducting any field observations during the Project. The Contractor expressly acknowledges that the purpose of such City employee is to observe and document for internal purposes only general observations and conditions of the Project, and in no way is intended to, nor shall be treated as, a person with authority to approve or reject the Work on behalf of the City or any other entity, or to direct the Contractor's Work in any way. Contractor expressly agrees to waive the presence of such CIP Inspector or other City employee performing field observations as a defense to any Claims involving the Project. "City" means the City of Miami Beach, a Florida municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits,or other applicable permits within its jurisdiction,the exercise of such regulatory authority 1 I General Conditions for Construction Contracts(June 12, 20191 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. "City Commission" means the governing and legislative body of the City. "City Manager" means the Chief Administrative Officer of the City. The City Manager shall be construed to include the Contract Administrator and any duly authorized representatives of the City as the City Manager may designate in writing at any time with respect to any specific matter(s)concerning the Project and/or the Contract Documents (exclusive of those authorizations reserved to the City Commission or regulatory or administrative bodies having jurisdiction over any matter(s) related to the Project and/or the Contract Documents). "Claim" means a demand or assertion by one of the parties seeking, as a matter of right, adjustment or interpretation of the Contract Documents, payment of money,extension of time or other relief with respect to the Contract Documents or Project. The term "Claim" also includes other disputes and matters in question between the City and Contractor arising out of or relating to the Contract Documents. Claims must be initiated by written notice in strict accordance with the Contract Documents. The responsibility for substantiating Claims shall rest with the Party making the Claim. All Claims submitted by Contractor must comply with the requirements of the City's False Claims Ordinance, as set forth in Sections 70-300 et seq., of the City Code, or shall be forfeited in accordance with the terms of the False Claims Ordinance and conclusively waived and released. "Consultant" means the firm named in the Invitation to Bid Summary as the"Consultant,"that has entered into a separate agreement with the City to perform architectural,engineering,or other design and construction administration services for the Project, and who will serve as the "architect of record" and/or "engineer of record"for the Project. Wherever the word "Architect" or"Engineer" or"Consultant" appears in the Contract Documents, it shall be deemed to refer to the Consultant and/or the design professionals engaged by the Consultant. All communications, directives, instructions, interpretations and actions required of Consultant shall be issued or taken only by or through Consultant's authorized representative(s). "Construction Superintendent" means the individual who is a representative of the Contractor, and who shall be responsible for continuous field supervision, coordination, and completion of the Work,and who shall maintain a full-time on-site, physical presence at the Project Site and satisfy the obligations of Construction Superintendent as provided in the Contract Documents. "Contract" means the written agreement between the City and the Contractor for the performance of the Work in accordance with the requirements of the Contract Documents, and for the payment of the agreed consideration. "Contract Administrator" means 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 initial Contract Administrator for the Project is named in the Invitation to Bid Summary. "Contract Documents" means all of the documents setting forth bidding information, requirements and contractual obligations for the Project, including this ITB, Contractor's Bid in response thereto, the Contract, and the Plans and Specifications, together with all addenda to any of the foregoing, Change Orders, Work Orders, Field Orders, schedules and shop drawings, and all other documents required by the ITB for the completion of the Project. 2 I General Conditions for Construction Contracts(June 12, 2019) "Contract Price" means the amount established in the Contract Documents as the total amount the City is obligated to pay for full and complete performance of all of the Work required by the Contract Documents (including, but not limited to, all labor, equipment and materials to administer, coordinate, provide related certifications, install and otherwise construct and complete the Project within the Contract Time),and as may be amended by Change Order. "Contract Time"means the number of days allowed for completion of all Work, as stipulated in the Contract Documents, and as may be amended by Change Order. "Contractor" means the individual or firm whose Bid is accepted and who enters into the Contract with the City to construct the Project pursuant to the Contract Documents and who is liable for the acceptable performance of the Work and payment of all debts pertaining to the Work. "Days" means all references to numbers of days in the Contract Documents, shall be construed to mean calendar days, unless specifically noted otherwise. The term "business days" means a day other than a Saturday, Sunday, Federal holiday or any day on which the principal commercial banks located in Miami- Dade County, Florida are not open for business during normal hours. "Field Order" or "Field Directive" means a written order which further describes details or provides interpretations necessary to complete the Work of the Contract Documents but which does not involve a change in the Contract Price or Contract Time. "Final Completion"means the date upon which all conditions and requirements of the Contract Documents, permits and regulatory agencies have been satisfied; any documents required by the Contract Documents have been received by the City; any other documents required to be provided have been received by City; and the Work has been fully completed in accordance with the Contract Documents. "Notice(s)to Proceed"or"NTP" means a written letter or directive issued by the Contract Administrator to Contractor to commence and proceed with portions of the Work as specified therein or a specific task of the Project,and stating any further limitations on the extent to which Contractor may commence and proceed with the Work. Unless otherwise approved by the City at its sole discretion, City's issuance of a Notice to Proceed for construction or portions thereof shall be contingent upon Contractor obtaining all appropriate permits and satisfying all requirements of agencies having jurisdiction. However,the City is not obligated to immediately issue NTP on the date Contractor obtains all requisite permits and/or satisfies the specified conditions precedent for issuance of NTP. The date of issuance of NTP shall be determined at the City's sole discretion once Contractor has obtained all required permits and otherwise satisfied all conditions precedent to issuance of NTP. "Owner's Contingency" means that separate fund which is available for City's use at its sole discretion to defray additional expenses relative to the design and construction of the Project, as well as additional expenses expressly chargeable to the City or otherwise deemed the responsibility of the City pursuant to the Contract Documents. The City retains exclusive use and control of the Owner's Contingency. The Contractor has no right or entitlement whatsoever to the Owner's Contingency, and use of such funds are subject to the Contract Administrator's or City Manager's prior written approval and issuance of a Change Order by the City at its sole and absolute discretion. Any unused City Contingency remaining at the completion of the Project shall accrue solely to the City. 3 I General Conditions for Construction Contracts(June 12, 2019) "Parties" means City and Contractor, and "Party" is a reference to either City or Contractor, as the context may indicate or require. "Plans" means the drawings or reproductions thereof prepared by the Consultant,which show the location, character, dimensions and details of the Work to be done, and which are a part of the Contract Documents. "Project" means the improvements described in the Contract Documents and all Work that is contemplated thereby or reasonably inferable therefrom. "Project Initiation Date" means the date upon which the Contract Time commences. "Project Manager" means the authorized individual which is the representative of Contractor and who will administer and manage the prosecution of all Work on behalf of the Contractor. "Punch List" means the list or lists prepared by Contractor, incorporating input provided by the City or Consultant, identifying matters that remain to be completed to achieve Substantial Completion and to be completed between achievement of Substantial Completion and Final Completion in order that Final Completion can be declared by City to have occurred. "Purchase Order" means the written document issued by the City to the Contractor indicating types, quantities, and/or agreed prices for products or services to be provided to the City. "Responsible Bidder" means 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, including, without limitation,the factors identified in Section 2-369 of the City Code. "Responsive Bidder" means 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. "Schedule of Values" means a written schedule setting forth the detailed and itemized cost breakdown, inclusive of labor, material, and taxes of all elements comprising the Contract Price. "Specifications" means the general term comprising all of the written directions, provisions and requirements contained in the Contract Documents, as amended, describing the work required to be performed, including detailed technical requirements as to labor, materials, supplies, equipment and standards to which such work is to be performed. "Subcontractor" means any person or entity supplying the Contractor with labor, materials, supplies or equipment used directly or indirectly by the Contractor in the prosecution of the Work. "Substantial Completion" means the date when the Work, as certified in writing by the Consultant, and determined by the City in its sole discretion, has been developed, designed, engineered and constructed in accordance with the Contract Documents such that all conditions of permits and regulatory agencies have been satisfied and the Project is ready for occupancy, utilization and continuous commercial operation for the uses and purposes intended by the City, without material interference from incomplete or improperly completed Work and with only minor punch list items remaining to be completed, all as reasonably determined by the City and evidenced by (1) the issuance of a Certificate of Occupancy or Certificate of 4 I General Conditions for Construction Contracts(June 12, 2019) Completion by the authority having jurisdiction; (2) the issuance of a Certificate of Substantial Completion by the Consultant; and (3)acceptance of such Certificate of Substantial Completion by the City pursuant to the Contract Documents. "Surety" means the surety company or individual which is bound by the bid bond, or by the performance bond or 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. "Work" means all construction and services required by or reasonably inferable from the Contract Documents for the completion of the Project, including the provision of all labor, materials, equipment, supplies, tools, machinery, utilities, procurement, fabrication, transportation, construction, erection, demolition, installation, insurance, bonds, permits and conditions thereof, building code changes and governmental approvals,testing and inspection services,quality assurance and/or quality control inspections and related certifications, training, surveys, studies, supervision, and administration services to be provided by the Contractor, and other items, work and services that are necessary or appropriate for the total construction, installation, furnishing, equipping, and functioning of the completed Project, together with all additional, collateral and incidental items, work and services required to achieve Final Completion in accordance with the Contract Documents. 1.2. Interpretation of the Contract Documents. 1.2.1. As used in the Contract Documents, (i)the singular shall include the plural, and the masculine shall include the feminine and neutral, as the context requires; (ii) "includes" or"including" shall mean "including, but not limited to" and "including, without limitation;" and (iii) all definitions of agreements shall include all amendments thereto in effect from time to time. 1.2.2. Whenever it shall be provided in the Contract Documents that the Contractor is required to perform a service or obligation"at its sole cost and expense"or words of substantially similar meaning,the Contractor shall not be entitled to reimbursement for such item and the cost of such service or obligation shall not be included in any Application for Payment. 1.2.3. Contract Documents shall be construed in a harmonious manner, whenever possible. The general intent of the Contract Documents is to include all items necessary for the proper execution and completion of the Project by the Contractor. 1.2.4. The Contract Documents shall be taken as a whole and are complementary, and any item of Work called for in any Contract Document shall be as binding as if called for by all, so that any part of the Work shown or described in any of the Contract Documents, though not specifically referred to in other Contract Documents, shall be executed by Contractor and binding as a part of the Contract Documents, as well as any Work which, in the sole opinion of City, may be fairly inferred from the Contract Documents or by normal industry practice. 1.2.5. Detailed plans shall take precedence over general plans for the same part of the Work.Specifications and detailed plans which may be prepared or approved by City after the execution of the Contract and which may be fairly inferred from the original specifications and plans are to be deemed a part of such specifications and plans, and that portion of the Work shown thereby shall be performed without any change in the Contract Price or Project Schedule. With respect to conflicts between large-scale drawings and small-scale drawings, the larger scale drawing shall govern, unless otherwise dictated by Consultant. 5 I General Conditions for Construction Contracts uune 12, 2019) 1.2.6. Where compliance with two or more requirements is indicated in any of the enumerated Contract Documents and where these requirements within the Contract Documents conflict in quantity or quality, the Contractor shall comply with the most stringent requirement as determined by the City, unless specifically indicated otherwise in the Contract Documents. 1.2.7. As used in the Contract Documents, unless specifically indicated otherwise, references to an Article include all Sections,Subsections,and items within that Article;references to a Section include all Subsections and items within that Section; and references to a Subsection include all items within that Subsection. 1.2.8. Words which have a well-known technical or trade meaning are used herein in accordance with such recognized or well-known meaning, unless the Contract Documents otherwise specifically define such word. 1.2.9. The Recitals,Appendices,Exhibits and Schedules attached hereto are expressly incorporated in and made a part of the Contract Documents as if fully set forth herein. ARTICLE 2. INTENTION AND PRIORITY OF CONTRACT DOCUMENTS. 2.1. 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. City shall have no duties other than those duties and obligations expressly set forth within the Contract Documents. 2.2. Priority of Contract Documents. In the event of conflict or inconsistency among the Contract Documents, the following order of precedence shall govern the interpretation of the Contract Documents: a. Change Orders or Amendments to this Contract(excluding the Plans and Specifications); b. The Contract Documents(excluding the Plans and Specifications); c. Modifications or changes to the completed Plans and Specifications, as approved by the City; d. The completed Plans and Specifications, as approved by the City; and e. The ITB. In the event of any conflict between the General Terms and Conditions of the ITB (as may be amended by Change Order), and the Specifications, the provisions of the General Terms and Conditions, as amended, shall take precedence and control. Contractor shall be furnished two (2) copies, free of charge, of the Contract Documents; which shall be preserved and always kept accessible to the City, the Consultant, and their respective authorized representatives. Additional copies of the Contract Documents may be obtained from City at the cost of reproduction. ARTICLE 3. CONTRACTOR'S DUTIES AND RESPONSIBILITIES. 6 I General Conditions for Construction Contracts(June 12, 2019) 3.1. Performance of the Work. The Contractor covenants and warrants that it shall be responsible for performing and completing, and for causing all Subcontractors to perform and complete, the Work in accordance with the Contract Documents and all Applicable Laws relating to the Project. Accordingly, Contractor shall furnish all of the labor, materials, equipment services and incidentals necessary to perform all of the Work described in the Contract Documents,and all Work that is contemplated thereby or reasonably inferable therefrom. As part thereof, Contractor shall achieve Substantial Completion within the time period specified in the Invitation to Bid Summary for Substantial Completion, as such date may be extended pursuant to the terms of the Contract Documents, and shall achieve Final Completion of the Project by the date established in the Contract Documents for Final Completion, as such date may be extended pursuant to the terms of the Contract Documents. Unless otherwise provided in the Contract Documents,or as agreed to in writing between City and Contractor, the form and content of all reports, forms and regular submittals by Contractor to City shall be subject to prior approval of the City,and Contractor shall submit such materials to the City for City's approval prior to implementation. City's approval thereof shall not limit City's right to thereafter require reasonable changes or additions to approved systems, reports, forms and regular submittals by Contractor to City. 3.2. Standard of Care. The Work shall be performed in accordance with the professional standards applicable to projects, buildings, or work of complexity, quality and scope comparable to the Work and the Project. More specifically, in the performance of the professional services under this Contract, Contractor shall provide the care and skill ordinarily used by members of its profession practicing under similar conditions for projects of similar type, size and complexity at the same time and locality of the Project. Work shall be performed by the Contractor, Subcontractors, and specific personnel referred to in the in the Contract Documents in accordance with their respective degrees of participation provided and represented to the City by the Contractor from time to time. The Contractor may add Subcontractors as it deems necessary or appropriate in order to carry out its obligations under the Contract Documents, provided such entity shall be suitably qualified and shall be subject to the prior approval of the City. Nothing contained in the Contract Documents shall be construed to create any obligation or contractual liability running from the City to any such persons or entities, including to any Subcontractors. 3.3. Notices to Proceed. Contractor shall be instructed to commence the Work by written instructions in the form of a Purchase Order issued by the City's Procurement Department and a Notice to Proceed issued by the Contract Administrator.At least 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 not limited to, Payment Bond, Performance Bond,and Insurance Certificate(s), and after execution of the Contract by both parties. 3.4. Conditions Precedent to Notice to Proceed for Construction of the Work. The following are conditions precedent to the issuance of a Notice to Proceed to authorize Contractor to mobilize on the Project Site and commence with physical construction of the Work (typically,the second NTP fora Project): (1) the receipt of all necessary permits by Contractor; (2)City's acceptance of the Contractor's full progress schedule in accordance with the Contract Documents, Contractor's submittal schedule, Contractor's Schedule of Values, and list of Subcontractors; (3) Contractor's Hurricane Preparedness Plan; and (4) Contractor's submission to the City and Consultant of any other documents required by the Contractor Documents. The Contractor shall submit all necessary documents required for issuance of the Notice to Proceed with construction of the Work within twenty-one(21)calendar days of the issuance of the first Notice to Proceed. 7 I General Conditions for Construction Contracts(June 12, 20191 3.5. 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 or City, Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. This warranty is not limited by any other provision of the Contract Documents. 3.6. Personnel Requirements. 3.6.1. The orders of City are to be given through Consultant or the Contract Administrator, 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 Construction Superintendent and any necessary assistants, all satisfactory to City. The Construction Superintendent shall not be changed except with the written consent of City,unless the Construction Superintendent proves to be unsatisfactory to Contractor and ceases to be in its employ. The Construction Superintendent shall represent Contractor and all directions given to the Construction Superintendent shall be'as binding as if given to Contractor and will be confirmed in writing by City upon the written request of Contractor. Contractor shall give efficient supervision to the Work, using its best skill and attention. 3.6.2. The Construction Superintendent shall beresponsible for management of the Project Site and tasks, including, but not limited.to, organization and coordination of the Work of Subcontractor employees; exercising control over rate of.construction progress to assure completion of the Project within the Project Schedule; inspecting or observing the Work to enforce conformity to the Contract Documents and supervising trades, subcontractors,, clerical staff, and other personnel employed in the construction of the Project. On a daily basis,Contractor's Construction 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 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. 3.6.3. 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 critical path activity or Work for the next two weeks. The Consultant shall publish, keep, and distribute minutes and any comments thereto of each such meeting. 3.6.4. 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 Contract Documents,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. 3.6.5. 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. 8 I General Conditions for Construction Contracts(June 12, 20191 3.6.6. The Construction 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. 3.7. Subcontracts. 3.7.1. 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. 3.7.2. 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. 3.7.3. Contractor agrees to bind specifically every subcontractor to the terms and conditions of the Contract Documents for the benefit of City. All of the Contractor's agreements with the Subcontractors shall contain the following provisions (or shall incorporate the following provisions by reference) and shall state: a. that the Subcontractor irrevocably submits itself to the original and exclusive jurisdiction and venue in Miami-Dade County, Florida, with regard to any controversy in any way relating to the award, execution or performance of the Contract Documents and/or such Subcontractor's agreement, and whereby the Subcontractor agrees that service of process on it may be made to the person or entity designated in the Subcontract; b. that the City shall not be in privity of contract with the Subcontractor and shall not be liable to any Subcontractor under the Contract Documents or any such subcontract, except for the payments of amounts due to the Subcontractor under its subcontract in the event that the City exercises its rights under any assignment of the subcontract and requests or directs the Subcontractor to perform the portion of the Work covered by its subcontract; c. that the City is a third-party beneficiary of the Subcontract, entitled to enforce any rights thereunder for their respective benefits, and that, subject to the terms of the applicable Subcontract,the City shall have the same rights and remedies vis-a-vis such Subcontractors that Contractor shall have, including the right to be compensated for any loss, expense or damage of any nature whatsoever incurred by the City resulting from any breach of such Subcontract by Subcontractor, any breach of representations and warranties,if any,implied or expressed,arising out of such agreements and any error,omission or negligence of such Subcontractor in the performance of any of its obligations under such Subcontract; d. that the Subcontractor shall indemnify and hold harmless the City, its officers, agents, directors,and employees,and instrumentalities to the fullest extent permitted by Section 725.06 of the Florida Statutes; e. that such subcontract shall be terminable for default or convenience upon ten(10)days prior written notice by Contractor, or, if the Subcontract has been assigned to the City, by the City or its designee; 9 I General Conditions for Construction Contracts(June 12, 2019( f. that Subcontractor shall promptly notify the City(with a copy to Contractor)of any default of Contractor under the Subcontract,whether as to payment or otherwise; g. that Contractor and Subcontractor acknowledge that(i)they are each entering into a contract for the construction of a public facility or public works project as contemplated in Chapter 255, Florida Statutes, and (ii) each have no right to file a construction lien against the Work or the Project, and further agree to include a similar requirement in any purchase order or subcontract entered into by Subcontractor; and (iii) the payment bond provided by Contractor pursuant to this Agreement is a substitute for the right to claim a lien on the Project,and that any claims for nonpayment shall be made against the bond in accordance with Section 255.05, Florida Statutes. h. that Subcontractor shall comply with all Applicable Laws(including prompt payment)and the City requirements as set forth in the Contract Documents and maintain all files, records, accounts of expenditures for Subcontractor's portion of the Work to the standards set forth in the Contract Documents. that the City may, at reasonable times, contact Subcontractor, after notice to Contractor, to discuss, or obtain a written report of, Subcontractor's services, with Contractor entitled to be present during any such discussions; provided that in no event, prior to any assignment of the Subcontract to the City, shall Subcontractor take instructions directly from the City; j. that Subcontractor promptly disclose to the City and Contractor any defect, omission, error or deficiency in the Contract Documents or the Work about which it has knowledge no later than ten (10) days following discovery of such defect, omission, error or deficiency; k. that Subcontractor assign all warranties directly to the City, that the Contract Documents provide a limitation of remedies and NO DAMAGES FOR DELAY as delineated in Article 10 hereof; m. that in the event of a change in the Work the Subcontractor's Claim for adjustments in the subcontract price shall be limited exclusively to its actual costs for such changes, plus no more than the overhead and profit fees/markups and bond costs to be established as part of the GMP Amendment. n. Each subcontract shall require the Subcontractor to expressly agree that the foregoing constitutes the sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the subcontract price, damages, losses or additional compensation. 0. Each subcontract shall require that any claims by Subcontractor for delay or additional cost mustbe submitted to Contractor within the time and in the manner in which the Contractor must submit Claims to the City, and that failure to comply with the conditions for giving notice and submitting claims shall result in the waiver of such claims in the same manner as provided for in the Contract Documents. 3.7.4. Contractor shall perform the Work with its own forces, in an amount not less than the percentage of the Work specified in the Invitation to Bid Summary. 3.8. Plans and Working Drawings. 3.8.1. 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 10 I General Conditions for Construction Contracts(June 12, 2019) notify Consultant of all errors, omissions and discrepancies found therein within three (3) calendar days of discovery. Contractor shall 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 failed to report it to Consultant, or unless Contractor should have recognized such error, omission or discrepancy upon reasonable investigation. 3.8.2. Supplementary Drawings.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 which may be required, supplementary drawings, with specifications pertaining thereto, will be prepared by Consultant. The supplementary drawings shall be binding upon Contractor and shall be considered as part of the Contract Documents. Where such supplementary drawings require either less or more than the original quantities of work,appropriate adjustments shall be made by Change Order. In case of disagreement between the written and graphic portions of the Contract Documents, the written portion shall govern. 3.8.3. Shop Drawings. 3.8.4.1. 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. 3.8.4.2. 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. Submission of such documents is a condition precedent to the issuance of a Notice to Proceed for construction. 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. 3.8.4.3. After the approval of the list of items required herein, 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. 3.8.4.4. Contractor shall thoroughly review and check the Shop Drawings and each and every copy shall show this approval thereon. 3.8.4.5. 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. 3.8.4.6. 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. 11 I General Conditions for Construction Contracts Uune 12, 2019) 3.8.4.7. 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. 3.8.4.8. 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. 3.8.4.9. 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. 3.8.4.10. Contractor shall keep one set of Shop Drawings marked with Consultant's approval at the job site at all times. 3.8.4. Field Layout of the Work and Record Drawings. The entire responsibility for establishing and maintaining line and grade in the field lies with Contractor. 3.8.5.1. 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 delivered to Consultant prior to Substantial Completion, in accordance with the Contract Documents. 3.8.5.2. 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. 3.8.5.3. 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. 3.8.5. Art in Public Places("AIPP")Coordination.Contractor shall coordinate the implementation of the City's AIPP commissions and installations for the Project, if any, with all such coordination Work covered within the Contract Price, provided, however, that the City shall separately fund the commissioning and installations of all AIPP artworks. 3.8.6. City's Participation. THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE ANDIOR PERFORM IN ANY WAY THE CONTRACTOR'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONTRACTOR SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONTRACTOR'S OBLIGATIONS, A WAIVER OF CONTRACTOR'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONTRACTOR OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONTRACTOR'S OBLIGATIONS SHALL NOT 12 I General Conditions for Construction Contracts(June 12, 2019) PRECLUDE THE CITY FROM DECLARING CONTRACTOR IN DEFAULT FOR CONTRACTOR'S FAILURE TO PERFORM SUCH OBLIGATION,NOR SHALL IT LIMIT,IN ANY WAY,THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONTRACTOR EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT ANDIOR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE ANDIOR FACILITATION IN THE.PERFORMANCE OF CONTRACTOR'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION,ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES,OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION ANDIOR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS,THIS SECTION SHALL GOVERN. 3.8.7. City's Information. Except for any tests or studies that the City provides as part of the ITB, any information provided by the City to the.Contractor relating to the Project and/or other conditions affecting the Project Site, is provided only for the convenience of the Contractor and does not relieve the Contractor of the due diligence necessary to independently verify local conditions and Site Conditions.The City makes no representation or warranty as to, and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of any such test, studies or other information and makes no guarantee, either express or implied, that the conditions indicated in such information or independently found by the Contractor as a result of any examination, exploration or testing, are representative of those existing throughout the performance of the Work or the Project Site, and there is no guarantee against unanticipated or undisclosed conditions. ARTICLE 4. CONTRACT PRICE. 4.1. If the Invitation to Bid Summary or any other Contract Documents contemplate unit pricing for the Project or any portion thereof, 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. 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. . 4.2. If the Invitation to Bid Summary or any other Contract Documents contemplate lump sum pricing for the Project, the Contract Price shall be the amount specified in the Contract, consisting of a base bid, and a separate line item 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. 4.3. To the extent the Project includes both unit prices and a lump sum price, then all sections of this Article 4 shall apply to the item of Work in question, as applicable. 4.4. No Compensation.Prior to Notice to Proceed. Prior to the City's issuance of any Notice to Proceed, Contractor shall not incur any cost to be reimbursed as part of the Project, except as the Contract Administrator may authorize in writing. 13 I General Conditions for Construction Contracts(June 12, 2019) 4.5. Owner's Contingency. The Owner's Contingency shall be an amount, determined by the City, which will be available to the City to pay for Project costs which are expressly chargeable to the City or determined to be the City's responsibility under the Contract Documents, including, as it relates to the Contractor,the following increased costs of the Project incurred by Contractor: a. Express written changes in the Work made in the discretion of the City after issuance of a Change Order or Construction Change Directive relating thereto. The decision to make such changes, and to incur the costs that arise there from, shall be in the sole discretion of the City. No costs may be charged to the Owner's Contingency under this subsection without express approval of City. b. Changes to the Work if ordered by agencies having jurisdiction, provided such Work directly results from City's issuance of a Notice to Proceed prior to obtaining full permits thereon; c. In the event of Excusable Delay, reasonable acceleration costs to meet milestones, if approved by the City at its sole and absolute discretion; d. Differing site conditions pursuant to the Contract Documents; e. Post-hurricane or storm-related Construction Change Directives (to address matters that are in addition to, or not covered by,the Contractor's City-approved Hurricane Preparedness Plan required by the Contract Documents); f. Increased Costs of the Work resulting from other actions of the City deemed to be City's responsibility and/or compensable under the Contract Documents. Unless Contractor secures City's written agreement that such costs are City's responsibility, documentation of responsibility for such costs shall be submitted with the Contractor's Claim. When Contractor has reason to anticipate that such costs may be incurred, it shall be the Contractor's responsibility, when feasible, to provide the City with sufficient advance notice, so as to provide the City with a reasonable opportunity to avoid such costs. Such costs shall be deemed the City's responsibility if City subsequently agrees in writing to grant the Claim and accept such responsibility, or if the Claim is granted and responsibility assigned to City pursuant to the dispute resolution process under the Contract Documents and all reviews thereof are exhausted or waived by City. The Contractor has no right or entitlement whatsoever to the Owner's Contingency, and use of such funds are subject to the City's prior written approval and issuance of a Change Order or Construction Change Directive by the City at its sole and absolute discretion. Any unused City Contingency remaining at the completion of the Project shall accrue solely to the City. ARTICLE 5. APPLICATION FOR PAYMENT. 5.1. Applications for Payment for the Work performed by Contractor shall be made monthly based upon the percent completion of the Work for each particular month and in accordance with the Contract Documents. The percent completion shall be based upon the updated and City-approved Project Schedule as required by the Contract Documents 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 or City. Contractor shall include, with each Application for Payment, an updated progress schedule 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 acceptable supporting documentation along with each 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 14 I General Conditions for Construction Contracts(June 12, 2019) 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. 5.2. 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 the Contract Documents. 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.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. 5.3. Notwithstanding any provision hereof to the contrary, the City may withhold payments to the Contractor in the following circumstances: a. correction or re-execution of Work which is defective or has not been performed in accordance with the Contract Documents and which the Contractor has failed to correct in accordance with the terms of the Contract Documents; b. past due payments owed to Subcontractors for which City has not been provided an appropriate release of lien/claim (whether or not the Work in question is the subject of any dispute); c. the City's remedies arising from any failure to perform the Contract Documents' requirements or.uncured Default of this Contract by the Contractor; d. damage to another contractor or third-party (including, without limitation, the property of any resident or business in the area surrounding the Project Site)which has not been remedied or, damage to City property which has not been remedied; e. liquidated damages; . f. failure of Contractor to provide a Recovery Schedule in accordance with the Contract Documents; g. failure of Contractor to provide any and all material documents required by the Contract Documents including, without limitation, the failure to maintain as-built drawings in a current and acceptable state; and h. pending or imminent Claims of the City or others including, without limitation, Claims which are subject to Contractor's indemnity obligation under the Contract Documents, for which the Contractor has not posted bonds or other additional security reasonably satisfactory to the City. 15 I General Conditions for Construction Contracts(June 12, 2019) Except as otherwise specifically provided in the Contract Documents, in no event shall any interest be due and payable by the City to the Contractor or any other party on any of the sums retained by the City pursuant to any of the terms or provisions of any of the Contract Documents. 5.4. No acceptance. No progress payment made by the City to Contractor shall constitute acceptance of any portion of the Work, any goods or materials provided under this Agreement or any portion thereof. No partial or entire use or occupancy of the Project by the City shall constitute an acceptance of any portion of the Work or the complete Project which is not in accordance with the Contract Documents. 5.5. Final Bill of Materials. Upon request by the City, 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. 5.6. 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 the City. 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. 5.7. Form of Application: Projected Payment Schedule. The Contractor shall make each Application for Payment on AIA Form G702 or other form approved by the City, which incorporates the budget and the Schedule of Values. For each line item, the Contractor shall state the approved cost, the cost to date, and the projected total cost, and retainage held (if any), shall state that the projected total cost shall not exceed the approved cost, as adjusted by Change Order. Each Application for Payment shall also state the actual costs incurred by the Contractor for the payment period covered by such Application for Payment. ARTICLE 6. PROJECT SCHEDULE AND CONTRACT TIME. 6.1. Time for Completion. Time is of the essence throughout this Contract.Contractor shall perform the Work so as to achieve Substantial Completion within the number of days specified for Substantial Completion in the Invitation to Bid Summary, and the Project shall be completed and ready for final payment as set forth herein within the number of days specified for Final Completion in the Invitation to Bid Summary, with such Final Completion date calculated from the date certified by Consultant as the date of Substantial Completion. 6.2. Project Schedule; Preliminary Matters. As a condition of issuance of a Notice to Proceed for the construction of the Work(typically, NTP2), Contractor shall submit to Consultant for Consultant's review and acceptance: 6.2.1. 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, in accordance with the Project Scheduling Format required in the Invitation to Bid Summary. (CPM shall be interpreted to be generally as outlined in the Association of General Contractors (AGC) publication, "The Use of CPM in Construction.") 16 I General Conditions for Construction Contracts(lune 12, 2019) 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. 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 and City. Monthly, Contractor shall submit with each Application for Payment 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("Progress Schedule").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. City's acceptance of a Progress Schedule for purposes of City's approval of an Application for Payment shall not constitute or be construed as City's approval of the Progress Schedule itself,or as approval of any change to the Project Schedule. Any changes to the Project Schedule, if agreed to, shall be memorialized in a duly executed Change Order. It is strongly recommended that Contractor or the professional who performs scheduling have a vast knowledge in the use of the required scheduling software specified in the Invitation to Bid Summary to develop and update the project schedule. CONTRACTOR agrees to attend weekly progress meetings and provide an two (2) 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. 6.2.2. A preliminary schedule of Shop Drawing submissions; and 6.2.3. 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. If requested by the City, Contractor shall provide additional breakdowns as to any line item, to show labor, equipment, materials and overhead and profit. 6.2.4. 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,that by facilitating Contractor's efforts to coordinate with such utilities,City is not assuming the obligation to coordinate any necessary relocations and Contractor shall be solely responsible for such coordination. 17 I General Conditions for Construction Contracts(June 12, 2019) 6.2.5. 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. 6.2.6. Within five (5) days from the Project Initiation Date set forth in the Notice to Proceed, a pre- construction meeting 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. 6.3. Recovery Schedule. 6.3.1. If Contractor's Work, or any portion of the Work, becomes more than (30) days behind schedule, if the Work on any critical path item or activity delineated in the Project Schedule is delayed for a period which exceeds 5% of the days remaining until a completion deadline for an item in the Project Schedule,or if the reasonably appears that the Contractor will be unable to meet the deadlines of the Project Schedule,the City may notify Contractor of same, and in such case,the Contractor shall submit a proposed recovery plan to regain lost schedule progress and to achieve any Project milestones, Substantial Completion, and Final Completion in accordance with the Contract Documents ("Recovery Schedule"), after taking into account Excusable Delays (as hereinafter defined) and permitted extensions of the Project for review and acceptance within seven (7)days following notification from the City, so as to ensure Contractor makes up lost time. 6.3.2. City shall notify Contractor within five (5) business days after receipt of each Recovery Schedule, whether the Recovery Schedule is deemed accepted or rejected. Within five (5) business days after City's rejection of any Recovery Schedule, Contractor will resubmit a revised Recovery Schedule incorporating City's comments. If the City accepts Contractor's Recovery Schedule, Contractor shall, within five (5) business days after City's acceptance, incorporate and fully include the Recovery Schedule into the Project Schedule and deliver same to City. 6.3.3. If the Contractor fails to provide an acceptable Recovery Schedule, as determined by City in its sole discretion, that demonstrates Contractor's ability to timely follow the Project Schedule, the City may,without prejudice to any other rights and remedies available to the City hereunder or otherwise,declare an Event of Default or order the Contractor to employ such extraordinary measures, including acceleration of the Work,and other measures, including substantially increasing manpower and/or necessary equipment, as may be necessary to bring the Work into conformity with the Project Schedule. 6.4. Substantial Completion. As a condition of Substantial Completion, all of the following must occur: 18 I General Conditions for Construction Contracts Uune 12, 2019) 6.4.1. All Work affecting the operability of the Project or safety has been completed in accordance with the Contract Documents; 6.4.2. If applicable,all pre-commissioning activities, including alignment, balancing, lubrication and first-fill, have been completed; 6.4.3. The Work may be operated within manufacturers' recommended limits (with all installation instructions, operations and maintenance manuals or instructions for equipment furnished by Contractor, catalogs, product data sheets for all materials furnished by Contractor and similar information provided), in compliance with Applicable Laws, and without damage to the Work or to the Project; 6.4.4. Contractor has corrected all defects,deficiencies and/or discrepancies to the entire Work as identified by the City or the Consultant, and the Consultant confirms such corrections have been made in writing; 6.4.5. The most recent updated set of "as-built" drawings reflecting the progress of the Work through Substantial Completion (in native file format,such as autoCAD); 6.4.6. When Contractor believes it has achieved Substantial Completion, Contractor shall request an inspection by the City and the Consultant, and shall provide the City with evidence supporting its assessment of Substantial Completion, including any specific documents or information requested by the City to assist in its evaluation thereof. Contractor shall,prior to said inspection,develop its preliminary Punch List for input and comment by the City and the Consultant. Once the preliminary Punch List is submitted to the City, the City and its representatives shall then schedule a walk-through of the Project with Contractor and the Consultant. Following the walk-through, Contractor shall develop and provide City with the list of all remaining items of Work to be completed or corrected,and which incorporates items and comments identified or provided by the City and Consultant comments and is certified for completeness and accuracy by the Consultant ("Substantial Completion Punch List"), provided, however, that failure to include any items on such Substantial Completion Punch List does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents; and 6.4.7. Any and all appurtenances, utilities, transportation arteries and any other items required under the Contract Documents and necessary to serve that portion of the Work are sufficiently completed, a temporary certificate of completion or Certificate of Occupancy,as applicable,is issued for the Work for which a Certificate of Substantial Completion is being sought and/or all conditions or requirements of authorities having jurisdiction are complied with,to permit the City to utilize and occupy that portion for its intended use in accordance with the Contract Documents without material interference from any incomplete or improperly completed items of Work; 6.4.8. With respect to any Project for which a right-of-way permit is required from the City's Public Works Department or which includes a final lift of asphalt as part of the Work, in no event shall Substantial Completion occur prior to the final lift of asphalt and acceptance thereof by the agencies having jurisdiction (including, without limitation,the City's Public Works Department). 6.5. Certificate of Substantial Completion. Any determination by the Consultant and the Contractor of Substantial Completion shall not be binding on the City, and the ultimate determination of Substantial Completion shall rest with the City and shall be evidenced by the City's executing and returning to the Contractor its Certificate of Substantial Completion (or Partial Substantial Completion, as applicable). 19 I General Conditions for Construction Contracts(June 12, 20191 6.5.1. When the City,on the basis of an inspection,determines that the Work or designated portion thereof is substantially complete, and when the Contractor has complied with all other conditions precedent to Substantial Completion provided for in the other Contract Documents,the City will then prepare a Certificate of Substantial Completion which shall establish the Substantial Completion Date, shall state the responsibilities of Contractor, if any, for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the Contractor shall complete the items listed in the Substantial Completion Punch List. If the City issues a Certificate of Substantial Completion on the basis of partial completion of the Project, or upon the basis of a partial or temporary certificate of occupancy or certificate of completion, as applicable, City may include such additional conditions, as it deems appropriate to protect its interests pending substantial completion of the entire Project or issuance of a permanent certificate of occupancy or certificate of completion, as applicable. 6.5.2. The City shall not unreasonably withhold or condition acceptance and execution of a Certificate of Substantial Completion (or a Notice of Partial Substantial Completion); provided, however, the Project shall not be deemed Substantially Complete and the City shall not execute a Certificate of Substantial Completion until all of the criteria for achieving Substantial Completion as identified in the Contract Documents have been satisfied,and(2)in the case of a portion of the Project,the conditions set forth this Article 6 relating to Partial Substantial Completion shall have been satisfied. 6.6. Partial Substantial Completion. Partial Substantial Completion of the Work shall occur when the City determines that a portion of the Work, as defined in the Contract Documents and/or otherwise by logical boundaries, is Substantially Complete in accordance with the Contract Documents. The City may(but shall not be obligated to)agree that a portion or component of the Work,acceptable to the City in its sole discretion, may be certified as Substantially Complete provided that: 6.6.1. The requirements provided in this Article 6 for issuance of a Certificate of Substantial Completion are complied with for the portion of the Work for which a Notice of Partial Substantial Completion is being sought; 6.6.2. Such portion and any and all appurtenances, utilities, transportation arteries and any other items required under the Contract Documents and necessary to serve that portion of the Work are sufficiently completed, a temporary certificate of completion or Certificate of Occupancy, as applicable, is issued for the portion of the Work for which a Certificate of Partial Substantial Completion is being sought and/or all conditions or requirements of authorities having jurisdiction are complied with,to permit the City to utilize and occupy that portion for its intended use in accordance with the Contract Documents without material interference from any incomplete or improperly completed items of Work; 6.6.3. The City is fully able to use and occupy the portion of the Work for the purposes intended and the Contractor separates the portion of the Work which is Substantially Complete from non-complete areas of the Project in order to prevent noise, dust and other construction disturbances which would materially interfere with the use of such portion for its intended use in accordance with the Contract Documents and to assure the safety of those entering, exiting and occupying the Substantially Completed portion of the Work; 6.6.4. Partial Substantial Completion.shall not constitute Final Completion of the Work or Substantial Completion of the Project, nor shall it relieve the Contractor of any responsibility for the correction of Work (whether or not included in portion of Work Substantially Complete) or for the performance of Work not complete at the time of Partial Substantial Completion. 6.7. Liquidated Damages. 20 I General Conditions for Construction Contracts uune 12, 2019) 6.7.1. Upon failure of Contractor to achieve Substantial Completion within the time period specified in the Invitation to Bid Summary for Substantial Completion, as such date may be extended pursuant to the terms of the Contract Documents, Contractor shall pay to City the sum specified in the Invitation to Bid Summary for"Liquidated Damages"for each calendar day after the time specified in the Invitation to Bid Summary for Substantial Completion, plus any approved time extensions, for Substantial Completion. Partial Substantial Completion shall not relieve Contractor of any responsibility for Liquidated Damages for failure to timely achieve Substantial Completion. 6.7.2. After Substantial Completion is achieved, should Contractor fail to complete the remaining Work within the time specified in the Invitation to.Bid Summary for Final Completion,plus approved time extensions thereof, Contractor shall pay to City the sum set forth in the Invitation to Bid Summary as "Liquidated Damages" for each calendar day after the time specified in the Invitation to Bid Summary for Final Completion, plus anyapproved extensions. 6.7.3. Contractor agrees that the Liquidated Damages set forth herein are not penalties and have been set based on an evaluation by City of damages to City and the public caused by untimely performance. Such damages may include loss of revenues to the City, and additional costs of administering this Agreement, including Project staff, legal, accounting, consultants and overhead and other administrative costs. Contractor acknowledges that the amounts established for Liquidated Damages are fair and commercially reasonable. Contractor and City have agreed to the Liquidated Damages in order to fix Contractor's costs and to avoid later disputes over which items are properly chargeable to Contractor as a consequence of Contractor's delays. The above-stated liquidated damages,shall apply separately to each portion of the Project for which a time for completion is given. 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. Liquidated Damages shall apply,whether or not the City terminates Contractor for cause and whether or not Surety completes the Project after a Default by Contractor. Liquidated Damages shall apply solely to claims arising from delay in meeting any milestone for which the right to assess Liquidated Damages is specified, including, without limitation, Substantial Completion, and Final Completion,and shall be the City's sole remedy for delay,and are not intended to,and do not, liquidate Contractor's liability under any other provision of the Contractor Documents for other events not specifically referenced in this Article 6. .Liquidated Damages shall not liquidate Contractor's liability under the indemnification provisions of this Agreement. Contractor, in addition to reimbursing City for Liquidated Damages or other damages for untimely performance as provided herein, shall reimburse City for all costs incurred by City to repair, restore, or complete the Work, as may be provided by the Contract Documents, including, without limitation, any additional design fees that may be due to the Consultant related thereto. All such costs shall be deducted from the monies otherwise due Contractor for performance of Work under this Agreement by means of unilateral credit or deductive Change Orders issued by City. - ' In the event a court of competent jurisdiction determines that any Liquidated Damages amount herein is unenforceable notwithstanding Contractor's agreement herein that such amounts are fair and reasonable, Contractor shall notbe relieved of its obligations to the City for the actual damages resulting from the failure to timely achieve Substantial Completion or Final Completion in accordance'with the requirements of the Contract Documents. Without limiting the foregoing,City and Contractor covenant not to bring any action in 21 I General Conditions for Construction Contracts(lune 12, 2019) a court of competent jurisdiction that would ask the court to rule that the Liquidated Damages amounts are not fair and reasonable. 6.8. Beneficial Occupancy. Beneficial Occupancy shall occur when the City determines that a portion of the Work may be occupied prior to Substantial Completion. City may take Beneficial Occupancy in accordance with the provisions of the Contract Documents. 6.8.1. Prior to the anticipated date of Beneficial Occupancy, Contractor shall separate the portion of the Work to be occupied from non-complete areas of the Project in order to prevent noise, dust and other construction disturbances which would materially interfere with the use of such portion for its intended use in accordance with the Contract Documents and to assure the safety of those entering, exiting and occupying the completed portion to be occupied. 6.8.2. Beneficial Occupancy shall not constitute Substantial Completion or Final Completion of the Work, nor shall it relieve the Contractor of any responsibility for the correction of Work(whether or not included in the portion of Work to be occupied) or for the performance of Work not complete at the time of Beneficial Occupancy. 6.8.3. After Beneficial Occupancy and as conditions of Substantial Completion,the Contractor shall deliver to the City complete as-built drawings, all approved Shop Drawings, maintenance manuals, pamphlets, charts, parts lists and specified spare parts, operating instructions and other necessary documents required for all installed materials, equipment, or machinery, all applicable warranties and guarantees, and the appropriate certificate of occupancy or certificate of completion that are related to the portion of the Work being occupied. 6.8.4. Contractor's insurance on the unoccupied or unused portion or portions of the Project Site shall not be canceled or lapsed on account of such Beneficial Occupancy. 6.8.5. Contractor shall be responsible to maintain all utility services to areas occupied by the City until Final Completion. 6.9. Final Completion. Final Completion of the Project shall be deemed to have occurred if all the following have occurred: 6.9.1. Substantial Completion of the entire Project has occurred; 6.9.2. The Work can be used and operated in accordance with Applicable Laws bearing on the performance of the Work and applicable permits; 6.9.3. All spare parts, special tools and attic stock purchased by Contractor as part of Vendor supplies shall have been delivered to City and clear of all Liens; 6.9.4. All items on the Substantial Completion Punch List shall have been completed by Contractor to City's satisfaction and all final inspections have been performed; 6.9.5. Contractor has satisfied the additional conditions prescribed by the City in conjunction with a Certificate of Substantial Completion issued on the basis of partial completion of the Project, or a partial or temporary Certificate of Occupancy or Certificate of Completion, as applicable; 22 I General Conditions for Construction Contracts(June 12, 2019) 6.9.6. Contractor has delivered evidence to the City that all permits that are Contractor's responsibilities as specified under the Contract Documents have been satisfied and closed, and that a Certificate of Completion or Certificate of Occupancy(as applicable) has been issued by the authority having jurisdiction, and the Project or designated portion thereof is sufficiently complete in accordance with the Contract Documents and can be used for its intended purpose for uninterrupted operation,including,without limitation, acceptance of completed as-builts, if required by the agency having jurisdiction. 6.9.7. Contractor shall have provided to City final releases and complete and unconditional waivers of liens for all Work performed by Contractor and each_.Subcontractor or Suppliers, and a Consent of Surety to Final Payment; 6.9.8. Contractor shall have delivered to the City a certification identifying all outstanding Claims(exclusive of any Liens or other such encumbrances which must have been discharged) of Contractor (and of its Subcontractors, Suppliers and any other party against Contractor) with written documentation reasonably sufficient to support and/or substantiate such Claims; 6.9.9. Contractor shall have delivered to the City a written assignment of all warranties or guaranties which Contractor received from Subcontractors or Suppliers to the extent Contractor is obligated to do so; 6.9.10. Contractor shall have delivered to City a complete set of as-built documents and Project Records prepared in accordance with the Contract Documents; 6.9.11. Contractor has delivered to City all other submittals required by the Contract Documents, including all installation instructions, operations and maintenance manuals or instructions for equipment furnished by Contractor,catalogs, product data sheets for all materials furnished by Contractor and similar information; 6.9.12. All rubbish and debris have been removed from the Project Site; and 6.9.13. All Construction aids, equipment and materials have been removed from the Project Site. 6.9.14. Contractor has delivered to the City all executed warranties and guarantees required by the Contract Documents, all of which shall be in the name of the City and run to the benefit of the City; 6.9.15. If applicable, certificates of insurance indicating that any.insurance required of the Contractor or Subcontractors by the Contract Documents shall remain in full force and effect for the required period of time; 6.9.16. Any other documentation establishing payment or satisfaction of obligations, including receipts, releases and final waivers of lien from the Contractor and all Subcontractors, to the extent and in such form as may be reasonably required by the City; 6.9.17. Final Completion is a condition precedent to City's final payment to Contractor and issuance of the Final Certificate for Payment. 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. 6.9.18. Waiver of Claims. The release by the City and acceptance of the final payment by Contractor shall operate as and shall be a release to the City from all present and future Claims or liabilities, of whatever kind or nature, arising under, relating to or in connection with this Contract for anything done or furnished or relating to the Work or the Project, or from any act or omission of the City relating to or 23 I General Conditions for Construction Contracts(June 12, 2019) connected with the Contract Documents, the Work or the Project, except those Claims or liabilities, if any, for which the Contractor has provided the City with written notice pursuant to and in strict compliance with the "Claims" and notice requirements set forth in the Contract Documents, and containing a detailed reservation of rights that identifies the precise nature of the dispute, all facts in support of Contractor's Claim,the particular scope of Work giving rise to the Claim,and the maximum amount and/or time sought in connection with the Claim. ARTICLE 7. INSPECTION OF WORK; CORRECTION OF NON-CONFORMING OR DEFECTIVE WORK. 7.1. Consultant, City (and its authorized designees), and representatives of any regulatory agencies having jurisdiction over the Project, shall at all times have access to the Work and the Project Site, and Contractor shall provide proper facilities for such access and for inspecting,measuring and testing.Whenever requested, Contractor shall give the City and any inspectors or representatives appointed by the City free access to its Work during normal working hours either at the Project Site or its shops,factories, or places of business of Contractor and its Subcontractors and suppliers for properly inspecting materials,equipment and Work, and shall furnish them with full information as to the progress of the Work in its various parts. 7.2. 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. 7.3. 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. 7.4. 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. 7.5. 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. 7.6. The Contractor shall coordinate all technical inspection and testing provided by professionals designated by the City,the Consultant, permitting authorities, and others.The Contractor shall also schedule the services of independent testing laboratories and provide the necessary testing of materials to ensure conformance to the Contract Documents and provide a copy of all inspection and testing reports to the City on the day of inspection or test.The Contractor shall provide reasonable prior notice to appropriate inspectors before the Work is covered up, but in no event less than 24 hours before the Work is covered up. All costs for uncovering Work not inspected and any reconstruction due to lack of reasonable prior notice shall be borne by Contractor at its sole cost and expense. Any time billed by inspectors for inspection where the Work is not ready to be inspected shall be at Contractor's sole cost and expense. If any members of the 24 I General Conditions for Construction Contracts(June 12, 2019) Project team are to observe said inspections, tests or approvals required by the Contract Documents, they shall be notified in writing by the Contractor of the dates and times of the inspections,tests or other approvals. The Contractor shall schedule,direct and/or review the services of or the reports and/or findings of surveyors, environmental consultants and testing and inspection agents engaged by the City. All Materials and Equipment furnished by Contractor and Work performed by Contractor shall at all times be subject to inspection and testing by City or inspectors or representatives appointed by City. If any of the Work should be covered up without approval or consent of City's Project Coordinator, or without necessary test and inspection, Contractor shall, if required by City's Project Coordinator or by public authorities, uncover such Work for examination and testing, and shall re-cover same at Contractor's expense. 7.7. Defective or Non-Conforming Work. 7.7.1. Consultant and City shall have the authority to reject or disapprove work which either Consultant or City find to be defective. If required by Consultant or City,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. 7.7.2. 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. 7.7.3. 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, Contractor's warranty obligations hereof and any claim regarding latent defects. 7.7.4. 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. 7.8. 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. ARTICLE 8. SAFETY AND PROTECTION OF PROPERTY. 25 I General Conditions for Construction Contracts(lune 12, 20191 8.1. 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: 8.1.1. All employees on the work site and other persons who may be affected thereby; 8.1.2. All the work and all materials or equipment to be incorporated therein, whether in storage on or off the Project Site; and 8.1.3. 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. 8.2. Contractor shall comply with all Applicable Laws 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. City and Contractor shall notify owners of adjacent property and utilities when prosecution of the work may affect them. Contractor shall be responsible for and shall remedy all damage, injury or loss to any property,caused directly or indirectly,in whole or in part,by Contractor,any Subcontractor,or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 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 the Contract Documents. 8.3. 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 Construction Superintendent, unless otherwise designated in writing by Contractor to City. 8.4. Contractor's Responsibility for Damages and Accidents. 8.4.1. 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. 8.4.2. 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. 8.5. Occupational Health and Safety. 8.5.1. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this bid must be accompanied by a Material Safety Data Sheet(MSDS) which may be obtained from the manufacturer. The MSDS must include the following information: a. The chemical name and the common name of the toxic substance. b. The hazards or other risks in the use of the toxic substance, including: i. The potential for fire, explosion, corrosion, and reaction; 26 I General Conditions for Construction Contracts(June 12, 20191 ii. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and iii. The primary routes of entry and symptoms of overexposure. c. The proper precautions,handling practices, necessary personal protective equipment,and other safety precautions in the use of or exposure to the toxic substances, including appropriate emergency treatment in case of overexposure. d. The emergency procedure for spills,fire, disposal, and first aid. e. A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. 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. 8.6. Hurricane and Tropical Storm Precautions. 8.6.1. During such periods of time as are designated by the United States Weather Bureau as being a hurricane warning or tropical storm 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. 8.6.2. Contractor's Hurricane Preparedness Plan shall, at a minimum, include the following: (1) monitoring of the real time weather radar and insuring reasonable precautions are taken prior to and during inclement weather conditions, from a severe thunderstorms to a category 5 hurricane, to prevent accidents and to minimize property damage; (2) preparing an emergency phone list showing home phone numbers of all project personnel and subcontractor's supervisors, including all land lines and cell phones, to be used for emergency purposes only; (3) ensuring the project jobsite's equipment and buildings are protected, identifying vulnerable work in progress and determining how to best protect it from damage, and capping all incomplete piping to prevent sand filtration; (4) cleaning the entire project, inside and out, removing trash from the job site, clearing all materials that can become airborne, verifying that all erosion and sediment control devices are in place and meet adequate standards,and removing screening on fences and signs; (5) arranging for the pickup of all dumpsters and portable toilets and secure all materials and equipment, anchoring or restraining everything that could blow away, and removing all non-essential barricades; and(6) the documenting of conditions of the project and the surrounding area before and after the incident (photographs and video). 8.6.3. Contractor shall be solely responsible for all costs of all precautions and Work covered by Contractor's Hurricane Preparedness Plan. Compliance with Contractor's Hurricane Preparedness Plan shall not constitute additional Work. 8.6.4. Any additional Work not covered in the Hurricane Preparedness Plan relating to hurricane warning or tropical storm alert at the Project Site will be addressed by a Change Order in accordance with the Contract Documents. 27 1 General Conditions for Construction Contracts Uune 12, 20191 8.6.5. 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. 8.6.6. Within ten (10) calendar days after the Project Initiation Date specified in the Notice to Proceed, Contractor shall submit to the City a Hurricane Preparedness Plan. 8.7. Location and Damage to Existing Facilities, Equipment or Utilities. 8.7.1. 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. As part of the Contract Price, 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, whether or not shown on the plans. 8.7.2. 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(for utilities indicated in the Contract Documents). All costs of permanent utility relocation to avoid conflict shall be the responsibility of the utility company involved, if indicated in the Contract Documents. No additional payment will be made to the Contractor for utility relocations indicated in the Contract Documents, whether or not said relocation is necessary to avoid conflict with other lines. 8.7.3. If Contractor, as part of its responsibility to identify all utility lines, identifies utility conflicts which materially differ from those indicated in the Contract Documents,such utility conflicts(for items not indicated in the Contract Documents) shall be addressed pursuant to the requirements of"Differing Site Conditions" as set forth in Article 10 shall apply. 8.7.4. The Contractor shall reasonably schedule the Work, and the phasing thereof, in such a manner so that the overall Project Schedule is not impacted and completion of 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, except as provided in Article 10 of the Contract Documents. 8.7.5. 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. 8.8. Risk of Loss. The risk of loss to any of the Work and to any goods, materials and equipment provided or to be provided under the Contract Documents, shall remain with the Contractor until Substantial Completion. Should any of the Work, or any such goods, materials and equipment, be destroyed, mutilated, defaced or otherwise damaged prior to the time the risk of loss has shifted to the City,the Contractor shall repair or replace the same at its sole cost.The Performance Bond and Payment 28 I General Conditions for Construction Contracts(June 12, 2019) Bond or other security or insurance protection required by the Contract Documents or otherwise provided by the City or the Contractor shall in no way limit the responsibility of the Contractor under this Section. ARTICLE 9. BONDS, INSURANCE AND INDEMNITY. 9.1. Performance Bond and Payment Bond:The Contractor shall,within ten (10)business days of the Contract Date, furnish and deliver to the City a payment bond and a performance bond, in a form to be provided by the City, issued by sureties licensed and authorized to do business in the State of Florida, covering the faithful performance and completion of the Project pursuant to the Contract Documents, including the performance and completion of those services provided by Subcontractors of any tier and covering the payment of all obligations arising hereunder including but not limited to, the payment for all materials used in the performance of the Project in accordance with the Contract Documents,and for all labor and services performed under the Contract Documents (including materials, labor and/or services provided by Subconsultants and Subcontractors of any tier), whether by Subcontractors or otherwise. Each of the aforesaid bonds(collectively herein referred to as the"Performance Bond and Payment Bond")shall have a penal amount equal to the Contract Price, unless otherwise approved by the City and to the extent permitted by law. Each bond shall be increased in the amount of any change to the Contract Price. Each bond shall continue in effect for one (1)year after Final Completion of the Work. The Performance Bond and Payment Bond and the sureties issuing such bonds shall meet all the requirements set forth in the Contract Documents and the Performance Bond and Payment Bond shall each be in the form attached hereto or shall otherwise be acceptable to the City in its reasonable discretion. If any of the sureties on the Performance Bond and Payment Bond at any time fails to meet said requirements, or is deemed to be insufficient security for the penalty of said bond,then the City may,on giving thirty(30)days' notice thereof in writing, require the Contractor to furnish a new and/or additional bond(s) in the above amounts with such sureties thereon being licensed and authorized to do business in the State of Florida and as shall be satisfactory to the City. The Contractor shall pay all costs of compliance with this Article as part of the Contract Price. 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. 9.2. 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, which shall be in accordance with Section 255.05, Florida Statutes. 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. 9.3. Qualification of Surety: Bid Bonds, Performance Bonds and Payment Bonds over Five Hundred Thousand Dollars($500,000.00): 9.3.1. 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. 9.3.2. 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 29 I General Conditions for Construction Contracts(June 12, 2019) 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. 9.3.3. 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 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 9.3.4. 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. 9.3.5. Unless more stringent surety requirements of any grantor agency are set forth within the Supplemental Conditions, the provisions of this Article shall apply. 9.4. Insurance Requirements. The Bidder shall furnish to the Procurement Department, City of Miami Beach, 1755 Meridian Avenue,3rd Floor, Miami, Florida 33139, Certificate(s)of Insurance which indicate that insurance coverage has been obtained which meets the requirements set forth in the Invitation to Bid Summary(and/or exhibits thereto). 9.4.1. 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. 9.4.2. 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. 30 I General Conditions for Construction Contracts(June 12, 20191 9.4.3. Other Insurance Provisions. a. 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. b. Each policy required by this clause shall provide that coverage shall not be canceled, except with notice to the City of Miami Beach. c. If any excavation work is included in the Contract, it is understood and agreed that Contractor's Liability policy shall not contain exclusion for XCU (Explosion, Collapse and Underground) coverage. If any coverage required is written on a claims-made form: a. The retroactive date must be shown, and must be before the date of the contract or the beginning of contract work. b. Insurance must be maintained and evidence of insurance must be provided for at least five(5) years after completion of the contract of work. c. 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. d. A copy of the claims reporting requirements must be submitted to the City of Miami Beach Risk Management(or its designee)for review. e. 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. 9.4.4. 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. 9.4.5. Verification of Coverage. Contractor shall provide the required insurance certificates, endorsements or applicable policy language effecting coverage required by this Article. 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. 9.4.6. 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. Certificate Holder: 31 I General Conditions for Construction Contracts(June 12, 2019) CITY OF MIAMI BEACH do 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 provision of the Contract Documents. 9.5. Indemnification. 9.5.1. In consideration of the sum of Twenty-Five Dollars ($25.00) and other good and valuable consideration, the sufficiency of which the Contractor hereby acknowledges, to the fullest extent permitted by law, Contractor shall defend, indemnify and save harmless City, and their respective officers 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 Contract. 9.5.2. Sums otherwise due to Contractor under this Contract may be retained by City until all of City's Claims for indemnification under this Contract have been settled or otherwise resolved. Any amount withheld pursuant to this Article shall not be subject to payment of interest by City. 9.5.3. The execution of this Contract by Contractor shall operate as an express acknowledgment that the indemnification obligation is part of the bid documents and/or Contract Documents for the Project and the monetary limitation on indemnification in this Article bears a reasonable commercial relationship to the Contract. 9.5.4. Nothing in this Artilce is intended, or should be construed, to negate, abridge or otherwise reduce the other rights and obligations of indemnity that may otherwise exist as to a party described in this Article. 9.5.5. Nothing in this Article is intended to create in the public or any member thereof, a third party beneficiary hereunder, or to authorize anyone not a party to this Contract, to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. 9.5.6. The indemnification obligations set forth herein shall survive the termination and/or expiration of this Contract. ARTICLE 10. CHANGES IN THE WORK; EXTENSIONS TO THE CONTRACT TIME. 10.1. Changes in the Work or Terms of Contract Documents. 10.1.1. 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. 10.1.2. Any changes to the terms of the Contract Documents must be contained in a Change Order, executed by the Parties hereto,with the same formality and of equal dignity prior to the initiation of any work 32 I General Conditions for Construction Contracts(June 12, 2019) reflecting such change. This section shall not prohibit the issuance of Change Orders executed only by City as hereinafter provided. 10.2. Field Orders. 10.2.1. 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. 10.2.2. 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. 10.3. Change Orders. 10.3.1. Changes in the quantity or character of the Work 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 only be authorized only by Change Orders approved in advance by the City. Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the Contractor shall proceed promptly, unless otherwise provided in the Change Order or Construction Change Directive. No Change Order shall take effect until Contractor delivers a Consent of Surety increasing the Performance Bond and Payment Bond by the amount of the Change Order. 10.3.2. All Change Orders which exceed the then-remaining amounts available in the Owner's Contingency shall be approved by the City Commission. All other Change Orders, if funded by then-remaining amounts available in the Owner's Contingency, shall be approved in advance by the City Manager or the City Manager's designee. Notwithstanding the foregoing, the City Manager, at his or her sole discretion, may elect to present any proposed Change Order to the City Commission for its consideration. 10.3.3. If City requests a change in the Work, City shall submit a change request to Contractor, in writing. Within seven (7) business days of Contractor's receipt of such request from the City, Contractor shall provide City with a rough"pencil copy"estimate of the cost and/or time impacts associated with the request. Within twenty-one (21) days of Contractor's receipt of City's initial request, the Contractor shall submit a detailed proposal to the City stating (i) the proposed increase or decrease, if any, in the Cost of the Work which would result from such a change, (ii) the effect, if any, upon the Contract Time by reason of such proposed change, and (iii) supporting data and documentation, including any requested by the City in its change request. 10.3.4. If the Contractor proposes a change in the Work, such proposal must be accompanied by a detailed cost breakdown and sufficient substantiating data to permit evaluation by the City. If the Contractor does submit a proposal within the preceding seven (7) business day time period, the City shall, within twenty-one (21) days following its receipt of such proposal, notify the Contractor as to whether the City agrees with such proposal and wishes to accept the Contractor's proposal. If the City agrees with such proposal and wishes to accept the same,the City and the Contractor shall execute a Change Order which at a minimum specifies: i)the detailed scope associated with the change to the Work; ii)the amount of the adjustment in the Contract Price, if any, and (iii)the extent of the adjustment in the Contract Time, if any. In the event the City disagrees with the Contractor's proposal, the City may either(i) notify the Contractor 33 I General Conditions for Construction Contracts(lune 12, 2019) that the City has decided to not proceed with. or approve the requested change, or (ii) issue a Change Order as provided below. 10.3.5. The increase or decrease in the Contract Price resulting from a change in the Work shall be determined in one or more of the following ways: a. by mutual acceptance of a lump sum(inclusive of all overhead and profit)properly itemized and supported by sufficient substantiating data to permit evaluation by the Consultant and City; b. by unit prices as may be specified in the Contract Documents or subsequently agreed upon; c. by time and materials or"cost of the Work" (as defined herein) and a mutually acceptable fixed or percentage overhead and profit fee for the Contractor. 10.3.6. If none of the methods set forth above are agreed upon,the Contractor,provided it receives a written Change Order signed by the City with respect to all undisputed amounts and Work, shall promptly proceed with the Work involved, subject to Contractor's reservation of rights as to disputed amounts (with such reservation of rights identifying the precise nature of the dispute, the facts in support of the Contractor's position, and the maximum amount and/or time sought by the Contractor). The cost of such Work shall then be determined on the basis of the reasonable expenditures and savings of those performing the Work attributed to the change, including a reasonable overhead and profit in accordance with this Article. With respect to any such Change Order Work,the City,with the Consultant,will establish an estimated cost of the Work and the Contractor shall not perform any Work whose cost exceeds that estimate without prior written approval by the City. With respect to all Change Orders, Contractor shall keep and present, in such form as the City may prescribe, an itemized accounting together with appropriate supporting data of the increase in the Cost of the Work. 10.3.7. If unit prices are included in the Contract Documents or as part of any Change Order, City shall pay to Contractor the amounts determined for the total number of each of the units of work completed at the unit price associated with such Work as stated in the Contractor's schedule of prices bid, as set forth in Contractor's response to the ITB. The number of units contained in the bid is an estimate only, and final payment shall be made for the actual number of units incorporated in or made necessary by the Contract Documents, as may be amended by Change Order. If additional unit price work is ordered, then the Contractor shall perform the work as directed and shall be paid for the actual quantity of such item(s)'of work performed at the appropriate original schedule of prices bid associated with such Work. 10.3.8. Decreases in the Cost of the Work due to a change in the Project shall result in a decrease to the Contract Price, by way of a deductive Change Order. 10.3.9. The Contractor's overhead and profit fee for all Change Orders shall be the net change in the Contract Price, multiplied by the percentage specified for overhead and profit in the Change Order,provided, that the overhead and profit markup or fee shall be as follows: (1) if the ChangeOrder Work involves self-performed Work performed by the Contractor's own forces, the overhead and profit markup shall be reasonable, and shall not exceed ten percent(10%) of the net change in the Contract Price; or (2) if the Change' Order involves Work performed by Subcontractors or Suppliers, or both, the overhead and profit markup shall be reasonable, and the overhead and profit markup from Subcontractors 34 I General Conditions for Construction Contracts(June 12, 2019) and Suppliers at all tiers shall not exceed ten percent 10% of the net change in the Contract Price, and the Contractor's mark up for such Subcontractor performed Change Order Work shall not exceed seven and one half percent(7.5%)of the net change in the Contract Price. For deductive Change Orders, including deductive Change Orders arising from both additive and deductive items,the deductive amounts shall include a proportionate corresponding reduction in the overhead and profit fee, as applicable to the Contractor, Subcontractors or Suppliers. 10.4. Value of Change Order Work/"Costs of the Work". The term"cost of the Work" means the sum of: 10.4.1. 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 the"cost of work"as defined herein. 10.4.2. Payroll costs for employees in the direct employ of Contractor in the performance of the work described in the Change Order under schedules of job classifications agreed upon by City and Contractor. Payroll costs for employees not employed full time on the work covered by the Change Order shall be apportioned on the basis of their time spent on the work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay application thereto. Such employees shall include superintendents and foremen at the site. The expenses of performing the work after regular working hours, on Sunday or legal holidays, shall be included in the above to the extent authorized by City. Contractor's fee shall not exceed ten percent(10%). 10.4.3. 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. Contractor's fee for overhead and profit markup for materials and equipment pursuant to this Section shall not exceed ten percent (10%)of the net change in the Contract Price. 10.4.4. 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 tobe 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. 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%). 35 I General Conditions for Construction Contracts Uune 12, 2019) 10.4.5. Contractor shall not be entitled to an overhead and profit markup or fee for any Change Order involving 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. 10.4.6. Contractor shall not be entitled to an overhead and profit markup or fee for the following costs or expenses: a. 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. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the site and hand tools not owned by the workmen, which are consumed in the performance of the work, and cost less market value of such items used but not consumed which remains the property of Contractor. c. Sales, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by any governmental authority. d. Deposits lost'for causes other than Contractor's negligence; royalty payments and fees for permits and licenses. e. The cost of utilities, fuel and sanitary facilities at the Project Site. f. Receipted minor expenses such as long distance telephone calls,telephone service at the site, express delivery services (FedEx, UPS or couriers, and the like), internet or other telecommunications services, and similar petty cash items in connection with the Work. g. Cost of premiums for additional bonds and insurance required because of changes in the Work. 10.4.7. The term"cost of the Work"shall not include any of the following items, as such items are expressly not to be reimbursed: a. 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. b. Expenses of Contractor's principal and branch offices other than Contractor's office at the Project Site. c. Any part of Contractor's capital expenses,including interest on Contractor's capital employed for the work and charges against Contractor for delinquent payments. 36 I General Conditions for Construction Contracts(June 12, 20191 d. 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. e. Losses and expenses sustained by the Contractor or any Subcontractors at any tier, not compensated by insurance or otherwise, if such losses and expenses are due to infidelity on the part of any employee of Contractor, any Subcontractor or Supplier, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, or others to whom the property may be entrusted, including but not limited to, the correction of defective work, disposal of materials or equipment wrongly supplied and making good any damage to property. f. Other overhead or general expense costs of any kind and the cost of any item not specifically and expressly approved by the City Manager or City Commission by a Change Order. g. Losses and expenses not covered by insurance where the Contractor, or any Subcontractor, failed to obtain and/or maintain in effect the insurance required to be carried by the Contract Documents, or where Contractor, or any Subcontractor or Supplier, failed to obtain and/or maintain such insurance in limits and amounts required by the Contract Documents except to the extent any deductible provided in such required insurance; h. Costs and expenses incurred by Contractor upon breach of its warranties or guaranties; i. Costs associated with the relocation of employees, and any travel costs not expressly permitted by the Contract Documents(including costs for long-distance travel,costs for travel between the Project Site and the Contractor's office(s), and hotel, car rental and airfare costs); j. Any amounts to be paid by the Contractor for federal, state or local income or franchise taxes; k. Labor, material,and equipment costs or any other costs incurred which should be back-charged to any Subcontractor,any Sub-Subcontractor,any direct or lower tier supplier,or any other party for whom the Contractor is responsible; I. Costs or losses resulting from lost,damaged by misuse or stolen tools and equipment; m. Costs of bonding or securing liens or defending claims filed by any Subcontractor of any tier,any Supplier, any'direct or lower tier supplier or any other party for whom any of such parties or the Contractor is responsible arising from nonpayment, unless such nonpayment is the result of the City's unexcused or wrongful failure to pay the Contractor undisputed amounts as and when due under the Contract Documents; n. Costs of self-insured losses(e.g., losses within the-deductible limits maintained by the Contractor or any direct or indirect subcontractor),costs covered by any insurance carried by Contractor or a direct or lower tier subcontractor, costs which would have been covered by the insurance required to be carried by a Contractor or a direct or lower tier subcontractor under the Contract Documents, and costs whichwould have been covered by insurance but for failure of the Contractor or direct or lower tier subcontractor to properly submit, process or give notice to the occurrence or claim; 37 I General Conditions for Construction Contracts(lune 12, 2019) o. Costs of employee bonuses and executive bonuses whether or not based in whole or in part on performance related to the Work; p. Costs incurred or paid for.recruiting employees (whether to third party recruiters or to employees); q. Severance or similar payments on account of terminated employees; r. Costs incurred after the Contractor's application for final payment; s. Any outside legal fees; t. Costs of materials and equipment stored off-site, except upon the prior written approval of the Contract Administrator in accordance with the Contract Documents. 10.5. 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. 10.6. Whenever the cost of any work is to be determined as defined herein, Contractor will submit in a form acceptable to Consultant an itemized cost breakdown together with the supporting data. 10.7. Where the quantity of any item of the Work that is covered by a unit price is increased by more than thirty percent (30%) 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. 10.8. 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. 10.8.1. Breakdown shall list the quantities and unit prices for materials, labor, equipment and other items of cost. 10.8.2. Whenever a Change Order involves Contractor and one or more Subcontractors, and the Change. Order increases in the Contract Price, the overhead and profit markups for Contractor and each Subcontractor in accordance with this Article shall be itemized separately. 10.8.3. 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." 10.9. 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; and irrespective of whether such delay constitutes an Excusable Delay and irrespective of 381 General Conditions for Construction Contracts(June 12, 2019) whether such delay results in an extension of the Contract Time; provided, however, Contractor's hindrances or delays are not due solely to fraud, bad faith or willful or intentional interference by the City in the performance of the Work, and then only where such acts continue after Contractor's written notice to the City of such alleged interference. 10.9.1. Contractor acknowledges and agrees that Excusable Delay shall not be deemed to constitute willful or intentional interference with the Contractor's performance of the Work without clear and convincing proof that they were the result of a deliberate act, without any reasonable and good-faith basis, and were specifically intended to disrupt the Contractor's performance of the Work. The City's attempts to facilitate or assist Contractor in performance of the Work shall in no way be construed, interpreted and/or be deemed to constitute willful or intentional interference with the Contractor's performance of the Work. Except as provided herein, Contractor hereby waives all other remedies at law or in equity that it might otherwise have against the City on account of any Excusable Delay and any and all other events that may, from time to time,delay the Contractor in the performance of the Work. Contractor acknowledges and agrees that, except as specified herein, all delays or events and their potential impacts on the performance by the Contractor are specifically contemplated and acknowledged by the Parties in entering into this Agreement and that Contractor's pricing of the Work and the determination of the Contract Price shall be expressly based on the Contractor's assumption of the risks thereof,and Contractor hereby waives any and all Claims it might have for any of the foregoing losses,costs, damages and expenses. 10.10. Excusable Delay. Contractor's sole remedy for Excusable Delay is an extension of the Contract Time for each day of critical path delay, but only if the pre-requisites and notice requirements set forth below in this Article 10 have been timely and properly satisfied.An excusable delay is one that(i)directly impacts critical path activity delineated in the Project Schedule and extends the time for completion of the Work; (ii) could not reasonably have been mitigated by Contractor, including by re-sequencing, reallocating or redeploying and/or increasing the amount of its forces to other portions of the Work; and (iii) is caused by circumstances beyond the control and due to no fault of Contractor or its Subcontractors, material persons, Suppliers,or Vendors, including, but not limited to,force majeure events such as fires,floods, labor disputes, epidemics, hurricanes, or similar events beyond the control and due to no fault of the Contractor("Excusable Delay"). If two or more separate events of Excusable Delay are concurrent with each other,Contractor shall only be entitled to an extension of time for each day of such concurrent critical path delay,,and Contractor shall not be entitled to double recovery thereon. For illustration purposes only, if two events of Excusable Delay are concurrent for two days, Contractor shall only receive a time extension of a total of two days, and not four days. 10.10.1. Weather.Extensions to the Contract Time for delays caused by the effects of inclement weather shall be submitted as a request for a change in the Contract Time pursuant to the Contract Documents. These time extensions are justified only when rains or other inclement weather conditions prevent Contractor from productively performing critical path activity delineated in the Project Schedule: (1) Contractor being unable to work at least fifty percent(50%)of the normal workday on critical path activity delineated in the Project Schedule 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 critical path activity delineated in the Project Schedule. 39 I General Conditions for Construction Contracts Uune 12, 2019) 10.10.2. Compensable Excusable Delay. Notwithstanding the foregoing, 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,provided,however,that in no event shall Contractor be compensated for(x) interim delays which do not extend the Contract Time, or(y)for Excusable Delay if caused jointly or concurrently by Contractor or its subcontractors, suppliers or vendors and by the City or Consultant, in which case then Contractor shall be entitled only to a time extension and no further compensation for the Excusable Delay. 10.10.3. Unexcusable' Delays. "Unexcusable Delay" shall mean any delays not included within the definition of Excusable Delay as set forth above including any delay which extends the completion of the Work or portion of the Work beyond the time specified in the Project Schedule, including, without limitation, the date for Substantial Completion or Final Completion, and which is caused by the act, fault, inaction or omission of the Contractor or any Subcontractor, Supplier or other party for whom the Contractor is responsible; any delay that could have been limited or avoided by Contractor's timely notice to the City of such delay; or any delay in obtaining licenses, permits or inspections caused by the actions or omissions of the Contractor or its Subcontractors, Suppliers or any other party for whom the Contractor is responsible An Unexcusable Delay shall not be cause for granting an extension of time to complete any Work.or any compensation whatsoever, and shall subject the Contractor to damages in accordance with the Contract Documents. In no event shall the Contractor be excused for interim delays which do not extend the Project Schedule, including the date for Substantial Completion or Final Completion. 10.11. Prerequisites and Notice Requirements for Extensions of Time. Except as provided in,the Contract Documents with respect to Changes in the Work, an extension of the Contract Time will only be granted by the City under the following circumstances:(a)if a delay occurs as a result of an Excusable Delay, and (b) the Contractor has complied with each of the following requirements below to the reasonable satisfaction of the City: a. Contractor shall provide written notice to the City of any event of delay or potential delay within five (5) days of the commencement of the event giving rise to the request. The Contractor, within ten (10) days of the date upon which the Contractor has knowledge of the delay,shall notify the City, in writing,of the cause of the delay stating the approximate number of days the Contractor expects to be delayed, and must make a request,for an extension of time, if applicable, to the City, in writing, within ten (10) days after the cessation of the event causing the delay specifying the number of days the Contractor believes that its activities were in fact delayed by the cause(s)described in its initial notice. b. The Contractor must show to the reasonable satisfaction of the City that the activity claimed to have been delayed was in fact delayed by the stated cause of delay, that the critical path of the Work was materially affected by the delay, that the delay in such activity was not concurrent with any Unexcusable Delay,the delay was not the result of the performance of unit price Work, and that the delay in such activity will result in a delay of the date for Substantial Completion in the Project Schedule or Final Completion. c. The initial notice provided by the Contractor under Subsection (a) above shall provide an estimated number of days the Contractor believes it will be delayed,and describe the efforts of the Contractor that have been or are going to be undertaken to overcome or remove the Excusable Delay and to minimize the potential adverse effect on the cost and time for performance of the Work resulting from such Excusable Delay. The mere written notice of an event of delay or potential delay, without all of the aforementioned required information,is insufficient and will not toll the time period in which the Contractor must provide proper written notice under this Article. 40 I General Conditions for Construction Contracts(lune 12, 2019) CONTRACTOR'S STRICT COMPLIANCE WITH THIS ARTICLE 10 IS A CONDITION PRECEDENT TO RECEIPT OF AN EXTENSION OF THE CONTRACT TIME. FAILURE OF THE CONTRACTOR TO COMPLY WITH ALL REQUIREMENTS AS TO ANY PARTICULAR EVENT OF DELAY, INCLUDING THE REQUIREMENTS OF THIS SECTION, SHALL BE DEEMED CONCLUSIVELY TO CONSTITUTE A WAIVER, ABANDONMENT OR RELINQUISHMENT OF ANY ENTITLEMENT TO AN EXTENSION OF TIME AND ALL CLAIMS RESULTING FROM THAT PARTICULAR EVENT OF PROJECT DELAY. Once the Parties have mutually agreed as to the adjustment in the Contract Time due to an Excusable Delay, they shall enter into a Change Order documenting the same. If the City and Contractor cannot resolve a request for time extension made properly and timely under this Section within sixty(60)days following Contractor's initial notice of the events giving rise to the request for a time extension,the Contractor may re-submit the request as a Claim in accordance with the Contract Documents. 10.12. Contractor's Duty. Notwithstanding the provisions of this Agreement allowing the Contractor to claim delay due to Excusable Delay, whenever an Excusable Delay shall occur, the Contractor shall use all reasonable efforts to overcome or remove any such Excusable Delay, and shall provide the City with written notice of the Contractor's recommendations on how best to minimize any adverse effect on the time and cost of performing the Work resulting from such Excusable Delay. In furtherance of the foregoing,whenever there shall be any Excusable Delay,the Contractor shall use all reasonable efforts to adjust the Project scheduling and the sequencing and timing of the performance of the Work in a manner that will avoid, to the extent reasonably practicable, any Excusable Delay giving rise to an actual extension in the time for performance of the Work. If there are corresponding costs associated with any of the measures which the Contractor deems necessary or desirable to minimize any adverse effects resulting from any Excusable Delay,the Contractor shall advise the City of such anticipated associated costs and shall not proceed with such measures absent the City's executing a Change Order in connection therewith. Nothing in this Section shall, however, be deemed to entitle the Contractor to any adjustment in the Contract Price or any other damages, losses or expenses resulting from an Excusable Delay; nor shall it be deemed to obligate the City to agree to undertake any recommendations suggested by the Contractor as a means of minimizing the adverse effects of any Excusable Delay. 10.13. Differing Site Conditions. In the event that during the course of the Work Contractor encounters subsurface or concealed conditions at the Project Site which could not have reasonably been identified by Contractor upon prior investigation, and materially differ from those indicated in the Contract Documents, or if unknown physical conditions of an unusual nature are encountered on the Project Site and differ materially from those ordinarily encountered and generally recognized as inherent in work of the character called for in the Contract Documents, then Contractor shall promptly notify the City within two (2) business days of the specific materially differing site conditions, before the Contractor disturbs the conditions or performs the affected Work. 10.13.1. 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, 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 41 I General Conditions for Construction Contracts Uune 12, 20191 the provisions of Contract Documents. 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. 10.13.2. An adjustment for differing site conditions shall not be allowed, and any Claim relating thereto shall be deemed conclusively waived,if the Contractor has not provided the required written notice within two (2) business days of discovery of the site conditions, or has disturbed the site conditions prior to City's examination thereof. If a differing site condition qualifies for an equitable adjustment pursuant to the Contract Documents, and the Contractor's costs cannot reasonably be established at the time of notice to the City thereof, the Contractor shall submit its proposed pricing and/or request for extension of time within ten (10) days after the proposed solution is identified to the differing site condition described in the Contractor's initial notice to the City. 10.13.3. For purposes of this Section, a"materially differing"site condition is one that(1) is not identified in the Contract Documents and is not reasonably inferable therefrom; and (2) could not have reasonably been identified by Contractor upon prior investigation, provided Contractor reasonably undertook such prior site investigation; and(3)requires a change to the Work that increases Contractor's costs and/or impacts the critical path for completion of the Work. 10.13.4. Where Site Conditions delay the Project,and said delay could have been avoided by reasonable investigations of the Project Site at any time prior to commencement of the Work in question,such delay shall not be considered to be an Excusable Delay beyond the control of the Contractor, and no time extension shall be granted. No request for an equitable adjustment or change to the Contract Time for differing Site Conditions shall be allowed if made after the date certified as the Substantial Completion date. ARTICLE 11. CLAIMS AND RESOLUTION OF DISPUTES. 11.1 Claims must be initiated by written notice and,unless otherwise specified in the Contract Documents, submitted to the other Party within ten(10)days of the event giving rise to such Claim or within ten(10)days after the claimant reasonably should have recognized the event or condition giving rise to the Claim, whichever is later. Such; Claim shall include sufficient information to advise the other party of the circumstances giving rise to the Claim, the specific contractual'adjustment or relief requested including, without limitation, the amounts and number of days of delay sought, and the basis of such request. The Claim must include all job records and other documentation supporting entitlement, the amounts and time sought. In the event additional time is sought,the Contractor shall include a time impact analysis to support such Claim. The City shall be entitled to request additional job records or documentation to evaluate the Claim. The Claim shall also include the Contractor's written notarized certification of the Claim in accordance with the False Claims Ordinance, Sections 70-300 et seq., of the City Code: 11.2 Claims not timely made or otherwise not submitted in strict accordance with the requirements of this Article or other Contract Documents shall be deemed conclusively waived, the satisfaction of which shall be conditions precedent to entitlement. 11.3 Contractor assumes all risks for the following items,none of which shall be the subject of any Change Order or Claim and none of which shall be compensated for except as they may have been included in the Contractor's Contract Price as provided in the Contract Documents: Loss of any anticipated profits, loss of bonding capacity or capability losses,'loss of business opportunities, loss of productivity on this or any other project, loss of interest income on funds not paid, inefficiencies, costs to prepare a bid, cost to prepare a 42 I General Conditions for Construction Contracts(June 12, 2019) quote for a change in the Work, costs to prepare, negotiate or prosecute Claims, and loss of projects not bid upon, or any other indirect and consequential costs not listed herein. No compensation shall be made for loss of anticipated profits from any deleted Work. 11.4 Continuing the Work During Disputes. 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. Contractor's failure to comply with this Section shall constitute an Event of Default. ARTICLE 12. PERMITS, LICENSES, FEES,TAXES. 12.1 Except as otherwise provided within the Contract Documents, all permits and licenses required by federal, state or local laws, rules and regulations necessary for the prosecution of the Work undertaken by Contractor pursuant to 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 or Miami-Dade County 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. 12.3 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 Construction Documents for said work. 12.4 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. ARTICLE 13.TERMINATION. 13.1. Termination for Convenience. In addition to other rights the City may have at law and pursuant to the Contract Documents with respect to cancellation and termination of the Contract,the City may,in its sole discretion,terminate for the City's convenience the performance of Work under this Contract, 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 Contract,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 Article: i. Stop the Work specified as terminated in the Notice of Termination for Convenience; 43 I General Conditions for Construction Contracts Uune 12, 2019) ii. Promptly notify all Subcontractors of such termination, cancel all contracts and purchase orders to the extent they,relate to the Work terminated to the fullest extent possible and take such other actions as are necessary to minimize demobilization and termination costs for such cancellations; iii. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD, Word, Excel, etc.), any and all other unfinished documents, and any and all warranties and guaranties for Work, equipment or materials already installed or purchased; iv. If specifically directed by the City in writing, assign to the City all right, title and interest of Contractor under any contract, subcontract and/or purchase order, in which case the City shall have the right and obligation to settle or to pay any outstanding claims arising from said contracts, subcontracts or purchase orders; v. Place no further subcontracts or purchase orders for materials,services,or facilities,except as necessary to complete the portion of the Work not terminated(if any) under the Notice of Termination for Convenience; vi. As directed by the City, transfer title and deliver to the City (1) the fabricated and non- fabricated parts, Work in progress, completed Work, supplies and other material produced or required for the Work terminated; and (2) the completed or partially completed Project records that, if this Contract 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 Contract 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 payment so made to the Contractor shall be in full and final settlement for Work performed under this Contract,except to the extent the Contractor disputes such amount in a written notice delivered to and received by the City prior to the City's tendering such final payment. 13.2. Event of Default The following shall each be considered an item of Default. If, after delivery of written notice from the City to Contractor specifying such Default,the Contractor fails to promptly commence and thereafter complete the curing of such Default within a reasonable period of time, not to exceed twenty- one (21) 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: 44 I General Conditions for Construction Contracts(June 12, 2019) 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 Contract 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 theprosecution 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 Contract for which Contractor has provided written notice of same in accordance with the Contract Documents; g. Failing to providesufficientevidence 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. Failing to provide the City with a Recovery Schedule in accordance with the Contract Documents; k. Persistently disregarding laws, ordinances, or rules, regulations or orders of a public authority having jurisdiction; I. Fraud, misrepresentation or material misstatement by Contractor in the course of obtaining this Contract; m. Failing to comply in any material respect with any of the terms of this Contract or the Contract Documents. In no event shall the time period for curing a Default constitute an extension of the time for achieving Substantial Completion ora waiver of any of the City's rights or remedies hereunder for a Default which is not cured as aforesaid. 13.3. Termination of Contract for Cause. a. The City may terminate the Contractor for cause upon the occurrence of an Event of Default as defined herein, or for any other breach of the Contract 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 herein, 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 Contract, 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; 45 I General Conditions for Construction Contracts(June 12, 2019) 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 Contract had been completed, would be required to be furnished to the City; and iv. Finish the,Work by whatever reasonable method the City may deem expedient. c. Upon the issuance of a Notice of Termination for Cause, the Contractor shall: i. Immediately deliver to the City all Project records, in their original/native electronic format (i.e. CAD,Word, Excel,etc.), any and all other unfinished or partially completed documents, and any and all warranties and guaranties for Work,equipment or materials already installed or purchased; 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 Contract that is in the Contractor's possession and in which the City has or may acquire an interest. d. All rights and remedies of the City's Termination rights herein shall apply to all Defaults that are non-curable in nature,or that fail to be cured within the applicable cure period or are cured but in an untimely manner, and the City shall'not be obligated to accept such late cure. 13.4. Recourse to Performance and Payment Bond; Other Remedies. a. Upon the occurrence of an Event of Default, and irrespective of whether the City has terminated the Contractor, the City may (i) make demand upon the Surety to perform its obligations under the Performance Bond and Payment Bond, including completion of the Work, without requiring any further agreement(including, without limitation, not requiring any takeover agreement) or mandating termination of Contractor as a condition precedent to assuming the bond obligations; or(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. 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 Contract. 13.5. Costs and Expenses. a. All damages, costs and expenses, including reasonable attorney's fees, incurred by the City as a result of an uncured Default or a Default cured beyond the time limits stated herein (except to the extent the City has expressly consented, in writing, to the Contractor's late cure of such Default), together with the 461 General Conditions for Construction Contracts(June 12, 2019) costs of completing the Work, shallbe deducted from any monies due or to become due to the Contractor under this Contract, 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 Contract 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. 13.6. Termination If No Default or Erroneous Default. If, after a Notice of Termination for Cause is issued by the City, it is thereafter determined that the Contractor was not in default under the provisions of this Contract, 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 herein. The Contractor shall have no further recourse of any nature for wrongful termination. 13.7. Remedies Not Exclusive. Except as otherwise provided in the Contract Documents, no remedy under the terms of this Contract is intended to be exclusive of any other remedy, but each and every such remedy shall be cumulative and shall be in addition to any other remedies, existing now or hereafter, at law, in equity or by statute. No delay or omission to exercise any right or power accruing upon any Event of Default shall impair any such right or power nor shall it be construed to be a waiver of any Event of Default or acquiescence therein, and every such right and power may be exercised from time to time as often as may be deemed expedient. 13.8. Materiality and Non-Waiver of Breach. Each requirement, duty, and obligation in the Contract Documents is material. The City's failure to enforce any provision of this Contract shall not be deemed a waiver of such provision or Amendment of this Contract. 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 Contract 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 at any time shall not constitute a waiver of such rights and remedies. 13.9. Contractor Right to Terminate Contract or Stop Work. If the Project should be stopped under an order of any court or other public authority for a period of more than ninety(90) days due to no act or fault of Contractor or persons or entities within its control, or if the City should fail to pay the Contractor any material amount owing pursuant to an Approved Application for Payment in accordance with the Contract Documents and after receipt of all supporting documentation required by the Contract Documents,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 Contract which entitles the City to so withhold such payment,the Contractor shall have the right upon the expiration of the aforesaid ninety(90)day period to stop its performance of the Work, provided that Contractor has sent a Notice to Cure to the City via certified mail, allowing for a 7 day cure period. In such event, Contractor may terminate this Contract and recover from City payment for all Work executedand 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 andstart-up costs evidenced by documentation reasonably satisfactory to the City. 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. 47 I General Conditions for Construction Contracts(June 12, 2019) ARTICLE 14. MISCELLANEOUS. • 14.1. Separate Contracts. 14.1.1. The City reserves the right to perform construction or operations related to the Project with the City's own forces,to award separate contracts to other contractors or subcontractors, and to permit third parties to perform construction or operations in connection with other portions of the Project or other construction or operations on the Project Site or adjacent to the Project Site. 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. 14.1.2. 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 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 Work. 14.1.3. 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 contractors,including the City's own forces, 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. Coordination with other contractors shall not be grounds for an extension of time or any adjustment in the Contract Price. Contractor agrees that its pricing of the Work and the determination of the Contract Price were expressly based upon the Contractor's assumption of the foregoing cost risks 14.1.4. Contractor shall afford other contractors reasonable access to the Project Site for the execution of their work. Following the request of the City or Consultant, the Contractor shall prepare a plan in order to integrate the work to be performed by the City or by the other contractors with the performance of the Work, and shall submit such plan to the City for approval.The Contractor shall arrange the performance of the Work so that the Work and the work of the City and the other contractors are, to the extent applicable, properly integrated,joined in an acceptable manner and performed in the proper sequence, so that any disruption or damage to the Work or to any work of the City or of other contractors is avoided. 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. 14.2. Lands for Work. 14.2.1. 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. 14.2.2. 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. 48 I General Conditions for Construction Contracts Uune 12, 2019) 14.3. Assignment. Neither the City nor the Contractor shall assign its interest in this Contract without the written consent of the other, except as to the assignment of proceeds. Notwithstanding the foregoing, City may assign its interest in this Contract or portion thereof to any local or state governmental body,special taxing district,or any person authorized by law to construct or own the Project. Such assignee shall be bound to comply with the terms of this Contract. 14.4. Rights of Various Interests. Whenever work being done by City's forces or by separate contractors is contiguous to or within the area where the Contractor will perform any of the Work pursuant to the Contract Documents, , therespective 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. 14.5. Legal Restrictions and Traffic Provisions. Contractor shall conform to and obey all applicable laws, regulations, or ordinances with regard to labor employed, hours of work and Contractor's general operations. Contractor shall conduct its operations so as not to close any thoroughfare, nor interfere in any way with traffic on railway, highways,or water,without the prior written consent of the proper authorities. 14.6. 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 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. ANY REQUESTS FOR SUBSTITUTION MUST BE MADE TO THE CITY'S PROCUREMENT DIRECTOR, WHO SHALL FORWARD SAME TO CONSULTANT. 14.7. No Interest.Any monies not paid by City when claimed to be due to Contractor under this Contract, 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. 14.8. Project Sign. Any requirements for a project sign shall be paid by the Contractor as specified by City Guidelines. 14.9. Availability of Project Site; Removal of Equipment. 14.9.1. Use of the Project Site or any other City-owned property or right-of-way for the purpose of storage of equipment or materials, lay-down facilities, pre-cast material fabrication, batch plants for the production of asphalt, concrete or other construction-related materials, or other similar activities, shall require advance written approval by the Contract Administrator. The City may, at any time, in its sole and absolute discretion, 49 I General Conditions for Construction Contracts Uune 12, 20191 revoke or rescind such approval for any reason. Upon notice of such rescission, Contractor shall, within twenty-four (24) hours, remove and relocate any such materials and equipment to a suitable, approved location. Notwithstanding any other provision in the Contract Documents to the contrary, the conditions or requirements of right-of-way permits established by the authorities having jurisdiction including, without limitation any regulatory authorities of the City, shall take precedence over any provision in the Contract Documents that may provide any right whatsoever to use of the Project Site for staging, material and equipment storage, lay-down or other similar activities. 14.9.2. 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. 14.10. 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 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. 14.11. 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. 14.12. 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. 14.13. 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 theCity, 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 50 I General Conditions for Construction Contracts Uune 12, 2019) 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. 14.14. 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. Contractor hereby accepts complete responsibility as a principal for its agents, Subcontractors, vendors, materialmen, suppliers, their respective employees, agents and persons acting for or on their behalf, and all others Contractor hires to perform or to assist in performing the Work. 14.15. 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. 14.16. Severability. 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. 51 I General Conditions for Construction Contracts(June 12, 2019) ATTACHMENT F TAB REQUIRED FEDERAL FORMS NOTICE TO LABOR UNIONS OR OTHER ORGANIZATIONS OF WORKERS NONDISCRIMINATION IN EMPLOYMENT TO: N/A (Name of Union or Organization of Workers) The undersigned currently holds contract(s) with (Name of Applicant) Involving funds or credit of the U.S. Government of (a) subcontract (s) with prime contractor holding such contract(s). You are advised that under the provisions of the above contract(s) or subcontract(s) and in accordance with Executive Order 11246, dated September 4, 1965, and its implementing regulations at 41 CFR Chapter 60, the undersigned is obligated not to discriminate against any employee or applicant for employment because of race, color, creed, or national origin. This obligation not to discriminate includes, but is not limited to the following: HIRING, PLACEMENT, UPGRADING, TRANSFER OR DEMOTION, RECRUITMENT, ADVERTISI NG OR SOLICITATION FOR EMPLOYMENT TRAINING DURING EMPLOYMENT, RATES OF PAY OR OTHER FORMS OF COMPENSATION, SELECTION FOR TRAINING INCLUDING APPRENTI CESHIP, LAYOFF OR TERMINATION. This notice is furnished to you pursuant to the provisions of the above contract(s) and Executive Order 11246 and its implementing regulations at 41 CFR Chapter 60. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. (Contractor or Subcontractor) (Date) SECTION 3 ELIGIBLE JOBS AVAILABILITY FORM John Bell Construction,Inc. 20-050-01 (Name of Contractor) (Contract No.) (Location) Available Entry Level Jobs Salary Level Max Duration of Employment 1. N/A 2. N/A 3. N/A The undersigned agrees to accept referrals from CareerSource/other referral agency and to interview referrals for the above-designated positions. (If incorporated sign here) ATTEST CONTRACTOR By Secretary (CORPORATE SEAL) (If not incorporated sign here) WITNESSES: CONTRACTOR By - STATEMENT OF COMPLIANCE: DAVIS BACON ACT No. Contract No. 20-050-01 Project Title Neptune Apartments Exterior Rehabilitation 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 May 26 , 20 20 John Bell Constru nc. Co .• '7 or By: C7ii ® gnature) By: Oscar Morejon,President (Print Name and Title) STATE OF ) SS COUNTY OF ) The foregoing instrument was acknowledged before me this 2k day of FIT , 20 20, by War. lgnrgon 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 Ile day of HAI , 202?. (NOTARY SEAL) (Si.• of perscknowledgment) ,oti}4Y% JACQUELINE VALES 164 (Name of officer takingacknowledgment) Commission#GG 164874 g Expires December 3,zoz� (typed, printed or stamped) gunded Thru Troy Fain Insurance 800-385.7019 • (Title or rank) (Serial number, if any) My commis ion expires: Rermhe✓ 3, 2-b2.1 1 CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY 2020-050-DF I Neptune Apartments John Bell Construction, Inc. Exterior Rehabilitation Name of Prime Contractor Project No./Project Name This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25) and its implementing regulations at 41 CFR Chapter 60. The implementing rules and regulations provide that any bids of prospective contractor, or any of their proposed subcontractors, should state as an initial part of the bid or negotiations of the contract whether he has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the Certification indicates that the apparent successful bidder has not filed a compliance report due under applicable instructions, bidder shall submit a compliance report prior to award. NO CONTRACT SHALL BE AWARDED UNLESS SUCH REPORT IS submitted. SUBCONTRACTOR'S CERTIFICATION SUB-CONTRACTORS NAME: G 1E6� Sck t • SUB-CONTRACTORS ADDRESS: 555° Ai S - ' 5-1--"-"2- 33 I q-2. QJ33Iq-2. 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes No_ 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes)( No 3. Bidder has filed all compliance reports due under applicable instructions, including SF. 100. Yes )( No 4. If answer to any item is "No", please explain in detail below or attach a piece of paper if needed. Certification - The information above is true and complete to the best of my knowledge and belief. F' Dom, &2AL Print Name Ar 2-0 7-0 Signature Date CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY 2020-050-DF/ Neptune Apartments John Bell Construction, Inc. Exterior Rehabilitation Name of Prime Contractor Project No. /Project Name This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25) and its implementing regulations at 41 CFR Chapter 60. The implementing rules and regulations provide that any bids of prospective contractor, or any of their proposed subcontractors, should state as an initial part of the bid or negotiations of the contract whether he has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the Certification indicates that the apparent successful bidder has not filed a compliance report due under applicable instructions, bidder shall submit a compliance report prior to award. NO CONTRACT SHALL BE AWARDED UNLESS SUCH REPORT IS submitted. SUBCONTRACTOR'S CERTIFICATION SUB-CONTRACTORS NAME: Morales M. Stucco, LLC. SUB-CONTRACTORS ADDRESS: 2731 NW 4th Terrace Miami, Florida 33125 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes_ No X 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes No X 3. Bidder has filed all compliance reports due under applicable instructions, including SF. 100. Yes No X 4. If answer to any item is "No", please explain in detail below or attach a piece of paper if needed. Never has been required. Certification - The information above is true and complete to the best of my knowledge and belief. Morales Mateo Print Name aCrakf aratto, 04/15/2020 Signature Date CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY 2020-050-DF/Neptune Apartments John Bell Construction, Inc. Exterior Rehabilitation Name of Prime Contractor Project No./Project Name This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25) and its implementing regulations at 41 CFR Chapter 60. The implementing rules and regulations provide that any bids of prospective contractor, or any of their proposed subcontractors, should state as an initial part of the bid or negotiations of the contract whether he has participated in any previous contract or subcontract subject to the equal opportunity clause;and, if so, whether it has filed all compliance reports due under applicable instructions. Where the Certification indicates that the apparent successful bidder has not filed a compliance report due under applicable instructions, bidder shall submit a compliance report prior to award. NO CONTRACT SHALL BE AWARDED UNLESS SUCH REPORT IS submitted. SUBCONTRACTOR'S CERTIFICATION SUB-CONTRACTORS NAME: V�CtC_ C� 1\ L{kJ SUB-CONTRACTORS ADDRESS: it BOK qe,o,m bt\ce80(xtuo-71_ 3345 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes No 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes No 3. Bidder has filed all compliance reports due under applicable instructions, including, SF. 100. Yes No 4, If answer toy any item is "No", please�explain in detail below or attach a piece of paper if needed. oe A �av � CEJ©b Certification - The information above is true and complete to the best of my knowledge and belief. \Dt'LN 400(}e Pr' t Name` A */.,00, A Signature Date CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY 2020-050-DF/Neptune Apartments John Bell Construction, inc. Exterior Rehabilitation Name of Prime Contractor Project No./Project Name This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25) and its implementing regulations at 41 CFR Chapter 60. The implementing rules and regulations provide that any bids of prospective contractor, or any of their proposed subcontractors, should state as an initial part of the bid or negotiations of the contract whether he has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the Certification indicates that the apparent successful bidder has not filed a compliance report due under applicable instructions, bidder shall submit a compliance report prior to award. NO CONTRACT SHALL BE AWARDED UNLESS SUCH REPORT IS submitted. SUBCONTRACTOR'S CERTIFICATION SUB-CONTRACTORS NAME: BEE Investments Inc DBA Stone Again SUB-CONTRACTORS ADDRESS: 490 Goolsby Blvd, Deerfield Beach, FL 33442 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes No x 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes No x 3. Bidder has filed all compliance reports due under applicable instructions, including SF. 100. Yes No x 4. If answer to any item is "No", please explain in detail below or attach a piece of paper if needed. I've never participated in this type of contract before. Certification - The information above is true and complete to the best of my knowledge and belief. Barry Elliott Print Name9r/ / /► ' 7 4 / 0 4-15-20 , Signa as' i,/ Date CERTIFICATION BY PROPOSED SUBCONT. ; • : _,: • "► + EMPLOYMENT OPPORTUNITY 2020-050-DF/ Neptune Apartments John Bell Construction, Inc. Exterior Rehabilitation Name of Prime Contractor Project No. Project Name This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25) and its implementing regulations at 41 CFR Chapter 60. The implementing rules and regulations provide that any bids of prospective contractor, or any of their proposed subcontractors, should state as an initial part of the bid or negotiations of the contract whether he has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the Certification indicates that the apparent successful bidder has not filed a compliance report due under applicable instructions, bidder shall submit a compliance report prior to award. NO CONTRACT SHALL BE AWARDED UNLESS SUCH REPORT IS submitted. SUBCONTRACTOR'S CERTIFICATION SUB-CONTRACTORS NAME: ?,4:4.\\S•vtt CO(4.4.%ittl SUB-CONTRACTORS ADDRESS: 730 SO -51)4h e<s �esuf..E.G• 33 0 2- 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes No X 2. Compliance reports were required to be filed in connection with such contract or subcontract. Yes No X 3. Bidder has filed all compliance reports due under applicable instructions, including SF. 100. Yes No X 4. If answer to any item is "No", please explain in detail below or attach a piece of paper if needed. Certification - The information above is true and complete to the best of my knowledge and belief. Print Name gibZo 7-0 Signature Date